Ref. No.: RGUKT -AP/E-Proc/Sports Items/ET09/2021, dated. 17.06.2021

BID DOCUMENT TENDER NOTICE

E-Procurement Open Competitive Bid (OCB)

for Supply and Installation of Sports Items to Four campuses of RGUKT

(Located at in , Etcherla in District, R K Valley in YSR District, and in Prakasham District)

Proprietary & Confidential

RAJIV GANDHI UNIVERSITY OF KNOWLEDGE TECHNOLOGIES

Camp Office Address: RGUKT-AP, Nuzvid Campus, Nuzvid,

Krishna District, , Pin: 521202.

Page 1 of 53 ŀ Proprietary & Confidential

No part of this document can be reproduced in any form or by any means, disclosed or distributed to any person without the prior consent of RGUKT except to the extent required for submitting bid and no more.

ŀ

Page 2 of 53

Newspaper advertisement

E-Procurement Tender Notice

<, RAJIV GANDHI UNIVERSITY OF KNOWLEDGE TECHNOLOGIES (Established through Act No.18 of 2008) ANDHRA PRADESH, (Catering to the Educational Needs of Gifted Rural Youth of Andhra Pradesh)

Ref. No.: RGUKT -AP/E-Proc/Sports Items/ET09/2021, dated. 17.06.2021

E-Procurement – Tender Notice

Online tenders are hereby invited from OEM/ authorized representatives of the OEM for supply and installation of sports items to the RGUKT Four campuses (RGUKT Nuzvid, R K Valley, Srikakulam and Ongole campuses) .

Interested bidders can download and submit the bids online from 18.06.2021 at 11:00 A.M to 16.07.2021 up to 05:00 P.M through https://tender.apeprocurement.gov.in (AP Portal). For further details please visit our website: www.rgukt.in or https://tender.apeprocurement.gov.in (Andhra Pradesh Portal). Sd/- Registrar (i/c )

ŀ

Tender for Supply of Sports Items

Time schedule of various tender related events

Page 3 of 53

Bid calling 17.06.2021 Bid Document Downloading begins 18 .06. 2021 at 11:00 AM Pre Bid Meeting at RGUKT Camp Office 04.07 .2021 at 11:00 A M Bid Document Downloading Ends 16.07.2021 upto 04:30PM Last date for uploading documents 16.07.2021 upto 05:00 PM. online Last da te for Submission of documents (hard copies) along with samples of 17.07.2021 upto 05:00 P.M. material/items and test certificates Technical Bid opening( date/time) 19.07.2021 at 11 .00 A.M Price Bid opening (date/time) 20.07.2021at 11:00 AM Contact pers on The Registrar (i/c) , RGUKT, Andhra Pradesh. Ref.No.: RGUKT -AP/ E-Proc/ Sports Items / Reference No. ET09/ 2021, dated. 17.06.2021

Note: The dates stipulated above are fixed and under no circumstances they will be changed unless extended by an official notification or happen to be Public Holidays. For the assistance in the online submission issues, the bidder may contact the help desk of M/s. VUPADHI ( https://tender.apeprocurement.gov.in ) at their e-mail address: [email protected], Phone: 08645-246370/71/72/73/74.

CLARIFICATIONS:

i. Queries, if any can be made through e-mail㔸 only on [email protected] on or before 02.07.2021. Queries received via any mode other than e-mail id mentioned above will not be entertained. The queries should only be sent in following format on the official letter head of the company/firm. Page No. Clause Description S. (Tender (Tender (Tender Query No. Ref.) Ref.) Ref.)

ii. The addendum/ corrigendum, if any shall be published on RGUKT website i.e. www.rgukt.in as well as on e-procurement platform https://tender.apeprocurement.gov.in iii. The Bidders are requested to submit the bids after issue of clarifications duly considering the changes made if any. Bidders are totally responsible for incorporating/complying the changes/ amendments made by RGUKT. SECTION - I

INVITATION FOR BIDS

Ref. No.: RGUKT -AP/E-Proc/Sports Items/ET09/2021, dated. 17.06.2021

Page 4 of 53

Subject: Tender for supply and installation of Sports Items to the Four campuses of RGUKT. Sir/Madam,

1) Bids are invited on the e-procurement platform from original manufacturer (OEM)/ authorized representative of OEM/whole sale dealer/Retailer for supply of items to RGUKT Four campuses (RGUKT Nuzvid, RGUKT R K Valley, RGUKT Srikakulam and RGUKT Ongole). The details of bidding conditions and other terms can be downloaded from the electronic procurement platform and the bidders have to register on the e procurement market place of Government of Andhra Pradesh i.e. http://tender.apeprocurement.gov.in .

2) The participating bidders will have to pay non-refundable tender processing fee of Rs. 18,000 in the form of DD drawn from any scheduled bank in favor of The Registrar, RGUKT, payable at SBI, Nuzvid.

3) Further the bidder/s shall furnish the EMD amount of Rs. 1,80,000 in the form of DD in favor of The Registrar, RGUKT payable at SBI, Nuzvid or an unconditional and irrevocable Bank Guarantee issued by any scheduled bank in favor of The Registrar, RGUKT.

4) All the participating bidders who submit the bids have to pay an amount @ 0.03% of their final bid value online with a cap of Rs. 10,000/- for quoted value of purchase up to Rs.50 crores and Rs.25000/- if the purchase value is above Rs.50 crores & GSTas applicable and as levied by Govt. of India as transaction fee through online in favor of

MD, APTS. The amount payable to APTS is㔸 non refundable.

5) The RGUKT will not accept the tenders from blacklisted companies or undependable Suppliers whose past performance with RGUKT was found to be poor due to delayed and/or erratic supplies, frequent product failures, and also against whom there have been adverse reports of sub-standard quality as defined in the other parts of the Bidding document.

6) The bidders need to scan and upload the required documents as per the Check list given. Such uploaded documents pertaining to technical bid need to be attached to the tender while submitting the bids online. RGUKT will consider only the bids submitted through online. But it is compulsory to submit offline the Self attested copies of all these uploaded documents of technical bid, signed undertaking of tenderer to the Registrar, RGUKT – A.P,Nuzvid campus , Krishna district, Andhra Pradesh, Pin -521202 so as to reach by 17.07.2021 on or before 05:00 PM . Bid submission by both offline and online will only be considered.

NOTE :

Page 5 of 53

After uploading the documents, the copies of the uploaded technical bid documents along with original Demand Drafts in respect of EMD and Tender document fee have to be submitted. Physical submission of price bids will not be entertained.

For any clarification and further details on the above tender please contact during office hours (10:00 AM to 5:00 PM) on working days: Telephone No: 08656-235855 or Email: [email protected]

Sd/- Registrar (i/c), RGUKT-AP

SECTION-II

STATEMENT OF IMPORTANT LIMITS/VALUES RELATED TO BID

Item Description Rs.18 ,000/ - by way of Demand Draft from an y Tender Processing fee Scheduled Bank in favor of The Registrar, RGUKT along with bids.

Page 6 of 53

Rs. 1, 80 ,000/ - by way of Dem and Draft from any scheduled Bank or by way of Irrevocable Earnest Money Deposit (EMD) Bank Guarantee from any scheduled Bank in favor of The Registrar, RGUKT along with bids Bid Validity Period 180 days from the date of opening of Financial bid EMD/ BANK GUARANTEE (BG) Validity DD - 90 days Period BG – 180 days 12 months from supply and acc eptance of the Warranty Period material. Variation in quantities ± 20 % of ordered quantity Time allowed for furnishing Within 10 day s from date of issue of Letter of Performance Security Intent(LOI). Successful Bidder shall deliver the g oods in one single lot within 30 days from the date of issue of Delivery Schedule Purchase Order. The successful bidder shall take the responsibility of distributing the items to the students. 3% of contract value by way of Demand Draft/BG Performance security value from any Scheduled Bank 14 months from supply and acceptance of the Performance Security validity period material Period for signing the order Within 10 days from date of receipt of notification Acceptance of award 90% of contact value on s uccessful supply of the 㔸 items and acceptance of material and based on the satisfactory certificate from the concerned Director Payment terms: of the campus. Balance 10% after one month from the date of acceptance.

1% for eac h week of delayed supply up to a Maximum Liquidated Damages for late maximum of 5% of the value of the items delayed. delivery If delay continues beyond five weeks, contract is liable for cancellation  RGUKT will place purchase order specifying campus wise requirement and the successful bidder has to deliver the Material/Items to each campus specified. Placing Purchase order  All the payments shall be made directly by RGUKT, to the successful bidder as per the tender terms and conditions.

On Line. Bid submission Bidders are requested to submit the bids after issue of minutes of the pre-bid meeting duly considering the changes made if any, during

Page 7 of 53

the pre-bid mee ting. Bidde rs are total ly responsible for incorporating/complying the changes/amendments issued if any during pre- bid meeting in their bid. Bids s hall be s ubmi tt ed onl ine on http://tender.apeprocurement.gov.in platform

1. The participating bidders in the tender should register themselves free of cost on e-procurement platform in the website http://tender.apeprocurement.gov.in

2. Bidders can log-in to e-procurement platform in Secure mode only by signing with the Digital certificates.

3. The bidders who are desirous o f participating in e- procurement shall submit their technical bids, price bids as Procedure for Bid per the standard formats available at the e- Submission market place.

