LUCKNOW DEVELOPMENT AUTHORITY

Similar documents
REQUEST FOR PROPOSAL

DISTRIBUTION OF ELECTRICITY

Request For Qualification. for. Engineering, Procurement & Construction. for

Request for Proposal DEVELOPMENT OF SOLAR POWER PROJECTS IN THE STATE OF KARNATAKA VOLUME I. Request for Proposal. June 2014

Request for Qualification. For. Power Supply Agreement. For

RFQ-Pre-Qualification of Developer for Biotech Incubator Park at Savli, Vadodara, Gujarat on DBFOT Basis. Table of Contents

Vizhinjam International Seaport Limited (A fully owned Govt of Kerala Undertaking) Thiruvananthapuram -14 LEGAL ADVISER

DIRECTOR SHRI VINOBA BHAVE CIVIL HOSPITAL

LUCKNOW DEVELOPMENT AUTHORITY

ANDHRA PRADESH INDUSTRIAL INFRASTRUCTURE CORPORATION LIMITED

REQUEST FOR QUALIFICATION (RFQ) FOR SETTING UP OF RURAL BPO CENTERS IN MADHYA PRADESH

GOVERNMENT OF MAHARASHTRA. Tender Document. Block

Request for Proposal (RFP) SELECTION OF TRANSACTION ADVISER

GUIDELINES OF THE MINISTRY OF FINANCE File No 24(1)/PF II/2006 Ministry of Finance Department of Expenditure (PF II Section) New Delhi, May 18, 2009

DEVELOPMENT OF 240 MW (AC) SOLAR POWER PROJECTS IN KARNATAKA TO BE IMPLEMENTED IN 12 TALUKS VOLUME I. Request for Proposal

TENDER DOCUMENT FOR E-AUCTION FOR MINING LEASE OF GRAPHITE & ASSOCIATED MINERAL [ ] GRAPHITE BLOCK

MODEL TENDER DOCUMENT FOR E-AUCTION MINING LEASE FOR CEMENT GRADE LIME STONE STATE: MADHYA PRADESH

Development of Transport Nagar at Tewar Village, Jabalpur on DBFOT (Design, Built, Finance Operate and Transfer) Basis under PPP Mode

MADHYA PRADESH STATE TOURISM DEVELOPMENT CORPORATION LIMITED

GOVERNMENT OF GUJARAT. Tender Document. Block

SELECTION OF CONSULTANT FOR PREPARATION OF DPR FOR FOR KOCHI CITY. Request for Proposal (RFP) No. KMRL/UMTA/CY/NMT/02/2014

Request for Proposal VOLUME I. Request for Proposal. 07 Dec 2017

MODEL TENDER DOCUMENT FOR E-AUCTION MINING LEASE FOR LIMESTONE BLOCK IN STATE OF RAJASTHAN

Infrastructure Corporation of Andhra Pradesh Limited (INCAP) REQUEST FOR PROPOSAL (RFP) (International Competitive Bidding)

SHARE PURCHASE AGREEMENT. This SHARE PURCHASE AGREEMENT ( Agreement ) is made on this day of.., 20..,

REQUEST FOR PROPOSAL For Food Plaza for Leasing

Request for Qualification (RFQ) For Rooftop Solar Projects for Indian Railways. Ministry of Railways Government of India

Himachal Pradesh Infrastructure Development Board & Department of Tourism & Civil Aviation, Himachal Pradesh REQUEST FOR PROPOSAL DOCUMENT

REQUEST FOR EMPANELMENT (RFE) FOR

Setting up Composite Logistics Hub at Pawarkheda, District Hoshangabad in state of Madhya Pradesh on PPP Model

Request For Proposal. For. Engineering, Procurement & Construction (EPC) Mode

Sl. No. Query/ Concern Clarification/ Information/ Amendment

INDIA INTERNATIONAL CONVENTION & EXHIBITION CENTRE LIMITED. International Competitive Bidding

2013 REQUEST FOR PROPOSAL

STANDARD REQUEST FOR PROPOSAL DOCUMENT FOR SELECTION OF TRANSMISSION SERVICE PROVIDER THROUGH TARIFF BASED COMPETITIVE BIDDING PROCESS

Supply of RFID readers For Logistics Data Bank (LDB) Project in Western Logistics Corridor of India.

SELECTION OF CONSULTANT FOR PROVIDING COMPREHENSIVE ARCHITECTURAL SERVICES FOR DEVELOPMENT CONVENTION CENTRE AT GHANTA GHAR, JABALPUR.

Request for Proposal for Selection of System Integrator for Implementation of Intelligent Transit System (ITS) Solutions in Jabalpur

Request for Qualification cum Request for Proposal (RFQ cum RFP) for

Ministry of Environment, Forest & Climate Change, Government of India Indira Paryavaran Bhawan, Jor Bagh Road, New Delhi

Municipal Corporation Gurgaon

Republic of Uganda. Bidding Document for Framework Contracts for Supplies

DELHI MUMBAI INDUSTRIAL CORRIDOR DEVELOPMENT CORPORATION LTD. International Competitive Bidding

Supply of RFID readers For Logistics Data Bank (LDB) Project in Western Logistics Corridor of India.

Template for Request for Expressions of Interest (REOI)

Setting up Composite Logistics Hub at Pawarkheda, District Hoshangabad in state of Madhya Pradesh on PPP Model

IN THE SUPREME COURT OF INDIA CIVIL APPELLATE JURISDICTION. CIVIL APPEAL NO OF 2018 (Arising out of SLP (C) No of 2018) VERSUS

Law No. 02/L-44 ON THE PROCEDURE FOR THE AWARD OF CONCESSIONS

TENDER NOTICE. AVAILABILITY OF TENDER DOCUMENTS Tenderers are requested to download the Tender Documents from the SATS Website:

Draft Concession Agreement

Request for Proposal Document. For Selection of Developer for Setting up of

Ministry of Textiles Government of India Udyog Bhawan, Rafi Marg, New Delhi REQUEST FOR PROPOSAL

Development of Transport Nagar at Tewar Village, Jabalpur on DBFOT (Design, Built, Finance Operate and Transfer) Basis under PPP Mode

SUBSTITUTION AGREEMENT

TENDER NOTICE. SATS Airport Services Pte Ltd (Co Reg. No R)) invites tender for the following:

Supply of RFID Tags for Logistics Data Bank (LDB) Project in Western Logistics Corridor of India.

CONDITIONS OF TENDERING (E-SUBMISSION)

Procurement of Single Phase Pre-Paid Meters and Miniature Circuit Breakers for The Last Mile Connectivity Project (AFD/EU) (e-procurement System)

DEVELOPMENT OF ALAMBAGH BUS TERMINAL IN LUCKNOW. DRAFT CONCESSION AGREEMENT Part. between. I Uttar Pradesh State Road Transport Corporation.

