You are on page 1of 67

Gujarat Olympic Planning and Infrastructure Corporation Limited

(GOLYMPIC)

E-Bid Document

Request for Proposal (RFP)

For

Appointment of Design Consultant for Detailed Design, Engineering and Implementation of the
Sardar Vallabhbhai Patel Sports Enclave in Ahmedabad, Gujarat

Job No. – 12/2023-24

Date: - 05/12/2023

Issued by:

Deputy Chief Executive Officer & Executive Director,

Gujarat Olympic Planning and Infrastructure Corporation Limited (GOLYMPIC)


Sports Authority of Gujarat (SAG),
Near Kh-3 Circle, Near Vavol Railway Crossing,
Gandhinagar - 382 016
Email: info.golympic@gmail.com
Phone No. +91-79-232 54409
Contents
Disclaimer........................................................................................................................................................... 4
Introduction......................................................................................................................................................... 5
Brief description of the selection process........................................................................................................... 5
Communications ................................................................................................................................................ 6
Glossary ............................................................................................................................................................. 6
2. Bid Schedule .......................................................................................................................................... 8
3. Language of the Bid ............................................................................................................................. 10
4. Eligibility Criteria ................................................................................................................................... 10
5. Bid Validity ............................................................................................................................................ 12
6. RFP Process ........................................................................................................................................ 13
7. Bid Prices ............................................................................................................................................. 13
8. Submission of Bids ............................................................................................................................... 13
9. Earnest Money Deposit ........................................................................................................................ 14
10. Bidders queries and responses thereto ............................................................................................... 14
11. Format of Submission of Bids .............................................................................................................. 15
12. Documents to be submitted ................................................................................................................. 16
13. Technical Evaluation Criteria................................................................................................................ 17
14. Financial Evaluation Criteria................................................................................................................. 26
15. Final Bid Evaluation.............................................................................................................................. 26
16. Declaration of successful bidder .......................................................................................................... 27
17. Performance Security ........................................................................................................................... 27
18. Terms of Payments and Deliverables .................................................................................................. 28
19. Other Terms and Conditions of the Bid ................................................................................................ 29
20. Penalty ................................................................................................................................................. 30
21. General Terms and Conditions of contract .......................................................................................... 31
22. Representations and warranties........................................................................................................... 32
23. Indemnifications and Liabilities ............................................................................................................ 32
24. Termination .......................................................................................................................................... 33
25. Force Majeure ...................................................................................................................................... 34
26. Dispute Settlement Mechanism............................................................................................................ 34
27. Applicable Law ..................................................................................................................................... 35
28. Reserved rights .................................................................................................................................... 35
29. Corrupt or Fraudulent Practices ........................................................................................................... 36
30. Confidentiality ....................................................................................................................................... 36
31. Annexures ............................................................................................................................................ 37
Annexure I : Bid Submission Form ................................................................................................................... 37
POWER OF ATTORNEY (SAMPLE) (Note- Board resolution in case of company) ....................................... 39
Annexure II: Eligible projects undertaken by the Bidder. ................................................................................. 42
Annexure III: Financial capacity of the Bidder .................................................................................................. 43
Annexure IV: Deployment Plan ....................................................................................................................... 44
Annexure V: Curriculum Vitae format ............................................................................................................... 46
Annexure VI: Format of Financial Bid (To be submitted as per BOQ on N-PROCURE Portal)....................... 48
2|Page
------------------ SAMPLE BOQ (to be uploaded on N-PROCURE portal in .xls format) --------------- ................. 49
Annexure VII: Non-Blacklisting declaration ...................................................................................................... 51
Ahmedabad Urban Development Authority ....................................................... Error! Bookmark not defined.
Annexure VIII: Instructions for Online Bid Submission..................................................................................... 52
1. General instructions ............................................................................................................................. 52
2. REGISTRATION .................................................................................................................................. 52
3. SEARCHING FOR TENDER DOCUMENTS ....................................................................................... 52
4. PREPARATION OF BIDS .................................................................................................................... 53
5. SUBMISSION OF BIDS ....................................................................................................................... 53
6. ASSISTANCE TO BIDDERS ............................................................................................................... 54
Annexure IX: Terms of Reference .................................................................................................................... 55
Team Composition and deployment .................................................................. Error! Bookmark not defined.
Annexure X: Bid Securing Declaration Form ................................................................................................... 61
Annexure XI: NEFT Mandate Form .................................................................................................................. 62
NATIONAL ELECTRONIC FUNDS TRANSFER MANDATE FORM ............................................................... 62
Annexure XII: Contract Agreement Form ......................................................................................................... 63
Annexure XIII: Bank Guarantee Form for Performance Security ..................................................................... 65

3|Page
Disclaimer

1) The information contained in this Request for Proposal Document (hereinafter known as “RFP
Document”) or subsequently provided to Bidders in documentary form by or on behalf of Gujarat
Olympic Planning and Infrastructure Corporation Limited (GOLYMPIC) or any of their
representatives, employees or advisors (collectively referred to as “Representatives”), is provided
to Bidder(s) on the terms and conditions set out in this RFP Document and any other terms and
conditions subject to which such information is provided.

2) This RFP Document is neither an agreement nor an offer or invitation by the Representative(s) to
any party other than the entities, who are qualified to submit their Proposal (“Bid”). The purpose
of this RFP Document is to provide the Bidders with information to assist the formulation of their
Proposal. This RFP Document does not purport to contain all the information which each Bidder
may require. This RFP Document may not be appropriate for all persons, and it is not possible for
GOLYMPIC Representatives to consider the investment objectives, financial situation and needs
of each party who reads or uses this RFP Document. Each Bidder should conduct his own
investigations and analysis and should check the accuracy, reliability, and completeness of the
information in this RFP Document and wherever necessary, obtain independent advice from
appropriate sources.

3) The Representatives make no representation or warranty and shall incur no liability under any law,
statute, rules, or regulations as to the accuracy, reliability, or completeness of the RFP Document.

4) The Representatives may in their absolute discretion, but without being under any obligation to
do so, update, amend or supplement the information in this RFP Document.

4|Page
Introduction

The Gujarat Olympic Planning and Infrastructure Corporation Limited (GOLYMPIC) intends to develop the
city of Ahmedabad as an important sports hub with state of the art and world class sports infrastructure
with the aim of boosting Ahmedabad’s capability towards hosting global sporting events like the Summer
Olympics, and strengthening the sports culture of the city and promoting health and fitness among the
residents. One of the flagship projects as part of the larger sports infrastructure development in Ahmedabad
includes the Sardar Vallabhbhai Patel (SVP) Sports Enclave - conceived as a one-of-a-kind international
multi venue sports hub which already houses the 110,000 capacity Narendra Modi Stadium – the world’s
largest cricket stadium.

The Sports Enclave is envisaged to have five additional major sports venues spread across a site area of
approx. 350 Acres and is along the Sabarmati Riverfront – the phase II of which is currently under
development and abuts the site. GOLYMPIC has prepared the master plan for the development of the SVP
Sports Enclave to be taken up for implementation on site. The key objectives behind the development of
the Sports Enclave area -

a. Creating a modern sports enclave to house world class sporting venues and supporting
infrastructure to benefit athletes, students, residents and will become a catalyst for transformation
of the region.

b. Venues will be adaptable and flexible and planned, sized, and designed to meet Olympic
competition venue requirements and shall function as competition venues for Olympic Games, and
may also be used for hosting Asian Games, Commonwealth Games, National Games and World
events.

c. Function as an integrated sports and event precinct by capitalizing on the proximity to the riverfront
and the airport.

d. Creating functional indoor and outdoor spaces along the riverfront that function as hubs of activity
and can also be monetized for real estate development via creating hospitality and mixed use
districts, F&B spaces, promenades, play areas, and community plazas, in addition to the main
venues.

e. Have a robust and diverse legacy and cater to different event types and benefit the people in many
ways and be a vibrant destination round the year.

f. Each venue planned and carefully programmed to be efficient, sustainable, and independently
functional.

g. The Sports Enclave shall forge connections with the broader precinct and facilitate connections
between the city and the riverfront and play the role of a connector

The anticipated project cost is approximately INR 6000 crore.

Brief description of the selection process

GOLYMPIC has adopted a two-stage selection process (collectively the "Selection Process") in evaluating

5|Page
the Proposals comprising technical and price bids to be submitted on Proposal Due Date. In the first stage,
a technical evaluation will be carried out as specified in Clause 13. In the second stage, a price evaluation
will be carried out as specified in Clause 14. Proposals will finally be ranked according to their combined
technical and price bid scores as specified in Clause 15. The first ranked Bidder will be selected for award
of contract (the "Selected Bidder").

Communications

All communications including the submission of Proposal should be addressed to:

To,
Deputy Chief Executive Officer,
Gujarat Olympic Planning and Infrastructure Corporation Limited (GOLYMPIC),
Sports Authority of Gujarat,
Near Kh-3 Circle, Near Vavol Railway Crossing,
Gandhinagar – 382016
Phone No. 079-232 54409,
Email: info.golympic@gmail.com

Glossary
i. “Bid” (including the term ‘tender’, ‘offer’, ‘quotation’ or ‘proposal’ in certain contexts) means an offer
to provide services or execution of works made in accordance with the terms and conditions set
out in this RFP;

ii. Agency”, “Firm”, “Company”, “Bidder” means any registered entity or person or associations of
persons who submit their proposals for providing Services in accordance with this RFP.

iii. “Bid Security/Earnest Money Deposit” means a security from a bidder securing obligations resulting
from a prospective contract award with the intention to avoid the withdrawal or modification of an
offer within the validity of the bid, after the deadline for submission of such documents; failure to
sign the contract or failure to provide the required security for the performance of the contract after
an offer which has been accepted; or breach of any terms and conditions of tender document,
failure to comply with any other condition precedent to signing the contract specified in the
solicitation documents.

iv. “Contract” means as defined under Section 2(h) of The Indian Contract Act,1872, the Contract
signed by the Parties and all the attached documents, if any.

v. “Letter of Acceptance” or “LOA” means the letter issued by GOLYMPIC to the Successful Bidder
to undertake and execute the project in conformity with the terms and conditions, set out forth in
the RFP and any subsequent amendments thereof.

vi. “Party” means the Client or the Bidder, as the case may be, and “Parties” means both of them.
vii. ”RFP” means Request for Proposal issued by Gujarat Olympic Planning and Infrastructure
Corporation Limited (GOLYMPIC) for the Appointment of Design Consultant for Detailed Design,
Engineering and Implementation of the Sardar Vallabhbhai Patel Sports Enclave in Ahmedabad,
Gujarat

viii. Terms of Reference (TOR) means the document included in the RFP which explains the scope of
work, activities, and schedule of completion oft asks to be performed.

ix. Proposal or Bid means the bidder’s written reply or submission in response to this RFP.

6|Page
1. Instruction to the Bidders

1.2. The Bidders can download this RFP from the N-PROCURE Portalwebsite: https://www.nprocure.com/
Subsequently, bid has to be prepared and submitted ONLINE ONLY as per the Bid Schedule as more
particularly specified in Clause 2 of this RFP.

1.3. The Bidders participating for the first time for e-Tenders on e-Tendering portal will have to complete
Online Registration Process on the e-Tendering portal as mentioned in Annexure VIII- Instructions
for Online Bid Submission.

1.4. RFP will not be sold/ issued manually from GOLYMPIC.

1.5. Detailed description of the objectives, scope of services, Deliverables and other requirements relating
to this Consultancy are specified in this RFP. In case an applicant firm possesses the requisite
experience and capabilities required for undertaking the Consultancy, it may participate in the
Selection Process either individually (the “Sole Firm”) or as consortium of firms (the “Consortium”) in
response to this invitation. The term applicant (the “Applicant”) will apply to both - a single entity or a
Consortium and its Members. However, no applicant applying individually or as a Member of a
Consortium as the case may be/can be Member of another Applicant. The manner in which the
Proposal is required to be submitted, evaluated and accepted is explained in this RFP.

In case the Applicant is a Consortium, it shall, comply with the following additional requirements to be
eligible:
i. Number of Members in a consortium shall not exceed 3 (three);
ii. Subject to the provisions of sub-clause (i) above, the Application should contain the information
required for Member(s) of the Consortium;
iii. Members of the Consortium shall nominate one Member as the lead member (the “Lead Member”).
The nomination(s)shall be supported by a Power of Attorney, as per the format in this RFP, signed by
all the other Members of the Consortium. The duties, responsibilities, and powers of such Lead
Member shall be specifically included in the Joint Bidding Agreement. It is expected that the Lead
Member would be authorized to incur liabilities and to receive instructions and payments for and on
behalf of the Consortium. The Authority expects that Lead Member should have maximum
responsibility pertaining to execution of Consultancy;
iv. The Application should include a brief description of the roles and responsibilities of individual
Members;
v. An individual Applicant cannot at the same time be a Member of a Consortium applying for the
Consultancy. Further, a member of a particular Consortium cannot be a member of any other
Consortium applying for the Consultancy;
vi. Members of the Consortium shall enter into a binding Joint Bidding Agreement (the “Joint Bidding
Agreement”), for the purpose of submitting a Proposal. The Joint Bidding Agreement, to be submitted
along with the Application, shall, inter alia:
a) Clearly outline the proposed roles and responsibilities, if any, of each Member;
b) include a statement to the effect that all Members of the Consortium shall be liable jointly and
severally for all obligations of the Consultant in relation to the Consultancy until the completion
of the Consultancy in accordance with the contract and the TOR;
c) clearly define the proposed administrative arrangements (organization chart) for the
management and execution of the Consultancy, if awarded to the Consortium;
except as provided under this RFP, there shall not be any amendment to the Joint Bidding
Agreement without the prior consent of the Authority.

7|Page
vii. No change in composition of the Consortium will be submitted to the Authority during the Selection
Process and during the subsistence of the Consultancy.

1. Only those Bids shall be accepted for evaluation for which Earnest Money Deposit (EMD) asmentioned
in the Tender items list, in the form of Demand Draft/FDR/online acceptable mode/Bankers
Cheque/Bank Guarantee from scheduled commercial bank drawn in favour of “Ahmedabad Urban
Development Authority” payable at Ahmedabad are deposited in the office of Ahmedabad Urban
Development Authority, on or before scheduled date given in this RFP.

2. Bid Schedule

1. Name of the client Gujarat Olympic Planning and Infrastructure Corporation Limited
(GOLYMPIC)

2. Name of the assignment: Appointment of Design Consultant for Detailed Design,


Engineering and Implementation of the Sardar Vallabhbhai Patel
Sports Enclave in Ahmedabad, Gujarat

3 Method of selection Quality and Cost Based Selection (QCBS) – 80:20

4. Duration of the assignment: Forty Eight (48) months or till end of project construction

5 Tender fees INR 3,00,000 (non-refundable)

6 Earnest Money Deposit (EMD) The bidder must submit a Bid Securing Declaration Form as per
the format given in Annexure X.

