Upload
phamnhan
View
214
Download
0
Embed Size (px)
Citation preview
CITY AND INDUSTRIAL DEVELOPMENT CORPORATION OF MAHARASHTRA LIMITED (CIDCO)
Having its registered office at Nirmal, 2nd Floor, Nariman Point, Mumbai - 400 021
Request for Proposal (RFP)
March 2014
for
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi,
Navi Mumbai
(This document is meant for the exclusive purpose of submitting the Request for Proposal against this RFP document and shall not be transferred, reproduced or otherwise used for purposes other than
that for which it is specifically issued.This is not the entire RFP document and comprises of Volume 1 only)
Scheme No: C.A. NO.01/CIDCO/GM(IT&SP)/2013-14
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
2 Request for Proposal
Volume 1 – Request for Proposal
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
3 Request for Proposal
CONTENTS
1 DISCLAIMER .................................................................................................. 5
2 SNAPSHOT OF RFP ...................................................................................... 6
3 PROJECT BACKGROUND ............................................................................ 9
3.1 The Project ......................................................................................................................... 9
3.2 Contract Structure .......................................................................................................... 18
3.3 Contents of RFP .............................................................................................................. 18
4 PRINCIPAL DOCUMENT ............................................................................. 19
4.1 Definitions ........................................................................................................................ 19
4.2 Instruction to Bidders ..................................................................................................... 21
4.3 Description of Selection Process .................................................................................. 31
5 EVALUATION OF PROPOSAL .................................................................... 35
5.1 Evaluation of Technical and Financial Capability ....................................................... 35
5.2 Evaluation of Commercial Proposal ............................................................................. 37
6 FRAUD AND CORRUPT PRACTICES ......................................................... 39
7 PRE-BID CONFERENCE ............................................................................. 41
8 MISCELLANEOUS ....................................................................................... 42
9 ACKNOWLEDGEMENT OF RECEIPT OF RFP DOCUMENT AND NOTICE OF INTENT TO SUBMIT PROPOSALS ................................................................... 43
10 FORMAT OF COVERING LETTER .............................................................. 45
11 FORMAT OF LETTER OF ACCEPTANCE .................................................. 47
12 FORMAT OF LETTER OF COMMITMENT .................................................. 49
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
4 Request for Proposal
13 DESCRIPTION OF BIDDER ......................................................................... 51
14 FORMAT OF POWER OF ATTORNEY FOR DESIGNATING LEAD CONSORTIUM MEMBER ............................................................................................................ 53
15 FORMAT FOR POWER OF ATTORNEY FOR DESIGNATING AN AUTHORISED REPRESENTATIVE ............................................................................................ 54
16 FORMAT FOR UNDERTAKING ................................................................... 55
17 INFORMATION FORMAT FOR TECHNICAL CAPABILITY ........................ 56
18 INFORMATION FORMAT FOR FINANCIAL CAPABILITY .......................... 61
19 COMMERCIAL PROPOSAL FORMAT ........................................................ 63
20 FORMAT OF BANK GUARUANTEE FOR BID SECURITY ......................... 64
21 FORMAT FOR SEEKING CLARIFICATIONS .............................................. 66
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
5 Request for Proposal
1 DISCLAIMER
1. City and Industrial Development Corporation of Maharashtra Limited ("CIDCO") has taken adequate
care in the preparation of this Request for Proposal (RFP) Document. Nevertheless the Bidder should
satisfy itself that the RFP Document is complete in all respects. Intimation of any discrepancy shall be
given to this office immediately. If no intimation is received by this office, from any Bidder within five
days from the date of issue of this RFP Document, it shall be presumed that the issued RFP
Document, which has been received by the Bidder, is complete in all respects.
2. Neither CIDCO, nor its employees, consultants, advisors accept any liability or responsibility for the
accuracy or completeness of, nor make any representation or warranty - express or implied, with
respect to the information contained in the RFP Document, or on which the RFP Document is based,
or any other information or representations supplied or made in connection with the Selection
Process.
3. Neither CIDCO nor its employees or consultants will have any liability to any Bidder or any other
person under any law, statute, rules or regulations or otherwise for any loss, expense or damage
which may arise from or be incurred or suffered in connection with any information contained in this
RFP Document, any matter deemed to form part of this RFP Document, the award of the Project, the
information and any other information supplied by or on behalf of CIDCO or their employees or any
consultants or otherwise arising in any way from the Selection Process for the Project.
4. The RFP Document does not address concerns relating to diverse investment objectives, financial
situation and particular needs of each party. The RFP Document is not intended to provide the basis
for any investment decision and each Bidder should make its / their own independent assessment in
respect of various aspects of the techno-economic feasibilities of the Project. No person has been
authorized by CIDCO to give any information or to make any representation beyond the containment
of this RFP Document.
5. Nothing in the RFP Document is, or should be relied on, as a promise or representation as to the
future. In furnishing the RFP Document, neither CIDCO, nor its employees, advisors undertake to
provide the recipient with access to any additional information or to update the RFP Document or to
correct any perceived inaccuracies therein.
6. CIDCO or its authorized officers / representatives / advisors reserve the right, without prior notice, to
change the procedure for the selection of the Successful Bidder or terminate discussions and the
delivery of information at any time before the signing of any agreement for the Project, without
assigning reasons thereof.
7. CIDCO reserves the right to reject any or all of the Bids submitted in response to the RFP Document
at any stage without assigning any reasons whatsoever. And CIDCO also reserves the right to
change any or all of the provisions of the RFP Document. Such changes will be intimated to all the
Bidders.
8. Upon the receipt of this RFP Document the Bidder acknowledges the terms and conditions of this
RFP Document. CIDCO further reserves the right to change, modify, add to or alter the selection
process including of additional evaluation criteria. Any change in the selection process shall be
intimated to all Bidders.
9. Terms used in this RFP Document, which have not been defined herein, shall have the meaning
ascribed thereto in the Volume 2 i.e. Draft Agreement to License.
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
6 Request for Proposal
2 SNAPSHOT OF RFP
Table 1: Details of the RFP
Volume 1
Name of the Project Selection of Operator for Navi Mumbai Exhibition Centre at
Vashi, Navi Mumbai
Name of Development Authority City and Industrial Development Corporation of Maharashtra Limited (CIDCO)
Existing Facilities 1. Exhibition Centre
2. Business Centre
3. Food Court
4. Ancillary Block
5. Parking
The facilities are more particularly detailed out in Schedule I of the Volume 2: Draft Agreement to License.
Last Date and time for the submission
Before 15:00 hours on 28th May 2014.
Eligible Entities Category 1: A Single Business Entity, other than a
Proprietorship Firm, with technical and financial capability
stipulated in the Eligibility Criteria.
Category 2: Consisting of two Business Entities;
1. One (Lead Member), other than a Proprietorship Firm,
fulfilling the financial evaluation criteria; and
2. Second (Technical Member), fulfilling the technical
evaluation criteria,
can form a Consortium and submit the RFP. The joint Entity
shall hereinafter be referred to as a “Bidding Consortium”.
Bid Security Rs. 50,00,000/- (Rs. Fifty lakh) in the form of an irrevocable
Bank guarantee in favour of “CIDCO Ltd.” payable at Navi
Mumbai. The Bid Security without interest will be refundable
not later than 30 (thirty) days from the date of declaration of a
Bidder being not qualified for the next stage of evaluation,
except in the case of the Successful Bidder whose Bid
Security shall be retained till it has provided a Performance
Security under the Volume 2 i.e. Draft Agreement to License.
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
7 Request for Proposal
Signature Authority Authorised Representative / Signatory
Project Operation and maintenance of Navi Mumbai Exhibition
Centre at Vashi, Navi Mumbai.
Submissions in RFP Stage Technical and Financial Capability
Commercial Proposal
Evaluation Criteria of RFP
Technical Capability
The Bidder shall satisfy the Technical Capability Criteria either under category 1 OR under category
2 below to qualify for the Project.
1. Technical Capability Criteria – category 1
(A) Have experience of operating closed exhibition space of at least 6000 sqm for a continuous
period of 3 years in last 5 years from the RFP Due Date and having organized / conducted
exhibitions totalling to 150 exhibition days (excluding assembly & dismantling) in those 3
years from that Exhibition center.
OR
(B) Have experience of operating closed exhibition space of at least 6000 sqm for a continuous
period of 3 years in last 5 years from the RFP Due Date and having organized / conducted
exhibitions totalling 250 exhibition days (excluding assembly and dismantling) in those 3
years from that exhibition center and from other exhibition centers.
2. Technical Capability Criteria – category 2
(A) Have experience of organizing exhibitions at closed exhibition spaces of at least 6000 sqm
for at least 75 exhibition days (excluding the days for assembly and dismantling) each year
for a continuous period of 3 years in last 5 years from the RFP Due Date;
AND
(B) Have experience of maintaining an Eligible Facility of at least 6000 sqm each year for a
continuous period of 3 years in last 5 years from the RFP Due Date.
Financial Capability (For both Category 1 and 2 as mentioned above)
1. Net worth of the Bidder as on March 31, 2013 (or latest applicable financial year ending date)
shall be at least INR 50 crore (Indian rupees fifty crore only), duly certified by the Bidder’s
Statutory Auditor. AND
2. Average Net Cash Accruals of the Bidder over the last three completed financial years shall be
at least INR 10 crore (Indian rupees ten crore only), duly certified by the Bidder’s Statutory
Auditor.
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
8 Request for Proposal
Commercial Proposal
The bidding parameter shall be the highest value of the annual License Rent payable to CIDCO for
the first year of operations.
CIDCO Contact for Clarifications
The General Manager (IT&SP)
City and Industrial Development Corporation of Maharashtra Limited,
Ground Floor, CIDCO Bhavan,
CBD Belapur,
Navi Mumbai - 400614,
Ph: 022- 67918161 / 8195, Fax: 022-67918166
This section provides a snapshot of the RFP Document to the Bidder. The Bidder is expected to read the
entire RFP Document comprising of Volume I- Request for Proposal and Volume 2- Draft Agreement to
License for the details.
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
9 Request for Proposal
3 PROJECT BACKGROUND
3.1 The Project
3.1.1 Background of Navi Mumbai
Navi Mumbai is the twin city of Mumbai, and one of the largest planned cities in the world with a total area
of 344 square kilometres. Lying on the eastern coast of the Thane Creek, the city stretches from Airoli in
the north to Uran in the South, comprising parts of Thane and Raigad districts. The areas of Navi Mumbai
(163 sq. km.) which are part of the Thane District come under the aegis of the Navi Mumbai Municipal
Corporation (NMMC). Navi Mumbai comprises of 14 nodes - Airoli, Ghansoli, Kopar Khairane, Vashi,
Sanpada, Nerul, CBD Belapur, Kharghar, Kalamboli, Kamothe, New Panvel, Ulwe, Dronagiri and
Pushpak. The figure below demarcates the main nodes in the city of Navi Mumbai.
Figure 1: Map of Navi Mumbai
On account of the high real estate prices and paucity of spaces in Mumbai, there has been increased
growth of economic activities in Navi Mumbai. There has been a substantial growth of both residents and
businesses into Navi Mumbai. As a part of long-term planning, many of the major commodity markets like
the Agricultural Produce Market Committee (APMC) have also been shifted from Mumbai to Navi
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
10 Request for Proposal
Mumbai. Owing to the above mentioned reasons Navi Mumbai has been expanding rapidly; its population
has grown from seven lakhs in 2001 to approximately 21 lakhs today. The main drivers for the city’s
growth are:
1. Educational institutions like engineering and medical colleges: Navi Mumbai has become an
established centre of professional education. It has a significant number of engineering colleges like
the Bharti Vidyapeeth, Terna Engineering College, Fr. Agnel’s Technical Education Complex, the
Ramrao Adik College of Engineering, and others. The city also has a significant number of medical
and dental colleges like the D.Y Patil, MGM Medical College and the Terna Medical College.
2. MIDC, APMC market and JNPT: The Thane-Belapur industrial belt houses industries from many
sectors like pharmaceuticals, chemicals, plastics, and industrial manufacturing. The industrial areas
have received an impetus in growth on account of the improved road and rail connectivity in the
region. In addition, the APMC wholesale market, which caters to the needs of both Mumbai and Navi
Mumbai, is situated in Navi Mumbai. The presence of the Jawaharlal Nehru Port Trust (JNPT), which
handles 65% of the container traffic in India, is an added advantage as it is within a 25 minute driving
distance from central nodes in Navi Mumbai like Vashi and CBD Belapur.
3. IT parks and developments like the Dhirubhai Ambani Knowledge City: Navi Mumbai has a
sizeable presence of IT service industry units with IT parks at Mahape, Airoli, Vashi and Belapur. It is
also home to the headquarters of Reliance Infocomm -- one of the biggest telecom companies in
India. The Dhirubhai Ambani Knowledge City and Dhirubhai Ambani Life Sciences Centre is also
based in Navi Mumbai.
4. Growth of residential areas: With improvements in road and rail connectivity to Navi Mumbai, there
has been rapid residential development in the newer nodes of Navi Mumbai like Kharghar, Kamothe,
Kalamboli, Taloja and New Panvel. A key mention here is the transformation and rapid growth of the
Kharghar node, which will boast of key developments like the Central Park and the Golf course.
These key developments will enhance the image of Navi Mumbai as a destination of choice for multi
economic activities.
