[go: up one dir, main page]

0% found this document useful (0 votes)
46 views70 pages

RFP - Empanelment - Architechs

Uploaded by

prabhjot26
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
46 views70 pages

RFP - Empanelment - Architechs

Uploaded by

prabhjot26
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 70

Chhattisgarh Tourism Board (CTB)

Government of Chhattisgarh

Request for Proposal


for

"Empanelment of Architectural Agencies for providing


Consultancy services related to architectural and structural
design, detailed engineering for Development of Tourism
Projects in Chhattisgarh for 3 years”

NIT No.: 382/ / य ांत्रिकी / पयय.मां./ 2025 dated 02/05/2025

May 2025

Invited by:
Managing Director
Chhattisgarh Tourism Board
2nd Floor, Udyog Bhavan
Telibandha Ring Road, Shyam Nagar,
Raipur, Chhattisgarh - 492 006
Phone: +91 771 4224600
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

Disclaimer

The information contained in this Request for Proposal document (the “RFP”) or subsequently provided to
Bidder(s), whether verbally or in documentary or any other form by or on behalf of the Chhattisgarh Tourism
Board (CTB), (the “Authority”) or any of its employees or advisors, is provided to Bidder(s) on the terms
and conditions set out in this RFP and such other terms and conditions subject to which such information
is provided.

This RFP is not an agreement and is neither an offer nor invitation by the Authority to the prospective
Bidders or any other person. The purpose of this RFP is to provide interested parties with information that
may be useful to them in preparing their Bids pursuant to this RFP. This RFP includes statements, which
reflect various assumptions and assessments arrived at by the Authority in relation to the Project. Such
assumptions, assessments and statements do not purport to contain all the information that each Bidder
may require. This RFP may not be appropriate for all persons, and it is not possible for the Authority, its
employees or advisors to consider the investment objectives, financial situation and particular needs of
each party who reads or uses this RFP. The assumptions, assessments, statements and information
contained in the Bidding Documents, may not be complete, accurate, adequate or correct. Each Bidder
should, therefore, conduct its own investigations and analysis and should check the accuracy, adequacy,
correctness, reliability and completeness of the assumptions, assessments, statements and information
contained in this RFP and obtain independent advice from appropriate sources.

Information provided in this RFP to the Bidder(s) is on a wide range of matters, some of which may depend
upon interpretation of law. The information given is not intended to be an exhaustive account of statutory
requirements and should not be regarded as a complete or authoritative statement of law. The Authority
accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on law expressed
herein.

The Authority, its employees and advisors make no representation or warranty and shall have no liability to
any person, including any Applicant or Bidder under any law, statute, rules or regulations or tort, principles
of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may arise
from or be incurred or suffered on account of anything contained in this RFP or otherwise, including the
accuracy, adequacy, correctness, completeness or reliability of the RFP and any assessment, assumption,
statement or information contained therein or deemed to form part of this RFP or arising in any way for
participation in this Bid Stage. The Authority also accepts no liability of any nature whether resulting from
negligence or otherwise howsoever caused arising from reliance of any Bidder upon the statements
contained in this RFP. The Authority may in its absolute discretion, but without being under any obligation
to do so, update, amend or supplement the information, assessment or assumptions contained in this RFP.
The issue of this RFP does not imply that the Authority is bound to select a Bidder or to appoint the Selected
Bidder for the Project and the Authority reserves the right to reject all or any of the Bidders or Bids without
assigning any reason whatsoever.

The Bidder shall bear all its costs associated with or relating to the preparation and submission of its Bid
including but not limited to preparation, copying, postage, delivery fees, expenses associated with any
demonstrations or presentations which may be required by the Authority, or any other costs incurred in
connection with or relating to its Bid. All such costs and expenses will remain with the Bidder and the
Authority shall not be liable in any manner whatsoever for the same or for any other costs or other expenses
incurred by a Bidder in preparation or submission of the Bid, regardless of the conduct or outcome of the
Bidding Process.

Page | 1
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

Table of Contents

SECTION 1: LETTER OF INVITATION ............................................................................................................... 4


SECTION 2: INSTRUCTIONS TO BIDDERS ........................................................................................................ 6
2.1 BACKGROUND ............................................................................................................................................6
2.2 REQUEST FOR PROPOSAL (RFP) ..................................................................................................................6
2.3 SALE OF DOCUMENT/COST OF RFP DOCUMENT.........................................................................................8
2.4 CONTENTS OF DOCUMENT .........................................................................................................................8
2.5 NUMBER OF PROPOSAL ..............................................................................................................................8
2.6 COST OF PROPOSAL ....................................................................................................................................8
2.7 ACKNOWLEDGEMENT BY BIDDER ...............................................................................................................8
2.8 CURRENCY ..................................................................................................................................................9
2.9 LANGUAGE OF PROPOSALS.........................................................................................................................9
2.10 BID SECURITY/ EARNEST MONEY DEPOSIT (EMD) .......................................................................................9
2.11 PRE-BID MEETING & CLARIFICATIONS ......................................................................................................10
2.12 PREPARATION OF THE PROPOSAL (DOCUMENTS COMPRISING THE PROPOSAL) .................................................10
2.13 FORMAT AND SIGNING OF PROPOSAL ......................................................................................................11
2.14 SUBMISSION, RECEIPT AND OPENING OF PROPOSALS .............................................................................12
2.15 DEADLINE FOR SUBMISSION OF PROPOSALS ............................................................................................12
2.16 PERIOD OF VALIDITY OF PROPOSAL ..........................................................................................................13
2.17 EVALUATION OF THE PROPOSAL...............................................................................................................13
2.18 RIGHT TO REJECT ANY OR ALL PROPOSALS ...............................................................................................15
2.19 ISSUE OF LETTER OF AWARD (LOA) ...........................................................................................................15
2.20 PERFOMANCE SECURITY DEPOSIT ............................................................................................................16
2.21 SIGNING OF CONTRACT AGREEMENT .......................................................................................................16
2.22 AWARD OF WORK .....................................................................................................................................16
2.23 FRAUD & CORRUPT FRAUDULENT PRACTICES ..........................................................................................17
2.24 CONFIDENTIALITY .....................................................................................................................................18
2.25 CONFLICT OF INTEREST .............................................................................................................................19
SECTION 3: ELIGIBILITY CRITERIA ................................................................................................................ 21
3.1 ELIGIBILITY CRITERIA .................................................................................................................................21
3.2 TECHNICAL MARKING CRITERIA ................................................................................................................23
3.3 TEAM REQUIREMENT ...............................................................................................................................25
3.4 DURATION OF EMPANELMENT .................................................................................................................27
SECTION 4: TERMS OF REFERENCE .............................................................................................................. 28
4.1 EMPANELLED CONSULTANT’S DELIVERY SERVICES:..................................................................................28
4.2 DETAILED SCOPE OF SERVICES ..................................................................................................................31
4.3 PROJECT COST/ CONSTRUCTION COST FOR THE CATEGORIES: .................................................................34
4.4 OTHER TERMS & CONDITIONS ..................................................................................................................34
4.5 TYPES OF PROJECTS ..................................................................................................................................36
SECTION 5: STANDARD FORMS ................................................................................................................... 38
FORM-5A: LETTER OF PROPOSAL ....................................................................................................................................39
FORM-5B: PARTICULARS OF THE BIDDER ..........................................................................................................................41
FORM-5C: STATEMENT OF LEGAL CAPACITY .....................................................................................................................42
FORM-5D: POWER OF ATTORNEY ...................................................................................................................................43
FORM-5E: FINANCIAL CAPACITY OF THE BIDDER ................................................................................................................44

Page | 2
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

FORM-5F: ABSTRACT OF ELIGIBLE ASSIGNMENTS OF THE BIDDERS ........................................................................................45


FORM-5G: EXPERIENCE OF THE BIDDER FOR TECHNICAL EVALUATION....................................................................................46
FORM-5H: FORMAT OF BANK GUARANTEE TOWARDS PERFORMANCE SECURITY .....................................................................47
FORM-5I: FINANCIAL PROPOSAL.....................................................................................................................................49
FORM-5J: FORMAT FOR ................................................................................................................................................55
SECTION 6: DRAFT CONTRACT AGREMENT ................................................................................................. 56

Page | 3
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

SECTION 1: LETTER OF INVITATION

Sub: Notice Inviting Request for Proposal (RFP) for "Empanelment of Architectural Agencies for
providing Consultancy services related to architectural and structural design, detailed engineering
for Development of Tourism Projects in Chhattisgarh for 3 years"

The Chhattisgarh Tourism Board (CTB) (the “Authority”) has decided to empanel the Consultants for giving
consultancy services for planning, designing, construction, Project management and implementation of
tourism projects being taken up by CTB in Chhattisgarh. The consultants will assist CTB in
conceptualization, planning, designing, development, execution and monitoring of various tourism
development initiatives by ensuring timely and quality execution of work.

Brief particulars of the Project are as follows:

Facts and Timeline Sheet (Data Sheet)


1 Tender No No. ----------------
2 Name of the Work "Empanelment of Architectural Agencies for providing Consultancy
services related to architectural and structural design, detailed
engineering for Development of Tourism Projects in Chhattisgarh for
3 years"
3 Period of 3 years
Empanelment
4 Name of the issuer of Managing Director, Chhattisgarh Tourism Board
this tender
5 Cost of RFP document INR 10,000 + 1,800 (Rs Eleven Thousand Eight Hundred Only) non-
refundable, to be paid through
1) Demand Draft to Managing Director ‘Chhattisgarh Tourism
Board’ payable at ‘Raipur’
OR
2) Online payment in following account
Account Holder Name: Chhattisgarh Paryatan Mandal
Bank Name & Branch: State Bank of India, Telibandha, Raipur
Account No: 30110366172
IFSC Code: SBIN0005194
(Bidders shall provide UTR no of the payment in their Technical
Proposal)
6 Date of issue of tender 05/05/2025
document
7 Date for sending Pre- Till 13/05/2025 at 5.00 PM at email id – md.cgtourism@gmail.com
Bid Query
8 Pre-Bid Meeting 14/05/2025 at 12.00 PM
9 Last Date for 03/06/2025 up to 05:00 P.M
Submission of Bid
10 Date of Bid Opening 06/06/2025 at 3.30 PM
11 Date of Technical To be informed later
presentations
12 Date of Financial Bid To be informed later
Opening

Page | 4
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

13 Place of Bid Opening Office of The Managing Director, Chhattisgarh Tourism Board, 2nd
Floor, Udyog Bhawan
Rind Road -1, Raipur (C.G.) 492 006
14 Address of Chhattisgarh Tourism Board, 2nd Floor, Udyog Bhawan, Rind Road
Communication -1, Raipur (C.G.) 492 006
15 Earnest Money INR 1,00,000 (Rupees one lakhs only). EMD may be submitted in
Deposit (EMD) the form of
1) Demand Draft/ FDR from in the favor of Managing Director,
Chhattisgarh Tourism Board payable at “Raipur”
Original copy of the DD/FDR should be submitted to CTB office
along with the BID on or before the last date of bid submission.
A copy of the DD/FDR should be submitted along with the bid
proposal
16 Availability of Tender The tender can be downloaded from Chhattisgarh e-Procurement
Document website:
https://eproc.cgstate.gov.in/
https://tourism.cgstate.gov.in/Tenders
17 Validity of Proposal Proposals must remain valid 180 days after the Submission date
18 Bid Submission The Proposal shall be submitted through e-Procurement Portal
https://eproc.cgstate.gov.in/. up to 5.00 PM on or before 03/06/2025
(online).

The Hardcopy of the Bid can be submitted up to 5.00 PM on or before


05/06/2025 by hand or Speed post or registered post to the address
mentioned below:

Office of The Managing Director, Chhattisgarh Tourism Board, 2nd


Floor, Udyog Bhawan
Rind Road -1, Raipur (C.G.) 492 006
19 Consortium or JV Not allowed

Note: In case any above mentioned date lies on public holiday, the next working day shall be
considered as such date.
Authority will endeavor to adhere to the dates indicated above. However, it reserves the right to effect
changes to the above dates, if the need arises. Such change, if any, would be uploaded at Authority’s
website from time to time.

Page | 5
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

SECTION 2: INSTRUCTIONS TO BIDDERS

2.1 BACKGROUND

2.1.1 Chhattisgarh Tourism Board (CTB) aims to develop Chhattisgarh as one of the most preferred
tourist destinations and to place it prominently on the domestic and international tourism map. CTB,
in its endeavor to optimize the tourism potential of the State, is giving special importance to
planning, designing and development of tourist destinations in the state adhering to the global
standards and industry best practices. Specific activities that have been undertaken in this respect
are spatial planning, provisioning of appropriate infrastructure including upgradation of existing,
design and development of specialized tourism projects, etc.

2.1.2 For this, CTB intends to avail services of technical agencies through this empanelment process.
Applications are invited from reputed architectural agencies which are having sound required
qualifications, technical background, team strength, appropriate registrations and meet Pre-
qualification criteria set out in this document.

2.1.3 Objective - The broad objective of the empanelment is to avail the services of qualified and
experienced Consultants for giving consultancy services for planning, designing, construction,
Project management and implementation of tourism projects being taken up by CTB in
Chhattisgarh. The aim is to have a list of empaneled Consultants with Chhattisgarh Tourism Board
who will assist CTB in conceptualization, planning, designing, development, execution and
monitoring of various tourism development initiatives by ensuring timely and quality execution of
work. This tender document is for shortlisting the qualified agencies and empanel them for 3 Years
to avail consultancy services of Technical Agencies for executing tourism projects being taken up
by CTB.

2.2 REQUEST FOR PROPOSAL (RFP)


2.2.1 The Authority invites proposals (the “Proposals”) for empanelment of Consultants (the “Panel”) who
shall comply with terms and conditions set forth in the RFP document to fulfil the requirement of
the Authority as when required. The Authority intends to select the Consultants through an open
competitive bidding process in accordance with the procedure set out herein.

2.2.2 Eligibility of Bidders: For determining the eligibility of Bidders for their qualification hereunder,
the criteria mentioned in section 3 shall apply and following
a) A Bidder is eligible to submit only one Bid.
b) The bidder should be a Private Company registered under the Companies Act, 1956/2013 or
a LLP registered under the Limited Liability Partnership Act 2008 or a partnership registered
under the Indian Partnership Act, 1932 or a Society registered under the Societies Registration
Act, 1860 or a proprietorship firm with requisite experience under different sub categories.
(Proof of the registration shall be furnished) and should have been operating atleast for last 5
years.
c) This RFP is not transferable.
d) A Bidder including any or Associate should, in the last 3 (three) years, have neither failed to
perform on any contract, as evidenced by imposition of a penalty by an arbitral or judicial
authority or a judicial pronouncement or arbitration award against the Bidder, or Associate, as

Page | 6
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

the case may be, nor has been expelled from any project or contract by any public entity nor
have had any contract terminated by any public entity for breach by such Bidder, or Associate.
Provided, however, that where Bidder claims that its disqualification arising on account of any
cause or event specified in this Clause 2.2.2 is such that it does not reflect (a) any malfeasance
on its part in relation to such cause or event; (b) any wilful default or patent breach of the
material terms of the relevant contract; (c) any fraud, deceit or misrepresentation in relation to
such contract; or (d) any rescinding or abandoning of such contract, it may make a
representation to this effect to the Authority for seeking a waiver from the disqualification
hereunder and the Authority may, in its sole discretion and for reasons to be recorded in
writing, grant such waiver if it is satisfied with the grounds of such representation and is further
satisfied that such waiver is not in any manner likely to cause a material adverse impact on
the Bidding Process or on the implementation of the Project.
e) The following conditions shall be adhered to while submitting a Bid:
i. Bidders should attach clearly marked and referenced continuation sheets in the event
that the space provided in the prescribed forms in the Annexes is insufficient.
Alternatively, Bidders may format the prescribed forms making due provision for
incorporation of the requested information;
ii. information supplied by a Bidder must apply to the Bidder, or Associate named in the
Bid and not, unless specifically requested, to other associated companies or firms;
iii. in responding to the qualification, Bidders should demonstrate their capabilities in
accordance with Clause 2.2.2 and section 3.

2.2.3 Categorization of the Architectural Agencies


Considering the nature, type and complexity of projects, the empanelment shall be in following
three (3) categories based on their average annual turnover.
Sr. Category Criteria to participate in the bidding Remark
No. process
1 Category – A The architectural agencies with minimum Category-A will be
Average Annual Turnover from allowed to participate for
consultancy services during the last 3 project value up to Rs 10
financial years (2021-22, 2022-23 and crores only
2023-24) of INR 30.00 lakhs
2 Category – B The architectural agencies with minimum Category-B will be
Average Annual Turnover from allowed to participate for
consultancy services during the last 3 project value up to 50
financial years (2021-22, 2022-23 and crores only
2023-24) of INR 1.00 Crore
3 Category – C The architectural agencies with minimum Category-C will be
Average Annual Turnover from allowed to participate for
consultancy services during the last 3 project value up to 50
financial years (2021-22, 2022-23 and crores and more than 50
2023-24) of INR 2.00 Crores crores

Note: The bidder should quote for only one category as defined through this tender document (i.e.
Category-A or Category-B or Category-C). Bidder giving quotations for more than one category
would be disqualified.