7 Performance Security 03% of the Original Contract value

8 Financial Bid to be submitted Shall be a lumpsum amount in INR


together with Technical Bid

9 Name of the GOLYMPIC’s Deputy Chief Executive Officer & Executive Director
Official for addressing queries Gujarat Olympic Planning and Infrastructure Corporation Limited
and clarifications (GOLYMPIC)
Sports Authority of Gujarat,
Near Kh-3 Circle, Near Vavol Railway Crossing,
Gandhinagar - 382 016
info.golympic@gmail.com

10 Bid Validity Period 120 calendar days

8|Page
11 Bid Language English

12 Bid Currency INR

13 Consortium / Joint Venture Maximum up to 03 consortium members allowed

14 Sub-consultants Allowed - Credentials of only the JV/ Consortium members will be


allowed

15 Schedule of Bidding Process

Task Key Dates

Last date of receiving queries Clarifications may be requested only by email and no later than
10:00 hrs (IST) of Pre-Bid Meeting date.

The contact information for requesting clarification is:


Deputy CEO & Executive Director,
Gujarat Olympic Planning and Infrastructure Corporation Limited
(GOLYMPIC)
Email id – info.golympic@gmail.com

Date of launch of RFP 05 December 2023

Virtual Road show 12 December, 2023

Details of the virtual roadshow will be shared with the bidders who
will show interest through email.

Last date for submission of pre- 18:00 PM, 16 December, 2023


bid queries

Pre-bid meeting 15:00 PM, 18 December, 2023

Meeting link will be shared with bidders who attend the virtual
roadshow and/or submit pre-bid queries

Response to pre-bid queries/ 21 December, 2023


Issues of corrigendum

Visit to Project Data Room 22 December, 2023

Proposal due-date Up to 18:00 PM, 03 January, 2024

Opening of technical proposal 04 January, 2024

Technical Presentation 12 January, 2024

Opening of financial proposal To be communicated to shortlisted bidders

9|Page
Commencement of Work 01 February, 2024

3. Language of the Bid

The Bid submitted by the Bidder and all subsequent correspondence and documents relating to the
Bid, exchanged between the Bidder and GOLYMPIC, shall be written in the English language.
However, the language of any printed literature furnished by the Bidder in connection with its Bid may
be writtenin any other language provided the same is accompanied by an English translation and, for
the purposes of interpretation of the Bid, the English translation shall prevail.

4. Eligibility Criteria

4.1 Bids of the Bidders, who do not meet the required minimum Qualification/Eligibility Criteria
mentioned in this RFP shall be treated as non – responsive and will not be considered further.

S.No. Pre-Qualification Criteria Supporting Document

A. Legal Status

1. The bidder, or at least 1 member in case of consortium should Copy of ‘Certificate of


be a company/firm/LLP registered in India with a track record Incorporation’ or Registration
of providing design consultancy/architecture services for at Certificate duly attested by
least 10 years as on October 31, 2023 or a Company/ Firm/ authorized signatory.
LLP incorporated internationally with local registered office in
India for at least 10 years as on October 31, 2023.

2. The bidder must enclose PAN Card details and GST Relevant Copies of documents,
registration details. duly attested by authorized
signatory.

3. Bidders declared blacklisted by any Central/ State Undertaking signed by the


Government Sector/ Public Sector Units/ Autonomous authorized signatory that the
Bodies/ Public Sector Banks/ Statutory Bodies due to corrupt, Bidder has not been debarred.
fraudulent or any other unethical business practices as on
Annexure VII
date of bid submission shall not be eligible.

B. Financial Capacity

1. Average Turnover of Minimum INR 100 Crore or Certificate from statutory auditor/
equivalent – for the lead member of the consortium for the audited financial statements for
last 3 years the three previous financial
years.
(or its equivalent in USD in the case of foreign firms*) during
the last three financial years. Audited financial statements to
be submitted. In case
(FY 2020-21, FY 2021-22, FY 2022-23)
Audited statements for FY 2021-
22 are not available, provisional

10 | P a g e
financial statements can be
provided.
*The conversion rate will be determined as per existing USD
to INR conversion rate on the date of proposal submission.
Annexure III

C. Technical Capacity

1. The lead member of the consortium should have completed Copy of contracts / Letter of
architectural design of at least one project involving sports / recommendation from client /
airport / convention centre / education / campus design / completion certificates or payment
commercial typology of total value of INR 5,000 Crore or proofs for 90% payment certified
by CA
equivalent amount.
Annexure II
Ongoing assignments with over 90% scope completion will be
considered

2. At least one member of the consortium should have Copy of contracts / Letter of
completed the design of an outdoor stadium (football and/orrecommendation from client /
athletics) of minimum seating capacity of 40,000, and an completion certificates or payment
indoor arena with a seating capacity of 10,000. proofs for 90% payment certified
by CA
Ongoing assignments with over 90% scope completion will be
Annexure II
considered

D. Fit and Proper Person: Self-certificate and/or Letter of


Undertaking to this effect on
Bidder should be Fit and Proper person as per the criteria
Bidder's letter head signed by
defined in this RFP document.
Bidder’ authorized signatory, as
per conditions mentioned below.

Annexure I

11 | P a g e
(a) Conditions for Fit and Proper Person:
For the purpose of determining whether a Bidder is a 'Fit and Proper Person', GOLYMPIC may
take the indicative criteria mentioned below:

a. Valid and registered entity under applicable laws;


b. financial integrity of the Bidder;
c. ability of the Bidder to undertake all obligations set out under this RFP;
d. absence of convictions or civil liabilities against the Bidder;
e. absence of any previous debarment of the Bidder, in accordance with the General Financial
Rules, 2017 and subsequent amendments thereof, provided such debarment is still existing;
f. absence of any disqualification as specified below:
o Conviction of the Bidder or any of its respective directors, partners, executives or key
managerial personnel by any judicial body for any offence involving moral turpitude,
economic offence, securities laws or fraud or any offence under the Prevention of
Corruption Act, 1988 or the Indian Penal Code, or any other law for the time being in
force, for causing any loss of life or property or causing a threat to public health as part
of execution of a public procurement contract;
o Admission of an application for winding up or liquidation under the Insolvency and
Bankruptcy Code, 2016 (IBC) or any Applicable Laws against the Bidder or any of its or
their respective directors and partners;
o Any action or proceeding being initiated under the Insolvency and Bankruptcy Laws under
the Applicable Law, including but not limited to declaration of Insolvency or Bankruptcy,
disqualification or de-recognition by any professional body being initiated against the
Bidder;
o Current or previous banning of the Bidder or its respective directors, partners, executives
or key managerial personnel by the governing body of any sport from involvement in the
administration or any form of participation in such sport, for any reason;
o Default by The Bidder or any of its or their respective directors, partners, executives or
key managerial personnel of any of its obligations to a financial institution or has defaulted
on any of its obligations to a financial institution in the last 3 (three) financial years;
o The Bidder should not have been barred by the Central Government, any State
Government, a statutory authority or a public sector undertaking, as the case may be,
from participating in any project, and the bar subsists as on the date of the Proposal.
o Any other criteria as deemed fit by GOLYMPIC.

5. Bid Validity

5.1. The Bid shall remain valid for acceptance for a period of 120 calendar days (One hundred and twenty
days) days after the Bid Due Date (Last date and time of submission of Bid) prescribed in the Bidding
Document. Any Bid valid for a shorter period shall be treated as unresponsive and rejected summarily.
On completion of the validity period, unless the Bidder withdraws the Bid in writing, it will be deemed
to be valid until such time that the Bidder formally (in writing) withdraws the same.

5.2. In exceptional cases, the Bidders may be requested by GOLYMPIC to extend the validity of their Bids
up to a specified period. The Bidders, who agree to extend the Bid validity, are to extend the same
without any change or modification of their original Bid.
5.3. In case the day up to which the Bids are to remain valid falls on or subsequently declared a holiday
or closed day for GOLYMPIC, the Bid validity shall automatically be extended up to the next working
day.

12 | P a g e
6. RFP Process

6.1. RFP issued by the GOLYMPIC constitutes a request for Bids from eligible Bidders (as determined in
accordance with the minimum eligibility criteria as Clause 4 above) to be Service Provider (after
evaluation of eligible bidders), subject to the terms of this RFP and the Service Agreement.
6.2. This RFP is no more than a request for proposal, and it does not and is not intended to constitute a
contract or a grant of any rights or licenses, or an offer which is capable of acceptance by any Bidder
or any other person. The grant of any rights or formation of any contractual relationship shall be
conditional upon acceptance by GOLYMPIC of the Bidder’s Bid and the execution of the Service
Agreement by both GOLYMPIC and the Bidder/Service Provider.
6.3. This RFP is only illustrative in nature and all narrations are intended to be used by the applicant as
preliminary background information. This RFP does not necessarily contain all the relevant information
in relation to the Bid process and GOLYMPIC reserves the right to withdraw the RFP and/ or add,
amend, review the requirements or information contained in this RFP at any time prior to the
submission of the Bid, save in relation to the eligibility criteria, technical requirements, and the
evaluation principles of the Bids.
6.4. Upon selection of a Bidder by GOLYMPIC and the selected Bidder/ Service Provider shall enter into
a detailed contract/agreement (“Service Agreement”) Incorporating the provisions of this RFP and the
successful Bid.
6.5. GOLYMPIC may issue Letter of Intent (LoI) before execution of the service agreement, if required.
6.6. Period of Service Agreement: The period of service agreement shall be for 48 (forty Eight) Months or
till end of project construction. Any renewal or extension shall be by way of supplementary Agreement
on existing terms and conditions, or the terms and conditions settled at that time with the consent of
both the parties based on the requirements and satisfactory performance of the service provider.
6.7. The RFP does not bind or exclude the bidder/members of the consortium from participation in future
work or engagement on the subsequent stages of the project.

7. Bid Prices

7.1. The Bidder providing services shall quote only in Indian Rupees.

7.2. The Bidder shall indicate in the Price Schedule provided on N-PROCURE Portal all the specified
components of prices shown therein. All the columns shown in the price schedule should be
filled in as required.

7.3. If any firm quotes NIL charges / consideration, the bid shall be treated as unresponsive and
will not be considered.

7.4. Firm Price: The prices quoted by the Bidder shall remain firm and fixed during the currency of
the Contract and will not be subject to variation on any account.

8. Submission of Bids

8.1. Bids to be submitted online as per instructions in Annexure VIII: Instructions for online
submission of the RFP.

8.2. GOLYMPIC will open (online) the Bids at the specified date and time and at the specified
place asindicated in the Bid Schedule.

8.3. In case the specified date of Bid opening falls on or is subsequently declared a holiday or
closed day for GOLYMPIC, the Bids will be opened at the appointed time on the next working
day.

8.4. Authorized representatives of the Bidders, who have submitted Bids on time may attend the
bid opening provided they have their Letters of Authority from the corresponding Bidders
13 | P a g e
acknowledgement letter of bid submission at N-PROCURE Portal website:
https://www.nprocure.com/

8.5. The Technical Bid is to be opened at the prescribed time and date as indicated in RFP Bid
schedule. During the Technical Bid opening, the Bid opening official(s) will read the Salient
Features of the Bids like brief description of the services offered and any other special features
of the Bids, as deemed fit by the Bid opening official(s).

8.6. Financial bids of the technically qualified Bidders shall be opened online at the date, time and
as intimated later on N-PROCURE Portal e-procurement website https://www.nprocure.com/.
The authorized signatories/ representatives of such Bidders who wish to attend the financial bid
opening may please do so by showing their bid acknowledgement slip.

9. Earnest Money Deposit

9.1. EMD has been replaced with Bid Securing Declaration as per Ministry of Finance, Department of
Expenditure O.M. dated 12th November 2020". The bidder has to submit a Bid Securing Declaration
Form as per format given in Annexure X.

10. Bidders queries and responses thereto

10.1. All enquiries from the Bidders relating to this RFP must be submitted exclusively to the contact
person on the e-mail id- info.golympic@gmail.com the queries should necessarily be submitted on
or before scheduled date and time mentioned in the following format:

To,
Deputy Chief Executive Officer & Executive Director
Gujarat Olympic Planning and Infrastructure Corporation Limited (GOLYMPIC),
Gandhinagar.
BIDDER’S REQUEST FOR CLARIFICATION

Name of Organization Name & position of Full formal address of the organization
submitting request person submitting including phone, fax and email points of
request contact & contact details of local office as well

Tel:

Email:

Sl. Bidding Document Content of RFP requiring Points of Clarification required.


No. Reference(s) clarification
(Clause
number/page)

10.2. All enquiries should be sent to GOLYMPIC only through email only. GOLYMPIC shall not be
responsible for ensuring that Bidder’s enquiries have been received by them. GOLYMPIC will
endeavour to provide a complete, accurate, and timely response to all questions to all the Bidders.
However, GOLYMPIC makes no representation or warranty as to the completeness or accuracy of
any response, nor does GOLYMPIC undertake to answer all the queries that have been

14 | P a g e
posed by the Bidders. All responses given by GOLYMPIC will be posted on the online portal, i.e
https://www.nprocure.com/ or will be sent to respective bidders through email. Bidder should
regularly visit the portal for any updates/corrigendum.
10.3. GOLYMPIC will host a Pre-Bid Conference (either virtual or physical), scheduled as per the details
in the Bid Schedule. The representatives of the interested Bidders may attend the pre-bid
conference at their own cost. The purpose of the conference is to provide Bidders with information
regarding the RFP and discuss bidder’s queries, together with proposed solutions. GOLYMPIC
shall provide each Bidder with an opportunity to seek clarifications regarding any aspect of the RFP
during the pre-bid conference. The link shall be provided to the Bidders one hour prior to the
scheduled meet.
10.4. Within reasonable time period from the Pre-Bid Conference, GOLYMPIC will issue responses to
all of the bidders’ written queries, together with any other revised documents (if required).
10.5. Amendments to Bidding Documents:
i. At any point of time, prior to the deadline for submission of Bids, GOLYMPIC may, for any
reason deemed fit by it, modify the Bidding Documents by issuing suitable amendment(s)
to it. Prospective bidders are advised to check the same before submission of bids.
ii. Such an amendment will be uploaded on N-PROCURE Portal of Government of India
https://www.nprocure.com. Bidders are, therefore, advised to refer to N-PROCURE portal
before submitting bids.
10.6. Clarification of Bidding Documents: A Bidder requiring any clarification or elucidation on any
issue of the Bidding Documents may take up the same with GOLYMPIC in writing. GOLYMPIC will
respond in writing to such request in pre-bid conference as per the bid schedule.

11. Format of Submission of Bids

11.1. All documents are to be uploaded in PDF or scanned copies online.

11.2. The Bidder is required to upload the documents as per Documents to be submitted in clause
12 of this RFP.

11.3. Bidders shall submit 'Online Bid' only in PDF/Scanned copy. Hard Copy of Bid documents
will not be accepted.

11.4. The Bids submitted must be without any overwriting, interlineations, corrections, double
typing, etc.

11.5. Bidder must ensure that the Technical Bid soft copies do not contain any information
pertaining to Commercial bid/Prices.

11.6. In exceptional circumstances, at its discretion, GOLYMPIC may solicit the Bidder's consent
for an extension of the validity period. The request and the responses thereto shall be made
in writing or by fax or email.