4. The bidders should scan and upload the respective documents in Pre-Qualification and Technical bid documentation including EMD. The bidders shall sign on all

㔸 the statements, documents certificates uploaded by them, owning responsibility for their correctness /authenticity.

5. The hard copies of all the uploaded Technical documents should be self-attested

6. The rates should be quoted online only

7. The financial bids of the bidders, who qualify in the technical bid, shall only be opened.

1. The Documents that are uploaded online on e- market place will only be considered for Bid Evaluation.

2. After uploading the documents, the copies of the uploaded technical bid documents along with original Demand Drafts in respect of EMD, and tender Other conditions document fees have to be submitted by the bidder to the “The Registrar, RGUKT, Nuzvid campus, Nuzvid, Krishna(Dist.), A.P – 521202”, by 05:00PM on 10- 05- 2021 3. Failure to furnish any of the Page 8 of 53

uplo aded doc ume nts, ce rti ficates, will lead to rejection of the bid. The RGUKT shall not hold any responsibility on account of postal d e l a y . Similarly, i f any of the certificates, documents, etc., furnished by the Bidder are found to be false / fabricated / bogus, the bidder will be disqualified, blacklisted and action will be initiated as deemed fit. The EMD will be forfeited.

4. RGUKT, will not hold any responsibility for non-visibility of the scanned and uploaded documents.

5. The Documents that are uploaded online on e-Procurement platform will only be considered for Bid Evaluation. However, RGUKT, reserves the right to call for and collect additional documents and supplements the information already submitted online.

In the event of any breach and / or failure on the part of the Vendor/successful bidder to comply

with㔸 the said terms & conditions of the contract/tender, the contract will be terminated forthwith and EMD/performance security deposit

will be forfeited.

RGUKT also reserves the right to cancel/suspend Termination of contract the contractual period for any reason whatsoever without assigning any reason and no liability shall be incurred by RGUKT in the event of the aforesaid cancellation/suspension. However, under the normal circumstances RGUKT- will give 15 days notice before the said cancellation /suspension.

SECTION-III

TENDER SCHEDULE

1. PREAMBLE :

Page 9 of 53

The RGUKT invites tenders for supply and installation of the Sports Items as mentioned in the tender to the RGUKT Four Campuses (Located at Nuzvid in Krishna District, Srikakulam in , R K Valley in YSR Kadapa District, and Ongole in Prakasham District) through e-procurement platform.

2. SCOPE OF WORK Supply of Sports Items to the four campuses of RGUKT (Nuzvid campus located at NUzvid, RKValley Campus located at YSR Kadapa district, Srikakulam campus located at Etcherla, and Ongole campus in ). Schedule of quantities along with specifications/product description is given in below table. Campus wire required quantity of each item is given in the Appendix I. Quantities given in Appendix I is only an indicative the actual number of material/items to be supplied to each campus may vary +/-20% and the actual quantities required will be informed at the time of placing purchase order.

S.NO NAME OF NAME OF THE ITEM PRODUCT DESCRIPTION OR QUANTIY THE SPECIFICATION EQUIVALENT GAME/SPO RT 1. Target Box Approved By AAI 1 Set Rubber Bag With Hands 㔸 (Wooden Model Stand With Target Face 122cm And 80 Cm)

2. Bows Approved By AAI 1 Set Indian Round Bow Set With

Stabilizer, 6 Arrows, Arm Guard, Chest Guard, Quiver/ Stand , Finger Tape & ARCHERY Bow Box 3. Arrows Approved By AAI 1 Set Indian Bamboo All Complete 4. Hand Protectors(Arm Approved By AAI 1 Set Guard) Standard 5. Finger Guards Approved By AAI 1 Set Standard 6. Arrows Pouch Bags Approved By AAI 1 Set With Belt Standard 7. Balls Approved BBFI Specifications 42 Match (The Ball Is Yellow Wool, From 22 To 23 Grams In Weight And From 5 To5.5 Cm In Diameter) 8. Wooden Bats Approved By BBFI Specifications 60 Raja Wooden Bat

9. Net(Nylon) All -Double Tournament Special 6 With Gar Ware Rope, Page 10 of 53

• 17 Meshes, 42ft Length, Top Cotton Tape, • The Net Shall Be Made Of Fine Cord To Make 2 Cms. Square Mesh All Along And Shall Be Edged With A Red Tape Flush At The Top. It Shall Be Tri- Color

(Red Tape, White And Blue Body). The Net Shall Be 1meter.

Wide And 13.5 Meters In Length. When Tied, A Center Pole Of 183 Cms. And Two Poles Of 185cms. BALL At Extremities Shall Be Used To BADMINTO Maintain 183 Cms. Height Of The N Net At The Center. 10 . Ball Badminton Poles 3 Sets G.I Pipes Badminton Poles - The Posts Shall Be 5 Ft 1 Inch (1,55m) In Height From The Surface Of The Court, They Shall Be Sufficiently Firm To Remain Vertical And Keep The Nets Trained As Provided And Shall Be Placed On The Double Sidelines.

㔸 4" Dia. Fixed Post Set With Pulley For Net Adjustment (As Per BBFI Specifications) 11 . Balls (Size 6) FIBA Specifications Rubber 36 BASKET Molded BALL Basket Ball. Colour Orange Nivya Top Grip

Weight 567- 650g Circumference : 749mm – 780mm Super - Size : 6 (28.5”) 12 Balls (Size 7) FIBA Specifications 46 Rubber Molded Basket Ball,Colour Orange, Nivya Top Grip Weight 567- 650g Circumference: 749mm – 780mm Premier- Size : 7( 29.5”). 13 Basket Ball MOVABLE Approved By FIBA 2 Sets POLES Hercules( Imported American System) International Standard Roll Able & Foldable Indoor Basket Ball Movable Poles With Tempered Acrylic Back Board Of 20mm Thick Measuring Page 11 of 53

180x105cm With Dunking Rings Super Net And Double Sided Track Padding 14 . Ring Nets Approved By FIBA 4 Dunking Rings With Super Nets 15 . Board 32 CAROM Precise Or Synco

Practice Carom Board: The Playing Surface Of The Carom Boards Would-Be Plywood Or Of Any Other Wood Equally Smooth And Be Of Not Less Than 8mm In Thickness And Of A Minimum Of 73.50 Cms And A Maximum Of 7 4cm Square With Its Surface Completely Smooth . The Surface Of The Carom Board Shall Be Wooden Frame With Inside Carved Corners Made Of Rose Wood Or Any Other Hard Wood With Good Resistance With Minimum Of Height Of 1.90cms And Maximum Of 2.54 Cms From The Playing Surface. The

㔸 Breadth Of The Frame Shall Be Not Less Than 6.35cms And Not More Than 7.60cms.From The Playing Surface. The Breadth Of The Frame Shall Be Not Less Than 6.35cms And Not More Than 7.60cms 16 . Coins 32 Precise Or Synco

Carom Coins: The Diameter Of The Carom Men Shall Not Be More Than 3.8cms And Not Less Than 3.02cms It Shall Be Not Less Than 0.70cms And Not More Than 0.90cms Caroms Men’s Thickness .The Caroms Men Shall Not Be LeSSthan5.00gms And Not More Than 5.50gms.Thus There Shall Be 9 Whites And 9 Blacks And 1 Red Caroms Men And They Shall Be Uniform 17 . Stands Precise Or Synco 32

Carom Stand : The Table Or Stand On Which The Page 12 of 53

Carom Boards Placed For Play Shall Be Not Less Than 63.00 Cms And Not More Than 65.00 Cm In Height, Made Of Square Pipe. 18 . Chess Board - Chess Jonex 32 CHESS Mat Foam Big Size Chess Board :The Size Of The Board Is Usually Chosen To Be Appropriate For The Chess Pieces Used And Square Should Be Between 50mm And 65mm In Size Bracket 2.0 To 2.5inches. The Square Size Approximately 1.25 To 1.3 Times The Size Of The Base Of The King Is Referred. Chess Board Used In The Game Of Chess And Consists Of 64 Square(Eight Rows And Eight Columns) Arranged In Two Alternating Colours Called Black And White. 19 . Chess Coins 32 Jonex Or Galaxy Heavy Coins: Chess Board Heavy Weight Nylon Coins Set.