Page | 7
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

2.3 SALE OF DOCUMENT/COST OF RFP DOCUMENT


2.3.1 RFP document can be downloaded from the Online; through E-Procurement portal
https://eproc.cgstate.gov.in., Government of Chhattisgarh on and after date of publishing provided
in the Fact sheet. The bidder has to submit a non-refundable amount of INR 10,000 + 1,800 (Rs
Eleven Thousand Eight Hundred Only) for participation in the bid which is to be paid through
Demand Draft to Managing Director ‘Chhattisgarh Tourism Board’ payable at ‘Raipur’ or through
Online payment in the account mentioned in the Fact Sheet of Section 1 of this RFP.

2.4 CONTENTS OF DOCUMENT


2.4.1 The RFP includes the following Sections:
Section 1 – Letter of Invitation
Section 2 – Instructions to Bidders
Section 3 – Data sheet & Eligibility Criteria
Section 4 – Scope of Work
Section 5 – Standard Forms
Section 6 – Draft Contract Agreement

2.4.2 The Bidder is expected to examine all instructions, Data Sheet and Standard Forms provided in
this RFP and to furnish with its Proposal. The bidding documents including this RFP and all
attached documents are and shall remain the property of the Authority and are transmitted to the
Bidders solely for the purpose of preparation and the submission of their respective Proposal in
accordance with the terms herein. Bidders are to treat all information as strictly confidential and
shall not use it for any purpose other than for preparation and submission of their Proposal. The
Authority will not return any Proposal, or any information provided along therewith.

2.5 NUMBER OF PROPOSAL


2.5.1 No Bidder shall submit more than one Bid.

2.6 COST OF PROPOSAL


2.6.1 The Bidders shall be responsible for all the costs associated with the preparation of their Proposals
and their participation in the Selection Process including subsequent negotiation, visits to the
Authority, other offices etc. and/or any other expense in relation thereto. The Authority shall not be
responsible or in any manner liable for such costs, regardless of the conduct or outcome of the
Selection Process.

2.7 ACKNOWLEDGEMENT BY BIDDER


2.7.1 It shall be deemed that by submitting the Proposal, the Bidder has:
a) made a complete and careful examination of the RFP;
b) received all relevant information requested from the Authority;
c) acknowledged and accepted the risk of inadequacy, error or mistake in the information
provided in the RFP or furnished by or on behalf of the Authority or relating to any of the
matters referred to in Clauses above;
d) satisfied itself about all matters, things and information, including matters referred to in Clauses
above herein above, necessary and required for submitting an informed Application and
performance of all of its obligations there under;
e) acknowledged that it does not have any Conflict of Interest as mentioned above or otherwise;
and
f) agreed to be bound by the undertaking provided by it under and in terms hereof.

Page | 8
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

2.7.2 The Authority shall not be liable for any omission, mistake or error on the part of the Bidder in
respect of any of the above or on account of any matter or thing arising out of or concerning or
relating to RFP or the Selection Process, including any error or mistake therein or in any information
or data given by the Authority.

2.8 CURRENCY
2.8.1 The currency for the purpose of the Proposal shall be the Indian National Rupee (INR). The
conversion to Indian Rupees shall be based on the closing exchange rate published by the Reserve
Bank of India as on date of submission of the Proposal. In all such cases, the original figures in the
relevant foreign currency and the INR equivalent thereof must be given. The exchange rate(s)
applied shall be clearly stated. The Authority, however, reserves the right to use any other suitable
exchange rate for the purpose of uniformity, as the case may be.

2.9 LANGUAGE OF PROPOSALS


2.9.1 Unless otherwise specified in the Data Sheet, the Proposal prepared by the Bidder and all
correspondence and documents related to the Proposal exchanged by the Bidder and the Authority
shall be in writing and written in the English Language.

2.10 BID SECURITY/ EARNEST MONEY DEPOSIT (EMD)


2.10.1 Bidders shall submit, along with their Proposal, Bid Security (the “Earnest Money”) of INR
1,00,000/- (Rupees one lakh only) which shall be paid online through e-procurement portal in the
form of
a) Demand Draft (DD)/Fixed Deposit Receipt (FDR) in favor of ‘The Managing Director,
Chhattisgarh Tourism Board’ payable at ‘Raipur’
Original copy of the DD/FDR should be submitted to CTB office along with the BID on or before
the last date of bid submission.
2.10.2 The Bid Security shall be valid for 180 days or for any such period of extension as may be required
by the Authority. Any Proposal not accompanied with the Bid Security of the required value and
minimum required validity shall be rejected by the Authority as non-responsive.
2.10.3 The Authority would refund the Bid Security of all the unsuccessful Bidders without interest within
one (1) month from the date of issuance of LoA to the Successful Bidders. The Authority shall not
be liable to pay any interest on the Bid Security while refunding it to the Bidders.
2.10.4 The Bid Security, for the amount mentioned above, of Successful Bidder would be returned without
interest upon submission of Performance Bank Guarantee.
2.10.5 The Bidder, by submitting its Proposal pursuant to this RFP, shall be deemed to have
acknowledged that without prejudice to the Authority’s right or remedy herein or under applicable
law or otherwise, the Bid Security shall be forfeited and appropriated by the Authority as the
mutually agreed pre-estimated compensation and damage payable to the Authority for, inter alia,
the time, cost and effort of the Authority in regard to this RFP Document including the consideration
and evaluation of the Proposal under the following conditions:
a) If a Bidder engages in corrupt practice(s), fraudulent practice(s), coercive practice(s),
undesirable practice(s), restrictive practice (s) or collusive practice(s) as specified in Clause
2.23 of this document;
b) If a bidder makes any misrepresentation or misinformation or misleading or ambiguous or false
information in the bid proposal.
c) If a Bidder withdraws its Proposal during the period of its validity as specified in this RFP
Document and as extended by the Authority from time to time.
d) In the case of the Successful Bidder, if the Successful Bidder fails to reconfirm its commitments
during negotiation or fails to sign the contract agreement

Page | 9
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

2.11 PRE-BID MEETING & CLARIFICATIONS


2.11.1 Bidders Queries
a) Authority shall hold a pre-bid meeting with the prospective bidders as per the details
mentioned in the Facts and Timeline Sheet of Letter of Invitation.
b) Authority shall not be responsible for ensuring that the bidders’ queries have been received
by them. Any requests for clarifications post the indicated date and time may not be
entertained by the Nodal Agency.
c) Bidders requiring any clarification on the RFP may send their queries to the Authority in
writing by e-mail on or before the date of Pre-Bid meeting.
d) The Authority reserves the right not to respond to any questions or provide any
clarifications, in its sole discretion, and nothing in this Clause 2.11 shall be construed as
obliging the Authority to respond to any question or to provide any clarification.
e) Subject to the aforesaid, due to any force majeure event, if the pre-bid meeting cannot be
conducted on the prescribed address on the date published in the RFP, the Authority shall
respond to the Bidders queries in that regard and would upload them on the e-procurement
website. It shall be the sole responsibility of the Bidder to keep track of any responses given
to their queries on the said website.

2.11.2 Responses to Pre-Bid Queries and Issue of Corrigendum


a) The Authority will endeavor to provide timely response to all queries. However, Authority
makes no representation or warranty as to the completeness or accuracy of any response
made in good faith, nor does Authority undertake to answer all the queries that have been
posed by the bidders.
b) At any time prior to the last date for receipt of bids, Authority may, for any reason, whether at
its own initiative or in response to a clarification requested by a prospective Bidder, modify the
Document by a corrigendum/ Addendum/ Amendment and publishing it on the e-procurement
portal.
c) The Corrigendum (if any) & clarifications to the queries from all bidders will be posted on the
https://eproc.cgstate.gov.in/ and https://tourism.cgstate.gov.in/Tenders.
d) Any such corrigendum shall be deemed to be incorporated into this RFP.
e) In order to provide prospective Bidders reasonable time for taking the corrigendum into
account, Authority may, at its discretion, extend the last date for the receipt of Proposals.

2.12 PREPARATION OF THE PROPOSAL (Documents Comprising the Proposal)


2.12.1 The Authority has adopted a two stage two cover bidding process (collectively referred to as the
“Bidding Process”) for selection of the Bidder for award of the empanelment. The bid to be
submitted by the bidder shall be in two separate parts.

2.12.2 COVER- 1: Technical Proposal


The technical proposal shall be evaluated of only those bidders who has submitted the document
fee and the bid security set forth in Data Sheet. The technical proposal shall be submitted online
through the e-procurement portal https://eproc.cgstate.gov.in/ and hardcopy set forth in Data
Sheet. The technical proposal shall provide the information as per the Eligibility Criteria specified
in the Section 3 and the Standard Forms. The Technical Proposal shall not include any Financial
Proposal forms. The Proposal shall be treated as non-responsive, if any information of financial
proposal and/or submission of Financial Proposal forms are found in this Cover-1. The technical
proposal shall comprise of:

Page | 10
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

(i) Proof of RFP Document fee


(ii) Bid Security as specified in Clause 2.10
(iii) All standard forms in the format indicated in this document.
(iv) Proof of minimum eligibility criteria and supporting documents as specified in this
document.
(v) Technical Bid and supporting documents for the technical marking in this document.
(vi) Certificates/ undertakings/affidavits as specified in the document
(vii) Scanned copy of Original Power of Attorney (if applicable) certified under the hands of a
partner or director of the Bidder and notarized by a notary public in the form specified in
Form 5D as the case maybe, shall accompany the Proposal at the time of its online
submission.

2.12.3 COVER- 2: Financial Proposal


The Financial proposal form documents shall be evaluated of those bidders that are found eligible
as per the eligibility criteria set forth in Section 3. The financial proposal shall comprise the format
provided in the Form 5J of the document.

2.13 FORMAT AND SIGNING OF PROPOSAL


2.13.1 The Proposal (As mentioned in clause 2.12) should be covered in separate sealed envelopes
superscribing "Technical Proposal" and “Financial Proposal” respectively. Each copy of each bid
should also be marked as "Original" OR "Copy" as the case may be. The Proposal, and its copy,
shall be digitally signed by the authorized signatory of the Bidder and shall be uploaded on the e-
procurement portal. The Proposals must be properly signed by the authorized representative (the
“Authorized Representative”).

2.13.2 The two envelopes containing copies of “Technical Proposal” and “Financial Proposal” should be
put in another single sealed envelope clearly marked “Response to RFP for - " Empanelment of
Architectural Agencies for providing Consultancy services related to architectural and structural
design, detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years” along
with the RFP Reference Number.

2.13.3 The outer envelope thus prepared should also indicate clearly the name, address, telephone
number, E-mail ID and fax number of the bidder to enable the Bid to be returned unopened in case
it is declared "Late".

2.13.4 All the pages of the proposal must be sequentially numbered and must contain the list of contents
with page numbers. Any deficiency in the documentation may result in the rejection of the Bid. The
original proposal/bid shall be prepared in indelible ink. It shall contain no interlineations or
overwriting, except as necessary to correct errors made by the bidder itself. Any such corrections
must be initialed by the person (or persons) who sign(s) the proposals.

2.13.5 All pages of the bid including the duplicate copies, shall be initialed and stamped by the person or
persons who sign the bid. In case of any discrepancy observed by in the contents of the submitted
original paper bid documents with respective copies, the information furnished on original paper
bid document will prevail over others.

Page | 11
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

2.14 SUBMISSION, RECEIPT AND OPENING OF PROPOSALS


2.14.1 The “Technical Proposal” & “Financial proposals” shall be uploaded in the e- procurement portal in
respective sections.
Electronic Proposal Submission
a) The RFP document can be obtained from the e-procurement website of Govt. of Chhattisgarh
https://eproc.cgstate.gov.in/.
b) The electronic submission procedures shall be as mentioned herein below.

2.14.2 The Proposal shall be submitted through e-Procurement Portal https://eproc.cgstate.gov.in/.


Bidders need to register themselves in the e-Procurement portal to submit their Proposal online.
The registration can be done in the e-procurement cell as below:
i. Details of the E-Procurement Cell
ii. Contact Details of e-Procurement Cell
iii. The RFP Document can be viewed free of cost on the e-Procurement Portal.
iv. The Proposal shall be uploaded. The necessary supporting documents for the Proposal shall
be scanned and attached in the e-procurement portal, Bidder’s detailed profile, satisfactory
Authority certificate along with the purchase order, completion certificate, financial
documents for projects carried out by the bidder, certificate of Incorporation/Certificate of
Registration, etc., shall be scanned and attached along with Proposal.
v. The details of Guidelines are available on the Website for information on Digital Signature
Certificate: http://www.mca.gov.in/MinistryV2/digitalsignaturecertificate.html.

Note: The Authority shall not be responsible for any technical issues pertaining to internet connectivity,
browser compatibility and any other technical issues pertaining to uploading of bid documents in e-
procurement portal. The Bidders are requested to upload their Proposals in e-portal well in advance to
avoid non-availability of internet connection.

2.14.3 At the opening of the Proposals, the following shall be read out and recorded online simultaneously:
• the name of the Bidder, and
• any other information deemed appropriate or as indicated in the Data sheet.

2.14.4 The Authority will not be responsible for any delays, loss or non-receipt of Proposals. Proposals
submitted by fax, telegram or e-mail shall be rejected.

2.15 DEADLINE FOR SUBMISSION OF PROPOSALS


2.15.1 The proposals must be received by the Authority on and not later than the time and date specified,
in the Letter of Invitation (LoI). The Authority may, at its discretion, extend the deadline for
submission of Proposals by amending the RFP, in which case all rights and obligations of the
Authority and Bidders will thereafter be subject to the deadline as extended.

2.15.2 No Bidder shall withdraw any Proposal after the Proposal Due Date. Notwithstanding anything to
the contrary contained in this RFP, any withdrawal of a Proposal during the interval between the
Proposal Due Date and expiration of the Period of Validity of the Proposal would result in forfeiture
of the Bid Security.

Page | 12
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

2.16 PERIOD OF VALIDITY OF PROPOSAL


2.16.1 Proposals shall remain valid, at least, for the period of 180 (One Hundred and Eighty) days after
the Proposal Due Date as prescribed by the Authority. The Authority has the right to reject any
proposal valid for a shorter period than the prescribed period by the Authority and declare the same
as a non-responsive bid.

2.16.2 In exceptional circumstances, prior to expiry of the Proposal validity period, the Authority may
request the Bidders to extend the period of validity for a period as may be specified by the Authority.
Such request, if any, and its response shall normally be made 30 days prior to the expiry of bid
validity period or at any time mutually agreed between the parties. A Bidder shall have the right to
refuse such request and the same shall not entail any consequences whatsoever. A Bidder
agreeing to the request will only be allowed to extend the bid validity period as may be specified
without making any modification to its Proposal.

2.17 EVALUATION OF THE PROPOSAL


2.17.1 The Authority has adopted a two-stage selection process (collectively the “Selection Process”) for
evaluating the Proposals comprising of technical proposals to be submitted on e-procurement
portal.

2.17.2 Test of Responsiveness:


Prior to evaluation of technical qualification proposal, the Authority shall determine whether each
Proposal is responsive to the requirements of the Request for Proposal. A Proposal shall be
considered responsive only if:
a. It is received as per format in the Section-5 of the document.
b. It is received by the Bid Due Date including any extension thereof pursuant to this RFP
document.
c. It is accompanied by Bid Document cost and Bid Security
d. It is accompanied by the Power of Attorney for signing the Bid /other applicable document
in case of proprietorship.
e. It contains all the information and documents (complete in all respects) as requested in this
Request for Proposal.
f. It does not contain any condition or qualification; and
g. It is not non-responsive in terms hereof.

The Authority reserves the right to reject any Bid which is non-responsive and no request for
alteration, modification, substitution or withdrawal shall be entertained by the Authority in respect
of such Bid. All responsive Bids will be considered for further processing as below.

2.17.3 Evaluation Committee:


Tender evaluation Committee will prepare a list of responsive bidders, who comply with all the
Terms and Conditions set forth in this RFP. All eligible bids will be considered for further evaluation
by a committee according to the Evaluation process define in this RFP document. The decision of
the Committee will be final in this regard.
a) Authority will constitute a Tender Evaluation Committee to evaluate the responses of the
bidders.
b) The Tender Evaluation Committee constituted by the Authority shall evaluate the responses
to the RFP and all supporting documents / documentary evidence. Inability to submit requisite
supporting documents / documentary evidence, may lead to rejection.

Page | 13
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

c) The decision of the Proposal Evaluation Committee in the evaluation of responses to the RFP
shall be final. No correspondence will be entertained outside the process of evaluation with
the Committee.
d) The Proposal Evaluation Committee may ask for meetings with the Bidders to seek
clarifications on their proposals.
e) The Proposal Evaluation Committee reserves the right to reject any or all proposals on the
basis of any deviations.
f) Each of the responses shall be evaluated as per the criterions and requirements specified in
this RFP.
g) The Authority may on its own motion, if deemed necessary, issue interpretations and
clarifications to all Bidders. All clarifications and interpretations issued by the Authority in
writing/officially shall be deemed to be part of the Bidding Documents. Verbal clarifications and
information given by Authority or its employees or representatives shall not in any way or
manner be binding on the Authority.
h) To facilitate evaluation of the Bids, the Authority may, at its sole discretion, seek clarifications
from any Bidder regarding its Proposal. Such clarification(s) may without prejudice include
clarifications with respect to minor deviations found in the Bid and shall be provided within the
time specified by the Authority for this purpose. Any request for clarification(s) and all
clarification(s) in response thereto shall be in writing.
i) If a Bidder does not provide clarifications sought by the authority as mentioned above within
the prescribed time, its Bid shall be liable to be rejected. In case the Bid is not rejected, the
Authority may proceed to evaluate the Proposal by construing the particulars requiring
clarification to the best of its understanding, and the Bidder shall be barred from subsequently
questioning such interpretation of the Authority.