11.7. Rejection of Technical Bids

In addition to any other reasons stipulated in this RFP, technical Bids may be rejected under any
of the following circumstances:

i. Incomplete bids that do not quote for the complete scope of work as indicated in the Bid-
related documents, addendum (if any) and any subsequent information given to the Bidder;
ii. Information that is found to be false, incorrect/misleading at any stage during the tendering
process or Incomplete in any form;
iii. Inclusion of commercial Bid details in a technical Bid, or technical Bids that reveal
quotations, in any form;
15 | P a g e
iv. Non-fulfilment of the eligibility criteria set out in this RFP, by the Bidder;
v. Breach of any terms and conditions of the Bid;
vi. Any Bid that does not comply with the conditions laid down by GOLYMPIC; and
vii. Any other reasons deemed fit by GOLYMPIC.

11.8. Rejection of Commercial Bids

In addition to any other reasons stipulated in this RFP, commercial Bids may be rejected under
any of the following circumstances:

i. Incomplete Bids that do not set out the Service Fee for the complete Scope of Work as
indicated in the bidding documents, addendum (if any) and any subsequent information
given to the Bidder;
ii. Commercial Bids made through Tele fax/Telegraphic/Fax/E-mail/by post/or any other mode
not prescribed by GOLYMPIC;
iii. Bids which do not confirm unconditional validity of the bid for 180 days from date of opening
of Bid;
iv. Bids which do not conform to GOLYMPIC bid format;
v. Bids in respect to which the bidder does not accept GOLYMPIC rectification of
clerical/arithmeticdiscrepancies in the commercial bid, if any;
vi. Any Commercial Bid that does not comply with the conditions laid down by GOLYMPIC /
terms of RFP;
vii. Bidders are advised to exercise adequate care in quoting the prices. No excuse for
corrections/errors in the quoted figures will be entertained after the submission of the Bid;
and
viii. Arithmetic errors in proposals will be corrected as follows: In case of discrepancy between
the amounts mentioned in figures and in words, the amount in words shall govern. The
amount stated in the proposal form, adjusted in accordance with the above procedure,
shall be considered as binding, unless it causes the overall proposal price to rise, in which
case the proposal price shall govern.

11.9. Other Reasons for Rejection of Bid

In addition to any other reasons stipulated in this RFP, Bids may be rejected under any of the
following circumstances:

i. Bids in which the Bidder seeks to influence including making offer, solicitation of unfair
means, the GOLYMPIC bid evaluation, bid comparison, or contract award decisions; and
ii. In view of two bid systems, GOLYMPIC may first open technical bids. If the same is not
complete and lacking with respect to any requirement(s), the same would be rejected
straightaway & without opening the commercial bid.

12. Documents to be submitted

12.1. All the documents are to be mandatorily uploaded online as per the instruction for online bid
submission detailed in this RFP document.

12.2. The following documents are to be submitted with the RFP. Upload online the scanned copies
as per the instructions mention in Annexure VIII: Instructions for Online Bid Submission.

16 | P a g e
Sl. Criteria Document to be submitted online
No.

1. Earnest Money Deposit / Bid Security The bidder must submit a Bid Securing Declaration
Form as per the format given in Annexure X of this
RFP.

2. Eligibility / Pre-Qualification As Mentioned in clause 4


Documents

3. Technical Evaluation Documents As Mentioned in clause 13

4. Financial Bid Financial Bid is to be uploaded in desired BOQ on


N-PROCURE Portal. For sake of understanding, a
simple Format is given at Annexure VI of this RFP.

5 Bid Submission Form Scanned copy of Signed and Stamped Bid


Submission Form as per Annexure I.

6. Authorized Signatory Scanned copy of Power of Attorney in favour of


Authorised signatory of Bidding Documents.

OR

Signed and scanned copy of Board’s resolution(s)


in favour of Authorized signatory of the bidder.

(Sample Attached at Annexure I)

7. Declaration regarding Acceptance of A declaration confirming Acceptance of all terms


all terms and Conditions of the RFP and Conditions of the RFP and its subsequent
and its subsequent amendments amendments without any deviation.

Note:

Wherever applicable, the above documents shall be used for evaluation purpose as well. It is the
responsibility of Bidder to go through the Bidding Document to ensure furnishing of all requireddocuments
in addition to above. All the Bids so submitted must be unconditional. Bidders should make sure that all
the pages should be numbered, and an index should be attached as first page with the Bid. The authorized
signatory of the Bidder must sign the Bid with proper name, designation duly stampedat appropriate
places and initial all the remaining pages of the Bid. GOLYMPIC reserves its right to demand for original
documents as and when required. Non-production of original documents may render the cancellation of
bid followed by consequences such as forfeiture for Bid amount/Performance Security including
debarring in future Bids for a specified period.

13. Technical Evaluation Criteria

13.1. Indian subsidiaries with majority holding of foreign architectural design firms can use the
international parent /sister/ global company’s credentials. Foreign architectural design firms can
use their global company credentials and must provide relevant documentation supporting the
17 | P a g e
same. Credentials of sub-contractors / sub-consultants will not be considered and in case later at
any stage, it is so noticed, the Contract/Work Award will summarily be rejected. The same can be
used for the purposes of meeting minimum eligibility criteria as well as for technical evaluation.
Applicants will be required to provide contracts / proof of payment / completion certificates / Letter
of Recommendation as proof of experience. The completion of project where required must be able
to be unambiguously established with the documentation provided.

13.2. The technical Bid of each Bidder shall be evaluated in accordance with the following methodology:

S. No. Criteria Maximum Documents


Marks Submission

A Relevant Experience of Bidder – Maximum 30 Marks

1. Design of Outdoor Sports Venues 10 Marks

i. For experience in design of an outdoor 10 Marks Copy of contracts /


football or athletics stadium with minimum Letter of
40,000 seating capacity which has held recommendation from
international events – (maximum 6 marks) client / completion
certificates or payment
• Two stadiums – 4 marks
proofs certified by CA.
• Three Stadiums or above – 6 marks Annexure II of RFP

ii. In case any of these Stadiums have been


used as Competition Venues in global
multi-sport events (maximum 4 marks)

• Summer or Winter Olympics– 4 marks

• Asian Games/ Commonwealth Games/


Pan American Games / World Cups/ World
Championships – 2 marks

Only completed projects will be considered which


have already hosted events in the past as of date
of submission of the bid. Venues planned for future
events will not be considered.

2. Design of Indoor Sports Venues 8 Marks

i. For experience in design of an indoor 8 marks Copy of contracts /


stadium / arena (maximum 8 marks) Letter of
recommendation from
• Two Arenas with seating capacity of 15,000
client / completion
and above – 8 marks
18 | P a g e
• Two Arenas with seating capacity of 10,000 certificates or payment
proofs certified by CA. In
and above– 6 marks
case of capacities, self-
• Two arenas with seating capacity of 5,000 attestation by company
and above – 4 marks Director shall be
accepted.

Ongoing projects where at least 90% scope is Annexure II of RFP

complete/ 90% of the fee has been received can be


considered.

3. Design of other sports venues 4 Marks

i. For experience in design of a Tennis 4 Marks Copy of contracts /


stadium of minimum 4000 capacity (2 Letter of
Marks) recommendation from
client / completion
ii. For experience in design of an Aquatics
certificates or payment
centre of minimum 3000 capacity (2 Marks)
proofs certified by CA. In
Ongoing projects where at least 90% scope is case of capacities, self-
complete/ 90% of the fee has been received can be attestation by company
considered. Director shall be
accepted.

Annexure II of RFP

4. Design of Multi Sport Venue Precinct 8 Marks

i. For experience in masterplan and 8 Marks Copy of contracts /


architectural design of venues in the same Letter of
sports precinct (minimum capacity of 5,000 recommendation from
per venue) in the last 15 years – which client / completion
certificates or payment
includes trunk infra, shared common
proofs certified by CA. In
domain, outdoor spaces, apart from the
case of capacities, self-
venues (maximum 8 marks) attestation by company
• Two venues in the same precinct – 5 marks Director shall be
accepted.
• Three venues or above in the same
precinct – 8 marks Annexure II of RFP

Project proof must certify the venues being part of


the same sports precinct

Ongoing projects where at least 90% scope is


complete/ 90% of the fee has been received can be
considered.

19 | P a g e
B TEAM – 30 Marks Maximum
30 marks

1. Project Director cum Team Lead 4 Marks Self-attested CV of


candidate to be
Lead/ Senior architect (M. Arch / B. Arch/ M.S.)
submitted as per
having proven expertise in being the project
format in Annexure
director/Team Leader in charge of stadiums and
V of RFP.
sports masterplan development internationally with
minimum 20 years of experience.

i. Experience of architectural design of one


stadium (minimum capacity of 40,000
seating) which has been used to host
Olympic events in the last 25 years – max
2 Marks.

Or

Experience of architectural design of one


stadium (minimum capacity of 40,000
seating) which has been used to host
international sporting events such as
World cups / Asian Games /
Commonwealth Games in the last 25
years – 1 Mark.

ii. Experience of multi-venue sports precinct


design and masterplan – 1 mark

iii. Relevant experience of 20 years – 1 mark

The Project Director should have been on the


payroll of the bidder / consortium member for the
last 2 years. The Project Director must be from the
lead member in case of consortium.
2. Deputy Team Lead Self-attested CV of
3 Marks
MBA/ M. Tech or equivalent candidate to be

i. Minimum 15 years of relevant experience submitted as per

ii. Minimum 5 projects as Team Lead/ Deputy format in Annexure

Team Lead V of RFP.

20 | P a g e
Demonstrable experience of providing transaction
advisory services for PPP/ EPC projects

3. International Sports Planning Specialist Self-attested CV of


3 Marks
candidate to be
B. Arch / M. Arch. / M.S with minimum 20 years of submitted as per
experience involving design and planning of sports format in Annexure
venues for large scale international sports events V of RFP.

i. Olympic Game venue design experience


(venues having hosted Olympic Games
within the past 25 years) – 2 marks
Or

Commonwealth / Asian Games / Pan


American Games / World Cup or World
Championship venue design experience
(venues having hosted Commonwealth /
Asian Games / World Cups within the past
25 years) – 1 mark
ii. Relevant experience of 20 years – 1 mark

The individual should have been on the payroll of


the bidder / consortium member for the last 2
years.

4. International Overlay Expert Self-attested CV of


2 Marks
Expert with minimum 20 years of experience in candidate to be

Event / Event Overlay planning requirements for submitted as per

international games and sports format in Annexure


V of RFP.
i. Olympic Games Event Overlay experience
for Summer or Winter Olympics in the last
25 years – 1 mark

Or

Overlay Experience of Asian Games /


Commonwealth Games / World Cups /
Multi Sport Events in the last 25 years -
0.5 marks

ii. Relevant experience of 20 years – 1 mark

21 | P a g e
5. International Façade and Roof Specialist 2 Marks Self-attested CV of

B. Arch / M. Arch. / M.S/ B.Tech/postgraduate candidate to be

degree in engineering or equivalent with minimum submitted as per

20 years of experience involving design and format in Annexure

planning of building envelope – façade and roof for V of RFP.

large scale projects convention centres, stadiums,


arenas, airports with demonstrable Indian market
understanding and best practice globally.

i. Experience of similar projects done


internationally (0.5 mark) and within India
(0.5 mark) – maximum 1 mark

ii. Relevant experience of 20 years – 1 mark

6. Design Coordinator 2 Marks Self-attested CV of


candidate to be
M. Arch / B. Arch./M.Sc. with minimum 10 years of submitted as per
experience. format in Annexure

i. Should have significant experience of V of RFP.

working in India along with experience of


at least one Government / Government
body project in India in the last 10 years –
1 mark

ii. Should have experience of designing


sports precinct / sports stadiums both
within and outside India in the last 10
years – 1 mark.
The individual should have been on the payroll of
the bidder / consortium member for the last 2
years.

7. BIM Expert 2 Marks Self-attested CV of

Graduate degree in architecture with minimum 12 candidate to be

years of relevant BIM experience on large submitted as per


architecture/ infrastructure projects. format in Annexure
V of RFP.
i. Should have experience of leading BIM
delivery on the design of a sports precinct
/ sports stadiums/ airports/ convention
centres internationally in the last 10 years
– 1 mark

22 | P a g e
ii. Relevant experience of 12 years – 1 mark

8. 2 marks Self-attested CV of
Project Architect
candidate to be
B. Arch / M. Arch. / M.S with a minimum of 15 submitted as per
years of relevant experience in architecture design format in Annexure
projects. V of RFP.

i. Should have experience of designing


sports precinct / sports stadiums both
within and outside India in the last 10
years – 1 Mark

ii. relevant experience as project architect for


sports venues/ arenas – 1 mark

The individual should have been on the payroll of


the bidder / consortium member for the last 2 years.

2 marks Self-attested CV of
9. Senior Structural Engineering Expert
candidate to be
B. Civil/ B. Struc./M.Eng or equivalent with submitted as per
minimum 20 years of experience and experience format in Annexure
of undertaking 05 Sports projects as Structure V of RFP.
expert. Demonstrable expertise in long span
structures. Experience of design and checking of
structures.

10. 2 marks Self-attested CV of


Senior MEPF Expert
candidate to be
Post graduation in Civil/Electrical/Mechanical with submitted as per
minimum 15 years of relevant experience of format in Annexure
undertaking MEPF design of large building/ sports V of RFP.
infrastructure projects

11. 1 marks Self-attested CV of


Senior Quantity Surveyor Expert
candidate to be
B.E. Civil with minimum 15 years of relevant submitted as per
experience of undertaking quantity surveying, format in Annexure
BOQ preparation of infrastructure projects– 1 mark V of RFP.

12. 1 mark Self-attested CV of


Finance Expert
candidate to be
MBA/ CA/ CFA or equivalent with minimum 15 submitted as per
years of relevant experience format in Annexure
V of RFP.

23 | P a g e
i. Experience of undertaking at least 05
Transaction Advisory projects

13. 1 mark Self-attested CV of


Bid Process Management Expert
candidate to be
MBA/ M. Plan or equivalent submitted as per
• Minimum 10 years of relevant experience format in Annexure
• Experience of undertaking bid-process V of RFP.
management in at least 05 projects for Central/
State Government clients

14. 1 mark Self-attested CV of


Sports Events and Operations Expert
candidate to be
MBA/ Masters in Sports Management or submitted as per
equivalent format in Annexure
i. Minimum 10 years of relevant sports sector V of RFP.
experience
ii. Experience of advisory services related to
planning/ delivery of at least 05 National/
International Sports Events

15. 1 mark Self-attested CV of


Sports Infrastructure Expert
candidate to be
M. Planning/ B. Architecture/M. Architecture or submitted as per
equivalent format in Annexure
i. Minimum 8 years of relevant experience V of RFP.
ii. Experience of working as Sports
Infrastructure Expert in at least 03 projects

16. 1 mark Self-attested CV of


Financial Analyst
candidate to be
MBA or equivalent in relevant field submitted as per
• Minimum 3 years of relevant experience format in Annexure
V of RFP.
Experience of undertaking financial feasibility/
analysis, financial modelling, project costing

Additional support team required.