20 . Bat (English Willow) 㔸 Grade 2 English Willow 12 CRICKET SS Ton Heritage,SSt-20, SG Hi-Score Xtreme 21 . Bat (Kashmir Willow) Popular Willow 16 SS Master Class SG RSD Spark 22 . Helmets Standard Company 26 SG Polyfab 23 . Wickets Spring Loaded Stumps Pepup 23 (Set Of 3 Stamps) 24 . Pads(Batting) Professional Light Weight 9 Pairs Standard Model SG Litevate (Youth) 25 . Pads(Keeping) Professional Light Weight 9 Pairs Standard Model SG League 26 . Keeping Gloves Professional Light Weight 12 Pairs Standard Model SG Hilite 27 . Batting Gloves Professional Light Weight 21 Pairs Standard Model SG RSD Supalite 28 . Thigh Pads Professional Light Weight 15 Pairs Standard Model SG Super Test 29 . Leather Balls 4 Piece Standard Model 14 Dozens

Page 13 of 53

SG Club 30 . Synthetic Balls Standard Model 4 Dozens SG Everlast 31 . Hard Cricket Tennis Guru Hard Tennis Cricket Ball 134 Balls 32 . Cricket Mat Standard 5 33 . Inner Gloves For Standard 21 Pairs Batting And Wicket SG /SS Keeping 34 . Arm Pads Standard 6 Pairs 35 . Kit Bags Professional Heavy Duty 4 SG Heavy Duty With Wheels(Competition) 36 . Wicket Keeping Leg SS/ SG League 4 Guard 37 . Batting Leg Guard SS/ SG Litevate (Youth) 8 38 . Abdominal Standard 6 Guard(Standard) SG Tournament 39 . Cricket Net (Box Type) G.I Pipe With Nylon 2 Net 40 . Elbow Guard Bas/SG 4 41 . Mask Approved By FAI 4 Standard Jiang/All stars/Quing/PBT 42 . Swords(Elect/Manual Approved By FAI 4 ) Standard Jiang/All stars/Quing/PBT 43 . Suits 㔸 Approved By FAI 4

Standard FENCING Jiang/All stars/Quing/PBT 44 . FOIL Body Wires Approved By FAI 4 Standard Jiang/All stars/Quing/PBT 45 . Hand Gloves Approved By FAI 4 Standard Jiang/All stars/Quing/PBT 46 . Swords(Elect/Manual Approved By FAI 4 EPEE ) Standard Jiang/All stars/Quing/PBT 47 . Suits Approved By FAI 4 Standard Jiang/All stars/Quing/PBT 48 . Electrical Dress Approved By FAI 4 Standard Jiang/All stars/Quing/PBT 49 . Body Wires Approved By FAI 4 Standard Jiang/All stars/Quing/PBT 50 . Han d Gloves Approved By FAI 4 Standard Jiang/All stars/Quing/PBT 51 . Mask Approved By FAI 4 SABBER Standard Page 14 of 53

Jiang/All stars/Quing/PBT 52 . Swords(Elect/Manual Approved By FAI 4 ) Standard Jiang/All stars/Quing/PBT 53 . Suits Approved By FAI 4 Standard Jiang/All stars/Quing/PBT 54 . Electrical Dress Approved By FAI 3 Standard Jiang/All stars/Quing/PBT 55 . Body Wires Approved By FAI 4 Standard Jiang/All stars/Quing/PBT 56 . Hand Gloves Approved By FAI 4 Standard Jiang/All stars/Quing/PBT 57 . Mask Approve d By FAI 4 Standard Jiang/All stars/Quing/PBT 58 . Target Pads Approved By FAI 8 Standard Jiang/All stars/Quing/PBT 59 . Balls 30 FOOTBALL Nivia Shining Star(Size 5) Or Cosco Delta Platinum

FIFA Approved Specifications.

㔸 Synthetic/Leather The Ball's Weight Must Be In The Range Of 410 To 450 Grams (14 To 16 Oz) And Inflated To A Pressure Of Between 0.6 And 1.1 Standard Atmospheres (8.8 And 16.2 Psi) At Sea Level. Circumference; 68cm -70 Cm. Leather Or Other Suitable Material. Size : 5 60 . Goal Post Mova ble Approved By FIFA (G.I Pipe) 4 Pairs 61 . Balls Approved By HFI 28 HAND Alfa Turbo 62 . BALL Goal Posts Approved By HFI 2 Pairs (G.I Pipe) 63 . Gloves Approved By HFI 4 Alfa 64 . KHABADI Knee Caps Standard 20 65 . KHO -KHO Kho -Kho Poles Kho - Kho Wo oden Poles - 6 Pairs Circumference Should Be From 30 To 40 Cms, The Two Strong Wooden Poles, Smooth Allover,120to 125cms Above and Perpendicular To The Ground, Fixed Firmly In The Free Zone At Tangent To

Page 15 of 53

The Posts At Mandan Are Known As The Posts. The Diameter Shall Be Uniform Throughout And Shall Measure Between 9 Cms And 10 Cms. 66 . Anckle Caps Standard Company 20 67 . Rockets (Basic Player) 80 SHUTTLE Yonex 303 (Basic Model) BADMINTO N Shuttle Rackets-Practice-The Frame Of The Racket Including The Handle Shall Not Exceed 2ft-2.75 Inches (680mm) In Over All Length And 9 Inches(230mm)In Over All Width. The Over All Length Of The Head Shall Not Exceed 11.375 Inches (290mm). The Strung Surface Shall Not Exceed 11 Inches(280mm)In Over All Length And 8.625 Inches(220mm)In Over All Width. 68 . Cocks Yonex Company 60 Barrels Mavis 350 69 . Feather Cocks Yonex Aerosensa -2 Company 16 Barrels

70 . Shuttle Badminton 㔸 20 Nets Yonex Shuttle Badminton Net Material: Nylon, Depth Of The Badminton Net 2 Feet 6 Inches (760 Mm In Depth) Length/Width Of The Badminton Net At Least 6.1 Meters Wide So That It Extends Over The Entire Court Completely. Badminton Net Thickness Of Mesh/Net 15 Mm To 20 Mm (Should Be Uniform Throughout) Upper Edge/Lining Of The Net 75 Mm White Tap. 71 . Shuttle Badminton G.I PIPE(Movable) 10 Sets Poles 72 . Slugger Imported Approved By SBAI 7 Esteen/ Demeerin Slugger 73 . Sinergi Approved By SBAI 1 Esteen Sinergi 74 . Catcher Ma sk Approved By SBAI 2 Mizuno 75 . Legpads Approved By SBAI 2 Mizuno 76 . Chest Pad Approved By SBAI 2

Page 16 of 53

Mizuno 77 . Bases Approved By 1 Baspo 78 . Back ground Net G.I Pipe With Nylon 2 60x40 79 . Synthetic Balls Approved By SBAI 55 Bhaseen Training 80 . Bhaseen Leather Balls Approved By SBAI 10 Bhaseen Leather Graphite 530c 81 . Helmets Approved By SBAI 4 Baspo 82 . Gloves(Left) Approved By SBAI 25 Baspo 83 . Gloves(Right) Approved By SBAI 7 Baspo 84 . Kit Bags Heavy Duty (Competition) 6 SG Kit Bag With Wheels 85 . Table Tennis – Board Table Tennis - Stag 7 TABLE International 1000 Dx TENNIS Model

• Top Thickness: 25 Mm Laminated • Frame: 25 X 50 Mm • Wheel Size: 100 Mm • Number Of Wheels: 4 With Lock & 4 Without Lock • Size: 2740 X 1525 X 760 Mm

㔸 • Net Weight: 117 Kg Storage Size: 165 X 160 X 67 Cm 86 . TT Bats TT Bats 34 Sponge - Butterfly Tbc 302 Fl GKI Euro Jumbo Approved By TTFI At Least 85% Blade By Natural Wood, Reinforced Material Not Thicker Than 7.5 % Of The Total Thickness Or 0.35mm. Pimples: Distributed Over Its Surface At A Density Of Not Less Than 10 Per Sq Cm And Not More Than 50per Sq Cm. Tournament T.T Bat 87 . TT Net Table Tennis Net Nylon - The 3 Net Assemble Shall Consist Of The Net, Its Suspension And The Supporting Post Including The Clamp Attaching Them To The Table. The Top Of The Net Along Its Own Length, Shall Be 15.25 Cms Above The Playing Surface. The Bottom Of

Page 17 of 53

The Net Along Its Whole Length Shall Be as a Close as Possible To The Playing Surface And Ends Of The Net Shall Be As A Close As Possible To The Supporting Post. 88 . TT Balls - Stag 3 Star 144 Stag 3 Star White Plastic TT Balls

89 . THROW Poles G.I PIPE 6 90 . BALL Throw ball Net Throw Ball Net -Placed 7 Vertically Over The Center Line There Is Net Whose Top Is Set At The Height Of 2.43 Mtrs. Its Height Is Measured From The Center Of The Playing Court. The Net Height (Over The 2 Side Lines) Must Be Exactly The Same And Must Not Exceed The Official Height By More Than 2cms. Then 1 Mtr Vide And 10 Mts Long Made Of 10cm Square Black Mesh. At It Stop There Is Horizontal Band 5cms Vide. Made Of 2 Fold Vide Canvas Sewn Along Its

㔸 Full Length.-Branded Item/Approved Make 91 Throw Balls Spherical And Lemon Yellow 33 In Color, Synthetic Leather, Circumference: 68- 70cm , Weight:400 To450g Pressure:0.6 To 1.1atmosphere At Sea Level. Approved By ATF/ TFI. Deuce Series. 92 TENNI Te nni koit Nets Approved By TKFI 21 KOIT Metco/K.K/ Cosco/ Nelco/Bhaseen/Stag

93 Tenni Koit Poles Approved By TKFI 5 Pairs G.I Pipes 94 Rings 70 Turbo Sponge 7” Dia Sponge Filled Rings Assorted Colour0073 95 Volley ball NETS 25 VOLLEYBA (With Iron Rope) Metco/K.K/ Cosco/ LL Nelco/Bhaseen/Stag

Black Mesh With Both Side White Tape Nylon

Width:1m, Length; Page 18 of 53

9.50m, Made Of 10 Cm Square Mesh. Horizontal Band (5cm Width) Power play 11mts, Premium Cotton (B), 4 Sides PVC Tape, PVC Coated Steel Rope, 2 Side Bands. Volley Ball Net Wire Thick Quality : Length 15 Mtrs Thickness 1 Mm 96 . Balls 70 Cosco super Valley Synthetic Hand-Sewn With Official Specifications Circum; 65-67 Cm, Wt :260- 280g, 97 . Volley ball Poles - 5 Pairs 98 . Volleyball Antenas 9 Pairs Nivia/Vines ( Fiber ) Volleyball Antenna 1.8m, Flexible Rod, 10mm Diameter, Fiberglass Or Similar Material 99 . HOCKEY Hockey Sticks Approved By HFI 54 Alfa 100% Graphite 10 0. Hockey Goal Posts Approved By HFI 2 Sets G.I .Pipe 10 1 Hockey Ball s Approved By HFI 77