CHEMELIL SUGAR COMPANY LIMITED

MADHYA PRADESH TOURISM BOARD

NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF FORMS AND FORMATS. DATE OF COMMENCEMENT OF SALE OF BIDDING DOCUMENT : 12 th February 2016

REQUEST FOR PROPOSAL FOR

MUNICIPAL CORPORATION FARIDABAD EXPRESSION OF INTEREST FOR

LOK SEVA KENDRA GRAMIN at Block HQ, Ujjain in District Ujjain

PROPOSAL SUBMISSION AGREEMENT

PARLIAMENT OF THE DEMOCRATIC SOCIALIST REPUBLIC OF SRI LANKA

TENDER NOTICE. SATS Airport Services Pte Ltd (Co Reg. No R) invites tenders for the following:

Request for Expression of Interest

made in favour of the Bank for the account of the Customer, no other forms of payments are acceptable for placement.

Trócaire General Terms and Conditions for Procurement

The Singareni Collieries Company Limited (A Government Company)

REQUEST FOR PROPOSAL

2016 Request For Proposals For Long-Term Renewable Generation Resources For Entergy Arkansas, Inc.

THE REGIONAL RURAL BANKS ACT, 1976 ARRANGEMENT OF SECTIONS

Jaipur Zila Dugdh Utpadak Sahakari Sangh Ltd. Tender document. for PEST CONTROL RATE CONTRACT SIGNATURE OF THE TENDERER

PONDICHERRY ASHOK HOTEL CORPORATION LIMITED UNIT : HOTEL PONDICHERRY ASHOK,PONDICHERRY TENDER FORM FOR LICENSE FOR ERECTING AND OPERATING 40 COTTAGES

Schedule 2. Draft Agreement. Providing Independent Engineering Consultancy Services. For. Delhi Police Residential Complex at Dheerpur, New Delhi

STANDARD REQUEST FOR PROPOSAL FOR PROCUREMENT OF POWER FOR MEDIUM TERM. Under Case 1 Bidding Procedure THROUGH

AGREEMENT FOR THE GRANT OF BIS LICENCE (FOR USE BY THE FOREIGN MANUFACTURER)

THE MAHARASHTRA STATE CO-OP. BANK LTD., MUMBAI (Incorporating the Vidarbha Co-op. Bank Ltd.) Scheduled Bank

TERM SHEET FOR THE OPERATION AND MAINTENANCE AGREEMENT ANNEXURE [ ] - OPERATING AGREEMENT TERM SHEET FOR THE OPERATION AND MAINTENANCE AGREEMENT

Regional office, MMTC Limited, 4th floor, NIC Bldg, 8, India Exchange Place, Kolkata , Telephone No

Client Order Routing Agreement Standard Terms and Conditions

Appendix E. Reservation of ESI Rights and Other RFP Terms. For

THE ORISSA DISTRIBUTION AND RETAIL SUPPLY LICENCE, 1999 (WESCO)

COMMON TERMS AND CONDITIONS FOR CASH MANAGEMENT PRODUCTS & SERVICES

F.No: Pr-12012/41/2018-PPP/NMCG Dated: 5 th September Addendum No. 1

DRAFT SUBSTITUTION AGREEMENT

Rajasthan Council of Secondary Education

SCHEDULE. Corporate Practices (Model Memorandum and Articles of Association)

March 2016 INVESTOR TERMS OF SERVICE

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF SERVICES-BOROUGH RISK MANAGER. ISSUE DATE: October 30, DUE DATE: December 1, 2017

Addendum-I. Refurbishment, Operation and Maintenance of the Fruit & Vegetable Market located at Mohali on PPP mode

Appendix E. Reservation of ESI Rights and Other RFP Terms. For

In this agreement, the following words and phrases shall have the following meanings unless the context otherwise requires:

INTRODUCING BROKER AGREEMENT

INSTRUCTIONS TO BIDDERS Medical Center

TENDER DOCUMENT. For. Consultancy for ISO 9001:2008 Certification. Tender Reference Number: 15-5/2012-Lib. Dt

OPEN TEXT PROFESSIONAL SERVICES AGREEMENT

Transcription:

LUCKNOW DEVELOPMENT AUTHORITY Request for Proposal (RFP) for Development of International Level Cricket Stadium cum Sports Complex in Lucknow on Design, Build, Finance, Operate and Transfer Basis under Public Private Partnership Basis Dated: October 7, 2011

TABLE OF CONTENTS S. No. Contents Page No. Letter of Invitation Glossary Table of contents Disclaimer 1 Introduction 1 1.1 Background 1 1.2 Brief description of Bidding Process 6 1.3 Schedule of Bidding Process 8 2 Instructions to Bidders 9 2A General 9 2.1 General terms of Bidding 9 2.2 Change in composition of the Consortium 12 2.3 Change in Ownership 13 2.4 Cost of Bidding 13 2.5 Site visit and verification of information 13 2.6 Right to accept and to reject any or all Proposals 14 2B Documents 15 2.7 Contents of the RFP 15 2.8 Clarifications 16 2.9 Amendment of RFP 16 2C Preparation and Submission of Proposal 16 2.10 Format and Signing of Proposal 16 2.11 Sealing and Marking of Proposals 17 2.12 Proposal Due Date 18 2.13 Late Proposals 18 2.14 Modifications/ Substitution/ Withdrawal of Proposals 18 2.15 Rejection of Proposals 19 2.16 Validity of Proposals 19 2.17 Confidentiality 19 2.18 Correspondence with the Bidder 19 2D Bid Security 19 2.19 Bid Security 19 3 Evaluation of Proposals 22 3.1 Opening and Evaluation of Proposals 22 3.2 Tests of responsiveness 22 3.3 Evaluation of the Financial Proposal 23 3.4 Selection of Bidder 23 3.5 Contacts during Proposal Evaluation 24

4 Fraud and Corrupt Practices 25 5 Pre-Proposal Conference 27 6 Miscellaneous 28 Appendices I Letter comprising the Proposal 29 II Deleted 34 III Power of Attorney for signing of Proposal 35 IV Power of Attorney for Lead Member of Consortium 37 V Guidelines of the Department of Disinvestment 40 VI Format for Financial Proposal 42 VII Deleted 43