1. Project Architects – Total 10 (minimum 2 per -

venue)

Masters or Bachelor’s in Architecture with


minimum 8 years of relevant experience in
architecture design projects.

24 | P a g e
i. Should have experience of designing
sports precinct / sports stadiums/ airports/
convention centres in the last 10 years

ii. relevant experience for sports stadiums/


arenas

2. Supporting Designers – Total 40 (minimum 8 -

per venue)

Masters or Bachelor’s in Architecture with


minimum 5 years of relevant experience in
architecture design projects.

3. Supporting Engineers and team – including -

Lighting, Acoustics, Security, Audio Visual,


ICT, Hospitality – Total 40

4. Site Architects and Engineers – Total 10 -

(minimum 2 per venue)

5. Support Consultants – Total 4 -

C. Approach & Methodology- 40 Marks

1. Maximum A detailed write-up


Technical presentation capturing the following –
40 Marks on Approach &
Methodology to
1. Bidder’s approach and innovative strategies for
similar projects - 15 marks execute the project
along with key
2. Strategies towards sustainable design and criteria for legacy
legacy of sports venues – 10 marks
and future utilization
3. Approach towards Structural engineering and the same shall
learnings from international experience will be be presented in the
given more weightage and integration of all
disciplines – 10 Marks technical
presentation.
4. Teaming strategy and proposed coordination
mechanism between various experts and team
members– 5 marks

TOTAL 100
Marks

25 | P a g e
Note –
Where not specified, the number of points to be assigned to each of the experts shall be determined
considering the following sub-criteria and relevant percentage weights:
• Minimum qualifications (Fulfilling minimum education criteria): 50%
• Minimum Experience (Fulfilling experience criteria): 50%

13.1. Evaluations will be based on documentary evidence submitted by the Applicants and presentation
before the Selection Committee of Client with respect to evaluation/selection criteria. Documentary
evidence will be signed contracts, or letters of recommendation, or completion certificates, or proof
of complete payment by CA.
13.2. Minimum score of 70 marks in the Technical evaluation process is required to be considered as a
Technically Shortlisted Bidder.

13.3. Bidder / Consortium should have their own office in Ahmedabad/ Gandhinagar for proper
functioning and coordination of work or will undertake to establish a site office in
Ahmedabad/Gandhinagar during execution of consultancy work. As a part of the proposal, bidders
are requested to submit an Affidavit that they will have presence in Ahmedabad/Gandhinagar.

14. Financial Evaluation Criteria

14.1. Only Technically Shortlisted bids (having the minimum required score) would be eligible for
opening of financial bids. The financial proposals of only Technically Shortlisted Bidders will be
opened in the presence of the Bidders representatives who choose to attend.

14.2. Lowest financial proposal (Fm) shall be given a financial score (Sf) of 100 points. The financial
score of the other financial proposals (Fo) shall be computed as follows.

Sf = 100 x Fm (Lowest Financial proposal)

Fo (Other Financial proposal)

14.3. Bids determined to be substantially responsive (see instructions to Applicants) will be checked by
the Client for any arithmetical errors in computation and summation. Errors will be dealt by the
Client as follows:

14.3.1. Where there is discrepancy between rates indicated in figures and in words, rates in words
will govern.

14.3.2. The bid shall contain no interlineations or overwriting except as necessary to correct errors
made by the bidder themselves. Any such correction shall be initiated by the authorized
person.

15. Final Bid Evaluation

15.1. The Applicant shall be selected under the Combined Quality-cum-Cost Based System
(CQCCBS) with weightages of 80:20 (80% for technical proposal and 20% for financial proposal)
and procedures described in this RFP.

15.2. Proposals shall finally be ranked according to their combined technical (St) and Financial (Sf)
scores using the weights (T=the weight given to the technical proposal; F=the weight given to the
financial proposal; T+F = 100) indicated below.
26 | P a g e
S = St x (T=80%) + Sf x (F=20%)

15.3. In case of a tie, bidder with higher technical score will be considered for award of work.

15.4. The Successful Bidder would be notified in writing by the Client by issuing the Letter of Award
(LOA) in favour of the Bidder. The Client reserves the right to accept any proposal or reject any
or all the proposals without assigning any reasons and any liability whatsoever including financial
liability. The Client also reserves the right to close or cancel the entire process of appointment at
any point without assigning any reasons whatsoever and without any liability whatsoever.

16. Declaration of successful bidder

16.1. Prior to the expiration of the validity period for the Bid, GOLYMPIC will notify the successful Bidder
in writing by registered post or by facsimile or email transmission that its Bid has been accepted.
GOLYMPIC will also send to the successful Bidder, a draft of the Service Agreement, along with
the afore-mentioned notification. The successful Bidder and GOLYMPIC shall mutually execute
the Service Agreement and each party shall retain one original of the signed Service Agreement.
GOLYMPIC may issue letter of Intent before the execution of service agreement/contract, if
required.
16.2. The failure to agree to the terms and conditions of the Service Agreement by GOLYMPIC and the
successful Bidder, shall constitute sufficient grounds for the annulment of the successful Bid,
following which GOLYMPIC may, in its sole discretion, either declare the next best Bid submitted
in response to the RFP notice as the successful Bidder or call for fresh proposals as deemed fit.
16.3. Upon the successful signing of the Service Agreement by the Bidder and GOLYMPIC, and the
ServiceProvider furnishing the Performance Security, GOLYMPIC will promptly notify the name of
the winning Bidder to each unsuccessful Bidder and refund their respective Earnest Money
Deposits.
16.4. Term of the Service Agreement: The Service Agreement shall commence on the date of its
execution and shall be valid up to the conclusion of the Term.

17. Performance Security

17.1. In order to ensure the due performance of the awarded contract, the Service Provider/Successful
Bidder shall, within 10 (Ten) days of entering into the Service Agreement with GOLYMPIC, furnish
an irrevocable bank guarantee for an amount of 3% of the accepted value of the contract
(“Performance Security”) failing which an amount of 0.05% penalty per day of the contracted
amount will be levied on the Bidder. Penalty is for specified period not exceeding further seven
days and in case failure continues the contract may be terminated by GOLYMPIC entitling
GOLYMPIC to forfeit the Earnest Money besides other remedies as may be available to
GOLYMPIC.

17.2. The Performance Security shall be valid for a period of 180 (One hundred and eighty) days from
the date of expiry of all contractual obligations. The Performance Guarantee shall be revalidated
and replenished immediately upon invocation by GOLYMPIC. It may require revalidation from time
to time as the case may be. The Bidder agrees and acknowledges to promptly revalidate the same

17.3. All incidental charges whatsoever such as premium and commission with respect to the
Performance Security shall be borne by the Service Provider. No interest will be payable on the
Performance Security by GOLYMPIC.

17.4. Any failure/any breach or violation on the part of the Service Provider, which is not cured within
time period as provided in the written notice of such failure from GOLYMPIC, to comply with the

27 | P a g e
requirements of the scope of work specified in this RFP, shall constitute sufficient grounds and
entitlement for the enforcement of the Performance Security by GOLYMPIC to the extent of its loss.

18. Terms of Payments and Deliverables

18.1. The total duration of will be 48 (Forty Eight) months or till the end of project construction with the
following timelines based on the of work.

S.No. Deliverables Timeline Deliverable Payment

1 Mobilization fee T 5%

2. 50% Schematic Design T+ 6 weeks D1 5%


Submission

3. 100% Schematic Design T+ 12 weeks D2 10%


Submission

4. Approval drawings submission T+ 18 weeks D3 10%

5. 50% Detailed Design and T+ 22 weeks D4 10%


Engineering Drawings
Submission
6. 100% Detailed Design and T+ 30 weeks D5 15%
Engineering Drawings
Submission
7. Preparation of RFQ, RFP, Tender T + 32 weeks D6 10%
Documents

9. Construction Stage – based on 36 Months To be paid 30%


in 35 equal
completion of work on site
monthly
installments
during the
construction
stage
10. Completion Stage – including T+ 48 months or till D8 5%
project construction
issuance of occupancy certificate
and project completion report
T indicates 10 days from the date of signing of the contract

28 | P a g e
18.2. It is to be clarified that the maximum 15 days time is given for resource mobilization. The time of
the contract will start from the issuing of the Letter of Award. Initially, Letter of Intent (LOI) will be
issued to the successful bidder followed by the contract. The period between the issuing of LOI
and the letter of award will be used for the resource mobilization and finalization.
18.3. The right of the successful bidder to receive payments, and the obligation of GOLYMPIC to make
payments under this RFP shall take effect only upon fulfilment of all the deliverables and their
timeline to the satisfaction of GOLYMPIC as set out in Clause 18.1 above. Notwithstanding
anything contained herein for the term of payments, GOLYMPIC reserves the right to levy penalty
as set out in Clause 20 below.

19. Other Terms and Conditions of the Bid

19.1. All information / details submitted to GOLYMPIC shall be supported by documentary proof duly
certified by the authorised signatory of the Bidder. It must be ensured that all the pages of the bid
are duly signed by authorised signatory of the bidder.
19.2. Save as expressly authorized by GOLYMPIC in writing, the Service Provider shall not, without
the prior express approval of GOLYMPIC, incur any liabilities on behalf of GOLYMPIC, pledge the
credit of GOLYMPIC or make any representations or give any warranty on behalf of GOLYMPIC.
19.3. The mere submission of Bids in response to this RFP by a Bidder, or the rejection thereof by
GOLYMPIC, in its absolute discretion, shall not itself constitute any relationship, legal or
otherwise, between GOLYMPIC and the Bidder or give rise to or be deemed to give rise to any
cause or grievance to the Bidder against GOLYMPIC and further shall not for any reason or in any
manner confer on the Bidder any right or entitlement to raise any claim regarding any term or
condition contained herein nor in respect of any act or omission or decision taken by GOLYMPIC.
19.4. The Bidder must strictly comply with all terms and conditions herein. GOLYMPIC reserves the
right to call upon any or all the Bidders to satisfy GOLYMPIC regarding the correctness and
genuineness of any document submitted or information furnished by the Bidder or may call for any
additional documents / information from the Bidders to verify the information provided by the
Bidder or mayfurther seek any clarification or elaboration from the Bidder at any time prior to the
finalization of the Bid. However, this shall not be construed to confer any kind of right or entitlement
on the Bidder to submit any additional document / information after the submission of its Bid.
Further, GOLYMPIC may call upon any or all the Bidders to make a presentation to GOLYMPIC
in respect of the capabilities represented by the Bidder at any time prior to the finalization of the
Bid. Any Bidder who refuses to or otherwise neglects to make such presentation to GOLYMPIC
shall not be considered for any further evaluation and shall stand immediately disqualified.
19.5. GOLYMPIC is under no obligation to declare the Bidder quoting the lowest Fees as the successful
Bidder. The quality of services anticipated to be provided by the Bidder (to be determined primarily
on the basis of the documents/information provided by the Bidder) shall be material criteria for
awarding the contract.
19.6. Abnormally Low Bid: An Abnormally Low Bid is one where the Bid price, in combination with
other constituent elements of the Bid, appears unreasonably low to the extent that the Bid price
raises material concerns as to the capability of the Bidder to perform the Contract for the offered
Bid price.
In the event of identification of a potentially Abnormally Low Bid, GOLYMPIC shall seek written
clarification from the Bidder, including a detailed price analyses of its Bid price in relation to the
subject matter of the contract, scope, delivery schedule, allocation of risks and responsibilities and
any other requirements of the bidding document.
A bid shall be deemed to be Abnormally Low Bid if it is less than thirty percent (30%) of the
Average financial quote of all technically qualified bidders. The Average Financial Quote would be
29 | P a g e
computed by taking financial quote of all Technically Qualified Bidders and dividing the same by
count of technically qualified bidders.
After evaluation of the price analyses, in the event that the Authority determines that the Bidder
has failed to demonstrate its capability to perform the contract for the offered Bid price, the
Authority shall reject the Bid and evaluation shall proceed with the next ranked bidder..
19.7. The Bidder shall maintain and provide, at its own expense and to the reasonable satisfaction of
GOLYMPIC, such offices and other premises, as may be necessary for the efficient and effective
performance of its obligations under the scope of work.
19.8. Privileges: The following privileges shall be extended to the Service Provider:
a. Performance Certificate to be issued by GOLYMPIC to the Service Provider upon the
satisfactory discharge of its services in respect of each module as defined in the scope of
work.
b. Successful completion certificate to be issued by GOLYMPIC after completion of contract to
the satisfaction of GOLYMPIC.
19.9. Governing Law and Jurisdiction: The RFP and the relationship between the Bidder and
GOLYMPIC shall be interpreted in accordance with the laws of India. The courts of Gujarat shall
have exclusivejurisdiction over any dispute arising in relation to the RFP and/or the relationship
between the Bidder and GOLYMPIC.
19.10. It will be the responsibility of each Bidder to fully acquaint itself with all operational and legal
conditions and factors which may have any effect on the execution of the awarded contract as
described in the RFP. GOLYMPIC shall not entertain any request for clarification from the Bidder
in relation to such operational or legal conditions. Further, no financial adjustments to the
Bidsshall be made subsequent to the submission of the Bid on any account whatsoever, including
onaccount of the failure of the Bidder to apprise itself of any legal or local operational conditions /
factors. The Bidder cannot be taken over/bought over by another company, except with the prior
written approval and terms and conditions of GOLYMPIC and subject to the condition that all the
obligations and execution responsibilities under the agreement with GOLYMPIC, should be
passed onfor compliance by the new company in the negotiation for their transfer.
19.11. In case of non-compliance, the award/ bid process shall be terminated with immediate effect.
GOLYMPIC may, at any time, immediately terminate the contract by giving written notice to the
successful Bidder without any compensation or liability, if the Bidder commits any breach of
contract, has made false information, misrepresented or become bankrupt or otherwise insolvent,
and/or GOLYMPIC is not satisfied with the work of the Bidder provided that such termination will
not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to
GOLYMPIC. However, in the event GOLYMPIC, wishes to terminate for convenience, it shall
serve a notice period of 60 days to the Bidder, and all payments for the accepted deliverables
shall be cleared.
19.12. Service agreement shall be signed upon between selected bidder and GOLYMPIC during after
issuance of letter of acceptance, taking into consideration key factors affecting the timelines and
delivery parameters desired by the GOLYMPIC.
19.13. The relationship between GOLYMPIC and the Bidder shall be on principal basis only.
19.14. The bidder has to ensure proper deployment of resources at site during implementation phase of
the project and the deployment plan should be approved by the GOLYMPIC in advance.
19.15. It will be responsibility of the bidder to ensure and verify the educational qualifications and
experience of the resources deployed in GOLYMPIC.

