BIDDING DOCUMENT Issued on: For

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

REQUEST FOR PROPOSAL For Food Plaza for Leasing

Procurement of Goods

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

Republic of Uganda. Bidding Document for Framework Contracts for Supplies

22 Climate Resilience Improvement Project

CHEMELIL SUGAR COMPANY LIMITED

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

Circular to all trading and clearing members of the Exchange

Title: Supply of Office furnitures

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

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF GOODS. (Procurement of Goods)

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

Standard Bid Document

OPEN TENDER TENDER NO: KRCS/PRF02080/2018 PROVISION OF INSURANCE COVER FOR KENYA RED CROSS GLA/GPA/WIBA FOR THE YEAR 2018/2019

Supply of Notebook Computers

COMMERCIAL TERMS AND CONDITIONS

REPUBLIC OF KENYA MIGORI COUNTY GOVERNMENT

Section I: Instruction to Offerors

JNTUH College of Engineering Hyderabad NATIONAL COMPETITIVE BIDDING FOR PROCUREMENT OF EQUIPMENT

REPUBLIC OF KENYA GOVERNMENT OF MACHAKOS COUNTY DEPARTMENT OF TRANSPORT & ROADS TENDER NO. GMC/MTRPH/7/ &

TENDER DOCUMENT FOR ANNUAL SOFTWARE SUBSCRIPTION AND SUPPORT RENEWAL FOR IBM LOTUS DOMINO LICENSES

COUNTY GOVERNMENT OF MARSABIT PROVISION OF FUMIGATION AND PEST CONTROL SERVICES TENDER NO. MBT/COU/56/ september, 2017

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

TENDER DOCUMENT FOR THE PROCUREMENT OF RETIREMENT FUND ADMINISTRATION SERVICES

THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR

TENDER DOCUMENT FOR REHABILITATION OF ROADS WITHIN VIHIGA COUNTY

B I D D I N G D O C U M E N T S. for Supply of Turnouts for UIC60 Rails in Ballastless Track. for

MINISTRY OF HEALTH. TENDER No. MOH/ONT/001/

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR ANNUAL TENDERS FOR SUPPLY AND DELIVERY OF DETERGENT, SOAP, TOILETRIES AND DISINFECTANTS

Annexure format for Joint Venture IN WITNESS WHEREOF WE,, THE ABOVE NAMED PRINCIPAL HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS DAY OF, 20**.

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

TENDER NO. UU/T/5/2018 FOR PROVISION OF PEST CONTROL /FUMIGATION SERVICES

THE TECHNICAL UNIVERSITY OF KENYA

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

NIQ No.EL/PR/133A/NIQ-4/2014/2943 Andaman & Nicobar Administration Office of the Superintending Engineer Electricity Department, Port Blair

TENDER FOR SUPPLY AND DELIVERY OF THERMAL ROLLS. Framework contract AGPO

Cost of tender document Rs. 500/- Punjab ICT Education Society, Punjab SCO , 2nd Floor, Sector 34-A, Chandigarh

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SERVICES

2013 REQUEST FOR PROPOSAL

Government of Andhra Pradesh

INVITATION FOR TENDERS FOR SUPPLY OF Item No. 5: Optical Microscope with Camera and Image Analysis Software

REPUBLIC OF KENYA UASIN GISHU COUNTY ASSEMBLY

HOSTEL SECTION RE-TENDER PAPER. Hostel No. / 302 / TENDER. :08/01/2018 up to 5:00 p.m.

SOCIAL INFRASTRUCTURE DEVELOPMENT FUND

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

TENDER DOCUMENT FOR VALUATION OF COMPANY ASSETS

TENDER DOCUMENT FOR PROVISION OF AIR TICKETING SERVICES TENDER NO. PPOA /01/ 07/

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

REPUBLIC OF KENYA COUNTY GOVERNMENT OF NAKURU

TENDER No: SPMU/NRC/SVC Bills/333/2016/ dated July 11, 2017 TENDER FOR PRINT WORK ISSUED BY

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD TENDER FOR SUPPLY OF A MOBILE DIESEL DEWATERING PUMP FOR OLKARIA II POWER STATION.

UTTARAKHAND POWER CORPORATION LTD. BID DOCUMENT FOR PURCHASE OF POWER COMMERCIAL AND GENERAL CONDITIONS

1 P a g e P r i v a t e & C o n f i d e n t i a l

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

Subject: Notice Inviting tender for supply of Memento for AUD Convocation.

INVITATION FOR PROPOSAL TO PROVIDE LEGAL CONSULTANCY SERVICES

e-tender NOTIFICATION FOR 160KVA DIESEL GENERATER SET TO THE KARNATAKA SECONDARY EDUCATION EXAMINATION BOARD

Department of Procurement Cell

IRREVOCABLE BANK GUARANTEE. THIS IRREVOCABLE BANK GUARANTEE is made and executed on this day.

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

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

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

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

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

Sale of NPL accounts by Dena Bank Invitation for submission of EoI

QUOTATION FOR DISPOSAL OF OLD & OBSELETE COMPUTER H/W SYETEM, PRINTERS ETC. Only through

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

Kenya Literature Bureau. Tender Document. For. Book Binding Glue TENDER NO: KLB/T/04/

TENDER FOR SUPPLY AND DELIVERY OF BOTTLED MINERAL WATER (FRAMEWORK CONTRACT) DECEMBER 2017 CLOSING WEDNESDAY 20TH DECEMBER, 2017 AT 11.

NATIONAL BIOSAFETY AUTHORITY

Annexure-22 BANK GUARANTEE

Tender Enquiry No: BCL/PUR/ CO2 Gas/SS/CW/VW/18-19/Rehab Dated:

REPUBLIC OF KENYA THE PRESIDENCY MINISTRY OF PUBLIC SERVICE, YOUTH AND GENDER AFFAISRS HUDUMA KENYA SECRETARIAT

INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. Of India EAST COAST ROAD, UTHANDI CHENNAI TENDER FOR

FOR TRANSPORT SERVICES DURING ITB 2018, BERLIN, GERMANY FROM 04 TH TO 12 TH MARCH 2018


FOR HOSTESS SERVICES DURING ITB 2018, BERLIN, GERMANY FROM 7 TO 11 MARCH 2018

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-PROC

REPUBLIC OF KENYA UASIN GISHU COUNTY ASSEMBLY

TENDER DOCUMENTS. Procurement of Goods. International Competitive Tendering. Public Procurement Board. Accra, Ghana

RESERVE BANK OF INDIA HUMAN RESOURCE MANAGEMENT DEPARTMENT Hyderabad

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

For Network & Telecom Managed Services

BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE

MATER MISERICORDIAE HOSPITAL TENDER DOCUMENT FOR GROUP LIFE ASSURANCE, GROUP PERSONAL ACCIDENT AND WIBA. Tender No: MMH/GEN/17/49 JULY, 2017

TENDER FOR SUPPLY OF PERSONAL PROTECTIVE EQUIPMENT (PPE S) FOR DRILLING & INFRASTRUCTURE DEPARTMENT (Reserved for the Special Groups)

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION

1. Main & Mini Anganwadis Floor Mats(plastic) (5x7) fts. 9,805

Section IV. General Conditions of Contract

TO ORGANISE THE MALDIVIAN NIGHT-ITB FAIR 2018, BERLIN, GERMANY FOR THE YEAR 2018

Intelligent Communication Systems India Ltd. (ICSIL) TENDER NO: F.1 (ICSIL)/01/217/ 1D Barcode Reader Tis Hazari Court/ , Dated:

RFP FOR PROCUREMENT ANTI SKIMMING DEVICES AND PIN SHIELD (GUARD)

TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO.