DISCLAIMER The information contained in this Request for Proposal document (the RFP ) or subsequently provided to Bidder(s), whether verbally or in documentary or any other form by or on behalf of the Lucknow Development Authority ( Authority ) or any of its employees or advisors, is provided to Bidder(s) on the terms and conditions set out in this RFP and such other terms and conditions subject to which such information is provided. This RFP is not an agreement and is neither an offer nor invitation by the Authority to the prospective Bidders or any other person. The purpose of this RFP is to provide interested parties with information that may be useful to them in making their proposal (Proposal) pursuant to this RFP. This RFP includes statements, which reflect various assumptions and assessments arrived at by the Authority in relation to the Project. Such assumptions, assessments and statements do not purport to contain all the information that each Bidder may require. This RFP may not be appropriate for all persons, and it is not possible for the Authority, its employees or advisors to consider the investment objectives, financial situation and particular needs of each party who reads or uses this RFP. The assumptions, assessments, statements and information contained in the Bidding Documents, especially the Feasibility Report, may not be complete, accurate, adequate or correct. Each Bidder should, therefore, conduct its own investigations and analysis and should check the accuracy, adequacy, correctness, reliability and completeness of the assumptions, assessments, statements and information contained in this RFP and obtain independent advice from appropriate sources. Information provided in this RFP to the Bidder(s) is on a wide range of matters, some of which may depend upon interpretation of law. The information given is not intended to be an exhaustive account of statutory requirements and should not be regarded as a complete or authoritative statement of law. The Authority accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on law expressed herein. The Authority, its employees and advisors make no representation or warranty and shall have no liability to any person, including any Applicant or Bidder under any law, statute, rules or regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may arise from or be incurred or suffered on account of anything contained in this RFP or otherwise, including the accuracy, adequacy, correctness, completeness or reliability of the RFP and any assessment, assumption, statement or information contained therein or deemed to form part of this RFP or arising in any way for participation in this Proposal Stage. The Authority also accepts no liability of any nature whether resulting from negligence or otherwise howsoever caused arising from reliance of any Bidder upon the statements contained in this RFP. The Authority may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information, assessment or assumptions contained in this RFP. The issue of this RFP does not imply that the Authority is bound to select a Bidder or to appoint the Selected Bidder or Concessionaire, as the case may be, for the Project and the Authority

reserves the right to reject all or any of the Bidders or Proposals without assigning any reason whatsoever. The Bidder shall bear all its costs associated with or relating to the preparation and submission of its Proposals including but not limited to preparation, copying, postage, delivery fees, expenses associated with any demonstrations or presentations which may be required by the Authority or any other costs incurred in connection with or relating to its Proposal. All such costs and expenses will remain with the Bidder and the Authority shall not be liable in any manner whatsoever for the same or for any other costs or other expenses incurred by a Bidder in preparation or submission of the Proposal, regardless of the conduct or outcome of the Bidding Process.

GLOSSARY Authority As defined in Clause 1.1.1 Associate As defined in Clause 2.1.13 Bank Guarantee As defined in Clause 2.19.1 Proposal(s) As defined in Clause 1.2.3 Bidders As defined in Clause 1.2.3 Bidding Documents As defined in Clause 1.1.37 Proposal Due Date As defined in Clause 1.1.37 Bidding Process As defined in Clause 1.2.1 Bid Security As defined in Clause 1.2.5 Proposal Stage As defined in Clause 1.2.1 Concession As defined in Clause 1.1.35 Concession Agreement As defined in Clause 1.1.34 Concessionaire As defined in Clause 1.1.34 Conflict of Interest As defined in Clause 2.1.13 DBFOT As defined in Clause 1.1.1 Demand Draft As defined in Clause 2.19.2 Government Government of India State Government Government of Uttar Pradesh Highest Bidder As defined in Clause 1.2.7 LOI As defined in Clause 3.4.4 Member Member of a Consortium PPP Public Private Partnership Upfront Bid Value As defined in Clause 1.2.7 Project As defined in Clause 1.1.1 Re. or Rs. or INR Indian Rupee RFP or Request for Proposals As defined in the Disclaimer RFQ As defined in Clause 2.1.2 Selected Bidder As defined in Clause 3.4.1 The words and expressions beginning with capital letters and defined in this document shall, unless repugnant to the context, have the meaning ascribed thereto herein. The words and expressions beginning with capital letters and not defined herein, but defined in the RFQ, shall, unless repugnant to the context, have the meaning ascribed thereto therein.

LUCKNOW DEVELOPMENT AUTHORITY 1. INTRODUCTION 1.1 Background 1.1.1 The Government of Uttar Pradesh has proposed to develop the International Level Cricket Stadium cum Sports Complex in Lucknow on design, build, finance, operate and transfer basis (DBFOT). Lucknow Development Authority (the Authority ) is the nodal agency for the project. The Authority has decided to carry out bidding process for selection of concessionaire to whom the project will be awarded. 1.1.2 A broad overview of the Project is as follows : Name of the Project Development of International Level Cricket Stadium Cum Sports Complex and Real Estate Project in Lucknow Area (in acres) 137 1.1.3 The Site is located at Lucknow bypass, Amar Shaheed Path. The Site presently has an area of about 128 acres. Since the land is situated between Sultanpur road and Gomti river on Amar Shaheed Path, out of the total area of about 128 acres, approx. 11 acres of land is likely to be utilized for the construction of Gomti Protection Bundh. Thus effectively approx. 117 Acres land will be available for the Project. An additional land area of 20 acres will be added to this land, thus the total available area will be 137 acres. 1.1.4 The Site can be approached through a 45 metre wide service road along Amar Shaheed Path. A 45 Metre wide Master Plan road is proposed at an approximate distance of about 500 metres on the East side of the earmarked land. A bridge connecting the Master Plan road to the Trans Gomti areas is also suggested in the Master Plan. 1.1.5 It is proposed that the private land situated between the stadium land and the land acquired by LDA between Amar Shaheed Path and the stadium land will be exchanged with the stadium land so as to make the stadium land contiguous and to provide wide frontage to the stadium land on the Amar Shaheed Path. 1.1.6 The Concessionaire shall develop the Project keeping in view the State Government s Objective for setting up the sports hub in Lucknow State Government s Objective 1.1.7 State of Uttar Pradesh is having the largest population in the country and thus requirement of sports facilities are also large. Accordingly, Department of Sports the 1

Government of Uttar Pradesh is working towards promoting excellence in sports. 1.1.8 Uttar Pradesh holds State Games in Lucknow every year since 2005. The five-day games featuring 14 Olympic events are held in as a run up exercise to National Games. These games would be the selection games to draw a strong team for the National Games. This provides excellent opportunity for Uttar Pradesh to make its presence felt in the national and international sports arena. 1.1.9 Therefore, a need to develop a world class Cricket Stadium, Sports Complex and Sports academy in Lucknow was felt. 1.1.10 The proposed sports complex will be Lucknow's premier land and water sports, entertainment and lifestyle hub with integrated programming. As a unique cluster development of integrated world-class sports facilities within the city, it will play a critical role in accelerating the development of sports industry, excellence and participation and take sports to the next level in Lucknow. 1.1.11 With its world-class facilities, the sports hub will be the centre for State s athletes and high performance management as well as an ideal location for sports and entertainment events, sports administration, and sports and recreation businesses. 1.1.12 It will help to create a critical mass of international, regional and local sports federations and associations, sports medicine and sports science service providers, sports related training and education service providers, sports companies' sales and marketing headquarters, and retail outlets. Sports Infrastructure Project 1.1.13 The Concessionaire shall develop the International Level Cricket Stadium Cum Sports Complex (hereinafter referred to as Sports Infrastructure Project) on design, build, finance, operate and transfer basis (DBFOT) with world class facilities to conduct international events. The Sports Infrastructure Project shall be developed on a minimum area of 80 acres out of the total Site area of 137 acres. The stadium shall have the following facilities: (a) (b) International level Cricket Stadium: An international level cricket stadium with seating capacity of at least 50,000 people should have flood light facilities for day and night games. The Cricket stadium shall be developed as per the latest guidelines issued by International Cricket Council. The Cricket stadium should also be capable of being used for holding the international football events, accordingly, the cricket stadium should be designed and developed in manner to facilitate dual use as football stadium. Sports Complex shall have facility and necessary infrastructure for the following sports:- (i) Hockey stadium with seating capacity of minimum 15,000 persons 2