20. Penalty

In case the Service Provider fails to commence/execute the work as stipulated in the agreement or
30 | P a g e
unsatisfactory performance or does not meet the statutory requirements of the contract, because of the
reasons solely attributable to the consultants/Service Provider, GOLYMPIC reserves the right to impose
the penalty as detailed below:
20.1. Unless mutually agreed beforehand between the Consultants / Service Provider and GOLYMPIC
- for a delay of any stage deliverable beyond the stipulated date, 0.035% of payment for work
order/agreement per day shall be deducted subject to a maximum 10% for the project value.
20.2. If delay goes beyond the period as stipulated above GOLYMPIC reserves the right to
cancel/terminate the contract forfeiting the Performance Security besides other rights and
remedies as may be available to the GOLYMPIC.
20.3. The bidder shall be debarred from participating in such type of tender and his Performance
Security may also be forfeited / invoked, if so warranted.
20.4. No Penalty will be imposed for delay attributable to GOLYMPIC or reasons beyond control of the
bidder.
20.5. The GOLYMPIC will make payment after necessary deductions of penalty.
20.6. For delay in deliverables for reasons not pertaining to selected bidder, the GOLYMPIC shall take
decision on extension of such timelines and levy of penalty.
20.7. The selected bidder shall highlight the delays in writing to the GOLYMPIC.

21. General Terms and Conditions of contract

21.1. Any default or breach in discharging obligations under this RFP by the selected Bidder while
rendering services / supplies to GOLYMPIC, shall invite all or any actions / sanctions, as the case
maybe. The decision of GOLYMPIC arrived at as above will be final and no representation of any
kindwill be entertained on the above. Any attempt by any bidder to put pressure of any kind, may
disqualify the bidder for the present RFP and the bidder may also be liable to be debarred from
bidding for GOLYMPIC / GOLYMPIC RFP’s in future for a period of at least three years.
21.2. GOLYMPIC reserves the right to modify and amend any of the stipulated condition/criterion given
in this RFP, depending upon project priorities vis-à-vis urgent commitments.
21.3. GOLYMPIC also reserves the right to accept/reject a bid, to cancel/abort RFP process and/or
reject allbids at any time prior to award of work without thereby incurring any liability to the affected
agencies on the grounds of such action taken by GOLYMPIC.
21.4. GOLYMPIC may not award any work to any bidder at its own discretion without assigning any
reason thereof.
21.5. Any default by the bidders in respect of RFP terms & conditions will lead to rejection of the bid,
besides other available remedies as may be available to GOLYMPIC.
21.6. The decision of GOLYMPIC arrived during the various stages of the evaluation of the bids is final
& binding on all bidders. Any representation towards these shall not be entertained by GOLYMPIC.
Reasons for rejecting a bid will be disclosed only when an enquiry is made by the concerned
bidder.
21.7. In case the bidder is found in-breach of any condition(s) of RFP at any stage during the course
of project deployment period, the legal action as per rules/laws will be taken.
21.8. Any attempt by bidder to bring pressure/canvassing/ solicitation by way of unfair means towards
GOLYMPIC’s decision-making process, such Bidder shall be disqualified for participation in the
present RFP and those Bidders may be liable to be debarred from bidding for GOLYMPIC tenders
in future for a period of three years.
21.9. Printed/written conditions mentioned in the RFP bids submitted by Bidder will disqualify them
and will not be binding on GOLYMPIC.
21.10. Upon verification, evaluation/assessment, if in case any information furnished by the Agency is
found to be false/incorrect, their total bid shall be summarily rejected and no correspondence on

31 | P a g e
the same, shall be entertained. GOLYMPIC will not be responsible for any misinterpretation or
wrong assumption by the Agency, while responding to this RFP.
21.11. Only those bidders, who satisfy the eligibility requirements and accept the terms and conditions
of this RFP document, shall be short-listed for further evaluation.
21.12. It is urged through this RFP that misrepresentation and falsification of facts shall be dealt with
seriously and may lead to barring of the bidder from all GOLYMPIC tenders/RFPs for a period of
10 (ten) years.
21.13. Bidders shall share information which is true and based some tangible proofs.
21.14. In a possible scenario of need of revision accepted deliverables and/or additional scope to be
delivered by the consultant, the terms and conditions shall be mutually discussed and agreed.
21.15. GOLYMPIC may in its absolute discretion, decide to extend the scope of services and contract at
the agreed rates as per requirements of the project.
22. Representations and warranties

22.1. GOLYMPIC, along with its employees, representatives, advisers, make no representation or
warranty and shall have no liability to any person including any 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, reliability or
completeness 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 in this Selection Process.
22.2. GOLYMPIC may in its absolute discretion, but without being under any obligation to do so, update,
amend or supplement the information, assessment or assumption contained in this RFP. The
Bidder should regularly visit the website and keep itself updated.
22.3. The Bidder represents that all the information provided is truthful information without concealment
of any facts. In case, at any stage, if it is found that any information given by the Bidder is false /
incorrect / concealed, then GOLYMPIC shall have the absolute right to take any action as deemed
fit including but not limited to dropping the Bidder from consideration for award of work / blacklisting
etc. without incurring any liability to the affected bidder(s) on the ground of GOLYMPIC’s action.
22.4. The Bidder represents that no effort has been used by the Bidder to influence the Bid comparison
/ evaluation / work award decision by way of overt / covert canvassing. Such an effort shall result
in non-consideration / rejection of its Bid.

23. Indemnifications and Liabilities

23.1. The bidder shall fully indemnify, hold harmless and defend GOLYMPIC and its
Officers/Employees/Agents/Stockholders/Affiliates from and against all claims, demands,actions,
suits, damages, liabilities, losses, settlements, judgments, costs and expenses (including but not
limited to reasonable attorney’s fees and costs), whether or not involving a third-party claim
including claims for infringement of intellectual property rights and/or other rights, which arise out
of or relate to:

i. any breach of any representation or warranty of the bidder contained in the RFP;
ii. any breach or violation of any covenant or other obligation or duty of the bidder under this
RFP. GOLYMPIC accepts no liability of any nature whether resulting from negligence or
otherwisehowever caused arising from reliance of any Bidder upon the statements contained
in this RFP.

23.2. GOLYMPIC reserves the right to accept or reject any or all proposal (s) or to annul the RFP
process into and reject all proposals at any time prior to award of contract without assigning any
reason whatsoever and without thereby incurring any liability to the affected bidder (s) on the
32 | P a g e
ground of GOLYMPIC action.

23.3. Notwithstanding any other terms of this agreement the total liability of the consultant to all parties
under or in connection with this agreement (and any collateral warranties provided pursuant to
this agreement) whether in contract (including by way of indemnity), tort (including negligence),
for breach of statutory duty or otherwise shall be limited to the total contract value.

23.4. The Bidder shall bear all its costs associated with or relating to the preparation and submission of
its Bids including but not limited to preparation, copying, postage, delivery fees, expenses
associated with any demonstrations or presentations which may be required by GOLYMPIC or
any other costs incurred in connection with or relating to its Bids. All such costs and expenses will
remain with the Bidder and GOLYMPIC shall not be liable in any manner whatsoever for the same
or for any other costs or other expenses incurred by the Bidder in preparation or submission of
the Bids, regardless of the conduct or outcome of the Selection Process.
23.5. The Successful Bidder shall at all times indemnify and keep indemnified GOLYMPIC against all
claims/third party claims/damages etc. for any infringement of Intellectual Property Rights (IPR)
while providing its services under the Project.
23.6. The Successful Bidder shall at all times indemnify and keep indemnified v against any claims in
respect of any damages or compensation payable in consequences of any accident, demise, or
injury sustained or suffered by its (the Successful Bidder’s) employees or agents or by any other
third Party resulting from or by any action, omission or operation conducted by oron behalf of
the Successful Bidder.
23.7. The Successful Bidder shall at all times indemnify and keep indemnified GOLYMPIC against and
any claims by Employees in respect of wages, salaries, remuneration, compensation or the like.
23.8. All claims regarding indemnity shall survive the termination or expiry of the Contract.

24. Termination

24.1. GOLYMPIC may terminate the Service Agreement by serving written notice:
a. Immediately in case the Bidder/Service Provider is in breach or fails to remedy breach in the
performance of its obligations hereunder. GOLYMPIC may provide a within 30(Thirty) day
notice to cure the defect, however failure to cure the defect within 30 days or any further
period as the GOLYMPIC may have subsequently approved in writing, shall render the
termination of the contract;
b. In the event services of the Bidder are not satisfactory or upto the mark;
c. If the Bidder/Service Provider becomes insolvent or goes into liquidation or receivership,
whether compulsory or voluntary, and which has substantial bearing on providing services
under the Service Agreement;
d. If the Service Provider fails to comply with any final decision reached as a result of arbitration
proceedings
e. If the Service Provider is determined to have engaged in corrupt or fraudulent practices in
competing for or in executing the Service Agreement;
f. If the Service Provider submits to GOLYMPIC a false statement which has a material effect
on the rights, obligations or interests of GOLYMPIC;
g. Any other reason as deemed fit by GOLYMPIC.
24.2. The Service provider may terminate the Service Agreement by not less than sixty (60) days’ written
notice to the GOLYMPIC.
24.3. Payment upon Termination: Upon termination of Service Agreement, GOLYMPIC shall make
the proportionate payment for services satisfactorily performed and accepted deliverables prior
to the effective date of termination.

33 | P a g e
25. Force Majeure

25.1. For purposes of this Clause, “Force Majeure” means an event beyond the control of theSuccessful
bidder and not involving the Successful bidder’s fault or negligence and not foreseeable. Such
events may include, but are not limited to, acts done in sovereign or contractual capacity, wars or
revolutions, fires, floods, epidemics, pandemics, quarantine restrictions, lockdowns and freight
embargoes. The Successful Bidder shall not be liable for imposition of any such sanction so long
the delay and/or failure of the Successful Bidder in fulfilling its obligations under the contract is the
result of an event of Force Majeure.

25.2. If a Force Majeure situation arises, the Successful Bidder shall promptly notify GOLYMPIC,
Gandhinagar in writing of such conditions and the cause thereof within 7 (seven) days of
occurrence of such event. Unless otherwise directed by GOLYMPIC, Gandhinagar in writing, the
Successful Bidder shall continue to perform its obligations under the contract as far as reasonably
practical and shall seek all reasonable alternative means for performance not prevented by the
Force Majeure event.

25.3. If the performance in whole or in part or any obligation under this contract is prevented or delayed
by any reason of Force Majeure for a period exceeding 60 (sixty) days, GOLYMPIC may at its
option terminate the contract without any financial repercussion on either side.

25.4. In case due to a Force Majeure event GOLYMPIC is unable to fulfil its contractual commitment
and responsibility, GOLYMPIC will notify the Successful Bidder accordingly and subsequent
actions taken on similar lines described in above sub-paragraphs.

26. Dispute Settlement Mechanism

26.1. All disputes or differences arising out of or in connection with the RFP/Tender Documents/Service
Agreement or any part thereof should be settled by bilateral discussions. GOLYMPIC and the
Successful bidder shall make every effort to resolve amicably by direct informal negotiation any
disagreement or dispute arising between them under or in connection with the Contract.
26.2. If the parties fail to resolve their dispute or difference by such mutual consultation within 30 (thirty)
days of its occurrence, then, either GOLYMPIC or the Successful Bidder may give notice to the
other party of its intention to commence arbitration, as hereinafter provided the applicable
arbitration procedure will be as per the Arbitration and Conciliation Act, 1996, as amended, the
rules there under and any statutory modifications or re-enactments thereof and the award of such
Arbitration Tribunal shall be enforceable in Indian courts only. In the case of a dispute or difference
arising between GOLYMPIC and a Successful Bidder relating to any matter arising out of or
connected with the Tender Documents/RFP/Service Agreement, such dispute or difference shall
be referred to the Arbitrator. There shall be a sole arbitrator whose appointment / an Arbitral
Tribunal of three arbitrators, of whom each Party shall select one, and the third arbitrator shall be
appointed by the two arbitrators so selected, and in the event of disagreement between the two
arbitrators, the appointment shall be made in accordance with the Arbitration and Conciliation Act,
1996 The award of the Arbitrator will be final and binding on the parties to the Contract. The fees
and the procedure of the Arbitration proceeding shall be in accordance with the prevailing policies
of GOLYMPIC.
26.3. Venue of Arbitration: The Arbitrator(s) shall have its seat in Ahmedabad.
26.4. The Arbitration proceedings will be in English Language.
26.5. Each party shall bear its own cost of preparing and presenting its case. The cost of Arbitration
including the fees and expenses shall be shared equally by the parties, unless otherwise
awarded by the sole arbitrator.
34 | P a g e
26.6. The parties shall continue to perform their respective obligations under this contract during the
pendency of the Arbitration proceedings except in so far as such obligations are the subject matter
of GOLYMPIC’s Arbitration proceedings.
26.7. All matters connected with this shall be governed by the Indian law both substantive and
procedural, for the time being in force and shall be subject to the exclusive jurisdiction of the High
Court at Gujarat.

27. Applicable Law

The contract shall be governed by and interpreted in accordance with the laws of India for the time
being in force.

28. Reserved rights

28.1. GOLYMPIC reserves the right to;

i. Accept/reject any of the RFP clause in full or part without assigning any reason thereof.
ii. Revise the requirement at a later stage as and when required.
iii. Amend, modify, relax or waive any of the conditions stipulated in the RFP wherever
deemed necessary.
iv. Terminate the Agreement at any stage as deemed fit by GOLYMPIC.

28.2. GOLYMPIC reserves the right to;


i. In the event of any misstatement or misrepresentation being discovered or detected in the
information furnished from the documents submitted by the Bidder in response to this RFP
or at any later stage, or in the event of any contravention by the Bidder of any condition or
criterion stipulated, GOLYMPIC shall terminate or cancel the appointment / engagement of
the Bidder, and nothing shall be payable or be paid by GOLYMPIC to the Bidder as
compensation/damages or penalty;
ii. GOLYMPIC will not be liable for any costs, damages or losses incurred by any Bidder
participating in this RFP, if GOLYMPIC decides to cancel the RFP process or for any reason
whatsoever;
iii. The Bidder shall be responsible for all costs incurred in connection with participation in the
RFP process, including but not limited to costs incurred in conduct of informative and other
diligence activities, participation in meetings / discussions / presentations, preparation of
proposal or costs incurred for providing any additional information required by GOLYMPIC
to facilitate the evaluation process;
iv. The submission of a response to this RFP by any Bidder confirms the Bidder’s acceptance
of all terms and conditions of this RFP including the amended terms and conditions (if
any). Further, by doing so, the Bidder acknowledges that it has:
• understood and examined the extent of the Rights, scope of Work and other information
made available in writing by GOLYMPIC, for the purpose of this RFP;
• examined all information relevant to the risks, contingencies and other circumstances
that could affect the RFP;
• satisfy itself as to the correctness and sufficiency of the RFP; and
• Bidders to this RFP or their agents may not make any contact with any party employed
by or directly associated with GOLYMPIC or any of its government partners in relation to
this RFP. Any clarifications and all information will be via e-mail only at
info.golympic@gmail.com
• No queries shall be entertained by GOLYMPIC after scheduled date and time mentioned
in Bid schedule of the RFP.