5. Improved connectivity through existing and proposed infrastructure developments:
Existing infrastructure
Navi Mumbai is presently well connected by all modes of transport. The figure below depicts the
connectivity of Navi Mumbai through road and rail transportation system.
Road connectivity1
Navi Mumbai is connected to other areas of the Mumbai Metropolitan Region mainly through the
following three roads:
a. The Sion-Panvel Highway: This road, which includes the Vashi Bridge, provides Navi Mumbai
with connectivity with the region of Greater Mumbai. The Sion-Panvel highway receives heavy
1 Source: Comprehensive Mobility Plan of Navi Mumbai
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
11 Request for Proposal
traffic in peak hours, to the tune of almost 7,300 PCU/hr. (Passenger Car Units/Hour).This
Highway joins the Mumbai Pune Expressway.
b. Thane-Belapur Road (Mulund-Airoli): This road, which connects Thane to Belapur, includes the
Mulund-Airoli Bridge and provides connectivity with the eastern suburbs of the Greater Mumbai
Region as well as Thane. The Thane-Belapur Road receives traffic of 2900 PCU/hr in peak traffic.
c. Shil-Mahape Road: The Shil-Mahape Road, which originates from the Thane-Belapur Road at
Mahape, provides connectivity to Kalyan and Dombivli.
Figure 2: Current Road Transportation System
Rail connectivity
a. Harbour Line: The Harbour Line of the Central Railway provides connectivity to Greater Mumbai
from Mankhurd. The network continues along the nodes of Navi Mumbai like Vashi, Sanpada, Jui
Nagar, Nerul, Belapur, Kharghar, Khandeshwar and Panvel.
b. Thane to Vashi Line: The Thane to Vashi line runs along the Thane-Belapur road with stations
at Turbhe, Kopar Khairane, Ghansoli, Rabale, and Airoli up to Thane.
The railway lines and roads are used as mass transport systems to travel to Mumbai and the Greater
Mumbai Region The other existing transportation system, which consists of buses operated by BEST,
NMMT, KDMT and State Transport Busses, autos, and taxis mainly act as feeder systems to access
the railway stations as well as serve the purpose of internal travel between the different nodes of Navi
Mumbai.
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
12 Request for Proposal
Air connectivity
Presently Navi Mumbai is connected through major domestic and international destinations through
the Mumbai International Airport. The existing public transportation systems in Navi Mumbai offer
excellent connectivity to the airport.
Proposed Future Transportation System2
To cater to the rapid growth of Navi Mumbai and the add capacity to the existing infrastructure, Navi
Mumbai is planning for the following infrastructure developments.
a. Navi Mumbai International Airport (NMIA): Keeping in mind the rapid growth of the city a new
international airport is being planned in Navi Mumbai. The international airport would have a
terminal area of 250,000 sqm and a cargo area of 100,000 sqm and would be able to handle
around 50-55 million passengers annually, once fully operational. The location of the airport has
been decided, keeping in mind the future growth in population, business and commercial activity
in the region. The airport would cater to the catchment area consisting of JNPT, Thane-Belapur
and the Taloja industrial area as well as the huge catchment area ranging from Pune to South
Mumbai.
b. Extension of the Thane-Vashi railway line up to Nerul
c. Extension of the Harbour railway line from Panvel to Uran
In the light of the considerable infrastructure development activity proposed and the growth of industrial
and commercial activities being witnessed in the region, networking amongst industries and commercial
establishments and showcasing of their skills and products is expected to gain more importance going
forward. Higher levels of interaction are expected to be witnessed as businesses in the region integrate
gradually with national and global businesses. Towards this objective of promoting the high level of
interactions between businesses, the City and Industrial Development Corporation of Maharashtra
Limited (CIDCO) is implementing an Exhibition Centre in Sector 30-A, Vashi, adjacent to the Sion-Panvel
Expressway and at a prominent entrance to Navi Mumbai.
3.1.2 Location and its immediate surroundings
Sector 30-A, which houses the Exhibition Centre, is an exclusive area of Vashi node, housing the Vashi
railway station along with its forecourt area, various IT parks, hotels, malls and planned state capital
complexes (complexes owned by various states of India). The following figure highlights the broad layout
of Sector 30-A.
2 Source: Comprehensive Mobility Plan of Navi Mumbai
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
13 Request for Proposal
Project Site
Potential areas of growth
in IT, Pharma, Education
Proposed
International
Airport
MIDC
Sion-Panvel
Highway
Figure 3: Site layout
Figure 4: Site neighbourhood
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
14 Request for Proposal
The immediate neighbourhood of the site has a significant presence of residential zones, industrial zones
and commercial (office space, retail and entertainment) zones.
Residential zones
Most neighbouring residential development lies in the nodes of Vashi, Koparkhairane, Nerul and CBD
Belapur, which are situated near the Project Site. New residential developments are coming up in the
nodes of Kharghar, Kamothe, Kalamboli, Ulwe, Panvel and Taloja. The sudden increase in residential
developments has given a fillip to the real estate industry in Navi Mumbai. It has also led to the
development of retail spaces like malls, shopping complexes and theatres.
Commercial zones
In terms of commercial development, the Dhirubhai Ambani Knowledge City (DAKC) and Dhirubhai
Ambani Life Sciences Centre (DALSC) are based along the Thane-Belapur belt, which is within 30
minutes driving distance from the site. There are IT parks at Mahape, Airoli and at the railway station
complexes of Vashi and Belapur. Navi Mumbai also has a substantial number of malls, particularly near
the Vashi railway station. These malls have good retail and entertainment zones.
Hospitality sector
Navi Mumbai presently has adequate capacity in terms of availability of good quality hotel rooms. There is
good availability of three-star accommodation along the Sion-Panvel Highway including hotels like the
Tunga Residency, the Park Hotels and Fortune Select Exotica in the near vicinity of the site. CIDCO has
currently allotted two plots in Navi Mumbai for the construction of 5-star hotels. These 5-star hotels would
add an approximate capacity of around 300-400 rooms in Navi Mumbai.
Industrial zones
Significant industrial development is witnessed to the east of the site in terms of the Thane-Belapur
Industrial belt, Mahape MIDC and Taloja MIDC. These industrial areas are host to a number of industries
from different sectors like pharmaceuticals, manufacturing, chemicals and fabrication. There is a
presence of companies like Sandoz, Zydus Cadila, SK Industries, Rallis, BASF and others along with
other small industries in the area.
Regional markets
In addition the site is within two to five hours driving distance from various regional markets like Nashik,
Pimpri-Chinchwad (i.e., the industrial areas of Talegaon, Chakan and Pimpri-Chinchwad), Aurangabad
and Mumbai itself. Pune, which is a 1.5 hour drive from Navi Mumbai, also has a significant presence of
IT companies as well as educational institutes. These represent a potential market for the Exhibition
Centre. The regional markets are highlighted in the following figure:
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
15 Request for Proposal
Figure 5: Regional markets
The strategic location of the site suggests that it can be developed into a major hub for public interaction
and commercial development. The following table highlights the desirable parameters of the site vis-à-vis
the key success factors for hosting an Exhibition Centre.
Key Success Factors Desirable parameters of the site
1. Connectivity & accessibility
a. City with the Exhibition and Convention
Centre should be directly connected to
major national and international
destinations
b. Site requires multi-modal connectivity to
facilitate inter and intra-city travel
1. Project site has excellent road and rail
connectivity along with an excellent public
transportation system.
2. Project site has excellent air connectivity
through the existing international airport at
Mumbai and through the upcoming Navi
Mumbai International Airport (NMIA). The
NMIA is within 25 minutes driving distance from
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
16 Request for Proposal
Key Success Factors Desirable parameters of the site
the site
3. All existing and future business magnets3 are
easily accessible from project site.
2. Proximity to consumer and producer markets
a. Site should preferably be located near the
central business district of the city and be
capable of attracting participants of
industrial and retail nature, thus increasing
expected participation.
1. The site is favourably located within the vicinity
of producer (IT parks, MIDC’s, Educational
Institutes) and consumer (residential
establishments) markets.
2. Area profile of site portrays a development mix
of multi economic activities.
3. Desirability of site likely to increase due to
enhancement of service level in ongoing urban
transport and real estate development being
undertaken by local development authorities.
4. Due to its strategic location — positioned
between the commercial centres of Mumbai
and Pune -- Project site has the potential to
gain quick visibility.
3. Proactive state support 1. CIDCO, to promote the business interactions
has undertaken the capital investment to
develop the state of the art Exhibition Centre.
2. CIDCO is also currently liaising with the
relevant state authorities to provide for a direct
access from the Exhibition Centre to highway.
4. Soft Skills
a. An Exhibition Centre needs trained and
skilled manpower for efficient management
of conventions & exhibitions of varied
industries.
1. Mumbai is the financial capital of India and is
well-connected with Navi Mumbai. Navi
Mumbai is the spill-over hub for the population
in Mumbai on account of its easy connectivity.
These could provide the necessary skilled
manpower for the project, going forward.
3 Business magnets – Thane Belapur Belt, Taloja MIDC, Pimpri Chinchwad MIDC area, Talegaon Industrial Area, Rangengaon
MIDC Area, Hadapsar Industrial Area, Hinjewadi and Talawade Infotech Park and Other Food Processing Clusters in Pune
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
17 Request for Proposal
Key Success Factors Desirable parameters of the site
2. Navi Mumbai has a significant presence of
education institutions in and around to enable
the provision of skilled manpower.
The above table reveals the perfect suitability of the site for an Exhibition Centre. The city of Navi Mumbai
is throbbing with business and development activity. Such a centre would further rev up the city’s growth
and as such be warmly welcomed.
3.1.3 The Project
The Navi Mumbai Exhibition Centre is being developed as a “Green Building” certified by Indian Green
Building Council (IGBC) with LEED (Leadership in Energy and Environmental Design) criteria. Once, the
envisaged centre is completed, it will comprise of four distinct facilities - exhibition centre, business
centre, a food court and an ancillary block with a bridge connecting the exhibition and the business
centre.
CIDCO intends to appoint an experienced operator on a contractual basis to operate and maintain this
facility. The brief scope of work for the Bidder is as set out below:
1. The Successful Bidder shall market and brand the exhibition centre under the name “Navi Mumbai
Exhibition Centre”.
2. The Successful Bidder shall operate and maintain the Navi Mumbai Exhibition Centre in accordance
with the objectives of CIDCO, as per the standards and specifications stipulated in the Volume 2:
Draft Agreement to License and as per good industry practice.
3. The Successful Bidder shall sub-license the Navi Mumbai Exhibition Centre to the exhibitors/
occupants.
4. The Successful Bidder shall collect and retain rentals for the Navi Mumbai Exhibition Centre sub-
licensed.
5. The Successful Bidder shall charge, collect and retain Entry Fee and Parking Fee from the visitors,
6. The Successful Bidder shall make the payment of annual License Rent to CIDCO as per the terms of
the Draft Agreement to License.
7. The Successful Bidder on the expiry of the License period shall duly hand back the Project Site and
the Project facilities to CIDCO.
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
18 Request for Proposal
3.2 Contract Structure
The contract structure for the Project which is to be followed is given in the figure below:
Figure 6: Contract structure
CIDCO Operator End User
License Rights
Annual License Rent
Upfront Payment
Exhibition Space
Rentals
The flow of transactions would be as follows:
1. Operator pays a fixed upfront payment to CIDCO
2. CIDCO enters into an Agreement to License with the Operator and thereby transfers the License
Rights on the Project to the Operator for a term of 9 years.
3. Operator through the Agreement to License commits to pay an annual License Rent to CIDCO for the
term of the agreement.
4. Operator to operate and maintain the Project as per the rules and regulations of CIDCO, through the
term of this Agreement.
3.3 Contents of RFP
The RFP Document comprises the contents as listed below, and would additionally include any Addenda
issued by CIDCO.
Volume 1: Request for Proposal
Section 1: Disclaimer
Section 2: Snapshot of RFP
Section 3: Project Background
Section 4: Principal Document
Section 5: Evaluation of Proposal
Section 6: Fraud and Corrupt Practices
Section 7: Pre-Bid Conference
Section 8: Miscellaneous
Section 9 to 21: Exhibits of Formats for submission
Volume 2: Draft Agreement to License
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
19 Request for Proposal
4 PRINCIPAL DOCUMENT
4.1 Definitions
1. Agreement/ Agreement to License shall mean the draft Agreement to License to be signed at the
end of the RFP stage, between CIDCO and the Successful Bidder and has been provided in Volume
2 of this RFP Document and shall include the schedules thereto.
2. Associate shall mean, in relation to the Bidder/ Member of the Bidding Consortium, a person who
controls, is controlled by, or is under the common control with such Bidder/ Member of the Bidding
Consortium. As used in this definition, the expression “control” means, with respect to a person which
is a company or corporation, the ownership, directly or indirectly, of more than 50% (fifty per cent) of
the voting shares of such person, and with respect to a person which is not a company or corporation,
the power to direct the management and policies of such person by operation of law.
3. Authorised Representative/ Signatory shall mean the person who shall be duly authorized by the
Bidding Entity or the Lead Consortium Member in its RFP submission to sign on the Bid. This
designated person shall be authorised to perform all the tasks including, but not limited to providing
information, responding to enquiries, entering into contractual commitments on behalf of the Bidder.