(ii) (iii) (iv) (v) (vi) Synthetic Track and field events Indoor games facilities inter-alia for basketball, volleyball, squash, badminton, table tennis and gymnastics. Lawn Tennis Aquatics Sports academy shall have the facility for teaching students and also shall have necessary staff strength for each discipline. All the facilities shall be constructed of International level. 1.1.14 The concession period for the Sports Infrastructure Project shall be 35 years. Real Estate Project 1.1.15 In consideration of construction, operation and maintenance of the Sports Infrastructure Project for the Concession Period and payment of Upfront Bid Value, the Authority shall provide balance land of about 57acres on 99 years on lease basis to the Concessionaire for Real Estate Project at an annual lease rent of Re. 1/- (Rupee one) per square meter. 1.1.16 The Concessionaire is allowed to develop Real Estate Project concurrently with Sports Infrastructure Project. The Concessionaire shall clearly segregate both portions of the land i.e. 80 acre for Sports Infrastructure Project and 57 acre for Real Estate Project. However, the Concessionaire cannot transfer / sub-licence / sub-lease / give possession of the Real Estate Project and any part thereof before the COD of Sports Infrastructure Project. Project Branding 1.1.17 The Sports Infrastructure Project and each stadium / sports academy, as a whole shall be known, promoted, displayed, advertised, and publicized by the name of [...] or any other name as recommended by the Government of Uttar Pradesh from time to time. 1.1.18 However, the Concessionaire shall have a right to brand, promote, display, advertise and publicize the pavilions, stands or any portion of the stadiums / arenas on its own. O & M of Sport Infrastructure Project and Authority Events 1.1.19 The Concessionaire shall be responsible for operation and maintenance of the Sports Infrastructure Project during the Concession Period of 35 years and shall be responsible for booking and scheduling of all Events held at the Sports Infrastructure Project. However, the Authority shall be entitled to use the Sports Infrastructure Project for upto 30 days on a cumulative basis in a calendar year for holding Authority Events. The Authority shall intimate dates of its proposed events at least six months in advance on a half yearly basis i.e. the Authority shall, no later than January 3

1 st, of the year provide schedule of Authority Event taking from July 1 st for that year 1.1.20 The Authority Events shall get first priority while assigning dates on the event calendar. 1.1.21 For using the Sports Infrastructure Project during the aforesaid 30 days, the Authority shall pay to the Concessionaire charges only towards the variable cost incurred on electricity and water during the period Authority Event are undertaken. For avoidance of doubt it is clarified that the revenue earned during /from Authority Events (viz. revenues from ticket sales, sponsorship fees and advertisements) shall accrue to the Authority. 1.1.22 For Events other than the Authority Events, the Concessionaire shall be free to determine and charge rentals and user charges as per its own policy. 1.1.23 The Concessionaire shall not undertake or permit any Event or activity that are part of the Negative List, except with the prior approval of the Authority. 1.1.24 For the avoidance of doubt, the Concessionaire shall only undertake or permit any Event or activity that are part of the Positive List at the Sports Infrastructure Project. Authority Designated Area 1.1.25 It is envisaged that 20% of the total built up space permitted for construction on the land earmarked for the Real Estate Project ( Authority Designated Area ) shall be used only for sub lease/sub license to the third parties by the Concessionaire for a period not exceeding five years at a time. 1.1.26 The Concessionaire shall have no right to create any long term interest in favour of a third party on the Authority Designated Area except that a sub-lessee/tenancy/sub license for a period not exceeding five years at a time. 1.1.27 The Concessionaire shall collect all rent, sub lease fee, license fee, user charges etc. with respect to Authority Designated Area from the sub lessees/sub-licensees and deposit it in the Escrow Account. Project Management Consultant and Independent Engineer 1.1.28 The Authority shall appoint an independent consulting engineering / architect firm as project management consultant and independent engineer ( Independent Engineer ) to review, inspect and monitor the Sports Infrastructure Project for the entire duration of the Concession Period. 1.1.29 The remuneration, cost and expenses of the Independent Engineer shall be paid by the Authority, which shall be reimbursed by the Concessionaire to the Authority. 4

Termination of the Agreement 1.1.30 The detailed terms & conditions of the Termination of the Concession Agreement have been provided in the Concession Agreement. A broad snapshot of the termination of the Concession Agreement on account of Concessionaire Default is provided in subsequent paragraphs. 1.1.31 The Authority shall be entitled to terminate the Concession Agreement on account of the Concessionaire Default by issuing a Termination Notice to the Concessionaire. In such an event (i) (ii) if Termination occurs prior to COD, the Sports Infrastructure Project as well as the Real Estate Project shall revert to the Authority. if Termination occurs after COD, the Sports Infrastructure Project and the Authority Designated Area shall revert to the Authority. 1.1.32 No Termination Payment shall be due or payable on account of a Concessionaire Default occurring during the Concession Period. Bidding Parameter 1.1.33 The bidding parameter for the project is Upfront Bid Value, payable to the Authority for award of the Concession. Other Aspects 1.1.34 The Selected Bidder shall form a Special Purpose Vehicle, incorporated as a company under the Companies Act, 1956 prior to execution of the concession agreement (the Concessionaire ), and shall be responsible for designing, financing, construction, operation and maintenance and transfer of the Project under and in accordance with the provisions of a long-term concession agreement (the Concession Agreement ) to be entered into between the Concessionaire and the Authority in the form provided by the Authority as part of the Bidding Documents pursuant hereto. 1.1.35 The Concession Agreement sets forth the detailed terms and conditions for grant of the concession to the Concessionaire, including the scope of the Concessionaire s services and obligations (the Concession ). 1.1.36 The statements and explanations contained in this RFP are intended to provide a better understanding to the Bidders about the subject matter of this RFP and should not be construed or interpreted as limiting in any way or manner the scope of services and obligations of the Concessionaire set forth in the Concession Agreement the Concession to be awarded pursuant to this RFP or the terms thereof or herein contained. Consequently, any omissions, conflicts or contradictions in the Bidding 5