FOR TRANSPORT SERVICES DURING ITB 2017, BERLIN, GERMANY FROM 8 TH TO 12 TH MARCH 2017

As Implementing Agency INVITES OF TENDER FOR RESTAURANT SERVICES ON LICENSE BASIS

EMBASSY OF INDIA MOSCOW. Notice Inviting Tender

MINISTRY OF AGRICULTURE, LIVESTOCK AND FISHERIES STATE DEPARTMENT OF AGRICULTURE

Invitation to Bid. 6. Bids will be opened on 22 May, 2012 at 10:30am hours by UNODC/UNDP Procurement Committee

Transcription:

BIDDING DOCUMENT Issued on: 19.03.2018 For Selection of Developers To Erect, Operate & Manage(EO&M) an Entertainment Centre consisting of Resto-Bar equipped with Microbrewery, Sporting Complex, Beach Amphitheatre, Convention Centre and an Ayurvedic Spa in an extent of Ac.2.40Cs in Sy.no.314P of Kapuluppada Village at Thotlakonda,Visakhapatnam District under Lease cum Development Model Authority: DISTRICT TOURISM COUNCIL, VISAKHAPATNAM. Vol I: Instructions to Bidders (ITB) and Bid Data Sheet (BDS) SIGNATURE OF THE BIDDER

3 SECTION I. INSTRUCTIONS TO BIDDERS (ITB)

4 Table of Clauses A. General... 6 1. Scope of Bid and Bidding Process... 6 2. Fraud and Corruption... 6 3. Eligible Bidders... 7 4. Conditions Sole and for consortium bids... 7 5. Qualifications of the Bidder... 8 6. Operations and Maintenance requirements... 8 7. Conditional land lease... 8 8. Cost of Bidding...10 9. Site Visit...10 B. The Bidding Documents...11 10. Clarification of Bidding Documents and Pre-bid Meeting...11 11. Amendment of Bidding Documents...11 C. Preparation of Bids...12 12. Language of Bid...12 13. Documents Comprising the Bid...12 14. Bid Prices...12 15. Bid Currencies...12 16. Bid Fee...12 18. Period of Validity of Bids...13 19. Format and Signing of Bid...13 D. Submission of Bids...14 20. Sealing and Marking of Bids...14 21. Deadline for Submission of Bids...14 22. Late Bids...14 E. Bid Opening and Evaluation...14 23. Opening of Bids by Authority...14 24. Clarification of Bids...15 25. Preliminary Examination of Bids...15 26. Scrutiny of Envelope I submissions...15 27. Envelope II- Eligibility evaluation...15 28. Envelope III: Ranking of financial proposals...16 29. Contacting the Authority...17 F. Post qualification and execution of Lease cum Development Agreement...17 30. Authority s Right to Accept Any Bid and to Reject Any or All Bids...17 31. Issuance of Letter of Intent (LoI)...18 32. Project Development fee...18 33. Performance Security...19 34. Special conditions for Special Purpose Vehicle (SPV) / Special Purpose Company (SPC)...19

5 1 Invitation to bidders Date: 19.03.2018 To Sub: Selection of Developers To Erect, Operate & Manage(EO&M) an Entertainment Centre consisting of RestoBar equipped with Microbrewery, Sporting Complex, Beach Amphitheatre, Convention Centre and an Ayurvedic Spa in Sy.no.314P of Kapuluppada Village at Thotlakonda,Visakhapatnam District under Lease cum Development Model Dear Sir, 1 District Tourism Council,Visakhapatnam (The Authority ) is inviting developers for development of To Erect, Operate & Manage(EO&M) an Entertainment Centre consisting of RestoBar equipped with Micro-brewery,Sporting Complex,Beach Amphitheatre,Convention Centre and an Ayurvedic Spa in Sy.no.314P of Kapuluppada Village at Thotlakonda, Visakhapatnam Dt. under Lease-cumdevelopment model 2 In this regard, the Authority invites Request for Proposals (RFPs) from eligible and interested parties/developers / investors / operators of tourism projects for development of the project. 3 The RFP document comprises of: Volume I Volume II Invitation to Bidders Instructions to Bidders (ITB) Bid Data Sheet (BDS) Project Profile Details of the land Minimum Development Obligations Minimum Service Obligations Volume III Other contractual obligations General Conditions of Lease cum Development Agreement (GCA) Special Conditions of Lease cum Development Agreement (SCA)

4. The Request for Proposal (RFP) document can be downloaded from the District website www.visakhapatnam.nic.in from 19.03.2018(11 AM) to 18.04.2018 (Up to 4.00 pm). SIGNATURE OF THE BIDDER

6 Instructions to Bidders A. GENERAL 1. Scope of Bid and Bidding Process 1.1 The Authority named in the BDS invites bids for development of project, as briefly described in the BDS and specified in greater detail in these Bidding Documents. 1.2 The lease period proposed is as prescribed in the BDS 2. Fraud and 2.1 It is the Authority s policy to ensure bidders shall, observe the Corruption highest standard of ethical conduct during the execution of Lease cum Development Agreement. 1 In pursuance of this objective, the Authority: (A) defines, for the purposes of this provision, the terms set forth below as follows: (i) (ii) corrupt practice is the offering, giving, receiving or soliciting, either directly or indirectly, anything of value to improperly influence the actions of another party; fraudulent practice is any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation; (iii) collusive practice is an arrangement between two or more parties designed to achieve an improper purpose, including the attempt to improperly influence the actions of another party; (iv) coercive practice 2 is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to improperly influence the actions of a party; 1 In this context, any action taken by a bidder to influence the Bid process for undue advantage is improper.

7 (v) obstructive practice is (a) deliberately destroying, falsifying, altering or concealing of evidence material to the investigation or making false statements to investigators in order to materially impede the investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation; or (b) Acts intended to materially impede the exercise of the Authority s inspection and audit rights. (B) shall reject a proposal for award if it determines that the bidder recommended for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive or obstructive practices in competing for the Agreement in question; (C) Shall have the right to inspect their accounts and records and other documents relating to the bid submission and performance of Lease cum Development Agreement. 3. Eligible Bidders 3.1 Bidders shall provide such evidence of their eligibility satisfactorily to the Authority, as the Authority may reasonably request. 3.2 All bidders either sole, Firms, Companies or as a consortium, shall have to comply with the general, similar experience and financial eligibility criteria to be declared Eligible. The general, similar experience and financial eligibility criteria have been elaborated in the BDS. 3.3 The decision of the Authority shall be final with respect to the determination of the eligibility of the Bidders. 4. Conditions Sole 4.1 The bids may be submitted as a sole bid or as a consortium. In and for case of a consortium, the number of consortium members should consortium bids not exceed two entities. The entity can be a sole proprietor, firm or a company. 4.2 In case of a sole bidder, the sole bidder shall have to meet the general, similar experience and financial eligibility requirements. 4.3. In case of a consortium, the consortium members shall together meet the general, special experience and financial eligibility

8 requirements as mentioned below: a. The lead member shall meet(minimum) 50% of the financial eligibility requirement and other member shall meet (minimum) 50% of the technical eligibility requirement as specified in BDS. 5. Qualifications 5.1 By submission of documentary evidence in its bid, the Bidder of the Bidder must establish to the Authority s satisfaction: (a) That it has the financial and technical capability necessary to perform the Lease cum Development Agreement, meets the qualification criteria specified in the BDS, and has history of successful performance. 6. Operations and 6.1. The successful bidder/ developer is required to provide Maintenance world class operations and management services for the requirements project. 6.2. The minimum experience for selecting the operations and management agency is that it shall have a minimum experience, as specified in the BDS, in operation and maintenance of projects where the aggregate capital cost of the projects for which operation and maintenance was undertaken shall be as specified in the BDS. The experience of the selected agency to meet this criterion shall be supported by experience certificates, attested by the authorized signatory of the agency and its statutory auditor/ CA and the authorized signatory of the successful bidder. 6.3. The bidder/ developer may undertake the operations and management of the project on its own, through one of the consortium members or through any other agency/ company so long as the agency finalized for operations and management of the project meets the minimum experience requirements detailed in the bid document. 6.4. Non-compliance with any of the bid conditions specified above shall be considered as a default. 7. Conditional land 7.1 The Land Lease Policy for Tourism Projects, 2016 lease stipulates provisioning of land to selected bidder for development and operations & maintenance of the project. 7.2 The land lease deed, part of the development and lease agreement signed with the successful bidder/ developer, shall be conditional subject to: 1) Meeting the implementation milestones as per specified

9 timelines (as defined in the bid document). 2) Meeting all the Minimum Development Obligations, as per bid document. 3) Maintenance of Minimum Service Obligations during the operations period, as per bid document. 4) All other terms & conditions of this policy and the respective bid document. 7.3 The leased land shall be used only for the purpose for which it has been leased and not for any other purpose. Any change, arising out of statutory or legal requirements, shall be only after express, written consent of the Government. Non-compliance of the above condition would entitle the Authority to cancel the conditional land lease. 7.4 In case of default in maintenance of Minimum Service Obligations, the Authority may give grace period/ cure period of not more than 45 days, under a notice to rectify the defects, upon expiry of which, the conditional land lease is liable for termination with a notice. 7.5 Consequences of Cancellation (Termination)of Conditional Land Lease Deed/ cancellation of development and lease agreement due to default of the successful Bidder: 1) In case of cancellation, the Authority shall resume the possession of land with immediate effect including any asset/s, construction etc. on the land. 2) The Authority shall not be liable for any type of compensation to the developer. 3) The Authority will invoke the Performance Bank Guarantee of the developer. 4) The Authority shall be at liberty to find an immediate alternative/replacement, or any such alternative it may deem fit to ensure unhindered completion/operation of the project. 7.6 Transfer of Lease: The Lease deed is not transferrable. The leased land and the structures erected cannot be alienated/ transferred/ sub-leased/ sold/ mortgaged/encumbered in any form either in part or full, to any party.

