PART – A TECHNICAL BID: 1. PREAMBLE OF …1. PREAMBLE OF TENDER (Contract for supply of Sports...
Transcript of PART – A TECHNICAL BID: 1. PREAMBLE OF …1. PREAMBLE OF TENDER (Contract for supply of Sports...
Bidders Signature with seal
PART – A
TECHNICAL BID:
1. PREAMBLE OF TENDER (Contract for supply of Sports Materials)
The Government of Tamil Nadu have vide G.O.MS.No.97 RD & PR dt.13.06.2007,
ordered to implement AGAMT schemes in the Village Panchayats for the year 2007 – 08. It
is proposed to set up School Sports Centres in all the AGAMT Village Panchayats for which
Sports materials are to be procured.
2. CHECK LIST
BIDDER TO FILL IN THE CHECK LIST GIVEN BELOW (State YES/NO for each item)
1.
Whether the Technical Bid and Price Bid are submitted in separate covers and both the covers enclosed in a common envelope.
Yes/No
2.
Whether Technical bid in Envelope A contains:
a) Specifications for supply and installation of Sports materials as per Annexure - II along with the consent to supply the materials as per the specifications.
b) Number of sports centres offered to be installed by the bidder in the package – Annexure III
c) Undertaking to put up Model Sports Centre and to complete the installation as per the time schedule – Annexure IV
d) Letter of Authorisation for signing the Tender document.- Annexure – V
e) Details to be furnished by the bidder – Annexure VI
3 Whether the price bid in Envelope- B contains: Filled up and signed Price Bid documents in the prescribed format in full, with price details.
Note: Please ensure that all the relevant boxes are marked YES/NO against each column. Important Note: Bidders must ensure that all the required documents indicated in the tender document are submitted without fail. Bids received without supporting documents for the various requirements mentioned in the tender document are liable to be rejected at the initial stage itself.
Bidders Signature with seal
2
3. SALIENT FEATURES OF THE TENDER
Contract for Supply and Installation of School Sports Centres
1
Tender inviting Authority, Designation and Address
The District Collector / Chairman, D.R.D.A. ________________ District.
a)Name of the Work Supply and installation of Sports Materials to the School Sports Centres for AGAMT Village Panchayats for the year 2007-08 in _ _ _ __ _ _ _ _ _ District,
b)Tender reference
c)Place of Delivery List of AGAMT Village Panchayats for which supplies have to be made is furnished in Annexure-I
2
d)Rate Contract Period The Rates shall be valid for one year from the date of execution of agreement
Tender documents availability place and due date for obtaining tender
On all working days from ……. to …….. (upto 5.45 pm) from the address mentioned in (1). Alternatively, Tender documents can be downloaded from the designated website free of cost.
3
Cost of Tender Document
Rs.500/- per Tender Document inclusive of Taxes
4 Earnest Money Deposit (EMD)
Demand Draft or Banker’s Cheque or irrecoverable Bank Guarantee/ for each package in the name of the District Collector/Chairman, District Rural Development Agency…………. District.
5 Pre-Bid meeting On / /2007 at 11.00 AM (as per office clock) at the address mentioned in (1)
6 Date, Time and Place of Submission of Tender
Up to 3.00 p.m on / /2007 (as per office clock) at the address mentioned in (1)
7 Date, Time and Place of opening of Technical Bid
On / /2007 at ….PM (as per office clock) at DRDA, ------------- district.
Bidders Signature with seal
3
8
Other important criteria specified by the Tender Inviting Authority: a). Eligibility Criteria:
• The Tenderer should be a dealer in Sports Goods for the last five years. Necessary Audited Balance Sheet and Profit and Loss Account should be produced as proof, while submitting the Tender Documents.
• The total turn over of the supplier/company should be a minimum of Rs.10 Lakhs per year in each of the last 3 financial years. For the proof of turn over, copies of sales tax/income tax assessment orders for the past 3 years attested by a Chartered Accountant or sales tax/income tax Annual returns attested by the Chartered Accountant filed for the last 3 financial years should be enclosed.
• In the price bid, the price of a Single Sports Centre as a whole should be quoted by the bidder. Component-wise break up should not be quoted at the bidding stage. The price should be common for a package irrespective of the location of the Sports Centre in the Package.
• Each bidder should quote a minimum of 60% of total number of centres of the package to be eligible for the bidding process.
b) Two cover System will be followed and the Bidders are required to submit Technical bid and Price bid in separate covers and both of these covers should be enclosed in another separate cover. c). The successful tenderer should furnish security deposit of 3% (three per cent) of the contract value (including value of EMD) before executing the agreement. d). Special Conditions
• The bidders should exhibit samples of the following sports articles at the time of opening of Technical bids at the DRDA's Office: 1. Ball and net for Volley ball 2. Ball, net and racket for Ball Badminton, 3. Net and ring for Tennicoit, 4. Chess Board and kit for Chess, 5. Carrom Board, coins and strikers for Carrom 6. Practice Net, Cricket ball, one stump and a bail, cricket bat, batting pad, batting gloves, wicket keeper leg guard, wicket keeper gloves, batting gloves, abdominal guard, helmet, kit bag and a sample of the floor mat for Cricket, 7. Net and ball for Foot ball, 8. Net, cork ball, hockey stick, goal keeper kit (Helmet, kit bag, leg guard, kicker, arm guard, shirt synthetic, abdomen guard, gloves for left and right hand, goal keeper short synthetic and shin guard) for hockey, 9. Ball for Basket ball, 10. Bat and balls for Table tennis.
• Guarantee for one year should be agreed upon by the contractor for non-consumable items.
• If any sub-standard materials are supplied, they should be replaced at tenderer’s own cost within the stipulated time. Likewise, if any materials are received in damaged condition, they will have to be replaced by the tenderer at his own cost.
• The bidders should give an undertaking at the bidding stage itself that if he is selected he has to put up one model sports centre within 30 days issuance of work order. After the receipt of the approval by the District level Sports Committee the Bidder should complete 30 % within two months, 60% within 3 months, 80% within 4 months and 100% within 5 months from the date of approve of the model Sports Centre by the District level Sports Committee. The
Bidders Signature with seal
4
bidder should also give an undertaking agreeing to the condition that if he fails to adhere to any of the milestones (like setting up of Model Sports Centre and other deadlines indicated above), the District Collector will issue a show-cause notice for cancellation giving 15 days time to him. At the end of this time limit, the District Collector reserves the right to pass orders of cancellation of otherwise based on merits.