2.17.4 Technical Evaluation:


• Examination of Eligibility Criteria documents: The documents will be examined to determine
whether the bidder meets the eligibility criteria (Clause 3.1) for each category. Any bids found
to be not qualified or not meeting the minimum requirement of eligibility criteria specified in
various sections of this Tender Document will be rejected and will not be considered further
process.
• After evaluations of the proposals, the list of qualified bidders who meets the minimum
requirement of the eligibility criteria (Clause 3.1) will be prepared only be considered as
technically qualified with respect to each category.
• All the other qualified bidders will be ranked from T1 to Tn for each category as mentioned in
clause 2.2.3 based on the marking criteria set forth in the section 3. The bidders who are
technically qualified will be considered for further evaluation process and financial bids will be
opened.

2.17.5 Financial Evaluation


• After opening of the financial bids of technically qualified bidders of each category, lowest
financial quote for each phase will be considered as L1 for the respective domain.
• The least rates quoted amongst all the qualified bidder for each category:
o Phase 1- Project Concept Development and Design Stage (Conceptual DPR): Lowest
financial quote (%) received for this stage will be fixed as the service rate.
o Phase 2- Detailed Project Report (DPR) Stage: Lowest financial quote (%) received for
this stage will be fixed as the service rate.

Page | 14
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

o Phase 3- Project Implementation Stage (Project Management Consultants- PMC):


Lowest financial quote (%) received for this stage will be fixed as the service rate.

• The financial proposal of each phase will be evaluated separately, and the lowest rates quoted
by the technically qualified bidders of each category shall be found as a Fixed Service Rate
for each category.
• All the other qualified bidders (T1 to Tn) of each category mentioned in clause 2.2.3 will have
to match their financials with the lowest rate (L1) for the empanelment. It shall be obligatory
on the part of the empaneled bidders to match the lowest rate (L1) in each category.
• In order to create a panel, the other qualified bidders (track wise) shall be offered to match the
rates of the Fixed Service Rate as applicable for the stage. Top 5 qualified bidders (as ranking
T1 to Tn), who match the Fixed Service Rate, shall be declared as qualified for empanelment.
• Upon completion of the RFP process, CTB will publish the rates of all the empaneled agencies
after seeking necessary approval of the State Government.

• Reasonability of rates – the difference between the L1 rate identified in the financial bid
against each of the category and the average rate quoted against that category should be less
than 30% of average rate quoted against that category. Formula for the same to be used as
below
Average of financial quotes- L1 rate < Average of financial quotes * 30%
o If difference between the L1 % identified in the financial bid against each of the category
and the average % quoted against that category is less than 30% of average % quoted
against that category, than L1 rate will be considered.
o If difference between the L1 % identified in the financial bid against each category and
the average % quoted against that consultant/resource is equal to or greater than 30% of
average rate quoted against that category, than L2 % will be considered and so on.
o Mere empanelment with CTB/Govt. of Chhattisgarh does not guarantee allocation of
work.

2.18 RIGHT TO REJECT ANY OR ALL PROPOSALS


2.18.1 Notwithstanding anything contained in this RFP, the Authority reserves the right to accept or reject
any Proposal and/or to annul the Selection Process and reject all Proposals, at any time without
any liability or any obligation for such acceptance, rejection or annulment, and without assigning
any reasons thereof. Without prejudice to generality of the above, the Authority reserves the right
to reject any Proposal if:
a) At any time, a material misrepresentation is made or discovered, or
b) The Bidder does not provide, within the time specified by the Authority, the supplemental
information sought by the Authority for evaluation of the Proposal; or
c) The proposal is non-responsive to the requirements of the RFP.

2.18.2 Misrepresentation/ improper response by the Bidder may lead to the disqualification of the Bidder
and the authority will have right to forfeit the bid security of the bidder or Authority may also take
any other appropriate action as may be deemed fit in the sole discretion of the Authority.

2.19 ISSUE OF LETTER OF AWARD (LOA)


2.19.1 Post Evaluation of all proposals, the Authority will promptly notify the names of the Successful
Bidder that is the list of empaneled agencies for each category, all the other Bidders whose bids
were not selected and will return the Bid Security of such not selected Bidders.

Page | 15
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

2.19.2 A Letter of Award (“LoA”) will be issued along with the Service Rates for each category mentioned
in the financial bid, in duplicate, by the Authority to all Successful Bidders. The Successful Bidder
shall, within 7 (seven) days of the receipt of the LoA, sign and return the duplicate copy of the LoA
in acknowledgement thereof. In the event the duplicate copy of the LoA duly signed by the
Successful Bidder is not received within the stipulated date, the Authority may, unless it consents
to extension of time for submission thereof, appropriate action on the Bid Security of such Bidder.

2.20 PERFOMANCE SECURITY DEPOSIT


2.20.1 After acknowledgement of the LoA along with the Service Rate, the successful bidders shall deliver
the Performance Security equal to INR 2,50,000/- to the Authority no later than the date specified
in the Letter of Award (LoA). The Performance security shall be in the form of Bank Guarantee in
favor of ‘The Managing Director, Chhattisgarh Tourism Board’ payable at ‘Raipur’.
2.20.2 The Performance Security shall be denominated in Indian Rupees and shall be in the form of a
Bank guarantee (BG) issued by a Nationalized/Scheduled bank as per the format provided at Form
5I: Performance Bank guarantee.
2.20.3 The performance Security shall be valid until a date after 28 days from the Completion Date of the
Contract agreement for the bank guarantee.
2.20.4 If any successful bidder has failed to submit the Performance Band Guarantee within the stipulated
date, the Authority may, unless it consents to extension of time for submission thereof, appropriate
action on the Bid Security of such Bidder.
2.20.5 After submission of the Performance Bank Guarantee, the authority may declare the list of
empaneled agencies here forth will be referred as ‘The Panel’.

2.21 SIGNING OF CONTRACT AGREEMENT


2.21.1 An agreement on non-judicial stamp paper as per format at Section 6 shall be executed by all
empaneled agencies in the Panel separately within 30 days form acceptance of Letter of Award
(LOA). One copy shall be retained by the CTB, and the other copy shall remain with the Agency.
The Agreement shall be signed by authorized signatory of CTB and the Agencies. The authorized
signatory of the Agencies should be Proprietor of the firm or Power of Attorney holder, as the case
may be. Till the signing of the Contract Agreement, the LOA shall form a binding contractual
agreement between CTB and the Agencies. The agencies of the Panel shall bear the expenses of
completing and stamping the agreement.

2.21.2 If the consultants fail to execute the agreement within the specified period, such failure will be
treated as a breach of the terms and conditions of the tender and will result in forfeiture of the
Earnest Money & Bid Security, in part or in full at the discretion of the Managing Director, CTB.
This failure shall also result in cancellation of the tender.

2.22 AWARD OF WORK


2.22.1 After signing of the Contract Agreement, the Authority may publish a Limited Tender Enquiry/ EOI
from the Panel as and when required during the empanelment period for the required consultancy
services i.e., preparation of conceptual plans, Detailed Project Report and Project Management
Consultancy for the tourism projects. The Limited Tender Enquiry/ EOI will include the scope of
services to be provided at the service rates agreed by the Panel to execute the project cost.

2.22.2 The agencies from the Panel who wish to participate shall have to submit a proposal which may
include a technical presentation, and pool of experts to be provided. The work will be awarded to

Page | 16
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

the agency based on the best ideas/ planning/ pool of experts proposed for the execution and the
details of the selection process will be provided at the time of Limited Tender Enquiry/ EOI.

2.22.3 During the award of the contract in accordance with the clause no. 2.22, the authority reserve right
to issue either a single work order to the consultant for all 3 stages (as per section 4) or separate
workorder for each stage (as per section 4) i.e., Stage 1- Project Concept Development and Design
Stage (Conceptual DPR), Stage 2- Detailed Project Report (DPR) & Stage 3- Project
Implementation Stage (Project Management Consultants- PMC). However, at any stage during the
assignment authority reserves right to terminate the assignment and the payment will be done to
the consultant for the activities completed as per the payment schedule mentioned in the Limited
tender enquiry/ EOI.

2.22.4 During the award of the contract in accordance with the clause no. 2.22, the authority reserve right
to submit the additional performance security as per the contract value of the assignment.

2.23 FRAUD & CORRUPT FRAUDULENT PRACTICES


2.23.1 The Bidders and their respective officers, employees, agents and advisers shall observe the
highest standard of ethics during the Bidding Process and subsequent to the issue of the LOA and
during the subsistence of the Contract Agreement. Notwithstanding anything to the contrary
contained herein, or in the LOA or the Contract Agreement, the Authority may reject a Bid, withdraw
the LOA, or terminate the Contract Agreement, as the case may be, without being liable in any
manner whatsoever to the Bidder, as the case may be, if it determines that the Bidder, as the case
may be, directly or indirectly or through an agent, engaged in corrupt practice, fraudulent practice,
coercive practice, undesirable practice or restrictive practice in the Bidding Process.
2.23.2 In pursuance of this policy, the Authority:
a) defines, for the purposes of this provision, the terms set forth below as follows:
• “corrupt practice” means the offering, giving, receiving, or soliciting of anything of value to
influence the action of a public official in the selection process or in Contract execution; and
• “fraudulent practice” means a misrepresentation of facts in order to influence a selection
process or the execution of a Contract to the detriment of Authority and includes collusive
practices among Bidder(s) (prior to or after submission of Proposals) designed to establish
prices at artificial, non-competitive levels and to deprive Authority of the benefits of free and
open competition. The Authority will reject a Proposal for award if it determines that the firm
recommended for award has engaged in corrupt or fraudulent activities in competing for
the contract in question; will declare a firm ineligible, either indefinitely or for a stated period
of time, to be awarded contract if it at any time determines that the firm has engaged in
corrupt or fraudulent practices in competing for, or in executing a contract;
• “Coercive practice” means impairing or harming, or threatening to impair or harm, directly
or indirectly, any person or property to influence any person’s participation or action in the
Bidding Process;
• “undesirable practice” means
(i) establishing contact with any person connected with or employed or engaged by the
Authority with the objective of canvassing, lobbying or in any manner influencing or
attempting to influence the Bidding Process; or
(ii) having a Conflict of Interest; and
• “restrictive practice” means forming a cartel or arriving at any understanding or

Page | 17
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

arrangement among Bidders with the objective of restricting or manipulating a full and fair
competition in the Bidding Process.

2.23.3 The Bidder shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued
by any Government departments of the State or Central Government in accordance with the above.

2.23.4 The Bidder shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued
by Government of Chhattisgarh and/or any other Central or State Government.

2.23.5 The Bidder shall not make attempts to establish unsolicited and unauthorized contact with the
Authority or Bid Evaluation Committee (formulated by the Authority) after opening of the Tender
and prior to the notification of the award and if it is found that there is any attempt by the Bidder to
bring to bear extraneous pressures on the Authority, it shall be sufficient reason to disqualify the
Bidder.
In such cases, the Authority
a) will reject a Proposal for award if it determines that the Bidder recommended for award has
engaged in corrupt or fraudulent practices in competing for the Contract in question;
b) will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a
Contract if it any time determines that the firm has engaged in corrupt or fraudulent practices
in competing for, or in executing a contract.
c) Will forfeit bid security of the bidder found guilty.

Furthermore, the Bidder shall be aware of the provisions stated below:


a) The Bidder shall permit the Authority to inspect its accounts and records relating to this project
and to have them audited by auditors appointed by the Authority, if so required.
b) The Authority may at any time terminate the Contract by giving written notice to the Bidder, if
they become bankrupt or otherwise insolvent. In this event, termination will be with
compensation to the Bidder till the last date of Services, provided that such termination will not
prejudice or affect any right of action or remedy, which has accrued or will accrue thereafter
to the Authority.

2.23.6 Debarment of Bidders:


Debarment of Bidders shall be taken up by the Authority following Rule 151 of General Financial
Rules (GFR), 2017 or any other rule the Authority may decide, if the Bidder(s) engages in corrupt
or fraudulent practices.

2.24 CONFIDENTIALITY
2.24.1 During the term of this Agreement, either Party may receive or have access to technical information,
as well as information about product plans and strategies, promotions, customers and related non-
technical business information which the disclosing party considers to be confidential ("Confidential
Information"). In the event Confidential Information is to be disclosed, the Confidential Information
shall be marked as confidential at the time of disclosure, or if disclosed orally but stated to be
confidential, shall be designated as confidential in a writing by the disclosing party summarizing the
Confidential Information disclosed and sent to the receiving party within thirty (30) days after such
oral disclosure.

2.24.2 Confidential Information may be used by the receiving party only with respect to the performance
of its obligations under this Agreement, and only by those personnel of the receiving party and its

Page | 18
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

subcontractors who have a need to know such information for purposes related to this Agreement,
provided that such subcontractors have signed separate agreements containing substantially
similar confidentiality provisions. The receiving party shall protect the Confidential Information of
the disclosing party by using the same degree of care (but not less than a reasonable degree of
care) to prevent the unauthorized use, dissemination or publication of such Confidential
Information, as the receiving party uses to protect its own confidential information of like nature.
The receiving party's obligation under this Section 2 shall be for a period of one (1) year after the
date of disclosure.
2.24.3 The obligations stated above shall not apply to any information which is:
a. Already known by the receiving party prior to disclosure;
b. Publicly available through no fault of the receiving party;
c. Rightfully received from a third party without a duty of confidentiality;
d. Disclosed by the disclosing party to a third party without a duty of confidentiality on such third
party;
e. Independently developed by the receiving party prior to or independent of the disclosure
f. Disclosed under operation of law;
g. Disclosed by the receiving party with the disclosing party's prior written approval.

2.25 CONFLICT OF INTEREST


2.25.1 A Bidder shall not have a conflict of interest (the “Conflict of Interest”) that affects the Bidding
Process. Any Bidder found to have a Conflict of Interest shall be disqualified. In the event of
disqualification, the Authority shall be entitled to forfeit and appropriate the Bid Security or
Performance Security, as the case may be, as mutually agreed genuine pre-estimated loss and
damage likely to be suffered and incurred by the Authority and not by way of penalty for, inter alia,
the time, cost and effort of the Authority, including consideration of such Bidder’s proposal (the
“Damages”), without prejudice to any other right or remedy that may be available to the Authority
under the Bidding Documents and/ or the Agreement or otherwise. Without limiting the generality
of the above, a Bidder shall be deemed to have a Conflict of Interest affecting the Bidding Process,
if:
i. the Bidder, its Member or Associate (or any constituent thereof) and any other Bidder, its
Member or any Associate thereof (or any constituent thereof) have common controlling
shareholders or other ownership interest; provided that this disqualification shall not apply
in cases where the direct or indirect shareholding of a Bidder, its Member or an Associate
thereof (or any shareholder thereof having a shareholding of more than 5% (five per cent)
of the paid up and subscribed share capital of such Bidder, Member or Associate, as the
case may be) in the other Bidder, its Member or Associate, is less than 5% (five per cent)
of the subscribed and paid up equity share capital thereof; provided further that this
disqualification shall not apply to any ownership by a bank, insurance company, pension
fund or a public financial institution referred to in sub-section (72) of section 2 of the
Companies Act, 2013. For the purposes of this Clause 2.25.1, indirect shareholding held
through one or more intermediate persons shall be computed as follows:
(aa) where any intermediary is controlled by a person through management control or
otherwise, the entire shareholding held by such controlled intermediary in any other person
(the “Subject Person”) shall be taken into account for computing the shareholding of such
controlling person in the Subject Person; and
(bb) subject always to sub-clause (aa) above, where a person does not exercise control
over an intermediary, which has shareholding in the Subject Person, the computation of
indirect shareholding of such person in the Subject Person shall be undertaken on a
proportionate basis; provided, however, that no such shareholding shall be reckoned under

Page | 19
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

this sub-clause (bb) if the shareholding of such person in the intermediary is less than 26%
of the subscribed and paid up equity shareholding of such intermediary; or
ii. a constituent of such Bidder is also a constituent of another Bidder; or
iii. such Bidder, its Member or any Associate thereof receives or has received any direct or
indirect subsidy, grant, concessional loan or subordinated debt from any other Bidder, its
Member or Associate, or has provided any such subsidy, grant, concessional loan or
subordinated debt to any other Bidder, its Member or any Associate thereof; or
iv. such Bidder has the same legal representative for purposes of this Bid as any other Bidder;
or
v. such Bidder, or any Associate thereof, has a relationship with another Bidder, or any
Associate thereof, directly or through common third party/ parties, that puts either or both
of them in a position to have access to each other’s information about, or to influence the
Bid of either or each other; or
vi. such Bidder or any Associate thereof has participated as a consultant to the Authority in
the preparation of any documents, design or technical specifications of the Project.
Explanation:
• In case a Bidder is a Consortium, then the term Bidder as used in this Clause 2.25.1, shall
include each Member of such Consortium.
• For purposes of this RFP, Associate means, in relation to the Bidder/ Consortium Member,
a person who controls, is controlled by, or is under the common control with such Bidder/
Consortium Member (the “Associate”). As used in this definition, the expression “control”
means, with respect to a person which is a company or corporation, the ownership, directly
or indirectly, of more than 50% (fifty per cent) of the voting shares of such person, and with
respect to a person which is not a company or corporation, the power to direct the
management and policies of such person by operation of law.

