Top Banner
1 The Sports Functional Area C/o the Department of Sports and Youth Affairs, Government of Goa for and on behalf of the National Games Organising Committee – Goa Requests for Proposal (RFP) for the Supply of Sports Equipment for Wushu for the 36th National Games, Goa - 2019 (Domestic Tender) Tender No. 26 /NGOC/Sports FA/Domestic/2018-19 Date of Issue: March 9 th , 2019 Last Date of Submission of Bids: April 29 th , 2019 FA Head (Sports), National Games Organising Committee C/o the Directorate of Sports and Youth Affairs Campal, Panaji – Goa (0832) 246-5704 [email protected]
54

The Sports Functional Area

Mar 11, 2023

Download

Documents

Khang Minh
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: The Sports Functional Area

1

The Sports Functional Area

C/o the Department of Sports and Youth Affairs, Government

of Goa

for and on behalf of the

National Games Organising Committee – Goa

Requests for Proposal (RFP)

for the

Supply of Sports Equipment for Wushu

for the 36th National Games, Goa - 2019

(Domestic Tender)

Tender No. 26 /NGOC/Sports FA/Domestic/2018-19

Date of Issue: March 9th , 2019

Last Date of Submission of Bids: April 29th, 2019

FA Head (Sports),

National Games Organising Committee

C/o the Directorate of Sports and Youth Affairs

Campal, Panaji – Goa

(0832) 246-5704

[email protected]

Page 2: The Sports Functional Area

2

Table of Contents

Section I – Project Background and Notice Inviting Tender ....................... 5

Section II: Instruction to Bidders ..................................................................... 8

Section III: Evaluation Process and Criteria ................................................. 27

Section IV – General Conditions .................................................................... 31

Section V - Scope of Supply ............................................................................ 35

Section VI- Scope for Sponsorship ................................................................. 36

Annexure 1 – Agreement Form ..................................................................... 37

Annexure 2 – Form I – General Details ......................................................... 39

Annexure 2 – Form II – Pre-Qualification Response Sheet ........................ 40

Annexure 2 – Form III : Experience Details of the bidder. ........................ 42

Annexure 2 - Form IV : Financial Details of the bidder. ............................ 43

Annexure 3 - Format for Power of Attorney for Signing of Application 44

Annexure 4- Performance Bank Guarantee ................................................. 46

Annexure 5- Schedule of Equipment ............................................................ 49

Annexure 6 – Financial Bid Format ............................................................... 51

Annexure 7 –Format for Compliance Statement ......................................... 53

Annexure 8 - Undertaking by the Bidder stands inserted to the tender. 54

Page 3: The Sports Functional Area

3

Disclaimer

This “Request for Proposal” (“RFP”) for the Supply of Equipment for Wushu for the

36th National Games being held in the State of Goa, India, is issued by the Sports

Functional Area of the National Games Organising Committee, c/o the Directorate

of Sports and Youth Affairs, Government of Goa, on behalf of the Governor of Goa.

This RFP is neither an agreement, nor an offer or invitation to perform work of any

kind to any Party. The purpose of this RFP is to provide interested parties with

information to assist them in the preparation of their Bid.

Whilst the information in this RFP has been prepared in good faith, it is not and does

not purport to be comprehensive or to have been independently verified. Neither the

Sports FA, nor any of its Officers or Employees accept any liability or responsibility

for the accuracy, reasonableness or completeness of, or for any errors, omissions or

misstatements, negligent or otherwise, relating to the proposed Project, or makes

any representation or warranty, express or implied, with respect to the information

contained in this RFP or on which this RFP is based or with respect to any written or

oral information made or to be made available to any of the Recipients or their

Professional Advisers and, so far as permitted by law and except in the case of

fraudulent misrepresentation by the Party concerned, and liability therefore is

hereby expressly disclaimed.

The information contained in this RFP is selective and is subject to updating,

expansion, revision and amendment at the sole discretion of the National Games

Organising Committee. It does not, and does not purport to, contain all the

information that a recipient may require for the purposes of making a decision for

participation in this process. Neither the Sport FA nor any of its officers, employees

undertake to provide any Party with access to any additional information or to

update the information in this RFP or to correct any inaccuracies therein which may

become apparent. Each Party must conduct its own analysis of the information

Page 4: The Sports Functional Area

4

contained in this RFP, to correct any inaccuracies therein and is advised to carry out

its own investigation into the proposed Project, the regulatory regime which applies

thereto and by and all matters pertinent to the Project and to seek its own

professional advice on the legal, financial, regulatory and taxation consequences of

entering into any agreement or arrangement relating to the Project.

This RFP includes certain statements, estimates, projections, targets and forecasts

with respect to the Project. Such statements, estimates, projections, targets and

forecasts reflect various assumptions made by the Management, Officers and

Employees of the Sport FA, which assumptions (and the base information on which

they are made) may or may not prove to be correct. No representation or warranty is

given as to the reasonableness of forecasts or the assumptions on which they may be

based & nothing in this RFP is, or shall be relied on as, a promise, representation or

warranty.

Page 5: The Sports Functional Area

5

Section I – Project Background and Notice Inviting Tender

i. Project Background

a) The National Games (hereinafter referred to as the “Games”) is a premier

multi-discipline sporting event held in the country. As the custodian of the

National Games, the Indian Olympic Association (IOA) has allotted the 36th

National Games to the State of Goa. The National Games is tentatively

scheduled to be held in October– November 2019.

b) The Games are to be held during a 16 day period in 24 venues located across

the State where competitions will be held in 35 Disciplines and 2 Sports

disciplines will be held in New Delhi.

c) National Games Organising Committee (NGOC) is a committee constituted

by the State Government of Goa with the responsibility of organising the 36th

National Games of India.

d) The Director, Directorate of Sports & Youth Affairs, Government of Goa has

been allotted the responsibilities as the Functional Area (FA) Head, Sport

(hereinafter referred to as ‘the Authority’) and is entrusted with procuring

sports equipment and goods for the smooth conduct of the 37 sports

disciplines of the Games. Hence, all correspondence with respect to this RFP

may kindly be carried out with the address mentioned below:

FA Head (Sports),

National Games Organising Committee,

C/o, The Directorate of Sports and Youth Affairs, Campal, Panaji - Goa, India

Phone: (0832) 2465704

Email: [email protected]

Page 6: The Sports Functional Area

6

e) Through this Request for Proposal (RFP), the FA Head (Sport) & Director,

Sports and Youth Affairs, Government of Goa, on behalf of the Governor of

Goa invites Tenders from reputed Manufacturers or Authorised resellers

/Agents /Dealers of the Original Equipment Manufacturer for the sport of

Wushu for the 36th National Games, Goa.

f) The Equipment to be supplied against this tender are detailed in Annexure 5.

g) The Bidders are required to quote for all items detailed in Annexure 6, failing

which the Bid will not be considered for evaluation under that Category.

h) In case the Bidder does not manufacture/ deal in all items of the current bid,

the Bidder may source such items from third party manufacturers/ suppliers

for the purpose of submission to the Authority.

i) The Bidders should quote only in Indian Rupees.

j) The bidders are required to submit their offers online by 29th April, 2019 and

are required to visit the website http://www.etender.goa.gov.in/ or

http://www.tenderwizard.com/GOA for participation in the Bid.

Page 7: The Sports Functional Area

7

ii. Notice Inviting Tender (NIT)

TENDER NOTICE

(E-Tendering Mode only)

Ref. No-DSYA/NG/FA (Sports)/ Sports Equipment / 2018-19

The Directorate of Sports & Youth Affairs as the Sports Functional Area on or behalf

of the National Games Organising Committee invites online bids for

“Requests for Proposal (RFP) for Supply of Sports Equipment for Wushu

for the 36th National Games, Goa - 2019”.

Last date and time for receipt of Tender duly completed in all respect is 29th April,

2019.