4. Bid / RFP shall mean the covers as defined in the Clause 4.2.3 submitted by the Bidders in response
to this RFP Document.
5. Bidder means a Bidding Entity or Bidding Consortium, as defined below that has submitted a Bid in
response to this RFP Document.
6. Bidding Entity If the RFP for the Project is submitted by a single Entity, it shall be referred to as the
“Bidding Entity”.
7. Bidding Consortium If the RFP for the Project is submitted jointly by more than one Entity, then this
group of Entities shall be referred to as a “Bidding Consortium”.
8. Bid Security shall have a meaning as referred in Clause 4.2.4.1 of this Document.
9. Bid Validity Period shall mean a period of not less than 180 days from the last date for submission
of the Bid.
10. Business Entity/ Entity shall mean a company incorporated under the Companies Act, 1956 (and if
it is a foreign company, equivalent law abroad) OR an incorporated Entity under similar legislation.
11. Central Government shall mean the Government of India.
12. Commercial Proposal shall mean the information submitted as per Section 19 of this Document.
13. Commercial Operations Date shall mean the date on which CIDCO certifies that the Project is open
for the purpose as stated by the Operator under the Agreement.
14. Consortium Member shall mean each Entity in the Bidding Consortium.
15. Crore (one unit) shall mean ten million.
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
20 Request for Proposal
16. Document /Request for Proposal (RFP) Document means this Request for Proposal Document
which is in two parts, i.e. Volume 1 - Request for Proposal and Volume 2 - Draft Agreement to
License.
17. Eligible Facility shall mean Hotels, Airports, Convention Centres, Business Centres, Exhibition
Centres or Commercial Real Estate space.
18. Holding Company shall mean the Business Entity holding a minimum stake of 51% equity in the
Bidding Entity / Lead Consortium Member directly or indirectly.
19. Lakh (one unit) shall mean 0.1 million.
20. Lead Consortium Member (LCM) - In case of a Bidding Consortium, the Lead Consortium Member
(LCM) shall be that Consortium Member who is vested with the prime responsibility of operating the
Project. The Lead Consortium Member shall necessarily make the maximum equity contribution in the
Special Purpose Company, and its equity contribution shall not be less than 51%. The LCM shall be
the authorised representative of the Bidding Consortium and shall be liable to CIDCO for all the
obligations of the Bidder. The LCM shall necessarily be an Entity incorporated under the Companies
Act, 1956 (and if it is a foreign company, equivalent law abroad) OR an incorporated Entity under
similar legislation. The LCM shall not be a Proprietorship Firm.
21. License Rent shall mean the amount offered by the Bidder in the Commercial Proposal payable to
CIDCO annually from the Commercial Operations Date for issuance of license for operating the
Project.
22. Letter of Allotment shall mean the letter issued by CIDCO to the Successful Bidder and shall be as
per terms mentioned in Clause 4.3.3.
23. Operator shall mean the Successful Bidder with whom CIDCO shall sign the Agreement to License.
24. Project shall mean operation and maintenance of the Navi Mumbai Exhibition Centre at Vashi, Navi
Mumbai.
25. Project Site shall mean the plot of land at Vashi, which is more particularly described in the Schedule
I of the Draft Agreement to License.
26. Responsiveness of the Bid/ Non-Responsive shall have a meaning as referred in Clause 4.3.1 of
this Document.
27. Special Purpose Company (SPC)/ Operator shall mean a company, which needs to be
incorporated under the Indian Companies Act, 1956 by the Bidding Consortium after being declared
as the Successful Bidder for the purpose of signing of the Agreement to License and implementing
the Project.
28. State Government shall mean the Government of Maharashtra.
29. Successful Bidder shall mean the Bidder who inter-alia meets the following requirements (a) who
fulfils the technical and financial capability (b) who offers the highest value of the annual License Rent
payable to CIDCO for the first year of operations; and (d) who adheres / consents to adhere to all
other conditions laid by CIDCO and who is invited by CIDCO for entering into the Agreement to
License for the Project.
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
21 Request for Proposal
30. Technical Consortium Member (TCM) shall mean in case of a Bidding Consortium, the Consortium
Member apart from the Lead Consortium Member who shall be evaluated for the technical capability.
The TCM would have a minimum contribution of 26% in the SPC. However if the Lead Consortium
Member is evaluated for technical capability then there would be no restriction of minimum
contribution by the TCM in the SPC. The TCM shall necessarily be an Entity incorporated under the
Companies Act, 1956 (and if it is a foreign company, equivalent law abroad) OR an incorporated
Entity under similar legislation.
31. Upfront Payment shall mean the payment made by the Successful Bidder to CIDCO at the time of
the signing of the Agreement to License, equal to 1.5 (one and half) times the quoted annual License
Rent payable by the Successful Bidder to CIDCO for the first year of operations.
NOTE: IN THE EVENT OF INTERPRETATION OF WORDS WHICH ARE NOT COVERED HEREIN
ABOVE SHALL BE COVERED BY GENERAL CLAUSES ACT.
4.2 Instruction to Bidders
4.2.1 General Information
4.2.1.1 Eligible Bidders
The Bidders eligible for participating in the RFP process shall be in any one of the following two
categories:
Category 1: A single Business Entity with financial capability and experience stipulated in the Eligibility
Criteria.
Category 2: A maximum of two Business Entities forming a Bidding Consortium consisting of a Lead
Consortium Member and the Technical Consortium Member can Bid for the Project. The Bidding
Consortium shall incorporate a Special Purpose Company for undertaking the Project. The Lead
Consortium Member shall be a member holding at least 51% share capital in the Special Purpose
Company. The Technical Member shall be a member holding at least 26% share capital in the Special
Purpose Company. In the event of the Lead Consortium Member fulfilling the technical evaluation criteria,
then there would be no restriction on the minimum equity stake in paid up share capital of the Technical
Consortium Member. The Business Entities forming the Consortium shall be referred to as Consortium
Members. The Lead Consortium Member and the Technical Consortium Member must be Business
Entities.
The term “Bidder” used hereinafter would therefore apply to both the above-mentioned categories.
Any Entity, which has earlier been barred by CIDCO from participating in its projects, would not be eligible
to submit an RFP, either individually or as Member of a Bidding Consortium if such bar subsists as on the
RFP Submission Date.
Note: The foreign bidders shall be subject to Reserve Bank of India rules and regulations and also other
applicable laws in India.
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
22 Request for Proposal
4.2.1.2 Consortia
RFP submitted by a Consortium should comply with the following additional requirements:
1. The Lead Consortium Member shall be the financial member and shall hold a minimum equity stake
equal to 51% in paid up share capital of the Special Purpose Company. The Lead Consortium
Member shall not dilute its minimum equity contribution till the expiry of the Agreement to License.
Also the Lead Consortium Member shall sign the Agreement to License on behalf of the Bidding
Consortium.
2. The Technical Consortium Member shall hold a minimum equity stake equal to 26% in the in paid up
share capital of the Special Purpose Company. The Technical Consortium Member shall not dilute its
minimum equity contribution till the end of the expiry of the Agreement to License.
3. In the event of the Lead Consortium Member is fulfilling the technical evaluation criteria, then the
minimum equity stake of the Lead Consortium Member in paid up share capital of the Special
Purpose Company shall be equal to 51%. However there would be no restriction on the minimum
equity stake of the Technical Consortium Member in paid up share capital of the Special Purpose
Company.
4. Change in the composition of a Consortium shall not be permitted by CIDCO at any time during the
Bid process.
5. A Bidder who has submitted an RFP for the Project in its individual capacity or as part of a
Consortium shall not participate as a Member of any other Consortium submitting an RFP for the
Project;
6. The Consortium Members shall execute a Power of Attorney (as per the Section 14) authorizing the
Lead Consortium Member to take decisions on any matters pertaining to the Project.
7. The Consortium Members shall submit a Letter of Acceptance (as per Section 11)
8. All the members of the Bidding Consortium shall be liable jointly and severally for the execution of the
Project in accordance with the terms of the Agreement.
9. All witnesses and sureties shall be persons of status and probity and their full names and addresses
shall be stated below with their signature.
Note 1: Any Bidder or a Member of the Bidding Consortium if black listed either by the State Government
or the Central Government or by any other government undertaking during 3 (three) years before the date
of this RFP shall not be eligible to participate in this RFP submission.
Note 2: In computing the Financial Capability of a Bidder/ Member of the Bidding Consortium, the
experience of the respective Associate will be eligible hereunder.
4.2.1.3 Confidentiality towards Bidder Provided Information
Information relating to the examination, clarification, evaluation, and recommendation for the short-listed
Bidders shall not be disclosed to any person not officially concerned with the process. CIDCO will treat all
information submitted as part of RFP in confidence and would require all those who have access to such
material to treat the same in confidence. CIDCO will not divulge any such information unless it is ordered
to do so by any authority pursuant to applicable law or order of a competent court or tribunal, which
requires its disclosure.
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
23 Request for Proposal
4.2.1.4 Accuracy and Completeness of RFP Document
This RFP Document includes statements, which reflect various assumptions, which may or may not be
correct. This Document does not purport to contain all the information each Bidder may require. This RFP
Document may not be appropriate for all persons, and it is not possible for CIDCO to consider the
investment objectives, financial situation and particular needs of each party who reads or uses this RFP
Document. Certain Bidders may have better knowledge than others for the Project. Each Bidder should
conduct its own investigations and analysis and should check the accuracy, reliability and completeness
of the information in this RFP Document and obtain independent advice from appropriate sources.
Neither CIDCO nor its employees or its consultants make any representation or warranty as to the
accuracy, reliability or completeness of the information in this RFP Document.
4.2.1.5 Liability
Neither CIDCO nor its employees or its consultants will have any liability to any Bidder or any other
person under the law of contract, or, the principles of restitution or unjust enrichment or otherwise for any
loss, expense or damage which may arise from or be incurred or suffered in connection with anything
contained in this RFP Document, any matter deemed to form part of this RFP Document, the award of the
Project and any other information supplied by or on behalf of CIDCO or its employees, any of its
consultants or otherwise arising in any way from the selection process for the Project.
4.2.1.6 Other instructions
All Bidders should note the following:
1. Bidders are requested submit their Bid through e-tendering system as per format indicated in Section
9. CIDCO shall use the contacts provided through this acknowledgement for circulating the response
to pre bid queries. In the event of a Bidder not acknowledging the receipt of the RFP Document,
CIDCO or its employees will not have any liability towards the Bidder for not sending the response to
the pre bid queries.
2. Bids that are incomplete in any respect or those that are not consistent with the requirements as
specified in this RFP Document or those that do not contain the Covering Letter, Letter of
Commitment and Letters of Acceptance as per the specified formats may be considered non-
responsive and may be liable for rejection.
3. Strict adherence to formats, wherever specified, is required. Non-adherence to formats may be a
ground for declaring the Bid non-responsive.
4. Bidders may note that CIDCO will not entertain any deviations to the RFP Document and its Addenda
at the time of submission of the Bid or thereafter. The Bid to be submitted by the Bidders shall have to
be unconditional and unqualified and the Bidders would be deemed to have accepted the terms and
conditions of the RFP Document with all its contents including the Draft Agreement to License. Any
conditional Bid shall be regarded as non-responsive and would be liable for rejection.
5. No change in, or supplementary information to a Bid shall be accepted once submitted. However,
CIDCO reserves the right to seek additional information from the Bidders if found necessary, during
the course of evaluation of the Bid. Non-submission, incomplete submission or delayed submission of
such additional information or clarifications sought by CIDCO, may be a ground for rejecting the Bid.
6. The Bids shall be evaluated as per the criteria specified in this RFP Document. However, within the
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
24 Request for Proposal
broad framework of the evaluation parameters as stated in the RFP Document, CIDCO reserves the
right to make modifications to the stated evaluation criteria, which would be uniformly applied to all
the Bidders.
7. Mere submission of information does not entitle the Bidder to meet an eligibility criterion. CIDCO
reserves the right to vet and verify any or all information submitted by the Bidder. If any claim made or
information provided by the Bidder in the Bid or any information provided by the Bidder in response to
any subsequent query by CIDCO, is found to be incorrect or is a material misrepresentation of facts,
then the Bid will be liable for rejection. Mere clerical errors or bonafide mistakes may be treated as an
exception at the sole discretion of CIDCO and if CIDCO is adequately satisfied.
8. The Successful Bidder shall have to submit as a part of the RFP submission, a signed copy of the
Draft Agreement to License as a full acceptance of the Agreement to License. Thus, the Successful
Bidder will not have any scope for negotiations on the terms and conditions of the Agreement to
License at the time of signing of the Agreement to License.
9. The Bidder shall have to submit with the proposal, an undertaking in the requisite format specified in
Section 16 on an Indian non-judicial stamp paper of Rs. 100. This undertaking is an affirmation from
the Bidder with respect to the authenticity of information/ documents furnished along with the Bid. Any
deviation in material facts in respect to information/ documents furnished by the Bidder in this respect
is noted at any point of time (i.e. at the time of submission or after signing the Agreement) then the
Bid can be disqualified or will make the Successful Bidder liable for breach of contract in case the
discrepancy is noted after the signing of Agreement.