2.25.2 A Bidder shall be liable for disqualification and forfeiture of Bid Security if any legal, financial or
technical adviser of the Authority in relation to the Project is engaged by the Bidder, its Members
or any Associate thereof, as the case may be, in any manner for matters related to or incidental to
such Project during the Bidding Process or subsequent to the (i) issue of the LOA or (ii) execution
of the Agreement. In the event any such adviser is engaged by the Selected Bidder, as the case
may be, after issue of the LOA or execution of the Agreement for matters related or incidental to
the Project, then notwithstanding anything to the contrary contained herein or in the LOA or the
Agreement and without prejudice to any other right or remedy of the Authority, including the
forfeiture and appropriation of the Bid Security or Performance Security, as the case may be, which
the Authority may have thereunder or otherwise, the LOA or the Agreement, as the case may be,
shall be liable to be terminated without the Authority being liable in any manner whatsoever to the
Selected Bidder for the same. For the avoidance of doubt, this disqualification shall not apply where
such adviser was engaged by the Bidder, its Member or Associate in the past but its assignment
expired or was terminated prior to the Application Due Date. Nor will this disqualification apply
where such adviser is engaged after a period of 3 (three) years from the date of commercial
operation of the Project.

Page | 20
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

SECTION 3: ELIGIBILITY CRITERIA

3.1 ELIGIBILITY CRITERIA


The bidder must possess the requisite experience, strength and capability in providing the consultancy
services to Chhattisgarh Tourism Board. The bids must be complete in all respect and must comply with all
terms and conditions stipulated in this document.
The Authority has adopted a two-stage selection process (collectively the “Selection Process”) in evaluating
the Proposals comprising Technical and Financial proposals to be submitted in two separate files/covers
or shall not be evaluated after opening. In the first stage, a technical evaluation will be carried out as
specified below.

3.1.1 Minimum Qualification & Basic Eligibility Criteria -


a) The bidder should be a Private Company registered under the Companies Act, 1956/2013 or a
LLP registered under the Limited Liability Partnership Act 2008 or a partnership registered under
the Indian Partnership Act, 1932 or a Society registered under the Societies Registration Act,
1860 or a proprietorship firm with requisite experience under different sub categories and should
have been operating atleast for last 3 years.
(The bidder shall be required to submit a true copy of its Registration Certificate or Certificate
of Incorporation or equivalent.)

b) The Bidder must have a valid PAN and Goods & Service Tax (GSTN) registration. Certificate
shall be attached.

c) The Bidder/Parent/Subsidiary/affiliates company of Bidder should not be blacklisted/


debarred/termination of contract except for reasons of convenience of client by any
Government/Government Board/State Government Authorities/ Corporation/ Company/
Statutory Body/ PSU company/ Non-Government/ Government of any sovereign countries and
Funding Agencies in last 3 years.
(Please attach a self-declaration/affidavit stating the above. Self-declaration/affidavit shall be on
Rs 100/- Judicial Stamp paper.)

d) The Bidder should submit a Power of Attorney (if applicable) as per the format enclosed at Form
5D, authorising the signatory of the Application to commit the Bidder.

e) Sub-consultancy and consortium shall not be allowed.

Page | 21
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design, detailed engineering for Development of Tourism
Projects in Chhattisgarh for 3 years"

3.1.2 Eligibility Criteria for each category -


Considering the nature, type and complexity of projects, the architectural agencies has been divided into 3 categories as set forth in the
clause 2.2.3 and the eligibility criteria for each category shall be as provided below.
Sr. Criteria Specific Requirement Specific Requirement Specific Requirement Documents required
No. for Category A for Category B for Category C
1) Turnover The Bidder shall have a The Bidder shall have a The Bidder shall have a The bidder shall be
minimum average annual minimum average annual minimum average annual required to submit a
turnover of INR 30.00 turnover of INR 1.00 turnover of INR 2.00 true copy of Audited
Lakhs during the last three Crore during the last three Crore during the last three balance sheet with
(3) financial years 2021- (3) financial years 2021- (3) financial years 2021- supporting CA
22, 2022-23, 2023-24 22, 2022-23, 2023-24 22, 2022-23, 2023-24 Certificate.
2) Net Worth The Bidder shall have The Bidder shall have The Bidder shall have The bidder shall be
positive net worth in the positive net worth in the positive net worth in the required to submit a
last financial year (FY- last financial year (FY- last financial year (FY- true copy of supporting
2023-24) 2023-24) 2023-24) CA Certificate.
3) Technical In last 5 years from the In last 5 years from the In last 5 years from the Please attach relevant
Capacity – Proposal Due Date, the Proposal Due Date, the Proposal Due Date, the project citations
Core or bidder should have bidder should have bidder should have mentioning the project
Non-core successfully completed 1 successfully completed 1 successfully completed 1 title, the value of the
Projects project related to project related to project related to contract, design brief,
Conceptual Project Conceptual Project Conceptual Project sample drawings,
Report/ Feasibility Report/ Report/ Feasibility Report/ Feasibility Report/ before/after photos, the
DPR preparation/ Project Report/ DPR preparation/ DPR preparation/ Project contract duration and
Management Project Management Management project work order and
Consultant/Project Consultant/Project Consultant/Project completion certificates.
Management Unit/ Management Unit/ Management Unit/
Technical Support Agency Technical Support Technical Support
with Central Government Agency with Central Agency with Central
and/or State Governments Government and/or State Government and/or State
and/or Govt. institutions/ Governments and/or Governments and/or
agencies for a project Govt. institutions/ Govt. institutions/
costing INR 5 to 10 crores agencies for a project agencies for a project
costing INR 10 to 50 costing more than INR 50
crores crores

Page | 22
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design, detailed engineering for Development of Tourism
Projects in Chhattisgarh for 3 years"

The eligible projects means-


• Core Projects: “Projects in the tourism sector including Hotels, Motels, Luxury resorts, Hard and soft landscaping, Tourist Plaza/ Facilitation
Centre, Wayside Amenities, Public Park, Heritage Tourism works, Ethnic buildings, Amusement park, Film city, cultural/ convention centre,
Museum, Auditorium, Golf course, Special Tourism Zones (STZ) Tourism circuits as defined by Ministry of tourism, GOI or any other
tourism projects recognised by Ministry of tourism, GOI”
• Non-Core Projects: “Projects in sectors including Urban Infrastructure including Solid Waste Management, Smart City and Urban
Transport; Roads & Highways; Industrial Parks or SEZs.”

3.2 TECHNICAL MARKING CRITERIA


3.2.1 After evaluation of proposals as per the minimum eligibility criteria, the Bidders will be evaluated based on appropriate marking system as
mentioned below. CTB may assign scores to the response of each bidder based on weightages assigned to each of the criteria in Tender.
The bidders will be shortlisted for financial bid opening.

The categories for marking and their respective marks are as under:
S. Marking Criteria for Marking Criteria for Marking Criteria for Maximum
Eligibility Criteria
No. Category A Category B Category C Marks
For minimum turnover of INR For minimum turnover of INR For minimum turnover of INR
30.00 Lakhs – 10 Marks 1.00 Crore – 10 Marks 2.00 Crore – 10 Marks
Average annual turnover
during the last three (3)
1 Additional 5 marks will be Additional 5 marks will be Additional 5 marks will be 20
financial years 2021-22,
awarded for each additional awarded for each additional awarded for each additional
2022-23, 2023-24
INR 10 Lakhs of turnover INR 25 Lakhs of turnover INR 50 Lakhs of turnover
(maximum up to 10 marks) (maximum up to 10 marks) (maximum up to 10 marks)
In last 5 years from the Work order and copy of duly
Work order and copy of duly Work order and copy of duly
Proposal Due Date, the signed concession
signed concession signed concession
bidder should have agreement or any other
agreement or any other agreement or any other
successfully completed documentary proof (Signed
documentary proof (Signed documentary proof (Signed
projects related to by statutory auditor) of
by statutory auditor) of by statutory auditor) of
Conceptual Project completed project to be
2 completed project to be completed project to be 40
Report/ Feasibility provided.
provided. provided.
Report/ DPR
preparation/ Project Project Cost of 5 to 10 Crores
Project Cost of 10 to 50 Project Cost of more than 50
Management
Crores Crores
Consultant/Project For minimum 1 project – 10
Management Unit/ marks

Page | 23
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design, detailed engineering for Development of Tourism
Projects in Chhattisgarh for 3 years"

S. Marking Criteria for Marking Criteria for Marking Criteria for Maximum
Eligibility Criteria
No. Category A Category B Category C Marks
Technical Support For 2 projects – 20 Marks For minimum 1 project – 10 For minimum 1 project – 10
Agency with Central marks marks
Government and/or Additional marks will be For 2 projects – 20 Marks For 2 projects – 20 Marks
State Governments provided for the core project
and/or Govt. institutions/ experience – Additional marks will be Additional marks will be
agencies 10 marks for 1 project and provided for the core project provided for the core project
20 marks for 2 projects experience – experience –
10 marks for 1 project and 10 marks for 1 project and
20 marks for 2 projects 20 marks for 2 projects
The bidder must have Undertaking Certificate from Undertaking Certificate from Undertaking Certificate from
minimum technical Organization to be furnished Organization to be furnished Organization to be furnished
employees (payroll/ full
time employee). The For minimum 5 Technical For minimum 10 Technical For minimum 15 Technical
team should be Employees – 10 marks Employees – 10 marks Employees – 10 marks
3 combination of 30
Architects, Urban For 10 Technical Employees For 15 Technical Employees For 20 Technical Employees
Planners, Civil – 15 marks – 15 marks – 15 marks
Engineers and
Structural Engineers For 15 Technical Employees For 20 Technical Employees For 25 Technical Employees
– 20 marks – 20 marks – 20 marks
Project Implementation
Firm’s capabilities demonstrated in successful completion of various projects – 5 marks
Framework (Detailed
framework as part of
Approach & Methodology – 10 marks
4 Technical Presentation 20
only, need not to submit
Understanding of the Project: experience of working in sectors (experience in similar projects)
this with the Technical
– 5 marks
Proposal).
Grand Total 100

The total of the Marks obtained by the bidder in the Technical Evaluation including the presentation will be done separately for each category and
will be given the Technical Evaluation Score of the Bidder separately for each category. Bidders obtaining a Technical Evaluation Score of 70 or
more will be eligible for next stage of Tendering process (qualified bidder) or will be selected as the successful bidder and eligible for the
empanelment of the consultants for providing necessary services as and when required.

Page | 24
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design, detailed engineering for Development of Tourism
Projects in Chhattisgarh for 3 years"

3.3 TEAM REQUIREMENT


a) The bidder must have minimum technical employees (payroll/ full time employee) associated with the firm for each category as
mentioned above table. (Undertaking Certificate from Organization to be furnished).
The details of the technical team of the firm which shows the capabilities of the firm should consist of the following.

S.no. Type of Qualification Experience Minimum for Minimum for Minimum for
expert Category - A Category - B Category - C
1) Senior Bachelor’s in architecture/ civil Minimum 10 years of overall
Technical engineering/ planning with masters experience in consulting for
1 1 1
Staff in Architecture/ Civil Engineering/ infrastructure development
Planning projects.
2) Senior Bachelor’s in architecture and the Minimum 7 Years of relevant
Architects candidates with masters in Experience 1 1 2
Architecture will be preferred.
3) Senior Bachelor’s in architecture/ civil Minimum 7 Years of relevant
Urban engineering/ planning with masters Experience 1 1 1
planners in Planning
4) Junior Bachelor’s in architecture and the Minimum 3 Years of relevant
Architects candidates with masters in Experience - 2 3
Architecture will be preferred.
5) Junior Bachelor’s in architecture/ civil Minimum 3 Years of relevant
Urban engineering/ planning with masters Experience - 1 2
Planners in Planning
6) Civil Bachelor’s in civil engineering and Minimum 5 Years of relevant
Engineers the candidates with masters in Civil Experience 1 2 3
engineering will be preferred.
7) Draftsmen Diploma/ Degree in civil Minimum 3 Years of relevant
1 3
engineering Experience
8) Structural Bachelor’s in civil engineering with Minimum 5 Years of relevant
1 1 1
Engineer masters in Structural Engineering Experience
Total 5 10 15

Page | 25
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

b) The bidder will have to deploy or onboard the additional expert technical team which may be
required for preparation of CPR/ DPR or providing PMC services are mentioned below.

S.no. Type of expert Qualification Experience

1) Landscape Bachelor’s in architecture/ civil Minimum 5 Years of relevant


Architect engineering/ planning with Experience
masters in Landscape architecture
or urban designing
2) Electrical Bachelor’s in electrical Minimum 5 Years of relevant
Engineer engineering Experience
3) Surveyor Diploma/ Degree in civil Minimum 3 Years of relevant
engineering Experience

3.3.1 Important Notes for Eligibility Criteria


a) The documents submitted by the bidders will be examined to determine whether the bidder
meets the eligibility criteria specified in Clause 3.1 and other sections of this tender
document will be rejected and will not be considered further process and the bidders who
meets the minimum requirement will be considered as technically qualified. The bidders
who are technically qualified will only be considered for further evaluation process and
financial bids will be opened (as mentioned in clause 2.17 of this document)
b) The bidder shall have to submit the CV of the technical staff as listed above as per the
format provided at Form-5J to showcase the experience, educational qualification and
project details. If bidder fails submit the CV of any staff as mentioned above shall be
disqualified for the further bidding process.
c) The bidders have to submit the copy of degree certificates of each proposed technical staff
d) The bidder shall have to submit the HR letter of the firm as a proof for payroll or full-time
employment with the firm.
e) The list of additional experts mentioned is indicative, the authority reserve to right ask any
other additional experts as per requitement of the project at the time of Limited Tender
Enquiry/ EOI.
f) In addition to above, the consultant may deploy the additional experts as per requirement
of the project on their own also to provide quality deliverables to CTB
g) The bidder should submit the certificates related to qualification of each proposed key
personnel.
h) All the submitted documents and complete proposal should be duly signed & stamped the
Authorized Representative of the Bidder.
i) The documents uploaded should be clearly visible failing which Proposal shall be rejected.
j) Bidders shall submit their company details, financial details, project experience details in the
Standard Form and this shall be considered for Eligibility qualification. Documentary proof for
Project experience such as letter of award/ work order/contract agreement along with
completion certificates from client clearly indicating the nature/scope of work and actual date
of completion for such work should be submitted. The proposals submitted without this
documentary proof shall not be evaluated.
k) The Technical Bids of the Bidders fulfilling the minimum eligibility requirements will be checked
for their completeness and responsiveness.
l) Sub-consultancy and consortium shall not be allowed.

Page | 26
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

3.4 DURATION OF EMPANELMENT


3.4.1 The contract period for this empanelment shall be 3 years from the date of empanelment which can
be extended for 2 terms of 1 years based on performance of the empaneled agencies with first right
to refusal. The empaneled agency scope would be completed upon submission of the final
deliverable as per the agreed terms for each awarded work.

Page | 27
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

SECTION 4: TERMS OF REFERENCE

The objective of this Tender is to empanel Consultants for services to support Chhattisgarh Tourism Board
in conceptualizing, planning, designing, developing, implementing and monitoring of various tourism
development initiatives by ensuring timely and quality execution of work.

4.1 EMPANELLED CONSULTANT’S DELIVERY SERVICES:


The empaneled consultants would be required to deliver services for the following categories of various
projects under the central/state scheme as the case may be
Stage 1: Project Concept Development and Design Stage (Conceptual DPR)
Stage 2: Detailed Project Report (DPR) Stage
Stage 3: Project Implementation Stage (Project Management Consultants- PMC)

4.1.1 Stage 1: Project Concept Development and Design Stage – Conceptual project report (CPR)
or Conceptual DPR
The broad scope of services under this contract shall be the preparation of conceptual plans for
selection of options by the Authority. It would include scope as following but not limited to:
a) Assisting the Authority in the selection of the tourism theme on which project should be
developed.
b) Conceptualization of project on the selected tourism theme
c) Approach & Methodology for the selection of tourism theme based on which schematic design
to be developed.
d) Schematic design options for the proposed project/ program
e) Written review-to-date and development of Basis of Design documentation for inclusion in the
construct document package.
f) Geo spatial, topographical survey, contour survey as per requirement of the project.
g) Site survey & Feasibility assessment to determine the technical viability of the project.
h) Carrying capacity analysis of the destination/ location where the project is proposed.
i) Preparation and Submission of the detailed Concept Plan/Report.
j) Design development drawings of the selected schematic design.
k) A construction cost estimate based upon the design development drawings (said estimate to be
updated as per the suggestions of the authority).
l) Construction cost estimate based upon the final selected project proposal.
m) Construction schedules, and broad specifications necessary for the project.
n) Participation in regular meetings and conferences required for preparation of the requisite
document.
o) Preparation of necessary presentations for submission to Central Government or State
Government and also assisting authority in getting approvals from concerned government
agencies.
p) Agency may be asked to get the Geo spatial/ topographical survey / contour survey done for
the project sites, for which amount will be reimbursed by Chhattisgarh Tourism Board as per
actual billed amount by the third-party surveyor. Agency shall seek the approval of the amount
from MD, Chhattisgarh Tourism Board prior to commencement of the survey.

4.1.2 Stage 2: Detailed Project Report (DPR)


a) As per the approved conceptual plan, preparation of detail plans for selected project by the
client, detailed architectural plans and elevations, all Structural Designs, Electrical, HVAC,
indoor and outdoor lighting, plumbing, Sanitary, Fire safety system, Communication system,
LAN, Access control, Security system, power backup and Green features, Landscape etc.,

Page | 28
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

includes providing detailed designs and specifications, tender drawings for the works on item
rate basis and other relevant drawings and design adhering to applicable norms, standards and
codes.
b) Preparation of Detailed cost estimate/ Bill of quantity as per the SOR/ DSR or as mentioned by
the authority. In case of non-SOR items, the cost of the item should be derived from the market
research.
c) Construction schedules, and broad specifications necessary for the project.
d) The approvals of the Authority are required on all drawings, specifications, documents etc and
Architect & Design Consultant shall be responsible for modifications, incorporation of
suggestions etc.
e) Participation in regular meetings and conferences required for preparation of the requisite
document.
f) Preparation of necessary presentations for submission to Central Government or State
Government and also assisting authority in getting approvals from concerned government
agencies.
g) Proper coordination and follow-up with stakeholders of the project for requisite information and
documents.
h) Preparation of detail project report and submission of the same to the authority for approval
within specified timelines.
i) Preparation of Tender drawings, technical specifications, vendors / manufactures for materials
and equipment and preparation of tender documents for Tendering and draft contract
agreement.
j) Agency may be asked to get the Geo spatial/ topographical survey / contour survey done for
the project sites, for which amount will be reimbursed by Chhattisgarh Tourism Board as per
actual billed amount by the third-party surveyor. Agency shall seek the approval of the amount
from MD, Chhattisgarh Tourism Board prior to commencement of the survey.

4.1.3 Stage 3: Project Implementation Stage (Project Management Consultants- PMC)


The agency is awarded work as the Project Management Consultant (PMC), which will be responsible for
overall supervision of the project, monitoring of all the activities of the contractor at every stage of the
operation with an intent to ensure the timely execution of the project with the desired quality level.

Any short coming in the supervision and monitoring activities shall be sole responsibility of the PMC and
the CTB will be entitled to recover any loss or damage suffered on account of any short coming of the roles
and responsibilities of the agency / any certification or overlooking of any wrongful act of the contractor.
Inspection and Examination of work must consist of following but not limited to:
a) Preparation of drawings good for construction, modification of drawings, if required during the
construction.
b) Monitor the execution of projects as per the Good for Construction (GFC) drawings adhering to
the applicable norms and standards.
c) Ensuring Architectural compliance and suitability of the project including ensuring confirmation
of the quality and standards.
d) Checking of electrical and civil instruments which will be used by the contractor at site for
execution of the project. Calibration of the entire instrument must be checked before using of
them at site.
e) The PMC would be responsible to establish and maintain contact/coordinate with the contractors
and CTB officials for the project.
f) Day to Day supervision of all electrical, civil work and other related work etc, Proper
commissioning of the system, Coordination with regulatory agencies, Complete administration

Page | 29
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

and management. Give proper guidance to the contractor. At various stages of the construction
process, inspection and examination of the construction methodology, type of workmanship,
quality of material, performance of equipment, safety measures etc. in compliance with good
construction practices. Any type of discrepancies, disparities observed during the time of
inspection, both the contractor and CTB would be informed at the earliest and assistance to
resolve the problem. Helping the contractor to overcome the problems or bottlenecks during the
construction process.
g) Monthly/ Fortnightly Progress Report: Preparation of detailed Monthly/fortnightly Progress
Reports verified by its multi-disciplinary team members. In this report all deviations from the
projected schedule in terms of time, cost, design, layout, alignment etc. will be pointed out.
Necessary clarification and measures to mitigate such deviation(s) will also be mentioned in the
monthly report for consideration of CTB. PMC will sign on all the reports and submit them to
CTB properly. In line with the monthly/fortnightly progress report, PMC will submit daily progress
report undersigned by themselves either vide mail or in hard copy whichever will be feasible.
h) Certification of Bills: Verification of all running account bills and final bill of the contractor
considering the terms and conditions of the Contract Agreement. Bill of quantity to be verified
through physical inspection/routine test and critical evaluation of the construction quality.
Thereafter all these bills to be certified for payment along with its recommendations. Monitoring
the overall cost of the project at every stage and CTB to be informed and advised accordingly.
i) Variation: Recommendations to be made for any changes or variations in the
make/specification/drawings of the items to be used in the project for approval of CTB.
j) Deviations in the Bill of Quantities (BOQ): During the execution of the project, the deviations in
the BOQs are not allowed more than 10% of the approved project as per the DPR. (relevant
rules of Chhattisgarh PWD will be applicable)
k) Claims and Disputes: Any claims, disputes etc. by the contractor to be analysed and appropriate
recommendations would be made to CTB for settlement of such claims and disputes. It is the
duty of the PMC to keep a tag on variation in quantities in work contracts and raise alarm
sufficiently in advance to enable CTBs take necessary corrective action.
l) Expenditure Control: Expenditure control will be one of the important aspects for successful
implementation of a project. Closely monitoring the project cost at every level of operation. If it
is necessary for overall cost reduction, the best suitable alternative available at lower cost should
be suggested. During Project implementation, pointing out the avoidable cost(s) of the project
and suggest CTB the necessary amendments in the time schedule of construction, alternative
construction methodology, revised design features, resource planning etc.
m) Completion and handing over of the site Stage: Preparation/ Assist in preparation and
submission of Project Completion Certification after successful completion of the Project,
Verification and certification of bills of the contractor, assist to taking handover the charge by
CTB or any agency appointed by CTB. In any situation, the consultant is not allowed to the
handover the project partially unless the authority instruct the same in writing in a specific case.
n) Quality Control – Supervision and reporting of the quality control of castings, building, roads and
others as per the design basis report and other specifications as well as statutory rules and
regulations and norms.
o) Defect Liability Period (DLP) Stage: Supervision of total system. PMC will also be liable for any
defects in this period and will take care of the remedial procedure through the contractor. Certify
the final acceptance after DLP. The DLP of the project will be as per the agreement of the
contractor selected for the specified project.

Note:

Page | 30
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

• The empanelled Consultants are expected to recognize the significance of project(s) under
consideration, it’s unique challenges and opportunities and ensure the planning meets the
benchmark design, construction and performance standards. The expertise in related fields
should be paired with a local understanding of cultures, people and existing places.
• The above-mentioned scope of work for each category is for understanding and bidding
purpose. However, the detailed scope of work of a particular project will be mentioned during
the selection of empanelled consultant through Limited Tender Enquiry/ EOI /RFP for the
services as mentioned in clause 2.19

4.2 DETAILED SCOPE OF SERVICES


The detailed scopes of services to be rendered under this contract shall include the following.
4.2.1 Architectural Services
a) Site evaluation, analysis and impact of existing and / or proposed development on its
immediate environs.
b) Preparation of design, site development, Master plan Architectural plans, Landscaping
plan, elevations, Sections etc., with details of area analysis, 3D modelling, Building
geometry etc.
c) Preparation of all drawings good for construction and providing technical specifications for
structural designs, and services designs including HVAC, electronic, elevators, internal
and external works i.e., electrical, water supply, Sanitary works, drinking water, sewerage
design, Telecommunications, Networking, Graphic signage’s, firefighting arrangements,
security systems & other mechanical systems and all related civil works including parking,
chain link fencing, water front development, jetty, railings, docking bays etc.
d) Preparation of preliminary drawings using professional software for various floors of
different structures, toilets, staircases, elevators, etc. explaining the general planning with
schedule of internal and external materials and finishes and dimensions. Plumbing /
Electrical layout indicating internal and external lines, transformer, fire safety detection &
firefighting system, UPS and location of channels for electric cables, telephone, LAN, AC
ducts and other conduits for services, complete in accordance with the relevant NBC / local
Bye laws including 2D drawings and 3D views, walkthrough presentation using 3Dmax or
other professional software, at no extra cost and obtaining approval of Authority.
e) Preparation of detailed architectural drawings of different project components sufficient to
prepare tender documents consisting of floor plan to each level, reflected ceiling plans at
each level including coordinated lighting and service features, external elevations, internal
elevations, cross sections and longitudinal sections, terrace plans, electrical/lighting
outfit/switching plan including MCCB, MCB, ELCB, capacitors and earthing, plumbing and
schematics, interior fit outs including details.
f) Preparation and submission of detailed designs, drawings and documents for all internal
utility services like plumbing, electrification, fire-fighting, fire detection and lifts, telephones,
PABX, LAN, Networking, public address system and other specialized services etc. as per
the requirements of the Project, suitable for construction and release to site.
g) Preparation and submission of detailed designs, drawings and documents for all external
utility services like water supply, sewerage, storm water drainage, fire hydrants schemes,
treatment plants for sewage, rain water harvesting, water supply intakes arrangements,
roads, street lighting, telephone system, electrical transformer and other related
components, boundary walls and any other specialized services as per Project requirement
suitable for construction and release to site including getting necessary approvals from
concerned developments.

Page | 31
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

h) Preparation of landscape architecture, interior architecture, architectural conservation,


graphic design and signage etc.
i) Preparation of detailed specifications, bill of quantities, rate analysis, Detailed
measurement, for Non-SOR items – rate should be established with at least 3 quotations.
j) Preparation of Tender drawings, Technical specifications, vendors / manufactures for
materials and equipment and necessary support for preparation of tender documents for
Tendering. Assistance to Authority in providing clarifications to bidders, Pre-bid meeting
and specifying the construction contract.
k) The approvals of the Authority are required on all drawings, specifications, documents etc
and Architect & Design Consultant shall be responsible for modifications, incorporation of
suggestions etc.
l) Assist Authority in obtaining approval from local bodies / statutory authorities like fire dept,
electricity dept, etc.
m) The Architect & Design Consultant shall prepare the drawings, technical specifications &
assist authority in liaising with all departments for statutory approvals, clearances of various
authorities in execution of the project and ensure compliance with codes, legislation as
applicable. Chhattisgarh Tourism Board shall pay all statutory fees required for obtaining
the approvals from various local bodies / statutory bodies.
n) The client may engage separately green facilitator for obtaining certification from GRIHA /
Lead India. The Architect & Design Consultant shall have to provide necessary documents
to the facilitator and also incorporate modifications if any suggested by the facilitator
towards green concepts in the drawings / design for better green building certification.
Chhattisgarh Tourism Board shall pay all charges required for obtaining such certificates.
o) Ensure engaging the required key professionals for the services such as architectural,
structural, electrical and mechanical systems, HAVC, Networking and LAN and Sanitary
for the project designing and execution.
p) The Architect & Design Consultant shall also attend the reviews, meetings, conferences
pertaining to the project and also liaison with the statutory authority for obtaining the
occupancies certificate.

4.2.2 Structural Engineering Services


a) The Architect & Design Consultant shall have to carry out necessary land surveys, soil
investigations and tests required design and drawings. The foundation system shall be
finalized referring the Soil Investigation reports and in consultation with Authority
b) The project components shall be designed to withstand static/dynamic loading
(wind/seismic) and the design shall be strictly in accordance with the latest Indian Standard
Code of Practices / National Building Code. The structural analysis and design shall be
done by using latest version of software packages such as STAADPRO or equivalent. The
provisions in various BIS Codes shall override the packages output.
c) The Architect & Design Consultant shall supply all design calculations/computer input and
output giving specific reference to BIS/NBC, along with soft copies. The structural drawing
showing the reinforcement details / bar bending schedule shall be prepared as per latest
edition of SP: 34 (S&T). All overriding conditions prescribed by IS: 13920 or any other BIS
code shall be taken into account while preparing the structural drawings.
d) For all static or dynamic load bearing structures, Architect & Design Consultant shall have
to proof check done for structural designs and drawings by IIT /NIT before submitting for
the approval of Authority. Fees to these institutions related to obtaining such checks and
vetting will be bore by Chhattisgarh Tourism Board.

Page | 32
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

4.2.3 Service Designs


The design for the following services shall be carried out as per the provisions of the design
brief for respective services and shall be approved by Authority.
a) HVAC - It shall be provided with latest features having energy efficiency standards.
b) FIRE DETECTION & FIRE FIGHTING SYSTEM - Highest fire safety norms in accordance
with local fire byelaws/ codes are to be followed and state of the art microprocessor based
addressable fire alarm systems shall be provided.
c) ACCESS CONTROL SYSTEM/SECURITY SYSTEM Access Control System/ Security
system shall be designed to maximize the performance of fire/intrusion alarms and security
systems.
d) ELEVATORS - The elevators shall be as per international standard with latest features.
e) POWER MANAGEMENT SYSTEM - Sensors based lighting shall be provided.
f) Dry type transformers and HV/MV panels.
g) DG SETS
h) UPS - shall be provided for computers, communication etc.
i) SOLAR PANELS - may be provided for meeting the backup requirements.
j) WATER PURIFIES AND WATER COOLERS - On approval, appropriate capacity have to
be provided in the design.
k) WASTE WATER MANAGEMENT SYSTEM - A sewage treatment plant shall be designed
to provide soft water for horticultural and other uses.
l) ENVIRONMENTAL PROTECTION - Cautious effort shall be made to ensure the project
provides positive contribution to the Environment and confirm to local pollution control
norms.
m) INTERIOR DESIGN - The interior of the buildings shall be designed to ensure pleasant
environment that encourages excellence and working comfort.
n) LANDSCAPING AND HORTICULTURE - Appropriate hard and soft landscaping shall be
designed to be in harmony with the surrounding Environment and neighbourhood. The
objective is to provide a harmonious and friendly environment with green area and
landscape features.
o) OTHER SERVICES - Any other services connected with the work shall be designed as per
standard practice.
p) Preparation of the lighting scheme including HVAC, Sanitary and plumbing, drainage
system, landscaping and signage’s places and all other appurtenances.
q) The Architect & Design Consultant shall ensure the durability, serviceability, structural
adequacy, conformation to the design standards aesthetics, structural component of the
project before recommending the same for approval.
r) After scrutiny by Authority, the corrected design and drawings shall be prepared for
approval and issue the drawings good for construction and the process.
s) Any component which requires redesigning on account of exigencies of the site like
redesigning the foundations for utilities etc., during the execution shall be approved as
expeditiously as possible.

4.2.4 Engineering Documents/ Detailed Estimates


a) Preparation of Detailed estimate as per Authority. Detailed Standard Specifications and
Chhattisgarh PWD SOR for engineering works for items not covered in these then NBC/
CPWD Standard and specifications or any other standard specifications and rates as
applicable with complete working details, schedules such as internal and external finishes,

Page | 33
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

hardware sanitary fitting and tap ware, building specifications including specification for all
trades and services, and bill of quantities including those of various services all based on
schedule of rates conforming to specifications and procedures approved and prescribed by
the Authority to describe the whole project adequately. Supplying details of calculations of
such Schedule of quantities to enable the Authority to check them before preparation of
draft tender documents.
b) Where prescribed specifications and/or schedule of rates do not provide for certain
items/services specification and rates based on proper market rate analysis supported by
competitive quotations from reputed/specialized / authorized agencies shall be adopted for
these items with the approval of the Authority.
Note:
The empanelled agencies are expected to recognize the significance of project(s) under consideration, it’s
unique challenges and opportunities and ensure the planning meets the benchmark design, construction
and performance standards. The expertise in related fields should be paired with a local understanding of
cultures, people and existing places.

4.3 PROJECT COST/ CONSTRUCTION COST FOR THE CATEGORIES:


a) For Stage 1: Project cost to be considered under this category shall be project cost/ value
(excluding applicable GST) as arrived at in the Conceptual Project Report (CPR) and
approved by the competent Approving/ Sanctioning Authority as decided by MD, CTB.
b) For Stage 2: Project cost to be considered under this category shall be project cost/ value
(excluding applicable GST) as arrived at in the Detailed Project Report (CPR) and approved
by the competent Approving/ Sanctioning Authority as decided by MD, CTB
c) For Stage 3: Project cost to be considered under this category shall be Project Cost/ Value
(excluding applicable GST) as per the contract agreement signed between the PIA/ PMC and
the selected contractor for the project. However, during the construction phase, if it is found
that there is positive or negative deviation in Project Cost due to any valid reason beyond the
purview of the contactor to whom work has been awarded, the respective payment will be
made as decided by the Authority.
Note - Total Project cost is the cost excluding land cost, interest, consultancy, GST and
contingency charges.

4.4 OTHER TERMS & CONDITIONS


4.4.1 Laws and Codes
• For any item for which the above codes are not applicable, Architectural Agency shall comply
with the requirements of the latest edition of the Building Code pertaining.
• Codes and specifications incorporated by reference shall be those of the latest edition at the
time of receiving proposals, unless otherwise specified.

4.4.2 Plans and Specifications


• The plans and specifications shall state the design codes, standards and requirements used
for the development of the plans including the edition and applicable sections.
• The plans and specifications shall include a quality control program and an implementation
plan to ensure that the completed project complies in all respects to the project requirements.
The design professional engaged by the Architectural Agency shall specify all tests and
inspections that are required by the building code and that are appropriate to achieve the
project goals. The design professional on record shall be retained to provide normal

Page | 34
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

construction administration services and shall make periodic visits to the site to observe the
quality of the work.
• The final design drawings, specifications and calculations shall be signed and stamped by the
appropriate registered professionals as complying with the requirements of the applicable
codes, standards, practices and regulations.
• The design professionals on record shall retain full responsibility for the design.
• The Architectural Agency shall incorporate changes, if any, resulting from plan check, peer
review and/or CTB requirements into the final design. Such final drawings and specifications
shall be resubmitted to the CTB for approval.

4.4.3 Plan Approval by CTB


• No plans shall be approved for construction without the express written approval of the MD
CTB.
• At the discretion of the MD, CTB, the project may be approved in parts provided that each part
is assessed as in full compliance with the applicable requirements and can be completed
without compromising compliance of the total project.
• Any changes, alterations, substitutions or modifications made to the approved plans during
construction must be approved in writing by the MD CTB where they could be construed to
impact on the adherence to the applicable codes, standards or regulations.
• The Architectural Agency shall incorporate without additional cost to the CTB any changes,
alterations, substitutions or modifications made to the approved plans that are required during
construction to satisfy code requirements, including those not previously identified in the
approved plans, or to properly implement the approved plans, or where observed
workmanship and/or discovered conditions so require.
• The Architectural Agency shall be responsible for payment of applicable fees and shall
incorporate any modifications required in the drawings and detailed specifications without
additional cost to the CTB.
• The CTB will issue a certificate of completion when satisfied that the approved plans have
been implemented and that all inspection and technical code and standards compliance issues
identified during construction have been satisfactorily resolved.

4.4.4 Drawings & Specifications


• Quality Requirements
o The Design-Builder shall submit to the CTB for approval complete drawings and detailed
specifications necessary to construct the project, including drawings and detailed
specifications for site layout, utilities and landscaping.
o It is required that these drawings and specifications be prepared by Registered
professionals under the law.
• Plan Review and Testing/Inspection Services
o The Architectural Agency shall have the responsibility for enforcement of all applicable
codes, standards and related responsibilities.
o The CTB shall review the plans and specifications for adherence to applicable codes
and standards.
o The CTB shall select a firm(s) to provide materials testing and inspection services during
construction, it shall be the responsibility of executing agency to bear any cost incurred
for the same.
o The testing and inspection services firms are solely responsible to the MD CTB for
observation of construction, determination of adherence to the contract documents

Page | 35
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

(including approved plans and specifications and compliance with the applicable codes
and standards.)

4.4.5 Approvals Prior to Construction


• Review and approval of all drawings and detailed specifications must be obtained from the MD
CTB before start of construction. However, the Employer will accept a design submission for
site development and if found satisfactory, will allow the consultant to proceed with earthwork,
foundations and other elements of site development while final plans and specifications for the
balance of the work are being completed.
• The consultant is responsible for approval of portions of the work by the Employer does not
relieve the Design-Builder of responsibility for construction should changes be required due to
items disapproved or changed due to plan check. The responsibility for a totally integrated
design in accordance with the contract documents will remain with the Agency.

4.4.6 Submittals
• The Agency shall submit all detailed fabrication drawings, shop drawings, samples, material
list and manufacture’s equipment brochures setting forth in detail the work as it is to be
performed by the Agency. Submittals shall be made in accordance with Article above.
Submittals shall be approved in writing by the MD CTB prior to use of the materials for the
work.

4.5 TYPES OF PROJECTS


Any infrastructure development projects under Central/ State Government Schemes to improve the tourism
sector in the State is one of the most crucial focuses of the Chhattisgarh Tourism Board (CTB). Chhattisgarh
tourism board focuses on the diverse range of projects underpinned by various Central and State
government schemes that drive the tourism sector in Chhattisgarh. Our projects encompass the
development of theme-based tourist circuits, eco-tourism initiatives, heritage conservation, and the
promotion of cultural festivals, all of which are supported by the Central Government's 'Swadesh Darshan
Scheme' and 'PRASAD (Pilgrimage Rejuvenation and Spiritual, Heritage Augmentation Drive) Scheme'.
The State Government and the 'Chhattisgarh Tourism Policy' provides a framework for infrastructure
development, investment promotion, and community-based tourism, which are integral to our project
portfolio. We seek expertise in strategic planning, market analysis, sustainable tourism, and infrastructure
development to transform Chhattisgarh into a premier tourism destination while fostering socio-economic
growth and cultural preservation. The empaneled Agencies will be working on the following types of
project(s):
4.5.1 Area Based/ Circuit/ Large development Projects
Area based development is the strategic planning and advancement of large integrated areas to
support the evolution of desirable destinations for tourists by providing compelling experiences,
quality infrastructure, and remarkable services to entice repeat visitation. These projects include all
aspects of Urban planning including Heritage and Tourism planning, landscaping, designing,
provision of infrastructure at site etc. The types of projects included in the area-based development
category are as follows-
• Tourism Master planning, Destination development Plan
• Tourism Circuit planning
• Development of locations with multiple buildings and structures with unique tourist
appeal/theme/purpose/heritage significance
• Specialized works in the field of Tourism and Urban development.

Page | 36
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

4.5.2 Large and Small-Scale Architectural Projects


Large and Small-scale architectural projects are tourism projects which are smaller in terms of area
coverage and project cost. The project development activities under this category would include
development in a single plot, site planning, provisioning and designing of facilities and amenities,
etc. Such projects are core architectural projects which are required to be designed and built from
time to time according to the requirements and availability of funds. List of typical projects
considered under this category would include.
• Accommodation projects like Hotels, Luxury resorts, Camping sites, etc.
• Buildings (traditional and modern architecture) & Permanent and Non-permanent structures
• Hard and soft landscaping components
• Facilities and amenities eg; - Public spaces, Signage, Lighting, Toilets, Seating spaces,
• Standalone tourist infrastructure facilities and amenities
• Tourist Plaza/ Facilitation Centre
• Wayside Amenities
• Design and development of public park

4.5.3 Heritage Conservation, Repair and restoration


The Architectural Agencies will be involved in repair and restoration works of the properties of Chhattisgarh
Tourism board. The works will involve preparation of DPRand monitoring of work in broad. Following are
list of services (but not limited to) expected from the Repair and restoration works;
• Conduct surveys like land survey, aerial survey, etc.
• Mapping of Restoration work in the form of drawings
• Creating drawings for repair and restoration
• Preparation of Estimate, BOQ
• Bid process management, Selection of contractor
• Monitoring of work

Page | 37
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

SECTION 5: STANDARD FORMS

Form 5A: Letter of Proposal


Form 5B: Particulars of the Bidder
Form 5C: Statement of Legal Capacity
Form 5D: Power of Attorney
Form 5E: Financial Capacity of the Bidder
Form-5F: Abstract of Eligible Assignments of the Bidder
Form-5G: Experience of the Bidder for Technical Evaluation
Form-5H: Format of Bank Guarantee towards Performance Security
Form-5I: Financial Proposal
Form-5J: Format for Curriculum Vitae (CV)

Page | 38
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

Form-5A: Letter of Proposal


(On Bidder’s letter head)
(Date and Reference)
To,
........................
......................
.....................
Sub: RFP For "Empanelment of Architectural Agencies for providing Consultancy services
related to architectural and structural design, detailed engineering for Development of Tourism
Projects in Chhattisgarh for 3 years"

Dear Sir,

With reference to your RFP Document dated ………….., I/we, having examined all relevant documents and
understood their contents, hereby submit our Proposal for appointment as Consultant for the
…………………… Project.

1. The proposal is unconditional and unqualified.


2. All information provided in the Proposal and in the Appendices is true and correct and all
documents accompanying such Proposal are true copies of their respective originals.
3. This statement is made for the express purpose of appointment as the Consultant for the
aforesaid Project.
4. I/We shall make available to the Authority any additional information it may deem necessary or
require for supplementing or authenticating the Proposal.
5. I/We acknowledge the right of the Authority to reject our application without assigning any
reason or otherwise and hereby waive our right to challenge the same on any account
whatsoever.
6. I/We certify that in the last three years, we or any of our Associates have neither failed to perform
on any contract, as evidenced by imposition of a penalty by an arbitral or judicial authority or a
judicial pronouncement or arbitration award against the Bidder, nor been expelled from any
project or contract by any public authority nor have had any contract terminated by any public
authority for breach on our part.
7. I/We declare that:
a. I/We have examined the RFP Documents and have no reservations to the RFP Documents,
including any Addendum issued by the Authority;
b. I/We do not have any Conflict of Interest in accordance with Clause 3.3 of the RFP
Document;
c. I/We have not directly or indirectly or through an agent engaged or indulged in any corrupt
practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice,
as defined in Clause 2.21 of the RFP document, in respect of any tender or Expression of
Interest issued by or any agreement entered into with the Authority or any other public sector
enterprise or any government, Central or State; and
d. I/We hereby certify that we have taken steps to ensure that in conformity with the provisions
of Clause 2.21 of the RFP, no person acting for us or on our behalf will engage in any
corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive
practice.

Page | 39
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

8. I/We understand that you may cancel the Selection Process at any time and that you are neither
bound to accept any Proposal that you may receive nor to select the Consultant, without
incurring any liability to the Bidders in accordance with the RFP document.
9. I/We declare that we/any member of the consortium, are/is not a Member of any other
Consortium applying for Selection as a Consultant.
10. I/We certify that in regard to matters other than security and integrity of the country, we or any
of our Associates have not been convicted by a Court of Law or indicted or adverse orders
passed by a regulatory authority which would cast a doubt on our ability to undertake the
Consultancy for the Project or which relates to a grave offence that outrages the moral sense
of the community.
11. I/We further certify that in regard to matters relating to security and integrity of the country, we
have not been charge-sheeted by any agency of the Government or convicted by a Court of
Law for any offence committed by us or by any of our Associates.
12. I/We further certify that no investigation by a regulatory authority is pending either against us or
against our Associates or against our CEO or any of our Directors/Managers/employees.
13. I/We hereby irrevocably waive any right or remedy which we may have at any stage at law or
howsoever otherwise arising to challenge or question any decision taken by the Authority in
connection with the selection of Consultant or in connection with the Selection Process itself in
respect of the above-mentioned Project.
14. The Bid Security of Rs. ................... (Rupees ........................................) in the form of a Demand
Draft/ Bank Guarantee is attached, in accordance with the RFP document.
15. I/We agree and understand that the proposal is subject to the provisions of the RFP document.
In no case, shall I/we have any claim or right of whatsoever nature if the Consultancy for the
Project is not awarded to me/us or our proposal is not opened or rejected.
16. I/We agree to keep this offer valid for 180 (One hundred and Eighty) days from the Proposal
Due Date specified in the RFP.
17. A Power of Attorney in favour of the authorized signatory to sign and submit this Proposal and
documents is attached herewith.
18. In the event of my/our firm/ consortium being selected as the Consultant, I/we agree to enter
into an Agreement in accordance with terms and conditions of the RFP. We agree not to seek
any changes in the aforesaid form and agree to abide by the same.
19. I/We have studied RFP and all other documents carefully and also surveyed the Project site.
We understand that except to the extent as expressly set forth in the Agreement, we shall have
no claim, right or title arising out of any documents or information provided to us by the Authority
or in respect of any matter arising out of or concerning or relating to the Selection Process
including the award of Consultancy.
20. I/We agree and undertake to abide by all the terms and conditions of the RFP Document. In
witness thereof, I/we submit this Proposal under and in accordance with the terms of the RFP
Document.

Yours faithfully,

(Signature, name and designation of the authorised signatory)


(Name and seal of the Bidder / Lead Member)

Page | 40
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

Form-5B: Particulars of the Bidder

(To be provided on Letter Head)

1. Particulars of the Bidder


(a) Name:
(b) Country of incorporation:
(c) Address of the corporate headquarters and its branch office(s), if any, in India:
(d) Date of incorporation and/ or commencement of business:
2. Brief description of the Company including details of its main lines of business and proposed role and
responsibilities in this Project:
3. Particulars of individual(s) who will serve as the point of contact/ communication for the Bidder:
(a) Name:
(b) Designation:
(c) Company:
(d) Address:
(e) Telephone Number:
(f) E-Mail Address:
4. Particulars of the Authorised Signatory of the Bidder:
(a) Name:
(b) Designation:
(c) Address:
(d) Phone Number:

Page | 41
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

Form-5C: Statement of Legal Capacity


(To be forwarded on the letter head of the Bidder)

Ref. Date:
To,
.....................
....................
....................
Dear Sir,

Sub: RFP for Consultant for the "Empanelment of Architectural Agencies for providing Consultancy
services related to architectural and structural design, detailed engineering for Development of
Tourism Projects in Chhattisgarh for 3 years"

I/We hereby confirm that we, the Bidder (the constitution of which has been described in the Proposal),
satisfy the terms and conditions laid down in the RFP document.

I/We have agreed that ………………..(insert individual’s name) will act as our Authorized Representative
on our behalf and has been duly authorized to submit our Proposal. Further, the authorized signatory is
vested with requisite powers to furnish such proposal and all other documents, information or
communication and authenticate the same.

Yours faithfully,

(Signature, name and designation of the authorised signatory)


For and on behalf of ..............................................

Page | 42
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

Form-5D: Power of Attorney


(On Rs. 100/- Judicial Stamp Paper)

Know all men by these presents, we, ......................................... (name of Firm and address of the registered
office) do hereby constitute, nominate, appoint and authorise Mr / Ms........................................
son/daughter/wife and presently residing at ........................................, who is presently employed with us
and holding the position of .................... as our true and lawful attorney (hereinafter referred to as the
“Authorised Representative”) to do in our name and on our behalf, all such acts, deeds and things as are
necessary or required in connection with or incidental to submission of our Proposal for and selection as
the Consultant for Preparation …………......................................... (Project), proposed to be developed by
the .......................................... (the “Authority”) including but not limited to signing and submission of all
applications, proposals and other documents and writings, participating in pre-bid and other conferences
and providing information/ responses to the Authority, representing us in all matters before the Authority,
signing and execution of all contracts and undertakings consequent to acceptance of our proposal and
generally dealing with the Authority in all matters in connection with or relating to or arising out of our
Proposal for the said Project and/or upon award thereof to us till the entering into of the Agreement with the
Authority.

AND, we do hereby agree to ratify and confirm all acts, deeds and things lawfully done or caused to be
done by our said Authorised Representative pursuant to and in exercise of the powers conferred by this
Power of Attorney and that all acts, deeds and things done by our said Authorised Representative in
exercise of the powers hereby conferred shall and shall always be deemed to have been done by us.

IN WITNESS WHEREOF WE, ................................ THE ABOVE NAMED PRINCIPAL HAVE EXECUTED
THIS POWER OF ATTORNEY ON THIS ...................................... DAY OF ...................., 20.......
For ............................................
(Signature, name, designation and address)
Witnesses:
1.
2.
Notarised
Accepted
........................................
(Signature, name, designation and address of the Attorney)
Notes:
• 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.
The Power of Attorney should be executed on a non-judicial stamp paper of Rs. 100 (hundred) and
duly notarised by a notary public.
• Wherever required, the Bidder should submit for verification the extract of the charter documents and
other documents such as a resolution/power of attorney in favour of the person executing this Power
of Attorney for the delegation of power hereunder on behalf of the Bidder.
• For a Power of Attorney executed and issued overseas, the document will also have to be legalised
by the Indian Embassy and notarised in the jurisdiction where the Power of Attorney is being issued.
However, Bidders from countries that have signed the Hague Legislation Convention 1961 need not
get their Power of Attorney legalised by the Indian Embassy if it carries a conforming Apostille
certificate.

Page | 43
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

Form-5E: Financial Capacity of the Bidder

Sl. No. Financial Year Annual Turnover (Rs. Cr.)


1. 2021-22
2. 2022-23
3. 2023-24
Average

Certificate from the Statutory Auditor$

This is to certify that .................... (name of the Bidder) has received the payments shown above against
the respective years on account of professional fees.

Name of the audit firm:

Seal of the audit firm

Date:

(Signature, name and designation of the authorised signatory)

Statutory Auditor Certificate / CA Certificate along with the Balance Sheet and Profit & Loss Statements for
the relevant financial years shall be submitted by the Bidder
$
In case the Bidder does not have a statutory auditor, it shall provide the certificate from its chartered
accountant that ordinarily audits the annual accounts of the Bidder.

Note: Please do not attach any printed Annual Financial Statement.

Page | 44
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

Form-5F: Abstract of Eligible Assignments of the Bidders

Key Activities
Cost$$ of Project
S.No Name of Project$ Name of Client performed related
(in Rs. crore)
to Project

(1) (2) (3) (4) (5)


1

$TheBidder should provide details of only those projects that have been undertaken by it under its own
name.
$$ Biddersmay submit CA/ SA certificate along with any one the prescribed documentary evidence as proof
of consultancy fee.

Page | 45
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

Form-5G: Experience of the Bidder for Technical Evaluation


(Using the format below, provide information on each reference assignment for which your firm/entity, either
individually as a corporate entity or as one of the major companies within an association, was legally
contracted.)

Assignment Name: Country:


Location within Country: Professional Staff Provided by Your
Firm/entity (Profiles):

Name of Client: No. of Staff:

Address: Duration of Assignment:

Start Date (Month/Year): Completion Date Approx. Value of Services (In Rs.):
(Month/Year):

Name of Associated Bidder, if any: No. of Months of Professional Staff,


provided by Associated Bidder:

Name of Senior Staff (Project Director/Coordinator, Team Leader) involved, and functions performed:

Narrative Description of Project:

Description of Actual Services Provided by Your Staff:

Note:
The Bidder should submit documentary evidence such as Letter of Award/ Work Order/Contract Agreement/
Completion Certificate. Bidders may also submit CA/ SA certificate along with any one the above
documentary evidence as proof of consultancy fee.

Page | 46
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

Form-5H: Format of Bank Guarantee towards Performance Security

To,
____________________
____________________
____________________

Contract No________________________ Date _____________

1) This Deed of Guarantee made this day of dd/mm/yyyy (Authority to specify) between Bank of
(hereinafter called the “Bank”) on the one part, and ------ (name of the official and that of the
Authority to be specified by Authority) (hereinafter called “the Authority”) of the other part.

2) Whereas ------ (name of the official and that of the Authority to be specified by Authority) has
awarded the Contract for (Description of Item) (hereinafter called the Contract) to: (Name of
Empaneled Agency) (hereinafter called the Empaneled Agency)..

3) AND WHEREAS the Empaneled Agency is bound by the said Contract to submit to the Authority a
Performance Security for a total amount of Rs. (---------- Amount in Figures and words).

4) NOW, WE THE UNDERSIGNED (Name of Bank) --------- do hereby unconditionally and irrevocably
undertake to pay to the Authority an amount not exceeding Rs. _____ (Rupees________ only)
without any demur, merely on a demand in writing from the Authority stating that the amount
claimed is due and payable by the Empaneled Agency. Any such demand made on the Bank shall
be conclusive as regards the amount due and payable by the Bank under this Guarantee. We, the
Bank, further undertake to pay to the Authority any money so demanded notwithstanding any
dispute raised by the Empaneled Agency in any manner whatsoever and our liability under these
presents is absolute, unconditional, unequivocal and irrevocable.

5) 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 agreement.

6) This Guarantee is valid for a period of___ (Duration in calendar months in figures and words) from
the date of signing. (The initial period for which this Guarantee shall be valid must be for at least
six (6) months longer than the anticipated expiry date as stated in the Contract. We undertake not
to revoke this guarantee during its currency without the written consent of the Authority.

7) At any time during the period in which this Guarantee is still valid, if the Authority agrees to grant a
time extension to the Empaneled Agency or if the Empaneled Agency fails to complete the works
within the time of completion as stated in the Contract, or fails to discharge itself of the liability or
damages or debts as stated under Para 5,above, it is understood that the Bank shall extend this
Guarantee under the same conditions for the required time on demand by the Authority and at the
cost of the Empaneled Agency.

Page | 47
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

8) The Guarantee hereinbefore contained shall not be affected by any change in the Constitution of
the Bank or of the Empaneled Agency.

9) The neglect or forbearance of the Authority in enforcement of payment of any moneys, the payment
whereof is intended to be hereby secured or the giving of time by the Authority for the payment
hereof shall in no way relieve the Bank of their liability under this deed.

10) We, the Bank, undertake not to revoke this Guarantee except with the previous consent of the
Authority in writing. This Guarantee shall be valid up to _____ and we undertake to renew/extend
this Guarantee from time to time till the completion of performance by the Empaneled Agency of its
obligations under the Contract and/or as demanded by the Authority.

11) The expressions “the Authority”, “the Bank” and “the Empaneled Agency ” hereinbefore used shall
include their respective successors and assignees. In witness whereof I/We of the Bank have
signed and sealed this guarantee on the dd day of mm yyyy being herewith duly authorized.

For and on behalf of the Bank,

Signature of authorized Bank official


Name:
Designation:
Stamp/Seal of the Bank:

Signed, sealed and delivered for and on behalf of the Bank by the above named in the presence of:

Witness 1 ___________________________ (Signature, Name, Address)

Witness 2 ___________________________ (Signature, Name, Address)

Page | 48
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

Form-5I (i): Financial Proposal


(To be forwarded on the letter head of the Bidder)
(To be submitted by Category – A bidders only)

[Location, Date]

FROM,
___________________________

To,
The Managing Director,
Chhattisgarh Tourism Board,
2nd Floor, Udyog Bhawan
Rind Road -1, Raipur (C.G.) 492 006
Email: md.cgtourism@gmail.com, planning@visitcg.in,
Phone: 0771-4224600, 4224611, Fax: 0771-4066425

Subject: “Empanelment of Architectural Agencies for providing Consultancy services related to


architectural and structural design, detailed engineering for Development of Tourism Projects in
Chhattisgarh for 3 years"

Dear Madam,
We, the undersigned, having gone through this RFP document and Draft Agreement and having fully
understood the scope of services, as set out in this RFP document, offer to provide the services for the
above in accordance with your RFP.

For projects costing up to INR 10 Crores


Sr. No Project Work Quoted Price (in %) *

Stage 1: Project Concept Development and Design Stage


1
(Conceptual DPR)
2 Stage 2: Detailed Project Report (DPR) Stage
3 Stage 3: Project Implementation Stage (Project
Management Consultants- PMC)

* The Quoted Price (in %) is inclusive of all other taxes, surcharges out pocket expenses which may be
incurred by us towards local travel, documentation and communication. The GST, as applicable shall be
paid extra by CTB. The taxes shall be deducted at source as per law.

If our Bid is found seriously unbalanced in relation to the market rate or Authority’s estimate of the cost to
be performed under the Contract, the Authority may require us to produce detailed analysis, to demonstrate
the internal consistency of those prices with the Good Industry Practice. In case if our bid, is found
unrealistically higher than estimate and which could not be substantiated satisfactorily by the us, it may be
rejected as non-responsive.

Page | 49
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

Yours Sincerely,

Authorized Signatory
Name and Title of Signatory:
Name of Firm:
Seal of Firm

Address of Firm:

Note: Total Quoted Price is the cost excluding land cost, interest, GST, and contingency charges.

Page | 50
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

Form-5I (ii): Financial Proposal


(To be forwarded on the letter head of the Bidder)
(To be submitted by Category – B bidders only)

[Location, Date]

FROM,
___________________________

To,
The Managing Director,
Chhattisgarh Tourism Board,
2nd Floor, Udyog Bhawan
Rind Road -1, Raipur (C.G.) 492 006
Email: md.cgtourism@gmail.com, planning@visitcg.in,
Phone: 0771-4224600, 4224611, Fax: 0771-4066425

Subject: “Empanelment of Architectural Agencies for providing Consultancy services related to


architectural and structural design, detailed engineering for Development of Tourism Projects in
Chhattisgarh for 3 years"

Dear Madam,
We, the undersigned, having gone through this RFP document and Draft Agreement and having fully
understood the scope of services, as set out in this RFP document, offer to provide the services for the
above in accordance with your RFP.

For projects costing more than INR 10 crores & less than INR 50 Crores
Sr. No Project Work Quoted Price (in %) *

Stage 1: Project Concept Development and Design Stage


1
(Conceptual DPR)
2 Stage 2: Detailed Project Report (DPR) Stage
3 Stage 3: Project Implementation Stage (Project
Management Consultants- PMC)

* The Quoted Price (in %) is inclusive of all other taxes, surcharges out pocket expenses which may be
incurred by us towards local travel, documentation and communication. The GST, as applicable shall be
paid extra by CTB. The taxes shall be deducted at source as per law.

If our Bid is found seriously unbalanced in relation to the market rate or Authority’s estimate of the cost to
be performed under the Contract, the Authority may require us to produce detailed analysis, to demonstrate
the internal consistency of those prices with the Good Industry Practice. In case if our bid, is found
unrealistically higher than estimate and which could not be substantiated satisfactorily by the us, it may be
rejected as non-responsive.

Page | 51
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

Yours Sincerely,

Authorized Signatory
Name and Title of Signatory:
Name of Firm:
Seal of Firm

Address of Firm:

Note: Total Quoted Price is the cost excluding land cost, interest, GST, and contingency charges.

Page | 52
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

Form-5I (iii): Financial Proposal


(To be forwarded on the letter head of the Bidder)
(To be submitted by Category – C bidders only)

[Location, Date]

FROM,
___________________________

To,
The Managing Director,
Chhattisgarh Tourism Board,
2nd Floor, Udyog Bhawan
Rind Road -1, Raipur (C.G.) 492 006
Email: md.cgtourism@gmail.com, planning@visitcg.in,
Phone: 0771-4224600, 4224611, Fax: 0771-4066425

Subject: “Empanelment of Architectural Agencies for providing Consultancy services related to


architectural and structural design, detailed engineering for Development of Tourism Projects in
Chhattisgarh for 3 years"

Dear Madam,
We, the undersigned, having gone through this RFP document and Draft Agreement and having fully
understood the scope of services, as set out in this RFP document, offer to provide the services for the
above in accordance with your RFP.

For projects costing more than INR 50 Crores


Sr. No Project Work Quoted Price (in %) *

Stage 1: Project Concept Development and Design Stage


1
(Conceptual DPR)
2 Stage 2: Detailed Project Report (DPR) Stage
3 Stage 3: Project Implementation Stage (Project
Management Consultants- PMC)

* The Quoted Price (in %) is inclusive of all other taxes, surcharges out pocket expenses which may be
incurred by us towards local travel, documentation and communication. The GST, as applicable shall be
paid extra by CTB. The taxes shall be deducted at source as per law.

If our Bid is found seriously unbalanced in relation to the market rate or Authority’s estimate of the cost to
be performed under the Contract, the Authority may require us to produce detailed analysis, to demonstrate
the internal consistency of those prices with the Good Industry Practice. In case if our bid, is found
unrealistically higher than estimate and which could not be substantiated satisfactorily by the us, it may be
rejected as non-responsive.

Page | 53
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

Yours Sincerely,

Authorized Signatory
Name and Title of Signatory:
Name of Firm:
Seal of Firm

Address of Firm:

Note: Total Quoted Price is the cost excluding land cost, interest, GST, and contingency charges.

Page | 54
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

Form-5J: Format for Curriculum Vitae (CV)


1 Position
2 Name of Staff
3 Date of Birth
4 Education
5 Professional Affiliations/
Memberships/ Trainings
6 Position
From To Company
Held

Employment Record

7 Total Experience
8 Brief Profile
9 Languages
10 Work Undertaken that Best Illustrates Capability to Handle the Task Assigned
Name of project:

Year- From: --------- to

Client:

Positions held:

Activities Performed:

Certification:
I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes myself,
my qualifications, and my experience. I understand that any willful misstatement described herein may
lead to my disqualification or dismissal, if engaged.
Place-
Date -
Signature of Staff -

Page | 55
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

SECTION 6: DRAFT CONTRACT AGREMENT

THIS AGREEMENT (“Agreement”/ “Contract”) is made and entered into on this ……...day of
………….....month 2025 at Raipur Chhattisgarh.
Chhattisgarh Tourism Board, having its office at ____________ <insert address> (hereinafter referred to
as “CTB” which expression shall include its successors administrators, executors and assignees) on the one
part
And
_____________________ <insert firm’s name), having its registered office _______________________
<insert address> (Herein after called “Consultant” which expression shall include its successors and
assigns).

1. Definitions
In this Contract, the following terms shall be interpreted as indicated:
i. “Business Day” means any day that is not a Sunday or a public holiday (as per the official holidays
observed by Government of Chhattisgarh.

ii. “Confidential Information” means any information disclosed to or by any Party to this Contract and
includes any information in relation to the Parties, a third party or any information with regard to any
taxpayer, or any other person who is covered within the ambit of any commercial taxes legislation
including any such information that may come to the knowledge of the Parties hereto by virtue of this
Contract that:

(a) is by its nature confidential or by the circumstances in which it is disclosed confidential; or

(b) is designated by the disclosing Party as confidential or identified in terms connoting its
confidentiality; but does not include information which is or becomes public knowledge other
than by a breach of this Contract.

iii. “Contract” means the Agreement entered between CTB and the “Project Implementation Agency”
as recorded in the Contract form signed by CTB and the “Project Implementation Agency” including
all attachments and Annexes thereto, the RFP and all Annexes thereto and the agreed terms as set
out in the proposal, all documents incorporated by reference therein and amendments and
modifications to the above from time to time.

iv. “Cure Period” means the period specified in this Agreement for curing any breach or default of any
provision of this Agreement by the Party responsible for such breach or default and shall:

(a) commence from the date on which a notice is delivered by one Party to the other Party
asking the latter to cure the breach or default specified in such notice.
(b) not relieve any Party from liability to pay Damages or compensation under the

Page | 56
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

provisions of this Agreement; and


(c) not in any way be extended by any period of Suspension under this Agreement.

provided that if the cure of any breach by the Consulting Firm requires any reasonable action by the
Consulting Firm that must be approved by the Authority hereunder, the applicable Cure Period shall
be extended by the period taken by the Authority to accord its approval;

v. “Document” means any embodiment of any text or image however recorded and includes any data,
text, images, sound, voice, codes or and databases or microfilm or computer-generated microfiche.

vi. The “Agency”/ “Bidder”/ “Consultant” means the firm with whom the order has been placed for
providing Services as specified in this Contract and shall be deemed to include the Firm’s successors
and permitted assigns, as the case may be, unless excluded by the terms of the contract.

vii. “Parties” means CTB, and Project Implementation Agency and “Party” means either of the Parties;

viii. “Service” means facilities/services to be provided as per the requirements specified in the RFP and
Contract.

ix. “Service Specification” means services as specified in the Contract as well as those specifications
relating to Industry standards and codes applicable to the performance of the work, work
performance quality and the specifications affecting the works or any additional specification required
to be produced by Project Implementation Agency to meet the criteria.

x. “Site” means the designated space, area, and room and other allied areas as approved by CTB for
the purposes of the contract wherein the operations / services / facilities as specified in the scope of
work are to be provided/carried out

xi. “State Government” shall mean Government of Chhattisgarh, India and shall include its legal
representatives, successors and permitted assignees.

xii. “State Government Representative” shall mean the person appointed by the Govt. of Chhattisgarh
from time to time to act on its behalf at the site for overall coordination, supervision and project
management at site.

2. Representations & Warranties


Architectural Agency hereby represents and warrants as of the date hereof, which representations and
warranties shall survive the term hereof, the following:
i. That the Consultant is not involved in any major litigation or legal proceedings, pending,
existing, and potential or threatened, that may have an impact of affecting or compromising the
performance or delivery of Services under this Contract.

ii. That the representations and warranties made by the Consultant in the proposal or will be made

Page | 57
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

in this contract are and shall continue to remain true and fulfill all the requirements as are
necessary for executing the obligations and responsibilities as laid down in the Contract, RFP
and its amendments and unless the CTB specifies to the contrary, the consultant shall be
bound by all the terms of the Proposal and the contract through the term of the contract.

iii. That the consultant has the professional skills, personnel and resources/authorizations that are
necessary for providing all such services as are necessary to fulfill the Scope of Work stipulated
in the RFP, Contract and Expression of Interest (EOI)/ Limited Tender Enquiry.

iv. That there shall not be any privilege, claim or assertion made by a third party with respect to
right or interest in, ownership, mortgage or disposal of any asset, property, movable or
immovable as mentioned in any Intellectual Property Rights, licenses and permits.

v. That the consultant shall use such assets of the CTB as the CTB may permit for the sole
purpose of execution of its obligations under the terms of the Proposal, RFP or this Contract.
The consultant shall however, have no claim to any right, title, lien or other interest in any such
property, and any possession of property for any duration whatsoever shall not create any right
in equity or otherwise, merely by fact of such use or possession during or after the term hereof.

vi. That the consultant shall procure (if at all required) all the necessary permissions and adequate
approvals and licenses for use of various software and any copyrighted process/product free
from all claims, titles, interests and liens thereon and shall keep the CTB indemnified in relation
thereto.

vii. That the execution of the Services and the Scope of work herein are and shall be in accordance
and in compliance with all applicable laws.

viii. That all conditions precedent under the Contract has been satisfied.

ix. That neither the execution and delivery by the consultant of the Contract nor the consultant’s
compliance with or performance of the terms and provisions of the Contract (i) will contravene
any provision of any Applicable Law or any order, writ, injunction or decree of any court or
Governmental Authority binding on the consultant, (ii) will conflict or be inconsistent with or
result in any breach of any or the terms, covenants, conditions or provisions of, or constitute a
default under any Contract, Contract or instrument to which the consultant is a party or by which
it or any of its property or assets is bound or to which it may be subject or (iii) will violate any
provision of the Memorandum and Articles of Association of The consultant.

x. That the consultant certifies that all registrations, recordings, filings and notarizations of the
Contract and all payments of any tax or duty, including without limitation stamp duty,
registration charges or similar amounts which are required to be affected or made by The

Page | 58
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

consultant which is necessary to ensure the legality, validity, enforceability or admissibility in


evidence of the Contract have been made.

xi. The consultant shall at all times maintain sufficient manpower, resources, and facilities, to
provide the Services in a workmanlike manner on a timely basis.

xii. That its security measures, policies and procedures are adequate to protect and maintain the
confidentiality of the Confidential Information.

xiii. That in providing the Services or deliverables or materials, neither Consultant nor its agent, nor
any of its employees, shall utilize information which may be considered confidential information
of, or proprietary to, any prior employer or any other person or entity.

3. Duration of the Contract


The Empanelment shall initially be valid for a period of 36 months from the date of signing of Agreement
(i.e., the Effective Date). CTB may extend the Agreement for another two (2) terms of one (1) year as
mutually agreed by CTB & Consultant.

4. Suspension of Work
The consultant shall, if communicated in writing by CTB, temporarily suspending the works or any part
thereof for such a period and such a time thereof, the consultant shall not be entitled to claim compensation
for any loss or damage sustained by it, by reason of temporary suspension of works as aforesaid. The
consultant shall be entitled only for payments for the work performed till date of suspension.
An extension of time for completion, corresponding with the delay caused by any such suspension of the
works as aforesaid shall be granted to the consultant, if request for same is made and that the suspension
was not consequent to any default or failure on the part of the consultant.

5. Completion of Contract
Unless terminated earlier, pursuant to Clauses mentioned above, the Contract shall terminate on the
completion of term as specified in the Contract and only after the obligations mentioned in this agreement
document are fulfilled.

6. Payment Terms
a) The payments for the assignment will be released as per the below milestone for each project.
b) For Stage 1, 2 & 3, the payment for the submission of the conceptual plan or Detailed project report
and for Project Management Consultancy (PMC) services will be made to the selected Consultant as
per the percentage fixed service rates in accordance with the Contract Agreement and LOA. The
milestones, timelines and payment schedule shall be as mentioned in below table.

Page | 59
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

S. No. Particulars % of Contract


value of
Individual Stage
1) Stage 1: Project Concept Development and Design Stage
(Conceptual DPR)
• Initial presentation with approach and methodology for project
schematic design (basic concept)
• Site survey, feasibility, Geo-spatial study, Carrying capacity
analysis & Technical feasibility of proposal
• Schematic concept designs (Architectural Layouts)
• Detailed estimated for administrative approvals 20%
• Presentation to department and government
• Approval from competent authority for DPR presentation
(State Gov/Central Gov)
• Coordination with concerned department for smooth
approvals of the project and compliance of the required
formats or templates of State Gov/Central Government
Note - Shall be paid as success fee only if the project gets approval from
competent authority that will sanction the project
2) Stage 2: Detailed Project Report (DPR) Stage
a) After submission of Detail Project Report with
• Detailed Drawings (architectural drawings, structural
drawing, tender drawings, etc.)
• BOQ, Detailed cost estimate with Non SOR Items
quotations, etc. 10%
• Report document or other documentation as required by the
department.
• Assistance to department for technical sanctions &
administrative approvals
b) After approval of Detail Project Report and submission of Final
10%
Report to all concerned authority.
3) Stage 3: Project Implementation Stage (Project Management Consultants- PMC)
a) Milestone-1 Execution of 25% construction work 15%
b) Milestone-2 Execution of 50% construction work 15%
c) Milestone-3 Execution of 75% construction work 15%
d) Milestone-4 Execution of 100% construction work 15%
Note –
• The above payment will be made as per the agreed fixed service rates derived through this
tender process and No advance payment will be made either to consultants in any circumstances.
• For Stage 3, the payment will be made based on the running bill pertaining to the work executed
at the site only to Project management consultant subject to the submission of Documentary
evidence of work executed (photos and reports). The payment will be made only after the
certification of the bills by CTB officials or third-party agency (quality check) which is appointed
by the CTB.

c) The consultant shall submit invoices as per the actual work execute or services provided with below
mentioned supporting documents and it should be verified by concerned authority
• Submission of the deliverable as per agreed terms & milestones.

Page | 60
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

• Detailed Bill of Quantities of each item


• Documentary evidence of work executed (photos and reports)
• Quality assurance reports (If Any)

d) The CTB shall release the requisite payment within 30 days of receipt of valid invoice
e) All payment will be made subject to TDS (Tax deducted at source) as per the Income Tax Act- 1961
and the other taxes if any as per Government of India Rules

7. Events of Default by the consultant


The failure on the part of the consultant to perform any of its obligations or comply with any of the terms of
this contract shall constitute an Event of Default on the part of the consultant. The events of default as
mentioned above may include inter-alia the following:
• The consultant has failed to perform any instructions or directives issued by the CTB which it deems
proper and necessary to execute the scope of work under the Contract, or
• The consultant has failed to adhere to any of the key performance indicators as laid down in the Key
Performance Measures / Contract, or if the consultant has fallen short of matching such
standards/targets as CTB may have designated with respect to any task necessary for the execution
of the scope of work under this Contract. The above-mentioned failure on the part of the consultant
may be in terms of failure to adhere to timelines, specifications, requirements or any other criteria as
defined by CTB
• The consultant has failed to remedy a failure to perform its obligations in accordance with the
specifications issued by the CTB, despite being served with a default notice which laid down the specific
deviance on the part of the consultant to comply with any stipulations or standards as laid down by the
CTB; or
• The consultant has failed to conform to any of the Service/Facility Specifications/standards as set out
in the scope of work of this Agreement document or has failed to adhere to any amended direction,
modification or clarification as issued by the CTB during the term of this Contract and which the CTB
deems proper and necessary for the execution of the scope of work under this Contract.
• The consultant has failed to demonstrate or sustain any representation or warranty made by it in this
Contract, with respect to any of the terms of its Proposal, the Tender and this Contract.
• There is a proceeding for bankruptcy, insolvency, winding up or there is an appointment of receiver,
liquidator, assignee, or similar official against or in relation to the consultant.
• The consultant has failed to comply with or is in breach or contravention of any applicable laws
• Where there has been an occurrence of such defaults inter alia as stated above, the CTB shall issue a
notice of default to the consultant, setting out specific defaults / deviances / omissions and providing a
notice of Sixty (60) days to enable such defaulting party to remedy the default committed
• Where despite the issuance of a default notice to the consultant by the CTB and the consultant fails to
remedy the default to the satisfaction of the CTB, the CTB may, where it deems fit, issue to the

Page | 61
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

defaulting party another default notice or proceed to adopt such remedies as may be available to the
CTB.

8. Terminate the Contract


CTB may retain such amounts from the payment due and payable to the consultant as may be required to
offset any losses caused to the CTB as a result of such event of default and the consultant shall compensate
the CTB for any such loss, damages or other costs, incurred by the CTB in this regard. Nothing herein shall
affect the continued obligation of the consultant of its Team to perform all their obligations and
responsibilities under this Contract in an identical manner as were being performed before the occurrence
of the default.
Invoke the Performance Bank Guarantee and other Guarantees furnished hereunder, recover such other
costs/losses and other amounts from the consultant may have resulted from such default and pursue such
other rights and/or remedies that may be available to the CTB under law.

9. Termination
Right to Terminate the Process

CTB reserves the right to cancel the empanelment on the consultant and recover expenditure incurred by
CTB under the following circumstances: -

• The consultant commits a breach of any of the terms and conditions of the bid.

• The consultant goes into liquidation, voluntarily or otherwise.

• If the selected Consultant fails to complete the assignment as per the timelines prescribed in the
Agreement provided a cure period is provided to the consultant to complete the assignment the
under the agreement/ rectify any defect.

• If deductions of account of liquidated damages /Penalty exceeds more than 10% of the total
contract/work order price.

• In case the selected Consultant fails to deliver the services as stipulated in the delivery schedule,
CTB reserves the right to procure the same or similar services from alternate sources at the risk,
cost and responsibility of the consultant. However, all such recoveries shall be subject to a
maximum of 5% of the value of the difference in cost of procurement of undelivered services.
• CTB reserves the right to recover any dues payable by the consultant from any amount outstanding
to the credit of the consultant, including the pending bills and/or invoking the bank guarantee under
this contract.

Termination by Consultant

Page | 62
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

Consultant may terminate this Agreement, or any particular Services, immediately upon written notice to
CTB if Consultant reasonably determines that it can no longer provide the Services in accordance with
applicable law or professional obligations.

Consequences of Termination

i. In the event of termination of the Contract due to any cause whatsoever, [whether consequent to the
stipulated term of the Contract or otherwise], CTB shall be entitled to impose any such obligations
and conditions and issue any clarifications as may be necessary to ensure an efficient transition and
effective business continuity of the Service(s) which the consultant shall be obliged to comply with
and take all available steps to minimize loss resulting from that termination/breach, and further allow
the next successor Consultant to take over the obligations of the erstwhile Consultant in relation to
the execution/continued execution of the scope of the Contract.
ii. Nothing herein shall restrict the right of CTB to invoke the Guarantee and other guarantees, securities
furnished, and pursue such other rights and/or remedies that may be available with CTB under law
or otherwise.
iii. The termination hereof shall not affect any accrued right or liability of either Party nor affect the
operation of the provisions of the Contract that are expressly or by implication intended to come into
or continue in force on or after such termination.

10. Liquidated Damages


Subject to clause for Force Majeure, if the consultant fails to complete the services under scope of work
before the scheduled completion date or the extended date or if the consultant repudiates the contract
before completion of the work, for the reason solely attributable to the consultant, the CTB, at its discretion,
may without prejudice to any other right or remedy available to it under the contract, recover a maximum of
10 percent of the total consultancy fee for each project from the consultant, as Liquidated Damages (LD).

• Liquidated Damages for delay - In case of delay in completion of Services, liquidated damages not
exceeding an amount equal to 0.2% (zero-point two percent) of the Consultancy Fee per day, subject
to a maximum of 10% (ten percent) of the Consultancy Fee will be imposed and if the consultant does
not pay the same then it shall be recovered by appropriation from the Performance Security or
otherwise. However, in case of delay due to reasons beyond the control of the Consultant, suitable
extension of time shall be granted.
• Encashment and appropriation of Performance Security - The Board shall have the right to invoke
and appropriate the proceeds of the Performance Security, in whole or in part, without notice to the
Consultant in the event of breach of this Agreement or for recovery of liquidated damages specified
above. Any such recovery or liquidated damages shall not in any way relieve the consultant from any
of its obligations to complete the work or from any other obligations and liabilities under the Contract.

Page | 63
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

• Penalty for deficiency in Services - In addition to the liquidated damages not amounting to penalty,
as specified above, warning may be issued to the Consultant for minor deficiencies on its part. In the
case of significant deficiencies in Services causing adverse effect on the Project or on the reputation
of the Board, other penal action including debarring for a specified period may also be initiated as per
policy of the Board.

In case it leads to termination, CTB shall give thirty days’ notice to the consultant of its intention to terminate
the contract and shall so terminate the contract unless during the thirty days’ notice period, the consultant
initiates remedial action acceptable to the CTB.

11. Dispute Resolution


The consultant and the CTB shall endeavor their best to amicably settle all disputes arising out of or in
connection with the Contract in the following manner:

a) The Party raising a dispute shall address to the other Party a notice requesting an amicable
settlement of the dispute within seven (7) days of receipt of the notice.

b) Matter will be referred for negotiation between Officer nominated by CTB and the Authorized
Official of the consultant. The matter shall then be resolved between them and the agreed course
of action documented within a further period of 15 days.

In case any dispute between the Parties, does not settle by negotiation in the manner as mentioned
above, the same may be resolved exclusively by arbitration and such dispute may be submitted by either
party for arbitration within 20 days of the failure of negotiations. Arbitration shall be held in Raipur and
conducted in accordance with the provisions of Arbitration and Conciliation Act, 1996 or any statutory
modification or re-enactment thereof. Each Party to the dispute shall appoint one arbitrator each and the
two arbitrators shall jointly appoint the third or the presiding arbitrator.
The “Arbitration Notice” should accurately set out the disputes between the parties, the intention of the
aggrieved party to refer such disputes to arbitration as provided herein, the name of the person it seeks
to appoint as an arbitrator with a request to the other party to appoint its arbitrator within 45 days from
receipt of the notice. All notices by one party to the other in connection with the arbitration shall be in
writing and be made as provided in the tender document.
Each Party shall bear the cost of preparing and presenting its case, and the cost of arbitration, including
fees and expenses of the arbitrators, shall be shared equally by the Parties unless the award otherwise
provides

12. General Terms and Conditions


a. The empaneled Consultant will not outsource the work to any other associate/ franchisee/ third party
under any circumstances. If it so happens then CTB will impose sanctions which will include forfeiture

Page | 64
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

of the security deposit, revocation of bank guarantees (including the ones submitted for other work
orders) and termination of the contract for default.
b. CTB may be written notice sent to the empaneled Consultant; terminate the work order and/ or the
contract, in whole or in part at any time of its convenience after providing a written notice of 60(sixty)
days to the consultant. The notice of termination will specify that termination is for CTB’s
convenience, the extent to which performance of work under the work order and / or the contract is
terminated, and the date upon which such termination become effective. CTB reserve the right to
cancel the remaining part and pay to the selected Consultant an agreed amount for partially
completed services.
c. In the event of Consultant’s Company or the concerned division of the company is taken over / bought
over by another company, all the obligation under the agreement with CTB, should be passed on for
compliance by the new company/ new division in the negotiation for their transfer.
d. All panel consulting agencies automatically agrees with CTB for honoring all aspects of fair-trade
practice in executing the work order placed by CTB.
e. The consultants deployed by the agency will maintain office decorum. They will be courteous, polite
and cooperative and able to resolve the user’s problem.
13. Conflict of interest
The consultant shall disclose to the CTB in writing, all actual and potential conflicts of interest that exist,
arise or may arise (either for the consultant or it’s Team) in the course of performing the Services as soon
as practical after it becomes aware of that conflict.

14. Severance
In the event any provision of this Contract is held to be invalid or unenforceable under the applicable law,
the remaining provisions of this Contract shall remain in full force and effect.

15. Governing Language


The Agreement shall be written in English language. Subject to below Clause, such language versions of
the Agreement shall govern its interpretation. All correspondence and other documents pertaining to the
Contract that are exchanged by parties shall be written in English language only.

16. “No claim” certificate


The consultant shall not be entitled to make any claim, whatsoever against the CTB, under or by virtue of
or arising out of, this contract, nor shall the CTB entertain or consider any such claim, if made by The
consultant after he shall have signed a “No claim” certificate in favor of the CTB in such forms as shall be
required by the CTB after the works are finally accepted.

17. Force Majeure

Page | 65
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

Force Majeure is herein defined as any cause, which is beyond the control of the consultant or CTB as the
case may be which they could not foresee or with a reasonable amount of diligence could not have foreseen
and which substantially affect the performance of the contract, such as:
i. Natural phenomenon, including but not limited to floods, droughts, earthquakes and epidemics
ii. Acts of any government, including but not limited to war, declared or undeclared priorities,
quarantines and embargos
iii. Terrorist attack, public unrest in work area provided either party shall within 10 days from
occurrence of such a cause, notifies the other in writing of such causes. The consultant or CTB
shall not be liable for delay in performing his/her obligations resulting from any force majeure cause
as referred to and/or defined above. Any delay beyond 30 days shall lead to termination of contract
by parties and all obligations expressed quantitatively shall be calculated as on date of termination.

18. General
I. Relationship between the parties
i. Nothing in the Contract constitutes any fiduciary relationship between the CTB and Consultant/ Bidder‘s
Team or any relationship of employer employee, principal and agent, or partnership, between the CTB
and Consultant
ii. No Party has any authority to bind the other Party in any manner whatsoever except as agreed under
the terms of the Contract
iii. CTB will not be under any obligation to the Agency‘s Team except as agreed under the terms of the
Contract
II. No assignment
The consultant shall not transfer any interest, right, benefit or obligation under this Contract without the prior
written consent of the CTB.
III. Governing Law
This Contract shall be governed in accordance with the laws of India.

IV. Jurisdiction of courts


The High Court of India at Bilaspur, Chhattisgarh has exclusive jurisdiction to determine any proceeding in
relation to this Contract.
V. Corrupt Practice
Consultant and/or authorized representative on behalf of respective Consultant, if engaged, in any corrupt
practice(s) while delivering the services under this contract, appropriate action will be taken on the basis of
Laws in force in India.
VI. Compliance With Laws
The consultant shall comply with the laws in force in India in the course of performing this Contract.
VII. Notices
a. A “notice” means:
i. a notice; or

Page | 66
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

ii. Consent, approval or other communication required to be in writing under this Contract. All notices,
requests or consents provided for or faxed/e-mailed followed by hand-delivery with
acknowledgement thereof or transmitted by pre-paid register post or courier. Any notice or other
communication shall be deemed to have been validly given on date of delivery if hand delivered
and if send by registered post to have been validly given on date of expiry of seven days from date
of posting.:

To CTB at:
Chhattisgarh Tourism Board (CTB),
2nd Floor, Udyog Bhavan,
Ring Road No.1, Telibandha,
RAIPUR, Chhattisgarh - 492 006

To Consultant at:
Attn:
Address:

[Phone:]
[Fax:]

Any Party may change the address to which notices are to be directed to it by notice to the other
parties in the manner specified above. A notice served on a Representative is taken to be notice to
that Representative’s Party.

VIII. Waiver
a) Any waiver of any provision of this Contract is ineffective unless it is in writing and signed by the Party
waiving its rights.

b) A waiver by either Party in respect of a breach of a provision of this Contract by the other Party is not
a waiver in respect of any other breach of that or any other provision.

c) The failure of either Party to enforce at any time any of the provisions of this Contract shall not be
interpreted as a waiver of such provision.

IX. Modification
Any modification of this Contract shall be in writing and signed by an authorized representative of each
Party.

X. Application
These General Conditions shall apply to the extent that provisions in other parts of the Contract do not
supersede them.

Page | 67
RFP For "Empanelment of Architectural Agencies for providing Consultancy services related to architectural and structural design,
detailed engineering for Development of Tourism Projects in Chhattisgarh for 3 years"

IN WITNESS WHEREOF the parties have duly executed this Contract as of the day and year first
above written.

For and on behalf of For and on behalf of


___________________________ ____________ (Name of Authorized Signatory)
___________ (Authority) ___________ (Designation)
Chhattisgarh Tourism Board (CTB) ___________ (Name of firm)
___________ (Address) ___________ (Address)

Witness: Witness:
1. 1.
2. 2.

Page | 68

You might also like