For detailed tender notice and participation please visit the eTender website

www.tenderwizard.com/GOA.

For details please contact the Directorate of Sports & Youth Affairs, Campal, Panaji.

For assistance on eTender please contact Mr. Dilip Pai – 08888636107, Email:

[email protected].

The Directorate of Sports & Youth Affairs reserves the right to accept or

reject any or all the tenders in part or full without assigning any reasons.

(Director)

Directorate of Sports & Youth Affairs

Page 8: The Sports Functional Area

8

Section II: Instruction to Bidders

i. Instruction to Bidders for making payment for EMD and Document Fee

The bidders participating in the tendering process have to remit Tender Document

Fee (TDF) and Earnest Money Deposit (EMD) through online Payment Gateway on

portal www.etender.gov.goa.in through any of the following four modes of

payment:

(i) Internet Payment Gateway: Any Bank Visa/ Master Credit Card/ Debit Card

can be used for the payment process.

(ii) Direct Pay/ Internet Banking Payment can be made through the Internet

banking of Axis Bank.

(iii) NEFT/ RTGS (National Electronic Fund Transfer/ Real Time Gross

Settlement): Bidders are required to download NEFT/ RTGS challan and make

payment to dynamically generated Account No. through any Bank.

(iv) OTC (Over the Counter): Bidders are required to download OTC Challan and

make payment to dynamically generated Serial No. through any Authorized Branch

of Axis Bank.

ii. Data Sheet

Sr.

No. INFORMATION DETAILS

1 Non-Refundable Tender Cost and Non-

refundable Tender Processing Fee

Tender Document Fee -

Rs. 6,000/-

Tender Processing Fee –

Rs. 4,000/-

2 Publishing of RFP through e-tender 09-03-2019

3 EMD ₹ 2,50,000.00

Page 9: The Sports Functional Area

9

4 Last date for submission of written

queries for clarifications. 06-04-2019

5 Release of response to clarifications (by

email only) 17-04-2019

6 Date of Pre-Bid Conference 10-04-2019,12 PM

7 Last date and time for the purchase of

online tender document 29/04/2019 at 12 noon

8 Last date (deadline) for receipt of

proposals in response to RFP notice 29/04/2019 at 3:00 pm

9

Place, Time and Date of opening of Pre-

Qualification Bid received in response

to the RFP notice

The Directorate of

Sports and Youth

Affairs, Campal,

Panaji- Goa, India at

03 PM on 03/05/2019.

10

Place, time and Date of opening of

Financial proposals received in

response to the RFP notice

To be intimated later

11 Contact Person for queries

Mr. Cassiano Menino

Dsouza

Asst. Accounts Officer

Mobile 9922541415

Email:

[email protected]

12

Addressee and Address at which

proposal in response to RFP notice is to

be submitted

The Directorate of

Sports and Youth

Affairs, Campal,

Panjim – Goa, India

Phone: (0832) 2465714

Page 10: The Sports Functional Area

10

iii. Pre-Qualification Criteria for Participation

a) The Bidder must be a reputed Manufacturer or an Authorised resellers

/Agents /Dealers of the Original Equipment Manufacturer with prior

experience of having manufactured/supplied Sports Equipment detailed in

Annexure 5.

b) The Bidder should have a minimum average annual turnover of

₹2,50,00,000/- , Specifically from the sale of Sports Goods and Equipment

in the last 3 financial years.

c) The Bidder should have been in the business of Manufacturing/

Distribution of Equipment and Accessories for the past 5 years for

equipment of similar nature to that as detailed in Annexure 5.

d) The Bidder must have successfully supplied majority of the tendered items,

listed in the RFP, for at least 3 major National/International Sporting

Event, recognized by the respective International Sports Federation

/National Sports Federation of India, during the past 5 years.

e) The equipment should be approved/licensed/preferred by the respective

International Sports Federation OR used at the

National/Asian/Continental Championships recognized by the respective

International Sports Federation /National Sports Federation of India.

f) The Bidder should have Income Tax PAN and GST Registration.

g) The Bidder should not have been blacklisted by the Central/ State

Government/s / PSUs at any point of time and there have been no criminal

proceedings / conviction against the Supplier.

The Documentary proof of all the aforesaid Pre-Qualification requirements shall be

submitted as part of Technical Package in the Pre-Qualification Response Sheet

Annexure 2 – Form 2, failing which the bid is liable to be rejected.

Page 11: The Sports Functional Area

11

iv. Pre-Bid Conference

a) A Pre-Bid Conference will be held on the date and time specified in the

Data Sheet at sr. no. 6, to discuss the details related to the Project with the

Applicants.

b) Prior to the Pre-Bid Conference, the Applicants may submit a list of

queries, comments, if any and submit the same to The FA Head, Sports

before the date specified in the Data Sheet.

c) Queries received after the set time limit may not be considered by the

Authority

d) Queries should be submitted in the below referred format:

<<Name and Address>>

Bidder's Request for Clarification

Name of Organization submitting request

Name & position of person

submitting request

Full formal address of the organization including phone, fax and email points of contact

Telephone:

Fax:

Email:

S. No.

Bidding Document Reference(s) (section

number/page)

Content of RFP requiring

clarification Points of Clarification required.

e) Attendance of the Applicants at the Pre-Bid conference is not mandatory.

f) Only those bidders who have purchased the Tender Document shall be

allowed to attend the pre-bid conference.

g) All enquiries should be sent to The Authority through email only.

h) The Authority shall not be responsible for ensuring that bidders’ enquiries

have been received by them.

i) The Authority shall provide a complete, accurate, and timely response to

all the questions of the bidders. However, it makes no representation or

warranty as to the completeness or accuracy of any response or does the

Authority undertakes to answer all the queries that have been posed by

the bidders.

Page 12: The Sports Functional Area

12

v. Clarifications on RFP

a) The reply to the queries by the Authority will be distributed to all the

Bidders.

b) The reply to the queries of various bidders in the Pre-Bid Conference

would be put up on the website of the Games and if required,

appropriate corrigendum to this RFP document would also be put up on

the website.

c) Such corrigendum/corrigenda, if issued, would form part of this RFP and

Bidders would be advised to prepare their proposals in accordance with

the RFP and the corrigendum/corrigenda.

vi. Amendment to RFP Document

At any time prior to the last date for the issuance of corrigendum as

mentioned in this RFP, the Authority may, for any reason, whether at its

own initiative or in response to a clarification requested by a prospective

Bidders, modify the RFP Document by a Corrigendum/Corrigenda. Such

Corrigenda, if any, shall be uploaded on http://www.etender.goa.goa.in

or http://www.tenderwizard.com/GOA .

vii. RFP Document Fees

a) The document fee specified in Clause 1(ii) (C) shall be remitted through

online Payment Gateway on portal www.etender.gov.goa.in.

viii. Bidder’s Responsibility

a) The Bidder is solely responsible for the details of his Bid and the

preparation of Bids.

b) The Bidder is expected to examine carefully all the contents of the RFP

document, including instructions, conditions, forms, and terms etc. and

take them fully into account before submitting his offer. Bids, which do

not satisfy all the requirements, as detailed in these documents, are liable

to be rejected as being unresponsive.

c) Those Bids which does not conform to the terms and conditions of this

RFP will not be considered for Evaluation and shall be summarily

Page 13: The Sports Functional Area

13

rejected.

d) The bidder shall bear all costs associated with the preparation and

submission of his Bid, and the Authority will, in no case be responsible

and liable for these costs.

ix. Documents Comprising the Bid

a) Submission of the bid shall be in accordance to the instructions given in

the table below:

Envelope Details

Availability of Tender Documents

For downloading the Tender Document and for participation, please visit our e-tender website http://www.etender.goa.gov.in, www.tenderwizard.com/GOA. The bidders are expected to examine all instructions, forms, terms, project requirements and other information in the RFP documents. Failure to furnish all information required as mentioned in the RFP documents or submission of a proposal not substantially responsive to the RFP documents in every respect will be at the bidder's risk and may result in rejection of the proposal and forfeiture of the bid EMD.