4.2.2 CIDCO’s Rights regarding the RFP
4.2.2.1 Right to accept or reject any RFP
Notwithstanding anything contained in this RFP Document, CIDCO reserves the right to accept or reject
any RFP or to annul the Bid Process or reject all Bids, at any time without any liability or any obligation for
such rejection or annulment and without assigning any reasons. CIDCO reserves the right to reject the
Bid if:
1. At any time during the Bid process or thereafter, any misrepresentation is found to be made or
discovered, or
2. The Bidder does not respond promptly and diligently to requests for additional/ supplemental
information required for the evaluation of the RFP.
This would lead to the disqualification of the Bidder. If the Bidder is a Consortium, then the entire
Consortium would be disqualified / rejected.
4.2.2.2 Right to ask clarifications
To facilitate evaluation of RFPs, CIDCO may if necessary, at its sole discretion, seek clarifications and/ or
any additional information in writing from any Bidder regarding its RFP.
4.2.2.3 Right to Change/Modify
At any time prior to the RFP Due Date, CIDCO reserves the right to change/modify any or all of the
provisions of this RFP Document for any reason, whether at its own initiative or in response to
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
25 Request for Proposal
clarifications requested by a Bidder. Such a change would be intimated to all the parties procuring this
RFP Document by the issuance of Addenda. Any Addendum issued hereunder will be in writing and shall
be sent to all the parties procuring this RFP Document. In order to afford the Bidders a reasonable time
for taking an Addendum into account, or for any other reason, CIDCO may, in its sole discretion, extend
the RFP Due Date4.
4.2.2.4 Right to request the extension of validity of Bid
In exceptional unavoidable circumstances, prior to expiry of the original Bid Validity Period, CIDCO may
request Bidders to extend the Bid Validity Period for a specified additional period. Bidders not extending
the Bid Validity Period when so requested would automatically be disqualified.
4.2.2.5 Right to cancel the RFP Process
CIDCO may cancel this RFP process at any stage without assigning any reasons whatsoever and will not
be liable to compensate any Bidder on any grounds whatsoever. The Bidder shall not be entitled to refund
of cost of documents or other costs in case the RFP Process or the Bid is cancelled for whatsoever
reason or without assigning any reason.
4.2.2.6 Schedule of the Bidding Process
CIDCO would endeavour to adhere to the following schedule:
S. N. Event Description Date
1. Issue of RFP Document From 3rd
March 2014, 15:00 hours, till RFP Due Date
2. Last date for receipt of queries for clarification
18th March 2014 till 17:00 hours
3. Pre-bid Conference 19th March 2014 On 14:00 hours. at CIDCO
Bhavan, CBD Belapur, Navi Mumbai – 400614
4. Last date for submission of RFP 28th May 2014 on or before 15:00 hours.
5. Opening of Technical Proposal 28th May 2014, 16:00 hours onwards
The above dates are indicative and tentative for the information of the Bidders only. CIDCO reserves the
right to change the Schedule of the Bidding Process.
4.2.3 Instructions for RFP Preparation
The Bidder would provide all the information as required under this RFP Document. CIDCO would
evaluate only those Bids that are received in the required format and complete in all respects.
4 While extending the RFP Due Date on account of an addendum, CIDCO shall have due regard for the time required by Bidders to
address the amendments specified therein. In the case of significant amendments, at least 15 (fifteen) days will be provided between the date of amendment and the RFP Due Date, and in the case of minor amendments, at least 7 (seven) days will be provided.
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
26 Request for Proposal
The Bid and its copies shall be typed or written in indelible ink and signed by the Authorised
Representative of the Bidder who shall also initial each page, in blue ink. In case of printed and published
documents, only the cover shall be initialled. All the alterations, omissions, additions or any other
amendments made to the Bid shall be initialled by the person(s) signing the Bid.
4.2.3.1 Submission of Bid through e-tendering System
1. The Bidder shall summit the Bid only through the e-tendering website
www.cicdo.maharashtra.etenders.in.
2. Bidders tool Kit link (detailed Help documents, designed for bidders) has been provided on e-
Tendering website (https://maharashtra.etenders.in/mah/toolkitBidder.asp) in order to guide them
through different steps involved during e-tendering such as online procedure for tender document
purchase, bid preparation, bid submission.
3. If any assistance is required regarding e-Tendering (registration / upload / download) please contact
e-Tendering Help Desk on number: 020 25315555 / 9167969614.
4. The tender document is uploaded / released on Government of Maharashtra, (GoM) e-tendering
website http://CIDCO.maharashtra.etenders.in. Tender document and supporting documents may be
downloaded from above mentioned link. Subsequently, bid has to be prepared and submitted online
only on the e-tender portal.
5. The Bidders participating first time for e-tenders on GoM e-tendering portal will have to complete the
online registration process for the e-Tendering portal.
6. The interested Bidders will have to make online payment (using credit card/debit card/net
banking/Cash Card) of Rs. 1038/- (Rupees one thousand and thirty eight only), inclusive of all taxes,
for the Bid to online service provider of e-Tendering system at the time of entering online Bid
Submission stage as per the Schedule of Bidding Process.
a) Qualification : The Bidder shall submit the following through e-tendering system for qualifying for
the Project
i. Receipt of the acknowledgement for the procurement of this RFP Document in support of
download of the RFP Document from the e-tendering website.
ii. In the event the Bidder has downloaded the RFP Document from the website of CIDCO, a
demand draft of Rs. 26,250/- (Rupees Twenty six Thousand two hundred and fifty only)
including 5% (five percent) value added tax in favour of “CIDCO Limited” payable at Navi
Mumbai.
iii. Covering Letter as per Section 10.
iv. Letter(s) of Acceptance as per format specified in Section 11.
v. Letter(s) of Commitment as per format specified in Section 12.
vi. Description of the Bidder as per format specified in Section 13.
vii. Power of Attorney for signing of RFP by the Lead Consortium Member as per format
specified in Section 14.
viii. Power of Attorney for the Authorised Signatory as per format specified in Section 15.
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
27 Request for Proposal
(To be provided by the Lead Consortium Member in case of a Consortium)
ix. Undertaking as per Section 16.
x. Information format for Technical Capability as per Section 17 along with the supporting
documents.
xi. Information format for Financial Capability as per Section 18 along with:
a. the calculations undertaken by the Bidder’s Statutory Auditor and
b. the audited annual statements for the latest three financial years as certified by a
Statutory Auditor, as detailed under Clause 5.1.4. In case of a Bidding Consortium the
latest three financial years should be that of the Lead Consortium Member
xii. Bid Security as per format in Section 20.
b) Commercial Proposal - The. Bidders are required to submit the Commercial Proposal only through
the e-tendering system as mentioned in clause no 4.2.3.1(1) in the format as given in Section 19. It
may be noted that Bids of Bidders, which do not contain the Commercial Proposal as specified
above, would be considered invalid and liable for rejection.
Note: No overwriting shall be permitted unless initialled by the Authorized Representative of the Bidder
signing the RFP.
The Bidder is required to carefully study the contents of this RFP Document and to obtain all information it
may require enabling it to submit its RFP. The Bidder shall be deemed to have satisfied itself as to the
correctness and sufficiency of the RFP Document. No claims whatsoever will be entertained arising out of
Bidder’s failure to study the RFP Document. The RFP submissions that are deemed incomplete or non-
responsive to the requirements of this RFP Document will be rejected.
4.2.3.2 RFP Due Date
RFP should be submitted only through www.cidco.maharashtra.etenders.in on or before the last date for
submission of RFP as mentioned in the Schedule of Bidding Process as per Clause no 4.2.2.6 in the
manner and form as detailed in this RFP Document. RFP submitted by any other means other than the
online tendering system will not be acceptable. CIDCO shall not be responsible for any delay in receipt of
the RFP submissions. CIDCO may, in exceptional circumstances, and at its sole discretion, extend the
last date for submission by issuing an Addendum in accordance with Clause 4.2.2.3, uniformly for all
Bidders.
4.2.3.3 RFP preparation cost
The Bidder shall be responsible and shall bear all the costs associated with the preparation of its RFP
and its participation in the RFP process. CIDCO shall not be responsible or in any way liable for such
costs, regardless of the conduct or outcome of the RFP process.
4.2.3.4 Project inspection and site visit
It is desirable that each Bidder submits its RFP after visiting the site (with the prior permission of CIDCO)
and ascertaining for itself the location, surroundings, or any other matter considered relevant by it. It
would be deemed that by submitting the RFP, the Bidder has:
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
28 Request for Proposal
1. Made a complete and careful examination of the RFP Document;
2. Received all relevant information requested from CIDCO;
3. accepted the risk of inadequacy, error or mistake in the information provided in the RFP Document or
furnished by or on behalf of CIDCO relating to any of the matters referred to in this Clause 4.2.3.4
above;
4. satisfied itself about all matters, things and information including matters referred to in this Clause
4.2.3.4 hereinabove necessary and required for submitting an informed Bid, execution of the Project
in accordance with the RFP Document and performance of all of its obligations thereunder;
5. acknowledged and agreed that inadequacy, lack of completeness or incorrectness of information
provided in the RFP Document or ignorance of any of the matters referred to in this Clause 4.2.3.4
hereinabove shall not be a basis for any claim for compensation, damages, extension of time for
performance of its obligations, loss of profits etc. from CIDCO, or a ground for termination of the
Agreement to License by the Bidder;
6. acknowledged that it does not have a Conflict of Interest; and
7. agreed to be bound by the undertakings provided by it under and in terms hereof
CIDCO shall not be liable for any mistake or error on the part of the Bidder in respect of any of the above
or on account of any matter or thing arising out of or concerning or relating to the RFP Document or the
Bidding Process, including any error or mistake therein or in any information or data given by CIDCO.
4.2.3.5 Number of Bids for RFP
Each Bidder shall submit only one Bid in response to this RFP Document. Any Bidder, who submits or
participates in more than one Bid submission shall be disqualified and shall also cause the disqualification
of the Consortium of which it is a Member.
4.2.3.6 Clarifications
A prospective Bidder requiring any clarification on the RFP Document may notify CIDCO in writing. The
queries shall have to be sent in the format as specified in Section 21. The Bidders should send in their
queries on or before the date and time specified in the Schedule of Bidding Process.
4.2.3.7 Language
The RFP and all related correspondence and documents should be written in the English language.
Supporting documents and printed literature furnished by the Bidder with the RFP may be in any other
language provided that these are accompanied by appropriate translations of the pertinent passages in
the English language. Supporting material, which are not translated into English, may not be considered.
For the purpose of interpretation and evaluation of the RFP, the English language translation shall prevail.
All communication and information provided should be legible, and wherever the information is given in
figures, the same should be mentioned in words.
4.2.3.8 Currency
The currency for the purpose of the RFP evaluation shall be the Indian Rupee (INR). The conversion to
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
29 Request for Proposal
Indian Rupees shall be based on the corresponding TT buying rate specified by the State Bank of India,
ten days before the RFP Due Date. In all cases where the original figure is in foreign currency, such
original figures in the relevant foreign currency and the INR equivalent thereof must be given.
4.2.3.9 Validity of Bid
Each Bid shall indicate that it is a firm and irrevocable offer, and shall remain valid and open for a period
of not less than 180 days from the last date for submission of the Bid. Non-adherence to this requirement
will be a ground for declaring the Bid as non-responsive. However, CIDCO may solicit the Bidder’s
consent for extension of the period of validity. Such request for extension shall be made by CIDCO in
writing. The Bidder agrees to reasonably consider such a request and shall send its response in writing. A
Bidder accepting CIDCO request for extension of validity shall not be permitted to modify his Bid in any
other respect.
4.2.3.10 Signing Authority
A duly authorized officer of the Bidder shall sign the RFP. The RFP must be signed in the Bidder’s name
and on its behalf and under seal by an Authorised Representative of the Bidder and shall be
accompanied by a notarized and legalized Power of Attorney valid for at least 12 months. The office held
by the signing officer shall be clearly mentioned. The Format for Power of Attorney is highlighted in
Section 15.
If the Bidder is a Consortium, the Consortium Members shall designate an authorized officer from the
Lead Consortium as “Authorised Representative”.
All the alterations, omissions, additions, or any other amendments made to the RFP shall be initialled by
the Authorised Representative(s) signing the RFP submission before uploading on the online tendering
system.
4.2.3.11 Modification / Substitution / Withdrawal of RFP
The Bidder may modify, substitute, or withdraw its RFP before the final submission through e-tendering
system. No RFP shall be modified, substituted or withdrawn by the Bidder after the RFP Due Date.
4.2.3.12 Confidentiality
CIDCO requires that Bidder limits the disclosure of information given in this RFP Document to those in
Bidders organization who have a need to know in order to respond to this RFP Document. The
information contained in the RFP Document may not be disclosed, published, or advertised in any
manner without CIDCO’s written authorization. All information contained in the RFP Documents is to be
treated as proprietary regardless of whether the Documents are labelled as such or not. Bidders are
authorized to provide appropriate information to proposed Consortium Members as required, but Bidder
must inform Consortium Members that the conditions in this section apply.
4.2.3.13 Correspondence with the Bidder
Save and except as provided in this RFP, CIDCO shall not entertain any correspondence with any Bidder
in relation to acceptance or rejection of any Bid.