Documents including this RFP are to be noted, interpreted and applied appropriately to give effect to this intent, and no claims on that account shall be entertained by the Authority. Further, in case of any inconsistency or contradiction between the provisions of the Concession Agreement and the RFP, the provisions of the Concession Agreement shall prevail. 1.1.37 The Authority shall receive Proposals pursuant to this RFP in accordance with the terms set forth in this RFP and other documents to be provided by the Authority pursuant to this RFP, as modified, altered, amended and clarified from time to time by the Authority (collectively the "Bidding Documents"), and all Proposals shall be prepared and submitted in accordance with such terms upto the date and time specified in Clause 1.3 for submission of Proposals (the Proposal Due Date ) 1.2 Brief description of Bidding Process 1.2.1 The Authority has adopted a two-stage process (collectively referred to as the "Bidding Process") for selection of the Bidder for award of the Project. The first stage (the Qualification Stage") of the process involved pre-qualification of interested parties / Consortia in accordance with the provisions of the RFQ. At the end of the Qualification Stage, the Authority has short listed Applicants who are eligible for participation in the second stage of this Bidding Process (the Proposal Stage ) comprising Request for Proposals. 1.2.2 GOI has issued guidelines (see Appendix-V of RFP) for qualification of bidders seeking to acquire stakes in any public sector enterprise through the process of disinvestment. These guidelines shall apply mutatis mutandis to this Bidding Process. The Authority shall be entitled to disqualify an Applicant in accordance with the aforesaid guidelines at any stage of the Bidding Process. Applicants must satisfy themselves that they are qualified to submit the proposal, and should give an undertaking to this effect in the form at Appendix-I 1.2.3 In the Proposal Stage, the aforesaid short-listed Applicants (the "Bidders", which expression shall, unless repugnant to the context, include the Members of the Consortium) are being called upon to submit their Proposals in accordance with the terms specified in the Bidding Documents. The Proposal shall be valid for a period of not less than 120 days from the date specified in Clause 1.3 for submission of proposals (the Proposal Due Date ). 1.2.4 The Bidding Documents include the draft Concession Agreement for the Project which is enclosed. The aforesaid documents and any addenda issued subsequent to this RFP Document, will be deemed to form part of the Bidding Documents. 1.2.5 A Bidder is required to deposit, along with its Proposal, a bid security of Rs 4.00 Crore (Rupees Four Crore Only) (the "Bid Security"), refundable not later than 60 (Sixty) days from the date of issue of LOI except as mentioned below. 6

(i) (ii) The Bid Security of the Selected Bidder shall be retained till it has provided a Performance Security and executed the Concession Agreement. The Bid Security of the Second Highest Bidder will be returned by the Authority, within 30 (thirty) days from the date of execution of the Concession Agreement. The Bidders shall provide Bid Security in the form of a demand draft drawn in favour of Secretary, Lucknow Development Authority payable at Lucknow. The Proposal shall be summarily rejected if it is not accompanied by the Bid Security by way of demand draft. 1.2.6 During the Proposal Stage, Bidders are invited to examine the Project in greater detail, and to carry out, at their cost, such studies as may be required for submitting their respective Proposals for award of the Concession including implementation of the Project. 1.2.7 Proposals are invited for the Project on the basis of the highest upfront bid value (the "Upfront Bid Value") required by a Bidder for implementing the Project. A Bidder shall offer to pay Upfront Bid Value to the Authority for award of the Concession. The concession period is 35 years, as indicated in the Concession Agreement. The Upfront Bid Value amount shall constitute the sole criteria for evaluation of Financial Proposal. Subject to Clause 2.15, the Project will be awarded to the Bidder quoting the highest Upfront Bid Value. In this RFP, the term Highest Bidder shall mean the Bidder who is offering the highest Upfront Bid Value. 1.2.8 The Highest Bidder shall be the Selected Bidder. However, the second highest Bidder Second Highest Bidder shall be kept in reserve and may, in accordance with the process specified in Clause 3 of this RFP, be invited to match the Financial Proposal submitted by the Highest Bidder in case such Highest Bidder defaults in compliance with the terms & conditions of the RFP requirements or withdraws from the Bidding Process or is not selected for any reason or having being issued the LOI fails to execute the Concession Agreement. In the event that Second Highest Bidder refuses to match the Financial Proposal of the Highest Bidder, the Authority may, in its discretion, annul the Bidding Process. 1.2.9 Further details of the process to be followed at the Proposal Stage and the terms thereof are spelt out in this RFP. 1.2.10 Any queries or request for additional information concerning this RFP shall be submitted in writing or by fax and e-mail to the officer designated in Clause 2.11.7 below. The envelopes/ communication shall clearly bear the following identification/ title: 7

"Queries/Request for Additional Information: RFP for Development of International Level Cricket Stadium cum Sports Complex in Lucknow under Private Public Partnership Basis - Project". 1.3 Schedule of Bidding Process The Authority shall endeavour to adhere to the following schedule: Event Description Date Release of RFP to short listed bidders September 22, 2011 Pre-Bid meeting September 29, 2011 at 1100 hours (IST) Last date for receiving queries October 1, 2011 Proposal Due Date November 2, 2011 upto 1500 hours (IST) Opening of Proposal Enclosures November 2,2011 at 1700 hours (IST) Opening of Financial Proposals November 3, 2011 at 1700 hours (IST) Letter of Intent (LOI) November 10, 2011 Validity of Proposals 120 days of Proposal Due Date Signing of Concession Agreement Within 30 days of issue of LOI 8

2. INSTRUCTIONS TO BIDDERS A. GENERAL 2.1 General terms of Bidding 2.1.1 No Bidder shall submit more than one Proposal for the Project. A Bidder bidding individually or as a member of a Consortium shall not be entitled to submit another proposal either individually or as a member of any Consortium, as the case may be. 2.1.2 Unless the context otherwise requires, the terms not defined in this RFP, but defined in the Request for Qualification document for the Project (the RFQ ) shall have the meaning assigned thereto in the RFQ. 2.1.3 Notwithstanding anything to the contrary contained in this RFP, the detailed terms specified in the draft Concession Agreement shall have overriding effect; provided, however, that any conditions or obligations imposed on the Bidder hereunder shall continue to have effect in addition to its obligations under the Concession Agreement. 2.1.4 The Proposal should be furnished in the format as specified in this RFP and signed by the Bidder s authorised signatory. 2.1.5 Deleted 2.1.6 The Bidder shall deposit a Bid Security of Rs. 4.00 Crores (Rupees Four Crore) Only in accordance with the provisions of this RFP. The Bidder shall provide the Bid Security in the form of a demand draft drawn in favour of Secretary, Lucknow Development Authority payable at Lucknow 2.1.7 The Proposal shall be summarily rejected if it is not accompanied with the Bid Security. 2.1.8 The Bidder should submit a Power of Attorney as per the format at Appendix III, authorising the signatory of the Proposal to commit the Bidder. 2.1.9 In case the Bidder is a Consortium, the Members thereof should furnish a Power of Attorney in favour of the Lead Member in the format at Appendix IV. 2.1.10 Any condition or qualification or any other stipulation contained in the Proposal shall render the Proposal liable to rejection as a non-responsive Proposal. 2.1.11 The Proposal and all communications in relation to or concerning the Bidding Documents and the Proposal shall be in English language. 9