Registration of vendors

The bidders are required to get registered with http://www.etender.goa.gov.in. The intending bidder must have a valid digital signature to submit the Bid.

EMD

Earnest Money Deposit of ₹2,50,000/- INR have to be remitted through online Payment Gateway on portal www.etender.gov.goa.in through any of the modes specified in Section 2 (i).

Tender Document and Tender Processing Fees

Tender document fee of 6,000/- INR and Tender Processing Fees of 4,000/- INR have to be remitted through online Payment Gateway on portal www.etender.gov.goa.in through any of the following four modes of payment:

(i) Internet Payment Gateway: Any Bank Visa/ Master

Page 14: The Sports Functional Area

14

Credit Card/ Debit Card can be used for the payment process.

(ii) Direct Pay/ Internet Banking Payment can be made through the Internet banking of Axis Bank.

(iii) NEFT/ RTGS (National Electronic Fund Transfer/ Real Time Gross Settlement): Bidders are required to download NEFT/ RTGS challan and make payment to dynamically generated Account No. through any Bank.

(iv) OTC (Over the Counter): Bidders are required to download OTC Challan and make payment to dynamically generated Serial No. through any Authorized Branch of Axis Bank.

b) The Authority will not accept delivery of proposal in any manner other

than e-Tendering process. Proposal delivered in any other manner shall

be treated as defective, invalid and be rejected.

c) The Pre-Qualification/ Technical proposal should not contain any

Commercial/Financial information otherwise the bid would be

automatically rejected.

d) The “Technical Bid ” should have the following documents.

i. Tender document fee for the amount specified in clause Section 2

(ii).

ii. Tender Processing Fee for the amount specified in clause 2.ii (1).

iii. An Earnest Money Deposit (EMD) for the amount specified in

Clause 2 (ii) 3, furnished in accordance with Clause No. 2 (xiv)

iv. Certificate of Incorporation/ Firm Registration Certificate/

Partnership Deed.

v. Power of Attorney in favour of person authorized to sign the

documents as per Annexure 3.

vi. Detailed Technical Specification, Manuals and related

documentation of quoted Equipment.

vii. Compliance statement of the Technical Specifications of

Equipment mentioned in this Document vis-à-vis the specification

of quoted Goods in Annexure 7.

viii. Response Sheet as per Annexure 2, containing the following

Page 15: The Sports Functional Area

15

details:

a. General Details. (Annexure 2 – Form I)

b. Pre-Qualification Response Sheet. (Annexure 2 – Form II)

c. Experience Details. (Annexure 2 – Form III)

d. Financial Information, including Audited balance sheet for

last 3 years duly signed by a Chartered Accountant OR

Certificate from Chartered Accountant. (Annexure 2– Form

IV).

ix. RFP Document duly signed by Bidder’s Authorized Signatory.

e) The Financial Proposals should be submitted online along with a certified

true copy of the corporate sanctions/approvals authorizing its authorized

representative to sign/act/execute documents forming part of this

proposal including various RFP documents and binding contract, at the

address and time as specified in this RFP through e-tendering process.

f) The Financial Bid shall be opened for the bidders qualifying in Pre-bid

and Technical evaluation.

g) The proposals shall be valid for a period of 180 days from the date of

opening of the proposals. A proposal valid for a shorter period may be

rejected as non-responsive. On completion of the validity period, unless

the bidder withdraws his proposal in writing, it will be deemed to be

valid until such time that the bidder formally (in writing) withdraws his

proposal.

h) In exceptional circumstances, at its discretion, the Authority may solicit

the bidder's consent for an extension of the validity period. The request

and the responses there to shall be made in writing or by fax or by email.

x. Bid Prices

a) The Bidders should quote in Indian Rupees only.

b) Prices quoted in the Bid must be firm and final and shall not be subject

to any upward modifications, on any account whatsoever. However, the

Authority reserves the right to negotiate the prices quoted in the Bid to

Page 16: The Sports Functional Area

16

effect downward modification before award of Contract to the

responsive Bidder.

c) The Contract shall be for the Scope of Supply as mentioned in Section 5

of this RFP, inclusive of all duties and taxes as may be applicable. The

Bidders shall quote their financial bids for the entire scope of work as

mentioned in the RFP without any additions, alterations and conditions.

The Contract Price quoted by the Bidders should include all costs

associated with the Supply, including any out of pocket / mobilization

expenses, packing/unpacking charges, freight, loading/unloading

charges, transit insurance, duties, taxes, charges, levies, cess, GST, etc.

d) Conditional Bids will be summarily rejected.

xi. Proposal Preparation and Submission Costs

a) The Bidder shall bear all costs associated with the preparation and

submission of the Proposal. The Authority shall in no case be responsible

or liable for these costs, regardless of the conduct or outcome of the

bidding process.

xii. Language of Bid

a) The Bid and all related correspondence and documents relating to the

Project shall be in English language. Any material that is submitted in a

language other than English and which is not accompanied by an

accurate certified English translation will not be considered.

xiii. Currency of Bid

a) The prices quoted in the Bid shall be in Indian Rupees only.

xiv. Earnest Money Deposit (EMD)/ Bid Security

a) The Bidder shall furnish, as part of its Bid, a refundable EMD for the

amount specified in Section 2 (ii). The EMD has to be remitted through

online Payment Gateway on portal www.etender.gov.goa.in.

b) In case of inadequacy or non-submission of prescribed EMD, the Bid

Page 17: The Sports Functional Area

17

shall be deemed to be non-responsive and will be disqualified and

summarily rejected.

c) Unsuccessful Bidder’s EMD will be refunded without interest after the

award of the Contract to the Successful Bidder. The Successful Bidder’s

EMD will be refunded without interest upon the Successful Bidder

deposit of the required Performance Bank Guarantee.

d) The EMD shall be forfeited under the following circumstances:

i. If a Bidder withdraws his bid or increases the quoted prices during the

period of bid validity, or its extended period; or

ii. In the case of a successful Bidder, if the Bidder fails within the specified

time limit to:

a) Sign the Contract Agreement or,

b) Furnish the required Performance Security.

xv. Bid Validity

a) The Bids shall be valid for a period of 180 days from the date of opening

of the proposals or the extended date thereof. The Authority reserves the

right to reject any Bid, which does not meet this requirement. On

completion of the validity period, unless the bidder withdraws his

proposal in writing, it will be deemed to be valid until such time that the

Bidder formally (in writing) withdraws his proposal. Prior to the expiry

of the original Bid Validity Period, the Authority may, at its discretion,

request Bidders to extend the Bid Validity Period for a specified

additional period. In such cases, the validity of EMD shall also be

suitably extended.

b) In exceptional circumstances, at its discretion, the Authority may solicit

the Bidder's consent for an extension of the validity period. The request

and the responses thereto shall be made in writing (or email). A Bidder

accepting the request and granting the sough out extension will not be

permitted to modify or withdraw his bid.

Page 18: The Sports Functional Area

18

xvi. Submission of Bids

a) In addition to the online submission of the Bids, the copy of Technical Bid

shall also be submitted by hand or through registered post or courier

services at the address mentioned below. The Authority shall not take any

cognizance and shall not be responsible for delay/loss in transit or non-

submission of bid in time.

b) Bids shall be submitted to:

The FA Head, Sport & the Director,

Directorate of Sports & Youth Affairs

Campal, Panaji-Goa, India.