10 7.7 The Developer may mortgage its lease hold rights and can do so only after sending written communication of the same to the Authority. However, under no circumstances a developer is entitled to create any sort of encumbrance on the land, buildings erected on the site. 8. Cost of Bidding 8.1 The Bidder shall bear all costs associated with the preparation and submission of its bid including inspections to site etc., and the Authority will in no case be responsible or liable for those costs. 8.2 The Bidder agrees that all bidding costs and expenses shall be non-refundable 9. Site Visit 9.1 The Bidder may wish to visit and examine the site or sites of the Information System and obtain for itself, at its own cost, responsibility and risk, all information that may be necessary for preparing the bid and entering into the Lease cum Development Agreement. The costs of visiting the site or sites shall be at the Bidder s own expense.

11 B. THE BIDDING DOCUMENTS 10. Clarification of 10.1 A prospective Bidder requiring any clarification on the Bidding Bidding Documents may notify the Authority in writing at the Documents Authority s address through one of the means indicated in the and Pre-bid BDS. Similarly, if a Bidder is of the opinion that any provision Meeting in the Bid documents is unacceptable, such an issue shall be raised at the earliest instance at least 3 days prior to the date of pre bid meeting.. Copies of the Queries and Authority s response (without disclosing the source) will be sent to all prospective Bidders who have attended the pre bid meeting 10.2 As specified in the BDS, the Authority will schedule a pre-bid meeting at the time and place indicated in the BDS. The purpose of the meeting will be to clarify issues and answer questions on any matter that may be raised by this stage, with particular attention to issues related to the Technical Requirements. Bidders may raise queries by email, which shall be mailed to the Authority not later than 3 days before the prebid meeting. Minutes of the meeting, including the queries raised and responses given, together with any responses prepared after the meeting, will be communicated to all the Bidders who have participated in the pre-bid meeting besides posting on the website. No queries in this regard shall be entertained thereafter. 11. Amendment of 11.1 At any time prior to the deadline for submission of bids, the Bidding Authority may, for any reason, whether on its own or in response Documents to a clarification to a prospective Bidder, amend the Bidding Documents. The amendments so made, shall supersede the earlier clauses. The amendments, or addenda will be posted on the website. 11.2 Amendments will be provided in the form of Addenda to the Bidding Documents, which will be posted on the official website of the Authority. Addenda shall be binding on the Bidders. Bidders are required to check the website for any addenda and it is deemed that the Addenda have been considered by the Bidder in its Bid. 11.3 In order to afford reasonable time to the prospective Bidders for considering the Addenda in preparing their bids, the Authority may, at its discretion, extend the deadline for the submission of bids, in which case, the Authority will notify all Bidders by

12 C. PREPARATION OF BIDS 12. Language of 12.1 The bid prepared by the Bidder and all correspondence and Bid documents related to the bid exchanged by the Bidder and the Authority shall be written in the language specified in the BDS. 13. Documents 13.1 Each bid submitted by the Bidder shall comprise of: Comprising the Bid Envelope I: General bid documents Envelope II: Eligibility documents Envelope III: Financial proposal The contents of each of the above envelopes have been detailed in appendix I along with applicable forms & formats in subsequent appendices. 13.2 The bid process is a single stage process where all the successful Bidder will be determined by the Authority by considering envelopes-i, II,III together as mentioned earlier 14. Bid Prices 14.1 The Annual Land Lease rent shall be quoted in total (Absolute terms). It must be the net amount payable to the Authority and must exclude all taxes including IT, GST, all duties, levies and fees. 14.2 It will be the responsibility of the bidder to pay all taxes including the property tax, IT, Service tax etc., cess and surcharges. 15. Bid Currencies 15.1 Prices shall be quoted in Indian Rupees only. 16. Bid Fee 16.1. All bids shall be accompanied by the bid fee, to be paid in a manner as specified in the BDS. 16.2 Any bid submitted without the bid fee shall be summarily rejected. 17. Bid 17.1 The BDS specifies the amount and mode of submission of bid Security security to be submitted by the bidder. The bidder shall submit the bid security. 17.2 Any bid not accompanied by the Bid Security shall be rejected by the Authority as non-responsive. 17.3 The Bid security of highest (H1) /successful bidder will be returned upon fulfillment of terms of Letter of Intent (LoI). The bid security of the second highest bidder shall be retained by the Authority and shall be released within 15 days after signing of lease cum development agreement with the successful Bidder. The Bid Securities of remaining qualified Bidders (other than second highest bidder) would be returned on issuance of letter of Intent (LoI) to the

13 successful bidder, or if the Bidding Process is cancelled by the Authority. The bid security of disqualified bidders will be returned upon opening of financial bids of qualified bidders. 17.4 The Authority shall be entitled to appropriate the Bid Security and encash the bank guarantee towards compensation / damages on occurrence of any of the events specified in this RFP including: If a Bidder engages in a Corrupt Practice, or Fraudulent Practice, or Coercive Practice, or Undesirable Practice or Restrictive Practice If a Bidder modifies or withdraws its Bid after opening; If a Bidder withdraws its Bid during the interval between the Bid Due Date and expiration of Bid Validity period including extensions made by the by the Authority; If any information or document furnished by the Bidder is found by the Authority to be misrepresenting, misleading, incorrect or untrue in any material respect. In case the Successful Bidder, fails within the specified time limit - to acknowledge the Letter of Award/ Letter of Intent; to sign the Agreement and/or; To furnish the Performance Security as per the provisions of this RFP. Failure to take comply with LoI conditions Failure to take over the site within specified time limit. 18. Period of 18.1 Bids shall remain valid, for a minimum period as specified in Validity of the BDS after the expiry of deadline date for bid submission Bids prescribed by the Authority, pursuant to ITB Clause 21.1. 18.2 In exceptional circumstances, prior to expiry of the bid validity period, the Authority may request that the Bidders to extend the period of validity for a specified additional period. The Bidders shall do so, else their bids will become null and liable for rejection. The EMDs of such Bidders will be appropriated. 19. Format and19.1 The Bidder shall prepare and submit an original bid Signing of Bid 19.2 The original bid, consisting of the documents listed in ITB Clause 13.2, shall be typed in indelible ink and shall be signed by a person or persons duly authorized to sign on behalf of the Bidder. The name and position held by each person signing the authorization must be typed or printed below the signature. All pages of the bid (RFP and all enclosures) shall be initialed by the

14 person or persons signing the bid. 19.3 The bid shall contain no interlineations, erasures, or overwriting, except to correct errors made by the Bidder, in which case such corrections shall be initialed by the person or persons signing the bid. D. SUBMISSION OF BIDS 20. Sealing and 20.1 The Bidder shall seal the bids. The envelopes shall then be Marking of sealed in an outer envelope. Bids 20.2 The inner and outer envelopes shall : (a) be addressed to the Authority at the address given in the BDS, and (b) bear the Project name indicated in the BDS number as indicated in the BDS and the bid 20.3 The Outer envelopes shall also indicate the name and address of the Bidder so that the bid can be returned unopened in case it is declared late. 20.4 If the outer envelope is not sealed and marked as required under ITB Clause 20.2, 20.3, the Authority will assume no responsibility for the bid s misplacement or premature opening. 21. Deadline for21.1 Bids must be received by the Authority at the address specified Submission of in the BDS for ITB Clause 20.2 no later than the time and date Bids stated in the BDS. 21.2 The Authority may, at its discretion, extend this deadline for submission of bids by amending the Bidding Documents in accordance with ITB Clause 11.3, in which case all rights and obligations of the Authority and Bidders will thereafter be subject to the deadline as extended. 22. Late Bids22.1 Any bid received by the Authority after the bid submission deadline prescribed by the Authority in the BDS for ITB Clause 21, will be rejected and returned unopened to the Bidder. E. BID OPENING AND EVALUATION 23. Opening of23.1 The Authority will open all bids, at the time, on the date and at Bids by the place specified in the BDS. Bidders representatives may Authority attend the same at their discretion.

15 24. Clarification of 24.1 During the bid evaluation, the Authority may, at its discretion, Bids ask the Bidder for a clarification of its bid. The request for clarification and the response shall be in writing, and no change in the price or substance of the bid shall be sought, offered, or permitted. 25. Preliminary 25.1 The Authority will examine the bids to determine whether Examination they are complete,whetherany computational errors have been of Bids made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order as specified in the RFP. 25.2 The Authority may waive any minor infirmity, nonconformity, or irregularity in a bid that does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any Bidder. 25.3 Prior to the detailed evaluation, the Authority will determine whether each bid is of acceptable quality, is complete, and is substantially responsive to the Bidding Documents. For purposes of this determination, a substantially responsive bid is one that conforms to all the terms, conditions, and specifications of the Bidding Documents without any material deviations or exceptions Or Conditions. The Bid shall be un-conditional. 25.4 If a bid is not substantially responsive, it will be rejected by the Authority and may not subsequently be made responsive by the Bidder by correction of the nonconformity. The Authority s determination of bid responsiveness will be based on the contents of the bid itself. 25.4 The Authority s decision on the determination of responsiveness of a bid is final and binding on all the bidders. 26. Scrutiny of26.1 The Authority will evaluate and compare the bids that have been Envelope I determined to be substantially responsive, pursuant to ITB submissions Clause 25. 26.2 In case a Bid is found to be responsive, it would be passed on to the next phase i.e. evaluation of Envelope II Submission Eligibility Documents. 27. Envelope II-27.1 Once a Bid is found to be responsive, Envelope II Submission Eligibility i.e. Eligibility Documents would be evaluated. In case Envelope evaluation II Submissions are found to be inadequate, the Authority may request the Bidder for updated documents to the same effect or may in its sole discretion have the right to reject the Bid. Further, as part of the evaluation process, the Authority may also request the Bidder to submit clarifications.

16 28. 27.2 The Authority reserves the right to reject any Bid without opening Envelope III Submissions i.e., Financial Proposal (Price Bid) if in its opinion, Envelope II submissions are not sufficiently responsive, i.e., the Bidder is falling short to meet the eligibility criteria set. (However, for minor deviations, the information can be reviewed and evaluated by Authority without communication with the Bidder) 27.3 The Bidders, whose Bids are found to be eligible after the evaluation process shall be termed as Qualified Bidders, (the Qualified Bidders ). Envelope III i.e. Financial Proposals of Qualified Bidders shall only be opened and evaluated in the manner as given below. Envelope III: Method of 28.1 Technical Evaluation of Proposals In this phase of selection, the technically qualified bidders shall give a Presentation of their proposal to committee at designated place and time which will be intimated to them. The Committee comprises of 1.District Collector, Visakhapatnam-Chairman 2. Regional Director, Tourism,Visakhapatnam-Convener 3.District tourist information officer, 4.Divisional manager,a.p.t.d.c,visakhapatnam, 5. Executive Engineer,APTDC, Visakhapatnam 6.and any other members appointed by Chairman, DTC. 28.2 The Process of selection will be based on pass/ fail basis. The method of awarding of marks will be as below. a)scope and components of the project as submitted and presented by investor.- 30 marks. b) Financial Net worth- 10 marks c) Previous experience of same nature of the Proposed project(marks will be awarded based on quantum of experience)- 20 marks. d) Any outstanding achievements such as National awards and others in relation to experience of the Proposed project Components- 5 marks. e) Any other items recognized by Committee 5 marks. Total- 70 Marks. The Bidders are supposed to get a minimum of 50 out of 70 marks for qualifying for consideration of their financial proposal.

Financial bid- 30 marks The bidder who gets the highest100 marks of above (70+30) will be awarded the contract. Note: Regarding marks for Financial bid the highest quoted bidder will be given 30 marks and rest are awarded proportionate marks as per the quoted amount i.e= amount quotedx30/amount of highest bid 28.3 The Bidders are required to quote the Annual Land Lease to be paid to the Authority. The upset price or minimum lease amount would be as specified in the BDS and also the Financial proposal (Price Bid). The amount quoted by the bidder shall be excluding applicable taxes and Service Tax. All taxes shall be payable by the successful bidder. The bidder who gets highest marks out of 100, as mentioned above will be awarded the bid, provided the successful bidder agrees to the highest quoted annual/and lease amount, in case the amount quoted by the bidder is not the highest. 28.4-In case the Highest successful bidder backs out, the Authority reserves the right to invite subsequent bidders as the case may be or to invite fresh bids 28.5 In case, competitive bidding process results into bids having two equal highest marks the Authority: (a) Shall identify the successful bidder by asking the tied Bidders to provide their best and final offer in sealed covers which shall be opened on a specified date. The Bidder proposing the most advantageous final offer to the Authority shall be declared the most Successful bidder.

17 (b) If the tie continues even after above approach, the person who obtains highest marks in technical evaluation will be awarded with bid. (c) If tie persists, the successful bidder shall be selected by draw of lots, which shall be conducted with prior notice, in the presence of tied bidders who choose to attend. (d) The Price Bid offered at stage (a) above shall become the quote of the Successful Bidder superseding that quoted in the Financial proposal. 28.6 In case bidding process results less than 2 bids, the last date of submission can be extended by 30 days. Even if after the second call, the number of bids received are less than two, the Authority would proceed with evaluation of the single bid received leading to identification of successful bidder. 29. Contacting the 29.1 From the opening of bids to the execution of Lease cum Authority Development Agreement, if any Bidder intends to communicate to the Authority on any aspect related to the bid, it should do so in writing. 29.2 If a Bidder tries to directly, or indirectly influence the Authority or otherwise interfere in the bid evaluation process and the project award decision, its bid is liable for rejection duly forfeiting all the Deposits held at that time. F. POST QUALIFICATION AND EXECUTION OF LEASE CUM DEVELOPMENT AGREEMENT 30. Authority s 30.1 The Authority reserves the right to accept or reject any bid or to Right to annul the bidding process and reject all bids at any time prior to Accept Any the execution of Lease cum Development Agreement, without Bid and to assigning any reasons whatsoever thereof. Reject Any or All Bids

18 31. Issuance of 31.1 Prior to the expiration of the period of bid validity, the Authority Letter of shall notify the successful Bidder, in writing, that its bid has Intent (LoI) been accepted. 31.2 The Authority shall notify the Successful Bidder through a Letter of Intent (the LoI ) (to be issued in duplicate) that its Bid has been accepted. 31.3 The Successful Bidder shall, within 15 (fifteen) days from the date of LoI, sign and return the duplicate copy of the LoI in acknowledgement thereof. In the event, the duplicate copy of the LoI duly signed by the Successful Bidder is not received by the stipulated date, the Authority may, unless it consents to the extension of time for submission thereof, appropriate the Bid Security and en-cash the bank guarantee of such Bidder as mutually agreed genuine pre-estimated loss and damage suffered by the Authority on account of failure of the Successful Bidder to acknowledge the LoI, and the next eligible Bidder may be considered. 31.4 Within the time specified in the LoI, the Successful Bidder shall be required to execute the Agreement by satisfying other terms and conditions as specified in this RFP to be carried out before signing of the Agreement. The conditions to be satisfied by the Successful Bidder, for execution of the Lease cum Development Agreement include: a. Submission of a signed duplicate copy of the LoI by the Successful Bidder to the Authority. b. Compliance to all conditions specified in the LoI. 31.5 In case the successful bidder fails to comply with the conditions for signing of the agreement within the time specified in the LoI or as extended by the Authority, the Authority may revoke the LoI, forfeiting its deposits and award the project to the next most highest bidder i.e. H2. 32. Project 32.1 The successful bidder shall be required to submit a Project Development Development Fee (plus taxes) to the Authority by way of Fee Demand Draft as per the details provided in the BDS. The Demand Draft shall be drawn in favor of Authority from a Nationalized bank. The Project Development Fee shall be equal to 1% of the estimated project cost subject to maximum of INR 50 Lakhs. 32.2 The project Development Fee shall be paid to the Authority within 15 days from the date of issue of Letter of Intent (LoI) as a precondition for signing of the agreement.

19 33. Performance 33.1 The Successful Bidder shall be required to submit Performance Security Security (the Performance Security ) by way of a revolving, unconditional and irrevocable bank guarantee, as per the details provided in the BDS. The Performance Security is for due and punctual performance of the obligations of the Successful Bidder under the Agreement. The Performance Security shall be equal to 2.5% of the estimated project cost. 33.2 The Performance Security in the form of a bank guarantee for each subsequent year should be submitted to the Authority by the Successful Bidder at least 30 days before the expiry of the existing bank guarantee, thereby ensuring that the Performance Security is valid during the Agreement Period. 33.3 The Performance Security shall be en-cashed for defaults of the Developer as defined in the Agreement. The Successful Bidder is expected to replenish or provide fresh Performance Security within a period of 15 days in the case of such encashment by the Authority. 34. Special (a) Lock-In Period: For the purpose of this policy, Lock-In period conditions for shall be defined as a period of two years post Commercial Date of Special Operations (COD). The Commercial Date of Operations is the date Purpose on which the project is open to tourists on a commercial basis, after Vehicle (SPV) / due testing, trial running and commissioning. Special Purpose (b) In case of sole bidder, it shall retain minimum of 51% as equity Company contribution in the SPC/ SPV throughout the lock-in period. (SPC) (c) In the SPC/ SPV formed by the consortium of two members, the total equity contribution put together by both the consortium members shall not be less than 51% throughout the lock-in period. (d) Further, in the SPC/ SPV formed by the consortium of two members, the equity contribution of the lead member of the consortium shall not be less than 26% throughout the lock in period and equity contribution from the other member of the consortium shall not be less than 10% throughout the lock in period.

20 SECTION II. BID DATA SHEET (BDS)

21 Bid Data Sheet (BDS) The following specific information relating to the project and the procurement procedures that will be used shall complement, supplement, or amend the provisions in the Instructions to Bidders (ITB). Wherever there is a conflict, the provisions in the Bid Data Sheet (BDS) shall prevail over those in the ITB. A. GENERAL ITB 1.1 Name of Authority : District Tourism Council,Visakhapatnam ITB 1.2 Title of RFP: Selection of Developers To Erect, Operate & Manage(EO&M) an Entertainment Centre consisting of RestoBar equipped with Microbrewery, Sporting Complex,Beach Amphitheatre,Convention Centre and an Ayurvedic Spa in Sy.no.314P of Kapuluppada Village at Thotlakond, Visakhapatnam District. ITB 1.3 Lease period is 33 years commencing from date of signing of the agreement

22 B.1 ELIGIBILITY CRITERIA ITB Claus Eligibility Bid by e Parameter Requirement single refere (in INR) Entity nce General Experience Total value of eligible projects INR 12.00 Must meet 3.2 the developed Crores requirement and completed Bid by a Consortium Lead Other Member member All of the of members consorti consorti combined um um minimum 50 % Minimu m 50% Must meet the requirement Financial Eligibility Net Worth Must meet Must meet 3.2 of the INR 1.5 the Minimu the bidder as on Crores requirement m 50% requirement 31.01.2018 ITB 6.2 (1) Minimum project value should be INR 5 Crores (2) Should have been completed in the last 5 years preceding the bid due date (3) Minimum 20% of the projects Should be from any of the following project (4) The Bidders shall have a minimum of 10 years of experience having developed and managed a government Tourism property anywhere in the country (5) The Bidders shall have a minimum of 10 years of experience on building and constructing Eco-friendly projects. types(core sector): Hotels/ Resorts/ Convention and Exhibition center/ Multiplex/ Any commercial establishment Estimated Project Investment- INR 6.00 Crores

D. PREPARATION OF BIDS ITB 10.1 Pre-bid queries: The bidders should submit their queries/ suggestions on the RFP, strictly in the format given below: S. No. Reference to Reference Reference Query/ Section and Page No. Clause Suggestion Clause of description RFP

23 The queries shall be sent to edaptdcvsp@gmail.com ITB 16.1 ITB 17.1 ITB 18.1 ITB 19.1 Pre-bid conference: The pre-bid conference shall be held on 26.03.2018, 3:00 PM (IST) at the following venue: Office of the Regional Director Tourism & ED,APTDC, Second Floor, C Block, VUDA Building Siripuram, Visakhapatnam, Phone No.0891-2590799 Bid Fee: INR 10,000 only The cost of bid shall be submitted through a DD, drawn from Nationalized/ Scheduled Bank in favor of District Tourism Council,Visakhapatnam and payable at Visakhapatnam. Bid security The bid security of INR 6.00 Lakhs (INR Six Lakhs only) shall be submitted in the form of either Demand Draft or unconditional and irrevocable Bank Guarantee from a Nationalized/ Scheduled Bank (excluding Co-operative Banks) in favour of District Tourism Council,Visakhapatnam, payable at Visakhapatnam. Validity of Bid security 365 days from the date of submission (Bid due date) NA E. SUBMISSION OF BIDS ITB 20.2 ITB 21.1 The address for bid submission is: Office of the Regional Director Tourism & ED,APTDC, Second Floor, C Block, VUDA Building Siripuram, Visakhapatnam, Phone No.0891-2590799 Bid submission is: 18.04.2018(By 4.00 PM)

24 F. BID OPENING AND EVALUATION ITB 23.1 Time, date, and place for Technical presentation will be informed to the eligible bidders.the preliminary technical evaluation will be done by scrutiny of the documents submitted in technical bids and list of eligible bidders will be finalized. The date and time of preliminary evaluation will be as below Time : 03.00 PM Date : 20.04.2018 Place: Office of the Regional Director Tourism & ED,APTDC, Second Floor, C Block, VUDA Building Siripuram, Visakhapatnam, Phone No.0891-2590799 ITB 28.3 The upset price (Minimum Annual Land Lease Rent) is INR 8.16 Lakhs ( Rupees Eight Lakhs sixteen thousand Only) G. POST QUALIFICATION AND PRE-CONDITION FOR EXECUTION OF LEASE CUM DEVELOPMENT AGREEMENT ITB 32.1 ITB 33.1 One Demand Draft of INR 10 Lakhs (Rupees Ten Lakhs only) drawn in favor of District Tourism Council, Visakhapatnam towards Project Development Fee shall be submitted to the Authority within 15 days of issuance of LoI,(Non refundable) One Bank Guaranty of INR 15.00 Lakhs (Rupees Fifteen lakhs only) towards Performance Security shall be submitted to the Authority within 15 days from the date of LoI in the format prescribed as part of this RFP. The validity of Performance Guarantees shall be 3 years.

25 SECTION III. APPENDICES AND SAMPLE FORMATS

26 APPENDIX I S. No. Envelope-1 Status Enclosures to the (Submitted/ Commen Envelope-1, Envelope-2 and Envelope-3 Not ts, if any Submitted) 1. Downloaded RFP document duly signed by the bidder on each page in token acceptance of the terms and conditions 2. Covering letter in the format provided in Appendix II - Format for Covering Letter 3. General Information of the Bidder in the format provided in Appendix III General Information (Cover 1) 4. Bank guarantee/dd for Bid Security of INR 6.00 Lakhs (Rupees six lakhs only) as per Appendix VII 5. Demand draft for Bid Fee of INR 10,000 (Ten Thousands only) 6. Power of Attorney for Bid signatory in the format provided in Appendix IV Format of Power of Attorney for Bid Signatory(Cover 1) 7. Consortium Agreement, if bidding in a consortium 8. Power of Attorney for Lead Bidder in Consortium in format provided in Annexure V: Format for Power of Attorney for Lead Bidder in Consortium 9. Envelope-II Certificate of Registration/ Incorporation establishing that the sole bidder/ lead bidder in consortium are legally registered in India under relevant act (Companies Act/ Partnership Act etc.) Other member in consortium may be an entity registered in/ outside India- registration/ incorporation proof for the same should also be furnished 10. Technical and financial details of the Applicant in prescribed format provided in Appendix VI Envelope-III 11. Financial Proposal (Price Bid) as per the format provided

27 S. No. Status Enclosures to the (Submitted/ Commen Envelope-1, Envelope-2 and Envelope-3 Not ts, if any Submitted) at Appendix VIII Format for Financial Proposal (Envelope-3)

28 APPENDIX II - FORMAT FOR COVERING LETTER (On the letterhead of the Bidder) Date: To The Chairman, District Tourism Council, Visakhapatnam, Dear Sir/ Madam: Sub: Selection of Developers To Erect, Operate & Manage(EO&M) an Entertainment Centre consisting of RestoBar equipped with Microbrewery,Sporting Complex, Beach Amphitheatre, Convention Centre and an Ayurvedic Spa in Sy.no.314P of Kapuluppada Village at Thotlakond, Visakhapatnam Dt. under Lease cum Development Model 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 proposal requirements and information collected and provided to us, the undersigned hereby submits the Proposal on behalf of (Name of the Bidder) in response to the RFP for the abovementioned project of <<>> at <<>>, with the details as per the requirements of the RFP, for your evaluation. We confirm that our proposal is valid for a period of 365 days from (insert the Bid Due Date). We understand that any omission, commission, miss-statement in factual statements made by us will make our Bid invalid at any time during the course of Bidding Process and also after award of the project. The Authority reserves the right to take appropriate action accordingly. We understand that the Authority reserves the right to accept or reject any or all the Bids and reserves the right to withhold and/or cancel the Bidding Process. We also hereby agree and undertake as under: Notwithstanding any qualifications or conditions, whether implied or otherwise, contained in our Proposal we hereby represent and confirm that our Bid is unqualified and unconditional in all respects and we agree to the terms of the Service Agreement. Yours faithfully, For and on behalf of Name of Bidder Duly signed by the Authorized Signatory of the Bidder (Name, Title and Address of the Authorized Signatory)

29 APPENDIX III GENERAL INFORMATION (COVER 1) (To be provided for all bidders) 1. Bidder details a. Name of the Bidder b. Bidder s Constitution (Proprietorship / Partnership / Private Limited / Public Limited) c. Country of incorporation d. Address of corporate headquarters and its branch office(s), if any, in India e. Date of incorporation and/or commencement of business 2. Details of individual (s) who will serve as the point of contact / communication within the Company: a. Name b. Designation : c. Company : d. Address : e. Telephone Number : f. E-Mail Address : g. Fax Number : 3. Name, Designation, Address and Phone Numbers of Authorized Signatory of the Bidder: a. Name b. Designation : c. Company : d. Address : e. Telephone Number : f. E-Mail Address : g. Fax Number :... Signature of the Authorized Person (Name, Designation and Address)

30 Appendix IV Format of Power of Attorney for Bid Signatory(Cover 1) (On Stamp Paper of relevant value and duly attested by notary public. To be submitted individually by each Bidder) 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 Bid for <<>> at <<>>, including signing and submission of all documents and providing information/ responses to <<Authority name>> in all matters before <<Authority name>>, and generally dealing with in all matters in connection with the said bid. 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. Executant s Signature (Name, Title and Address) I Accept Attorney Signature (Name, Title and Address of the Attorney) Attested Executant Notes: 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.

31 2. 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. 3. In case the Proposal is signed by an authorized Director of the Bidder, a certified copy of the appropriate resolution / document conveying such authority may be enclosed in lieu of the Power of Attorney.

32 Appendix V: Format of Power of Attorney for Lead Bidder in Consortium (Cover I) (On Stamp Paper of relevant value and duly attested by notary public. To be submitted by the lead bidder with signatures of authorized bid signatory of consortium member) Whereas the <<Authority Name>> (AUTHORITY) has invited bids for <<>> at <<>>. Whereas, and (collectively the Consortium ) being Members of the Consortium are interested in bidding for the Project in accordance with the terms and conditions of the Request for Proposal document (RFP) and other connected documents in respect of the Project, and Whereas, it is necessary for the Members of the Consortium to designate one of them as the Lead Member with all necessary power and authority to do for and on behalf of the Consortium, all acts, deeds and things as may be necessary in connection with the Consortium s bid for the Project and its execution. NOW THEREFORE KNOW ALL MEN BY THESE PRESENTS I, having our registered office at [the name and address of the registered office] (hereinafter referred to as the Principal ) do hereby irrevocably designate, nominate, constitute, appoint and authorize M/s having its registered office at, being one of the Members of the Consortium, as the Lead Member and true and lawful attorney of the Consortium (hereinafter referred to as the Attorney ). I hereby irrevocably authorize the Attorney (with power to sub delegate) to conduct all business for and on behalf of the Consortium and any one of us during the bidding process and, in the event the Consortium is awarded the Contract, during the execution of the Project and in this regard, to do on our behalf and on behalf of the Consortium, all or any of such acts, deeds or things as are necessary or required or incidental to the pre-qualification of the Consortium and submission of its bid for the Project, including but not limited to signing and submission of all applications, bids and other documents and writings, participate in bidders and other conferences, respond to queries, submit information/ documents, sign and execute contracts and undertakings consequent to acceptance of bid of the Consortium and generally to represent the Consortium in all its dealings with the Authority, and/ or any other Government Agency or any person, in all matters in connection with or relating to or arising out of the Consortium s bid for the Project and/ or upon award thereof and throughout the tenure of the agreement AND hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things lawfully done or caused to be done by our said Attorney pursuant to and in exercise of the powers conferred by this Power of Attorney and that all acts, deeds and things done by our said Attorney in exercise of the powers hereby conferred shall and shall always be deemed to have been done by us/ Consortium.

33 IN WITNESS WHEREOF WE THE PRINCIPALS ABOVE NAMED HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS DAY OF 20** For <<Consortium Lead Member>> (Signature) (Name & Title) For <<Consortium Member>> (Signature) (Name & Title) Witnesses: 1. 2. Notes: The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid down by the applicable law and the charter documents of the executant(s) and when it is so required, the same should be under common seal affixed in accordance with the required procedure.

34 Appendix VI - Format for Eligibility Criteria (Cover 2) General Experience: S. No. Particulars Details 1. Name of the Eligible Project 2. Cost of the eligible project INR (Rupees XXX) 1 3. Type of Project Hotel/Multiplex/ any other, please specify Area of the project : Total built up Sqft : 4. Details of the project FSI : Year of completion: Start of commercial operations:<date> 2 Location: 5. Location, State, Country State: 6. Proof of development attached ( Municipal plans, photographs and copies of agreements, O.C etc) Country: Y/N Financial Eligibility Bidder name Net worth (as on 28 th February 2018) 1 The cost of the project shall be certified by CA. 2 The start date of project shall be supported with Occupancy Certificate from the competent authority

35 Net worth = {(Subscribed and paid up Share Capital + Reserves and Surplus) (Revaluation Reserves + Miscellaneous expenditure not written off + Deferred Revenue Expenditure + Deficit in P & L Account if any)} in the preceding financial year before the Application Due Date as per the Audited Annual Report The Bidder should provide an Auditors Certificate specifying the Net Worth as on 28 th February, 2018 and also specifying the methodology adopted for calculating such net worth.

36 Appendix VII Bank Guarantee Format (To be submitted by: Sole bidder/ Lead bidder of consortium) B.G. No. Dated: In consideration of you, <<name and address of the Authority>>, (hereinafter referred to as the "Authority", which expression shall unless it be repugnant to the subject or context thereof include its, successors and assigns) having agreed to receive the Bid of (a company registered under the Companies Act, 1956) and having its registered office at (and acting on behalf of its Consortium) (hereinafter referred to as the "Bidder" which expression shall unless it be repugnant to the subject or context thereof include its/their executors, administrators, successors and assigns), for <<project>> at <<>> (hereinafter referred to as "the Project") pursuant to the RFP Document dated issued in respect of the Project and other related documents including without limitation the draft Service agreement (hereinafter collectively referred to as "Bidding Documents"), we (Name of the Bank) having our registered office at and one of its branches at (hereinafter referred to as the "Bank"), at the request of the Bidder, do hereby in terms of Clauses of the RFP Document, irrevocably, unconditionally and without reservation guarantee the due and faithful fulfillment and compliance of the terms and conditions of the Bidding Documents (including the RFP Document) by the said Bidder and unconditionally and irrevocably undertake to pay forthwith to the Authority an amount of INR. (Rupees only) (hereinafter referred to as the "Guarantee") as our primary obligation without any demur, reservation, recourse, contest or protest and without reference to the Bidder if the Bidder shall fail to fulfill or comply with all or any of the terms and conditions contained in the said Bidding Documents. 1. Any such written demand made by the Authority stating that the Bidder is in Default of the due and faithful fulfillment and compliance with the terms and conditions contained in the Bidding Documents shall be final, conclusive and binding on the Bank. 2. We, the Bank, do hereby unconditionally undertake to pay the amounts due and payable under this Guarantee without any demur, reservation, recourse, contest or protest and without any reference to the Bidder or any other person and irrespective of whether the claim of the Authority is disputed by the Bidder or not, merely on the first demand from the Authority stating that the amount claimed is due to the Authority by reason of failure of the Bidder to fulfill and comply with the terms and conditions contained in the Bidding Documents including failure of the said Bidder to keep its Bid open during the Bid validity period as set forth in the said Bidding Documents for any reason whatsoever. Any such demand made on the Bank shall be conclusive as regards amount due and payable by the Bank under this Guarantee. However, our liability under this

37 Guarantee shall be restricted to an amount not exceeding INR Lakhs. (Rupees Lakhs only). 4. This Guarantee shall be irrevocable and remain in full force for a period of 365 Three hundred and sixty five) days from the Bid Due Date or for such extended period as may be mutually agreed between the Authority and the Bidder, and agreed to by the Bank, and shall continue to be enforceable till all amounts under this Guarantee have been paid. 5. We, the Bank, further agree that the Authority shall be the sole judge to decide as to whether the Bidder is in default of due and faithful fulfillment and compliance with the terms and conditions contained in the Bidding Documents including, inter alia, the failure of the Bidder to keep its Bid open during the Bid validity period set forth in the said Bidding Documents, and the decision of the Authority that the Bidder is in default as aforesaid shall be final and binding on us, notwithstanding any differences between the Authority and the Bidder or any dispute pending before any Court, Tribunal, Arbitrator or any other Authority. 6. The Guarantee shall not be affected by any change in the constitution or winding up of the Bidder or the Bank or any absorption, merger or amalgamation of the Bidder or the Bank with any other person. 7. In order to give full effect to this Guarantee, the Authority shall be entitled to treat the Bank as the principal debtor. The Authority shall have the fullest liberty without affecting in any way the liability of the Bank under this Guarantee from time to time to vary any of the terms and conditions contained in the said Bidding Documents or to extend time for submission of the Bids or the Bid validity period or the period for conveying acceptance of Letter of Award by the Bidder or the period for fulfillment and compliance with all or any of the terms and conditions contained in the said Bidding Documents by the said Bidder or to postpone for any time and from time to time any of the powers exercisable by it against the said Bidder and either to enforce or forbear from enforcing any of the terms and conditions contained in the said Bidding Documents or the securities available to the Authority, and the Bank shall not be released from its liability under these presents by any exercise by the Authority of the liberty with reference to the matters aforesaid or by reason of time being given to the said Bidder or any other forbearance, act or omission on the part of the Authority or any indulgence by the Authority to the said Bidder or by any change in the constitution of the Authority or its absorption, merger or amalgamation with any other person or any other matter or thing whatsoever which under the law relating to sureties would but for this provision have the effect of releasing the Bank from its such liability. 8. Any notice by way of request, demand or otherwise hereunder shall be sufficiently given or made if addressed to the Bank and sent by courier or by registered mail to the Bank at the address set forth herein. 9. We undertake to make the payment on receipt of your notice of claim on us addressed to [name of Bank along with branch address] and delivered at our above branch which shall be deemed to have been duly authorized to receive the said notice of claim. 10. It shall not be necessary for the Authority to proceed against the said Bidder

38 Before proceeding against the Bank and the guarantee herein contained shall be enforceable against the Bank, notwithstanding any other security which the Authority may have obtained from the said Bidder or any other person and which shall, at the time when proceedings are taken against the Bank hereunder, be outstanding or unrealized. 11. We, the Bank, further undertake not to revoke this Guarantee during its currency except with the previous express consent of the Authority in writing. 12. The Bank declares that it has power to issue this Guarantee and discharge the obligations contemplated herein, the undersigned is duly authorized and has full power to execute this Guarantee for and on behalf of the Bank. 13. For avoidance of doubt, the Bank's liability under this Guarantee shall be restricted to INR (Rupees only).the Bank shall be liable to pay the said amount or any part thereof only if the AuthorityservesawrittenclaimontheBankonorbefore (indicate date falling 365 days from the Bid Due Date)]. Signed and Delivered by Bank By the hand of Mr. /Ms., its and authorized Official. (Signature of the Authorized Signatory) (Official Seal)

39 Appendix VIII Format for Financial Proposal (Envelope-3) Date: To The Chairman, District Tourism Council, Visakhapatnam. Dear Sir/ Madam Ref: Selection of Developers To Erect, Operate & Manage(EO&M) an Entertainment Centre consisting of RestoBar equipped with Microbrewery,Sporting Complex, Beach Amphitheatre,Convention Centre and an Ayurvedic Spa in Sy.no.314P of Kapuluppada Village at Thotlakond, Visakhapatnam District. i. I/ we offer to To Erect, Operate & Manage(EO&M) an Entertainment Centre consisting of RestoBar equipped with Microbrewery,Sporting Complex,Beach Amphitheatre,Convention Centre and an Ayurvedic Spa in Sy.no.314P of Kapuluppada Village at Thotlakond, Visakhapatnam District on the stipulated terms and conditions and other particulars therein. I / we hereby submit our unconditional financial proposal ii. I/we hereby offer and agree to pay INR (Rupees ) as the Annual Land Lease Rent commencing from the date of possession of land and subject to minimum of INR 8.16 Lakhs (INR Eight lakhs and sixteen thousand only). It is understood that the above quoted annual land lease rent is for the first year of possession of land and will be enhanced @5% on Year on Year (YoY) basis for subsequent years. iii. iv. It is understood that the amount payable to authority is net and exclusive of all applicable taxes (such as IT, TDS, GST etc.). This proposal and all other details furnished by us shall constitute a part of our Bid. I / we understand that you are not bound to accept the highest or any Bid received. v. I/ we agree that my / our Bid shall remain valid for a period of 365 days from the Bid Due Date prescribed for submission of proposal. I/ we agree to bind by this offer if we are the Successful Bidder. For and on behalf of: Signature: (Authorized Representative and Signatory of the Bidding Company) Name of the Person: Designation: SEAL OF THE BIDDING ENTITY

1 SIGNATURE OF THE BIDDER

BIDDING DOCUMENT Issued on: 19.03.2018 Selection of Developers To Erect, Operate & Manage(EO&M) an Entertainment Centre consisting of RestoBar equipped with Microbrewery,Sporting Complex,Beach Amphitheatre,Convention Centre and an Ayurvedic Spa in Sy.no.314P of Kapuluppada Village at Thotlakonda, Visakhapatnam District under Lease Cum Development Model VOLUME II Terms of Reference (ToR) and Project Profile Authority: District Tourism Council, Visakhapatnam

2 Contents of RFP 3 1 Terms of Reference (ToR) 3 2 Scope Data Sheets 12 1 Terms of Reference (ToR) 1.1 About the project District Tourism Council,Visakhapatnam intends to select an experienced developer to Erect, Operate & Manage(EO&M) an Entertainment Centre consisting of RestoBar equipped with Microbrewery,Sporting Complex,Beach Amphitheatre,Convention Centre and an Ayurvedic Spa in an extent of Ac.2.40Cs in Sy.no.314 P of Kapuluppada Village at Thotlakonda, Visakhapatnam District in Andhra Pradesh under Lease cum Development Model in Andhra Pradesh. The bidder may submit the bid independently or as a consortium of bidders not exceeding two entities. This document details the project features, location, minimum development and minimum service obligations of the bidder.

8 1.4 Applicable incentives, subsidies and benefits The project shall be eligible for incentives, subsidies and benefits as per the Andhra Pradesh Tourism Policy 2015-20. These include: S. No Incentive category Incentives a) Complementary/Lin Total Project Cost Total Project Cost Total Project Cost kage Infrastructure < Rs 50 crores from Rs 50-100 from Rs 100 - a. Access Roads crores 200 crores b. Water supply Up to a maximum Up to a maximum Up to a maximum point of 5% of total of 7.5% of total of 15% of total c. Power supply project cost or Rs project cost or Rs project cost or Rs d. Sewerage 2 crore, 5 crores, 10 crores, connection whichever is less whichever is less whichever is less b) LandConversion Waiver of Non-Agriculture Land Assessment (NALA) tax Charges or Land Use Conversion charge, as applicable c) Registration and 100% reimbursement on Registration and Stamp duty for all Stamp duty Tourism Infrastructure Projects d) VAT/CST/SGST 5% for all new Tourism Infrastructure projects from date of commencement of operations. Necessary amendments to relevant clause(s) in the Andhra Pradesh Value Added Tax Act 2005 to be made. e) Luxury Tax 100% exemption of Luxury Tax for all new Tourism Infrastructure projects for a period of 3 years from date of commercial operations f) Entertainment Tax 100% exemption of Entertainment Tax for first 3 years from date of commercial operations g) Energy Tariffs Tariff as per the rates provided in the H.T. Category-III: Airports, Railway Station and Bus Stations in the Andhra Pradesh Electricity Regulatory Commission (APERC) Tariffs SIGNATURE OF THE BIDDER

9 1.5 Minimum Development Obligations The plot of lands has been earmarked by the District Tourism Council for development of To Erect, Operate & Manage(EO&M) an Entertainment Centre consisting of RestoBar equipped with Microbrewery,Sporting Complex,Beach Amphitheatre,Convention Centre and an Ayurvedic Spa in an extent of Ac.2.40Cs in Sy.no.314P of Kapuluppada Village at Thotlakonda, Visakhapatnam District which includes the following:- Minimum Development S. No. Details Obligation 1 2 Resto bar with Micro brewery Sporting Complex Fully functional brewery to be operational with restaurant and premium night club The developer shall develop 5 on 5 Astro turf foot ball court along with beach volley ball, gully cricket and other activities. 3 Beach Amphi theatre with LED Screen 40 feet X 20 feet gaint LED Screen with temporary seating arrangement is to be provided. 4 Convention Centre. The developer shall providing temporary Air Conditioned tents in conformity with CRZ Norms for conducting Events and meetings. 5 Ayurvedic Spa The developer is supposed to set up Ayurvedic Spa taking in to account the prevailing environment. 6 Health Club and gymnasium One well-equipped, world-class Gymnasium with at least one professional trainer during appointed hours 7 Parking 300 cars and 500 two wheelers 8 Land development General development of entire land 9 Other development a. Trade Show/ Fair Facilities b. Exhibition/Business Management Centre c. Landscaped forefront d. Travel desk e. First Aid facilities including Doctor on call f. Technical facilities such as plant room, electric substation, stores, electric power back-up-system, fire hydrant etc. g. Gate complex for stipulating entry and exit h. Others

Note: The above mentioned list is indicative. Developers can suggest alternatives within the proposed components as per the market demand.all the Proposed developments should strictly Confirm to CRZ rules and regulations. 1.6 Minimum Service Obligations Indicator SLA Star rating Maintenance of minimum 3 star rating continuously Cleanliness Waste bin every 25 meters Litter free zone at any time of introspection Maintenance Tie up with national or international Multiplex operators

10 Indicator Restaurant Drinking water Toilets No of Cuisines at the restaurant Accessibility SLA The developer shall construct, operate and maintain restaurants / food courts. The seating capacity of each restaurant / food court shall not be less than 50 pax Potable drinking water at a prominent place Any time visually clean and odour free temporary toilets 2 or more (South India, North Indian and any other) It should be 100% compliant to the needs of differently-abled 1.7 Miscellaneous terms and conditions The detailed scope of services to be undertaken by the selected bidder is as below. A) Before Commencement of Construction Prior to commencement of construction of any of the Project Facilities, the Developer: a) Shall obtain all Applicable Permits and approvals (CRZ and others )from the Authority& concerned local authorities, necessary to commence construction of such Project Facilities; b) Shall carry out the design and construction of the Project Facility in strict compliance with all Applicable Laws in particular, applicable Building Codes and Standards and Good Industry Practices. c) Appoint its representative duly authorized to deal with the Authority in respect of all matters connected to or arising out of or in relation to this Agreement. d) Shall be solely responsible and liable for development and implementation of the Project Facility. The Authority shall not be responsible in any manner whatsoever to either the Developer or its contractors for any default or failure by the Developer to comply with statutory requirements of design and construction. B) During Construction a) The Developer shall: i. Strictly follow the guidelines on quality as set out in applicable building codes and the norms stipulated in the APDSS. ii. Ensure that the construction of the Project Facilities is undertaken with minimal inconvenience to people in the neighborhood areas such as shopkeepers, affected directly or indirectly by the Project during construction. iii. Take the necessary precautions to minimize accidents and respond to the Emergency as quickly as possible and comply with all applicable safety standards. iv. Take precautions to avoid inconvenience or damage or destructions or disturbance to any third party rights and properties during the construction or excavation or transport activity. v. Provide signals, protective structures, fences and alarm systems in dangerous areas, to prevent injury of the workers and other people employed at the Site.

11 vi. vii. viii. Be in compliance with the Applicable Laws and Applicable Permits obtained for the Project including the clearances obtained from the Government Agency. Ensure compliance to applicable regulations and laws including but not limited to payment of minimum wages, submission of returns and payment under Buildings & Other Construction Workers Act, payment of insurance, provision of fire safety measures, measures to prevent accidents, and compliance with rules governing storage of explosives. The Authority shall in no way be responsible or liable for any of the claims, damages or any proceedings arising in connection with the execution of the project as the land will be handed over to the developer on execution of the agreement and the Developer shall solely be liable in this regard. b) The Developer shall arrange for all the material requirements for the Project and disposal of all material wastes. The Applicable Permits in this regard would have to be obtained by the Developer. All excess and unsuitable excavated materials shall be piled at appropriate dumping places or otherwise disposed of by the Developer in consultation with the Authority and/ or the Independent Engineer. 1.8 Project Milestones and Timelines The project shall be divided into following milestones: S. No Milestone to be achieved Details 1. Acceptance of Letter of Intent (LoI) Within 15 days of receipt 2. Signing of Lease cum development agreement Within 30 days of acceptance of LoI 3. Financial Closure (as evidenced by a letter Within 120 days of signing of the from a scheduled bank/ financial institution) lease cum development agreement 4. Possession of Land and registering of lease On compliance to conditions cum development agreement precedent 5. Physical grounding of works Within 150 days of signing of the lease cum development agreement 6. Lessee should achieve Commercial Date of Within 12 months of signing of the Operations within lease cum development agreement In case any milestone specified in the bid document is not completed as per the timeline specified, Department may give grace period of 3 months to complete the specified milestone. If after expiration of 3 months the milestone has not been achieved, the conditional land lease deed would stand cancelled automatically. Under no circumstances shall the overall grace period given for a project shall cumulatively exceed 6 months

12 2 Scope Data Sheets 2.1 Scope Data Sheet for Development of the project 2.1.1 Project Information memorandum S. No Item Details 1 Area of the land (Acres) 2.40 Acres ( Sy.No.314p of kapuluppada Village) 2 Tentative project cost 3 Land value (as per basic market rate of INR.1,70,000,00/- per acre. SRO/ RO) 4 Total Land Value INR 4.08 Crores 5 Location Opposite Thotlakonda Arch on south side(visakhapatnam side) 6 Village Kapuluppada revenue Village 7 District Visakhapatnam

Site layout & Photo: Site boundaries: 1. East side-un surveyed bay of Bengal land 2. West side-visakhapatnam Bheemunipatnam R&B Road 3. North side- Public Access Road to Thotlakonda Beach 4. South side-government Land belonging to Revenue Department