35 | P a g e
29. Corrupt or Fraudulent Practices

29.1. It is required by all concerned namely the Bidders/Successful Bidders etc to observe the highest
standard of integrity and ethics during the procurement and execution of such contracts. In
pursuance of this policy, GOLYMPIC: -

i. will reject a proposal for award if it determines that the Bidder recommended for award
has engaged in corrupt or fraudulent or collusion or coercive practices in competing
for the contract in question;
ii. will declare a firm ineligible or blacklist, either indefinitely or for a stated period of time,
to be awarded a contract by GOLYMPIC if it at any time determines that the firm has
engaged in corrupt or fraudulent or collusion or coercive practices or gross/deliberate
negligence in competing for, or in executing the contract.

29.2. GOLYMPIC reserves the right not to conclude the Contract and in case contract has been issued,
terminate the same, if, found to be obtained by any misrepresentation, concealment and
suppression of material facts by the Bidder. In addition, Bid Security/Performance Security (as
the case may be) deposited by the Bidder shall be forfeited and legal as well as administrative
action for such misrepresentation, concealment & suppression of material facts shall be initiated.”

30. Confidentiality

30.1. The Bidder agrees and acknowledges that this RFP is confidential and the Bidder, by downloading
the RFP document, agrees and undertakes that nothing contained in this RFP shall be disclosed
in any manner whatsoever, except to the financial and legal advisors of such Bidder. The undue
use by any Bidder of confidential information related to the Bid process may, at the sole discretion
of GOLYMPIC, result in the rejection of its Bid. The Bidder shall further ensure that such financial
and legal advisors or any other employees, representatives of the Bidder maintain confidentiality
of the RFP, and any information disclosed to them in relation thereto.
30.2. The Bidder is not authorized to waive or release any privileged information obtained from or on
behalf of GOLYMPIC. The Bidder is required to maintain the confidentiality of all privileged
information. This requirement is perpetual i.e., it will continue even after the termination of the
relationship between the Bidder and GOLYMPIC. This requirement is also intended to prohibit the
Bidder from using information obtained from or on behalf of GOLYMPIC or its successors or
assignees, including work product prepared at GOLYMPIC’s expense, for other clients of the
Bidder without the prior written approval of GOLYMPIC. The Bidder is not authorized to identify
GOLYMPIC as a client for the purposes of marketing or for advertising, without the prior written
approval of GOLYMPIC and the approval shall not be unreasonably withheld. Upon termination
of the relationship, the Bidder agrees to return promptly all information obtained from or on behalf
of GOLYMPIC or any copies thereof to GOLYMPIC. The Bidder is not authorizedto communicate
with the public, including the press, about any matter in relation to its relationship` with GOLYMPIC
without the prior written approval of GOLYMPIC.
30.3. All information and documents that are furnished by the Bidder will be treated as strictlyconfidential
by GOLYMPIC and shall not be disclosed by GOLYMPIC to any other party, or otherwise used by
itself, other than (a) for evaluating the Bids submitted; or (b) as required by Applicable Law.

36 | P a g e
31. Annexures

Annexure I : Bid Submission Form

(On Bidder’s letter head)

(Date and Reference)

To,

Deputy Chief Executive Office & Executive Director,


Gujarat Olympic Planning and Infrastructure Corporation Limited (GOLYMPIC)
Sports Authority of Gujarat (SAG),
Near Kh-3 Circle, Near Vavol Railway Crossing,
Gandhinagar - 382 016

Sub: Appointment of Design Consultant for Detailed Design, Engineering and Implementation of
the Sardar Vallabhbhai Patel Sports Enclave in Ahmedabad, Gujarat

Dear Sir/Madam,

With reference to the RFP dated for the above captioned project, and clarificationissued by
GOLYMPIC, Ahmedabad thereof, I/We , having examined all relevantdocuments and
understood their contents, hereby submit our Proposal for Engagement with GOLYMPIC (Gujarat
Olympic Planning and Infrastructure Corporation Limited) for Appointment of Design Consultant for
Detailed Design, Engineering and Implementation of the Sardar Vallabhbhai Patel Sports Enclave in
Ahmedabad, Gujarat as per terms mentioned in this RFP.
1. 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.
2. This statement is made for the express purpose of this RFP and for associating with GOLYMPIC for
the aforesaid Project.

3. I/We shall make available to GOLYMPIC any additional information it may deem necessary or require
for supplementing or authenticating the Proposal.

4. I/We acknowledge the right of the GOLYMPIC, Gandhinagar to reject our application without
assigning any reason or otherwise and hereby waive our right to challenge the same on any
accountwhatsoever.

5. I/We agree to keep our Bid valid for acceptance for 120 (One hundred and twenty) days or for
subsequently extended period, if any, agreed to by us. We also accordingly confirm to abide by this
Bid up to the aforesaid period and this Bid may be accepted any time before the expiry of the
aforesaid period. We further confirm that, until a formal contract is executed, this Bid read with your
written acceptance thereof within the aforesaid period shall constitute a binding contract between

37 | P a g e
us. I/ We, acknowledge and agree that GOLYMPIC shall be entitled to forfeit the performance
security without out protest and demur in case of any breach of terms and conditions of
RPF/Agreement by us.

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 certify that we fulfil the “Fit and Proper Person” criteria as mentioned in this RFP document.

8. I/we understand that GOLYMPIC may cancel the Selection Process at any time and that GOLYMPIC
neither bound to accept any Proposal that GOLYMPIC may receive nor to select the Bidder without
incurring any liability to the Bidders.

9. The undersigned is authorized to sign the documents being submitted through this RFP. (A copy of
Power of Attorney/Board Resolution is enclosed)

10. The information provided herewith is true and correct to my/our best knowledge. If any discrepancies
are found in the information provided or if the information provided is not correct, my/our firm would
be fully responsible for that. We understand in such cases our bids are liable to be rejected.

I declare that:

a. I/We have examined and have no reservations to the RFP Documents, including any Addendum
issued by GOLYMPIC;

b. 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, in
respect of any tender or request for proposal issued by or any agreement entered into with
GOLYMPIC or any other public sector enterprise or any government, Central or State; and

c. I/We hereby certify that we have taken steps to ensure that, no person acting for us or on my/our
behalf will engage in any corrupt practice, fraudulent practice, coercive practice, undesirable
practice, or restrictive practice.

d. None of our full-time Directors is engaged in providing services or is directly related to any
employee of Sports Authority of India/ Ministry of Youth Affairs and Sports. A person is deemed
to be a relative of another if, and only, if

a. They are members of a Hindu undivided family; or

b. They are husband and wife; or

c. The one is not legally related to the other Sister (including stepsister)

Yours faithfully,

(Signature, name, and designation of the authorized signatory)

(Name and seal of the Bidder)

38 | P a g e
POWER OF ATTORNEY (SAMPLE) (Note- Board resolution in case of company)

Know all men by these presents, we, .......................................... (name of Firm and address of the
registered office) do hereby constitute, nominate, appoint and authorize 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 “Authorized 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 Engagement with GOLYMPIC including but not limited to signing and submission of all
applications, proposals and other documents and writings, participating in pre-proposal and other
conferences and providing information/ responses to GOLYMPIC, representing us in all matters before
GOLYMPIC, signing and execution of all contracts and undertakings consequent to acceptance of our
proposal and generally dealing with GOLYMPIC in all matters in connection with or relating to or arising
out of our Proposal for said Project and/or upon award thereof to us till the entering into of the Agreement
with GOLYMPIC, Gandhinagar.

AND, we do hereby agree to ratify and confirm all acts, deeds and things lawfully done or caused
to be done by our said Authorized 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 Authorized 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
OFATTORNEY ON THIS .................... DAY OF .................. , 2023.

For .......................................

(Signature, name, designation and address)

Witnesses:

1.

2.

Notarized 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 INR 50 (fifty) and duly
notarized by a notary public.

• In case the Application is signed by an authorised signatory of the Applicant, a certified copy of the
appropriate resolution/ document conveying such authority attested by a certified Company Secretary
or Chartered Accountant may be enclosed.

39 | P a g e
Annexure XV: Power of Attorney (Consortium)

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 Appointment of Design Consultant for Detailed Design, Engineering and Implementation of
the Sardar Vallabhbhai Patel Sports Enclave in Ahmedabad, Gujarat 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 WITNESSWHEREOFWE, ................................THEABOVE NAMED PRINCIPALHAVE EXECUTED


THISPOWER OFATTORNEY ON THIS......................................DAY OF...................., 20.......

For............................................

(Signature, name, designation and address)

Witnesses:1.2.Notarised

Accepted
........................................
(Signature, name, designation and address of theAttorney)
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 itis 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 Applicant 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 Applicant.
40 | P a g e
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, Applicants from
countries that have signed the Hague Legislation Convention 1961neednotget their Power of Attorney legalised
by the Indian Embassy if it carries a conforming Apostille certificate.

41 | P a g e
Annexure II: Eligible projects undertaken by the Bidder.

The following information should be provided in the format below for each project for which your firm
individually was legally contracted by the client stated below. This information shall cover the qualification
requirements capable of being evaluated for pre-qualification and evaluation. The information, in case of
Events, should clearly be mentioned along with the year and place of Event. Add additional sheets if
necessary.

(i) Assignment Name

(ii) Type of Project

(iii) Name, Contact No. & email of the


Purchaser Representative:

(iv) Start year and End Year

(v) Location of Project

(vi) Contract Value

(vii) Narrative Description of the Scope of work


of the assignment

(viii) Status of the assignment

Signature of Authorised Person

(Documentary Evidence to be attached as follows:

Copy of Contract, Completion certificate or Certification by a Chartered Accountant that the relevant
payment has been received upto Proposal due date. The submitted Work Order must contain detailed
description of work (Scope of Work and TOR) carried out by the Bidder and 90% completion/ full completion
of project where required must be established.

42 | P a g e
Annexure III: Financial capacity of the Bidder

Please provide with financial details about the Bidder along with Audited Financial statements attached
as proofs. Along with that please provide financial information in the following format:

S.No Financial Year Average Annual Turnover (INR)

1 2020-21

2 2021-22

3 2022-23

Certificate from the Statutory Auditor

This is to certify that the average annual turnover of the bidder from in the last three years is
Rs. . (In words)

Name of the audit firm:

Seal of the audit firm

Date:

On Behalf of (Name of the Bidder)

Signature of the Authorized Person Name: Designation

Note: In case the Bidder does not have a statutory auditor, it shall provide the certificate from its
Chartered accountant (CA) that ordinarily audits the annual accounts of the Bidder.

43 | P a g e
Annexure IV: Deployment Plan

Deployment Plan
Expert’s inputs (in person-month) per each deliverable listed in Deliverables section
S.No. Name Position D1 D2 D3 D4 D-… Total Time
Input (in
months)
Experts
1 [Name]
Project Director cum
Team Lead
2 [Name]
Deputy Team Lead
3 [Name] International Sports
Planning Specialist
4 [Name] International Overlay
Expert

5 [Name] International Façade


and Roof Specialist

6 [Name]
Design Coordinator
7 [Name]
BIM Expert
8 [Name]
Project Architect
9 [Name] Senior Structural
Engineering Expert
10 [Name]
Senior MEPF Expert
11 [Name]
Senior Quantity
Surveyor Expert
12 [Name]
Finance expert
13 [Name] Bid Process
Management Expert
14 [Name]
Sports Events and
Operations Expert
15 [Name]
Sports Infrastructure
Expert
16 [Name]
Financial Analyst
17
Project Architects –
Total 10
18
Supporting
Designers – Total 40
(minimum 8 per
venue)
19
Supporting

44 | P a g e
Engineers and team
– including Lighting,
Acoustics, Security,
Audio Visual, ICT,
Hospitality – Total 40
20
Site Architects and
Engineers – Total 10
(minimum 2 per
venue)
21
Support Consultants
– Total 4

The bidder is advised to independently evaluate the adequacy of the minimum effort estimate for Experts
and Core team members and accordingly suggest additional experts/ profiles. The bidder may add more
rows in each category mentioned in the deployment plan template based on their independent evaluation
of the scope of work. CV’s of additional staff (17 to 21 above) shall be provided at the time of appointment
of consultant. Furthermore, the Bidder shall make a commitment to deploy all resources covered in points
1 to 21 above for the purposes of this project.

On Behalf of (Name of Bidder)

Signature of the Authorized Person Name:

Designation:

45 | P a g e
Annexure V: Curriculum Vitae format

The following information should be provided in the format below for each of the key personnel as specified
in the document. This information shall cover the qualification requirements capable of being evaluated for
evaluation. Add additional sheets if necessary.

Name of Firm:

Name of Professional:

Position:

Date of Birth:

Country of Citizenship/Residence:

Education:

Name of Institution Degree Obtained Year of Obtainment

Countries of work experience:

Employment Record

Name of Organisation Position Held Duration

Total Work Experience (Relevant) .......................................... (in years)

Brief Write-up of overall experience:

Work Experience:

Detailed Tasks Assigned Reference to Prior Work/Assignments that Best Illustrates Work
Experience

Name of Assignment:

Year:

Client:

Project Details:

46 | P a g e
Main project features:

Position 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, and I am available to undertake the assignment in case of an award.
I understand that any misstatement or misrepresentation described herein may lead to mydisqualification
or dismissal by the Purchaser, and/or sanctions by the Bank.

Name of Expert Signature Date

47 | P a g e
Annexure VI: Format of Financial Bid (To be submitted as per BOQ on N-PROCURE Portal)

(On Bidder’s letter head)

[Location, Date]

To,
Deputy Chief Executive Office & Executive Director,
Gujarat Olympic Planning and Infrastructure Corporation Limited (GOLYMPIC)
Sports Authority of Gujarat (SAG),
Near Kh-3 Circle, Near Vavol Railway Crossing,
Gandhinagar - 382 016

Sub: Appointment of Design Consultant for Detailed Design, Engineering and Implementation of
the Sardar Vallabhbhai Patel Sports Enclave in Ahmedabad, Gujarat

Dear Sir/Madam,

We, the undersigned, offer to provide the services for the above in accordance with your e-Bid dated
, and our Bid (Response to Technical Bid and Financial Bid). Our attached Financial Bid is as uploaded
on e-bid portal in the .XLS format [inclusive of statutory taxes, duties, and levies during the contractual
period except GST which will be paid extra by GOLYMPIC at the rate applicable on the date of submission
of the bid. Any variation on GST as per order(s) of Government of India shall be dealt accordingly].

We undertake that our Financial Bid shall be binding upon us subject to the modifications resulting from
contract negotiations, up to expiration of the validity period of the Bid, i.e. 120 calendar days from the last
date and time (Bid Due Date) of submission of the e-Bid.

We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we
will strictly observe the laws against fraud and corruption in force in India.

We understand you are not bound to accept any Bid you receive.

Yours sincerely,

Signature:

Name and title of Signatory:

Name & address of the Bidder

48 | P a g e
------------------ SAMPLE BOQ (to be uploaded on N-PROCURE portal in .xls format) ---------------

Appointment of Design Consultant for Detailed Design, Engineering and


Implementation of the Sardar Vallabhbhai Patel Sports Enclave in Ahmedabad,
Gujarat

Sl. Name Position as per RFP Number Person- Time Input in Cost
forexperts and core (A) month man- month as (A x
team as proposed by Remuneration per submitted Bx
the bidder Rate – (B) deployment plan – C)
(C)
1 Project Director cum 1
Team Lead
2 1
Deputy Team Lead
3 International Sports 1
Planning Specialist
4 International Overlay 1
Expert

5 International Façade and 1


Roof Specialist

6 1
Design Coordinator
7 1
BIM Expert
8 1
Project Architect
9 Senior Structural 1
Engineering Expert
10 1
Senior MEPF Expert
11 Senior Quantity Surveyor 1
Expert
12 1
Finance expert
13 Bid Process 1
Management Expert
14 Sports Events and 1
Operations Expert
15 Sports Infrastructure 1
Expert
16 1
Financial Analyst
17 10
Project Architects
18 40
Supporting Designers
19 Supporting Engineers & 40
Team
20 Site Architects & 10
Engineers
21 4
Supporting Consultants
22
3D Renderings cost
23
Animation / Walkthrough
24 Travel cost for
international consultants
Total Cost

49 | P a g e
The man-month rate shall include all out-of-pocket expenses including but not limited to per-diem
allowances, cost of communication, cost of reports production, etc. The bidder will include all
additional local direct tax on the remuneration of services rendered by non- resident experts in
India.

50 | P a g e
Annexure VII: Non-Blacklisting declaration

(On Bidder’s letter head)

<Location, Date>

To,
Deputy Chief Executive Office & Executive Director,
Gujarat Olympic Planning and Infrastructure Corporation Limited (GOLYMPIC)
Sports Authority of Gujarat (SAG),
Near Kh-3 Circle, Near Vavol Railway Crossing,
Gandhinagar - 382 016

Subject: Non-Blacklisting declaration in connection with RFP No: Job No.–12/2023-24 dated
05/12/2023 for Appointment of Design Consultant for Detailed Design, Engineering and
Implementation of the Sardar Vallabhbhai Patel Sports Enclave in Ahmedabad, Gujarat

Dear Sir,

This is to notify you that our Firm/Company/Organization <provide Name of the


Firm/Company/Organization> intends to submit a proposal in response to invitation for RFP No: Job No.–
12/2023-24 dated 05/12/2023 for Appointment of Design Consultant for Detailed Design,
Engineering and Implementation of the Sardar Vallabhbhai Patel Sports Enclave in Ahmedabad,
Gujarat In accordance with the above we declare that:

“We are not blacklisted by any Central/ State Government/ agency of Central/ State Government of India
or any other country in the world/ Public Sector Undertaking/ any Regulatory Authorities in India or any
other country in the world for any kind of fraudulent activities.”

Sincerely,

[BIDDERS NAME]

Name and title of authorised Signatory:

Signature

51 | P a g e
Annexure VIII: Instructions for Online Bid Submission

1. General instructions

The Bidders are required to submit soft copies of their bids electronically on the N-PROCURE Portal, using
valid Digital Signature Certificates. The instructions given below are meant to assist the Bidders in
registering on the N-PROCURE Portal, prepare their bids in accordance with the requirements and
submitting their bids online on the N-PROCURE Portal.

More information useful for submitting online bids on the N-PROCURE Portal may be obtained at:
https://www.nprocure.com.

2. Registration

(i). Bidders are required to enroll on the e-Procurement module of the Central Public Procurement
Portal (URL: https://www.nprocure.com. ) by clicking on the link “Online bidder Enrolment” on the
N-PROCURE Portal which is free of charge.

(ii). As part of the enrolment process, the Bidders will be required to choose a unique username and
assign a password for their accounts.

(iii). Bidders are advised to register their valid e-mail address and mobile numbers as part of the
registration process. These would be used for any communication from the N-PROCURE Portal.

(iv). Upon enrolment, the Bidders will be required to register their valid Digital Signature Certificate
(Class II or Class III Certificates with signing key usage) issued by any Certifying Authority
recognized by CCA India (e.g. Sify/TCS/nCode/eMudhra etc.), with their profile.

(v). Only one valid DSC should be registered by a Bidder. Please note that the Bidders are responsible
to ensure that they do not lend their DSC’s to others which may lead to misuse.

(vi). Bidder then logs in to the site through the secured log-in by entering their user ID / password and
the password of the DSC / e-Token.

3. Searching for tender documents

(i). Various search options built in the N-PROCURE Portal, to facilitate bidders to search active tenders
by several parameters. These parameters could include Tender ID, Organization Name, Location,
Date, Value, etc. There is also an option of advanced search for tenders, wherein the bidders may
combine a number of search parameters such as Organization Name, Form of Contract, Location,
Date, Other keywords etc. to search for a tender published on the N-PROCURE Portal.

(ii) Once the bidders have selected the tenders they are interested in, they may download the required
documents / tender schedules. These tenders can be moved to the respective ‘My Tenders’ folder.
This would enable the N-PROCURE Portal to intimate the bidders through SMS / e-mail in case
there is any corrigendum issued to the tender document.

(iii) The bidder should make a note of the unique Tender ID assigned to each tender, in case they want
to obtain any clarification / help from the helpdesk.

52 | P a g e
4. Preparation of bids

(i) Bidder should take into account corrigendum/amendment/modification published on the tender
document before submitting their bids.

(ii) Bidder should go through the tender advertisement and the tender document carefully to
understand the documents required to be submitted as part of the bid. Please note the number of
covers in which the bid documents have to be submitted, the number of documents – including the
names and content of each of the document that need to be submitted. Any deviations from these
may lead to rejection of the bid.

(iii) Bidder, in advance, should get ready the bid documents to be submitted as indicated in thetender
document / schedule and generally, they can be in PDF / XLS / RAR / DWF/JPG formats. Bid
documents may be scanned with 100 dpi with black and white option which helps in reducing size
of the scanned document.

(iv) To avoid the time and effort required in uploading the same set of standard documents which are
required to be submitted as a part of every bid, a provision of uploading such standard documents
(e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided the bidders.
Bidders can use “My Space” or “Other Important Documents” area available to them to upload
such documents. These documents may be directly submitted from the “My Space” area while
submitting a bid and need not be uploaded again and again. This will lead to a reduction in the time
required for bid submission process.

5. Submission of bids

(i) Bidder should log into the site well in advance for bid submission so that they can upload the bid
in time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to
other issues.

(ii) The Bidder has to digitally sign and upload the required bid documents one by one as indicate in
the tender document.

(iii) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as applicable
and enter details of the instrument.

(iv) Bidder should prepare the Bid Security as per the instruction specified in the tender document. The
original should be posted/couriered/given in person to the concerned official latest by the last date
of bid submission or as specified in the tender documents. The details of the DD/any other accepted
instrument, physically sent, should tally with the details available in the scanned copy and the data
entered during bid submission time. Otherwise, the uploaded bid will be rejected.

(v) The server time (which is displayed on the bidders’ dashboard) will be considered as thestandard
time for referencing the deadlines for submission on the bids by the bidders, opening of bids etc.
The Bidders should follow this time during bid submission.

(vi) All the documents being submitted by the bidders would be encrypted using PKI encryption
techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized
persons until the time of bid opening. The confidentiality of the bids is maintained using the secured
Socket Layer 128-bit encryption technology. Data storage encryption of sensitive fields is done.
Any bid document that is uploaded to the server is subjected to symmetric encryption using a
system generated symmetric key. Further this key is subjected to

53 | P a g e
asymmetric encryption using buyers/bid openers public keys. Overall, the uploaded tender
documents become readable only after the tender opening by the authorized bid openers.

(vii) The uploaded tender documents become readable only after the tender opening by the authorized
bid openers.

(viii) Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid Submission” in
the portal), the portal will give a successful bid submission message &a bid summary will be
displayed with bid no. and the date & time of submission of the bid with all other relevant details.

(ix) The bid summary has to be printed and kept as an acknowledgement of the submission of the bid.
This acknowledgement may be used as an entry pass for any bid opening meetings.

6. Assistance to bidders

(i) Any query relating to the tender document and the terms and conditions contained therein should
be addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated
in the tender.

(ii) Any query relating to the process of online bid submission or queries relating to N-PROCURE
Portal in general may be directed to the 24x7 N-PROCURE Portal Helpdesk. The Contact number
for the helpdesk is 1800 3072 2232. Foreign bidder can get help at +91-7878007972,
+91-7878007973.

54 | P a g e
Annexure IX: Terms of Reference

The scope of work for the project includes detailed architecture and engineering up to the implementation
for the entire development of the Sardar Vallabhbhai Patel Sports Enclave. Some of the key project
components as part of development shall include (but are not limited to) the following –

1. Football Stadium - 50,000 seating Capacity

2. Aquatics Centre – including facilities for all Olympic events for Aquatics, Olympic capacity minimum
12000, legacy capacity 4000

3. Multi-sport arena of 17,000-18,000 capacity for Basketball and Gymnastics

4. Tennis Centre for 10,000 spectators during games mode along with 2 additional show courts of 5,000
and 2,000 spectators. Legacy capacity of 5000 spectators only.

5. Indoor Sports Arena(s) – 2 sports halls which shall be flexible for a variety of indoor sports of varying
field of play sizes and spectator seating for 10,000 + 6,000, with strong legacy use as alternate
development.

6. Outdoor fields including training and warm up courts as per provided masterplan.

7. Riverfront plaza, Main Spectator Plazas and other outdoor areas as per provided masterplan.

8. Roads, sidewalks, circulation spaces and landscaped greens

9. Basement parking

10. Space for overlays and temporary facilities and venues to be planned as part of the overall master plan

11. Utilities and infrastructure buildings

All the above need to be planned, designed, and sized keeping Olympic competition venue requirements
and shall fully comply with all norms applicable or specified by IOC / International Sports Federations as
applicable

Note:

• The sizes, capacities, field of play and open space requirements of each venue have been
developed in full compliance with IOC competition criteria and each venue shall be designed to
function as a World Class Olympic Competition venue meeting all applicable requirements.

• The detailed design and engineering is to be undertaken considering all applicable rules and bye-
laws in the jurisdiction that the proposed development sites fall under.

Task 1: Detailed Concept and Schematic stage

The consultant shall develop and detail out the conceptual designs incorporating required changes and
prepare the preliminary schematic drawings along with the BIM model for the clients approval. The
consultant will also be required to prepare a preliminary estimate of cost based on areas. The design shall
strive to achieve highest levels of sustainability in line with the client’s net zero and climate positive
ambitions. The scope for this stage shall include

i. Developed Schematic level layouts for all venues including the updated site master plan, all building
floor plans along with sections and elevations that should show the planning, cores, circulation,
services and utilities in sufficient detail.

ii. Façade and roof strategy for all the venues – including games and non-games mode scenarios.

55 | P a g e
iii. Surveys of existing infrastructure and tap in points for all utilities

iv. Carry out reconnaissance survey and map all existing infrastructure facilities such as water supply,
sanitation, electricity supply, sewerage treatment plants, firefighting system, parking requirement,
etc. and assess the need for the proposed infrastructure.

v. Preparation of the updated masterplan and legacy plan

vi. 3D massing and BIM model with integration of services, utilities and all infrastructure

vii. Interior design mood boards and concept designs for all front of house spaces along with interior
renderings

viii. Landscape Design detailed concept including but not limited to mood boards, site sections, grading
plan, planting strategy, softscape and hardscape strategy. The strategy must be environmentally
friendly and seamless integrate with the ongoing Phase II development of the Sabarmati Riverfront.

ix. The planning shall focus on incorporation of barrier free design, passive design elements, green
building concepts, ecologically sustainable design, Efficient use of energy and natural resources (like
solar, wind etc.), waste management and recycling measures,

x. Structure design intent that conveys broad strategy + Design Basis Reports

xi. Structural drawings including Foundation, Framing, facade and Roofing layouts for all the venues.

xii. MEPF and Infrastructure Strategy – Preliminary planning requirements and infrastructure demand
assessment

xiii. Planning for Mechanical, Electrical, Plumbing and Firefighting including single line diagrams and
flood protection strategy.

xiv. Lighting Design – interiors, exteriors, façade, landscaping, and specialist sports lighting strategy
along with layouts, Dialux reports and calculations

xv. AV Acoustics, PA and LV Strategy DBR and preliminary routing drawings

xvi. Façade Engineering

xvii. Transportation and Security Strategy

xviii. Environmental Graphics, Branding, Wayfinding and Signage concept

xix. Preliminary finishes schedules (exterior and interior) and preliminary material specifications which
are sensitive to the local context.

xx. Detailed area statement

xxi. Preliminary cost report

xxii. Sustainability strategy report

xxiii. 3D renderings – interiors and exteriors (30)

xxiv. Animation / walkthrough

Task 2 – Approvals form Statutory Bodies

The consultant shall work with the client as well as the PMC and local authorities to obtain all the necessary
approvals including but not limited to the ones mentioned below. The approved layout plan incorporating any
modifications necessary shall be resubmitted to GOLYMPIC. The consultant shall provide all necessary

56 | P a g e
drawings, supporting documents and reports required for obtaining such approvals.

i. Local statutory and development bodies – AUDA, AMC, etc

ii. Airports Authority of India

iii. MOEF and other environmental agencies as applicable

iv. Fire Sanction

v. Structural Design

vi. Any other approvals required for the successful implementation of the project

Task 3: Detailed Design Stage

After receiving approval from GOLYMPIC on the schematic design stage, the consultant shall proceed with
the detailed design stage for architecture and engineering drawings and produce a fully coordinated drawing
package. The consultant will prepare specifications and schedule of quantities in order to prepare final
estimate of cost for the entire project.

i. Fully consolidated and coordinated architectural and engineering drawings for all disciplines
including all venue level GA plans, sections and elevations.

ii. Detailed design of façade and roof for all the venues

iii. Detailed Interior design – fully coordinated which is including but not limited to finishes plans for
flooring, walls and ceilings, furniture layouts, elevations of front of house spaces, lighting and
electrical layouts.

iv. Detailed Landscape Design – hardscape, softscape, grading, planting, street furniture, and urban
furniture

v. Detailed and updated final masterplan

vi. Detailed Structural Design Basis Report

vii. Detailed Structural Drawings - Foundation, Framing, and Roofing plans along with joinery details

viii. Detailed MEP drawings – detailed planning and coordinated routing for Mechanical, Electrical,
Plumbing and Fire fighting along with complete modelling of all elements in BIM

ix. Detailed Lighting, AV Acoustics, PA and LV Strategy and drawings

x. Detailed Transportation and Security Strategy and drawings

xi. Detailed Environmental Graphics, Branding, Wayfinding and Signage drawings

xii. Fully coordinated BIM Model – LOD 300

xiii. Detailed estimates and specifications of various items proposed

xiv. 3D renderings and views of exterior and interior spaces of all venues

xv. Detailed design of all trunk infrastructure in BIM along with integration with building level services.

Task 4 – Tender + Appointment of Contractor Stage

The consultant shall prepare the tender document for selection of construction Agency for execution of the
project. This shall include but not be limited to the following:

57 | P a g e
i. Fully coordinated tender design drawings – Architecture, Interiors and Landscape Design

ii. Fully coordinated Engineering drawings – all disciplines including but not limited to Structure, MEPF,
AVL, Acoustics, ICT, Security, Hospitality, Façade, Irrigation, Lighting, Solar etc.

iii. Detailed Area Calculations

iv. Final Technical Specifications

v. Final Material Schedules, Finishes and List of Makes

vi. Acceptance and Performance criteria

vii. Final Design basis reports for all disciplines

viii. Bill of Quantities

Provide bid process management support for the venues to be developed within SVP Enclave on an
EPC basis including:

i. Advise in finalization of selection process whether Quality cum cost based or Least Cost Based
selection method

ii. Assist in estimation of value of the contract and finalising important bid parameters such as EMD,
Bid processing fee, Performance Security etc.

iii. Preparation of BoQ and detailed specifications and project timeline, scope of work, responsibilities of
various parties

iv. Assist in defining minimum eligibility criteria and technical evaluation criteria.

v. Preparation of Draft Contracts & Payment Milestones.

vi. Assist in conducting pre-bid conference and compiling response to pre-bid queries in consultation
with client

vii. Assistance in technical evaluation of proposals

viii. Support in negotiations and signing of contracts with selected bidders.


.

Task 5: Ongoing support during construction stage

To ensure the project is seamlessly executed, the consultant will provide ongoing support to the authority until
the project reaches successful completion. This involves addressing any site-related issues, revising drawings
as needed, offering essential technical assistance, actively participating in review meetings, formulating updated
implementation strategies and timelines, finalizing technical specifications where necessary, and extending
support to the authority throughout the entire project until its conclusion.

i. The consultant shall perform all works necessary to supervise the construction of the SVP enclave in
accordance with the specifications and implementation program.

ii. The consultant shall participate in regular review meetings with GOLYMPIC, other stakeholders, and
the Project management agency and all other stakeholders.

iii. Assist in liaising with vendors to ensure execution is in line with requirements of international sports
venues.

58 | P a g e
iv. Ensure adherence to design and check compliance with design intent and sporting requirements.

v. Provide assistance for any clarifications required by contractor/GOLYMPIC for all components and
services/utilities.

vi. Ensure the entire team of experts is available to respond to request for clarification, changes,
alternate suggestions, and checking for design compliance in a periodic manner.

vii. Site presence during the construction stage

viii. Review any value engineering by contractor

ix. The consultant is tasked with developing a comprehensive Operations and Maintenance (O&M)
Plan, which includes crafting detailed Operations Specifications, Key Performance Indicators (KPIs),
and a maintenance schedule complete with specifications. Additionally, they are responsible for
conducting a thorough assessment of the O&M costs and providing assistance in the selection of
O&M agencies. The consultant will also offer handholding support for a duration of one year starting
from the date of project completion.

The above tasks specified in the Terms of Reference are the bare minimum for the design scope of the
project and the same shall be further developed and evolved during the course of the project.

The Consultant shall adhere to highest standards of environment and energy sustainability as stipulated
in bid document and as approved by GOLYMPIC. Holistic integration of the environmental sustainability
brief in design, materials, construction, services, processes, and maintenance concerns should be strictly
addressed in the planning of the Sports Enclave and design to achieve a rating equivalent to minimum
GRIHA 5 Star/ LEED Platinum standards, however, the decision to obtain the certificate shall be on
GOLYMPIC. All stage wise approvals from the concerned statutory authorities be coordinated and
obtained by the Consultant excluding the payment of requisite fee to the authorities, if required. This fee
shall be borne by GOLYMPIC.

The bidder shall ensure local presence and either have an existing office or will establish an office for the
purposes of this project and shall work onsite during the entire project duration. Project Director and Experts
will be utilized depending on the need of the project and will have to be present for online meetings as and
when required. All team members including experts are expected to travel as and when asked by the client
and their Out-of-pocket expenses shall be included as part of the financial proposal submitted by the bidder.
The Consultants (Core team) to be suggested by the bidder should be in alignment with SoW outlined in
the RFP and shall have requisite expertise in areas such as Sports infrastructure design and development,
Planning for sporting events, legacy planning, value engineering, and visitor experience. The deployment
of consultants will be based on an appropriate screening / interview process which will be put in place by
the client. In case the profiles made available are found unsatisfactory during the interview process, the
bidder will be asked to provide further options until the process is completed.

DELIVERABLES

In pursuance of this TOR, the Consultant shall undertake / deliver the following deliverables (the
‘Deliverables’) during this Consultancy. Each deliverable shall include an executive summary, analyses,
drawings and calculations, supporting visuals, assumptions, recommendations, and any such other

59 | P a g e
contents that generally comprise deliverables for similar consultancy work by the way of best practices. 5
(Five) hard copies and 3 (three) soft copies of all Reports and documents mentioned herein below shall be
submitted to the Authority.

Deliverable Name of the Deliverables Timeline


(Weeks)
D1, D2 Detailed concept and schematic design T+ 6 weeks
The consultant shall modify/detail out the conceptual designs 50% SD
incorporating required changes the prepare the preliminary
schematic drawings along with the BIM model for the client’s T+ 12 weeks
approval. The consultant will also be required to prepare a 100% SD
preliminary estimate of cost based on areas. The design shall strive
to achieve highest levels of sustainability in line with the client’s net
zero and climate positive ambitions. The deliverable shall cover all
scope items under Annexure IX Task 1 of the TOR
D3
Approvals form Statutory Bodies T+ 18 weeks
The consultant shall work with the client as well as the local
authorities to obtain all the necessary approvals including but not
limited to the ones mentioned below. The approved layout plan
incorporating any modifications necessary shall be resubmitted to
GOLYMPIC. The consultant shall provide all necessary drawings
and reports required for obtaining such approvals. The deliverable
shall cover all scope items under Annexure IX Task 2 of the TOR

Detailed Design Stage


D4, D5 T+ 22 weeks
After receiving approval from GOLYMPIC on the schematic design 50% DD
stage, the consultant shall proceed with the detailed design stage for
architecture and engineering drawings and produce a fully T+30
coordinated drawing package. The consultant will prepare 100% DD
specifications and schedule of quantities in order to prepare final
estimate of cost for the entire project. The deliverable shall cover all
scope items under Annexure IX Task 3 of the TOR

Tender + Appointment of Contractor Stage


D6 T + 32 weeks
The consultant shall prepare and submit the tender document for
selection of contractor for execution of the project. The deliverable
shall cover all scope items under Annexure IX Task 4 of the TOR

D7 Provide bid process management support for the venues to T + 48 Months or


up to project
be developed within SVP Enclave on an EPC basis covering
construction
all scope items under Annexure IX Task 5 of the TOR
T indicates 10 days from the date of signing of the contract

60 | P a g e
Annexure X: Bid Securing Declaration Form

Date: Tender No.

To,
Deputy Chief Executive Office & Executive Director,
Gujarat Olympic Planning and Infrastructure Corporation Limited (GOLYMPIC)
Sports Authority of Gujarat (SAG),
Near Kh-3 Circle, Near Vavol Railway Crossing,
Gandhinagar - 382 016

I/We understand that, according to your conditions, bids must be supported by a Bid Securing
Declaration.

I/We accept that I/We may be disqualified from bidding for any contract with you for a period
of one year from the date of notification if I am /We are in a breach of any obligation under
the bid conditions as below:

a) withdraws/modifies/amends the submitted bid against this tender, impairs or derogates


from the tender, during the period of bid validity specified in this tender.; or

b) having been notified of the acceptance of our Bid by the purchaser during the period of
bid validity

(i) fail or refuse to execute the contract, or


(ii) fail or refuse to furnish the Performance Security, in accordance with
the terms of this tender document.

I/We understand this Bid Securing Declaration shall cease to be valid if I am/we are not the
successful Bidder or upon

(i) the receipt of your notification of the name of the successful Bidder and submission
of required Performance Security, in accordance with the terms of this tender
document; or

(ii) thirty days after the expiration of the validity of my/our Bid.

Signed: (insert signature of person whose name and capacity are shown)
in the capacity of: (insert legal capacity of person signing the Bid Securing Declaration)
Dated on day of (insert date of signing)

Corporate Seal (where appropriate)

61 | P a g e
Annexure XI: NEFT Mandate Form

From: M/s. Date:

To,
Deputy Chief Executive Office & Executive Director,
Gujarat Olympic Planning and Infrastructure Corporation Limited (GOLYMPIC)
Sports Authority of Gujarat (SAG),
Near Kh-3 Circle, Near Vavol Railway Crossing,
Gandhinagar - 382 016

Sub: NEFT PAYMENTS

For remittance of our payments using RBI’s NEFT scheme, our payments may be made throughthe
above scheme to our under noted account.

NATIONAL ELECTRONIC FUNDS TRANSFER MANDATE FORM

Name of City

Bank Code No.

Bank ‘s name

Branch Address

Branch Telephone / Fax no.

Contractor’s Account No.

Type of Account

IFSC code for NEFT

IFSC code for RTGS

Contractor’s name as per Account

Telephone no. of Contractor

Contractor’s E-mail ID

(Signature of the Bidder)

Name, Address and seal of the Bidder:

Confirmed by Bank

Enclosed a copy of Cancelled Cheque

62 | P a g e
Annexure XII: Contract Agreement Form

Appointment of Design Consultant for Detailed Design, Engineering and Implementation of the
Sardar Vallabhbhai Patel Sports Enclave in Ahmedabad, Gujarat
To,
Deputy Chief Executive Office & Executive Director,
Gujarat Olympic Planning and Infrastructure Corporation Limited (GOLYMPIC)
Sports Authority of Gujarat (SAG),
Near Kh-3 Circle, Near Vavol Railway Crossing,
Gandhinagar - 382 016

Contract No dated

This is in continuation to this office’s Notification of Award No. dated

1. Name & address of the Contractor:


2. GOLYMPIC’s Bidding Document No dated and subsequent
Amendment No , dated (if any), issued by the GOLYMPIC.
3. Contractor’s Bid No dated _ and subsequent communication(s)
No dated (if any), exchanged between the Contractor and the
GOLYMPIC in connection with this Bid.
4. In addition to this Contract Agreement Form, the following documents etc, which are included in
the documents mentioned under paragraphs 2 and 3 above, shall also be deemed to form and be
read and construed as integral part of this contract:

(i) General Terms and Conditions of Contract;


(ii) Scope of Services as mentioned in Terms of Reference;
(iii) Other Terms and Conditions of the Bid;
(iv) Bid Form furnished by the Contractor
(v) Price Schedule(s) furnished by the Contractor in its Bid;
(vi) GOLYMPIC’s Notification of Award

5. Some terms, conditions, stipulations etc. out of the above-referred documents are reproduced
below for ready reference:

(i) Brief particulars of services which shall be performed/ provided by the contractor are as under:

Schedule Brief description of Total Period of Total contract


No. services Charges contract value

Taxes, if any

Total value (in figure) _ (In words)

63 | P a g e
(ii) Period of contract:
(iii) Details of Performance Security:
(iv) Payment terms:

(Signature, name and address of the


GOLYMPIC’s authorised official)
For and on behalf of

Received and accepted this contract

(Signature, name and address of the contractor’s executive


duly authorised to sign on behalf of the contractor)
For and on behalf of
(Name and address of the Contractor)

(Seal of the Contractor)


Date:

Place:

64 | P a g e
Annexure XIII: Bank Guarantee Form for Performance Security

1. THIS DEED of Guarantee made this day of between


(Name of the Bank) (hereinafter called the “Bank”) of the one part and
(Name of the GOLYMPIC) (hereinafter called the “GOLYMPIC”) of the other part.

2. WHEREAS (Name of the GOLYMPIC) has awarded the contract for services
for Rs. (Rupees in figures and words) (hereinafter called the “contract”) to M/s
(Name of the contractor) (hereinafter called the “contractor”).

3. AND WHEREAS THE Contractor is bound by the said Contract to submit to the GOLYMPIC a
Performance Security for a total amount of Rs. (Amount in figures and words).

4. NOW WE the Undersigned (Name of the Bank) being fully


authorized to sign and to incur obligations for and on behalf of and in the name of (Full
name of Bank), hereby declare that the said Bank will guarantee the GOLYMPIC the full amount
of Rs. (Amount in figures and words) as stated above.

5. After the Contractor has signed the aforementioned contract with the GOLYMPIC, the Bank is
engagedto pay the GOLYMPIC, any amount up to and inclusive of the aforementioned full amount upon
written order from the GOLYMPIC to indemnify the GOLYMPIC for any liability of damage resulting from
any defects or shortcomings of the Contractor or the debts he may have incurred to any parties involved in
the Services under the Contract mentioned above, whether these defects or shortcomings or debts are
actual or estimated or expected. The Bank will deliver the money required by the GOLYMPIC immediately
on demand without delay without reference to the Contractor and without the necessity of a previous notice
or of judicial or administrative procedures and without it being necessary to prove to the Bank the liability
or damages resulting from any defects or shortcomings or debts of the Contractor. The Bank shall pay to
the GOLYMPIC any money so demanded notwithstanding any dispute/disputes raised by the Contractor
in anysuit or proceedings pending before any Court, Tribunal or Arbitrator(s) relating thereto and the liability
under this guarantee shall be absolute and unequivocal.

6. THIS GUARANTEE is valid for a period of 12 months from the date of signing. (The initial period
for which this Guarantee will be valid must be for at least three months longer than the anticipated expiry
date of the Contract period).

7. At any time during the period in which this Guarantee is still valid, if the GOLYMPIC wishes to
extend the period of this Guarantee, it is understood that the Bank will extend this Guarantee under the
same conditions for the required time on demand by the GOLYMPIC and at the cost of the Contractor.

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

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

10. The expressions “the GOLYMPIC”, “the Bank” and “the Contractor” hereinbefore used shall include
their respective successors and assigns.

IN WITNESS whereof I/We of the bank have signed and sealed this guarantee on the
day of (Month) (year) being herewith duly authorized.

For and on behalf of


the Bank.

Signature of authorized Bank official

Name
Designation
I.D. No.
Stamp/Seal of the Bank.
65 | P a g e
Signed, sealed and delivered for an on behalf of the Bank by the above named
in the presence of:

Witness-I.

Signature Name Address

Witness-II.

Signature Name Address

66 | P a g e
ANNEXURE XIV: STATEMENT OF LEGAL CAPACITY (TO BE FORWARDED ON THE LETTER HEAD OF
THE APPLICANT)

Appointment of Design Consultant for Detailed Design, Engineering and Implementation of the
Sardar Vallabhbhai Patel Sports Enclave in Ahmedabad, Gujarat

Ref. Date:

To,
...................................................
..........

Dear Sir,

Sub: RFP for Technical Consultant: ..................................Project

I/ We hereby confirm that we, the Applicant (along with other members in case of consortium, 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 Applicant’s name) will act as the
Lead Member of our consortium.

I/We have agreed that ………………. (Insert individual’s name) will act as our
Authorised Representative/ will act as the Authorised Representative of the consortium on our behalf and
has been duly authorized to submit our Proposal. Further, the authorised 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
..............................................

*Please strike out whichever is not applicable

67 | P a g e

You might also like