Phone: (0832) 246-5704, (0832) 2464787

Email: [email protected]

c) The Equipment to be supplied against this tender are detailed in Annexure 6.

d) Financial Bid sent through fax, e-mail and tenders submitted after the

deadline of submission will not be considered.

e) The Authority shall not be responsible for any delays reasons whatsoever in

receiving as well as submitting offers.

f) For any clarification regarding the e-tendering system, you may contact the E-

Tender Help Desk”

xvii. Due Date of Bid Submission

a) Bids should be received by the Authority on or before the stipulated date

and time referred to in clause 2 (ii)

b) The Authority may, at their discretion, extend the target dates

mentioned in clause 2 (ii), in which case all rights and obligations of the

Authority and the Bidder shall thereafter be subject to the new deadline

as extended. If such nominated date for submission of Bid is

subsequently declared as a public holiday, the next official working day

shall be deemed as the date for submission of Bid.

Page 19: The Sports Functional Area

19

xviii. Late Bids

a) Any Bid received after the deadline prescribed in clause 2 (ii) or after an

extended target date so intimated by the Authority, will not be

considered and will be returned unopened to the Bidder.

b) No further correspondence on this subject will be entertained.

xix. Authentication of Bid Signatory

a) Bidders shall submit a Power of Attorney, duly notarized and on a

stamp paper of an appropriate value, in favour of the signatory of the

Bid. Bidders may use the Format given under Annexure 3 or any other

standard format as approved by the bidder’s Board of Directors.

b) All certificates and documents (including any clarifications sought and

any subsequent correspondences) received by the Authority from the

Bidder, shall be furnished and signed by the said signatory of the Bid.

xx. Opening of Bids

a) The Bids shall be opened on the date and time specified in clause 2 (ii)

in the presence of Bidders or their authorized representatives who may

choose to attend. The venue for the opening of Bids will be the office of

Directorate of Sports and Youth Affairs. If such nominated date is

subsequently declared as a public holiday, the next official working day

shall be deemed as the date of opening of the Bid.

b) Once opened a Bid shall be checked to see if it contains all the Packages

mentioned in clause 2 (ix) Following the evaluation of responsiveness,

the Pre-Qualification Evaluation shall be carried out. The financial

packages of all responsive Bids will be opened after the Pre-

Qualification evaluation as per the procedure mentioned in the RFP

document, in the presence of qualified bidders, who will be intimated.

xxi. Evaluation of Bids

a) For the purpose of evaluation of the Bids received against this RFP, a

Technical Committee of Authority shall be constituted.

b) The Committee would subsequently examine and evaluate the Bids

Page 20: The Sports Functional Area

20

received, as per the criteria set out in this RFP.

c) The detailed evaluation process is mentioned in Section 3 of this RFP.

xxii. Clarification of Proposals

a) Bidders shall not be allowed to submit any additional information or

material subsequent to the date of submission of Bid. Any such

information submitted after the submission date will be disregarded.

However, the Committee, if it so desires, reserves the right to seek any

clarification from the Bidders on the information provided in the Bid.

The request for clarifications and the response shall be in writing, or by

email.

xxiii. Process to be Confidential

a) Except the public opening of the Bids, information relating to the

examination, clarification, evaluation and comparison of Bids and

recommendations concerning the award of Contract shall not be

disclosed to Bidders or other persons not officially concerned with

such process.

b) Any effort by a Bidder to influence the Authority or the NGOC in the

process of examination, clarification, evaluation and comparison of

Bids and in decisions concerning award of Contract, shall result in the

rejection of the Bid.

xxiv. Notification of Award

a) The Authority will issue the Letter of Intent to the Successful Bidder,

notifying him of being selected as the Successful Bidder The Successful

Bidder would be required to submit the Performance Security within

15 days after which the Authority would issue the Work Order

b) The Letter of Intent and the Work Order shall constitute a part of the

Bid.

Page 21: The Sports Functional Area

21

xxv. Signing of Agreement

a) The Authority shall prepare the Contract Agreement to be signed

between the two parties. The Successful Bidder, within 15 days from

the date of issue of the Work Order, will be required to execute the

Contract Agreement.

b) Prior to the signing of the Contract Agreement, the Successful Bidder

shall submit Performance Security.

c) In case the Successful Bidder does not sign the Contract Agreement,

the Authority reserves the right to cancel the selection process, forfeit

any EMD and/or Performance Security, as the case may be, submitted

by the Successful Bidder and either retender or get the work done by

any other means, as it may deem fit.

xxvi. Performance Security

a) The successful Bidder shall, at his own expense, deposit with the

Authority, within fifteen (15) days of the date of receipt of Letter of

Intent issue an unconditional and irrevocable Performance Security

(PS) in the form of an Account Payee Demand Draft, Fixed Deposit

Receipts, Banker’s Cheque or Bank Guarantee from any Nationalized

or scheduled or Commercial Bank in an acceptable form to the

Authority, payable on demand, for the due performance and

fulfilment of the contract by the Agency. The format for Performance

Bank Guarantee is attached as Annexure 4.

b) This Performance Security will be for an amount of 10% of the Total

Contract Value. All associated charges shall be borne by the bidder.

c) The PS shall be valid for a period of sixty days beyond the date of

completion of all contractual obligations of suppliers including

warranty obligations.

d) The PS may be discharged / returned by the Authority upon being

satisfied that there has been due performance of the obligations of the

Agency under the contract. However, no interest shall be payable on

Page 22: The Sports Functional Area

22

the PS.

e) In the event of the Agency being unable to service the contract for

whatever reason, the Authority would invoke the PS.

Notwithstanding and without prejudice to any rights whatsoever of

the Authority under the Contract in the matter, the proceeds of the

PBG shall be payable to the Authority as compensation for any loss

resulting from the agency’s failure to complete its obligations under

the Contract. The Authority shall notify the Agency in writing of the

exercise of its right to receive such compensation within 14 days,

indicating the contractual obligation(s) for which the Agency is in

default.

f) The Authority shall also be entitled to make recoveries from the

Agency’s bills, PS, or from any other amount due to him, the

equivalent value of any payment made to him due to inadvertence,

error, collusion, misconstruction or misstatement.

xxvii. Right to Accept or Reject any Bid

a) Notwithstanding anything mentioned in this RFP, the Authority

reserves the right to accept or reject any Bid, and to annul the bidding

process and reject all Bids at any time prior to award of contract,

without thereby incurring any liability to the affected bidder or

bidders or any obligation to inform the affected bidder or bidders of

the grounds for the action.

xxviii. Right to Terminate the Process

a) The Authority reserves the right to cancel/annul the selection process,

at any stage prior to the award of the Contract, in larger public

interest, on account of;

i. occurrence of any event due to which it is not possible to

proceed with the selection process,

ii. an evidence of a possible collaboration/mischief on part of

Page 23: The Sports Functional Area

23

Bidders, impacting the competition and transparency of the

selection process,

iii. Any other reason, which in the opinion of the Authority

necessitates the cancellation of the selection process.

b) Whenever such an event occurs, the Authority will notify in writing to

all the Bidders within 10 days of such decision. The Authority is not

obliged to provide any reason or clarification to any Bidder on this

account. The Authority’s liability under this clause is restricted to the

returning of EMD.

c) The Authority further reserves the right to retender the process or get

the work done by a Government agency or Quasi Government agency

or any other Agency/ Body, if the Authority is of the opinion that the

bids received are not economically or otherwise feasible or not

acceptable due to any of the reasons stated in sub clauses (a) (i, ii, iii)

above.

xxix. Project Timeline

a) The Successful Bidder should follow the below mentioned timelines.