2.1.12 The documents including this RFP and all attached documents, provided by the Authority are and shall remain or become the property of the Authority and are transmitted to the Bidders solely for the purpose of preparation and the submission of a Proposal in accordance herewith. Bidders are to treat all information as strictly confidential and shall not use it for any purpose other than for preparation and submission of their Proposal. The provisions of this Clause 2.1.12 shall also apply mutatis mutandis to Proposals and all other documents submitted by the Bidders, and the Authority will not return to the Bidder any Proposal, document or any information provided along therewith. 2.1.13 A Bidder shall not have a conflict of interest (the Conflict of Interest ) that affects the Bidding Process. Any Bidder found to have such a Conflict of Interest shall be disqualified. In the event of disqualification, the Authority shall forfeit, invoke and appropriate the Bid Security or Performance Security, as the case may be, as mutually agreed genuine pre-estimated compensation and damages payable to the Authority, without prejudice to any other right or remedy that may be available to the Authority hereunder or otherwise. Without limiting the generality of the above, a Bidder shall be considered to have a Conflict of Interest that affects the Bidding Process, if: (i) (ii) the Bidder, its Member or Associate (or any constituent thereof) and any other Bidder, its Member or any Associate thereof (or any constituent thereof) have common controlling shareholders or other ownership interest; provided that this disqualification shall not apply in cases where the direct or indirect shareholding of a Bidder, its Member or an Associate thereof (or any shareholder thereof having a shareholding of more than 25% (twenty five per cent) of the paid up and subscribed share capital of such Bidder, Member or Associate, as the case may be) in the other Bidder, its Member or Associate, is not more than 25% (twenty five per cent) of the subscribed and paid up equity share capital thereof; provided further that this disqualification shall not apply to any ownership by a bank, insurance company, pension fund or a public financial institution referred to in section 4A of the Companies Act, 1956. For the purposes of this Clause 2.1.13, indirect shareholding held through one or more intermediate persons shall be computed as follows: (aa) where any intermediary is controlled by a person through management control or otherwise, the entire shareholding held by such controlled intermediary in any other person (the Subject Person ) shall be taken into account for computing the shareholding of such controlling person in the Subject Person; and (bb) subject always to sub-clause (aa) above, where a person does not exercise control over an intermediary, which has shareholding in the Subject Person, the computation of indirect shareholding of such person in the Subject Person shall be undertaken on a proportionate basis; provided, however, that no such shareholding shall be reckoned under this sub-clause (bb) if the shareholding of such person in the intermediary is less than 26% of the subscribed and paid up equity shareholding of such intermediary; or a constituent of such Bidder is also a constituent of another Bidder; or 10

(iii) (iv) (v) (vi) such Bidder, its Member or any Associate thereof receives or has received any direct or indirect subsidy, grant, concessional loan or subordinated debt from any other Bidder, its Member or Associate, or has provided any such subsidy, grant, concessional loan or subordinated debt to any other Bidder, its Member or any Associate thereof; or such Bidder, or any Associate thereof, has a relationship with another Bidder, or any Associate thereof, directly or through common third party/ parties, that puts either or both of them in a position to have access to each others information about, or to influence the Proposal of either or each other; such Bidder has the same legal representative for purposes of this Bid as any other Bidder; or such Bidder or any Associate thereof has participated as a consultant to the Authority in the preparation of any documents, design or technical specifications of the Project. Explanation: Notwithstanding anything stated herein a Conflict of Interest situation arising at the Qualification Stage will be deemed to subsist only, as between such Bidder, its Member or Associate (or any constituent thereof) attracting Conflict of Interest provisions on account of shareholdings, submit bids under this document. In case a Bidder is a Consortium, then the term Bidder as used in this Clause 2.1.13, shall include each Member of such Consortium. For purposes of this RFP, Associate means, in relation to the Bidder/ Consortium Member, a person who controls, is controlled by, or is under the common control with such Bidder/ Consortium Member (the Associate ). As used in this definition, the expression control means, with respect to a person which is a company or corporation, the ownership, directly or indirectly, of more than 50% (fifty per cent) of the voting shares of such person, and with respect to a person which is not a company or corporation, the power to direct the management and policies of such person by operation of law. 2.1.14 A Bidder shall be liable for disqualification and forfeiture of Bid Security if any legal, financial or technical adviser of Authority in relation to the Project is engaged by the Bidder in any manner for matters related to or incidental to such Project during the Bidding Process, unless otherwise provided for in the RFP / specifically approved in writing by the Authority. 2.1.15 This RFP is not transferable. 11

2.1.16 Any award of Concession pursuant to this RFP shall be subject to the terms of Bidding Documents. 2.2 Change in composition of the Consortium 2.2.1 Where the Bidder is a Consortium, change in composition of the Consortium may be considered by Authority during the Proposal Stage, only where: (a) the Lead Member continues to be the Lead Member of the Consortium and holds atleast 26% equity in the Consortium ; (b) the Lead Member obtains a letter of withdrawal from the withdrawing Member (s) and submits the same to Authority; (c) (d) the substitute is at least equal, in terms of the Technical Experience and Financial Capability, to the Consortium Member who is sought to be substituted and the modified Consortium shall continue to meet the prequalification and short-listing criteria for Applicants; the new Member(s) expressly adopt(s) the Application already made on behalf of the Consortium as if it were a party to it originally, and is not an Applicant/ Member/ Associate of any other Consortium bidding for this Project; and (e) the number of members in a consortium is limited to maximum of 5; (f) (g) the other members of the Consortium hold a minimum of 10% equity each in the Consortium. request for change in composition of the Consortium is received by Authority atleast 10 days before the Proposal Due Date. 2.2.2 Deleted 2.2.3 Any request in the change in the membership of Consortium may be considered only upon the Bidder making a prior written application to Authority seeking its approval for such change. 2.2.4 The modified/ reconstituted Consortium shall be required to submit a revised Memorandum of Understanding along with the above request before the Proposal Due Date. 2.2.5 Authority reserves the right to seek additional information from the Bidder, if considered necessary, during the course of evaluation of such request for change. 12