㔸 Alfa As Per HFI Specification 10 2 Hockey Goal Keeper Approved By HFI 6 Kit Helmet With Face Mask, Chest Guard, Elbow Guard, Hands Gloves, Leg Guard, Kicker Pad, Goalkeeper Shorts Jersey, Abdomen Guard & Chin Guard

103 Hockey Goal Nets Approved By HFI 4 (Vampire) 104 Woden Rocker Board Standard StrongTek Professional 6 YOGA Wooden Balance AB Fitness, Rocker Board, 17.5" Wood Standing Desk Accessory, Balancing Trainer for Exercise Anti-Slip Surface 10 5 Woden Slopes 6

Standard Model Professional Mid-Size Wooden Slant Board, Adjustable Incline Board and Calf Stretcher - Extra Side- Handle Design for Portability - 16" X 12.5", 5 Positions (350 lb Capacity)

Page 19 of 53

10 6 Foam Roller 4 Standard Bodylastics Complete Deep Tissue Body Massaging Kit Includes Foam Roller, Stick and Balls with Bag 10 7 Bolster (24x8 Size) 2 Standard Nivedha Mattress- Organic Kapok/Silk Cotton Round White Bolster Pillows - 2,Size 24" X 8" Inches for Yoga & Multi Purpose

10 8 Bolster Covers Standard 2 109 Yoga Mats Aerofit 56 110 Iro n Chairs For Yoga 20 Practice G.I PIPE D Obair Prop for Flexibility and Strength Training Portable Folding Yoga Iyengar Chair with GI Frame (Black, 11 1 Knee Caps Standard Company 12 Pairs 11 2 Measuring Taps 50 Standard Heavy Duty Model 16 GENERAL Mtrs And 100 Mtrs Fiber White Measuring Tape ITEMS Having ISI Approve. Nelco 11 3 Iron Roller -1 Tone Standard Heavy Duty Model 1 11 4 Foot Pumps Standard 7 Nelco/Bhaseen/Stag/ATE 11 5 Cones Plastic fibre : 9 ’’ Heat 40 㔸 Shape(DISC) 60 Cm. height cone shape 116 Weighing Machine 11 Nelco/ATE/Stag

Material: Tempered Glass Maximum Weight Recommendation:400.0uds Item Dimensions Length:11.8inches Item Dimensions Width:11.8inches Item Dimensions Height:0.9inches 11 7 Shot Put 14 ATHLETICS Nelco/ATE/Stag

Shot Put 7.26KG 110 Mm - 130mm (IAAF Certified) Shot Put 5.45KG 105 Mm (IAAF Certified) Wooden Toe Board 0.112m To 0.30m Wide, With A Chord Of 1.21m ± 0.01m For An Arc Of The Same Radius As The Circle And 0.10m ± 0.008m High Page 20 of 53

In Relation To The Level Of The Inside Of The Circle Adjacent To The stop Board.

11 8 Discus Throw 14 Nelco/ATE/Stag

High Quality Competition Steel Rim Laminated Woodendiscus 2 KG Dia: 219- 221mm High Quality Competition Steel Rim Laminated Wooden Discus 1.5 KG 180-182mm ( IAAF Certified)

High Quality Competition Steel Rim Laminated Wooden Discus 1 KG 180-182mm 119 Javelin 14 Nelco/ATE/Stag Javelin Aluminum Training(Nelco) Men: 800g (

㔸 2600mm – 2700mm Length) Women : 600g ( 2200mm – 2300mm Length) 12 0 Hammer Approved By AAFI 14 Nelco/ATE/Stag 12 1 Relay BaTTen Approved By Aafi 23 Nelco/Bhaseen/Stag/ Aluminum Bazar 122 High Jump High Jump Uprights Approved By AAFI Nelco/Bhaseen/Stag/ Aluminum Bazar 123 High Jump Cross bar Approved By AAFI Nelco/Bhaseen/Stag/ Aluminum Bazar 12 4 GYM Threadmill Maxpro Mitsubishi Motor -4 hours non 4 Cardio stop running-150 kg wait 12 5 Doubble Twister Best Quality 2 12 6 Multi Gym (15 Best Quality 4 Stations) 12 7 Weights All Items Nelco/Bhaseen/Stag/ Aluminum 2 Strength Bazar

Page 21 of 53

3. Tender Processing fee and EARNEST MONEY DEPOSIT: 3.1 Tender Processing Fee: the tender should be accompanied by the tender processing fee of Rs. 18,000 in the form of DD (only) in the favor of the Registrar, RGUKT payable at SBI Nuzvid and EMD of Rs.1, 80,000/- by way of Demand Draft from any Scheduled Bank or by way of Irrevocable Bank Guarantee from any Scheduled Bank in favor of The Registrar, RGUKT along with bids. Payment other than these prescribed modes will not be accepted. Bids without tender processing fee and EMD will be summarily rejected.

3.2 EMD will be Forfeited in the following events:

3.2.1 Withdrawal of bid during the bid validity period. 3.2.2 If the successful bidder, fails to sign the contract in time or fails to submit performance security deposit.

4. PERFORMANCE SECURITY DEPOSIT: 4.1 The successful bidder has to deposit 3% of the total contract value as performance security deposit in the form of Demand Draft from any Scheduled Bank or by way of Irrevocable Bank Guarantee from any Scheduled Bank in favor of The Registrar, RGUKT. Payment other than these prescribed modes will not be accepted 4.2 The Performance Security Deposit / Bank Guarantee of successful bidder will

㔸 be retained for the period of contract in force and will be returned after expiry of contract, after deducting the outstanding liabilities if any. 4.3 The Performance Security Deposit / Bank Guarantee shall not carry any interest.

5 ELIGIBILITY CRITERIA 5.1. This bid is open to all agencies within India who are eligible to do business under relevant Indian laws as in force at the time of bidding. 5.2. The bidder should have an average annual turnover of Rs. 30 lakhs in the any two financial years out of last three financial years i.e FY 2017-18, FY 2018-19 and FY 2019-201 on the subject material. The certificate indicating the turnover value details of the subject material during the above said financial years from a charted accountant must be enclosed in original as proof. The turnover of the subject material must be indicated separately in the certificate. 5.3. The bidder should have an experience of supplying similar Items of worth Rs.15 Lakhs in any one financial year in the last three financial years i.e., FY 2017-18, FY 2018-19 and FY 2019-20 to Government agencies /Universities /Government

Page 22 of 53

education institutions/ SAP/autonomous bodies etc. A certificate along with the copy of awarded purchase order from the head of the organization/competent authority and satisfactory Certificate shall be attached to the tender as a proof. 5.4. Bidder should furnish satisfactory Performance Certificate from the parties concerned to whom bulk supplies were made, and RGUKT may contact any such parties to elicit details. 5.5. Bidder should be a Registered Vendor under GST Act with the relevant authorities and shall furnish the copies of GST registration document, PAN copies along with the bid document. 5.6. An undertaking (self-certificate) that the agency/company hasn’t been blacklisted by a Central / State Government institution and there has been no litigation history with any government department on account of similar services and the same should be uploaded/submitted as per the proforma in tender document 5.7. The bidder shall furnish the following information and documents with the tenders. 5.7.1. Copies of documents defining the constitution or legal status, place of registration, and principal place of business of the bidding firm/entity; written power of attorney of the signatory of the Bid to commit the Bidder.

5.7.2. Copies of Income Tax Return㔸 filed for the last two successive financial years (FY 2018-19 and FY 2019-20). 5.7.3. List of Clientele with contact address & telephone numbers 5.8. Technical compliment statement has for Annexure- X. 5.9. Bidder should quote for all the items. The evaluation will be done on the total value. Partially quoted tenders will be rejected. The bidders must submit all relevant documentary evidence to demonstrate their eligibility for considering their bid. The tenders received without the above documents will be rejected.

6. INSTRUCTIONS TO BIDDERS 6.1 Tenders with over writings, alterations etc., will not be admitted unless they are attested by the bidder. Where there is a discrepancy between the amount (Rupees) in figures and words, the price, which is least of the two, will prevail. 6.2 Bid should be strictly in conformity with the Terms and Conditions mentioned in the tender schedule. 6.3 At any time prior to date of submission of tender, Tender Inviting Authority may, for any reason, or decision, modify the terms & conditions of the tender document

Page 23 of 53

by a corrigendum displayed on the website of RGUKT as well as E-procurement Website ( www.rgukt.in ) and http://tender.apeprocurement.gov.in ). In order to provide reasonable time to take the amendment into account in preparing their bid, Tender Inviting Authority may or may not, at their discretion, extend the date and time for submission of tenders. 6.4 Tenders received without Tender Processing Fee and EMD will not be considered. 6.5 Bidders are expected to examine all the terms and instructions mentioned in the tender schedule and prepare their proposals accordingly. Failure to provide all requisite information will be at the bidders’ own risk and may result in the rejection of the tender. 6.6 All assertions made in connection with the tender are to be supported/substantiated by relevant documents. The Registrar(i/c), RGUKT reserves the right to verify the credentials of the bidder as per the eligibility criteria. 6.7 The Registrar(i/c), RGUKT will notify the bidder whose tender has been accepted. 6.8 Bidders may note that if the date of tender opening given in this Tender Document is declared to be a gazette holiday, the tender shall be opened on the next working day at the same timing.