Sr. No. Events Date

1

Sport Equipment delivery to the Games Main

Logistics Centre/ Venue according to the Sport

Equipment Delivery Schedule and in accordance to

the Packaging Plan provided to the successful

bidder

45 days after issue

of the work order

by the Authority

Page 24: The Sports Functional Area

24

xxx. Payment Modalities

a) The supplier shall send its claim for payment in writing, when

contractually due, along with relevant documents etc., duly signed

with date, to the Authority.

b) The payment will be made on the successful Delivery, Inspection and

Acceptance of the supply of goods.

c) The following documents have to be submitted on delivery:

i. Invoice showing contract number, Details and Description of

goods, Quantity of Supplies, unit price and total amount;

ii. Purchaser Receipt Certificate;

iii. Packing list identifying contents of each package;

iv. Inspection Certificate issued by the nominated third party

Inspection agency, if applicable as per Contract.

d) Where there is a statutory requirement for tax deduction at source,

such deduction towards income tax and other taxes as applicable will

be made from the bills payable to the Supplier at rates as notified from

time to time.

e) The supplier shall not claim for any interest on payments to be

received under this contract.

xxxi. Disqualification of Bid

a) Even if a Bidder meets the above criteria, the Authority may, at its

discretion and at any stage during the selection process or execution

of the Project, order disqualification of the Bidder, if the Bidder has:

i. Made misleading or false representations in the forms, statements

and attachments submitted; or

ii. Been blacklisted by any Government Agency after the Pre-

Qualification Stage. or

iii. Engaged in corrupt or fraudulent or collusion or coercive practices

with regard to tender process mentioned in this RFP.

Page 25: The Sports Functional Area

25

xxxii. Fraudulent and Corrupt Practices

a) The Authority requires that Bidders, their suppliers, their personnel, or

firms acting on behalf of the Bidders observe the highest standard of

ethics during the procurement and execution of Contract.

b) For the purposes of this Clause, the following terms shall have the

meaning hereinafter respectively assigned to them:

i. “corrupt practice” is the offering, giving, receiving or soliciting,

directly or indirectly, of anything of value to influence improperly

the decisions and actions of another party;

ii. “fraudulent practice” is any act or omission, including a

misrepresentation or suppression of facts or disclosure of

incomplete facts, that knowingly or recklessly misleads, or

attempts to mislead, a party to obtain a financial or other benefit

or to avoid an obligation;

iii. “collusive practice” is an arrangement between two or more

parties designed to achieve an improper purpose, including to

influence improperly the actions of another party;

iv. “coercive practice” is impairing or harming, or threatening to

impair or harm, directly or indirectly, any party or the property of

the party to influence improperly the actions of a party;

v. “restrictive practice” means forming a cartel or arriving at any

understanding or arrangement among Applicants with the

objective of restricting or manipulating a full and fair competition

in the Selection Process;

vi. "obstructive practice" is

deliberately destroying, falsifying, altering or concealing of

evidence material to the investigation or making false statements

to investigators in order to materially impede an investigation

into allegations of a corrupt, fraudulent, coercive or collusive

practice; and/or threatening, harassing or intimidating any party

to prevent it from disclosing its knowledge of matters relevant to

the investigation or from pursuing the investigation; or Acts

Page 26: The Sports Functional Area

26

intended to materially impede the exercise of the Authority’s

inspection and audit rights

c) The Authority will reject a proposal for award, if it determines that the

Bidder recommended for award has, directly or through an agent,

engaged in corrupt, fraudulent, collusive, coercive, restrictive or

obstructive practices in competing for the contract in question.

d) The Authority will blacklist a company, firm or an individual; if at any

time, the Authority, determines that such company or firm or such

individual has, directly or through an agent, engaged in corrupt,

fraudulent, collusive, coercive, restrictive or obstructive practices in

competing and or winning for the Contract in question; in accordance

with prevailing the Authority’s procedures including by publicly

declaring such company, firm or individual ineligible, either

indefinitely or for a stated period of time;

(i) to be awarded a NGOC’s contract; and

(ii) to be a nominated a sub-contractor, consultant,

manufacturer or supplier, or service provider of

an otherwise eligible firm.

e) In further pursuance of this policy, the Bidders shall permit the

Authority to inspect any accounts and records and other documents

relating to the bid submission and contract performance.

xxxiii. Interpretation of Clauses

a) In case of any ambiguity in the interpretation of any of the clauses in

the Tender Document, the interpretation of the clauses by the

Authority shall be final and binding on all parties.

Page 27: The Sports Functional Area

27

Section III: Evaluation Process and Criteria

i. General Instructions

a) The Bid should be submitted as specified in the Data Sheet.

b) The Technical Package shall be opened as specified in the Data Sheet.

c) Interested parties are invited to submit their Bid in accordance with the

process defined in this RFP document. The Applicants are expected to

examine the RFP document in detail, and to carry out such studies as may be

required to submit their Applications.

d) The Authority may, for any reason, whether at its own initiative or in

response to a clarification or to a query raised by a prospective Applicant,

amend the RFP documents by issuing a suitable Corrigendum. Such

Corrigendum/Corrigenda, if issued, would form a part of this RFP.

i. The Authority reserves the right not to follow-up this RFP process and

terminate the entire selection process without any obligation to any of

agencies at any stage.

ii. The Bids will be opened in the presence of Bidders or their authorized

representatives who may choose to attend on date and time as mentioned

in this RFP. If such nominated date for opening of Bid is subsequently

declared as a public holiday, the next official working day shall be deemed

as the date of opening of the Bid.

iii. Bids which have not complied with one or more of the foregoing

instructions may not be considered.

iv. Bids shall be valid for a period 180 days from the last date of submission

of Bids or the extended date thereof.

e) For the purpose of evaluation of the Bids received against this RFP, a

Technical Committee of this Authority shall be constituted. The Committee

would examine and evaluate the Bids received, as per the criteria set out in

this RFP.

Page 28: The Sports Functional Area

28

ii. Evaluation of Responsiveness

a) The Bids shall be opened on the date and time mentioned in the Data Sheet.

b) If such bid opening date is subsequently declared as a public holiday, the next

official working day will be considered as the Bid Opening date.

c) On opening, the Authority would examine and evaluate Applications for

responsiveness. An Application shall be deemed as responsive if it satisfies

the following conditions:

i. Is submitted as per the terms and conditions stipulated in this document.

ii. Contains all the information and as per the formats specified as requested

in the RFP.

iii. Is unconditional and conforms to all the terms, conditions and

specifications of RFP without material deviation or reservation.

d) The Bids which are not responsive will be rejected by the Authority.

iii. Pre-Qualification Evaluation

a) The Applications, which are responsive, shall be considered for further

evaluation. The Authority shall evaluate each Application for its compliance

to Pre- Qualification criteria mentioned in this RFP Document.

b) Applications meeting all the Pre-Qualification criteria shall be selected for

Technical Evaluation.

c) Any Agency not meeting any of the Pre-Qualification criteria shall not be

considered for Technical Evaluation.

iv. Technical & Financial Evaluation

a) The Technical Bids of the responsive Bidders will be opened and verified

against a check list for completeness and conformity to the requirements of

the Technical package including the submission of the requisite Bid Security.

If the documents do not meet the requirements of the RFP, the bid will be

considered as non-responsive and will be summarily rejected.

b) Bids shall undergo Technical Evaluation as per the criteria mentioned in the

RFP.

c) Only the Financial Packages of Technically Qualified Applicants shall be

opened on a later date, which will be intimated to the technically qualified

Page 29: The Sports Functional Area

29

applicants.

d) The Agency with the lowest financial quote (L1), who meets all the terms and

conditions mentioned in this RFP shall be selected as the Successful Bidder.

e) A Contract shall be signed within a period of 15 days of the Letter of Award

with the Successful Bidder following the submission of requisite Performance

Security. Failure in timely submission of the Performance Security and non-

execution of Contract shall lead to automatic cancellation of award of work.

f) In case the Successful Bidder does not sign the Contract Agreement, the

Authority reserves the right to cancel the selection process, forfeit any EMD

and/or Performance Security, as the case may be, submitted by the Successful

Bidder and either retender or proceed in any manner that it may deem fit.

g) EMD of unsuccessful Applicants shall be returned.

v. Financial Bid Rejection Criteria

a) Financial Bid of the Applicants will be rejected including but not limited to

the following cases:

i. Incomplete Price Bid

ii. Conditional Price Bid

b) The Bidders should quote for supplying all the items reflected in the tender

c) Financial Bid not satisfying any of the criteria mentioned in this RFP

document.

vi. Selection of the Successful Bidder

a) Once the financial quotations of all Bids are evaluated, the bidder quoting the

least amount will be ranked as L1.

b) The bidder ranked L1 shall be declared as the Successful Bidder.