2.2.6 Approval for change in the composition of a Consortium shall be at the sole discretion of Authority and must be approved by Authority in writing. 2.3 Change in Ownership 2.3.1 By submitting the Proposal, the Bidder shall be deemed to have acknowledged that it shall have to comply with the provisions with respect to the Change in Ownership as contained in the Concession Agreement. 2.3.2 By submitting the Proposal, the Bidder shall also be deemed to have acknowledged and agreed that in the event of a change in control of an Associate whose Technical Experience and/ or Financial Capability was taken into consideration for the purposes of short-listing and pre-qualification under and in accordance with the RFQ, the Bidder shall inform Authority forthwith along with all relevant particulars about the same and Authority may, in its sole discretion, disqualify the Bidder or withdraw the LOI from the Selected Bidder, as the case may be. In the event such change in control occurs after signing of the Concession Agreement but prior to Financial Close of the Project, it would, notwithstanding anything to the contrary contained in the Concession Agreement, be deemed to be a breach thereof, and the Concession Agreement shall be liable to be terminated without Authority being liable in any manner whatsoever to the Concessionaire. In such an event, notwithstanding anything to the contrary contained in the Concession Agreement, Authority shall forfeit, invoke and appropriate the Bid Security or Performance Security, as the case may be, as mutually agreed genuine pre-estimated compensation and damages payable to Authority for, inter alia, time, cost and effort of Authority, without prejudice to any other right or remedy that may be available to Authority hereunder or otherwise. 2.4 Cost of Bidding The Bidders shall be responsible for all of the costs associated with the preparation of their Proposals and their participation in the Bidding Process. The Authority will not be responsible or in any way liable for such costs, regardless of the conduct or outcome of the Bidding Process. 2.5 Site visit and verification of information 2.5.1 Bidders are encouraged to submit their respective Proposals after visiting the Site and ascertaining for themselves the site conditions, traffic, location, surroundings, climate, availability of power, water and other utilities for construction, access to site, handling and storage of materials, weather data, applicable laws and regulations, and any other matter considered relevant by them. 2.5.2 It shall be deemed that by submitting a Proposal, the Bidder has: (a) (b) made a complete and careful examination of the Bidding Documents; received all relevant information requested from the Authority; 13

(c) (d) (e) (f) (g) accepted the risk of inadequacy, error or mistake in the information provided in the Bidding Documents or furnished by or on behalf of the Authority relating to any of the matters referred to in Clause 2.5.1 above; satisfied itself about all matters, things and information including matters referred to in Clause 2.5.1 hereinabove necessary and required for submitting an informed Proposal, execution of the Project in accordance with the Bidding Documents and performance of all of its obligations thereunder; acknowledged and agreed that inadequacy, lack of completeness or incorrectness of information provided in the Bidding Documents or ignorance of any of the matters referred to in Clause 2.5.1 hereinabove shall not be a basis for any claim for compensation, damages, extension of time for performance of its obligations, loss of profits etc. from the Authority, or a ground for termination of the Concession Agreement by the Concessionaire; acknowledged that it does not have a Conflict of Interest; and agreed to be bound by the undertakings provided by it under and in terms hereof. 2.5.3 The Authority shall not be liable for any omission, mistake or error in respect of any of the above or on account of any matter or thing arising out of or concerning or relating to RFP, RFQ, the Bidding Documents or the Bidding Process, including any error or mistake therein or in any information or data given by the Authority. 2.6 Verification and Disqualification 2.6.1 The Authority reserves the right to verify all statements, information and documents submitted by the Bidder in response to the RFQ, the RFP or the Bidding Documents and the Bidder shall, when so required by the Authority, make available all such information, evidence and documents as may be necessary for such verification. Any such verification, or lack of such verification, by the Authority shall not relieve the Bidder of its obligations or liabilities hereunder nor will it affect any rights of the Authority thereunder. 2.6.2 The Authority reserves the right to reject any Proposal and appropriate the Bid Security if: (a) (b) at any time, a material misrepresentation is made or uncovered, or the Bidder does not provide, within the time specified by the Authority, the supplemental information sought by the Authority for evaluation of the Proposals. Such misrepresentation/ improper response shall lead to the disqualification of the Bidder. If the Bidder is a Consortium, then the entire Consortium and each Member may be disqualified. If such disqualification occurs after the Proposals have been opened and the Highest Bidder gets disqualified, then the Authority reserves the right to invite the Second Highest Bidder to match the Highest Bidder in accordance with Clauses 3.4.2 or annual the Bidding Process. 14

2.6.3 In case it is found during the evaluation or at any time before signing of the Concession Agreement or after its execution and during the period of subsistence thereof, including the Concession thereby granted by the Authority, that one or more of the pre-qualification conditions have not been met by the Bidder or the Bidder has made material misrepresentation or has given any materially incorrect or false information, the Bidder shall be disqualified forthwith if not yet appointed as the Concessionaire either by issue of the LOI or entering into of the Concession Agreement, and if the Selected Bidder has already been issued the LOI or has entered into the Concession Agreement, as the case may be, the same shall, notwithstanding anything to the contrary contained therein or in this RFP, be liable to be terminated, by a communication in writing by the Authority to the Selected Bidder or the Concessionaire, as the case may be, without the Authority being liable in any manner whatsoever to the Selected Bidder or Concessionaire. In such an event, the Authority shall be entitled to forfeit, invoke and appropriate the Bid Security or Performance Security, as the case may be, as Damages, without prejudice to any other right or remedy that may be available to the Authority under the Bidding Documents and/ or the Concession Agreement, or otherwise. B. DOCUMENTS 2.7 Contents of the RFP 2.7.1 This RFP comprises the Disclaimer setforth hereinabove, the contents as listed below, and will additionally include any Addenda issued in accordance with Clause 2.9. Invitation for Proposals Section 1. Section 2. Section 3. Section 4. Section 5. Section 6. Introduction Instructions to Bidders Evaluation of Proposals Fraud and Corrupt Practices Pre-Proposal Conference Miscellaneous Appendices I. Letter comprising the Proposal II. Deleted III. Power of Attorney for signing of Proposal IV. Power of Attorney for Lead Member of Consortium V. Guidelines of the Department of Disinvestment VI. Financial Proposal VII. Deleted 15

2.7.2 The draft Concession Agreement provided by the Authority alongwith the RFP shall be deemed to be part of the Bidding Documents. 2.8 Clarifications 2.8.1 Bidders requiring any clarification on the RFP may notify the Authority in writing or by fax and e-mail in accordance with Clause 1.2.10. They should send in their queries on or before the date mentioned in the Schedule of Bidding Process specified in Clause 1.3. The Authority shall endeavour to respond to the queries within a reasonable period prior to the Proposal Due Date. The responses will be sent by fax or e-mail. The Authority will forward all the queries and its responses thereto, to all Bidders without identifying the source of queries. 2.8.2 The Authority shall endeavour to respond to the questions raised or clarifications sought by the Bidders. However, the Authority reserves the right not to respond to any question or provide any clarification, in its sole discretion, and nothing in this Clause shall be taken or read as compelling or requiring the Authority to respond to any question or to provide any clarification. 2.8.3 The Authority may also on its own motion, if deemed necessary, issue interpretations and clarifications to all Bidders. All clarifications and interpretations issued by the Authority shall be deemed to be part of the Bidding Documents. Verbal clarifications and information given by Authority or its employees or representatives shall not in any way or manner be binding on the Authority. 2.9 Amendment of RFP 2.9.1 At any time prior to the Proposal Due Date, the Authority may, for any reason, whether at its own initiative or in response to clarifications requested by a Bidder, modify the RFP by the issuance of Addenda. 2.9.2 Any Addendum issued hereunder will be in writing and shall be sent to all the Bidders. 2.9.3 In order to afford the Bidders a reasonable time for taking an Addendum into account, or for any other reason, the Authority may, in its sole discretion, extend the Proposal Due Date. C. PREPARATION AND SUBMISSION OF PROPOSALS 2.10 Format and Signing of Proposal 2.10.1 The Bidder shall provide all the information sought under this RFP. Authority will evaluate only those Proposals that are received in the required formats and complete in all respects. Incomplete and / or conditional Proposals may be liable to rejection. 16

2.10.2 The Bidder shall prepare one original of the documents comprising the Proposal and clearly marked ORIGINAL. In addition, the Bidder shall make additional one (1) copy of the Proposal, clearly marked COPY. In the event of any discrepancy between the original and the copy, the original shall prevail. 2.10.3 The Proposal and its copy shall be typed or written in indelible ink and signed by the authorised signatory of the Bidder who shall also initial each page, in blue ink. In case of printed and published documents, only the cover shall be initialed. All the alterations, omissions, additions or any other amendments made to the Proposal shall be initialled by the person(s) signing the Proposal. 2.11 Sealing and Marking of Proposals 2.11.1 The Bidder shall provide all the information as per this RFP and in the specified format. Authority reserves the right to reject any Proposal that is not as per the specified format 2.11.2 The Proposal shall comprise of two parts (Proposal Enclosures and Financial Proposal) as described below: (i) Proposal Enclosures: Envelop I Proposal Enclosures shall contain: a) Covering Letter in the format specified at Appendix I b) Bid Security in the form of a Demand Draft; c) Power of Attorney for signing of Proposal in the format at Appendix III; d) If applicable, the Power of Attorney for Lead Member of Consortium in the format at Appendix IV; and e) A copy of the Concession Agreement with each page initialled by the person signing the Proposal in pursuance of the Power of Attorney referred to in Clause (c) hereinabove. (ii) Financial Proposal: Envelope 2 shall contain: a) Financial Proposal of the Bidder in the format specified at Appendix VI; 2.11.3 ENVELOPE 1- shall be sealed, and marked as ENVELOPE 1- Proposal Enclosures for Development of International Level Cricket Stadium cum Sports Complex in Lucknow under Public Private Partnership basis Project. 2.11.4 ENVELOPE 2 - shall be sealed, and marked as ENVELOPE 2- Financial Proposal for Development of International Level Cricket Stadium cum Sports Complex in Lucknow under Public Private Partnership basis Project. 17

2.11.5 The above two envelopes shall then be placed in one outer envelope, sealed and marked as Development of International Level Cricket Stadium cum Sports Complex in Lucknow under Public Private Partnership basis Project. 2.11.6 All the above envelopes must bear the name and address of the Bidder. In addition, the Proposal Due Date should be indicated on the right hand top corner of each of the envelopes. 2.11.7 Each of the envelopes shall be addressed to: DESIGNATION : Vice Chairman ADDRESS : Lucknow Development Authority Pradikaran Bhawan, Gomti Nagar Lucknow TEL NO : 0522-2302577 E-MAIL ADDRESS : aeldaproject@gmail.com 2.11.8 If the envelopes are not sealed and marked as instructed above, the Authority assumes no responsibility for the misplacement or premature opening of the contents of the Bid submitted and consequent losses, if any, suffered by the Bidder. 2.11.9 Proposals submitted by fax, telex, telegram or e-mail shall not be entertained and shall be rejected. 2.12 Proposal Due Date 2.12.1 Proposals should be submitted upto 1600 hours IST on the Proposal Due Date at the address provided in Clause 2.11.7 in the manner and form as detailed in this RFP. A receipt thereof should be obtained from the person specified at Clause 2.11.7. 2.12.2 The Authority may, in its sole discretion, extend the Proposal Due Date by issuing an Addendum in accordance with Clause 2.9 uniformly for all Bidders. 2.13 Late Proposals Bids received by the Authority after the specified time on the Proposal Due Date shall not be eligible for consideration and shall be summarily rejected. 2.14 Modifications/ Substitution/ Withdrawal of Bids 2.14.1 No Proposal shall be modified, substituted or withdrawn by the Bidder after its submission. 18

2.15 Rejection of Proposals 2.15.1 Notwithstanding anything contained in this RFP, the Authority reserves the right to reject any Proposal and to annul the Bidding Process and reject all Proposals at any time without any liability or any obligation for such acceptance, rejection or annulment, and without assigning any reason. In the event that the Authority rejects or annuls all the Proposals, it may, in its discretion, invite all eligible Bidders to submit fresh Proposals hereunder. 2.15.2 The Authority reserves the right not to proceed with the Bidding Process at any time, without notice or liability, and to reject any Proposal without assigning any reasons. 2.16 Validity of Proposals The Proposals shall be valid for a period of not less than 120 (one hundred and twenty) days from the Proposal Due Date. The validity of Proposals may be extended subject to maximum period of 180 days, by mutual consent of the respective Bidders and the Authority. 2.17 Confidentiality Information relating to the examination, clarification, evaluation and recommendation for the Bidders shall not be disclosed to any person who is not officially concerned with the process or is not a retained professional advisor advising the Authority in relation to, or matters arising out of, or concerning the Bidding Process. The Authority will treat all information, submitted as part of the Proposal, in confidence and will require all those who have access to such material to treat the same in confidence. The Authority may not divulge any such information unless it is directed to do so by any statutory entity that has the power under law to require its disclosure or is to enforce or assert any right or privilege of the statutory entity and/ or the Authority or as may be required by law or in connection with any legal process. 2.18 Correspondence with the Bidder Save and except as provided in this RFP, the Authority shall not entertain any correspondence with any Bidder in relation to acceptance or rejection of any Proposal. D. BID SECURITY 2.19 Bid Security 2.19.1 The Bidder shall furnish as part of its Proposal, a Bid Security referred to in Clauses 2.1.6 and 2.1.7 hereinabove in the form of a demand draft issued by a Scheduled 19