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
30 Request for Proposal
4.2.4 Fees and Deposits to be paid by the Bidders
4.2.4.1 Bid Security
Bidders shall submit as a part of its Bid, a Bid Security for an amount equal to Rs. 5,000,000/- (Rupees
Fifty Lakhs only) in the form an irrevocable Bank Guarantee issued by a commercial/ nationalised/
scheduled bank5 in favour of “CIDCO Limited” payable at Navi Mumbai, as per the format for Bank
Guarantee for Bid Security given in Section 20. The Bid Security shall be valid for not less than 180 (one
hundred eighty) days from the RFP Due Date, inclusive of a claim period of 30 (thirty) days, and may be
extended as may be mutually agreed between CIDCO and the Bidder from time to time. In case the Bank
Guarantee submitted as Bid Security is issued by a foreign bank outside India, confirmation of the same
by any nationalised bank in India is required. Bids of Bidder, who fails to furnish the above Bid Security,
shall be liable for rejection by CIDCO as non-responsive. The Bidder shall scan the Bid Security and
submit the same through e-tendering system and the original hard copy of the Bid Security shall be
submitted at the address mentioned in clause 4.2.6 on or before the RFP Due Date mentioned in Clause
no 4.2.2.6.
Subject to the other clauses of this section, CIDCO shall reserve the right to forfeit the Bid Security under
the following circumstances:
1. If a Bidder submits a non-responsive Bid;
2. If a Bidder engages in a corrupt practice, fraudulent practice, coercive practice, undesirable practice
or restrictive practice as specified in Section 6 of this RFP;
3. If a Bidder withdraws its Bid during the period of Bid validity as specified in Clause 4.2.3.9 of this RFP
and as extended by mutual consent of the respective Bidder(s) and CIDCO;
4. In the case of Successful Bidder, if it fails within the specified time limit –
a. to sign and return the duplicate copy of LOA;
b. to sign the Agreement to License; or
c. to furnish the Performance Security within the period prescribed thereof in the Agreement to
License; or
5. In case the Successful Bidder, having signed the Agreement to License, commits any breach thereof
prior to furnishing the Performance Security.
In the event that any Bidder does not meet the Technical or Financial Capability Criteria, then the Bid
Security of such Bidders can cease to be in force upon return of the unopened Cover 2 of their Bid. The
Bid Security in such cases shall be returned to the respective Bidders without any interest within 30 days
from such cessation.
The Bid Security of the unsuccessful Bidders (after opening of Cover 2) will be returned after 30 days
without any interest following the signing of the Agreement to License by the Successful Bidder.
5 For the avoidance of doubt, scheduled bank shall mean a bank as defined under Section 2(e) of the Reserve Bank of India Act,
1934.
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
31 Request for Proposal
The Successful Bidder’s Bid Security will be returned, without any interest, upon the incorporation of the
Operator by the Successful Bidder for undertaking the Project and signing the Agreement to License and
furnishing the Performance Security in accordance with the provisions thereof. CIDCO may, at the
Successful Bidder’s option, adjust the amount of Bid Security in the amount of Performance Security to
be provided by him in accordance with the provisions of the Agreement to License.
4.2.5 Non Association with Project Advisors
CIDCO has retained Project Advisors for assistance in the selection process. The Bidders are required
not to have any association with the members, or attempt to exercise undue influence on the members, of
the Project Advisory Team or to influence from the date of receipt of this Document till the completion of
the selection process. Non-conformance with this requirement is a sufficient condition for the
disqualification of any Bidder from the Selection Process.
4.2.6 Enquiries and Clarifications
Enquiries, if any, can be addressed to:
To,
The General Manager (IT&SP),
City and Industrial Development Corporation of Maharashtra Limited,
Ground Floor, CIDCO Bhavan,
CBD Belapur,
Navi Mumbai- 400614
Phone: +91 – 22 – 67918171 / 67918654
Fax: +91 – 22 – 67918573
Email: [email protected]
It may kindly be noted that all the requests for clarifications should be couriered in hard copy. The
requests for clarifications submitted by the Bidder should be as per the format mentioned in Section 21.
Data to the extent available has been indicated in the RFP Document. The Bidders are suggested to
make their own investigations and collect additional data for preparation of the Bid.
CIDCO will endeavour to hold the pre-bid conference as per the time schedule indicated in Clause
4.2.2.6. Attendance of the Bidders at the pre-bid conference is not mandatory. However, subsequent to
the meeting, CIDCO shall not respond to queries from any Bidder. All queries to be addressed at the pre-
bid conference shall have to be submitted before the last date for request for clarifications mentioned in
Clause 4.2.2.6.
CIDCO shall aggregate all such requests for clarifications, without specifying the source of clarifications,
and may prepare a response, which shall be uploaded on www.cidco.maharashtra.etenders.in. It may be
noted that queries in writing as well as through the email address mentioned above would be entertained
only from those parties who have downloaded this RFP Document and have acknowledged the receipt of
the RFP Document as per Section 6.
4.3 Description of Selection Process
The submission of Bids by interested parties in response to the RFP Document would be required to be
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
32 Request for Proposal
submitted online as mentioned in section 4.2.3.1
The Bids received would be subject to a prima-facie check for responsiveness followed by a step wise
evaluation procedure as described below.
4.3.1 Step 1: Responsiveness of Bid
Prior to evaluation of Bids, CIDCO shall determine whether each Bid is responsive to the requirements of
this RFP. A Bid may be deemed “Non-responsive” if it does not satisfy any of the following conditions:
1. It is not received as per format specified in this RFP by the RFP Due Date and time as specified in this RFP Document, including any extension thereof;
2. It does not contain all the information and documents (complete in all respects) in formats as specified in this RFP;
3. It is not accompanied by a valid Bid Security;
4. It does not contains certificates from its Statutory Auditors in the formats specified in this RFP for experience claimed;
5. It is not accompanied by a Demand Draft of Rs. 26,250/- (Rupees twenty six thousand two hundred and fifty only) in favour of “CIDCO Ltd.” payable at Navi Mumbai.
6. It is not accompanied by the Power(s) of Attorney as specified in Clause 4.2.3.10, as the case may be; or
7. It contains any condition or qualification
The Bid shall be considered to be substantially responsive if it conforms to the preceding requirements
without material deviation or reservation. A material deviation or reservation is one which,
1. Affects in any substantial way, the scope, quality, or performance of the Project, or
2. Limits in any substantial way, inconsistent with the RFP Document, CIDCO’s rights or the Bidder's
obligations under this Agreement, or
3. Unfairly affects the competitive position of other Bidders presenting substantially responsive Bids.
4. The Bidder seeks deviations on the Agreement to License or the Bid process. The Bid to be
submitted by the Bidders would have to be unconditional and unqualified and the Bidders would be
deemed to have accepted the terms and conditions of the RFP Document with all its contents
including the Draft Agreement to License.
CIDCO reserves the right to reject any Bid which is “non-responsive” and no request for alteration,
modification, substitution or withdrawal shall be entertained by CIDCO in respect of such Bid. A Bid once
declared as “non-responsive” and rejected, cannot be made responsive by the Bidder having corrected or
withdrawn the non-conforming deviation or reservation.
The Bids of “Responsive” Bidders shall be evaluated in the following steps:
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
33 Request for Proposal
4.3.2 Step 2: Evaluation of Technical and Financial Capability
At this stage, the Technical and Financial Capability of a Bidder in undertaking the Project would be
assessed. The Bidders would be evaluated on parameters as defined in Clause 5.1, (Criteria for
Evaluating Technical and Financial Capability) and the Bidders found to meet the Technical Capability
Criteria either under category 1 or category 2 and Financial Capability Criteria would be eligible for the
next stage of the selection process. The Commercial Proposal (Cover 2) of the Bidders not found to meet
the Technical and Financial Capability Criteria would be returned unopened.
4.3.3 Step 3: Evaluation of Commercial Proposal
Evaluation of the commercial proposals would be undertaken as detailed in Clause 5.2 only for those
Bidders who are found to meet the Technical and Financial Capability Criteria as specified in the Clause
4.3.2. A ranked list (in the descending order of the value of annual License Rent quoted for the first year
of operations) of Bidders based on the results of the evaluation would be prepared. The top three ranked
Bidders shall be retained till the signing of the Agreement to License with the Successful Bidder.
Subsequent to this process, the Letter of Allotment (LOA) would be issued to the Successful Bidder by
CIDCO. Within 7 (seven) days from the date of issue of the LOA, the Successful Bidder shall sign and
return the duplicate copy of the LOA in acknowledgement thereof. In the event the duplicate copy of the
LOA duly signed by the Successful Bidder is not received by the stipulated date, CIDCO may, unless it
consents to extension of time for submission thereof, appropriate the Bid Security of such Bidder as
Damages on account of failure of the Successful Bidder to acknowledge the LOA, and the next eligible
Bidder may be considered.
After acknowledgement of the LOA as aforesaid by the Successful Bidder, CIDCO will promptly notify
other Bidders that their Proposals have been unsuccessful and their Bid Security will be returned within
30 days without interest on the signing of the Agreement to License with the Successful Bidder. The
Successful Bidder shall then be required to cause the Operator incorporated for undertaking the Project
to enter into an Agreement to License with CIDCO within 45 (forty five) days from date of issue of the
LOA. The Successful Bidder has to bear any expenditure like payment of stamp duty, registration charges
etc. for the purpose of executing the Agreement to License with CIDCO. The Successful Bidder on or
before the date of signing of the Agreement shall:
1. Pay an Upfront Payment of Rs. _____ crore in the form of a Demand Draft from a commercial/
nationalised/ scheduled bank drawn in favour of the “CIDCO Limited” payable at Navi Mumbai,
2. Furnish Performance Security as stipulated in the Volume 2: Agreement to License by way of
irrevocable Bank Guarantee issued by a commercial/ nationalised/ scheduled bank drawn in favour of
the “CIDCO Limited” payable at Navi Mumbai, as required under the Agreement to License.
Failure of the Successful Bidder to comply with the requirements mentioned herein above shall constitute
sufficient grounds for the annulment of the LOA, and forfeiture of the Bid Security. In such an event,
CIDCO reserves the right to
1. either invite the next best Bidder for negotiations; or
2. call for fresh Bids; or
3. take any such measure as may be deemed fit in the sole discretion of CIDCO, including annulment of
the bidding process
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
34 Request for Proposal
4.3.4 Contacts during Bid Evaluation
Bids shall be deemed to be under consideration immediately after they are opened and until such time
CIDCO makes official intimation of award/ rejection to the Bidders. While the Bids are under
consideration, Bidders and/ or their representatives or other interested parties are advised to refrain, save
and except as required under this RFP Document, from contacting by any means, CIDCO and/ or their
employees/ representatives on matters related to the Bids under consideration.
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
35 Request for Proposal
5 EVALUATION OF PROPOSAL
5.1 Evaluation of Technical and Financial Capability
Qualification will be based on the assessment of the Technical and Financial Capability of the Bidders.
The Bidders would be evaluated on eligibility criteria as defined in Clauses 5.1.3 and 5.1.4. The Bidders
found to meet the Technical Capability Criteria either under category 1 or under category 2 and the
Financial Capability Criteria would be eligible for the next stage of the selection process.
5.1.1 Entity to be evaluated in case of a Bidding Entity
The Financial and Technical Capability shall be evaluated for the Bidding Entity. Financial Capability of an
Associate of the Bidding Entity can be considered, if proposed in place of the Bidding Entity. The Bid
should clearly indicate the Entity that should be considered for the evaluation of Financial and Technical
Capability as per the format in Section 13.
5.1.2 Entity to be evaluated in case of a Bidding Consortium
5.1.2.1 For evaluation under the Technical Capability Criteria
The Technical Consortium Member (TCM) OR the Lead Consortium Member (LCM) shall be evaluated
for the criteria mentioned under the Technical Capability Criteria as specified in Clause 5.1.3. The Bid
should clearly indicate the Entity that should be considered for the evaluation of Technical Capability in
Section 13.
5.1.2.2 For evaluation under the Financial Capability criteria
Either the financial strength of the Lead Consortium Member (LCM) shall be considered or if it so prefers,
the financial strength of an Associate of the LCM could be presented for evaluation in lieu of itself. The
Bid should clearly indicate the Entity that should be considered for the evaluation of Financial Capability
as per the format in Section 13. If the Bidding Consortium is proposing to consider the capability of its
Associate then it has to submit a letter on the covering letter of such Associate as per the format
mentioned in Section 12 in the Volume – I of this RFP Document.
5.1.3 The Technical Capability Criteria
The Bidder shall satisfy the Technical Capability Criteria either under category 1 OR under category 2
below to qualify for the Project.
1. Technical Capability Criteria – category 1
(A) Have experience of operating closed exhibition space of at least 6000 sqm for a continuous
period of 3 years in last 5 years from the RFP Due Date and having organized / conducted
exhibitions totalling to 150 exhibition days (excluding assembly & dismantling) in those 3 years
from that Exhibition center.
OR
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
36 Request for Proposal
(B) Have experience of operating closed exhibition space of at least 6000 sqm for a continuous
period of 3 years in last 5 years from the RFP Due Date and having organized / conducted
exhibitions totalling 250 exhibition days (excluding assembly and dismantling) in those 3 years
from that exhibition center and from other exhibition centers.
The Technical Capability Criteria under category 1 shall be fulfilled by the Bidding Entity or in the
case of a Bidding Consortium, by the Technical Consortium Member.
2. Technical Capability Criteria – category 2
(A) Have experience of organizing exhibitions at closed exhibition spaces of at least 6000 sqm for at
least 75 exhibition days (excluding the days for assembly and dismantling) each year for a
continuous period of 3 years in last 5 years from the RFP Due Date;
AND
(B) Have experience of maintaining an Eligible Facility of at least 6000 sqm each year for a
continuous period of 3 years in last 5 years from the RFP Due Date.