6.9 The successful bidder shall execute㔸 an agreement with RGUKT on Non-judicial stamp paper worth Rs.100.00 agreeing to all the conditions of the contract within one week upon intimation of acceptance of Tender. The successful bidder has to submit performance security deposit after taking Letter of Intent but before having contract agreement. Failure to enter into an agreement within the stipulated time will result in forfeiture of the EMD. 6.10 After awarding the contract, if the Vendor /Supplier fails to supply as per the agreement, the order given to the vendor/supplier will be cancelled. Further, vendor/supplier will be blacklisted and security deposit will be forfeited, in addition to recourse to other penal measures. No grievance will be entertained in this regard. The Registrar(i/c), RGUKT reserves the right to issue instructions/modifications at any point of time before award of contract.

7. METHOD OF SUBMISSION :

Bids shall be submitted online on http://tender.apeprocurement.gov.in Platform.

Page 24 of 53

7.1. The participating bidders in the tender should register themselves free of cost on e-procurement platform in the website http://tender.apeprocurement.gov.in 7.2. Bidders can log-in to e-procurement platform in secure mode only by signing with the Digital certificates. 7.3. The bidders who are desirous of participating in e- procurement shall submit their technical bids, price bids as per the standard formats available at the e-market place. 7.4. The bidders shall sign on all the statements, documents certificates uploaded by them, owning responsibility for their correctness/authenticity 7.5. The bidders should scan and upload the respective documents in Technical Documentation as per the check list. 7.6. After uploading the documents, the copies of the uploaded technical bid documents along with sample(s) of the material/Item to be supplies and original Demand Drafts in respect of EMD and Tender Processing fee are to be submitted by the bidder to the “The Registrar (i/c), RGUKT Nuzvid Campus, Nuzvid, Krishna District, Andhra Pradesh, Pin-521202”, by 05:00PM on 17.07.2021 . 7.7. Failure to furnish any of the uploaded documents, certificates, will entitle in t h e rejection of the bid. The RGUKT shall not hold any risk on account of postal delay. Similarly, i f any o f the certificates, documents, etc., furnished by the Bidder are found to be false / fabricated / bogus, the bidder will be disqualified, blacklisted, action will be initiated as deemed fit and the Bid Security will be forfeited. 7.8. RGUKT will not hold any responsibility㔸 relating non-visibility of the scanned and uploaded documents. However RGUKT reserves the right to call for and collect additional document to supplement the information already submitted online. 7.9. The Documents that are uploaded online on e-procurement platform will only be considered for Bid Evaluation. 7.10. The hard copies of all the uploaded Technical documents should be self – attested with seal. 7.11. The rates should be quoted online only. 7.12. The financial bids of the Bidders, who qualify in the technical bid, shall only be opened.

8 EVALUATION PROCEDURE:

8.1 The technical bids will be opened on 19.07.2021 at 11:00 AM by the Registrar(i/c), RGUKT or his/her authorized representatives.

8.2 The technical bids will be evaluated so as to ascertain the capabilities of the bidders to provide the material within the stipulated period and also to assess whether the bidder satisfies the eligibility criteria.

Page 25 of 53

8.3 The rejection of the bidder on technical grounds will be based on the failure to meet eligibility requirements and technical compliance of the items quoted. 8.4 The Price Bids of all the technically qualified bidders will be opened on 20.07.2021 at 11:00 A.M by Registrar(i/c) or his/her authorized nominee. The bidders who do not satisfy the eligibility criteria and other conditions laid down in the tender document will not be considered and their tenders stand rejected and their financial bids will not be opened. 8.5 Any claims or disputes raised by the unsuccessful bidders in respect of selection process and non-allotment of award will have no legal validity and will not be enforceable against the RGUKT. No further correspondence will be entertained regarding the disqualification. 8.6 The Registrar(i/c), RGUKT reserves the right to accept or reject any / or all the tenders without assigning any reasons whatsoever. The Registrar(i/c), RGUKT also reserves the right to cancel the selection process for award of the contract at any time. The decision of the RGUKT is final and binding.

9. PENALTY CONDITIONS :

9.1. 1% for each week of delayed supply (after completion of the date of delivery

period) upto a maximum of 5% of the㔸 value of the items delayed. If delay continues beyond five weeks, contract is liable for cancellation and cancelled the performance security deposit will be forfeited. The decision of RGUKT is final in this regards. 9.2. If it is found that there is any non-conformance to specifications, the performance security deposit will be forfeited and the bidder will have no claim to any payments. The entire lot will be rejected.

10. VALIDITY OF THE TENDER/BID The Tender shall remain valid for a period of 180 days from the date of opening of price bid.

11. GENERAL TERMS & CONDITIONS

11.1. Delivery and distribution: Bidder shall deliver the material/items in one lot within 45 days from the date of award of the contract 11.2. The material/items to be supplied will have to be distributed to the four campuses of RGUKT as per work order at the cost of the supplier.

Page 26 of 53

11.3. There shall be a warranty period of 12 months and within the warranty period, in case of any damage to the supplied material like breakage, wear and tear, mechanical defects, discoloring etc. it will be the responsibility of the supplier to replace the damaged material with a new one.

12. DISPUTES : All disputes and differences of any kind whatsoever arising out of or in connection with the contract, whether during or after completion of contract will be settled amicably in a spirit of cooperation and the RGUKT s decision shall be final on all such matters and shall be binding on the Bidder. Even then any dispute arises will be subject to jurisdiction of the courts of Krishna districts in Andhra parades.

13. DISCLAIMER :

13.1. Even though adequate care has been taken in the preparation of this Tender Schedule the Bidder should satisfy himself that the Schedule is complete in all respects. Discrepancy, if any, should get clarified at the pre bid meeting. 13.2. Neither RGUKT nor its employees make any representation or warranty as to the accuracy, reliability or completeness of the information in this tender schedule and it is not possible㔸 for the RGUKT to consider the investment objective, financial situation and particular needs of each party who reads or uses the Tender Schedule. Certain prospective Bidders may have a better knowledge of the scope of work than others. Each prospective Bidder should conduct his or her own investigations and analysis and check the accuracy, reliability and completeness of the information in the Tender schedule and obtain independent advice from appropriate sources. 13.3. The RGUKT reserves the right to reject any or all the Bids submitted in response to this tender at any stage without assigning any reasons whatsoever. 13.4. The RGUKT reserves the right to change any or all of the provisions of this tender.

14. REJECTION OF TENDERS :

14.1. The Registrar(i/c), RGUKT reserves the right to cancel the tender process and reject all tenders at any time prior to the award of contract without thereby incurring any liability as against the affected bidder or any obligations to inform the affected bidder of the grounds of acceptance or rejection.

Page 27 of 53

14.2. No bidder is entitled to withdraw his or her offer after submission. In case of such withdrawal, the EMD deposited along with the tender processing fee will stand forfeited. 14.3. For breach of any of the conditions prescribed in the tender or as specified by the RGUKT from time to time, the EMD is liable to be forfeited. Decision of the RGUKT in this regard is final and binding on bidder.

Appendex-1

Required Quantity Total S.NO Name of the Item Required RK Valley Srikakulam Ongole Nuzvid Quantity Campus Campus Campus Campus ARCHERY

1 Target Box 1 set 1 Set

2 Bows 1 set 1 Set

3 Arrows 1 set 1 Set

4 Hand protactors 1 set 1 Set

㔸 5 finger guards 1 set 1 Set

Arrows pouch bags with 6 1 set 1 Set belt BALL BADMINTON 12 7 BALLS 10 20 42

20 8 Wooden Bats 20 20 60

9 NET(Nylon) 1 5 6

2 sets 10 POLES 1 Sets 3 Sets

BASKET BALL EQUIPMENTS 11 Balls (Size 6) 26 10 36 12 Balls (Size 7) 20 6 20 46 HERCULES MOVABLE 13 1 Set 1 set 2 Sets POLES 14 RING NETS 4 0 4

CARROMS EQUIPMENTS

15 Board 10 4 12 6 32 16 Coins 10 sets 4 Sets 12 sets 6 sets 32 Page 28 of 53

17 Stands 10 4 12 6 32 CHESS EQUIPMENTS

CHESS BOARD - Chess Mat 18 10 12 10 32 Foam Big Size CHESS COINS - Galaxy 19 10 sets 12 sets 10 sets 32 sets Heavy