Page 30: The Sports Functional Area

30

vii. Letter of Award

a) The Successful Bidder would be notified in writing by the Authority by

issuing the Letter of Award (LOA) in favour of the Bidder, following which a

Contract Agreement shall be executed between the Authority and the

Successful Bidder within 15 days of issuance of LOA.

b) The Letter of Award shall constitute a part of the Bid.

viii. Failure to Agree with the Terms & Conditions of the RFP

a) Failure of the Successful Bidder to comply with the terms and conditions of

the RFP shall constitute sufficient grounds for the annulment of the award

and forfeiture of the EMD, in which event the Authority may award the

Contract to them next best evaluated Bidder or opt for retendering.

ix. Costs to be borne by Successful Bidder

a) Any costs incurred with respect to this Assignment, from the time of

receiving the LOA till the signing of the Contract shall be borne by the Bidder

and no additional costs shall be paid by the Authority.

Page 31: The Sports Functional Area

31

Section IV – General Conditions

i. Dispatch Documents for Goods

a) The supplier should send all the relevant documents to the Authority well in

time.

b) The supplier should notify the Authority about the complete details of

shipment within 24 hours of dispatch.

ii. Warranty

a) All the equipment supplied by the Selected Agency shall be guaranteed for

satisfactory performance for a period of 18 months from the date of delivery. If

any of the items are found defective due to design, materials or workmanship

or from any act or omission of the supplier, during these 18 months, the

Selected Agency shall promptly replace or rectify the defective items within a

reasonable time free of cost, at the destination of delivery.

b) If the supplier, having been notified of the defects, fails to rectify/replace the

defect(s) in reasonable timeframe, The Authority may proceed to take such

remedial action(s) as deemed fit by the Authority, at the risk and expense of

the Selected Bidder and without prejudice to other contractual rights and

remedies, which the Authority may have against the supplier.

iii. Indemnification

a) The supplier shall indemnify and render harmless the Authority from all loss,

cost and expenses arising out of any liability, for injuries or damages to

persons or property sustained by or claimed to have been sustained by

anyone whomsoever by reason of use of the equipment hereinabove

described, whether such use is authorized or not, or by any act or omission of

the supplier or any of its officers, agents, employees, representatives and

supplier shall pay for any and all damage to the Authority.

Page 32: The Sports Functional Area

32

b) The supplier, at its expense and to the maximum extent permitted by law, will

indemnify, defend and hold harmless the Authority against all liabilities,

claims, costs , losses, damages and expenses which may be made in respect of

the goods for infringement, violation, trespass, contravention or breach of any

intellectual property right of any third party, provided always in the event of

any such claim, the Authority will promptly notify Supplier of any such claim

or action and will reasonably cooperate with supplier in the defence of such

claim or action, at the Supplier’s cost.

iv. Variation of Quantities

a) The Authority reserves the right to increase / decrease by up to 25% the quantity

of goods and services mentioned in the Annexure 6, without any change in the unit

rates and other terms and conditions specified in this document.

v. Packing of Equipment

a) The Equipment should be provided with suitable strong and durable packing

to withstand all sorts of transit hazards, rough handling during transit and

storage, till it reaches the final designated delivery site.

vi. Default by the Selected Bidder

a) The Successful Bidder shall deliver the equipment and perform the services as

per the terms and conditions of this RFP.

b) The Authority reserves the right to adopt all/any of the following measures

as it may deem fit in the event of any failure on the part of successful Bidder

in maintaining its contractual obligations towards delivery of equipment and

performance of services.

i. Termination of the Contract

ii. Imposition of Liquidated Damages,

iii. Forfeiture of Performance Security.

Page 33: The Sports Functional Area

33

vii. Liquidated damages

a) If the Successful Bidder fails to deliver the equipment within the timelines, as

specified in this document or as explicitly modified in the Contract, due to

reasons attributable to the Successful Bidder, the Authority at its discretion

shall, without prejudice to its other remedies under the Contract, deduct from

the Contract Value, as liquidated damages, a sum equivalent to 0.5 percent

(0.5% ) of the total contract price for each day of delay until actual delivery or

performance, up to a maximum deduction of ten percent (10%). Upon

reaching the maximum of 10%, the Authority reserves the right to cancel the

Contract without prior notice and/or to arrange immediate supply of the

tendered items from alternative sources to supplement the contract, at the risk

and cost of the supplier.

b) The Authority reserves the right to terminate the Contract without prior

notice, if the supplier fails to meet the timelines for supply of the tendered

items. In such an event, the Authority also reserves the right to arrange

immediate supply of the tendered items from alternative sources, at the risk

and cost of the supplier

viii. Disputes

a) If a dispute of any kind whatsoever arises between the Authority and the

Successful Bidder in connection with or arising out of the RFP or the

execution of the Contract, whether during the execution of the Project or after

its completion and whether before or after repudiation or termination of the

Contract, including any dispute as to any decision, opinion, consent,

expression of satisfaction, approval, determination of value, action or

instruction of the Authority, the matter in dispute shall be referred in writing

to the Chief Executive Office, NGOC.

b) Not later than 3 days after the day on which it received such reference, the

Chief Executive Officer shall give notice of its decision of the same to the

Page 34: The Sports Functional Area

34

Successful Bidder. The decision of the Chief Executive Officer shall be final

and binding.

ix. Arbitration

a) The Parties shall seek to resolve, in good faith, any dispute, controversy, claim

or breach arising out of transactions in relation to this Agreement, by

Alternative Dispute Resolution (ADR) including MED-ARB (Mediation to

Arbitration), and ARB-MED (Mediation while Arbitration).

b) The arbitration proceedings shall be conducted in accordance with the

provisions under the Arbitration and Conciliation Act 1996.

c) The seat of arbitration shall be Panaji, Goa and the language will be English.

x. Jurisdiction

a) Any matter related to this RFP shall be subject to the jurisdiction of the Courts

at Panaji, Goa, India and will be governed by the Laws of India.

xi. Applicable Law

a) The contract shall be governed by and interpreted in accordance with the

laws of India.

Page 35: The Sports Functional Area

35

Section V - Scope of Supply

a) Schedule of Equipment

i. The Equipment to be supplied against this tender are detailed in

Annexure 6 of this RFP.

ii. Location of Consignee:

The Equipment/Goods covered in this RFP are to be delivered,

unpacked and assembled for ready use at the Consignee Site,

which is Panaji, Goa, India to be intimated to the successful bidder

well in time, which would include deputing a person to supervise

over the equipment till the conclusion of the National Games, Goa,

2019 wherever the equipment requires installation.

b) Branding space on Equipment

The successful bidder would have to brand the equipment in prominent

spaces with “National Games, Goa 2019”, as per the suitability of the

Authority.

Page 36: The Sports Functional Area

36

Section VI- Scope for Sponsorship

The bidder that would be interested in sponsorship are required to submit a

proposal separately, in an envelope titled “Sponsorship proposal for the 36th

National Games” to the National Games Secretariat at Taleigao, Goa, India.

Address:

The Executive Director,

Sports Authority of Goa

1st Floor, East Wing

Dr. Shyama Prasad Mukherjee Indoor stadium

Taleigao.

Pin: 403002

• Sponsorship would not, in any way affect the selection process.

Page 37: The Sports Functional Area

37

Annexure 1 – Agreement Form THIS AGREEMENT made the .......day of.................................., 20... between

.......................... (Name of purchaser) of.............. (Country of Purchaser) (hereinafter called

"the Purchaser") of the one part and ..................... (Name of Supplier) of .........................