The Technical Capability Criteria under category 2 shall be fulfilled by the Bidding Entity or in the
case of a Bidding Consortium, by the Technical Consortium Member. Additionally, in the case of a
Bidding Consortium, if the Lead Consortium Member fulfils either (A) or (B) of the Technical
Capability Criteria under category 2, the Technical Consortium Member shall fulfil the Technical
Capability Criteria under category 2 that is not fulfilled by the Lead Consortium Member.
The Bidder should furnish the details of experience and furnish evidence to support its claim as per
Section 17. The Bidder shall furnish evidence to support the information provided for evaluation under
technical capability. The Bidder should furnish the details of technical capability as on the date of
submission of RFP. The Bidder is required to submit certificates along with any other supporting
documents as proof for the Technical Capability Criteria. The above-mentioned documents must be
provided for the Entity eligible to be evaluated under the Technical Capability Criteria.
5.1.4 The Financial Capability Criteria
The Bidder shall satisfy all the below mentioned criteria to qualify for the Project.
1. Net worth of the Bidder as on March 31, 2013 (or latest applicable financial year ending date) shall be
at least INR 50 crore (Indian rupees fifty crore only), duly certified by the Bidder’s Statutory
Auditor; AND
2. Average Net Cash Accruals of the Bidder over the last three completed financial years shall be at
least INR 10 crore (Indian rupees ten crore only), duly certified by the Bidder’s Statutory Auditor.
The Financial Capability Criteria shall be fulfilled by the Bidding Entity or in the case of a Bidding
Consortium, by the Lead Consortium Member.
The Bidders should provide information regarding the above based on audited annual accounts for the
respective financial years. The information to be provided as per Section 18 shall be certified by a
Statutory Auditor. The financial year would be the same as the one normally followed by the Bidder for its
annual financial statements.
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
37 Request for Proposal
Net worth of a Business Entity shall be defined as: (Subscribed and Paid up Capital + Reserves) -
(Revaluation reserves + Miscellaneous expenditure not written off + Intangible assets + Accumulated
Losses if any)
Net Cash Accruals of a Business Entity shall be defined as (Profit after Tax + Depreciation and
Amortization + any other non-cash expenses debited from the Income Statement) – (Dividends paid if
any)
The definition of ‘Profit after Tax’, ‘Depreciation and Amortization’, and ‘Dividends’ shall be as per the
accounting code of the Bidder’s country, in which the Bidder has the registered office. In case of a
Bidding Consortium, then the accounting code of the country of the LCM’s registered office, whose
financial capability is being evaluated, shall be considered.
The RFP must be accompanied by the audited annual financial statements of the Bidder (i.e. last
three completed financial years of the Bidding Entity or the Lead Consortium Member and
Technical Consortium Member if it’s a Bidding Consortium).
In case the annual accounts for the latest financial year are not audited and therefore the Bidder could not
make it available, the Bidder shall give an undertaking to that effect and the Statutory Auditor shall certify
the same. In such a case, the Bidder may provide the un-audited Annual Accounts (with Schedules) for
the latest financial year. In any case, the Audited Annual Financial Statements for two years preceding
the latest financial year would have to be provided, failing which the RFP will be deemed as non-
responsive and will be rejected.
The Bidder should furnish the details evidence to support its claim as per Section 18.
5.2 Evaluation of Commercial Proposal
The Commercial Proposal evaluation seeks to select the Entity offering the best commercial terms. The
information requirements and guidelines for submission of the Commercial Proposal are detailed in
Section 19.
5.2.1 Commercial Proposal Parameters
The Commercial Proposals of all the Bidders would be evaluated on the basis of the value of quoted
annual License Rent payable to CIDCO for the first year of operations.
The information provided shall be evaluated as per the format detailed in Section 19. The Bidders are
requested to note that the annual License Rent has to be quoted only in Indian rupees. Any Bids received
with the annual License Rent quoted in any other currency or any combination with any other currency
will be treated as non-responsive. The annual License Rent quoted should be exclusive of Service Tax
and the Operator shall pay Service Tax to CIDCO over and above the annual License Rent payable.
5.2.2 Evaluation of Commercial Proposal
The Bidder has to quote the annual License Rent payable to CIDCO for the first year of operations as
mentioned in the format in Section 19. This annual License Rent payable to CIDCO for the first year of
operations shall be escalated by 30% (thirty percent) once every 3 (three) years. For example the annual
License Rent payable to CIDCO in the fourth year shall be at least 1.3 times the annual License Rent
payable in the first year. In addition to this annual License Rent payable to CIDCO every year, the Bidder
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
38 Request for Proposal
also needs to pay CIDCO an Upfront Payment equal to 1.5 (one and half) times the annual License Rent
payable to CIDCO for the first year of operations upon signing of the Agreement to License.
For the purpose of evaluation of the Commercial Proposals of the Bidders, the annual License Rent
payable to CIDCO for the first year of operations as quoted by the Bidders would be ranked in
descending order, with the Bidder quoting the highest value of the annual License Rent for the first year
of operations being ranked first and the Bidder quoting the second highest ranked as second and so on.
The Bidder offering the highest value of the annual License Rent payable to CIDCO for the first year of
operations would be preferred as a Bidder who subsequently shall be designated as the Successful
Bidder after signing of the Agreement to License between CIDCO and the Operator incorporated by the
Bidder for undertaking this Project. The payments from the Operator to CIDCO shall be made as per the
schedule provided in the draft Agreement to License.
Bidders are requested to note that the annual License Rent quoted should not have any conditionality
attached or deviations from the Agreement to License as indicated in the RFP Document. Bids with
conditions attached may be treated as non-responsive and liable for rejection at the discretion of CIDCO.
In the event that two or more Bidders, quote the same highest value of the annual License Rent payable
to CIDCO in the first year of operations in the Commercial Proposal, CIDCO may invite fresh Commercial
Proposals from such Bidders. This process shall be repeated for three times if similar situation arises.
However, even after taking such repeated steps the situation remains unchanged then the Bid selection
would be settled through drawing of lots among the tied Bidders.
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
39 Request for Proposal
6 FRAUD AND CORRUPT PRACTICES
The Bidders and their respective officers, employees, agents and advisers shall observe the highest
standard of ethics during the Bidding Process and subsequent to the issue of the LOA and during the
subsistence of the Agreement to License. Notwithstanding anything to the contrary contained herein, or in
the LOA or the Agreement to License, CIDCO may reject a Bid, withdraw the LOA, or terminate the
Agreement to License, as the case may be, without being liable in any manner whatsoever to the Bidder
or the Special Purpose Company incorporate by the Bidder for the execution of this Project, as the case
may be, if it determines that the Bidder or the Special Purpose Company, as the case may be, has,
directly or indirectly or through an agent, engaged in corrupt practice, fraudulent practice, coercive
practice, undesirable practice or restrictive practice in the Bidding Process. In such an event, CIDCO shall
be entitled to forfeit and appropriate the Bid Security or Performance Security, as the case may be, as
Damages, without prejudice to any other right or remedy that may be available to CIDCO under this RFP
Document, or otherwise.
Without prejudice to the rights of CIDCO under this Section 6 hereinabove and the rights and remedies
which CIDCO may have under the LOA or the Agreement to License, or otherwise if a Bidder or the
Operator incorporated, as the case may be, is found by CIDCO to have directly or indirectly or through an
agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable
practice or restrictive practice during the Bidding Process, or after the issue of the LOA or the execution
of the Agreement to License, such Bidder or the Operator incorporated by such Bidder for undertaking
this Project shall not be eligible to participate in any tender or RFP issued by CIDCO during a period of 2
(two) years from the date such Bidder or Operator incorporated, as the case may be, is found by CIDCO
to have directly or indirectly or through an agent, engaged or indulged in any corrupt practice, fraudulent
practice, coercive practice, undesirable practice or restrictive practices, as the case may be.
For the purposes of this Section 6, the following terms shall have the meaning hereinafter respectively assigned to them:
1. “corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly or indirectly, of
anything of value to influence the actions of any person connected with the Bidding Process (for
avoidance of doubt, offering of employment to or employing or engaging in any manner whatsoever,
directly or indirectly, any official of CIDCO who is or has been associated in any manner, directly or
indirectly, with the Bidding Process or the LOA or has dealt with matters concerning the Agreement to
License or arising therefrom, before or after the execution thereof, at any time prior to the expiry of
one year from the date such official resigns or retires from or otherwise ceases to be in the service of
CIDCO, shall be deemed to constitute influencing the actions of a person connected with the Bidding
Process); or (ii) save and except as permitted under this RFP Document, engaging in any manner
whatsoever, whether during the Bidding Process or after the issue of the LOA or after the execution
of the Agreement to License, as the case may be, any person in respect of any matter relating to the
Project or the LOA or the Agreement to License, who at any time has been or is a legal, financial or
technical adviser of CIDCO in relation to any matter concerning the Project;
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
40 Request for Proposal
2. “fraudulent practice” means a misrepresentation or omission of facts or suppression of facts or
disclosure of incomplete facts, in order to influence the Bidding Process;
3. “coercive practice” means impairing or harming, or threatening to impair or harm, directly or
indirectly, any person or property to influence any person’s participation or action in the Bidding
Process;
4. “undesirable practice” means (i) establishing contact with any person connected with or employed
or engaged by CIDCO with the objective of canvassing, lobbying or in any manner influencing or
attempting to influence the Bidding Process; or (ii) having a Conflict of Interest; and
5. “restrictive practice” means forming a cartel or arriving at any understanding or arrangement
among Bidders with the objective of restricting or manipulating a full and fair competition in the
Bidding Process
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
41 Request for Proposal
7 PRE-BID CONFERENCE
Pre-Bid Conference(s) of the Bidders shall be convened at the designated date, time and place. A
maximum of five representatives of each Bidder shall be allowed to participate on production of authority
letter from the Bidder.
During the course of Pre-Bid Conference(s), the Bidders will be free to seek clarifications and make
suggestions for consideration of CIDCO. CIDCO shall endeavour to provide clarifications and such further
information as it may, in its sole discretion, consider appropriate for facilitating a fair, transparent and
competitive Bidding Process.
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
42 Request for Proposal
8 MISCELLANEOUS
The Bidding Process shall be governed by, and construed in accordance with, the laws of India and the
Courts at [Navi Mumbai/ Mumbai] shall have exclusive jurisdiction over all disputes arising under,
pursuant to and/ or in connection with the Bidding Process.
CIDCO, in its sole discretion and without incurring any obligation or liability, reserves the right, at any
time, to;
1. suspend and/ or cancel the Bidding Process and/ or amend and/ or supplement the Bidding Process
or modify the dates or other terms and conditions relating thereto;
2. consult with any Bidder in order to receive clarification or further information;
3. retain any information and/ or evidence submitted to CIDCO by, on behalf of, and/ or in relation to any
Bidder; and/ or
4. independently verify, disqualify, reject and/ or accept any and all submissions or other information
and/ or evidence submitted by or on behalf of any Bidder
It shall be deemed that by submitting the Bid, the Bidder agrees and releases CIDCO, its employees,
agents and advisers, irrevocably, unconditionally, fully and finally from any and all liability for claims,
losses, damages, costs, expenses or liabilities in any way related to or arising from the exercise of any
rights and/ or performance of any obligations hereunder, pursuant hereto and/ or in connection with the
Bidding Process and waives, to the fullest extent permitted by applicable laws, any and all rights and/ or
claims it may have in this respect, whether actual or contingent, whether present or in future.
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
43 Request for Proposal
9 ACKNOWLEDGEMENT OF RECEIPT OF RFP DOCUMENT AND NOTICE OF INTENT TO SUBMIT PROPOSALS
Date:
Place:
To,
The General Manager (IT&SP),
City and Industrial Development Corporation of Maharashtra Limited,
Ground Floor, CIDCO Bhavan,
CBD Belapur,
Navi Mumbai- 400614
Dear Sir,
Ref: Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
The undersigned hereby acknowledges and confirms receipt of both the Parts (i.e. Volume 1 and Volume
2) of the Request for Proposal (RFP) Document from CIDCO and conveys its intention to submit its Bid
for the Selection of an Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai. Following are
our contact details:
Name of contact person
Designation
Name of the organisation
Address
Telephone
Signature
Date of Receipt of RFP Document
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
44 Request for Proposal
Thanking you,
Yours sincerely,
For and on behalf of : (here enter the name of the Bidder and the Company Seal)
Signature : (Authorised Representative and Signatory)
Name of the Person :
Designation :
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
45 Request for Proposal
10 FORMAT OF COVERING LETTER
(The covering letter is to be submitted by the Bidding Entity or the Lead Consortium Member of a Bidding
Consortium. To be provided on the Company letterhead)
Date:
Place:
To,
The General Manager (IT&SP),
City and Industrial Development Corporation of Maharashtra Limited,
Ground Floor, CIDCO Bhavan,
CBD Belapur,
Navi Mumbai- 400614
Dear Sir,
Ref: Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
Please find enclosed our Bid in respect of the Selection of an Operator for Navi Mumbai Exhibition Centre
at Vashi, Navi Mumbai in response to the Request for Proposal (“RFP”) Document issued by the CIDCO
dated ----, 2014.