CRICKET EQUIPMENTS 4 20 BAT (English Willow) 2 2 4 12

10 21 BAT (Kashmir Willow) 2 4 16

10 22 HELMETS 6 6 4 26

8 23 WICKETS 6 6 8 28

24 PADS(BATTING) 3 pairs 4 Pairs 2 Pairs 9 Pairs

25 PADS(KEEPING) 3 pairs 4 Pairs 2 Pairs 9 Pairs

5 Pairs 26 KEEPING GLOVES 3 pairs 2 Pairs 2 Pairs 12 Pairs

8 Pairs 27 BATTING GLOVES 3 pairs 6 Pairs 4 Pairs 21 Pairs

5 Pairs 28 THIGH PADS 3 pairs 3 Pairs 4 Pairs 15 Pairs 㔸 5 Dozens 29 Leather Balls 2 Dozens 2 Dozens 5 Dozens 14 Dozens

30 Synthetic Balls 4 Dozens 4 Dozens

30 31 Hard Cricket Tennis Balls 30 24 50 134

2 32 Cricket Mat 2 1 5

Inner Gloves for Batting 15 Pairs 33 6 Pairs 21 Pairs and Wicket Keeping

34 Arm Pads 6 Pairs 6 Pairs

2 35 KIT BAGS 1 1 4

Wicket keeping leg guard - 2 36 2 4 SS/SG 5 37 Batting Leg Guard-SS/SG 3 8

Abdominal 6 38 6 Guard(Standard) 2 39 Cricket Net(Box Type) 2

4 40 Elbow Guard-BAS 4

Page 29 of 53

FENCING(EPLE) EQUIPMENTS

41 MASK 2 2 4

42 SWORDS(ELECT/MANUAL) 2 2 4

43 SUITS 2 2 4

44 BODY WIRES 2 2 4

45 HAND GLOVES 2 2 4

FENCING(FOIL) EQUIPMENTS

46 SWORDS(ELECT/MANUAL) 2 2 4

47 SUITS 2 2 4

48 ELECTRICAL DRESS 2 2 4

49 BODY WIRES 2 2 4

50 HAND GLOVES 2 2 4

51 MASK 2 2 4

SABAR(FENCING) EQUIPMENTS

㔸 52 SWORDS(ELECT/MANUAL) 2 2 4

53 SUITS 2 2 4

54 ELECTRICAL DRESS 2 1 3

55 BODY WIRES 2 2 4

56 HAND GLOVES 2 2 4

57 MASK 2 2 4

58 Target Pads 2 6 8

FOOT BALL EQUIPMENTS 10 59 BALLS 4 10 6 30

1 Pairs 60 GOAL POST Movable 1 pairs 1 Pairs 1 Pairs 4 Pairs

HAND BALL EQUIPMENTS 10 61 BALLS 8 10 28

1 Pair 62 GOAL POSTS 1 pair 2 Pairs

63 GLOVES 4 4 Page 30 of 53

KABBADI EQUIPMENTS

64 KNEE CAPS 20 20

KHO-KHO EQUIPMENTS

65 POLES 1 pair 3 Pairs 2 Pairs 6 Pairs

66 ANCKLE CAPS 20 20

SHUTTLE EQUIPMENTS 67 Rockets (basic player) 20 20 20 20 80 68 Mavis 350 Cocks 20 Barrels 10 Barrels 10 barrels 20 Barrels 60 Barrels 69 Feather Cocks 8 Barrels 8 Barrels 16 Barrels 70 Suttle badminton nets 10 5 5 20 71 Poles 5 sets 5 sets 0 10 sets SOFT BALL EQUIPMENTS 3 72 Esteen Demeerin Slugger 3 1 7

73 Esteen Sinergi 1 1

74 catcher mask 2 2

75 Legpads 2 2

76 chest pad 2 2

77 Bases 1 1

78 backgroung net 60x40 2 2

15 79 Syntheitc Balls 15 25 55

basheen leather grafite 80 10 10 530c

81 HELMETS 4 4

10 82 GLOVES(Left) 3 12 25

83 GLOVES(Right) 3 4 7

2 84 KIT BAGS 2 2 6

TABLE TENNIS EQUIPMENTS TABLE TENNIS - Stag 85 International 1000 DX 4 2 1 7 Model TT BATS SPONGE - 86 20 10 4 34 Butterfly TBC 302 FL 87 TT Net 3 3 Page 31 of 53

88 TT Balls - STAG 3 STAR 48 36 60 144 THROW BALL EQUIPMENTS

89 Poles 2 6

90 Net 1 2 7

10 91 Balls 3 10 10 33

TENNIKOIT EQUIPMENTS

92 NETS 3 3 6 21

93 POLES 2 pairs 3 Pairs 5 Pairs

20 94 RINGS 10 10 30 70

VOLLEY BALL EQUIPMENTS 10 95 NETS (with iron rope) 3 6 6 25

30 96 BALLS 10 15 15 70

97 POLES 2 pairs 3 Pairs 0 5 Pairs

98 Volleyball Antenas 3 pairs 6 Pairs 9 Pairs

HOCKEY EQUIPMENTS 㔸 18 99 Hockey sticks 18 18 54

1 Set 100 Hockey Goal Posts 1 sets 2 Sets

48 101 Hockey Balls 9 20 77

2 102 Hockey Goal Keeper Kit 2 2 6

Hockey Goal 2 103 2 4 Nets(Vampire) YOGA

104 Wodden Rocker Board 6 6

105 Wodden Slopes 6 6

106 Foam Roller 4 4 107 Bolster (24x8 Size) 2 2 108 Bolster Covers 2 2 109 Yoga Mats 25 6 56 Iron Chairs for yoga 110 20 20 practice

111 Knee Caps 12 Pairs 12 Pairs

Other Equipment 112 Measuring Taps 50 mtr and 6 4 3 3 16 Page 32 of 53

100 mts 113 Iron Roller-1 Tone 1 1 114 Foot Pumps 4 1 2 7 115 Cones 40 40 116 Weighing Machine 4 1 4 2 11

117 Shot put 2 12 14

118 Discus throw 2 12 14

119 Javelin 2 12 14

120 Hammer 2 12 14

121 Relay Batten 3 sets 23 23

122 High Jump Cross Bar 6 6

123 High Jump uprights 3 sets 3 Sets

124 Threadmill Maxpro Cardio 2 2 4 125 Doubble twister 1 1 2 126 Multi Gym (15 stations) 2 2 4 127 Weights All Items Strength 1 1 2

Page 33 of 53

ANNEXURE –I Bidder Information

1 Name of the organization 2 Year of establishment 3 Address for communication

4 Name & Desi gnat ion of Au thorized person 5 Phone Number 6 Mobile number 7 Email 8 Nature of the firm (Proprietary/partnership/etc…) 9 Bank Details of the Agency: Bank Name Bank Addre ss Bank Account Number IFSC Code 10 PAN Number 11 GST Number 12 Total No. of branch offices in Andhra

Pradesh 㔸 13 Amount Rs. Tender Processing Fee DD No. DD Date. (Nonrefundable) Issuing Bank &Branch: 14 Amount Rs.: DD No./BG No.: EMD DD/BG Date: Issuing Bank & Branch: 15 Details of certificates enclosed.

Page 34 of 53

ANNEXURE- II DECLARATION FOR FAIR BUSINESS BY THE BIDDER (On Non-Judicial Stamp paper of Rs. 100)

I, ______Son / Daughter / Wife of Shri______resident of ______Proprietor/Director authorized signatory of the agency/Firm (M/s______), do hereby solemnly affirm and declare as follows:

1. I am authorized signatory of the agency/firm and is competent to sign this affidavit an execute this tender document; 2. I have carefully read and understood whole tender document including all the terms and conditions of the tender and undertake to abide by them; 3. The information / documents furnished along with the above application are true and authentic to the best of my knowledge and belief. I / we, am / are well aware of the fact that furnishing of any false information / fabricated document would lead to rejection of my tender at any stage besides liabilities towards prosecution under appropriate law. 4. I/We further undertake that no case/enquiry/investigation is pending with the police/court/vigilance or any government body against the Proprietor/Partner/Director or the Company (Agency). 5. I/We further undertake that none of the Proprietor/Partners/Directors of the Agency/agency was or is Proprietor or Partner or Director of the Agency with whom the Government have banned /suspended /blacklisted business dealings. I/We further

undertake to report to the Registrar(i/c)㔸 , RGUKT immediately after we are informed but in any case not later than15 days, if any Agency in which Proprietor/Partners/Directors are Proprietor or Partner or Director of such a Agency which is banned/suspended in future during the currency of the Contract with you. 6. I/We further undertake that our firm/company is fulfilling all the terms and conditions/eligibility criteria obvious/explicit or implied/implicit recorded anywhere in the tender document. If at any time including the currency of the Contract, any discrepancy is found relating to our eligibility or the process of award of the contract criteria, this may lead to termination of contract and/or any other action deemed fit by the Institute.

(Signature of the Bidder) Date: Name: Place: Designation Seal of the Agency Address:

I/We do hereby solemnly declare and affirm that the above declaration is true and correct to the best of my knowledge and belief. No part of it is false and noting has been concealed therein.

Deponent

Page 35 of 53

ANNEXURE-III Ref. No.: RGUKT -AP/E-Proc/Sports Items/ET09/2021, dated. 17.06.2021

EMD form (To be issued by any Scheduled Bank )

Whereas………………………………………..(here in after called “ the Bidder”) has submitted its bid Dated……………..(Date). For the execution of ………………….(here in after called “the Bid”)

KNOW ALL MEN By these present that WE………………of ……………………….having our

Registered office at ……………………………………..(hereinafter called the “Bank”) are bound unto the Registrar(i/c), Rajiv Gandhi University of Knowledge Technologies, (hereinafter called “RGUKT”) in the sum of ………………….for which payment well and truly to be made to the said RGUKT-Andhra Pradesh itself, its successors and assignees by these presents.