(City and Country of Supplier) (hereinafter called "the Supplier") of the other part :

WHEREAS the Purchaser is desirous that certain Goods and ancillary services viz.,

..................................... (Brief Description of Goods and Services) and has accepted a bid

by the Supplier for the supply of those goods and services in the sum of

.............................. (Contract Price in Words and Figures) (hereinafter called “the

Contract Price”).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are

respectively assigned to them in the Conditions of Contract referred to.

2. The following documents shall be deemed to form and be read and construed as

part of this Agreement, viz.:

(a) The Bid Form and the Price Schedule submitted by the Bidder;

(b) Scope of Work

(d) The General Conditions of Contract;

(e) The Special Conditions of Contract; and

(f) The Purchaser’s Notification of Award.

3. In consideration of the payments to be made by the Purchaser to the Supplier as

hereinafter mentioned, the Supplier hereby covenants with the Purchaser to provide

the goods and services and to remedy defects therein in conformity in all respects

with the provisions of the Contract.

4. The Purchaser hereby covenants to pay the Supplier in consideration of the

provision of the goods and services and the remedying of defects therein, the

Contract Price or such other sum as may become payable under the provisions of the

Contract at the times and in the manner prescribed by the Contract.

Brief particulars of the goods and services which shall be supplied/ provided by the

Supplier are as under:

Page 38: The Sports Functional Area

38

Sl. No.

Brief

description

of Goods

Quantity Unit Price Total Price Delivery

Terms

TOTAL VALUE:

DELIVERY SCHEDULE:

IN WITNESS whereof the parties hereto have caused this Agreement to be executed

in accordance with their respective laws the day and year first above written.

Signed, Sealed and Delivered by the

Said ….................................................. (For the Purchaser)

in the presence of:…....................................

Signed, Sealed and Delivered by the

Said ….................................................. (For the Supplier)

in the presence of:…....................................

Page 39: The Sports Functional Area

39

Annexure 2 – Form I – General Details 1. Details of Applicant (Application for the Project) (a) Name of Company: (b) Address of the corporate headquarters and its branch office(s), if any, in India: (c) Date of Incorporation and Commencement of Business (d) Address of Manufacturing Unit: 2. Brief description of the Company including details of its main lines of business: 3. Details of individual (s) who will serve as the point of contact/ communication within the Company:

(a) Name :

(b) Designation :

(c) Company :

(d) Address :

(e) Telephone Number :

(f) E-Mail Address :

(g) Fax Number :

4. Name, Designation, Address and Phone Numbers of Authorised Signatory of the Applicant:

(a) Name :

(b) Designation :

(c) Address :

(d) Phone No. :

(e) Fax No. :

(f) E-mail :

Page 40: The Sports Functional Area

40

Annexure 2 – Form II – Pre-Qualification Response Sheet Sr. No. Criteria Documentary Proof Required

1

The Bidder must be a reputed

Manufacturer or Authorised resellers

/Agents /Dealers of the Original

Equipment Manufacturer with prior

experience of having

manufactured/supplied Sports

Equipment detailed in Annexure 5.

Certificate of Incorporation/

Certificate of Commencement of

Business/Memorandum and

Articles of Association/ Authentic

Government Registration

Certificate as proof of eligibility for

sports equipment distribution and

Authorisation Certificate from the

Original Equipment Manufacturer

for Authorised dealer/ agent/

supplier.

2

The Bidder should have a minimum

average annual turnover of

₹2,50,00,000/- INR, specifically from

the sale of Sports Goods and

Equipment, in the past 3 financial

years.

Audited balance sheet for last 3

years duly signed by a Chartered

Accountant OR Certificate from

Chartered Accountant

3

The Bidder should have been in the

business of Manufacturing/

Distribution of Equipment and

Accessories for the past 5 years for

equipment of similar nature to that as

detailed in Annexure 5.

Details of Assignments

Undertaken with copies of Supply

Orders/Satisfactory

Performance/Commendation

Certificates from Event Organizers

4

The Bidder must have successfully

supplied majority of the tendered

items, listed in the RFP, for at least 3

major National/International Sporting

Event, recognized by the respective

International Sports Federation

/National Sports Federations of India,

during the past 5 years.

Certificate from Championship

Organisers.

5

The equipment should be

approved/licensed/preferred by the

respective International Sports

Federation OR used at the

National/Asian/Continental

Championships recognized by the

Documentary Evidence stating that

the Equipment being supplied is

approved/ licensed/ preferred by

the Concerned International Sports

Federation.

Certificate from Asian/

Page 41: The Sports Functional Area

41

respective International Sports

Federation /National Sports

Federation of India.

Continental

Championship

Organisers/National

Championship organiser.

6 The Bidder should have Income Tax

PAN and GST Registration. Necessary copies

Page 42: The Sports Functional Area

42

Annexure 2 – Form III : Experience Details of the bidder. (Separate table for each Assignment)

Item Details

Title & Nature of the Assignment.

Brief Description of Assignment

Client for which the Assignment was executed.

Country and Location within Country where the Assignment was undertaken

Certified Billing (in INR)

Note: Please attach documentary proof for each Assignment (Copy of Contract/

Client Certificate etc.)

Page 43: The Sports Functional Area

43

Annexure 2 - Form IV : Financial Details of the bidder.

Year Annual Turnover specifically from the sale of Sports Goods and Equipment (in Rs.)

2017-2018

2016-2017

2015-2016

Note: All figures quoted above shall be substantiated by attaching the copy of

Audited Annual Reports or a certificate from Chartered Accountant.

Page 44: The Sports Functional Area

44

Annexure 3 - Format for Power of Attorney for Signing of Application

Know all men by these presents, We ………………………………………………….

(Name of the Applicant and address of their registered office) do hereby constitute,

appoint and authorise Mr /Ms………………………………(name and residential

address of Power of Attorney holder) who is presently employed with us and

holding the position of …………………………………………….

as our attorney, to do in our name and on our behalf, all such acts, deeds and things

necessary in connection with or incidental to our Application for the Project,

including signing and submission of all documents and providing information / responses to

the National Games Organising Committee, representing us in all matters before the

National Games Organising Committee, and generally dealing with the National Games

Organising Committee in all matters in connection with our Application for the said Project.

We hereby agree to ratify all acts, deeds and things lawfully done by our said

attorney pursuant to this Power of Attorney and that all acts, deeds and things done

by our aforesaid attorney shall and shall always be deemed to have been done by us.

For ___________________________

Accepted

………..(Signature)

(Name, Title and Address)

of the Attorney

Note:

i. The mode of execution of the Power of Attorney should be in accordance with the

procedure, if any, laid down by the applicable law and the charter documents of the

executant(s) and when it is so required, the same should be under common seal affixed

in accordance with the required procedure.

ii. The Power of Attorney shall be notarized as per the prevailing laws of the Country of

Page 45: The Sports Functional Area

45

Origin of the Bidder.

iii. The Power of Attorney should be supported by a duly authorised resolution of the

board of directors of the Applicant authorizing the person who is issuing this power of

attorney on behalf of the Applicant.

Page 46: The Sports Functional Area

46

Annexure 4- Performance Bank Guarantee

Ref. No.: Bank Guarantee No.:

Date:

To,

The Director,

Directorate of Sports and Youth Affairs

Campal, Panaji – Goa

1. Against contract vide Notification of Award covering “Tender for

…………………………………………………………..” (hereinafter called the said

'contract') entered into between the Sport Functional Area, C/o the Directorate of

Sports and Youth Affairs, Government of Goa, (hereinafter called the Purchaser) and

_________________ (hereinafter called the Bidder) this is to certify that at the request

of the Bidder we _____________ Bank, are holding in trust, in favour of the

Purchaser, the amount of ___________________________ (write the sum here in

words) to indemnify and keep indemnified the Purchaser against any loss or

damage that may be caused to or suffered by the Purchaser by reason of any breach

by the Bidder of any of the terms and conditions of the said contract and/or in the

performance thereof. We agree that the decision of the Purchaser, whether any

breach of any of the terms and conditions of the said contract and/or in the

performance thereof has been committed by the Bidder and the amount of loss or

damage that has been caused or suffered by the Purchaser shall be final and binding

on us and the amount of the said loss or damage shall be paid by us forthwith on

demand and without demur to the Purchaser.