We hereby confirm the following:
1. The Bid is being submitted by __________ (name of the Bidding Entity/ Lead Consortium Member
in case of Bidding Consortium) who is the Bidding Entity / the Lead Consortium Member of the
Bidding Consortium comprising __________ (mention the names of the entities who are the
Consortium Members), in accordance with the conditions stipulated in the RFP Document. (In case
of a Bidding Consortium) Our Bid includes the Letter(s) of Acceptance in the format specified in the
RFP Document.
2. We have examined in detail and have understood the terms and conditions stipulated in the RFP
Document issued by CIDCO and in any subsequent communication sent by CIDCO. We agree and
undertake to abide by all these terms and conditions. Our Bid is consistent with all the requirements
of submission as stated in the RFP Document or in any of the subsequent communications from
CIDCO.
3. The information submitted in our Bid is complete, is strictly as per the requirements as stipulated in
the RFP Document, and is correct to the best of our knowledge and understanding. We would be
solely responsible for any errors or omissions in our Bid.
4. We confirm that our Commercial Proposal does not contain any Conditions.
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
46 Request for Proposal
5. The Bidding Entity / Bidding Consortium of which we are the Lead Consortium Member (Please
strike out whichever is not applicable), satisfies the legal requirements and meets all the eligibility
criteria laid down in the RFP Document.
6. We confirm that our Bid shall be valid for a period of 180 days from the last date of submission of the
Bid.
For and on behalf of :
Signature : (Authorised Representative and Signatory)
Name of the Person :
Designation :
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
47 Request for Proposal
11 FORMAT OF LETTER OF ACCEPTANCE
(The Letter of Acceptance is to be submitted by the Bidding Consortium Member separately other than the Lead
Consortium Member of the Bidding Consortium)
Date:
Place:
To,
The General Manager (IT&SP),
City and Industrial Development Corporation of Maharashtra Limited,
Ground Floor, CIDCO Bhavan,
CBD Belapur,
Navi Mumbai- 400614
Dear Sir,
Ref: Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
This is with reference to the Bid being submitted by _______ (mention the Lead Consortium Member of
the Bidding Consortium), as Lead Consortium Member of the Bidding Consortium comprising _______
(mention name(s) of the Consortium Members) in respect of the Selection of Operator for Navi Mumbai
Exhibition Centre at Vashi, Navi Mumbai in response to the Request for Proposal Document (“RFP
Document”) issued by CIDCO dated ---, 2014.
We hereby confirm the following:
1. We __________________(name of the Consortium Member furnishing the Letter of Acceptance),
have examined in detail and have understood and satisfied ourselves regarding the contents
included in respect of the following:
a. The RFP Document issued by CIDCO
b. All subsequent communications between CIDCO and the Bidder, represented by _________________ (Mention name of the Lead Consortium Member);
c. The Bid being submitted by _________________ (name of the Lead Consortium Member).
2. We have satisfied ourselves regarding our role as ______________________ (here give a brief
description of the role) in the Project as specified in the Bid. If the Bidding Consortium is awarded the
Project we shall perform our role as outlined in the Bid to the best of our abilities. We have examined
the Bid in detail and the commitments made in the same. We agree and undertake to abide by the
Bid and the commitments made therein.
3. We have authorised ____________________ (name of the Lead Consortium Member), as the Lead
Consortium Member and authorise them to perform all tasks including, but not limited to providing
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
48 Request for Proposal
information, responding to enquiries, entering into contractual commitments etc. on behalf of the
Bidding Consortium, in respect of this Project.
4. We understand that, no change in the membership in the Bidding Consortium, in the role and form of
responsibility of any Consortium Member shall be permitted after submission of the Bid. If any
change in the membership of the Bidding Consortium is desired, it would need to be communicated
to CIDCO in writing for its approval. CIDCO would reserve the right to reject such requests for a
change of Bidding consortium’s structure, if in its opinion; it would adversely affect the same.
For and on behalf of :
Signature : (Authorised Signatory of respective Consortium Member)
Name of the Person :
Designation :
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
49 Request for Proposal
12 FORMAT OF LETTER OF COMMITMENT
(The Letter of Commitment is to be submitted by the company whose strengths or credentials are desired to be considered for purpose of the evaluation by the Bidding Entity or the Consortium)
Date:
Place:
To,
The General Manager (IT&SP),
City and Industrial Development Corporation of Maharashtra Limited,
Ground Floor, CIDCO Bhavan,
CBD Belapur,
Navi Mumbai- 400614
Dear Sir,
Ref: Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
This is reference to the Bid being submitted by _______________ (mention the Lead Consortium
Member of the Bidding Consortium), as Lead Consortium Member of the Bidding Consortium comprising
(mention name(s) of the Consortium Members) in respect of the Selection of an
Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai in response to the Request for
Proposal Document (“RFP Document”) issued by CIDCO dated ---, 2014.
We hereby confirm the following:
1. We __________________(name of the Company, whose credentials are to be considered for
evaluation of financial eligibility criteria), have examined in detail and have understood and satisfied
ourselves regarding the contents mainly in respect of the following:
a. The Request for Proposal Document issued by CIDCO;
b. All subsequent communications between CIDCO and the Bidder, represented by _______________________ (name of the Bidding Entity or of the Lead Consortium Member in case of a Bidding Consortium); and
c. The RFP being submitted by _________________ (name of the Bidding Entity or of the Lead Consortium Member in case of a Bidding Consortium).
2. We have satisfied ourselves regarding our role as _________________ (here give a brief description
of the role) in the Project as specified in the RFP Document. If __________________ (name of the
Bidding Entity / Bidding Consortium) is awarded the Project we shall perform our role as outlined in
the RFP to the best of our abilities.
3. The nature of our legal relationship with the Bidding Entity / Lead Consortium Member of the Bidding
Consortium is specified in the RFP, as per the requirements stated in the RFP Document.
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
50 Request for Proposal
For and on behalf of :
Signature : (Authorised Signatory of respective Bidding Consortium Member)
Name of the Person :
Designation :
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
51 Request for Proposal
13 DESCRIPTION OF BIDDER
Details of Bidding Entity:
Name of the Bidding Entity
Address of the Registered/ Head Office of the Bidding
Entity
Contact Number and mail id of Authorised
Representative:
Certificate of Incorporation / Commencement
Certificate (if any)
Submission of copy of the Certificate of
Incorporation / Commencement Certificate
(if any)
Company to be considered for Evaluation
For Financial Capability Bidding Entity OR
The Associate
For Technical Capability Bidding Entity
Details of Bidding Consortium:
Name of the Lead Consortium Member
Address of the Registered/ Head Office of the LCM
Contact Number and mail id of Authorised
Representative:
Certificate of Incorporation / Commencement
Certificate (if any)
Submission of copy of the Certificate of
Incorporation / Commencement Certificate
(if any)
Name of the Technical Consortium Member
Address of the Registered/ Head Office of the
Consortium Member/ Technical Consortium Member
Contact Number and mail id of Authorised
Representative:
Certificate of Incorporation / Commencement
Certificate (if any)
Submission of copy of the Certificate of
Incorporation / Commencement Certificate
(if any)
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
52 Request for Proposal
Equity Contribution of Bidding Consortium
Equity contribution of Lead Consortium Member %
Equity contribution of Technical Consortium Member %
Consortium to be considered for Evaluation
Name of the Consortium Member
For Technical Capability Lead Consortium Member OR
Technical Consortium Member
For Financial Capability Lead Consortium Member OR
The Associate
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
53 Request for Proposal
14 FORMAT OF POWER OF ATTORNEY FOR DESIGNATING LEAD CONSORTIUM MEMBER
(To be executed on a Non-judicial stamp paper of Rs. 100)
Power of Attorney
Whereas City and Industrial Development Corporation of Maharashtra Limited ("CIDCO") has invited
proposals from interested parties for the Selection of Operator for Navi Mumbai Exhibition Centre at
Vashi, Navi Mumbai.
Whereas, the members of the Consortium are interested in bidding for the Project and implementing the
Project in accordance with the terms and conditions of the Request for Proposal (RFP) Document and
other connected documents in respect of the Project, and
Whereas, it is necessary under the RFP Document for the Consortium Member to designate the Lead
Consortium Member with all necessary power and authority to do for and on behalf of the Consortium, all
acts, deeds and things as may be necessary in connection with the Consortium’s Bid for the Project who,
acting jointly, would have all necessary power and authority to do all acts, deeds and things on behalf of
the Consortium, as may be necessary in connection with the Consortium’s Bid for the Project.
NOW THIS POWER OF ATTORNEY WITNESSETH THAT;
We, M/s. -------(Lead Consortium Member) and M/s -------(Technical Consortium Member) (the respective
names and addresses of the registered office) do hereby designate M/s. --------------------------------------------
---------------------------- being one of the members of the Consortium, as the Lead Consortium Member of
the Consortium, to do on behalf of the Consortium, all or any of the acts, deeds or things necessary or
incidental to the Consortium’s Bid for the Project, including submission of Bid, participating in
conferences, responding to queries, submission of information/ documents and generally to represent the
Consortium in all its dealings with CIDCO, any other Government Agency or any person, in connection
with the Project until culmination of the process of bidding and thereafter till the Agreement to License is
entered into with CIDCO.
We hereby agree to ratify all acts, deeds and things lawfully done by Lead Consortium Member, our said
attorney pursuant to this Power of Attorney and that all acts deeds and things done by our aforesaid
attorney shall and shall always be deemed to have been done by us / Consortium.
Dated this ……Day of …….2014
…………………………………
(Executants) - (To be executed by all the members of the Consortium)
Note: To be executed only in case of a Consortium and 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.
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
54 Request for Proposal
15 FORMAT FOR POWER OF ATTORNEY FOR DESIGNATING AN AUTHORISED REPRESENTATIVE
(To be executed on a Non-judicial stamp paper of Rs. 100)
Power of Attorney
Know all men by these presents, we ……………………. (name and address of the registered office) do
hereby constitute, appoint and authorise Mr / Ms………………………………(name and residential
address) who is presently employed with us and holding the position of ………………………. as our
attorney, to do in our name and on our behalf, all such acts, deeds and things necessary in connection
with or incidental to our proposal for the project “Selection of Operator for Navi Mumbai Exhibition Centre
at Vashi, Navi Mumbai”, including signing and submission of all documents and providing information /
responses to City and Industrial Development Corporation of Maharashtra Limited ("CIDCO"),
representing us in all matters before CIDCO, and generally dealing with CIDCO in all matters in
connection with our Bid for the said Project.
We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant to this
Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall and shall
always be deemed to have been done by us.
For ___________________________ (Signature)
(Name, Title and Address)
Accepted
………….. (Signature)
(Name, Title and Address of the Attorney)
Note:
1. In case of Bidders who are not resident in India, the Power of Attorney may be submitted on plain paper attested
by any authorised officer of the Embassy of India and duly stamped in accordance with the relevant rules of the
Registration Department of the Government of Maharashtra.
2. 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.
3. Also, wherever required, the Bidder should submit for verification the extract of the charter documents and
documents such as a resolution/ power of attorney in favour of the Person executing this Power of Attorney for
the delegation of power hereunder on behalf of the Bidder.
4. In case an authorised Director of the Bidder signs the Proposal, a certified copy of the appropriate resolution
conveying such authority may be enclosed in lieu of the Power of Attorney.
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
55 Request for Proposal
16 FORMAT FOR UNDERTAKING
(To be executed on a Non-judicial stamp paper of Rs. 100)
The information/ documents submitted by us are true to our knowledge and if the information/ documents
so furnished shall be found to be untrue or false, the Bid shall be liable to be disqualified and our Bid
Security accompanying the Bid will be forfeited.
Also we are aware that if the information/ document furnished are found to be untrue or false during the
currency of contract, then our contract is liable to be terminated.
We hereby declare that we have made ourselves thoroughly conversant with the specifications and
conditions laid by CIDCO for this Bid and we have understood the same before submitting this Bid.
We hereby certify and confirm that in the preparation and submission of our Bid for the proposals listed
below, we have not acted in concert or in collusion with any other Bidder or other person(s) and also not
done any act, deed or thing which is or could be regarded as anti-competitive.
We further confirm that we have not offered nor will offer any illegal gratification in cash or in kind to any
person or agency in connection with the instant proposals.
We agree that the amount of Bid Security shall be liable to be forfeited by CIDCO, should we fail to abide
by the stipulation to keep the offer open for a period of not less than 180 days from the date fixed for
opening the same and thereafter until it is withdrawn by us by the notice in writing duly addressed to the
authority opening the Bids.
Bidder _______________________
Address ________________________
________________________
Dated the ________ day of ______________ 2014 Signature of Bidder
Witness
Address ________________________
________________________
Dated ___________ day of ________ 2014
Signature of Witness
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
56 Request for Proposal
17 INFORMATION FORMAT FOR TECHNICAL CAPABILITY
Experience of the Bidder and Supporting documents – category 1
Technical Capability Criteria – category 1
Summary of Bidder’s Experience
The Bidder should meet the following:
1. Have experience of operating closed
exhibition space of at least 6000
sqm for a continuous period of 3
years in last 5 years from the RFP
Due Date and having organized /
conducted exhibitions totalling to
150 exhibition days (excluding
assembly & dismantling) in those 3
years from that Exhibition center.
OR
2. Have experience of operating closed
exhibition space of at least 6000
sqm for a continuous period of 3
years in last 5 years from the RFP
Due Date and having organized /
conducted exhibitions totalling 250
exhibition days (excluding assembly
and dismantling) in those 3 years
from that exhibition center and from
other exhibition centers.
Exhibition facilities comprises of:
1. Closed exhibition space of ______ sqm at ______
exhibition center from ______ to ______.
2. Closed exhibition space of ______ sqm at ______
exhibition center from ______ to ______.
3. Closed exhibition space of ______ sqm at ______
exhibition center from ______ to ______.
At the above facilities, Bidder has organized/ hosted
exhibitions totalling:
1. ______ exhibition days at ______ exhibition center from
______ to ______.
2. ______ exhibition days at ______ exhibition center from
______ to ______.
3. ______ exhibition days at ______ exhibition center from
______ to ______.
(Add the number of exhibition centers based on the
experience to be claimed)
(The Bidder shall provide details of the operation of closed
exhibition space and exhibitions/ other events organized and
details of the exhibition facility as per format below)
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
57 Request for Proposal
Name of Entity to be evaluated:
Sr.
No.
Name of
Exhibition
Centre
Closed exhibition space Documentary proof (To be attached
with this format)
Area
(sqm)
Period Details of Exhibitions
organized
Proof list (√ ) if
attached
1. ___ to
___
Provide the following
info:
1. Name of exhibition
2. Period of exhibition
(Dates) and number
of exhibition days
3. Name of the
Organizer (along
with contact details)
4. Number of exhibitors
5. Number of visitors
1. Certificate from local
authority (Town
planning or Municipal
authority)
2. Certificate from an
appropriate statutory
authority (If point no. 1
above not available)
3. Request letter from the
organizer for booking
the space; and
4. Letter of confirmation
from the operator to
the organizer;
5. Certificate from an
appropriate statutory
authority (If 3 and 4
above are absent)
2. ___ to
___
Provide the following
info:
1. Name of exhibition
2. Period of exhibition
(Dates) and number
of exhibition days
3. Name of the
Organizer (along
with contact details)
4. Number of exhibitors
5. Number of visitors
1. Certificate from local
authority (Town
planning or Municipal
authority)
2. Certificate from an
appropriate statutory
authority (If point no. 1
above not available)
3. Request letter from the
organizer for booking
the space; and
4. Letter of confirmation
from the operator to
the organizer;
5. Certificate from an
appropriate statutory
authority (If 3 and 4
above are absent)
Note:
Insert more rows if required
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
58 Request for Proposal
Experience of the Bidder and Supporting documents – category 2
Technical Capability Criteria – category 2
Summary of Bidder’s Experience
The Bidder should meet the following:
1. Have experience of organizing
exhibitions at closed exhibition
spaces of at least 6000 sqm for at
least 75 exhibition days (excluding
the days for assembly and
dismantling) each year for a
continuous period of 3 years in last 5
years from the RFP Due Date;
AND
2. Have experience of maintaining an
Eligible Facility of at least 6000 sqm
each year for a continuous period of
3 years in last 5 years from the RFP
Due Date.
Bidder has organized/ hosted exhibitions totalling:
1. ______ exhibition days at ______ exhibition center at
closed exhibition space of ______ sqm from ______ to
______.
2. ______ exhibition days at ______ exhibition center at
closed exhibition space of ______ sqm from ______ to
______.
3. ______ exhibition days at ______ exhibition center at
closed exhibition space of ______ sqm from ______ to
______.
(Add the number of exhibition centers based on the
experience to be claimed)
(The Bidder shall provide details of the exhibitions / trade fairs
organized and details of the exhibition facility as per Format 1
below)
Bidder has maintained:
1. ______ (Insert Eligible Facility details) of ______ sqm
from ______ to ______.
2. ______ (Insert Eligible Facility details) of ______ sqm
from ______ to ______.
3. ______ (Insert Eligible Facility details) of ______ sqm
from ______ to ______.
(The Bidder shall provide details of maintaining the Eligible
Facility as per Format 2 below)
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
59 Request for Proposal
Format 1
Name of Entity to be evaluated:
Sr.
No.
Name of
Exhibition
Centre
Closed exhibition space Documentary proof (To be attached
with this format)
Area
(sqm)
Period Details of Exhibitions
organized
Proof list (√ ) if
attached
1. ___ to
___
Provide the following
info:
1. Name of exhibition
2. Period of exhibition
(Dates) and number
of exhibition days
3. Name of the
Organizer (along
with contact details)
4. Number of exhibitors
5. Number of visitors
1. Request letter from the
organizer for booking
the space; and
2. Letter of confirmation
from the operator to
the organizer;
3. Certificate from an
appropriate statutory
authority (If 3 and 4
above are absent)
2. ___ to
___
Provide the following
info:
1. Name of exhibition
2. Period of exhibition
(Dates) and number
of exhibition days
3. Name of the
Organizer (along
with contact details)
4. Number of exhibitors
5. Number of visitors
1. Request letter from the
organizer for booking
the space; and
2. Letter of confirmation
from the operator to
the organizer;
3. Certificate from an
appropriate statutory
authority (If 3 and 4
above are absent)
Note:
Insert more rows if required
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
60 Request for Proposal
Format 2
Name of Entity to be evaluated:
Sr.
No.
Name of
Eligible
Facility
Area (sqm) Period Documentary proof (To be attached with this
format)
Proof list (√ ) if
attached
1. ___ to ___ 1. Certificate from local authority
(Town planning or Municipal
authority)
2. Certificate from an appropriate
statutory authority (If point no. 1
above not available)
2. ___ to ___ 1. Certificate from local authority
(Town planning or Municipal
authority)
2. Certificate from an appropriate
statutory authority (If point no. 1
above not available)
Note:
Insert more rows if required
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
61 Request for Proposal
18 INFORMATION FORMAT FOR FINANCIAL CAPABILITY
Name of Entity to be evaluated
Net Worth (INR Crore)* 31/03/2013
Average Net Cash Accruals
(INR Crore)*
Net Cash Accruals (INR Crore)* (√ ) if Statutory Auditor
Certificate attached
31/03/2013 31/03/2012 31/03/2011
*As per audited annual financial statements of last completed financial year
Calculations for estimating the Net worth and Net Cash Accruals as mentioned above:
Net worth:
Formulae (Describe against each head the particulars considered) 31/03/2013 (INR)
Paid up capital Xx
Add: Reserves Xx
Less: Revaluation Reserves Xx
Less: Miscellaneous Expenditure not written off Xx
Less: Intangible Assets Xx
Less: Accumulated Losses Xx
TOTAL Xxx
Average Net Cash Accruals:
Formulae (Describe against each formulae head the particulars considered)
31/03/2013 (INR)
31/03/2012 (INR)
31/03/2011 (INR)
Average of 3 years (INR)
Profit after Tax xx xx Xx
Add: Depreciation and Amortization xx xx Xx
Add: Other Non-Cash expenses xx xx Xx
Less: Dividends xx xx Xx
TOTAL xxx xxx Xxx xxx
These calculations have to be certified by the Statutory Auditor. The independent auditor issuing the
certificate should clearly indicate his/her membership number assigned by the Institute of Chartered
Accountants of India (ICAI) or equivalent organisation abroad.
Along with the format and calculations, the Bidder needs to submit audited annual financial statements for
the last three years from its latest financial year.
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
62 Request for Proposal
The Bidder shall provide the audited annual financial statements (with schedules) as required for this
RFP. Failure to do so would be considered as a non-responsive Bid.
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
63 Request for Proposal
19 COMMERCIAL PROPOSAL FORMAT
(To be provided on the letterhead of the Bidding Entity or the Lead Consortium Member in case of a Bidding Consortium)
Date:
Place:
To, The General Manager (IT&SP),
City and Industrial Development Corporation of Maharashtra Limited,
Ground Floor, CIDCO Bhavan,
CBD Belapur,
Navi Mumbai- 400614
Dear Sir,
Ref: Selection of an Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
Please find enclosed our Commercial Proposal in respect of the Selection of an Operator for Navi
Mumbai Exhibition Centre at Vashi, Navi Mumbai in response to the Request for Proposal (“RFP”)
Document issued by the CIDCO dated _____________ 2014.
Annual License Rent for the first year of Operations: INR ______________ (INR in words)
Thanking you,
Yours sincerely,
For and on behalf of : (here enter the name of the Bidder and the Company Seal) Signature : (Authorised Representative and Signatory) Name of the Person : Designation : Note:
1. In case of a discrepancy while expressing in figures vis-à-vis expressing in words, then the latter shall govern.
2. To be signed by the Lead Consortium Member in case of a Bidding Consortium
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
64 Request for Proposal
20 FORMAT OF BANK GUARUANTEE FOR BID SECURITY
B.G. No. __________________________________ dated __________.
This Deed of Guarantee executed at __________ by ______________ (Name of Bank having its office at
Navi Mumbai) having its Head / Registered office at ____________________ (hereinafter referred to as
“the Guarantor”) which expression shall unless it be repugnant to the subject or context thereof include
its, successors and assigns;
In favour of
City and Industrial Development Corporation of Maharashtra Limited (hereinafter called “CIDCO”), having
its registered office at Nirmal, 2nd Floor, Nariman Point, Mumbai - 400 021, India, which expression shall
unless it be repugnant to the subject or context thereof include its, successors and assigns;
WHEREAS M/s. ______________________ Ltd., a Company registered under provisions of the
Companies Act, 1956 having its registered office at ____________ (hereinafter called “the Bidder”)
which expression shall unless it be repugnant to the subject or context thereof include its/their executors
administrators, successors and assigns, has Bid for Selection of Operator for Navi Mumbai Exhibition
Centre at Vashi, Navi Mumbai (hereinafter referred to as “the Project”).
1. In terms of Clause 4.2.4.1 of the Request for Proposal Document issued in respect of the Project
(hereinafter referred to as “RFP Document”) the Bidder is required to furnish to CIDCO an
unconditional and irrevocable Bank Guarantee for an amount of Rs. ________ (Rupees __________
Only) as Bid Security
2. The Guarantor has at the request of the Bidder and for valid consideration agreed to provide such
Bank Guarantee being these presents:
NOW THEREFORE THIS DEED WITNESSETH AS FOLLOWS:
1. The Guarantor, as primary obligor shall, without demur, pay to CIDCO an amount not exceeding Rs.
____________ (Rupees ____________ only) within 5 days of receipt of a written demand from
CIDCO calling upon the Guarantor to pay the said amount and stating that the Bid Security provided
by the Bidder has been forfeited in terms of Clause 4.2.4.1 of the RFP Document.
2. Any such demand made on the Guarantor by CIDCO shall be conclusive and absolute as regards the
forfeiture of Bid Security and the amount due and payable by the Guarantor under this Guarantee.
3. The above payment shall be made without any reference to the Bidder or any other person and
irrespective of whether the claim of CIDCO is disputed by the Bidder or not.
4. This Guarantee shall be irrevocable and remain in full force for a period from _____ (date) ________
(date) or for such extended period as may be mutually agreed between CIDCO and the Bidder and
shall continue to be enforceable till all amounts under this Guarantee are paid.
5. The Guarantee shall not be affected by any change in the constitution or winding up of the Bidder /
the Guarantor or any absorption, merger or amalgamation of the Bidder / the Guarantor with any
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
65 Request for Proposal
other person.
6. In order to give full effect to this Guarantee, CIDCO shall be entitled to treat the Guarantor as the
principal debtor. The obligations of the Guarantor shall not be affected by any variations in the terms
and conditions of the RFP Document or other documents or by extension of time of performance of
any obligations granted to the Bidder or postponement / non exercise / delayed exercise of any of its
rights by CIDCO against the Bidder or any indulgence shown by CIDCO to the Bidder and the
Guarantor shall not be relieved from its obligations under this Bank Guarantee on account of any
such variation, extension, postponement, non exercise, delayed exercise or omission on the part of
CIDCO or any indulgence by CIDCO to the Bidder to give such matter or thing whatsoever which
under the law relating to sureties would but for this provision have effect of so relieving the Guarantor.
7. The Guarantor has power to issue this Guarantee and discharge the obligations contemplated herein,
the undersigned is duly authorised to execute this Guarantee pursuant to the power granted under
_________.
IN WITNESS WHEREOF, The Guarantor through its authorised officer has set its hand and stamp on this
____day, ____month and ____year first hereinabove written.
(Signature)
Full name and official address of authorised official of the Bank with stamp
Power of Attorney no. _________________
Date_____________________
Witness no.1
___________________________________
___________________________________
Witness no.2
___________________________________
___________________________________
Selection of Operator for Navi Mumbai Exhibition Centre at Vashi, Navi Mumbai
66 Request for Proposal
21 FORMAT FOR SEEKING CLARIFICATIONS
(This format shall be used for submission of requests for clarifications/amendments on the RFP Document. All
queries and suggestions on the RFP Document should be as per the format provided and must be provided in soft
copy to the address provided in the RFP Document, in addition to hard copies, if any.)
Sr.
No.
Document (whether
RFP/ Agreement to
License)
Section No. and
Existing provision
Clarification
required
Rationale for the
Clarification or
Amendment
Thanking you,
Yours sincerely,
For and on behalf of : (Name of the Bidder and the Company Seal)
Signature : (Authorised Representative and Signatory)
Name of the Person :
Designation :