• Payment for a Sports Centre will be made only after supply and proper installation of all components within a Sports Centre is fully completed. If a particular Sports Centre is not fully completed, no part payment will be made for that Sports Centre. Where some components of sports centre cannot be put up at a particular place, it should be installed in another suitable location in the Village.
4. GENERAL INSTRUCTIONS
4.1 The Bidders are requested to examine the instructions, terms & conditions and
specifications given in the Tender. Failure to furnish all or any of required information
in every respect will be at the Bidder's risk and may result in the rejection of their bid.
4.2 Clarifications in the Tender
a) A prospective Bidder requiring any clarification in the Tender may address the
Tender Inviting Authority by letter or by Fax. The District Collector/Chairman will
respond in writing to any request for clarification in the Tender.
b) A pre-bid meeting will be held for addressing the clarifications of the Bidders on the
date and time mentioned in the Tender. The Bidders are requested to participate in
the pre-bid meeting and get the clarifications.
4.3 Any offer made in response to this tender when accepted by District
Collector/Chairman, DRDA, ------ district will constitute a contract between the
parties.
5. List of AGAMT Panchayats for the year 2007-08 where School Sports Centre are to be established. The name of the Village Panchayats where School Sports Centres are to be established is
furnished in the Annexure – I . The name of the Village Panchayats will be mentioned to the bidder
while placing the work order. The bidder shall guarantee the quality of sports materials as per the
specifications mentioned in Annexure – II.
Bidders Signature with seal
5
6. TENDER COST AND EMD:
6.1. Cost of Tender Document:
a) The cost of Tender document is Rs.500/- (Rupees five hundred only) inclusive of all
Taxes. The Tender document is not transferable to any other Bidder.
b) The Tender document cost may be paid only by Demand Draft in favour of the District
Collector/ Chairman, DRDA payable at ----------- District. Cash and Cheque will not be
accepted.
c) The Tender document may however be downloaded in the designated website at free of
cost.
6.2. EMD Amount and Mode of Submission:
a) An EMD amount of Rs. ………… (Rupees …………) should be submitted along with
Technical Bid by way of Demand Draft / Banker's cheque / irrevocable bank
guarantee with a validity of 9 months drawn in favour of the District Collector
/Chairman, DRDA payable at ----------- District.
b) The EMD amount of the unsuccessful Bidders will be returned after the acceptance
of the successful Tenders within a reasonable time.
c) The EMD amount held by the District Collector/Chairman till it is returned to the
unsuccessful Bidders will not earn any interest thereof.
d) The EMD amount of successful Bidders will be retained as a part of Security
Deposit (SD) for successful execution of the project.
e) Any bid not secured with the EMD amount will be rejected by the District Collector,
------------ district as non-responsive.
f) The EMD amount shall be forfeited if :
A Bidder withdraws the bid during the period of bid validity specified in the
tender (or) in the case of the successful Bidder, if the Bidder fails to sign the contract or
to remit Security Deposit and also fails to adhere the time schedule for installation and
completion of Sports Centre as per the conditions mentioned in the Sl.No.3.8.
6.3. Cost of Bidding
The Bidder shall bear all costs associated with the preparation and submission of its
bid and the buyer will, in no case, be responsible or liable for these costs, regardless of the
conduct or outcome of the bidding process.
Bidders Signature with seal
6
7. SUBMISSION OF TENDER
Submission of Tender - Two cover bid system will be followed:
7.1 General Instructions:
a) The Tender envisages two stage Bid system viz. (1) Technical Bid and (2) Price
Bid.
The first stage enables the buyer to know whether the Bidder is technically competent
and capable of executing the order. The Tenderers should exhibit the samples of sports
articles at the time and place specified by the tender inviting authority at the time of
opening the technical bid. Only those who qualify in the first stage would be eligible to
take part in the second stage viz. Price Bid. The Price Bids of Bidders who failed in the
first stage will not be opened.
b) The bids should be submitted in two envelopes viz.
Envelope-A: Technical Bid / PART - A
Envelope-B: Price Bid / PART – B
c) If the tender is made by an individual it shall be signed with full name and his full
address shall be given. If it is made by a firm, it shall be signed with the Co-
partnership name by member of the firm, who shall also sign his own name and the
name and address of each member of the firms shall be furnished.
7.2 Details to be furnished in the Envelope-A Technical Bid:
a) Crossed Demand Draft / Bankers' cheque/irrevocable bank guarantee towards EMD
Amount.
b) Specifications for supply and installation of Sports materials as per Anexure- II along
with the consent to supply the materials as per the specifications.
c) Number of sports centres offered to be installed by the bidder in the package
– Annexure III.
d) Undertaking to put up Model Sports Centre and to complete the installation as per the time schedule – Annexure IV e) Letter of Authorisation for signing the Tender document.- Annexure – V
f) Details to be furnished by the bidder – Annexure VI
Bidders Signature with seal
7
g) The Bidder shall furnish as part of the bid, documents establishing the Bidders
eligibility to bid and its qualifications to perform the Contract if their bid is accepted.
h) All the required documents for Eligibility Criteria and other documents wherever
insisted in the Tender.
7.3 Signing of Bids
a) The bids shall be typed or written in indelible ink and shall be signed by the Bidder
or a person or persons duly authorised to bind the Bidder to the Contract. All pages
of the bid shall be signed by the person or persons signing the bid.
b) Any alterations or corrections shall be treated valid only if they are authenticated by
full signature by the persons or person authorised to sign the bid. Tender
documents should be free from overwriting.
7.4 Details to be furnished in the Envelope- B Price Bid:
Firm Prices must be quoted only in the format as given in the Price Bid Form (Please
see the “PART-B- PRICE BID”). Price quoted for a Sports Centre in a package
inclusive of supply of sports materials and proper installation of the School Sports
Centre on FOR basis shall be applicable for all AGAMT Village Panchayats of the
package of ------- district.
The Price quoted should also include excise duty, surcharge, VAT, freight, Octori,
transit insurance, loading, unloading proper installation at site and any such other
levies that may be applicable to the centres furnished in the work order. The price of
a Single Sports Centre as a whole should be quoted by the bidder. Component-
wise break up should not be quoted at the bidding stage. The price should be
common for a package irrespective of the location of the Sports Centre in the
Package.