2. We __________________________________ Bank, further agree that the guarantee

herein contained shall remain in full force and effect during the period that would be

taken for satisfactory performance and fulfillment in all respects of the said contract

by the Bidder i.e. till _________________ hereinafter called the said date and that if

any claim accrues or arises against us _________________ Bank Ltd, by virtue of this

guarantee before the said date, the same shall be enforceable against us

___________________________________________________ Bank, notwithstanding the

fact that the same is enforced within six months after the said date, provided that

notice of any such claim has been given to us _________________ Bank, by the

Page 47: The Sports Functional Area

47

Purchaser before the said date. Payment under this letter of guarantee shall be made

promptly upon our receipt of notice to that effect from the Purchaser.

3. It is fully understood that this guarantee is effective from the date of the said

contract and that we _________________ Bank, undertake not to revoke this

guarantee during its currency without the consent in writing of the Purchaser.

4. We undertake to pay to the Purchaser any money so demanded notwithstanding

any dispute or disputes raised by the Bidder in any suit or proceeding pending

before any court or Tribunal relating thereto our liability under this present bond

being absolute and unequivocal.

5. The payment so made by us under this bond shall be a valid discharge of our

liability for payment there under and the Bidder shall have no claim against us for

making such payment.

6. We __________________________________ Bank, further agree that the Purchaser

shall have the fullest liberty, without affecting in any manner our obligations

hereunder to vary any of the terms and conditions of the said contract or to extend

time of performance by the Bidder from time to time or to postpone for any time or

from time to time any of the powers exercisable by the Purchaser against the said

Bidder and to forebear or enforce any of the terms and conditions relating to the said

contract and we, _________________ Bank, shall not be released from our liability

under this guarantee by reason of any such variation or extension being granted to

the said Bidder or for any forbearance by the Purchaser to the said Bidder or for any

forbearance and or omission on the part of the Purchaser or any other matter or

thing whatsoever, which under the law relating to sureties, would, but for this

provision have the effect of so releasing us from our liability under this guarantee.

7. This guarantee will not be discharged due to the change in the constitution of the

Bank or the Bidder.

8. Notwithstanding anything contained herein above our liability under this bank

guarantee shall not exceed Rs______/- (Rupees_____________only).

9. We are liable to pay the guaranteed amount or any part thereof under this bank

guarantee only if you serve upon us a written claim or demand (and which should

be received by us), on or before ---------- before _____ hours (Indian Standard Time)

where after it ceases to be in effect in all respects whether or not the original bank

guarantee is returned to us.

WITNESS NO. 1 Authorised Bank Representative

Page 48: The Sports Functional Area

48

-------------------------- -------------------------

(Signature) (Signature)

Full name and official Full name, designation and

Address (in legible letters) address (in legible letters)

With Bank stamp

WITNESS NO. 2

-------------------------- Attorney as per power of

(Signature) Attorney No.............

Full name and official Dated………………….

Address (in legible letters)

Page 49: The Sports Functional Area

49

Annexure 5: Schedule of Equipment

Sr. No. Equipment Quantity Unit

1 Taolu Arena (IWUF approved) 1 Number

2 Nangun (IWUF approved) 5 Set

3 Nandou (IWUF approved) 5 Set

4 Qiangshu (IWUF approved) 5 Set

5 Jianshu (IWUF approved) 5 Set

6 Doashu (IWUF approved) 5 Set

7 Gunshu (IWUF approved) 5 Set

8 Taijijian (IWUF approved) 5 Set

9 Sanda Arena (IWUF approved) 1 Number

10 Gong (Bell) with Hammer 2 Number

11 Head Guard(Red & Blue-10 each) 20 Number

12 Chest Guard( Red &Black- 10 each) 20 Number

13 Gloves (Red & Blue-10 each) 20 Number

14 Shin Pad ( Red& Blue-10 each) 20 Number

15 Score Sheet -Taolu 50 Set

16 Score Sheet -Sanda 100 Set

17 Recording Sheet- Taolu 30 Set

18 Recording Sheet- Sanda 25 Number

19

Coloured Plates- Each 20 cm in diameter with a wooden Handle 20cm for indicating the loser, winner or Draw. Blue - 8 nos, Red-8 nos, Half Blue and Red- 8 nos

24 Number

20 Judo mats 100 Number

21 kabaddi mats 135 Number

• Please note that the specifications provided in the above Schedule of

Equipment in the RFP are indicative. Any specification equivalent to them

and accepted by International Sports Federation / National Sports Federation

is accepted. Copy of certificate from International Sports Federation /

National Sports Federation approving the specification, should be attached.

Page 50: The Sports Functional Area

50

• The Authority reserves the right to refrain from placing order for certain

items in the above list, or to modify the quantities to be procured for each

item, depending on the requirements for the 36th National Games.

Page 51: The Sports Functional Area

51

Annexure 6 – Financial Bid Format BOQ (Bill of quantities)

Sr. No. Equipment Quantity Unit Unit Price GST Total Price

1 Taolu Arena (IWUF approved) 1 Number

2 Nangun (IWUF approved) 5 Set

3 Nandou (IWUF approved) 5 Set

4 Qiangshu (IWUF approved) 5 Set

5 Jianshu (IWUF approved) 5 Set

6 Doashu (IWUF approved) 5 Set

7 Gunshu (IWUF approved) 5 Set

8 Taijijian (IWUF approved) 5 Set

9 Sanda Arena (IWUF approved) 1 Number

10 Gong (Bell) with Hammer 2 Number

11 Head Guard(Red & Blue-10 each) 20 Number

12 Chest Guard( Red &Black- 10 each) 20 Number

13 Gloves (Red & Blue-10 each) 20 Number

14 Shin Pad ( Red& Blue-10 each) 20 Number

15 Score Sheet -Taolu 50 Set

16 Score Sheet -Sanda 100 Set

Page 52: The Sports Functional Area

52

17 Recording Sheet- Taolu 30 Set

18 Recording Sheet- Sanda 25 Number

19

Coloured Plates- Each 20 cm in diameter with a wooden Handle 20cm for indicating the loser, winner or Draw. Blue - 8 nos, Red-8 nos, Half Blue and Red- 8 nos

24 Number

20 Judo mats 100 Number

21 kabaddi mats 135 Number

Page 53: The Sports Functional Area

53

Annexure 7 –Format for Compliance Statement 1 2 3 4 5 6 7 8 9

Sr.No. Item

Details of Equipment Offered by the Bidder

Make Model Specification

Whether

approved by

International

Federation

Whether

used for any

Olympics/

International

Federation

Event

Whether used

for any

recognised

National

Championship

Remarks

if any

Page 54: The Sports Functional Area

54

Annexure 8 - Undertaking by the Bidder stands inserted to the tender. 1. This is to certify that, I, on behalf of M/s ______________________________

have read and fully understood all the terms and conditions of this RFP for

“__________________” read along with clarifications and undertake that M/s

____________________________ will abide by them unconditionally and to the

satisfaction of the FA Sports and the NGOC - Goa.

2. That the price bid shall be valid for acceptance up to a period of 180 days

from the Opening of Commercial/ Financial Bids.

3. M/s _________________ have not been black-listed by the Central/ State

Government/s / PSUs at any point of time and there have been no criminal

proceedings / conviction against M/s ______________ at any point of time.

Signature of the authorised signatory of the Bidder with Seal

Name:

Designation:

Address

Phone No.:

Mobile No.:

Email ID:

Fax: