Request for Proposal
For
Development Of Exhibition-cum-Convention Centre in
Butibori, Nagpur, Maharashtra
August 2014
Maharashtra Industrial Development Corporation
Udyog Bhawan, 4th Floor, Near High Court, Civil Lines,
Nagpur.
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 2 of 68
RFP Advertisement
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 3 of 68
DISCLAIMER
The information contained in this Request for Proposal (hereinafter referred to as “RFP”) or
provided to Applicant(s), by the Maharashtra Industrial Development Corporation
(hereinafter referred to as “MIDC” or “the Corporation”) or any of its employees or advisors,
on the terms and conditions set out in this RFP and such other terms and conditions subject
to which such information is provided.
The purpose of this RFP is to provide the Applicant(s) with information to assist in the
formulation of their Bids. This RFP does not purport to contain all the information each
Applicant may require. This RFP may not be appropriate for all persons, and it is not
possible for MIDC, their employees or advisors to consider the business/ investment
objectives, financial situation and particular needs of each Applicant who reads or uses this
RFP. Each Applicant should conduct its own investigations and analysis and should check
the accuracy, reliability and completeness of the information in this RFP and where
necessary obtain independent advice from appropriate sources. MIDC, their employees and
advisors make no representation or warranty and shall incur no liability under any law,
statute, rules or regulations as to the accuracy, reliability or completeness of the RFP.
MIDC also accepts no liability of any nature whether resulting from negligence or otherwise,
however caused arising from reliance of any Applicant upon the statements contained in this
RFP.
MIDC may, in their absolute discretion, but without being under any obligation to do so,
update, amend or supplement the information in this RFP.
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 4 of 68
Contents
1. Bid Summary .................................................................................................................. 6
2. Abbreviations .................................................................................................................. 7
3. Definitions ....................................................................................................................... 8
4. Project Background ......................................................................................................... 9
4.1 Background of Nagpur ............................................................................................ 9
4.2 The Exhibition-cum-Convention Centre Project ..................................................... 13
5. Implementation Framework ........................................................................................... 18
5.1 Implementation Structure ...................................................................................... 18
5.2 Role of SPV .......................................................................................................... 18
5.3 Role of MIDC ........................................................................................................ 19
5.4 Project Agreement ................................................................................................ 19
5.5 Project Period ....................................................................................................... 19
6. Development Brief ......................................................................................................... 20
6.1 Scope of Work ...................................................................................................... 20
7. Information & Instruction to Bidders............................................................................... 22
8. Other Instructions .......................................................................................................... 30
9. Description of the Selection Process ............................................................................. 35
9.1 Eligibility Criteria ................................................................................................... 35
9.2 Technical/ Financial Evaluation ............................................................................. 36
9.3 Financial bid opening ............................................................................................ 38
10. Annexure 1 - Specifications and Standards ................................................................... 40
APPENDIX 1A ..................................................................................................................... 45
APPENDIX 1B ..................................................................................................................... 46
APPENDIX 1C ..................................................................................................................... 48
APPENDIX 2 ........................................................................................................................ 49
APPENDIX 3 ........................................................................................................................ 50
APPENDIX 4 ........................................................................................................................ 52
APPENDIX 5 ........................................................................................................................ 53
APPENDIX 6 ........................................................................................................................ 55
APPENDIX 7 ........................................................................................................................ 57
APPENDIX 8A ..................................................................................................................... 58
APPENDIX 8B ..................................................................................................................... 59
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 5 of 68
APPENDIX 9 ........................................................................................................................ 60
APPENDIX 10 ...................................................................................................................... 64
APPENDIX 11 ...................................................................................................................... 66
APPENDIX 12 ...................................................................................................................... 67
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 6 of 68
1. Bid Summary
S.No. Event Description Date
1. Sale of RFP RFP document can be downloaded from website
www.midcindia.org from 22/08/2014 to 20/09/2014.
Non- refundable fees of Rs. 25,000/- by way of DD in
favour of “Executive Engineer, MIDC, Division No. I,
Nagpur” along with the proposal needs to be paid by the
bidder.
2. Bid submission due
date
Both Technical and Financial Bid should be submitted by
31/10/2014 up to 15:00 hours at the Office of
Superintending Engineer, MIDC, Udyog Bhawan, 4th Floor,
Near High Court, Civil Lines, Nagpur.
3. Date of opening
Financial Bid
Date will be communicated later.
4. Pre Bid Meeting Request for clarification must be sent in writing or by email
to Superintending Engineer, MIDC, Udyog Bhawan, 4th
Floor, Near High Court, Civil Lines, Nagpur or
[email protected] on or before 25/09/2014, 17:00
hrs.
The pre bid meeting would be held on 29/09/2014 at 11:30
hrs at MIDC, Udyog Sarathi, Mahakali Caves Road,
Andheri (E), Mumbai 400093.
5. Earnest Money
Deposit The Bidder shall submit an Earnest Money Deposit (EMD)
for an amount of Rs. 125,00,000/- (Rs. One crore twenty
five lakh only) along with the proposal by way of DD in
favour of “Executive Engineer, MIDC, Division No. I,
Nagpur”.
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 7 of 68
2. Abbreviations
MIDC - Maharashtra Industrial Development Corporation
EMD - Earnest Money Deposit
FSI - Floor Space Index
SPV - Special Purpose Vehicle
BEC - Bid Evaluation Committee
GoI - Government of India
GoM - Government of Maharashtra
Ha. - Hectare or Hectares
LCM - Lead Consortium Member
RFP - Request for Proposal
ECC - Exhibition-cum-Convention Centre
NH - National Highway
GC - Growth Centre
MICE - Meeting, Incentive, Convention & Exhibition
DCR - Development Control Regulations
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 8 of 68
3. Definitions
3.1 Project Agreement
It shall mean the draft agreement to be signed at the end of the bidding process, between
MIDC and the successful bidder and has been provided in Draft Project Agreement of this
RFP Document.
3.2 Bidder
The bidder shall be individual company/ consortium incorporated under the Companies
Act, 1956 (and if it is a foreign company, equivalent law abroad) OR an incorporated
entity under similar legislation.
3.3 Special Purpose Vehicle (SPV)
It shall mean a company, which needs to be incorporated under the Indian Companies
Act, 1956 by the bidder after being declared as the successful bidder for the purpose of
signing of the Project Agreement and implementing the project.
3.4 Successful Bidder
It shall mean the bidder who inter-alia meets the following requirements:
(a) who fulfils the technical and financial criteria
(b) who offers the highest value of the land premium payable to MIDC
(c) who adheres / consents to adhere to all other conditions laid by MIDC
(d) who is invited by MIDC for entering into the Project Agreement for the project.
3.5 Minimum Development Obligation
It shall mean the construction of the core facilities as defined in the section 6.2 of this
RFP.
3.6 Project Period
It shall mean the period as defined in the section 5.5 of this RFP.
3.7 Project
Project shall mean the building, operating and transfer of the ECC components and the
optional facilities.
3.8 Mandatory Facilities
It shall mean the construction of the core ECC components as defined in the section 4.2.3
of this RFP.
3.9 Optional Facilities
It shall mean the construction of the non-core ECC components as defined in the section
4.2.3 of this RFP
3.10 Bid Submission Due Date
It shall mean the due date as defined in the section 1 – Bid Summary of this RFP
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 9 of 68
4. Project Background
Maharashtra Industrial Development Corporation (MIDC) is a body incorporated by
Government of Maharashtra as the state level nodal agency empowered to promote
industrial development and infrastructure in the state of Maharashtra. MIDC intends to
develop an Exhibition cum Convention Centre (ECC) at Butibori, about 15 km from Nagpur
airport.
The city of Nagpur is centrally located. The upcoming large scale project “Multi-Model
International Passenger and Cargo Hub Airport at Nagpur (MIHAN)” is expected to increase
economic and industrial activities in the city. To meet the needs of increasing industrial and
commercial activities in and around Nagpur, MIDC proposes to develop an Exhibition centre.
The project shall be developed on approximately 20.3 acres of land situated in the Butibori
area of Nagpur. It would target the Meetings, Incentives, Conventions and Exhibitions
(MICE) segment in the city. The ECC would comprise of a convention hall, exhibition halls, a
hotel and other facilities.
4.1 Background of Nagpur
Nagpur is located at the geographical center of India and is the second capital of
Maharashtra. Nagpur in 2011 reported a population of about 24.05 lakh with an average
literacy rate of 93.13%. The City with an area of 217.6 sq.km has many natural as well as
artificial lakes.
It is also the seat of annual winter session of Government of Maharashtra (GoM). The city
falls under Vidarbha region of the state and is the third largest city in the state after Mumbai
and Pune. It is also known as “The Orange City” and “Tiger Capital of India”.
City administration is the responsibility of Nagpur Municipal Corporation (NMC), while
Nagpur Improvement Trust (NIT) carries out activities such as preparation of regional plan
for region, preparation of town planning schemes etc. NIT along with NMC works towards
implementation of various plans and schemes in the city.
4.1.1 Location
Nagpur district is located between 21*45 N to 20*30 N and 78*15 E to 79*45 E, which
essentially indicates that Nagpur district, is located in the Deccan Plateau. Nagpur is situated
274.5 mtrs to 652.70 mtrs above sea level and 28% of Nagpur is covered by forest. The city
has the Kanhan and Pench rivers flowing in the center, Wardha in the west, and Wainganga
river in the east. The city is 837 km east of Mumbai, 1,094 km south of Delhi, 1,092 km north
of Chennai and 1,140 km west of Kolkata.
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 10 of 68
4.1.2 Connectivity
Nagpur is well connected to rest of the country.
► Rail connectivity
Nagpur is well connected through rail to major
cities of the country. Major trunk routes- Mumbai,
Chennai, Howrah and Delhi, pass through the
city. It is the divisional headquarters for
the Central Railway and South East Central
Railway Zone of Indian Railways. With around
242 trains halting at Nagpur, it has become one
of the busiest junctions in India.
► Road Connectivity
Two National Highways No. 6 (Mumbai- Sambalpur- Kolkatta) & 7 (Varanasi-
Kanyakumari) cross through Nagpur. The distance of Nagpur from major cities in the
adjoining states has been shown in the below table:
Figure 4-1 Nagpur city map
Figure 4-2 Nagpur's connectivity to other states
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 11 of 68
Distance from
Nagpur
State Distance (in
kms)
Mumbai Maharashtra 837
Pune Maharashtra 732
Kolkata West Bengal 1140
Chennai Tamil Nadu 1092
Delhi Delhi 1094
Raipur Chhattisgarh 285
Bhopal Madhya Pradesh 349
Hyderabad Andhra Pradesh 499
Jawaharlal Nehru
Port Trust (JNPT)
Maharashtra 864
Mumbai Port Trust
(MbPT)
Maharashtra 860
Figure 4-3 Nagpur road map
► Air connectivity
Nagpur has an international airport viz. Dr. Babasaheb Ambedkar International
Airport. The airport handles around 4,000 passengers per day and caters to 1
international airline connecting Nagpur to Sharjah and6 domestic airlines connecting
to 12 cities essentially Mumbai, Delhi, Raipur, Calcutta, Bhubaneshwar and Pune.
This airport is slated to be the Multimodal International Hub Airport in India and its
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 12 of 68
development work started in 2005. The plan involves construction of a second
runway, a new terminal building and a cargo complex.
4.1.3 Nagpur as an Education & Research Centre
Nagpur is a major educational hub in Central India. There are more than 45 engineering
colleges in and around the city and 13 medical colleges and deemed universities. It is
estimated that around 10,000 engineers and 3,000 doctors graduate from these colleges
annually.
It is the headquarters of national scientific and governmental establishments such as the
National Environmental Engineering Research Institute (NEERI), the Central Institute of
Cotton Research (CICR), the National Research Centre for Citrus, the National Bureau of
Soil Survey and Land Use Planning, the Jawaharlal Nehru National Aluminium Research
and Development Centre, and the Petroleum and Explosives Safety Organisation (PESO),
formerly known as the Department of Explosives.
Nagpur is also home to the National Academy of Direct Taxes (NADT) and the National
Academy of Defence Production (NADP).
4.1.4 Tourism in Nagpur
Around 38 lakh domestic and foreign visitors visited Nagpur in 20121. The numbers are
further expected to increase over the next few years.
Many wild life sanctuaries, forests and temples are situated in and around Nagpur. Tourists
in large numbers particularly visit Pench National Park, Sevagram & Ramtek.
4.1.5 Industrial and economic profile of Nagpur
Nagpur is the main centre of commerce for Vidarbha region. The City has also emerged as
an important industrial town in the state, with Butibori Industrial area spanning over 2400 Ha.
This area mainly includes synthetic polyester manufacturing units, Koradi Thermal Power
Plant, Khaparkheda Thermal Power Plant and Reliance Thermal Power Plant.
Nagpur is witnessing an economic boom as the large scale project "Multi-Modal International
Cargo Hub and Airport at Nagpur (MIHAN)" is being developed. MIHAN will be used for
handling heavy cargo coming from South-East Asia and the Middle East.
MIDC has developed major industrial areas, mini industrial estates and Growth Centres (GC)
in the Nagpur district, details of which have been given below:
1 Tourism Statistics of Maharashtra March 2012
SN Industrial
estate/ Growth
center
Area planned
for acquisition
(Ha)
SN Industrial estate/
Growth center
Area planned
for acquisition
(Ha)
1. Butibori (5 star) 2439.22 9. Savner GC 74.02
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 13 of 68
4.1.6 Project MIHAN
GoM is developing a composite project MIHAN which comprises of developing the existing
domestic airport of Nagpur as an international passenger and cargo hub airport, along with a
Multi-Product Special Economic Zone (SEZ). The international passenger and cargo hub
airport woul be spread across 1,295 Ha. and would include a world-class terminal building
on about 30 lakh sq.ft. built-up area, a second parallel runway of 4,000 mt. length and 60 mt.
width and an exclusive cargo complex. It will have a holding capacity of about 100 aircrafts.
MIHAN is expected to provide direct employment to 1,50,000 people and indirectly provide
employment to 3,00,000 people.
Two global IT companies namely Infosys and Tata Consultancy Services (TCS) and Air
India-Boeing Maintenance Repair Overhaul (MRO) facility would provide employment
opportunities to thousands of youths in the region.
4.2 The Exhibition-cum-Convention Centre Project
The proposed site for ECC is located in Butibori area about 20 km from Nagpur airport.
MIDC has earmarked land admeasuring 20.3 acre in this area for the proposed ECC project.
4.2.1 About Butibori Industrial Area
MIDC established Butibori Industrial Area in 1992 and is 28 Km from Nagpur. The total area
planned for development is 2428.14 Ha. 2512 industrial plots have been curved out, out of
which 2164 industrial plots have been allotted. To encourage the entrepreneurs, MIDC has
constructed 46 work sheds. This industrial estate has been given five star status by GoM. IT
park (20 Ha.), Textile park (204 Ha.), Apparel park (68 Ha.), Weaver’s park (147 Ha.) are
proposed in the area. For phase II, Additional Butibori Area was proposed in 2008 with a
total planned area of 1500 Ha. The process for acquisition of 1300 Ha. of land has been
completed and process of acquiring 200 Ha. is underway. The development works at
Butibori Phase II has started.
The industrial area is getting itself established as a textile zone with the presence of major
textile units such as Indorama Synthetic (I) Ltd, Woolworth, Fabworth, Texprint and Morarjee
2. Butibori Stage II 1668.39 10. Bhiwapur Mini 12.68
3. Kamptee-Kanan 129.5 11. Kuhu Mini 15.55
4. Kalameshwar 116.76 12. Narkhed Mini 21.17
5. Nagpur 749.28 13. Parshivni Mini 12.00
6. Nagpur (IT Park
Parasdi) 11.66
14. Ramtek Mini
9.94
7. Umred GC 326.01 15. MOUDA NTPC I 695.38
8. Katol GC 143.92 16. MOUDA NTPC II 338.06
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 14 of 68
Brembana Ltd. To make this industrial estate a model one, MIDC has also provided
residential and commercial zones for workers and executives, within the Industrial Area.
Additionally City and Industrial Development Corporation of Maharashtra Limited (CIDCO)
too has started its housing scheme in the area.
4.2.2 Site details
Two land parcels about 235 mt. apart by road with a total area of 20.3 acre, have been
earmarked for the development of ECC – (Plot I-1 with area of 15.35 acre and a 4.95 acre
plot). Butibori has a FSI of 1. However, to increase the feasibility of the project, MIDC has
proposed to give additional 0.5 FSI for the given land parcels.
► Plot 1: 15.35 acre
This land parcel is ~ 60 mt. away from NH7 and is well connected to it, through 30mt.
wide road on two sides. The site has Lokmat Press building to its north and many
commercial plots to its right.
► Plot 2: 4.95 acre
This land parcel is also well connected to NH7 through 30mt wide road on two sides.
To its south is Plot I-2 which has been allotted to Pyramid Infrastructures. However
no construction has taken place yet. Plot P-42 to its left has a school for blind
children.
MIDC’s water pipelines extend till both these land parcels and ensures adequate water
supply in the area.
Figure 4-4 Site on Butibori Map
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 15 of 68
► Site connectivity from Nagpur
Both the plots are well connected to Nagpur through National Highway No. 7.
SN Distance of site from Distance (km)
1. NH 7 0.5
2. Butibori Railway Station 4
3. Nagpur Railway Station 30
4. Nagpur Airport 20
4.2.3 Policy & Regulatory Framework
► Development Authority: This area falls under MIDC, the nodal agency responsible for
planning and development of industrial area. The bye-laws and development control
regulations applicable for this site are laid as under MIDC Development Control
Regulations.
► Zoning Plans & Development Controls: Refer to Appendix 1C of the RFP.
Figure 3-5 Site layout
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 16 of 68
4.2.4 Project Components
The project is envisaged to have Core ECC components such as a convention hall,
exhibition halls, meeting rooms, hotel etc. and Non-Core components such as commercial
and retail space to increase the viability of the project.
The components are detailed below:
i) Core ECC components (mandatory):
One outdoor exhibition space
One multi-purpose indoor convention hall
One indoor exhibition hall (Construction of this hall is optional and could be
developed in future as and when it viable for the developer. However, if not
constructed, specific area for the same should be earmarked and left open for future
viability)
Two Meeting Halls
One Board Room
One VVIP Lounge
Administrative and office space
Food and beverages facilities
Car parking to be made as per MIDC/Local Building Bye-Laws (open car parking)
A hotel with 75 rooms of minimum 4 star category
Support facilities and on-site infrastructure like internal road network, parking areas,
security, air conditioning, landscaping, power, water supply, rain water harvesting,
sewage treatment, solid waste management and other services required for the
project.
ii) Non-core ECC components (optional):
Commercial space
Retail space
Figure 4-6 Site pictures
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 17 of 68
As the site is 20 km from Nagpur airport, a hotel will add to the attractiveness of the project
and also make the project open to other uses such as marriages, which would increase the
viability of the project. The hotel will cater to the demands of both visitors coming for
exhibitions and conferences and tourists.
Further, the SPV will have flexibility to develop remaining land as commercial and retail
space. These commercial and retail facilities are expected to enhance the viability of the
project. There are no time restrictions on development of these Non-core components during
the entire Project period.
4.2.5 Meetings, Incentives, Conventions and Exhibitions (MICE) market in Nagpur
Presently, Nagpur hosts around 10-15 big exhibitions/ conferences (such as Krishi Vasant,
Advantage Vidarbha, INDEXPO, Property Expo etc.) in a year which attract as many as 500-
1500 exhibitors and visitors. It also hosts a number of small conferences (50-200 visitors &
attendees) throughout the year which includes various Doctors’ and Pharma conferences.
All these exhibitions and conferences are organized in hotels in Nagpur and some open
grounds (Hotel Centre Point, Hotel Tuli Imperial, Hotel Tuli International, Hotel Radisson
Blue, Hotel Pride, Hotel Sun & Sand, Kasturchand Park, Bishop Cotton Ground etc.). Since
Nagpur has very few options for organizing large scale conferences, with expected industrial
growth, there will be huge demand for Convention Halls in near future.
There are more than 700 hotel rooms in 7 major hotels (3, 4 and 5 star category) in Nagpur,
which attract exhibitors and tourists. Average occupancy of these hotels is ~62%.
Viewing the upcoming MIHAN project and expected boom in business and IT industry in and
around Nagpur, there is an increased demand for setting up a convention centre for central
India. The proposed ECC is expected to attract visitors not only from Maharashtra but also
from cities like Bhopal, Raipur, Indore etc.
4.2.6 Financial assessment of the project
► Project Cost
It is estimated that the project would require an investment of about Rs. 109 crore for
core components (ECC and hotel) and Rs. 141 crore for Non-core components,
including constructionp costs, overheads, price contingencies, etc. It should be noted
that development of the commercial and retail space is as per the discretion of the SPV
and there are no time restrictions on development of these Non-core components during
the entire Project period.
► Revenue from the project
The Project would have following sources of revenue generation:
Revenue from the Convention Centre, Exhibition halls, Meeting rooms
Revenue from the proposed Hotel
Revenue from Optional facilities
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 18 of 68
Parking
5. Implementation Framework
5.1 Implementation Structure
The Project is to be implemented through a Special Purpose Vehicle (SPV) formed by the
bidder/ consortium members. The bidder/ consortium members selected through a
competitive bidding process would enter into a Project Agreement with MIDC to design,
build, finance, operate the project facilities over the pre-agreed Project Period and transfer
the same to MIDC at the end of the Project Period. The Project Period is 40 years from the
day the Environment Clearance is granted for the Project.
5.2 Role of SPV
5.2.1 Development of Minimum Development Obligation facilities
5.2.2 Designing, engineering, financing, construction, marketing, operation,
maintenance and management of the ECC and Four Star Hotel during the
Project Period.
5.2.3 To get and retain accreditation as a four (4) star hotel facility during the Project
Period.
5.2.4 Preparation and submission of Detailed Project Report (DPR) including
designing, engineering of project facilities, conforming to Bye-Laws and other
requirements mentioned in the RFP.
5.2.5 Procure all the required clearances/ approvals required for commencement of
construction and operations of project including approval of all necessary
drawings and designs for the construction of project.
5.2.6 Execution of construction works of the project based on the DPR approved by
the Engineer/ MIDC Project Committee.
5.2.7 Operation and maintenance work of the project for the duration of the Project
Period.
5.2.8 Collect user charges/ tariffs/ rentals from the users of the project and
commercial spaces permitted under the project.
5.2.9 Provide full power back-ups for project.
5.2.10 Inform concerned authorities such as Police, Ambulance, etc. in case of
emergency.
5.2.11 Hand over the project along with assets at the end of the Project Period.
5.2.12 Undertake any such activities relevant for execution of the Project.
Benefits to SPV
Project site leased to Successful Bidder at nominal rates by MIDC.
FSI of 1 and additional FSI of 0.5 is given on the Project site.
Right to earn revenues from ECC & Four Star Hotel facility.
Right to earn revenues from non-core component like commercial and retail (as permitted in the RFP).
Right to earn revenues from other food & beverage outlets such as coffee shops, restaurants etc.
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 19 of 68
5.3 Role of MIDC
5.3.1 MIDC shall be responsible to give land on lease with ‘clear title’ free of
encumbrance to the SPV for developing the Project components. 5.3.2 The environmental clearance for the project will be facilitated by MIDC, once
the building plans and relevant documents are submitted by the SPV to MIDC.
The construction will start only after the environment clearance is taken. 5.3.3 The land required for creating the Project Facilities will be leased to the
Successful Bidder as per the Project Period given in Project Agreement. 5.3.4 Subletting/ Subleasing charges on the Project components would be exempted
on first time subletting/ subleasing. Any subsequent subletting/ subleasing of
components will be charged as per MIDC norms. 5.3.5 MIDC would regularly monitor the Project and update the Joint CEO - MIDC on
monthly basis by appointing a committee.
5.4 Project Agreement
MIDC shall enter into a Project Agreement with the Successful Bidder, giving the
requisite rights for construction, operation and maintenance of the Project facilities
throughout the Project Period. MIDC will regularly monitor the Project. For any
changes in the plan of the project at the time of execution, prior approval of MIDC is
required for the implementation of the plan. At the end of the Project Period, the
project facilities, which are to be in a fully operational and satisfactorily maintained
condition, would be transferred to MIDC or its designated agency as per the terms of
the Project Agreement.
5.5 Project Period
The Project Period would be 40 years (including maximum 36 months for
construction for core components, which shall commence after obtaining
Environment clearance from MoEF).
The period of 36 months for construction may be extended on valid reasons by MIDC
for 6 months. Further, it can be extended by 6 months more if MIDC is convinced by
the reasons for delay. The period can be extended by another one year if the
construction is structurally over but due to some reasons the ECC & hotel operations
are not started, but with a charge of 5% of land cost. At the end MIDC would take the
final decision which will be binding on the SPV.
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 20 of 68
6. Development Brief
6.1 Scope of Work
The responsibility of the SPV shall include all activities that are required to be
undertaken, in order to comply with the Minimum Development Obligations, Land Use
and Applicable Development Controls provided in this section of RFP. The facilities
would need to be planned, designed and constructed in accordance with the
Specifications & Standards provided in Annexure 1 and Maintenance and Performance
Standards provided in Annexure 2 of this section of RFP.
The Scope of the Project includes design, construction, management, operation and
maintenance of the following components for the Project Period of 40 years.
6.1.1 Minimum Development Obligations (Core Facilities):
Sno. Component Minimum
Units
Minimum area per
unit (sq ft.)
1 One Outdoor Exhibition Space 200 Stalls 538
2 One Multi-Purpose Indoor Convention Hall (divisible into 4 parts) 600 Delegates 161
3 Indoor Exhibition Hall (divisible into 4 parts) - Construction optional & it could be developed in future as per the market demand. The specific area for the same should be earmarked and left open for future viability 500 Delegates 108
4 Two Meeting Halls 100 & 50 Delegates 108
5 One Board Room 30 Delegates 108
6 One VVIP Lounge 30 Delegates 108
7 Administrative and Office Space
8 Food and beverages Facilities
9 Hotel of atleast 4-star category or more 75 Rooms
10 Provision of adequate car parking to be made as per MIDC/Local Building Bye-Laws
11 Support Facilities and on-site infrastructure like internal road network, parking areas, security, air conditioning, landscaping, power, water supply, rain water harvesting, sewage treatment, solid waste management and other services required for the project.
6.1.2 Optional Facilities
Commercial Space
Retail Space
Any other development would require prior approval of MIDC
6.1.3 The following functions/ products are not permitted for development
Industrial activities
Hostel
“Warehousing” (except such warehousing facility which is incidental to the use of
Exhibition-cum-Convention Centre)/ Wholesale Activity
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 21 of 68
Car Service Garage
Large Workshops
Other environmentally incompatible functions
Any other development which is in conflict with the interest of operations and
functions of MIDC.
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 22 of 68
7. Information & Instruction to Bidders
7.1 Scope of Bid
► MIDC would like to receive Bids from experienced and capable Bidders for proposal
in respect of the Project.
7.2 Eligible Bidders
► The Bidder may be a single company or a group of companies (hereinafter referred
to as Consortium), coming together to implement the Project. The term Bidder used
hereinafter would therefore apply to both a single entity and/or a Consortium.
► The Bidder should submit a Power of Attorney as per the format enclosed in
Appendix 1A, authorizing the signatory of the Bid to commit the Bidder.
► Bid submitted by a Consortium should comply with the following additional
requirements:
a. Number of members in a consortium would be limited to maximum of 4 (four)
b. The Bid should contain the information for each member of the Consortium
c. The purchaser of the RFP document must be the Bidder itself or member of the
Consortium submitting the bid.
d. An individual Bidder cannot at the same time be member of a Consortium
applying for this Project. Further, a member of a particular Consortium cannot be
member of any other Consortium applying for this Project; an undertaking
towards this end needs to be submitted by all members.
e. Members of the Consortium shall nominate one member as the Lead Member.
The nomination shall be supported by a Power of Attorney as per the format
enclosed in Appendix 1B.
f. Members of the Consortium shall enter into a Memorandum of Understanding
(MOU) as per the format enclosed in Appendix 10 and duly notarized for the
purpose of making and submitting the Bid. The MOU shall, inter alia:
i. Convey the intent to form a Special Purpose Vehicle with shareholding
commitment(s) as stipulated in this document, which would enter into the
Project Agreement and subsequently carry out all the responsibilities as per
the Project Agreement, in case the Project is awarded to the Bidder.
ii. Clearly outline the proposed roles and responsibilities of each member in
case of Consortium at each stage.
iii. Commit the minimum equity stake as stipulated.
iv. Include a statement to the effect that all members of the Consortium shall be
liable jointly severally for the execution of the Project in accordance with the
terms of the Project Agreement.
g. In case of Consortium, the Lead Member shall hold at least 51% share in the
shareholding pattern of the SPV.
h. The other members of the consortium shall hold a minimum of 11% share each in
the shareholding pattern of the SPV.
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 23 of 68
► Notwithstanding anything stated elsewhere in this document, MIDC shall have the
right to seek updated information from the Bidders to ensure their continued eligibility.
Bidders shall provide evidence of their continued eligibility in a manner that is
satisfactory to MIDC. Bidder may be disqualified if it is determined by the MIDC, at
any stage of the process, that the Bidder will be unable to fulfill the requirements of
the Project or fails to continue to satisfy the Eligibility Criteria. Supplementary
information or documentations may be sought from Bidders at any time and must so
be provided within a reasonable time frame as stipulated by MIDC.
► Any entity which has been barred or disqualified or disqualified either by GoI or GoM
or their Departments or agencies from participating in projects (BOT or otherwise)
and such disqualification subsists as on the Bid date, would not be eligible to submit
a Bid, either individually or as member of a Consortium. Bidder to submit an affidavit
to this effect.
7.3 Rules regulating the Consortium
The objective of this stage is to outline the Rules regarding the Consortium. The
Envelope A shall contain the information in respect of the Bidder/Consortium. Following
are the rules which shall guide the operation of the Consortium:
7.3.1 Rules regulating the participation of a Consortium of companies
MIDC may consider a bid submitted by a consortium of companies subject to the
following conditions:
1. The Consortium Members should not exceed 4 (four).
2. The foreign construction company / Developer may apply directly for the project or
in association with Indian Partner subject to the prevailing GOI, FDI and Indian Laws.
3. The members of the Consortium must form a Special Purpose Vehicle (SPV) and
submit an MOU.
4. The commercial arrangements and roles and responsibilities between the
consortium partners should be specified in MOU and duly executed copy of MOU
should be submitted along with the proposal. The MOU to be entered into between
the Consortium members as per Appendix 9 of this RFP Document shall reflect the
above.
5. The members of the Consortium shall designate among themselves one member
as “Lead Consortium Member (“LCM”).
6. LCM shall hold a minimum of 51% equity in the SPV and each of the other
Consortium member shall hold a minimum of 11% in the SPV.
7. The members of the Consortium shall execute Power of Attorney as per the format
enclosed in Appendix 1B of RFP Document.
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 24 of 68
8. A bidder who has applied for a project in its individual capacity or as a part of a
consortium cannot participate as a Member of any other Consortium applying for this
Project.
7.3.2 Change in Composition of Consortium
No change in Consortium members shall be allowed for the project period. The LCM
shall invest minimum 51% of the equity towards the project and it shall not be
allowed to be changed over the entire project period and shall continue to hold stake
in the Consortium till the start of Commercial Operations. However, the LCM shall be
allowed to dilute the stake after the commercial operations date with the approval of
the MIDC such that the stake of the LCM in the consortium shall not fall below 26%
at any time till the end of project period.
7.4 Number of Bids
Each Bidder shall submit only one (1) Bid in response to this RFP. Any Bidder, which
submits or participates in more than one Bid will be disqualified and will also cause the
disqualification of the Consortiums / Bidder of which it is a member as the case may be.
7.5 Bid Preparation Cost
The Bidder shall be responsible for all of the costs associated with the preparation of its
Bid and its participation in the Selection process. MIDC will not be responsible or in any
way liable for such costs, regardless of the conduct or outcome of the qualification
process.
7.6 Project Inspection and Site Visit
► It is desirable that each Bidder submits its Bid after inspecting the sites; and
ascertaining for itself the location, surroundings, access, transport, right of way or any
other matter considered relevant by it.
► Site visit may be facilitated by MIDC. A prospective Bidder may notify MIDC in writing
3 days prior to plan the visit. MIDC would endeavor to facilitate the site visit
depending upon the availability of the concerned officials.
► It would be deemed that by submitting the Bid, Bidder has:
a. Made a complete and careful examination of the RFP and
b. Received all relevant information requested from MIDC.
► MIDC shall not be liable for any mistake or error on the part of the Bidder in respect
of the above.
7.7 Right to Accept or Reject any or all Bids
► Notwithstanding anything contained in this RFP, MIDC reserves the right to accept or
reject any Bid and to annul the bidding process and reject all Bid, at any time without
any liability or any obligation for such acceptance, rejection or annulment, without
assigning any reasons.
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 25 of 68
► MIDC reserves the right to reject any Bid if:
a. At any time, a material misrepresentation is made or uncovered, or
b. The bidder does not respond promptly and thoroughly to requests for
supplemental information required for the evaluation of the Bid.
c. The proposal deviates from the commercial parameters of this RFP document.
Such misrepresentation / improper response would lead to the disqualification of the
Bidder. If the Bidder is a Consortium, then the entire Consortium would be
disqualified / rejected.
7.8 Contents of RFP Document
The RFP Document comprises the contents as given in the Table of Contents and would
additionally include any Addenda issued in accordance with the provisions of this
Document.
7.9 Clarifications
Interested parties may address their queries relating to the RFP Document in writing or
by email to Superintending Engineer, MIDC, Udyog Bhawan, 4th Floor, Near High Court,
Civil Lines, Nagpur or [email protected]. The queries should reach the above
latest by 17:00 hrs on 25/09/2014.
7.10 Amendment of RFP
► At any time prior to the deadline for submission of Bid, MIDC may, for any reason,
whether at its own initiative or in response to clarifications requested by any Bidder,
modify the RFP Document by the issuance of an Addendum.
► Any Addendum thus issued will be sent in writing to all those who have purchased
the RFP Document and shall also be uploaded on www.midcindia.org.
7.11 Language
The Bid and all related correspondence and documents should be written in the English
language. Supporting documents and printed literature furnished by Bidder with the Bid
may be in any other language provided that they are accompanied by appropriate
translations of the pertinent passages in the English language duly certified
appropriately. Supporting materials, which are not translated into English, may not be
considered. For the purpose of interpretation and evaluation of the Bid, the English
language translation shall prevail.
7.12 Currency
The currency for the purpose of the Bid shall be the Indian Rupee (INR). The conversion
to Indian Rupees shall be clearly indicated in the Appendix 4. In all such cases, the
original figures in the relevant foreign currency and the INR equivalent thereof must be
given. The exchange rate(s) applied shall be clearly stated. The conversion to Indian
Rupees shall be based on the closing exchange rate published by the Reserve Bank of
India as on July 31, 2014. MIDC reserves the right to use any other suitable exchange
rate for the purposes of uniform evaluation for all Bidders.
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 26 of 68
7.13 Validity of Bid
Bids shall remain valid for a period not less than 180 days from the Bid Submission Due
Date. MIDC reserves the right to reject any Bid, which does not meet this requirement.
7.14 Format and Signing of Bid
► The Bidder would provide all the information as per this RFP Document. MIDC would
evaluate only those Bids that are received in the required format and are complete in
all respects.
► The Bidder shall prepare one original of the documents comprising the Bid and
clearly marked "ORIGINAL".
► The Bid and its copies shall be typed or written in indelible ink and each page shall
be initialed and stamped by the Bidder. All the alterations, omissions, additions, or
any other amendments made to the Bid shall be initialed by the person(s) signing the
Bid.
7.15 Sealing and Marking of Bids
The bidder shall submit their bid in a sealed envelope and mark it as “Proposal for
developing Exhibition cum Convention Centre at Butibori, Nagpur”.
The bid shall comprise a single package containing two separate envelopes. Each
envelope shall contain separately the technical and the financial proposal.
► The envelope should be marked as “ Envelope A- TECHNICAL BID” and shall
contain:
a. Power of Attorney for the signing authority as per the format enclosed at
Appendix 1A,
b. Power of Attorney for the LCM as per the format enclosed at Appendix 1B, in
case of Consortium;
c. Bidder details (Appendix 2)
d. Bid in the prescribed format (Appendix 3) along with supporting documents;
e. Completed Format for Experience as in Appendix 4 (BRS 1 to 2), along with
supporting documents.
f. Completed Format for Financial Capability Evaluation as in Appendix 5 (BRS3
&4) and Appendix 6, along with supporting documents.
g. Format of Anti collusion certificate as in Appendix 7.
h. Format of Project Undertaking as in Appendix 8A
i. In case of a Consortium, an undertaking from each member of Consortium
certifying that it is an exclusive member of that particular consortium alone and
not a member of any other consortium nor an independent Bidder, bidding for this
project and has submitted only one (1) Bid in response to this RFP. (Appendix
8B)
j. MOU in case of a Consortium (Appendix 9);
k. Letter of Acceptance as per Appendix10
l. Earnest Money Deposit (DD)
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 27 of 68
m. RFP cost (DD)
n. Documentary evidence, if applicable, relating to experience of group
companies/associates.
o. If the bidder is a Non-Indian it shall also submit:
- His valid registration certificate or business license copy of construction field in
appropriate class issued by their respective government department of the
respective country.
- The work experience certificate of their respective government department or
government undertaking of respective country for projects completed as specified
in the tender document. Such certificate shall be issued by the respective
government officer of that country not below rank of Executive Engineer or
equivalent rank officer.
- If the valid registration certificate or business license copy of construction field in
appropriate class AND work experience certificate AND any other document
submitted by Non-Indian firm are in English or in other than English language,
then the Non-Indian firm shall submit the translated documents in English
language only duly verified, certified and attested by Indian Embassy/ Indian
Consulate in that respective country.
- Concept layout / walkthrough in form of a PowerPoint Presentation with
broad idea, block plan showing land use as per MIDC DCR, phasing,
design, components, ordering & sizing of the components etc. for the ECC
project
Please note that MIDC retains the right to ask for any further information/
clarification during the Bid Process.
► The Financial bid shall be marked as “Envelope B- FINANCIAL BID” and should be
sealed properly.
The Envelope should be sealed properly. If the envelope is not sealed and marked as
instructed above, MIDC assumes no responsibility for the misplacement or premature
opening of the contents of the Bid submitted.
7.16 Submission of Bid
Bidders have to submit both the Technical and Financial Bid by the date mentioned in
Bid Summary at the below address:
The Superintending Engineer,
MIDC, Udyog Bhawan,
4th Floor, Near High Court, Civil Lines,
Nagpur- 440001, Maharashtra, India
Phone: 07104-236769
7.17 Bid Submission Due Date
Bid Submission Due Date mentioned in the Bid Summary, at the address provided above
in the manner and form as detailed in this RFP. Bids submitted by either facsimile
transmission, telex or e-mail will not be considered for evaluation and shortlisting.
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 28 of 68
However, MIDC reserves the right to extend the Bid Submission Due Date and Time, at
any time prior to opening of RFP Bids; in such cases the bids received prior to such
extension shall not be opened. Further, if the RFP document is materially modified
along/during such extended period, the bids received prior to extension shall be returned
to the applicants unopened and appropriate time shall be allowed for resubmission of the
bids.
7.18 Late Bids
Bids received after the Bid Submission Due Date shall not be considered.
7.19 Modifications/ Substitution/ Withdrawal of Bids
The Bidder may modify, substitute or withdraw its bid after submission, provided that
written notice of the modification, substitution or withdrawal is received by MIDC before
the Bid Submission Due Date and time. No bid shall be modified or substituted or
withdrawn by the Bidder after the Bid Submission Due Date and time.
7.20 Evaluation of Bid - Due Date
MIDC would examine and evaluate Bids in accordance with the criteria set in Section 9
After the evaluation of Technical Bids has been completed, MIDC shall open the
Financial Bids of only those Bidders who qualify the prescribed Financial and Technical
capability criteria.
MIDC would open the Financial bids on the date mentioned in the Bid Summary, for the
purpose of evaluation.
7.21 Evaluation of Bid - Supporting Documents
MIDC reserves the right to call for supporting documentation to verify the data provided
by Bidders, at any time during the bidding process. The Bidder in such cases would need
to provide the requested clarification / documents promptly and within the stipulated time
failing which the Bidder is liable to be disqualified at any stage of the bidding process.
7.22 Evaluation of Bid - Right to Reject
MIDC reserves the right to reject any Bid if:
(a) At any time, a material misrepresentation is made or uncovered; or
(b) The Bidder does not respond promptly and thoroughly to requests for supplemental
information required for the evaluation of the Bid.
7.23 Confidentiality
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. MIDC will treat all information submitted as part of Bids in confidence and
would require all those who have access to such material to treat the same in
confidence. MIDC will not divulge any such information unless it is ordered to do so by
any authority that has the power under law to require its disclosure.
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 29 of 68
7.24 Tests of responsiveness
► Prior to evaluation of Bids, MIDC will determine whether each Bid is responsive to the
requirements of the RFP. A Bid shall be considered responsive if the Bid:
a) Is received by the Bid Submission Due Date including any extension
b) Is accompanied by MOU in case of a Consortium, if applicable, duly supported by
Board resolution and charter documents
c) Contains information required as per Appendix 3, 4(BRS 1 to2), 5(BRS 3 to 4) and 6.
d) It is accompanied by proof of payment of Bid Document Fee of Rs. 25,000/- paid by
way of DD.
e) It is accompanied by proof of payment of Earnest Money Deposit paid by way of DD;
f) Letter of Acceptance as per Appendix-10
h) Contains all the documents which were to be submitted as per the provisions of this
Document.
MIDC reserves the right to reject any Bid which is non-responsive and no request for
alteration, modification, substitution or withdrawal shall be entertained by MIDC in
respect of such Bids.
7.25 Clarifications from Bidders
To facilitate evaluation of Bids, MIDC may at its sole discretion, seek clarifications in
writing from any Bidder regarding its Bid.
7.26 Qualification and Notification
After the evaluation of Bids, MIDC would announce a list of Bidders who meet the
Qualification Criteria. At the same time, MIDC would notify the other Bidders that their
Bids have been unsuccessful.
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 30 of 68
8. Other Instructions
8.1 General Provisions
► Non-Discriminatory and Transparent Bidding Proceedings
MIDC shall ensure that the rules for the Bid Process for the Project are applied in a
nondiscriminatory, transparent and objective manner. MIDC shall not provide to any
Bidder, information with regard to the Project or the Bidding Process, which may
have the effect of restricting competition.
► Prohibition against Collusion with other Bidder
Each Bidder shall warrant by its Bid that the contents of its Bid have been arrived at
independently. Any Bid which has been arrived at through consultation, collusion, or
understanding with any other prospective Bidder for the purpose of restricting
competition shall be deemed to be invalid and the Bidder shall lose its Earnest
Money Deposit. The anti-collusion certificate submitted at the time of submission of
RFP shall be applicable.
► Inducements
Any effort by a Bidder to influence processing of Bids or award decision by MIDC or
any officer, agent or Advisor thereof may result in the rejection of such Bidder’s Bid.
In such a rejection of Bid, the Bidder shall lose its Earnest Money Deposit.
8.2 Confidentiality
► MIDC shall treat all Bids and other documents, information and solutions submitted
by Bidders as confidential, and shall take all reasonable precautions that all those
who have access to such material, treat this in confidence. MIDC will not divulge any
such information unless it is ordered to do so by any authority, which has the power
to require its release.
► MIDC shall have the right to release the Bid information provided by the Bidders to its
Advisors for the purpose of Bid evaluation and negotiations. Each Bidder shall have
the right to release these RFP Documents and other Documents to its advisors and
to financial institutions for the purpose of Bid preparation, negotiations and financing.
Both MIDC and the Bidder shall ensure that their Advisors and/ or financial
institutions treat this information in confidence.
8.3 Communication between Bidders and MIDC
All communication, unless specified otherwise, on these RFP Documents to MIDC shall
be addressed to:
The Superintending Engineer,
MIDC, Udyog Bhawan,
4th Floor, Near High Court, Civil Lines, Nagpur- 440001, Maharashtra, India
Phone: 07104-236769 / +91 810819181/ +91 8108533210
E-Mail: [email protected], Website: midcindia.org
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 31 of 68
All communication to the Bidder shall be sent to the Authorised Representative &
Signatory at the addresses mentioned in the covering letters to this RFP, unless MIDC is
advised otherwise.
8.4 Interpretation of Documents
MIDC will have the sole discretion in relation to:
► The interpretation of this RFP, the Proposals and any documentation provided in
support of the Proposals; and
► All decisions in relation to the evaluation and ranking of Proposals, whether or not to
request for any clarifications or additional information from Bidder in relation to its
Proposal and the selection of the Successful Bidder.
► MIDC will have no obligation to explain its interpretation of this RFP, the Proposals or
their supporting documentation and information or to explain the evaluation process,
ranking process or the selection of the Successful Bidder.
8.5 Pre-Bid Conference
► MIDC will hold a Pre-Bid Conference on 29/09/2014 at 11:30 hrs at MIDC, Udyog
Sarathi, Mahakali Caves Road, Andheri (E), Mumbai 400093 in order to clarify and
discuss any provision or requirements with respect to technical/ commercial
parameters of the Project and RFP Document. Decisions communicated to bidders
after pre-bid or otherwise shall become part of the RFP documents.
► Attendance of the Bidder at the Pre-Bid Conference is not mandatory. However,
subsequent to the date of the Pre-Bid Conference, MIDC may not respond to
questions or inquiries from any Bidder.
8.6 Enquiries concerning the RFP / Draft Project Agreement
► To make the Pre-Bid Conference more productive, MIDC encourages a careful
review of these RFP Documents and preparation of the observations/ comments by
the Bidder. The Bidder should send their comments in writing or by email
([email protected]) till the date of Pre-Bid Conference. Inquiries/ comments
received after the set time limit may not be addressed at the Pre-Bid Conference by
MIDC.
► MIDC at its discretion may respond to inquiries submitted by any Bidder after the
date of the Pre-Bid Conference. Such a response will be sent in writing to all the
Bidders and will qualify as an “Addendum”.
► No interpretation, revision or other communication regarding this solicitation is valid
unless in writing and is signed by an officer so designated by the Additional Chief
Engineer of MIDC. Written copies of MIDC responses, including a description of the
inquiry but without identifying its source, will be sent to all the Bidder(s) and will qualify
as an “Addendum”.
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 32 of 68
8.7 Amendment of RFP
► On its own initiative or on the basis of the Pre-Bid Conference and any further
discussions with any/ all Bidder(s), MIDC may at its own discretion make changes in
the technical/commercial parameters for the Project, which would be common for all
the Bidders. Such changes in the technical / commercial parameters of the Project
will qualify as an “Addendum”.
► The Addendum will be posted on the website of MIDC i.e. www.midcindia.org and will
be binding on the bidders. Each such Addendum shall become part of the RFP
Documents.
► In order to offer prospective Bidders a reasonable time to take into account an
Addendum while preparing their Proposals, or for any other reason, MIDC may, at its
discretion, extend the Proposal Due Date.
8.8 Submission of Bids
► Document Fees
The Bidder shall submit Document Fee of Rs. 25,000/- (Rupees Twenty Five
Thousand only) along with the Proposal.
The Bid Document Fee shall be submitted by way of DD in favour of “Executive
Engineer, MIDC, Division No. I, Nagpur” along with the proposal.
The Bid Document Fee is non-refundable.
Bids not accompanied by Bid Document Fee shall be rejected.
8.9 Bid Opening
► All Bids received by MIDC will remain sealed and unopened in MIDC’s possession
until the Bid Due Date. MIDC shall open all Bids, received on or prior to the Proposal
Due Date mentioned under Schedule of Selection Process or on any date as
extended by MIDC and communicated to the bidders. The Bids shall be opened in
the presence of Bidders’ representatives, who choose to attend. Bidders’
representatives attending the Bid Opening shall register to evidence their presence.
► The following information will be announced at the Bid opening and recorded:
► Bidder’s names
► Names of Consortium Members
8.10 Earnest Money Deposit
► The Bidder shall submit an Earnest Money Deposit (EMD) for an amount of Rs.
1,25,00,000/- (Rs. One crore twenty five lakh only) along with its Proposal.
► The Earnest Money Deposit shall be submitted by way of DD in favour of “Executive
Engineer, MIDC, Division No. I, Nagpur”.
► MIDC shall have the right to reject the Proposal, which does not include the EMD as
non-responsive.
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 33 of 68
► The EMD of Unsuccessful Bidders shall be returned on signing of the project
agreement by the successful bidder.
► The EMD of the Successful Bidder shall be returned on submission of Performance
Security by the Successful Bidder to MIDC.
► In addition to the above, MIDC will release EMD of all the Bidders in the event MIDC
decides to terminate the Bidding Process.
► The EMD shall be forfeited by MIDC, in any of the following case :
► The Bidder withdraws his bid after the Proposal Due Date
► Successful Bidder fails to accept Letter of Intent
► Successful Bidder fails to submit the Performance Security
8.11 Performance Security
The Successful Bidder shall for due and faithful performance of its obligations during the
Project completion, provide to MIDC a performance security of 10% (ten percent) of the
project cost of in the form of Bank Guarantee (in the format prescribed in the RFP
Document refer Appendix 12) from SBI or any Nationalised Bank or Indian Scheduled
Commercial Bank.
The Performance Security shall be valid for a period of twelve months and shall be
renewed every year, at least 30 days prior to the last date. All charges, fees, costs and
expenses related to the Bank Guarantee shall be borne and paid by the SPV.
The Performance Security shall be provided within 15 days from the date of issue of
Letter of Award by MIDC. The Performance Security shall be released to the Successful
Bidder as per provisions of the Draft Project Agreement as follows:
Performance Security in the form of bank guarantee shall be released to the
Concessionaire after completion of project period i.e. 40 years.
If the Project Agreement is terminated due to any event other than a successful bidder
event of Default, the Performance Security shall, subject to the MIDC’s right to receive
or recover amounts, if any, due from the successful bidder under this Project
Agreement, be duly discharged and released to the successful bidder.
Upon occurrence of a successful bidder default, the MIDC shall, without prejudice to its
other rights and remedies hereunder or in law, are entitled to invoke and appropriate the
relevant amounts from the Performance Security as Damages for such successful
bidder. Upon such invocation and appropriation from the Performance Security, the
successful bidder shall, within 15 (fifteen) days thereof, replenish, in case of partial
appropriation, the Performance Security to its original level, and in case of appropriation
of the entire Performance Security provide a fresh Performance Security, as the case
may be, and the successful bidder shall, within the time so granted, replenish or furnish
fresh Performance Security as aforesaid failing which the MIDC shall be entitled to
terminate this Project Agreement in accordance with Article 13 of the Project
Agreement.
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 34 of 68
In case the successful bidder fails to furnish the Performance Security within the
stipulated time as mentioned herein, the LOA shall stand void and LOI may be issued to
the second successful bidder.
8.12 Sources of Funds
The responsibility to raise funds for the Project would rest with the Successful Bidder.
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 35 of 68
9. Description of the Selection Process
It is a three step process:
1. Eligibility Criteria
2. Technical/ Financial Evaluation
3. Financial Bid Opening
9.1 Eligibility Criteria
a. Financial Criteria
For the purpose of Qualification, the applicant – a single entity or a consortium
should demonstrate the threshold financial capability measured on the following
criteria:
Minimum average turnover of Rs. 85 crore in the last three financial years as
certified by Chartered Accountant.
Minimum net worth of Rs. 125 crore as on 31st March 2014 as certified by
Chartered Accountant.
Minimum Bid Capacity of Rs. 250 crore as certified by the Chartered Accountant.
The bid capacity of the Applicant would be assessed on the basis of following
formula:
( A x N x 2 ) – B
Where A: Maximum of the updated values of works executed in one of the 3
preceding years. The updation of the value of work should be done at 10% per
annum (compounded) by multiplying the values with following factors:
Immediately preceding year: 1.10
Last but one year: 1.210
Preceding year to last but one: 1.331
N: number of years prescribed for completion of the project
B: value of existing commitments and works (ongoing or to be completed in the
period stipulated for the project period
Single entity bidder and all members of the consortium, if applicable, should be
profit-making concerns for the last 3 yrs.
The Bidders should provide information regarding the above based on audited annual
accounts.
The Bid must be accompanied by the audited Balance Sheet and Profit and Loss
Account of the Bidder (of each member in case of a consortium) as per Appendix 5
for the last three (3) Financial Years.
In case the Bidder is a Consortium, turnover, net worth and bid capacity would be
taken as a sum of net worth, turnover and bid capacity of each member of the
Consortium having more than 15% stake in the consortium. The Consortium would
be required to meet the threshold criteria on the basis of aggregate figures subject to
provisions of this Clause.
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 36 of 68
b. Technical experience
For the purpose of this RFP, the applicant which could be single entity or the
consortium shall be evaluated on the following:
a. Developed/Constructed a Convention Centre of minimum capacity of 500
delegates (in a single facility) in last 10 financial years in India or abroad.
AND / OR
Developed/Constructed a Commercial Complex/ Shopping Mall/ Integrated
Commercial Office Space with all Business support facilities and infrastructure
facilities of minimum total built-up area of 5,00,000 square feet (total area in not
more than three locations) in last 10 financial years in India or abroad.
AND / OR
Developed/Constructed Hotel/ Hotels of Four (4) Star or above category having
minimum 100 rooms (in a single facility) in last 10 financial years in India or
abroad.
b. Operation and management of Convention Centre of minimum capacity of 500
delegates (in a single facility) in last 10 financial (for continuously 3 years) years
in India or abroad.
AND / OR
Operation and management of Hotel of four (4) Star or above category having
100 rooms (in a single facility) in last 10 financial years (for continuously 3 years)
in India or abroad.
Documentary evidence in the form of a CA certificate (Appendix 4) must be submitted
along with the bid:
a) A certificate from the appropriate authorities of respective clients should be submitted
in support of the above in case of completed projects.
b) Relevant pages of the Contract Agreement in projects which are awarded and under
execution. Relevant pages shall mean the Preamble of this CA detailing the Parties
and the last pages detailing the signatories.
c) A copy of the Work Order/Letter of Award in cases where the work has been
awarded within three months before the Bid Submission Due Date.
Eligible Experience – Submission Format
The Bidder should furnish details of eligible experience as on the date of submission
of RFP as per Appendix 4, Bid Response Sheet No. 1.
The Bidder must provide the necessary project specific information as per Appendix
4, Bid Response Sheet No. 2.
9.2 Technical/ Financial Evaluation
Technical/ financial evaluation of only the bidders, who are eligible as per the above
criteria would be done.
The technical/ financial evaluation of the bidder will be done as per following:
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 37 of 68
Evaluation criteria Maximum
marks Description
Financial criteria 30
1 Net worth 10 At least INR 125 crore 7 marks.
Additional 50 crore and above 3 marks
2 Average annual turnover 10 At least INR 85 crore 7 marks.
Additional 50 crore and above 3 marks
3 Bid Capacity 10 At least INR 250 crore 7 marks.
Additional 50 crore and above 3 marks
Technical criteria 70
4
Developed/Constructed a Convention Centre of
minimum capacity of 500 delegates (in a single facility)
in last 10 financial years in India or abroad.
OR
Developed/Constructed a Commercial Complex/
Shopping Mall / Integrated Commercial Office Space
with all Business support facilities and infrastructure
facilities of minimum total built-up area of 5,00,000
square feet (total area in not more than three locations)
in last 10 financial years in India or abroad.
OR
Developed/Constructed Hotel / Hotels of Four (4) Star or
above category having 100 rooms (in a single facility) in
last 10 financial years in India or abroad.
25
The Bidder with maximum eligible
projects get highest marks and rest
other bidders would get pro-rata marks.
The capacity (capacity/built-up
area/rooms) of the project/s in multiples
of 500 delegates or 5,00,000 sqft or 100
rooms would be counted as multiple
projects. Example:.
Developed a convention center of 1000
delegate capacity would be counted as
2 projects.
5.
Operation and management of Convention Centre of
minimum capacity of 500 delegates (in a single facility)
in last 10 financial (for continuously 3 years) years in
India or abroad.
OR
Operation and management of Hotel of Three (3) Star or
above category having minimum 100 rooms (in a single
facility) in last 10 financial years (for continuously 3
years) in India or abroad.
25
The Bidder with maximum eligible
marks get highest marks and rest other
bidders would get pro-rata marks.
The capacity (capacity/built-up
area/rooms) of the project/s in multiples
of 3 years would be counted as multiple
projects Example:
Operated & managed a convention
centre of 500 delegate capacity for 6
years would be counted as 2 projects.
6.
Completed Infrastructure projects (national highways
and expressway, airports, refineries and pipelines
thereof, railways, ports, power, telecom, industrial parks,
SEZs, Group Housing and Integrated/Hi-tech Township)
undertaken for minimum project cost of INR 300 crore in
last 10 years.
10
The Bidder with maximum eligible
projects get highest marks and rest
other bidders would get pro-rata marks.
The capacity (project cost) of the
project/s in multiples of INR 300 crore
would not be counted as multiple
projects.
7
Concept layout / walkthrough in form of a PowerPoint
Presentation with broad idea, block plan showing land
use as per MIDC DCR, phasing, design, components,
ordering & sizing of the components etc. for this ECC
project
10 The Evaluation Committee will evaluate
the design and give marks
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 38 of 68
In case the Bidder is a Consortium, the technical & financial evaluation would be done of
each member of the Consortium having more than 15% stake in the Consortium. The
Consortium would be required to meet the threshold criteria on the basis of aggregate
figures subject to provisions of this Clause.
The bidder claiming experience should have held, in the company owning the Eligible
Project, a minimum direct equity stake of 26% (twenty six per cent) during the period for
which Eligible Experience is being claimed. During submission of bids, the complete list of
partners, in the Teaming Agreement or MoU with the consortium members, for the Eligible
Project shall be submitted.
MIDC may call for the presentations from the Bidders. MIDC would inform the Bidders about
any such presentation well in advance.
9.3 Financial bid opening
► This part of the RFP provides information on the methodology that will be used to
evaluate the Financial Bids received.
► The Project will be awarded to such Successful Bidder, which submits a responsive Bid
and offers to enter into Project Agreement on the best financial terms with MIDC.
► These RFP Documents stipulate the minimum qualification for the Project. These RFP
Documents may be amended or technical and financial parameters of the Project may
be changed by MIDC by issue of an Addendum. Such an Addendum will form part of
these RFP Documents and would be common for all the Bidders. MIDC reserves the
right to reject the Bids, which do not conform to the provisions stipulated in the RFP
Document.
► Financial bid of only the bidders, who have achieved 60 marks or more after evaluation
of Envelope A, would be opened and evaluated.
► Bidding shall be done on the land premium, which shall not be below the base
price of Rs. 30.30 crore (Rupees Thirty crore thirty lakh only) and the proposal of
the bidder quoting the highest land premium shall be considered and called for
the discussion. Financial bids below Rs. 30.30 crore will not be considered and
the bidder would stand disqualified. (Please Note: The base price of Rs. 30.30
crore is calculated at concessional rates and includes additional 0.5 FSI cost,
making it a total 1.5 FSI for the Project land)
The land premium will be payable within 30 days of allotment of land or with an
extension of 150 days with interest.
► MIDC shall evaluate and submit its recommendations to the competent authority.
► Determination of Successful Bidder
► MIDC shall issue a Letter of Intent to the Successful Bidder after obtaining approval
from the Competent Authority which needs to be accepted within 7 days of issuance
of Letter of Intent.
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 39 of 68
► MIDC shall issue a Letter of Award (LOA) after getting the approval of the Board to
the successful bidder within 7 (seven) days of issuance of LOI by MIDC.
► The Successful Bidder shall enter into Project Agreement with MIDC for the
implementation of the project within 30 (thirty) days of issuance of LOA.
► The Successful Bidder shall be required to give performance security before signing
of the Project Agreement within 30 (thirty) days of issue of Letter of Award. If the
Successful Bidder fails in entering into contract (Project Agreement) as required
without giving the required clarifications to the satisfaction of MIDC, MIDC reserves
the right to begin negotiations with the next highest Bidder and so on.
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 40 of 68
10. Annexure 1 - Specifications and Standards The following specifications and standards cover only some of the minimum requirements for
the development. The developer shall design, finance, construct, maintain and operate the
proposed International Convention Centre strictly conforming to the relevant Indian
Standards, the best Industry practices and internationally acceptable norms. Whether the
requirements are explicitly stated or not in the RFP documents, the bidders must note that
MIDC envisages a world class facility in all respects and expects a truly international quality
and standards from the selected developer as the binding contractual obligation.
Civil & Structural Requirements
The building shall be designed in accordance with the latest Indian Standard Codes
and shall be designed to resist wind and seismic forces
RCC Structures shall be designed as per IS 456 :2000
Steel Structures shall be designed in accordance with the provision of IS 800-1984.
Structural steel shall conform to IS 2062. Tubular section shall conform to IS 4923
Architectural design norms as per NBC (National Building Code – 2005)
Structural Design norms as per NBC and BIS (Bureau of Indian Standards)
Developer is advised to carry out its own tests and investigations related to soil
condition, strata, bearing capacity and other characteristics
Convention Centre
The Convention hall shall be capable to be partitioned in smaller rooms when
required.
No pillars / columns shall be constructed inside the area of Convention Hall.
Ducting shall be preferably under the floor and not from the sealing.
The gates of the Convention centre shall be of big size to load and unload the
exhibition material.
The developer shall provide signage so as to facilitate necessary information to the
visitors regarding amenities and their location.
The Convention Centre shall be planned in accordance with the Development
Control Regulations applicable on the site in Butibori.
Equipment & audio visual system
Provision for Simultaneous Interpretation Systems (SIS) shall be made in the Multi-
Purpose Conference Hall. Minimum requirements for SIS are an interpreter's control
unit, and 1 tabletop transmitter per target language, 1 receiver and headphone, or
headset per participant. The booths can either be fixed or mobile. Provision shall be
made for upto 6 language interpretation booths with 2500 Nos. of Wireless IR
Receivers with headphones for reception of simultaneous language interpretation.
The equipments can be radio or infrared frequency equipment. The developer shall
comply with the relevant international standards for all the equipments.
Sound Reinforcement system for the entire hall suitable for Speech / Light music,
seminars, lectures, presentations etc.
Rear projection Screens & LCD Projector for detailed presentations of all formats of
video from presentations to motion picture.
Auto dome CCD Cameras for capturing live video of the stage proceedings and
project on the main screen display.
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 41 of 68
Video Distribution of the proceedings of the Hall to the entire Convention Centre
through various Plasmas & TV placed at selected locations / rooms.
State-of-art Digital Congress Network, equipped with Chairman and Delegate
microphone units enables conferences & discussion seminars.
DVD Recorders enable recording & Storage of all the interpreted languages or floor
language along with video directly on the DVDRs.
Wired microphones for Podium or stage applications.
Upto 10 Wireless microphones, either handheld tie-clip for wire-free Application of
microphone source.
16 Channel Microphone mixing console to manage various I/P sources from the
control room.
DVD Players, VCRs, Music Sources.
Provisions for Inputs from various I/O devices like laptops, documents cameras,
slide projectors, etc. through the interface plates in the floor boxes.
Provisions for various inputs / Outputs from above the truss for more LCD
Projectors, motorized screens etc. through interface modules placed above the
bars.
Touch Screen control / monitoring of the AV equipment in the entire convention hall
enable the use of multiple equipment at the touch of a single button.
Ceiling Speaker (Rated power-100W, 650X400X322mm, wt: 24KG)
Video Conferencing systems
4. Acoustics
The convention centre shall have latest sound systems to provide a complete
concert-like experience on a flick of a switch.
The partition between halls should have a Sound Transmission Coefficient
(STC) of 70 dB measured with dual channel spectrum analyzers as per ISO
140
5. Minimum Parking area
Car Parking for minimum 500 ECS for above essential facilities should be
provided.
All parking spaces shall be paved to withstand vehicle loads and forces due
to frequent acceleration and deceleration of vehicles. Parking bays/lots shall
have proper cross slope and drainage. They shall be marked with paint as per
Indian standards to demarcate parking and circulation space.
6. Firefighting facilities
The developer shall provide the required firefighting equipment and facilities including
fire exits, fire proof doors, etc. conforming to relevant standards and the applicable
rules and regulations
7. Facilities for Physically challenged persons
The developer shall provide all the necessary facilities to the entry/exit, seating and
movement of physically challenged persons including wheel chairs, ramps, specially
designed seats, toilets etc. in the centre.
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 42 of 68
Annexure 2 - Maintenance & Performance Standard
1. General
During the period of operation, the Developer shall maintain all the facilities in accordance
with performance standards and maintenance requirements, as mentioned below:
• Perform maintenance on a routine and periodic basis.
• Provide functional facilities that (a) meet the ICC requirements; (b) have an
environmentally acceptable atmosphere for users of the facility; (c) ensure safety and
security of VVIPs; (d) ensure the safety of the visitors; and, (e) maintain a good
environment in the site conducive to all tourism and leisure facilities.
• Identify potential problems early within the context of the planned maintenance
system so that corrective action may be planned and completed in a timely manner.
• Establish a maintenance list for planned operation and maintenance. Follow an
orderly program so that maximum operational efficiency is attained.
2. Maintenance Works
The Developer shall perform routine and periodic maintenance activities for the project
infrastructure viz, civil, mechanical and electrical works and equipment, furniture for meeting
the specified performance standards as per table below
Maintenance Requirements
Description Required Level Facility / Equipment
Power Supply, Electrical Installations, Electrical Equipments Telecommunication system including high speed data connection
Standby power arrangements shall be made for necessary facilities like basement parking, Convention, Exhibition and Performance Centre, etc. No loose, open, un-insulated wiring in any of the areas. Switch Boards, Electric meters are enclosed in boxes and access to authorized persons only.
Standby power supply by DG sets shall be ready to be operated and should be available 24 hours
Natural and Mechanical Ventilation and Illumination for basement parking
Shall meet the required Illumination level as specified in the IS Code and NBC. Shall meet the required Ventilation level as specified in the IS Code and NBC.
Any disruption to mechanical ventilation, if provided, shall be rectified within 24 hours. Arrangements for natural ventilation like skylights ventilators, shafts etc. shall be cleaned after every 5 days
Damage / Breach to the Boundary Wall
No Damage / Breach is allowed Any damage / breach to the boundary wall shall be rectified within three (3) days after the event.
Maintenance of Circulation Areas of Convention, Exhibition and Performance Centre, Hotel, etc.: Circulation Area maintenance shall include the entire house keeping activities requiring routine and periodic maintenance. Annual maintenance shall be done for accessories like fans, lighting arrangements etc. in these areas.
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 43 of 68
3. Performance Standards: Indent
The performance levels define the level at which the proposed facilities are to be maintained and operated. Performance standards are defined for operation and maintenance of the facilities and the site environment.
The obligations of the Operator in respect of Maintenance requirements shall include:
- Maintaining site environment so as to cause minimum disturbance to the environment.
- Ensure that the facilities are operational and rectification of the defects and deficiencies within the minimum time
- Ensure that the fixed parameters provided in this RFP are abided by at any time during the project period
Notwithstanding anything contrary to specified in this schedule, if the nature and extent of any defect justifies more time for its repair or rectification as compared to time specified herein, the Operator shall be entitled to additional time in conformity with good industry practice. However the Operator shall get prior approval from the Independent Engineer, for such additional requirements of time.
Notwithstanding anything to the contrary contained in this schedule, if any defect, deficiency or deterioration in the Project poses danger to the life and property of the users thereof, the Developer shall promptly take all reasonable measures for eliminating or minimizing such danger
4. Periodic Maintenance Performance Standards
In order to maintain the quality and operational standards of high quality, the periodic maintenance/renewal activities are proposed for the Project.
Periodic Maintenance/Renewable activities:
S No. Periodic Renewal Activities Time Limit for Renewal
1 Repainting of furniture, signages delineators, markings etc.
Minimum once in a year
2 Repainting of Buildings and all other structures.
Minimum once in three years
3 Repainting of carpentry work like joinery, doors, windows, ventilators, wooden furniture etc. in the offices, cabins, booths etc.
Minimum once in three years
4 Resurfacing of Pavement Routine repairs every year and premix carpet every fourth year. Incase the pavement is of Rigid type, no periodic renewal would be required except cleaning & filling of joints
5 Mechanical Equipment Minimum once in a year as per manufacturer’s installation, operation and maintenance instruction manual
6 Electrical Equipment Minimum once in a year as per manufacturer’s installation, operation and maintenance instruction manual
5. Periodic Maintenance Performance Standards
S No. Parameters Performance Indicators
1 Convention Centre To remain operational 24 hours a day throughout the year
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 44 of 68
2 Delegate Accommodation To remain operational 24 hours a day throughout the year
3 Essential supporting Infrastructure
To remain operational 24 hours a day throughout the year
4 Parking Area To remain operational 24 hours a day throughout the year
5 Information System, Displays To remain operational 24 hours a day throughout the year
6 Toilets To remain operational 24 hours a day throughout the year
7 Water Supply To remain operational 24 hours a day throughout the year
8 Electricity Supply To remain operational 24 hours a day throughout the year
9 Telecommunication and Networking Equipment
To remain operational 24 hours a day throughout the year
10 Fire Fighting System To remain operational 24 hours a day throughout the year
11 Standby Diesel Generator Sets
Standby Diesel Generator Sets to supply power to the Project facilities must be available 24 hours a day, throughout the year in case of disruption or breakdown in power supply
12 Maintenance Office This shall remain open for 16 hours a day and throughout the year
13 Security To remain functional 24 hours a day throughout the year. Appropriate fencing of the site with lighting and security shall be provided to ensure that there will be no encroachment on the site.
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 45 of 68
APPENDIX 1A
FORMAT FOR POWER OF ATTORNEY FOR SIGNING PROPOSAL (On a Stamp Paper of appropriate value)
POWER OF ATTORNEY
Know all men by these presents, we ____________ (name and address of the registered
office) do hereby constitute, appoint and authorize Mr./Ms. _____________________ (name
and address of residence) 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 Exhibition
cum Convention Centre in Butibori, Nagpur in the state of Maharashtra, including signing
and submission of all documents and providing information/ responses to Maharashtra
Industrial Development Corporation (MIDC). We hereby agree to ratify all such acts, deeds
and things lawfully done by our said attorney pursuant to this Power of Attorney and that all
such acts, deeds and things lawfully 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) Company seal & stamp
Notes:
a. To be executed by the sole Bidder or the Lead Member in case of a Consortium duly supported .by a
Board Resolution
b. 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.
c. Also, where required, the executants(s) 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.
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 46 of 68
APPENDIX 1B
FORMAT FOR POWER OF ATTORNEY FOR LEAD MEMBER OF CONSORTIUM (On a Stamp Paper of appropriate value)
POWER OF ATTORNEY
Whereas Maharashtra Industrial Development Corporation (MIDC) has invited Proposals
from interested parties for Exhibition cum Convention Centre in Butibori, Nagpur ("the
Project").
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 Bid Document
and other connected documents in respect of the Project, and
Whereas, it is necessary under the Bid Document for the members of the Consortium to
nominate one of them as the Lead Member with all necessary power and authority to do for
and on behalf of the Consortium, all such acts, deeds and things as may be necessary in
connection with or incidental to the Consortium’s proposal for the Project.
NOW THIS POWER OF ATTORNEY WITNESSETH THAT:
We, M/s. _________________, and M/s. ________________ (the respective names and
addresses of the registered office) do hereby constitute, appoint and authorize M/s.
__________________________ as the Lead Member of the Consortium and as our
attorney, to do on behalf of the Consortium, all or any of such acts, deeds or things as may
be necessary in connection with or incidental to the Consortium’s proposal 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
MIDC, or any other Government Agency or any person, in connection with the Project until
culmination of the process of bidding and thereafter till the Project Agreement is entered into
with MIDC.
We hereby agree to ratify all such acts, deeds and things lawfully done by Lead Member as
our said attorney pursuant to this Power of Attorney and that all acts deeds and things
lawfully 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)
Company seal & stamp
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 47 of 68
Note:
1. 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.
2. The executant(s) should submit for verification the extract of the charter documents and
documents such as Board Resolution and Power of Attorney in favour of the person executing
this Power of Attorney in favour of the Lead Member.
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 48 of 68
APPENDIX 1C
Zoning Plans & Development Controls
The development of project site shall be in accordance with the Development Control
Regulations of MIDC. Some of the points are listed below:
► Building Regulations to be adhered to are given below:
a. Project will be built on a plot of 20.3 acre.
b. The Land use is Mixed (Hotel/Convention Centre) purpose (as per MIDC Bye-Laws)
► Land FSI
a. The FSI allowed is 1 (as per Butibori area of Nagpur)
b. Additional 0.5 FSI has been loaded on the land premium, so final FSI for land is 1.5.
c. The maximum permissible ground coverage is 60% of the Plot.
► Basement
a. No restriction on the number of basement and height of basement.
b. Basement shall not be considered while calculating FAR.
► Building Height
a. The allowed height for the building shall be subjected to Airport Authority Clearance.
Successful Bidder shall apply to the competent authority for the necessary approvals.
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 49 of 68
APPENDIX 2 DETAILS OF BIDDER
1. (a) Name
(b) Country of Incorporation
(c) Address of the corporate headquarters and its branch office (s), if any, in India
(d) Date of incorporation and / or commencement of business
2. Brief description of the Company including details of its main lines of business and proposed roles and responsibilities in this Project. 3. Name, Designation, Address and Phone Nos. of Authorized Signatory of the Bidder
(a) Name:
(b) Designation:
(c) Company:
(d) Address:
(e) Telephone No:
(f) E-mail Address:
(g) Fax No:
4. Details of individual (s) who will serve as the point of contact / communication for MIDC, within the Company
(a) Name:
(b) Designation:
(c) Address:
(d) Telephone No.
(e) E-mail address:
(f) Fax No.
5 In case of Consortium:
(a) The information above (1-4) should be provided for all the Members of the Consortium
(b) Information regarding role of each Member should be provided as per table below:
SN Name of member Role of the member*
*Specify whether Lead Member, Associate Members (Signature of Authorised Signatory) Company seal & stamp
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 50 of 68
APPENDIX 3 FORMAT FOR LETTER OF BID
[On the Letter Head of the Bidder (in case of Single Bidder) or Lead Member (in case of a
Consortium)]
Date: ------------
The Superintending Engineer,
MIDC, Udyog Bhawan,
4th Floor, Near High Court, Civil Lines,
Nagpur.
Sir,
Being duly authorized to represent and act on behalf of _________________ (hereinafter referred to
as "the Bidder"), and having reviewed and fully understood all of the qualification requirements and
information provided, the undersigned hereby expresses its interest and apply for qualification for the
Exhibition cum Convention Centre in Butibori, Nagpur.
We are enclosing our Proposal, in one Original and two Copies, with the details as per the
requirements of the Bid Document, for your evaluation.
The undersigned hereby also declares that the statements made and the information provided in the
Proposal is complete, true and correct in every detail.
We confirm that the bid is valid for a period of 180 days from the due date of submission of bid and
unconditional.
We hereby also confirm the following:
1. The Proposal is being submitted by (name of the successful bidder/ LCM) who is the Bidding
Company/the LCM 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.
2. As the Successful Bidder/ LCM (in case of a Bidding Consortium), we hereby confirm to abide by
the roles and responsibilities assigned to us as per the MoU between the Consortium Members and
as outlined in this RFP.
3. We have examined in detail and have understood the terms and conditions stipulated in the RFP
Document issued MIDC and in any subsequent communication sent by MIDC. We agree and
undertake to abide by all these terms and conditions. Our Proposal is consistent with all the
requirements of submission as stated in the RFP or in any of the subsequent communications from
MIDC.
4. We confirm that there are no conditions in “Envelope B: Financial Proposal”.
5. The information submitted in our Proposal is complete, is strictly as per the requirements stipulated
in the RFP, and is correct to the best of our knowledge and understanding. We would be solely
responsible for any errors or omissions in our Proposal.
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 51 of 68
6. We confirm that we have studied the provisions of the relevant Indian laws and regulations required
to enable us to prepare this Financial Proposal and as required for Exhibition cum Convention Centre
in Butibori, Nagpur, in the event that we are finally selected.
7. We confirm that all the terms and conditions of the Proposal are firm and valid for acceptance for a
period of 180 days from the Proposal due date.
Our PAN number is -----------------
Our TAN number is -----------------
Thanking You,
Yours Sincerely,
For and on behalf of: (name of the Bidding Company / LCM and the Company Seal)
Signature: (Authorised Representative & Signatory)
Name of the Person:
Designation:
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 52 of 68
APPENDIX 4 INFORMATION RELATED TO EXPERIENCE
GUIDELINES
i. The Chartered Accountant issuing the certification for experience of the Bidder must hold a
valid Certificate of Practice.
ii. A separate sheet should be filled for each of the Eligible Projects.
FORMAT FOR ESTABLISHING EXPERIENCE OF BIDDER BID RESPONSE SHEET 1
SN
Name of the project
Name of client
Role (Developer, prime contractor, sub contractor etc.)
Project Equity holding at the time of construction/ execution
Area specification/ number of rooms/ delegates, etc.
Whether as Lead member or a consortium member
Location
Cost (Rs. Cr.)
Start date
End date
1
2
3
4
5
Note: 1. Only the eligible projects that satisfy technical criteria shall be included. 2. All the Financial numbers are to be given in Rs. (Indian Rupees) 3. The format shall be filled up for each member of the consortium and as a cumulative
experience for the consortium 4. The bidder claiming experience should have held, in the company owning the Eligible Project,
a minimum direct equity stake of 26% (twenty six per cent) during the period for which Eligible Experience is being claimed. During submission of bids, the complete list of partners, in the Teaming Agreement or MoU with the consortium members, for the Eligible Project shall be submitted.
(Signature of Authorised Signatory) Company seal & stamp
Signature, Name, Address and Membership No. of Chartered Accountant
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 53 of 68
APPENDIX 5 FORMAT FOR ESTABLISHING FINANCIAL CAPABILITY OF THE BIDDER
BID RESPONSE SHEET 2
Format for Financial Capability of Single Entity Bidder
Year Net worth (INR crore)
Annual Turnover (INR crore)
Bid Capacity
2014
2013 NA NA
2012 NA NA
Average NA NA
(Signature of Authorised Signatory)
Company seal & stamp
Signature, Name, Address and Membership No. of Chartered Accountant
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 54 of 68
BID RESPONSE SHEET 4 Format for Financial Capability of Consortium
Turnover, Net Worth and Net Cash Accruals
Bidder
Type
Equity
Share
(%)
Turnover (Rs. Crore) Net worth (Rs.
Crore)
As on 31st
March 2014
Bid capacity (Rs.
Crore)
As on 31st
March
2014
Year Year Year
Consortium
member 1
Consortium
member 2
Consortium
member 3
Consortium
member 4
Aggregate Turnover = Rs ---------------- crores Aggregate Net worth = Rs ________ crores Aggregate Bid Capacity = Rs ______ crores (Signature of Authorised Signatory) Company seal & stamp
Signature, Name, Address and Membership No. of Chartered Accountant
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 55 of 68
APPENDIX 6
Guidelines for providing information related to financial capability
1. The Bidder should provide the Financial Capability based on its own audited financial
statements. Financial capability of the Bidder's parent company, associate & subsidiary (who are
not Member of the Consortium) will not be considered for computation of the Financial Capability
of the Bidder.
2. Instructions for calculation of Financial Capability:
a) The bid capacity is assessed on the basis of following formula:
( A x N x 2 ) – B
Where A: Maximum of the updated values of works executed in one of the 3 preceding years.
The updation of the value of work should be done at 10% per annum (compounded) by
multiplying the values with following factors:
Immediately preceding year: 1.10
Last but one year: 1.210
Preceding year to last but one: 1.331
N: number of years prescribed for completion of the project
B: value of existing commitments and works (ongoing or to be completed in the period
stipulated for the project period
b) Net Worth = Subscribed and Paid-up Equity (including Share Premium, if any) + Reserves –
Revaluation Reserves - Miscellaneous expenditure not written off-Deferred Revenue
Expenditure-Deficit in Profit & Loss Account
c) The financial year would be the same as followed by the Bidder for its annual report. Year 1
will be the last Financial Year. Year 2 shall be the year immediately preceding Year 1.
d) The Bidder shall provide audited Annual Reports as required under this Bid Document. For a
Consortium, audited Annual Reports of all Members shall be provided.
e) In case of a Consortium comprising of members with holdings in each other, the cross
holdings between the group companies comprising part of the Consortium will be deducted
for the purpose of Net Worth calculations.
3. Financial details of the Bidder. If the Bidder is a consortium the Financial Details of all the
members. The Financial Details should be provided in the following manner.
SN Particulars as per the Audited Balance Sheet Year 3 Year 2 Year 1 Total
1. Subscribed and Paid up Equity
2. Reserves
3. Revaluation reserves
4. Miscellaneous expenditure not
written off
5. Deferred Revenue Expenditure
6. Deficit in Profit & Loss Account
7. Net Worth = (1+2-3-4-5-6)
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 56 of 68
Name of Member: Role of Member:
(Signature of Authorised Signatory)
Company seal & stamp
Signature, Name, Address and Membership No. of Chartered Accountant
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 57 of 68
APPENDIX 7 FORMAT FOR ANTI-COLLUSION CERTIFICATE
[To be submitted on the letter heads of the bidders separately] Anti-Collusion Certificate
Date: ------------
The Superintending Engineer, MIDC, Udyog Bhawan, 4th Floor, Near High Court, Civil Lines, Nagpur. Exhibition cum Convention Centre in Butibori, Nagpur Sir,
We hereby certify and confirm that in the preparation and submission of this Bid, 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, restrictive or monopolistic trade practice.
We further confirm that we have not offered nor will offer any illegal gratification in cash or kind to any
person or agency in connection with the instant Bid.
Dated this ______________ Day of ________________, 200_ Name of the Bidder Signature of the Authorised Person Note:
To be submitted by each Member in case of Consortium.
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 58 of 68
APPENDIX 8A FORMAT FOR PROJECT UNDERTAKING
[To be submitted on the letter heads of the bidders separately]
Date: ------------
The Superintending Engineer, MIDC, Udyog Bhawan, 4th Floor, Near High Court, Civil Lines, Nagpur. Exhibition cum Convention Centre in Butibori, Nagpur
Sir,
We have read and understood the Bid Document in respect of the captioned project provided to us by
the Additional Chief Engineer, Maharashtra Industrial Development Corporation.
We hereby agree and undertake as under:
(a) Notwithstanding any qualifications or conditions, whether implied or otherwise, contained in our
Bid we hereby represent and confirm that our Bid is unqualified and unconditional in all respects.
(b) We are not barred by the GoI or the GoM or their Departments or Agencies from participating in
any projects.
Dated this ___________________ Day of _______________, . Name of the Bidder Signature of the Authorised Person
Company seal & stamp
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 59 of 68
APPENDIX 8B FORMAT FOR PROJECT UNDERTAKING
[In case of Consortium] [To be submitted on the letter heads of the bidders separately]
Date: ------------
The Superintending Engineer, MIDC, Udyog Bhawan, 4th Floor, Near High Court, Civil Lines, Nagpur. Exhibition cum Convention Centre in Butibori, Nagpur
Sir,
We have read and understood the Bid Document in respect of the captioned project provided to us by
the Additional Chief Engineer, Maharashtra Industrial Development Corporation.
We hereby agree and undertake to be an exclusive member of the consortium and not a member of
any other consortium nor an independent Bidder, bidding for this project and has submitted only one
(1) Bid in response to this RFP
Dated this ___________________ Day of _______________,
Name of the Bidder
Signature of the Authorised Person
Company seal & stamp
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 60 of 68
APPENDIX 9 FORMAT FOR MEMORANDUM OF UNDERSTANDING (MOU)
(On Non – judicial stamp paper of Rs 100/- or such appropriate document duly attested by notary public)
MEMORANDUM OF UNDERSTANDING FOR SPECIAL PURPOSE VEHICLE FOR
“_____________________________________________________________________” DEED OF PARTNERSHIP (SPECIAL PURPOSE VEHICLE OF ___________ AND ____________)
This Memorandum of Understanding for Special Purpose Vehicle made and entered into at on his ______ day of _______ 20___ by and between : 1) ……………………………………………… AND 2) ……………………………………………… DEFINATIONS :- In this deed, the following words and expression shall have meanings set out below : “The Special Purpose Vehicle” (“SPV” for short) shall mean “_______________________ (SPV)” and “___________________” Special Purpose Vehicle collectively acting in collaborations for the purpose of this agreement. “Apex Co-ordination Body (ACB) shall mean the body comprising Director of the Parties to the Joint Venture” “The Owner” shall mean ……………………………………………………… ……………………………………………………… “The Works” shall mean the ………………………………………………………...... …………………………………………………………………. JOINT VENTURE (JV)
(whereas the Parties hereto declare that, they agree and undertake to form a Special Purpose Vehicle
for the purpose of Execution of the works, as an integrated SPV. The Special Purpose Vehicle shall
be called as “SPV” for short) Provided that the Parties are not under this agreement entering into any
permanent Partnership to tender or undertake any contract other than the subject works. Nothing
herein contained shall be considered to construe the Parties or Partners to constitute either Party the
agent of the other.
WITNESSES
WHEREAS the Superintending Engineer, ……………………………………. herein after referred as the
SE, have invited tenders for the work of “…………………………………………………………….. herein
after referred as “The Works”
Whereas PARTY NO. I and PARTY NO. II (write names of all Consortium members) wish to execute
the Contract, if awarded as per the terms of this indenture. Now, therefore this Deed of Partnership
witnesses as follows:-
1) That, these recitals are and shall be deemed to have been part and parcel of the present
MOU for SPV.
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 61 of 68
2) That, this MOU shall come into force from the date of this MOU i.e. the day of
_____________ the year ______________
3) That, the operation of this MOU for SPV concerns and is confined to “the works” only.
4) That, the name of the SPV firm shall be “_________________)
5) That, PARTY NO. I and PARTY NO. II (write names of all Consortium members) shall jointly
execute the works according to all terms and conditions as stated in the relevant instructions
contained in the Bid Documents / Project Agreement as an integrated SPV styled as
“_______________________________)
That, this MOU for SPV shall regulate the relations between the parties and shall include
without being limited to them the following conditions.
a) M/s. ___________________________ shall be the lead Company Incharge of the SPV for all
intents and purpose.
b) The parties hereto shall jointly and severally liable to MIDC for all acts, deeds and things
pertaining to the Contract. The Contract for the works shall be signed by Shri.
_______________________ as a General Power of Attorney Holder.
c) That the Director of one of the parties of the SPV, ________________ shall be the lead
Partner of the SPV and shall have the Power to Control and Manage the Affairs of the SPV.
d) That, on behalf of the SPV Lead Partner, _______________ have the Authority to incur
liabilities, receive instructions and payments, sign and execute the Contract for and on behalf
of the SPV. All payments made under the contract shall be made into the SPV’s bank
account.
e) One or two Bank accounts shall be opened in the name of SPV to be operated by the Joint
Signatory by representative of both the Partner of SPV.
f) That each of the parties to the SPV agrees and undertake to place at the disposal of the SPV
benefits of its individual experience, technical knowledge and skill and shall in all respects
bear its share of the responsibility including the provision of information, advice and other
assistance required in connection with the works. The share and the participation of the
partners in the SPV shall broadly be as follows :-
Name of Contractor Share of Percentage
1)
2)
3)
4)
Total 100%
And all rights, interests, liabilities, obligations, works experience and risks (and all net profit or
net losses) arising out of the contract shall be shared or borne by the Parties in proportion to
these share. Each of the parties shall furnish its proportionate share in any bonds,
guarantees, sureties required for the works as well as its proportionate share in working
capital and other financial requirements, all in accordance with the decisions of the Apex
Coordinating body.
g) Any loan/advances shall be shared by the PARTY NO. I and PARTY NO. II (write names of
all Consortium members) in the ratio of ________________ respectively.
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 62 of 68
h) All funds, finance or working capital required for carrying out and executing, the works or
contract shall be procured and utilized by the parties are mutually agreed by them and they
shall be liable and responsible for the same. Initial Capital of the SPV shall be Rs.
_______________.
i) The execution of the work on the site will be managed by a Project Manager. The Project
Manager shall be authorized to represent the SPV on site in respect of matters arising out or
under the contract.
j) The PARTY NO. I and PARTY NO. II (write names of all Consortium members) shall be jointly
and severally liable towards the owner for the execution of the contract commitment in
accordance with contract conditions.
k) The SPV shall be registered with the Registrar of Firms / Company, Maharashtra State. Prior
written approval of MIDC shall be obtained before any changes are proposed to be made in
this SPV, once it is registered with the Registrar of firms / Company, Maharashtra State.
l) This SPV agreement shall not be dissolved till the completion of the defect liability period as
stipulated in the Tender Document conditions of the works and till all the liabilities thereof are
liquidated.
m) That, questions relating to validity and interpretation of this deed shall be governed by the
laws of India. Any disputes in interpretation of any conditions mentioned herein shall be
referred to Arbitrator by mutual consent of the parties to the SPV and such proceedings shall
be governed by the Indian Arbitration and Conciliation act, 1996. The award of the Arbitrator
shall be final and binding on the parties, hereto, neither the obligations of each party hereto to
perform the contract nor the execution of works shall stop during the course of these
arbitration proceedings or as a result thereof.
n) That, no party to the SPV has the right to assign any benefit, obligation or liability under the
agreement to any third party without obtaining the written consent of the other partner and
MIDC.
o) Bank account (s) in the name of the SPV may be opened with any Nationalized / Scheduled
Bank / Banks approved by GoM and the representatives of both partners are authorized to
operate upon such accounts jointly.
p) That, the parties to the SPV shall be responsible to maintain or cause to maintain proper
Books of Accounts in respect of the business of the SPV and the same shall be closed at the
end of the every financial year.
q) That the financial year of the SPV shall be the year ended on the 31st day of March every
year.
r) That upon closure of the books of account, balance sheet and profit and loss account, as to
the state of affairs of the SPV, as at the end of the financial year and as to the profit or loss
made, or incurred by the firm for the year ended on that date respectively, shall be prepared
and the same shall be subject to audit by a Chartered Accountant.
LEGAL JURISDICTION All matters pertaining to or emanating from this SPV agreement involving the owner shall be subject to jurisdiction or High Court of Judicature, at ...……….. NOTICE AND CORRESPONDANCE
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 63 of 68
All correspondence and notices to the JV shall be sent to the following address: IN WITNESS WHERE TO the parties have caused their duly authorized representative to sign below: Signed for and on behalf of Signed for and on behalf of Witness 1.
2.
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 64 of 68
APPENDIX 10
Format of Letter of Acceptance (The Letter of Acceptance is to be submitted by EACH Consortium Member of the Bidding
Consortium)
Date:
Place:
The Superintending Engineer,
MIDC, Udyog Bhawan,
4th Floor, Near High Court, Civil Lines,
Nagpur.
Sub: Exhibition cum Convention Centre in Butibori, Nagpur basis
Dear Sir,
This has reference to the Proposal being submitted by (name of the LCM of the Bidding Consortium),
as LCM of the Bidding Consortium comprising (mention name(s) of the Consortium Members) in
respect of selection of Successful Bidder to Build, Operate and Transfer Exhibition cum Convention
Centre in Butibori, Nagpur in response to the RFP Document issued by Maharashtra Industrial
Development Corporation dated ……………...
We hereby confirm the following:
(a) We (name of the Consortium Members furnishing the Letter of Acceptance), have examined in
detail and have understood and satisfied ourselves regarding the contents including in respect of the
following:
a. The RFP Document issued by MIDC
b. All subsequent communication between MIDC and the Bidder, represented by (Mention
name of the LCM)
c. The Proposal being submitted by (name of the LCM)
(b) We agree to abide by the terms and conditions of the RFP Document and the Proposal being
submitted by the LCM in respect of the Project.
(c) We also reaffirm that (name of the LCM) continues to be the LCM and that (please give name,
designation and address of authorized representative and signatory here) designated as the
authorized representative and signatory of the LCM of the Bidding Consortium is the authorized
representative and signatory in respect of all matters concerning our Proposal for this Project and
contractual commitments thereof.
Thanking You,
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 65 of 68
Yours Sincerely,
For and on behalf of: (name of the Bidding Company / LCM and the Company Seal)
Signature: (Authorised Representative & Signatory)
Name of the Person:
Designation:
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 66 of 68
APPENDIX 11
Financial Proposal (Format for Information Submission) (To be provided on the letterhead of the Bidder)
Date: Place:
The Superintending Engineer,
MIDC, Udhyog Bhawan,
4th Floor, Near High Court, Civil Lines,
Nagpur.
Dear Sir, Sub: Proposal for selection of Successful Bidder to Build, Operate and Transfer Convention Centre in Nagpur
1. We the undersigned Bidder, submit the following as our Financial Proposal in response to the RFP
issued by MIDC.
Rs……………………(Rupees Only) being the total lump sum land premium to be given to MIDC in
form of Demand Draft in favour of MIDC payable at Nagpur within 30 days of allotment of land or
with an extension of 150 days with interest.
2. We confirm that the Financial Proposal conforms to all the terms and conditions stipulated in the
Request for Proposal Document.
3. We confirm that our Financial Proposal is FINAL in all respects and contains NO conditions.
4. We confirm that in the event of more than one Responsive Bidders quoting the same annual lease
rental value, MIDC shall break the tie by way of draw between such Bidders
5. We confirm that, the information submitted in our Financial Proposal is complete and is correct to
the best of our knowledge and understanding. We would be solely responsible for any errors or
omissions in our Proposal
6. We confirm that we have studied the provisions of relevant Indian laws and regulations required to
enable us to prepare this Financial Proposal and as required to build, operate and transfer the
Project, in the event that we are finally selected.
Thanking You, Yours Sincerely, For and on behalf of : (name of the Successful Bidder / LCM and the Company Seal) Signature : (Authorised Representative & Signatory) Name of the Person : Designation :
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 67 of 68
APPENDIX 12
Proforma for Bank Guarantee for Performance Security
[To be issued by SBI or any Nationalised Bank or Indian Scheduled Commercial Bank]
From: …………………………………………………………………………… [Name and Address of Bank/ Financial Institution] The Superintending Engineer, MIDC, Udyog Bhawan, 4th Floor, Near High Court, Civil Lines, Nagpur.
1. In consideration of the Superintending Engineer of MIDC represented by ________________
(hereinafter called “ the MIDC”) having agreed to exempt __________________ (hereinafter
called “ the said Bidder(s)“) from the demand, under the terms and condition of an Agreement,
dated _________made between ____________________and MIDC for Build, Operate and
Transfer “Exhibition cum Convention Centre in Butibori, Nagpur” (hereinafter called “ the said
Agreement”), of performance security for the due fulfilment by the said Developer(s)of the terms
and conditions contained in the said Agreement , on production of a bank guarantee for Rs.
(Rupees only).
We, _____________________ (hereinafter referred to as “the Bank”) at the request of
______________/ Bidder(s)/ do hereby undertake to pay to the MIDC an amount not exceeding
Rs. /- against any loss or damage caused to or suffered or would be caused to or suffered by the
Government by reason of any breach by the said Developer(s)of any of the terms or conditions
contained in the said Agreement.
2. We __________________________ (indicate the name of bank) do hereby undertake to pay the
amounts due and payable under this guarantee without any demur, merely on a demand from
the MIDC stating that the amount claimed is due by way of loss or damage caused to or would
be caused to or suffered by the MIDC by reason of breach by the said Bidder(s) of any of the
terms or conditions contained in the said agreement or by reason of the Bidder(s) failure to
perform the said Agreement. Any such demand made or the bank shall be conclusive as regards
the amount due and payable by the Bank under this guarantee. However, our liability under this
guarantee shall be restricted to an amount not exceeding Rs. /-.
3. We undertake to pay to the MIDC any money so demanded notwithstanding any dispute or
disputes raised by the Bidder(s) in any suit or proceeding pending before any court or Tribunal
relating to our liability under this present being absolute and unequivocal, unless otherwise
directed by such Court or Tribunal.
The payment so made by us under this bond shall be a valid discharge of our liability for payment
there under and the Bidder(s) supplier (s) shall have no claim against us for making such
payment.
RFP for Development of Exhibition-cum-Convention centre in Butibori Area, Nagpur
Page 68 of 68
4. We __________________________________ (Indicate the name of bank) further agree that the
guarantee herein contained shall remain in full force and effect during the period that would be
taken for the performance of the said Agreement and that it shall continue to be enforceable till
all the dues of the MIDC under or by virtue of the said Agreement have been fully paid and its
claims satisfied or discharged or till Govt certifies that the terms and conditions of the said
Agreement, have been fully and properly carried out by the said Bidder(s)and accordingly
discharges this guarantee, however not exceeding six months beyond the date of expiry of the
project period. Unless a demand or claim under this guarantee is made on us in writing on or
before the date of expiry of we shall be discharged from all liability under this guarantee
thereafter.
5. We _____________________ (indicate the name of Bank) further agree with the MIDC that the
MIDC shall have the fullest liberty without our consent and without affecting in any manner our
obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend
time of performance by the said Bidder(s)from time to time or to postpone for any time or from
time to time any of the powers exercisable by the MIDC against the said Bidder(s) and to forbear
or enforce any of the terms and conditions relating in the said agreement and we shall not be
relieved from our liability by reason of any such variation or extension being granted to the said
Bidder(s)or for any forbearance act or commission on the part of the MIDC or any indulgence by
the MIDC to the said Bidder(s)or by any such matter or thing whatsoever which under the law
relating to sureties would, but for this provision, have effect of so relieving us.
6. This guarantee will not be discharged due to the change in the constitution of the Bank or the
Bidder(s)/ Supplier(s).
7. We, __________________________ lastly undertake not to revoke this guarantee during
(indicate the name of bank) its currency except with the previous consent of the MIDC in writing.
SEAL OF [BANK/FINANCIAL INSTITUTION] ……………………………….. NAME OF [BANK/FINANCIAL INSTITUTION] ……………………………….. SIGNATURE …………………………….. NAME …………………………….. TITLE …………………………….. DATE ……………………………..