The conditions of these obligations are:

1. If the bidder withdraws its bid during the period of bid validity or 2. If the bidder, having been notified of the acceptance of its bid by the RGUKT during the period of bid validity a. Fails or refuses to execute the contract form if required; or b. Fails or refuses to furnish the performance security, in accordance with the bid

requirement; 㔸 We undertake to pay the RGUKT up to the above amount upon receipt of its first written demand, without the RGUKT having to substantiate its demand, provided that in its demand the RGUKT will note that the amount claimed by it is due to it, owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions. This guarantee will remain in force up to and including 60 days after the period of the bid validity, and any demand in respect thereof should reach the Bank not later than the above date.

Place: Signature of the Bank

Date: and seal.

Page 36 of 53

ANNEXURE- IV FORMAT FOR BANK GUARANTEE TOWARDS PERFORMANCE SECURITY DEPOSIT (To be executed by any scheduled bank, on aRs.100/- non-judicial stamp paper under bank's covering letter mentioning address of the bank)

Ref. No.: RGUKT -AP/E-Proc/Sports Items/ET09/2021, dated. 17.06.2021

To, The Registrar, RGUKT-A.P. (Respective Campuses addresses)

WHEREAS………………. (Name of Vendor) hereinafter called “the Vendor” has undertaken, in pursuance of

Contract No………..Dated,…….(Date), to supply……………called “the Contract” AND WHEREAS it has been stipulated by you in the said Contract, that the Vendor shall furnish you with a Bank guarantee by a Nationalized bank for the sum specified therein as security for compliance with the supplier’s performance Obligations in accordance with the Contract.

In consideration of, the Director, ______[hereinafter referred to as RGUKT, Andhra Pradesh, which expression unless repugnant to the context and meaning thereof shall include its successors and assigns] having agreed to exempt M/s______[hereinafter referred to as 'supplier /contractor/bidder' which expression unless 㔸 repugnant to the context and meaning thereof shall include its successors and assigns] from depositing with The Registrar (i/c), RGUKT a sum of Rs.______(Rupees ______) towards security / performance guarantee in lieu of the said contractor having agreed to furnish a bank guarantee for the said sum of Rs. ______(Rupees ______) as required under the terms and conditions of contract / work order no dated ______[ hereinafter referred as the order'] placed by The Registrar (i/c), RGUKT on the said supplier /contractor.

We,______the bank [hereinafter referred to as 'the bank' which expression shall include its successors and assigns] do hereby undertake to pay The Director, RGUKT- respective campus name an amount not exceeding Rs. ______(Rupees ______) on the demand made by The Director, RGUKT- respective campus name on us due to a breach committed by the said supplier /contractor of the terms and conditions of the contract /order.

1. We______the bank hereby undertake to pay the amount under the guarantee without any demur merely on a demand from The Registrar (i/c), RGUKT stating that there is a breach by the supplier / contractor of a 2. Any of the terms and conditions contained in the order or by the reasons of the supplier's / contractor's failure to comply with the terms and conditions as stipulated in the order or amendment(s) thereto. The demand made on the bank shall be conclusive as to the breach of the terms and conditions of the order and as regard to

Page 37 of 53

the amount due and payable by the bank under this guarantee, notwithstanding any dispute or disputes raised by the said supplier / contractor regarding the validity of such breach and we agree to pay the amount so demanded by The Registrar (i/c), RGUKT without any demur. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs.______(Rupees ______).

3. We, the bank further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said order and that it shall continue to be enforceable till the dues of The Registrar (i/c), RGUKT under or by virtue of the said order have been fully paid and its claim satisfied or discharged or till The Registrar (i/c), RGUKT certifies that the terms and conditions of the order have been fully and properly carried out by the supplier / contractor and accordingly discharge the guarantee.

4. We the bank, undertake to pay to The Registrar (i/c), RGUKT name any money so demanded notwithstanding any dispute or disputes raised by the said supplier /contractor in any suit or proceedings pending before any court or tribunal relating thereto as our liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be valid discharge of our liability for payment there under and the said supplier / contractor shall have no claim against us for making such payment.

5. We ______the bank further agree that The Registrar (i/c), RGUKT shall have

full liberty, without our consent and without㔸 affecting in any manner our obligation hereunder to vary any of the terms and conditions of the order / contract or to extend time of performance by the said supplier / contractor from time to time or to postpone for any time or from time to time any of the powers exercisable by the The Registrar (i/c), RGUKT against the said supplier / contractor and to forbear or enforce any of the terms and conditions relating to the order and shall not be relieved from our liability by reason of any such variation or extension being granted to the said supplier / contractor or for any forbearance, act or omission on the part of The Registrar (i/c), RGUKT or any indulgence by The Registrar (i/c), RGUKT to the supplier / contractor or by any such matter or thing whatsoever which under the law relating to sureties would but for this provisions have effect of so relieving us.

6. Our liability under this guarantee is restricted to Rs. ______(Rupees ______) and shall remain in force up to ______unless demand or claim under this guarantee is made on us in writing within 6 months from the date of expiry viz. ______. We shall be discharged from all liabilities under this guarantee thereafter.

7. This guarantee will not discharge due to change in the constitution in the bank or the said supplier / contractor.

8. The bank hereby agrees to address all the future correspondence in regard to this bank guarantee to The Registrar (i/c), RGUKT.

Page 38 of 53

9. We, ______the bank lastly undertake not to revoke this guarantee during its currency except with the previous consent of The Registrar (i/c), RGUKT in writing.

10. THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the Vendor, up to a total of Rs…………….and we undertake to pay you, upon your first written demand declaring the Vendor to be in default under Rs………. (Amount of Guarantee) as aforesaid without your needing to prove or to show grounds or reasons for your demand or the sum specified therein.

11. This guarantee is valid until the ……..day of ………. (Date)

Signed on the ______day of ______

Signature For the Bank Witness: Name(s) & Designation(s) Name & Address

Page 39 of 53

ANNEXURE-V

SUPPLY AGREEMENT FORM THIS AGREEMENT made this ...... day of...... (Year). Between the Rajiv Gandhi University of Knowledge Technologies, Andhra Pradesh (hereinafter "the RGUKT, Andhra Pradesh ") of one part and...... (Name of Vendor) of...... ( and Country of Vendor) (Hereinafter "the Vendor") of the other part:

WHEREAS the RGUKT, Andhra Pradesh is desirous that certain items as described in the bid document and briefly outlined below, should be provided by the Vendor.

Tender Ref. No & Date :

Title of the project:

Brief outline of the work:

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

In this agreement words and expression shall have the same meanings as are respectively assigned to them in the bid document referred to.

The following documents shall be deemed to form and be read and construed as part of this Agreement, viz. 㔸 1. bid documents 2. pre - bid conference minutes if any, 3. clarification on bid document issued if any, 4. RGUKT-RK Valley notification of award.

In consideration of the payments to be made by the RGUKT, Andhra Pradesh to the Vendor as hereinafter mentioned, the Vendor hereby covenants with the RGUKT, Andhra Pradesh to provide the items and to remedy defects in items therein in conformity, in all respects, with the provisions of the contract.

The RGUKT, Andhra Pradesh hereby covenants to pay the Vendor in consideration of the provision of the items and to remedy defects in items 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 items which shall be provided by the Vendor are as under:

Items Quantity Unit price Total Amount Remarks (Inclusive of all taxes and duties)

Page 40 of 53

The Bidder further notes and accepts that:-

• Bidder shall deliver the goods in one single lot within 90 days from the date of award of the contract. • 90% of contact value on successful supply of the items and acceptance of material and based on the satisfactory certificate from the concerned head of the institute. Balance 10% after within One month from the date of acceptance. • 1% for each week of delayed supply upto a maximum of 5% of the value of the items delayed. If delay continues beyond five weeks, contract is liable for cancellation. o In addition, if the contract is cancelled, the performance security deposit will be en-cashed and forfeited. o In case, after random sampling of the supplied lot, it is found that there is any non- conformance to specifications, the performance security deposit will be en-cashed and forfeited and the bidder will have no claim to any payments. The entire lot will be rejected. o The supply and distribution of material shall be done at, RGUKT, Andhra Pradesh campuses locations. • There shall be a warranty period of 12 months and within the warranty period, in case of

any damage to the supplied material like㔸 discoloring, wear out etc., it will be the responsibility of the supplier to replace the damaged material with a new one. • All disputes and differences of any kind whatsoever arising out or in connection with contract, whether during or after completion of contract will be settled amicably in a spirit of co – operation and the Vice-Chancellor decision shall be final on all such matters and shall be binding on the bidder.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws the day and year above written. Signed, and delivered by Signed, and delivered by

for the Vendor. For. Rajiv Gandhi University of Vendor’s common seal: Knowledge Technologies, Place Date: RGUKT- Campus Name common seal:

Place:

Date:

In the presence of: ......

Page 41 of 53

ANNEXURE-VI

BID LETTER FORM

From:

(Registered name and address of the bidder)

To The REGISTRAR (I/C), RGUKT-A.P. Camp Office Address: RGUKT Nuzvid Campus, Nuzvid, Krishna District, Andhra Pradesh, Pin: 521202.

Sir,

Having examined the bidding documents and amendments there on, we the undersigned, offer to supply and deliver the material (and other related materials) according to the tender document as the case may be, in conformity with the terms and conditions of the bidding document and amendments thereon in response to your tender call dated………………

We undertake to supply the above mentioned materials, as assigned to us in conformity with the said bidding documents, for an estimated sum of Rs …………… (Total bid amount in words and figures) which may vary in accordance with㔸 the schedule of prices attached herewith and coverage options made by RGUKT or its user organization.

If our bid is accepted, we undertake to:

a. supply the materials according to the time schedule specified in the bid document,

b. submit the performance security deposit from a Scheduled bank in accordance with bid requirements.

c. Agree to abide by the bid conditions, which remain binding upon us during the entire bid validity period and the bid may be accepted any time before the expiration of that period.

d. We understand that you are not bound to accept the lowest or any bid you may receive, nor to give any reason for the rejection of any bid, and that you will not defray any expenses incurred by us in bidding.

Place: Bidder’s Signature

Date: Seal.

Page 42 of 53

Annexure-VII

NON BLACKLISTING CERTIFICATE

[To be submitted on letterhead]

I/We hereby certify that the ------[Name of the company / firm] has not been ever blacklisted/debarred by any Central / State Government / Public Undertaking / University / Institute on any account.

I/We also certify that firm will provide material as per the specification given by RGUKT, and also abide all the terms and conditions stipulated in the bid document.

I/We also certify that the information given in bid is true and correct in all aspects and in any case at a later date it is found that any details provided are false and incorrect, contract given to the concerned firm or participation may be summarily terminated at any stage, the firm will be blacklisted and RGUKT, may impose any action as per the rules.

Date : Name :

Place : Business Address :

㔸 Signature of Service Provider: Seal of the Service Provider:

Page 43 of 53

Annexure- VIII

Name of the Bidder:……………

Annual Turnover Statement

Bidder shall indicate herein his annual turnover during the following two financial years based on the audited balance sheet / profit and loss account statement.

S. No Financial year Subject Material Annual Turnover (Sports items) 1 2017 -18 2 2018 -19 3 2019 -20

Signature of Chartered Accountant

Name:

Membership No.:

Seal

Annexure IX

List of Major Customers on subject material and satisfactory

performance certificate from them

Customer Full Year of S. No Address with Item Name Amount (Rs.) supply phone number

Page 44 of 53

Annexure X Technical Compliance Statement

S.no Item no and Name Specification Specification of Compliance Required as per quoted item (complied higher tender document along with or lower) model, make and special features, if any

Annexure XI

Financial Bid

Price Schedule for Goods offered

Please quote amounts in numerals and words at each place.

Price per Total Unit Price

㔸 unit Value S.No. Description Quantity (Rs.) with without GST (Rs.) GST (Rs.) (3*5) 1 2 3 4 5 6 1 Set 1. Target Box(Archery)

1 Set 2. Bows(Archery)

1 Set 3. Arrows (Archery)

1 Set 4. Hand protactors(Archery)

1 Set 5. finger guards(Archery)

1 Set Arrows pouch bags with 6. belt 42 7. Ball Badminton BALLS

Page 45 of 53

60 Wooden Bats(Ball 8. badminton) 6 9. NET(Nylon)

3 Sets 10. POLES

36 11. Basketball Balls (Size 6)

46 12. Basketball Balls (Size 7)

2 Sets HERCULES MOVABLE 13. POLES 4 14. RING NETS

32 15. Carom Board

69 16. Carom Coins

32

17. Carom Board Stands 㔸

32 CHESS BOARD - Chess Mat 18. Foam Big Size 32 CHESS COINS - Galaxy 19. Heavy 12 Cricket BAT (English 20. Willow) 16 Cricket BAT (Kashmir 21. Willow) 26 22. Cricket HELMETS

42 23. Cricket WICKETS

9 Pairs 24. Cricket PADS(BATTING)

9 Pairs 25. Cricket PADS(KEEPING)

Page 46 of 53

12 Pairs 26. Cricket KEEPING GLOVES

21 Pairs 27. Cricket BATTING GLOVES

15 Pairs 28. Cricket THIGH PADS

14 Dozens 29. Cricket Leather Balls

4 Dozens 30. Cricket Synthetic Balls

134 31. Hard Cricket Tennis Balls

5 32. Cricket Mat(Full Mat)

21 Pairs Inner Gloves for Batting 33. and Wicket Keeping 6 Pairs 34. Arm Pads( Cricket)

4

35. KIT BAGS(Cricket) 㔸

4 36. Wicket keeping leg guard

8 37. Batting Leg Guard

6 Abdominal 38. Guard(Standard) 2 39. Cricket Net(Box Type)

4 40. Elbow Guard(Cricket)

4 41. MASK Fencing(EPLE)

4 42. SWORDS(ELECT/MANUAL)

4 43. Fencing SUITS

Page 47 of 53

4 44. Fencing BODY WIRES

4 45.. Fencing HAND GLOVES

4 46. SWORDS(ELECT/MANUAL)

4 47. Fences SUITS(Foil)

4 Fences ELECTRICAL 48. DRESS 4 49. Fences BODY WIRES

4 50. Fences HAND GLOVES

4 51. Fences MASK

4 52. SWORDS(ELECT/MANUAL)

4

53. Saver SUITS 㔸

3 54. Saver ELECTRICAL DRESS

4 55. Saver BODY WIRES

4 56. Saver HAND GLOVES

4 57. Saver MASK

8 58. Saver Target Pads

30 59. Foot BALLS

4 Pairs Football GOAL POST 60. Movable 28 61. Hand BALLS

Page 48 of 53

2 Pairs 62. Handball GOAL POSTS

4 63. Handball GLOVES

20 64. KNEE CAPS( Kabaddi)

6 Pairs 65. Kho-Kho POLES

20 66. Kho-Kho ANCKLE CAPS

80 67. Shuttle Rockets

60 Barrels 68. Mavis 350 Cocks

16 Barrels 69. Feather Cocks

20 70. Shuttle badminton nets

10 Sets

71. Poles 㔸

7 Esteen Demeerin Slugger 72. (Softball) 1 73. Esteen Sinergi(Softball)

2 74. catcher mask(Softball)

2 75. Legpads(Softball)

2 76. chest pad(Softball)

1 77. Bases(Softball)

2 backgroung net 78. 60x40(Softball) 55 79. Syntheitc Balls(Softball)

Page 49 of 53

10 basheen leather grafite 80. 530c(Softball) 4 81. HELMETS(Softball)

25 82. GLOVES(Left) (Softball)

7 83. GLOVES(Right) (Softball)

6 84. KIT BAGS(Softball)

7 85. TABLE TENNIS – TT Table

34 86. TT BATS SPONGE

3 87. TT Net

144 88. TT Balls

6

89. Throw ball Poles 㔸

7 90. Throw ball Net

33 91. Throw ball Balls

21 92. Tennikoit NETS

5 Pairs 93. Tennikoit POLES

70 94. Tennikoit RINGS

25 Volley ball NETS (with iron 95. rope) 70 96. Volley ball BALLS

5 Pairs 97. Volley ball POLES

Page 50 of 53

9 Pairs 98. Volleyball Antenas

54 99. Hockey sticks

2 Sets 100. Hockey Goal Posts

77 101. Hockey Balls

6 102. Hockey Goal Keeper Kit

4 Hockey Goal 103. Nets(Vampire) 6 Wodden Rocker 104. Board(Yoga) 6 105. Wodden Slopes(Yoga)

4 106. Foam Roller

2

107. Bolster (24x8 Size) 㔸

2 108. Bolster Covers

56 109. Yoga Mats

20 Iron Chairs for yoga 110. practice 12 Pairs 111. Knee Caps

16 112. Measuring Taps 100 mts

1 113. Iron Roller-1 Tonne

7 114. Foot Pumps

40 115. Cones

Page 51 of 53

11 116. Weighing Machine

14 117. Shot put ball

14 118. Discus throw

14 119. Javelin

14 120. Hammer

23 121. Relay Batten

4 122. Threadmill Maxpro Cardio

2 123. Doubble twister

4 124. Multi Gym (15 stations)

3 Sets

125. High Jump uprights 㔸

6 126. High Jump cross bar

2 127. Weights All Items Strength

CHECK LIST

Important :

The Bidder must ensure that the following details/documents as in the check list are furnished along with the bid document. The bidder must also carefully go through all the contents of the BID Document and any additional information/documents, required more than the items listed in the check list below and furnished accordingly. Non-furnishing of any required information/document as per the Tender Document will lead to rejection of the bid.

Page 52 of 53

Serial No of S. No Details Document (Page No.)

1. Tender Processing Fee ( Rs.18,000)

2. EMD- DD/BG (Rs.1,80,000) Name of the firm and Firm Registration 3. certificate

4. Bidder Letter Form as per annexure-VI

5. Bidder Information as per Annexure-I

6. Declaration For Fair Business By The Bidder Annexure-II

7. GST Registration Certificate 8. Annual turnover As per Annexure -VIII Proof of experience of supplying sports items of worth Rs.15lakhs in any one financial year in the last three 9. financial years i.e., FY17-18.18-19 and 19-20 to government agencies/universities /government education institutions/SAP/autonomous bodies etc.- work order copies as annexure-IX

10. PAN card copy

11. Income Tax Return filed (FY17-18, FY18-19, and FY19-20 ) 12. Copies of documents defining the constitution or legal status, place of registration, and principal place of 㔸 business of the bidding firm/entity; written power of attorney of the signatory of the Bid to commit the Bidder.

13. Power of Attorney, wherever applicable

14. List of clients with contact address and telephone number (Annexure IX)

15. Technical Compliance Statement (Annexure X) 16. Bid document bearing signature and firm seal on all the pages

NOTE: All pages of the bid documents must be serially numbered and signed.

Page 53 of 53