7.5 Mode of Submission:
a) Both the covers must be sealed separately and super scribed with Tender number,
due date and Name of the Envelope on the respective covers (Technical bid / Price
bid). Both Envelopes viz. (Envelope-A- Technical bid, Envelope-B – Price Bid) must
be put in a Separate cover, duly sealed and must be superscribed “Tender for the
supply and installation of Sports materials to the School Sports Centre for AGAMT
Bidders Signature with seal
8
Village Panchayats for the year 2007-08 in ………….. District. It shall be addressed
to the Collector /Chairman, DRDA, district.
b) The Tendered sealed cover must be dropped in the Tender box kept at o/o of
DRDA, ------ District on or before the due date and time.
c) Alternatively, the Tenders must reach Collector /Chairman, DRDA, …………..
District on or before the due date and time by registered post/courier. The District
Collector / Chairman, DRDA, ---- district will not be liable or responsible for Postal /
Courier delay, if any.
d) The Tenders received after Due Date and Time or Unsealed or incomplete shape or
Tenders submitted by Facsimiles (FAX) or by Electronic mail will be summarily
rejected.
e) A Bid once submitted shall not be permitted to be altered or amended.
8. OPENING OF TENDERS
8.1 Tender Opening:
a) Tenders will be opened at the prescribed date and time in the presence of
Bidders or their representatives who choose to be present. The representatives
of Bidders must bring the authorisation letter from the bidding companies for
attending the Tender opening. Not more than two representatives for each
Bidder would be allowed to take part during the bid opening process.
b) Envelope-A containing Technical Bid would be opened first. Eligibility Criteria
such as payment of EMD and compliance with pre-qualification conditions will
be checked. The supporting documents would be cross checked wherever
required.
c) Only the Technical Bid will be opened on the due date.
d) The Tenderers should exhibit the samples of sports articles at the time and place
specified by the tender inviting authority at the time of opening for evaluating
the technical bids.
e) The date, time and venue of opening the Price Bid will be intimated separately.
f) Tenders non -compliant with any of the tender terms will not be considered for
the next stage i.e. for opening of the Price Bid.
Bidders Signature with seal
9
8.2 Period of Validity of Bids
a) Bids shall remain valid for a period of 90 days after the last date for bid
submission mentioned in the Tender. If the bid validity is shorter than 90
days, the bid will be rejected as non-responsive.
b) In exceptional circumstances, the Purchaser may solicit the Bidder's consent
for an extension of the period of validity. The request and the responses
thereto shall be made in writing. If EMD is provided in the form of Bank
Guarantee, it shall also be suitably extended.
9. TENDER EVALUATION CRITERIA:
The evaluation of Tenders will be done by the District Collector/Chairman as detailed
below:
9.1. Technical Bid evaluation.
Bidders will be eligible for further processing only if they fulfil the following criteria:
a) Compliance with specification and capacity requirements.
b) Submission of EMD for the District for which a quote is submitted.
c) Compliance with the eligibility criteria indicated in Sl. No.3.
The Tenders, who do not conform to the Specifications or Tender conditions or
Tender from companies/firms without adequate capabilities for supply shall be rejected.
The Eligible Bidders alone will be considered for further evaluation.
9.2 Price bid evaluation :
Opening of Envelope-B Price Bid:
Bidders who are qualified in Technical Bid (Envelope-A) only will be called for Price
Bid opening. The technically qualified Bidders alone will be informed of the date and time of
opening of the Price Bid and their Price Bids alone will be opened on the due date and time
in the presence of the Bidders or their authorised representatives who choose to be present.
The decision of the District Collector / Chairman, DRDA will be final in this regard.
Bidders Signature with seal
10
9.3 Determination of the lowest evaluated price:
In determining the lowest evaluated price, the following factors will be considered as
per Tamilnadu Transparency in Tender Act.
a. The Price Bid evaluation shall only consider the net rate including excise duty,
surcharge, VAT, freight, Octroi, transit insurance, loading, unloading, installation at
site and any such other levies that may be applicable. Also the price quoted should
include all the components of sports centre. The price should be the same
irrespective of the location of the centre in the package.
b. As per rule 31 (4) of Tamilnadu Transparency in Tender Rules, 2000, the District
Collector shall place orders on the L1 tenderer for 60% of the total number of sports
centres at L1 price. The District Collector will place orders for remaining centres to L2
etc provided he matches L1 prices.
c. The original tender document containing all pages issued from this office should be
filled up in complete shape and participate in tender. No pages should be removed
from this original tender document.
d. The rates should be quoted in the prescribed form of ‘Part B’. If the rates are not
quoted in the ‘Part B’, the tender will be liable to be rejected summarily.
10. NEGOTIATION
The District Collector/Chairman, DRDA reserves the right to negotiate with the Bidder
whose offer is the lowest evaluated price strictly according to the Tamil Nadu Transparency
in Tender Rules 2000.
a) The Bidder supplying Sports materials must assure same performance results or
better results as compared to the technical specification.
b) The District Collector/Chairman, DRDA, ------ district reserves the right to reduce or
increase the quantity requirements ordinarily to an extent of 25% of the Tendered
quantity as per the provisions of Rule 14(9) of Tamil Nadu Transparency in Tender
Rules, 2000.
Bidders Signature with seal
11
11. ACCEPTANCE OF TENDER
a) The final acceptance of the Tender is entirely vested with the District
Collector/Chairman, DRDA who reserves the right to accept or reject any or all of the
Tenders in full or in part.
b) After acceptance of the Tender by the District Collector/Chairman, DRDA the Bidder
shall have no right to withdraw his Tender or claim higher price. The Tender
accepting authority may also reject all the Tenders for reasons such as changes in
the scope of procurement, lack of anticipated financial resources, court orders,
accidents or calamities and other unforeseen circumstances.
c) After acceptance of the Tender, the District Collector/Chairman, DRDA would issue
Letter of Acceptance (LOA) only to the Successful Bidders.
d) The delivery period including installation of sports centre accepted will be counted
from the date of issue of the “Work Order” along with consignee addresses.
12. PAYMENT OF SECURITY DEPOSIT (SD):
a) The Successful Bidders will be required to remit the Security Deposit
equivalent to 3% (Three percent) of the total contract value, inclusive of EMD
amount. The SD should be paid by way of Demand Draft payable in favour of
District Collector / Chairman, DRDA payable at ……… district or in the form
of unconditional irrevocable Bank Guarantee, which is valid upto two years
plus contract agreement period.
b) In case, the successful Bidder paid the Security Deposit by way of Demand
Draft, the Security Deposit will be released to the successful Bidder only after
successful completion of the contract agreement period plus 90 days. The
Security Deposit held by the District Collector/Chairman till it is released to
the successful Bidder will not earn any interest thereof.
13. EXECUTION OF AGREEMENT:
a) The successful Bidder is required to execute Supply Agreement for fulfilment
of the contract in stamp paper (Please see “Model form of
Agreement/Contract”- Part-C). Along with the Agreement, the required
Security Deposit shall be remitted.
Bidders Signature with seal
12
b) The Successful Bidder shall not assign or make over the contract, the benefit
or burden thereof to any other person or persons or body corporate for the
execution of the contract or any part thereof.
14. WORK ORDER:
After successful execution of the Agreement and payment of Security
Deposit, “Firm work Order” for the supply and installation of Sports Materials to the
School Sports Centres for AGAMT Village Panchayats for the year 2007-08 in ………
District will be issued to the successful Bidders by the District Collector/Chairman,
DRDA, …….. district.
15. BILLING:
The Successful Bidder shall raise the invoice for the supply and installation of
Sports materials to the School Sports Centres in the name of DRDA or in the name
of an Agency indicated in the purchase order.
16. Supply and installation of Sports materials to the School Sports Centres
a) Each of the successful bidders will put up initially one Model Sports Centre within
a period of 30 days of the issuance of work order . The successful bidder should complete
30% of the total numbers ordered within 2 months, 60% within 3 months, 80% within 4
months and 100% within 5 months from date of approval of the Model Sports Centre by the
District level Sports Committee (DLSC) The time frame for installation of Sports Centre is
also indicated in the table given underneath:
Sl.No.
Time period Reference Cumulative percentage of Sports Centres to be set up
1 Within one month
From the date of issue of work order
One Model Sports Centre
2 Within 2 months 30%
3 Within 3 months 60%
4 Within 4 months 80%
5 Within 5 months
From the date of approval of Model Sports Centre by DLSC
100%
Bidders Signature with seal
13
b) If the bidder fails to adhere to any of the above milestones (like setting up Model
Sports Centre and other deadlines indicated above), the District Collector will issue a show-
cause notice for cancellation giving 15 days time to the Contractor. At the end of this time
limit, the District Collector, reserves the right to pass orders of cancellation or otherwise
based on merits.
17. PAYMENT TERMS
Payment for a Sports Centre will be made only after supply and proper installation of all
components within a Sports Centre is fully completed. If a particular Sports Centre is not fully
completed, no part payment will be made for that Sports Centre. Where some components of
sports centre cannot be put up at a particular place, it should be installed in another suitable
location in the Village.
18. PENALTY CLAUSE
a. Forfeiture of EMD/SD: If the successful Bidder fails to act according to the
Tender conditions or withdraws the offer after their tender has been accepted,
their EMD/SD will be forfeited to the District Collector/Chairman, DRDA.
b. If the accepted Bidder fails to remit the SD within the above said period, the
EMD remitted by him will be forfeited to the District Collector/Chairman and their
Tender will be held void. The District Collector/Chairman will have the right to
divert the order to other Bidders.
c. Penalty for delay in supply and installation:
In case of delay of 30 days beyond the stipulated 6 months period, 5% of the total
value of the defaulted quantity will be claimed as penalty. In case of delay between
30-60 days, 10% of the total value of the defaulted quantity will be claimed as
penalty. For delays beyond 60 days, the work order will be cancelled, Security
deposit forfeited and contractor black listed. However, as earlier mentioned, the
District Collector can cancel the contract if any of the milestones as referred to earlier
are not achieved in the intermediate period.
Bidders Signature with seal
14
d. Violation in Terms and Conditions.
For any violation in terms and conditions maximum penalty of blacklisting the
Bidders besides recovery of cost plus 100% penalty and forfeiture of Security Deposit
would be imposed.
19. RELEASE OF EMD:
The EMD amount paid by the Successful Bidder will be adjusted towards the
part of Security Deposit payable by him. The EMD amount of the unsuccessful
Bidder will be refunded after finalisation and issue of firm purchase order to the
Successful Bidder.
20. RELEASE OF SECURITY DEPOSIT:
The Security Deposit will be refunded to the Successful Bidder on completion of
installation including entire supply of materials, subject to satisfaction of the DRDA.
Such completion would be arrived at when the entire quantity of Sports material is
supplied by the Bidder as per the contract agreement plus 90 days.
Bidders Signature with seal
15
Annexure – I List of AGAMT Panchayats for the year 2007-08 where
School Sports Centre are to be established
Name of the District:
Sl. No.
Name of Block Name of the Village Panchayat where School Sports Centre is to be established
Total …….. Nos.
(The above data is to be furnished by the District Collector).
Bidders Signature with seal
16
(Part A – To be enclosed in Envelope A)
Annexure – II
Specifications for Supply and installation of sports materials for the School Sports Centre for AGAMT Villages for the year 2007-2008
Sl.No Description Quantity
per Sports Centre
1 VOLLEY BALL - 1 Set
(a)
Manufacturing, supply and erection of Volley Ball post with ISI standard “C” Class GI Pipes of 3” Inner dia with a height 2.43m for men and 2.24m for women above ground level, a minimum depth of 60Cm pipe with welded clamps to be fixed below ground level and Concreted with CC 1:2:4 mix. Each pole provided with 2 Nos of 3” pulleys with 1 No of Ratchet and 1 No hook including painting with best quality white enamel paint over the priming Coat.
1 pair
(b)
Standard approved quality net shall be of 1m wide and 10m long with the mesh of 10Cmx10Cm of double thread thickness and 5Cm wide canvas or Rexin stitched over the top and bottom and a flexible cable passes through the Canvas / Rexin at upper edge of the net . (Two nos. will be supplied and one no. will be spare)
2 Nos.
(c)
Flexible Antenna 1.80m height and 10mm in diameter made of fiber glass or similar materials place on the outer edge of the side band 80Cm of each antenna extends above the net and marked with 10Cm strips width having contrasting colours such as Red and White alternately.
2 Nos.
(d)
Volley Ball of combination Colour made up of flexible leather or Synthetic leather case with a bladder inside made up of rubber or a similar material of circumference 65 to 67 Cm weight of 260 to 280Gms. Inside pressure is 0.30 to 0.325 Kg/Cm2 . (Casco/ Sparten/Nivia/Mikesa or equivalent make – Synthetic- No 4 Size hand sewn).
Note : The permanent border for Volley Ball outer boundary 18m X 9m lines is essential. It has to be done by using floor brick tiles. It should be buried in the ground level.
3 Nos.
I agree to supply and install all the sports materials
mentioned above, to the above specifications in each Sports Centre.
Bidders Signature with seal
17
2
BALL BADMINTON – 1 Set
(a)
Manufacturing, Supply and erection of Ball Badminton post (Non Consumable) with ISI standard “C” class GI pipe of 1½” inner dia with a height of 2m above ground level and fixed at a distance maximum 1m out side the court, a minimum depth of 60Cm pipe with welded clamps should be below ground level and Concreted with CC 1 : 2 : 4 mix . Each pole provided with 2” pulleys and 1 No hook provided at 1.50m from ground level and painted with best quality white enamel paint over the priming coat.
1 pair
(b)
The standard approved quality net of 13.50m length and 100cm width with Niwar tape sewn above the net, and shall be made of fine cord to make 2 Cm square mesh all along and shall be edged with Red tape flush at top. It shall be tricoloured(Red, White and Blue) . When tied a central pole of height of 183Cm and two extreme of height of 185Cm to be provided. (Two nos. will be supplied and one no. will be spare)
2 Nos.
(c)
Standard racket weighing above 200 to 250 gms and length of 63 Cm to 70Cm (Narayana / Murthy / Raja make or equivalent) and the gutted elliptical area of 20Cm to 22 Cm across and 24Cm to 27Cm length wise..
15 Nos
The standard Wollen Yellow Ball (JK Super/786 Super/Raja/equivalent make) 22 to 23 gms in weight and 5 to 5.50 c.m. in diameter.
(d)
Note : The permanent border for badminton outer boundary is 24m x 12m. It has to be done by using floor brick tiles. It should be buried in the ground level.
12 Nos.
3 TENNICOIT - 1 SET
(a)
Manufacturing, Supply and erection of Tennicoit post made of ISI standard “C” Class GI Pipe of 1½” Inner dia of height of 6 feet above ground level, a minimum depth of 60Cm pipe to be fixed below ground level and Concreted with CC 1 : 2: 4. mix. Each pole to be provided with 1 No of 2” pulley and 2 Nos of hooks including painting with best quality white enamel paint over the priming coat.
1 pair
(b)
The standard quality net shall be tanned or tarred of 18 feet to 20 feet in length and 18 inches wide. The top of the net shall be 5 feet height and shall be edged at the top with a white tape double and supported by a cord run through the tape and attached to the top of the post. (Tournament Quality – Kay Kay / Falcon / Metco or equivalent make). (Two nos. will be supplied and one no. will be spare)
2 Nos.
I agree to supply and install all the sports materials mentioned above, to the above specifications in each Sports Centre.
Bidders Signature with seal
18
The ring of 7 Inches diameter, 1¼inches thick, weight about 9 ounces to 10 ounces (Vicky / Hans or equivalent make). (c) Note : The permanent border for Tennicoit outer boundary 40 feet X 18 feet lines is essential. It has to be done by using floor brick tiles.
5 Nos.
4 CHESS BOARD AND CARROM BOARD - 1 Set
(a)
Supply of Chess Mate with wooden board on Black and White Checkered sheet 1½ x 1½ feet with large, heavy duty thick plastic (16 White and 16 Black) Chessmen (Tournament Quality).
4 Sets.
(b)
The Wooden Carom Board of size 76 Cm x 76Cm with inner Board frame thickness of 2.5Cm and outer frame 5Cm, Frame width of 6Cm – 7Cm with 4mm thick Plywood Board (Assam/Kerala) with 9 Black, White and Red Carom Coins (3Cm dia / Each) with striker 4 Cm dia and weight 10gm (Tournament Type).
4 Sets
5 CRICKET -1 Set
(a)
Supply of 16 Nos for fixation of practice net of vertical pipes of standard ISI 1½” inner dia and height 10 feet above ground level. A minimum of 60Cm depth of pipe should be below ground level and concreted with CC 1:2:4 mix and painted with approved quality enamel paint over priming coat.
1 Set
(b)
The practice net of length 100ft x 10ft width and made of thick quality machine twisted Nylon material(Key Kay/ Falcon/Metco or equivalent make) – 1 No.
1 No.
(c) One full floor mat of size 66 feet X 6 feet of standard quality with green colour.
1 No.
(d)
Seasoned Cricket bats of Kashmir Willow, with overall length of not more than 38 inches (96.50Cm) and the blade not exceeding 4¼ inches (10.80Cm) in the widest part of the bat (BDM/ SS/BAS/GM or equivalent make) .
5 Nos.
(e)
Cricket Ball with the weight of ball of 5½ ounce to 5 ¾ ounce (155.90gm – 163gms) and circumference of 813/16 inches to 9 inches(22.40 Cm to 22.90Cm) (BDM /SS/BAS or equivalent make).
12 Nos.
(f) Stumps of practice quality – 28 inches (71.10Cm) from the floor, Diameter is 1-3/8 inches to 1½ inches (3.49 Cm to 3.81 Cm).
9 Nos.
(g) Bails of length of 10.95Cm.
6 Nos.
I agree to supply and install all the sports materials mentioned above, to the above specifications in each Sports Centre.
Bidders Signature with seal
19
(h) Batting pad – (PVC legguard with sponge Bolsters and Velcro straps)
4 pairs
(i) Batting gloves – light weight with fabric twin colour Nylon gusseted side Velcro fastners.
4 pairs
(j) Wicket keeper legguards –PVC Velcro fastners with wicket keeper Gloves with leather palm made of Sambar leather.
1 pair.
(k) Abdominal guards of Alkathene shield strip on standard quality. 4 Nos.
(l) Helmet cloth covered with grill poly propylene shell with EVA padding.
2 Nos.
(m) Kit bag of large size made of Tetron Cloth and full plastic Zip 27”X12”X12” size.
1 No.
6 FOOT BALL – 1 Set
(a) Fabricating, Supply & erection of Foot Ball Post Made of B class GI pipes size of 4” dia. Length – 7.3 m, Height- 2.44m from the ground level. Backside of the goal post hooks for net should be produced for every 6”. The box type back support is essential for to hold the net. It is made of 1.25” B Class G.I Pipe. One coat of red oxide and two coats of UV protected best white enamel. 2 feet extra provision with foundation clamps for concreting both sides.
1 pair
(b) Net (All Double Box type Nylon tournament machine twisted). 1 pair
(c) Foot Ball- (Nivia/ Cosco/ Nike/ equivalent make).
6 nos
7 HOCKEY -1 Set
(a) Fabricating, Supply & erection of Hockey Goal Posts made of B class GI pipes size of 2” x 2 square 16 SWG CR pipe with board fixed in the ground. Length 12 feet. Height – 7 feet from the ground level. Inside the goal posts backboard 25mm thick and 8” in height made of wood is placed. One coat of red oxide and two coats of UV protected white enamel. 2 feet extra provision with foundation clamps for concreting for the both sides.
1 pair
(b) Net (All Double Box type Nylon make machine twisted). 1 pair
(c) Cork Ball (weight- 5.5 to 5.75 ounce). 12 Nos.
I agree to supply and install all the sports materials mentioned above, to the above specifications in each Sports Centre.
Bidders Signature with seal
20
(d) Hockey Stick (maximum weight of the stick is 28 ounce – made of Malburry wood – Midi style – 37” height).
30 Nos.
Goalkeeper Kit consists of Common Helmet, golly bag, leg guard, kicker, Arm guard, golly shirt synthetic, Abdomen guard, golly glouse for left and right hand, golly short synthetic, shin guard – (Vampire/Rakshak /Tharanga /equivalent make).
1 set
8 BASKET BALL POST - 1 Set
(a)
Fabricating Supply & erection of Basket Ball Post - Basketball 6" pipe System made of 6" pipe with 14swg 1” x 1” square CR pipe 16 SWG double cross support for extra strength. Water proof Board of size 1.80 x 1.20 x 30mm thickness with steel frames fitted in the main frame. One coat of red oxide and two coats of UV protected white enamel. The basket ring is coated with orange colour best enamel paint in the size of 45cm dia and 20mm thick.3 feet extra provision with flange in top (flange dimension given below) and foundation clamps for concreting. The Vertical height of the post is 92”. From the vertical post to extension is 2.2 meter. The angle between the vertical and horizontal is 105 degree. The ring from the floor height is 10 feet. A 2 feet dia, 6mm thick round flange with cross supports will join the concrete and the vertical post by using ½” bolts and nuts of 6 nos. The flange will be placed both the concreting pipe as well as vertical post also. The borderline made by laying terrace bricks size of 1” thick up to the ground level. (Distance between the Post and the court end line is 1 mtr.) – 1 set
1 pair
(b) Basket Ball (Cosco or Spurten or equivalent make) – weight 600gms to 650gms – moulded rubber- Size No 7. Circumference of the ball 75-78cms.
6 nos
(c) Net (Cotton Net) 1 pair.
9 TABLE TENNIS – 1 Set
(a) Supply of Table Tennis Board Fully assembled Foldable – Stag/ stiga/equivalent make Table with wheels approved by T.T.F.I. Wheel size: 75mm.Frame size: 40x25mm steel tube Top Size: 18mm.Regulation size: L-2740mm x W-1525mmx H - 760mm
1 No.
(b) Net (Tournament type) (Two nos. will be supplied and one no. will be spare)
2Nos.
Bat -Play sets economy Bats of 1.50 thick rubber. 8 Nos.
I agree to supply and install all the sports materials mentioned above, to the above specifications in each Sports
Centre.
Bidders Signature with seal
21
(c) Balls – 40mm Seamless match Balls (Stag or stiga or equivalent
make) orange colour - PACKING. Approved by I.T.T.F.
12 Nos.
10 SHOT-PUT, JAVELIN THROW, DISCUSS THROW – 1 Set
(a) Supply of SHOT-PUT –Cast iron-6kg- for Boys –Cast iron-4kg- for Girls
1 No. each for boys &
girls (b) Javelin throw:
Supply of Bamboo pointed with steel and center rope grip (Olympia / Nelco / equivalent make) –700 gms -1no, (for Boys) and 600 gms for girls.
1 No. each for boys &
girls
(c) Supply of DISCUSS made of wooden with steel ring (Nelco /BSI or equivalent make) – Economy- 1.5 kg for boys & 1kg for girls)
1 No. each for boys &
girls 11 HIGH JUMP AND LONG JUMP (Non Consumable) – 1 Set
(a) Supply of the High Jump metal potable stand (upright) made of standard quality with height adjustment including painted with best quality enamel paint.
1 set
(b) The standard quality aluminium cross bar of length 3.58m to 4.02m and dia 30mm. The semicircular end pieces of 2.90cm to 3.50cm dia. and length of 15Cm to 20Cm. It should be colour painted for sharp visibility – 2 Nos.
2 Nos.
(c) The Standard practice quality wooden long jump take off Board of length 1.21m to 1.22m and width of 20 Cm and 10Cm thick painted with White enamel paint over a priming coat. (The Sand pit provided of size 5m length, 3m wide and 30Cm depth) – 1 set
1 set
12 PULL UP BARS - (Non Consumable) -1 Set
Fabricating supply and erection of 2 Nos of adjustable vertical pipes of standard ISI quality “C” Class GI Pipes of 1½ inches inner dia and 7 feet height above ground level, a minimum depth of 60Cm pipe should be below ground level and concreted with CC 1:2:4 mix and painted with best quality enamel paint over the priming coat.
1 set
13 PARALLEL BAR – (Non Consumable) -1 Set
Fabricating supply and erection of parallel bars with 4 Nos of vertical pipes, 2 Nos of Horizontal Pipes with Standard ISI quality “C” class GI pipes of 50mm dia and 1.5m above ground level, a minimum depth of 60Cm pipe should be below ground level and concreted with CC 1:2:4 mix. The GI pipes shall be painted with best quality enamel paint over the priming coat – 1 set
1 set
I agree to supply and install all the sports materials mentioned above, to the above specifications in each Sports
Centre.
Bidders Signature with seal
22
14 BENCH PRESS (NON-CONSUMABLES) – 1 set
(a) Fabricating, Supply and Erection of Bench Press made of 3”x 1.5” rectangle pipe & 3.5”x 2”, 2” square B class CR pipes painted with best quality white Enamel Paint. Seat made of 1.5” cushioning covered with high quality resin, and size of the Seat 36” x 12”. 1” thick B class Pipes with collars for weight plates. Inclusive of 50 kgs weight plates (10kgs x2nos, 7.5kgs x2 nos, 5kgs x 2nos & 2.5kgs x2 nos).
1 set
(b) Dumbbells – 1 set
5 kg-1 pair, 4 kg-1 pair, 3kg-1pair, 2kg-1pair.
I agree to supply and install all the sports materials mentioned above, to the
above specifications in each Sports Centre.
Bidders Signature with seal
23
(Part A – To be enclosed in Envelope A)
Annexure – III
No.of Sports Centre offered to be put up by the bidder in the package
No.of Sports centre to be put up by
the bidder in the package – Nos.
(The bidder should quote a minimum of 60% of the total number of
Sports Centre in the package)
Bidders Signature with seal
24
(Part A – To be enclosed in Envelope A)
Annexure – IV
Undertaking to put up Model Sports Centre and to complete installation as per Time Schedule
***** I/We …………………………. if selected undertake to put up one model Sports centre
within 30 days of issuance of work order. I/we will complete 30% of the total numbers
ordered within 2 months, 60% within 3months, 80% within 4 months and 100% within 5
months from the date of approval of the Model Sports Centre by the District Level Sports
Committee for quality supply and installation of Sports materials to the Sports Centre.
I/We………………………… agree to the condition that if I/we fail to adhere
to any of the above milestones, the District Collector will issue a show cause
notice for cancellation giving 15 days time to me/us. At the end of this time limit,
the District Collector will reserve the right to pass orders of cancellation or
otherwise based on merits.
Bidders Signature with seal
25
(Part A – To be enclosed in Envelope A)
ANNEXURE – V
Letter of Authorisation for signing the Tender document
To The District Collector / Chairman, DRDA, ------------ District. We hereby authorise ________________________________________
(type the Name and Address of the Bidder) to submit a Bid and subsequently negotiate and
sign the contract with the purchaser against Tender Ref.:----------------------------------------------.
We hereby extend our full guarantee for the sports materials offered for supply by the above
company against this Tender.
(Signature for and on behalf of the Supplier/Company)
Place:
Date :
Note:-
a. Competent Authority of the Manufacturer should issue letter of Authority.
b. Signature of the Authorised person should be attested
Bidders Signature with seal
26
(Part A – To be enclosed in Envelope A)
Annexure VI
DETAILS TO BE FURNISHED BY THE BIDDER
The Bidder shall furnish the following details without fail:
1
Name of the Bidder with address, Phone
No. and Fax No.
:
2 Year of commencement of business
:
3
Whether the copies of audited annual Balance Sheet and profit and loss account for the last 5 financial years are enclosed ?
:
Yes / No
Year Amount Rs.
4
Annual Turn over of the company for the last 3 years
: 2004-05
2005-06
2006-07
5
Whether as proof of turn over, copies of sales tax/income tax assessment orders for the past 3 years attested by a Chartered Accountant or sales tax/income tax Annual returns attested by the Chartered Accountant filed for the last 3 financial years are enclosed ?
Yes / No.
6 a) Old TNGST number or equivalent b) VAT – Tax Identification number (TIN), c) Central Sales Tax No. d) Income Tax Pan No.
:
7 Whether copies of references mentioned the Sl.No.6 (above) are enclosed
Yes /No
8 EMD details a) Form of EMD b) Amount c) Instrument No. d) Bank on which instrument drawn
9 Whether Bidder agrees to exhibit the following samples on the date of
Bidders Signature with seal
27
opening of Technical Bids at the DRDA , Office:
a) Ball and net for Volley ball
Yes/No.
b)Ball, net and racket for Ball Badminton,
Yes/No.
c). Net and ring for Tennicot,
Yes/No.
d) Chess Board and kit for Chess,
Yes/No.
e) Carrom Board, coins and strikers for Carrom
Yes/No.
f) Practice Net, Cricket ball, one stump and a bail, cricket bat, batting pad, batting gloves, wicket keeper leg guard, wicket keeper gloves, batting gloves, abdominal guard, helmet, kit bag and a sample of the floor mat for Cricket,
Yes/No.
g) Net and ball for Foot ball,
Yes/No.
h). Net, cork ball, hockey stick, goal keeper kit (Helmet, kit bag, leg guard, kicker, arm guard, shirt synthetic, abdomen guard, gloves for left and right hand, goal keeper short synthetic and shin guard) for hockey,
Yes/No.
i) Ball for Basket ball,
Yes/No.
i) Bat and balls for Table tennis.
Yes/No.
10 Whether undertaking to put up Model Sports Centre and to complete installation as per Time Schedule is enclosed.
Yes/No.
Bidders Signature with seal
28
Part B (To be enclosed in Envelope B)
GOVERNMENT OF TAMIL NADU
Price Bid (Part B)
Rural Development and Panchayat Raj Department
District Rural Development Agency, ------------- District
ANAITHU GRAMA ANNA MARUMALARCHI THITTAM 2007-2008
(AGAMT)
Tender Documents
Name of the Work : Supply and Installation of Sports Materials to the School Sports Centres for AGAMT Village Panchayats for the Year 2007-2008 in --------- District.
Net Cost per Sports Centre (inclusive of all kinds of taxes and installation charges) in Rs. in words and figures.
:
Number of Sports Centres offered to be put up in the package.
:
Total Cost of the Sports Centres in Rs. in words and figures.
:
Bidders Signature with seal
29
To be signed only with successful Bidders
Part - C
(MODEL FORM OF CONTRACT/AGREEMENT)
To be executed on a Rs. 20/- Non-judicial Stamp paper by the Successful Bidder
for the Supply and installation of Sports materials to the School Sports Centres for AGAMT
Village Panchayats for the Year 2007-2008 in --------- District under “Composite turn key
Supply cum Installation contract’ (NO FIGURES IN NUMERALS OR WORDS SHALL BE
FILLED UP IN THIS MODEL FORM AT THE TIME OF SUBMISSION OF TENDER)
This Deed of Agreement made this … day of ….. 2007, between M/s……. having its
Registered Office at …… represented by its ….., hereinafter called the Successful Bidder on
the one part
AND
DRDA having its office at ………., represented by the District Collector/Chairman,
hereinafter called the Purchaser on the other part.
Whereas the Party of the Second part has invited competitive offers for the supply
and installation of Sports Materials to the School Sports Centre to DRDA, vide G.O.Ms.No.
97, RD & PR Department, dated 13.6.2007, and upon successful bid, the party of the First
Part has offered to supply and install Sports Materials to the School Sports Centre under
“Composite turn key Supply cum Installation Contract at competitive rates.
Now both the parties have agreed as follows:
I. (1) The Successful Bidder agrees to supply and installation of Sports Materials to
the School Sports Centre as in Tender Documents (quantity and rate) to the
Purchaser before the specified date.
2) The price finalised is firm and valid up to agreement period and is not subject to
enhancement on any ground.
3) The Price quoted should also include excise duty, surcharge, VAT, freight, Octori,
transit insurance, loading, unloading, installation at site and any such other levies
Bidders Signature with seal
30
that may be applicable to the centres furnished in the work order. The price of a
Single Sports Centre as a whole is quoted.
4) The sports materials to be supplied under this Contract are to be of the quality as
per specifications and standards as in tender document.
5) If any sub-standard materials are supplied, they should be replaced at tender’s
own cost within the stipulated time. Like-wise, if any materials are received in
damaged condition, they will have to be replaced by the tenderer at his own cost.
6) In the event of any breach of agreement at any time on the part of the Successful
Bidder, the contract shall be determinable by DRDA without compensation to the
Successful Bidder. The contract may also be put to an end at any time by the
Purchaser upon giving seven days notice to the Successful Bidder.
7) This agreement shall remain in force upto ….
8) DRDA reserves the right to reduce or increase the quantity requirements ordinarily
to an extent of 25% of the Tendered quantity as per the provisions of Rule 14(9) of
Tamil Nadu Transparency in Tender Rules, 2000.
II. Supply and installation of Sports materials to the School Sports Centres
a) Each of the successful bidders will put up initially one Model Sports Centre within
a period of 30 days of the issuance of work order . The successful bidder should complete
30% of the total numbers ordered within 2 months, 60% within 3 months, 80% within 4
months and 100% within 5 months from date of approval of the Model Sports Centre by the
District level Sports Committee (DLSC) for the quality of supply and installation of sports
material to the School Sports Centre. The time frame of installation of Sports Centres is also
indicated in the tale given underneath:-
Sl. No.
Time period Reference Cumulative percentage of Sports Centres to be set up
1 Within one month
From the date of issue of work order
One Model Sports Centre
2 Within 2 months 30%
3 Within 3 months 60%
4 Within 4 months 80%
5 Within 5 months
From the date of approval of Model Sports Centre by DLSC
100%
Bidders Signature with seal
31
b) If the bidder fails to adhere to any of the above milestones (like setting up Model
Sports Centre and other deadlines indicated above), the District Collector will issue a show-
cause notice for cancellation giving 15 days time to the Contractor. At the end of this time
limit, the District Collector, reserves the right to pass orders of cancellation or otherwise
based on merits.
III. WORK ORDER:
After successful execution of the Agreement and payment of Security
Deposit, “Firm work Order” for the supply and installation of Sports Materials to the
School Sports Centres for AGAMT Village Panchayats for the year 2007-08 in ………
District will be issued to the successful Bidders by the District Collector/Chairman,
DRDA, …….. district.
IV.GUARANTEE:
The Supplier shall have to guarantee for the materials supplied for non
consumable items for 1 year period from the date of receipt of sports materials as per
specifications mentioned in the Tender Documents.
V. PAYMENT TERMS:
Payment for a Sports Centre will be made only after supply and proper
installation of all components within a Sports Centre is fully completed. If a particular
Sports Centre is not fully completed, no part payment will be made for that Sports
Centre. Where some components of sports centre cannot be put up at a particular
place, it should be installed in another suitable location in the Village.
VI. PENALTY CLAUSE:
a. Forfeiture of EMD/SD: If the successful Bidder fails to act according to the
Tender conditions or withdraws the offer after their tender has been accepted,
their EMD/SD will be forfeited to the District Collector/Chairman, DRDA.
b. If the accepted Bidder fails to remit the SD within the above said period, the
EMD remitted by him will be forfeited to the District Collector/Chairman and
their Tender will be held void. The District Collector/Chairman will have the
right to divert the order to other Bidders.
Bidders Signature with seal
32
c. Penalty for delay in supply and installation:
In case of delay of 30 days beyond the stipulated 6 months period, 5% of the total
value of the defaulted quantity will be claimed as penalty. In case of delay between
30-60 days, 10% of the total value of the defaulted quantity will be claimed as
penalty. For delays beyond 60 days, the work order will be cancelled, Security
deposit forfeited and contractor black listed. However, as earlier mentioned, the
District Collector can cancel the contract if any of the milestones as referred to earlier
are not achieved in the intermediate period.
d. Violation in Terms and Conditions.
For any violation in terms and conditions maximum penalty of blacklisting the
Bidders besides recovery of cost plus 100% penalty and forfeiture of Security Deposit
would be imposed.
VII.GENERAL:
i) The Successful Bidder hereby agrees to get the refund of incentive, excise
duty and proportionate Sales Tax from concerned authorities and pass it on to
DRDA if the Government or any other appropriate agency reduces the Excise
Duty or Sales Tax or give incentive of any type retrospectively after supplying
the Ordered material, failing which action will be taken to recover the balance
amount from the Successful Bidder.
ii) The contract or any part/share of interest in it is not to be transferred or
assigned by the Successful Bidder directly or indirectly to any person or
persons whomsoever without the written consent of the DRDA.
iii) The enclosures, to the Tender Document, viz. the detailed final offer of the
Successful Bidder for every AGAMT Villages of Districts and the purchase
order respectively will form part of this contract. Wherever the offer conditions
furnished by the Successful Bidder are at variance with conditions of this
contract or conditions stipulated in the purchase order, the latter shall prevail
over the offer conditions furnished by the Successful Bidder.
Bidders Signature with seal
33
iv). The Tender conditions and other documents accompanying the Tender
documents will form an integral part of this contract.
v) Any notice to the Successful Bidder shall be deemed to be sufficiently
served, if given or left in writing at their usual or last known place of abode or
business.