Documenti di Didattica
Documenti di Professioni
Documenti di Cultura
August 2017
The Commissioner,
Andhra Pradesh Capital Region Development Authority (APCRDA)
Governorpet, Lenin Center, Vijayawada
1
DISCLAIMER
The information and data contained in this Request for Proposals document (the RFP) or
subsequently provided to Bidder(s), whether verbally or in documentary or any other form by or on
behalf of the APCRDA (the 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 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, are true to the best of knowledge and information of APCRDA. 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 Bidder 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 Bid 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
2
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 allot a plot to the Winning
Bidder as the case may be and the Authority reserves the right to reject all or any of the Bidders or
Bids 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 Bid/ Proposal 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 Bid. 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
Bid, regardless of the conduct or outcome of the Bidding Process.
3
GLOSSARY
4
Guarantee As defined in Form A2
5
ABBREVIATIONS
AP Andhra Pradesh
USD US Dollar
6
TABLE OF CONTENTS
1 INTRODUCTION ........................................................................................................................................................... 11
1.1 Background......................................................................................................................................................... 11
7
7 INSTRUCTIONS TO BIDDERS ........................................................................................................................................ 27
7.1 Eligibility of Bidders ............................................................................................................................................ 27
7.2 General terms of Bidding ................................................................................................................................... 34
7.3 Change in composition of the Consortium ......................................................................................................... 34
7.4 Deleted ............................................................................................................................................................... 35
7.5 Verification and Disqualification ........................................................................................................................ 35
7.6 Right to accept and to reject any or all Bids ....................................................................................................... 36
7.7 Clarifications ....................................................................................................................................................... 37
7.8 Amendment of RFP ............................................................................................................................................ 37
7.9 Language ............................................................................................................................................................ 39
7.10 Format and Signing of Bid .................................................................................................................................. 39
7.11 Sealing and Marking of Bids ............................................................................................................................... 39
7.12 Bid Due Date....................................................................................................................................................... 42
7.13 Late Bids ............................................................................................................................................................. 42
7.14 Modifications/ Substitution/ Withdrawal of Bids .............................................................................................. 42
7.15 Validity of Bids .................................................................................................................................................... 43
7.16 Confidentiality .................................................................................................................................................... 43
7.17 Bid Security ......................................................................................................................................................... 44
8 EVALUATION OF BIDS.................................................................................................................................................. 45
8.1 Opening and Evaluation of Bids ......................................................................................................................... 45
8.2 Evaluation and Selection process ....................................................................................................................... 46
8.3 Contacts during Bid Evaluation .......................................................................................................................... 52
8.4 Confidentiality .................................................................................................................................................... 53
8.5 Correspondence with bidder .............................................................................................................................. 53
11 MISCELLANEOUS ......................................................................................................................................................... 57
12 BIDDING FORMS.......................................................................................................................................................... 58
FORM A1: FORMAT FOR LETTER OF BID ..................................................................................................................... 59
FORM A2 : FORMAT FOR BANK GUARANTEE FOR BID SECURITY ............................................................................... 62
FORM A3: FORMAT FOR POWER OF ATTORNEY FOR SIGNING BID ............................................................................ 66
FORM A4: FORMAT FOR POWER OF ATTORNEY FOR LEAD MEMBER OF CONSORTIUM ........................................... 68
FORM A5: FORMAT FOR MEMORANDUM OF UNDERSTANDING ............................................................................... 71
FORM A6: FORMAT FOR JOINT BIDDING AGREEMENT ............................................................................................... 73
FORM A7: FORMAT FOR ANTI-COLLUSION CERTIFICATE ............................................................................................ 78
8
FORM A8: FORMAT FOR PROJECT UNDERTAKING...................................................................................................... 79
FORM A9:FORMAT FOR AFFIDAVIT............................................................................................................................. 80
Form A10: FORMAT FOR STATEMENT OF LEGAL CAPACITY ....................................................................................... 81
Form B1 ....................................................................................................................................................................... 84
Form B2 ....................................................................................................................................................................... 86
Form B3 ....................................................................................................................................................................... 88
Form B5 ....................................................................................................................................................................... 93
Form B6 ....................................................................................................................................................................... 94
PART 4 LOCATION MAPS FOR THE PLOTS PROPOSED FOR STAR HOTELS .................................................................... 98
9
PART 1 INTRODUCTION AND SCOPE
10
1 INTRODUCTION
1.1 Background
The Government of Andhra Pradeshs (GoAPs) vision is to make Andhra Pradesh the
most preferred global destination by 2050. The state is a progressive state and the
government is taking steps to provide an environment conducive to economic and social
growth. These include formulation of investment friendly policies; creating world-class
social and physical infrastructure; ensuring good governance and taking necessary steps
to attract investments into the State.
Amaravati will meet the world class standards of livability, inclusive growth, economic
opportunities and environmental sustainability.
To make this vision a reality, six core dimensions to drive the planning and development
of the city have been identified:
11
Amaravati and the surrounding region will feature state-of-the-art road, rail, air, and sea
transport networks for public and private use to ease commutes and connect to economic
hubs such as Vijayawada, Hyderabad, and Chennai. The city will be planned along
proven urban planning principles to promote citizen well-being including creating active
streets with open areas, pedestrian and cycling friendly pavements and public spaces
which encourage interaction. It is expected to provide over 115 kilometres of public
transport corridors by 2050 and more than 650 kilometres of road network by 2050. Two
national highways, NH 16 (previously NH 5) and NH 65 (previously NH 9), will connect
Amaravati to adjoining cities. The Gannavaram airport is planned to be expanded for
international connectivity, supplemented in the long term with a new airport within
Capital Region. A new port is proposed within 100 kilometres at Machilipatnam or
Vadarevu.
A blue and green city, Amaravati will be environment friendly, with 25-30% of its area
reserved for open spaces and recreation, including parks, public facilities, waterways, and
ponds within a five- to ten-minute walk. Amaravati is expected to preserve and make use
of the natural features of the region, including forest areas and more than 35 kilometres
of waterfront on the Krishna River. It will offer effective water, waste, power and storm-
water management solutions. And it will aspire to be flood-resistant, with the goal of net-
zero discharge.
Amaravati will be driven by the tenets of inclusive growth and high living standards for
all. It will be planned with a goal of 5-10-15: no more than 5 minutes to emergency
facilities, 10 minutes to recreation and open spaces, and 15 minutes of walk to work.
Each township is expected to have a school and a health centre, and the city is envisioned
to include at least 4(four) Three-Star, 1 (one) Four-star, 1 (one) Five-star hotel with at
least 100, 150, 200 rooms each respectively. Safety will be assured for all, with police
and fire fighting response times of under 10 minutes. The city is expected to provide
affordable housing options for workers. A distinctive retail-entertainment-dining
precinct will likely make the city a sought-after destination in the region.
12
1.1.1.5. Financial sustainability:
Amaravati is envisioned as a city which balances the old and the new with cutting-edge
smart-city development as well as preservation of its historic roots. The regions rich
heritage of archaeological and religious sites will be preserved and promoted. The old
Amaravati city will be connected to the new development, and the city will be developed
into a tourism circuit.
Developing hotels in Amaravati is a stated focus of the APCRDA and the GoAP.
Significant strides are being made in the hospitality sector to attract leading private
players to Amaravati.
Amaravati is being developed with significant international cooperation and support from
many government and private organizations contributing towards infrastructure and other
development of Amaravati. Additionally, the large NRI population of Andhra Pradesh
has also been actively involved with the Andhra growth story and there is a growing
trend and potential for Amaravati to become a hospitality hub.
Considering the rapid development of Amaravati, there will be increased demand for
hotels and hospitality infrastructure in the region. Within the next 10 years, the
population of Amaravati is expected to reach around 5-6 lakhs. Andhra Pradesh tourism
footfall for domestic and foreign segments are expected to grow at 8% and 5%
respectively out of which contribution of Amaravati city would be 6% and 33%
respectively. Also, given the lack of hospitality infrastructure in Vijayawada and Guntur
with only 1 (one) Five-star hotel and 2 (two) Four-star hotels and around 15 (fifteen)
Three-Star hotels, there is a need for creating such infrastructure for the sustained
development of the capital region. By 2025, 6 lakh overnight domestic tourists are
expected to visit Amaravati annually of which 33% are expected to be business tourists.
More than ten thousand foreign tourists are expected to visit Amaravati yearly by 2025
13
In view of the above, leading international hotels, hotel chains, hotel developers and
investors in the hospitality sector are being actively encouraged by GoAP to provide
world-class facilities in Amaravati.
Between the 6 proposed hotel plots, it is envisaged that 2000-2500 jobs will be created in
2.5 years with an estimated investment of Rs 600- 800 Cr.
14
2 OVERRIDING PROVISIONS FOR MULTIPLE CATEGORY OF
HOTELS
2.1 Applicability
This document is applicable for allotment of plots for the following category of Hotels
development:
Merit list means the list of bidders evaluated and ranked in accordance with the
provisions of section 8.2, subject to a minimum aggregate score of 50% of the highest
score secured by the highest scoring bidder in any particular hotel category (3-star or 4-
star or 5-star). All such bidders securing the requisite minimum aggregate score shall be
ranked in the order of merit for each of the hotel categories mentioned in section 2.1.
APCRDA has issued this RFP for the purpose of promoting hospitality sector in the
capital city of Amaravati. It is the general principle of APCRDA not to allot more than
one plot to any single entity. This is to ensure timely commissioning of the hotels, to
prevent monopoly and to create healthy competition amongst the various leading
international hotels, hotel chains, hotel developers and investors to be in Amaravati.
Following are the number of plots available in each category of hotels specified in
section 2.1
15
Category 2 (4-star Hotel) 1
Actual locations of the plots shall be uploaded on the website of the Authority. Bidder
shall mandatorily develop respective category of the plot for which allotment has been
made for.
The bidder who shall be identified for allotment of plot for the development of respective
category of Hotel as per the terms and conditions set in this RFP document, shall be
termed as the Winning Bidder (the Winning Bidder).
The Allotment of Land shall be on the basis of Amravati Land Allotment Regulations,
2017 dated 15/06/2017, G.O.M NO. 229
16
3 SCOPE OF THE DOCUMENT
The Scope of this Request for Proposal (RFP), is to detail out the terms and conditions
for allotment of plots for development of three-star, four-star & five-star hotels in
Amaravati. In this regard, amongst other things, the RFP provides information on the
number and location of the plots being offered, the eligibility criteria for the respondents,
methodology of evaluation, steps for selection, payment terms and also includes
proposed Agreement for Sale, which shall be entered into between the Allottee and the
Andhra Pradesh Capital Region Development Authority (APCRDA) (the Agreement for
Sale).
Star category of hotels specified in section 2.1 shall be determined based on a valid
certificate obtained under guidelines issued by HRACC Division of Ministry of Tourism
(GOI).
3.3 Deleted
Following are the minimum land area to be allotted for each category of hotel specified
in section 2.1. The location maps for the below mentioned hotel plots are included in
Part-IV of this RFP document.
Hotel Category Plot Area in acres Plot Number
Category 1 (3-star hotel) 1 Plot No.3, Plot No.4, Plot No.5
And Plot No.6,
Category 2 (4-star hotel) 2 Plot No.2
Category 3 (5-star hotel) 4 Plot No.1
17
3.5 Type of Allotment
The land/ plot shall be allotted for Development of Hotels as per category specified in
clause 3.4. Land allotment shall be on freehold basis in accordance with the provisions of
Amaravati land Allotment Regulations, 2017 (G.O.MS.No. 229, Dated: 15-06-2017)
Intending Buyer shall mean the Winning Bidder to whom the Letter of Intent (LoI) or
Letter of Intent (LoI) has been issued by the Authority pursuant to this bid process.
Allottee shall mean the Intending Buyer with whom the Agreement for Sale has been
entered into by the Authority.
The Intending Buyer shall pay Sale Consideration (the Sale Consideration) to the
Authority as per the payment terms defined in Section 4.7 and Section 4.11.
The Project would be implemented in accordance with the provisions of Amaravati Land
Allotment Rules (G.O.MS.No. 228, Dated: 15-06-2017) & Regulations (G.O.MS.No.
229, Dated: 15-06-2017) 2017, the terms and conditions stated in the Letter of Intent
issued to the Winning bidder and the terms and conditions specified in the Agreement for
Sale to be entered into between the Andhra Pradesh Capital Region Development
Authority (APCRDA) and the Intending Buyer. The hotel shall be developed (complete
the construction of buildings, structures, interiors and other works) within 30 (Thirty)
months (including 6 (six) months of Financial Closure and 24 (Twenty-Four) months for
construction) from the date of Agreement for Sale subject to site possession with proper
access to right of way to site.
In the event that the Hotel is not completed within the aforesaid time period of 30 (Thirty
months) from the date of Agreement for Sale or such additional time that may be
extended by the Authority, unless the delay is on account of Authority, the Allottee shall
apply for extension and APCRDA may consider the same as per clause 7.3.2 of
Amaravati Land Allotment Regulations (G.O. MS. No. 229, Dated: 15-06-2017).
18
a. Three Star Hotels- a minimum of 100 Rooms
b. Four Star Hotels- a minimum of 150 Rooms
c. Five Star Hotels- a minimum of 200 Rooms
The Allottee shall obtain an Occupancy Certificate or Completion Certification from the
Competent Authority.
The hotel shall be developed complying with the latest guidelines issued by HRACC
Division of Ministry of Tourism (GOI). The Allottee shall comply with all Applicable
Laws during the development of the Hotel.
19
4 BRIEF DESCRIPTION OF THE BIDDING PROCESS
The Authority has adopted a single stage bid process (the Bidding Process) for
allotment of plots pursuant to this RFP.
The single-stage bidding process (the Bid Stage) comprise of the following sub-stages,
a) Test of responsiveness of the bid: The first sub-stage, the Authority shall determine
whether the bid is responsive, which refers to an assessment if the submission is in
conformity with the terms and conditions of the RFP.
b) Evaluation of Minimum Eligibility or Prequalification: The second sub-stage of the
process involves assessment of the pre-qualification of the bidders as outlined in
Section 7.1.2 of this document.
c) Evaluation of Technical bids: The third sub-stage of the process involves evaluation
of Technical Bids (the Technical Bids) of the eligible bidders who have met the
Minimum Eligibility Criteria or Prequalification criteria as per the previous sub-stage.
Merit List will be prepared at this stage in line with the provisions of Section 8.2 of
this document and allotment will be completed accordingly
The Bid/ Proposal shall be valid for a period 180 days from the date specified in Section
5 for submission of bids (the Bid Due Date).
Bids shall be prepared and submitted separately for each category of hotel specified in
section 2.1 of this RFP
Participating bidders will have to pay a non-refundable sum of INR 25,000 (INR Twenty-
Five Thousand) vide a Demand Draft favoring The Commissioner, APCRDA drawn in
a Scheduled Bank, payable at Vijayawada, Andhra Pradesh towards bid processing fee. If
20
a bidder wishes to submit bids for more than one category of hotel, bid processing fee
shall be paid separately for every such submission.
4.5 Deleted
21
4.6 Bid Security
(the "Bid Security) in form of a bank guarantee (the Bank Guarantee) / Demand
Draft in favoring The Commissioner, APCRDA drawn in a Scheduled Bank, payable
at Vijayawada, Andhra Pradesh towards Bid Security.
The bank guarantee/demand draft of the unsuccessful Bidders shall be returned not later
than 60 days from the day of declaration of the Winning Bidder. The Bid shall be
summarily rejected if it is not accompanied by the Bid Security as described in this
Section. If a bidder wishes to submit bids for more than one category of hotel, bid
security shall be submitted separately for every such submission. The bid security paid by
the successful bidder shall be released on payment of first of instalment of the Sale
Consideration as per sections 4.7 & 4.11 of this RFP.
The Intending Buyer shall pay a sale consideration of Rs 3,00,00,000/- (Indian Rupees
Three Crores) per acre of the plot area as per the payment terms specified in section 4.11
of this document.
Agreement for Sale & Conveyance Deed shall be executed in accordance with the
provisions of Amaravati Land Allotment Rules & Regulations 2017
22
4.10 Site Visit and Investigation
Bidders are invited to examine the site and to carry out, at their cost, such studies as may
be required for submitting their respective Bids.
a) First instalment of 50% of the Sale Consideration shall be paid within 45 (forty-five)
days from the date of issue of Letter of Intent (the Letter of Intent (LoI)
i. The Authority may extend the period of payment of the first instalment by a
period not exceeding three months from the Date of Issue of Letter of Intent, and
the Authority may extend the period of payment of the second instalment for
period not exceeding 6 (six) months from the date of Issue of Letter of Intent.
ii. Provided that the extension as above shall be given on payment of Delayed
Payment Charges at the rate to be determined by the Authority.
iii. Any failure on the part of the Intending Buyer to pay the first instalment as above,
shall lead to cancellation of the Letter of Intent or Letter of Intent and forfeiture
of the Bid Security paid by Winning Bidder.
iv. Any failure on the part of the Intending Buyer to pay the second Instalment as
above shall lead to cancellation of the Letter of Intent or Letter of Intent and
forfeiture of the Bid Security and 25% of the amount of first instalment.
23
5 Schedule of Bidding Process
24
6 Pre-Bid Conference
The date, time and venue of the Pre-Bid Conference shall be:
Date: 01/09/2017
Time: 1100 hours
Venue: Lenin Center, Governorpet, Vijayawada 520002, Andhra Pradesh, India
Only representatives of registered bidders (single firms or consortiums) can attend the pre-bid
conference.
Contact:
Mr. M.V.R Hariharan
Mobile: +91-799-5015-796
Email: hariharan.m@apcrda.org
25
PART 2 BIDDING PROCEDURES
26
7 INSTRUCTIONS TO BIDDERS
A. GENERAL
7.1.1 For determining the eligibility of Bidders, the following shall apply:
a) The Bidder (the Bidder) can be a single entity (the Entity) registered under
the Companies Act or a Partnership firm registered under the Partnership Act,
The Bidder may also be a Consortium (the Consortium) of up to three entities.
Members of the consortium should be registered under the Companies Act or a
Partnership firm registered under the Partnership Act, In such case a separate
company shall be floated by the Consortium under Companies Act 2013 (as
amended from time to time) after issue of LoI but before executing the
Agreement for sale.
b) A Bidder shall not have a conflict of interest (the Conflict of Interest) that
affects the Bidding Process. Any Bidder found to have a Conflict of Interest shall
be disqualified. A Bidder shall be deemed to have a Conflict of Interest affecting
the Bidding Process, if:
i. 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 Bidder, its Member or an Associate thereof (or any shareholder thereof having a
shareholding of more than 5 percent 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 less than 5 percent 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 sub-section (72) of section 2 of the Companies Act, 2013.
For the purposes of this Clause 7.1.1(b), 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
27
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
iii. such Bidder, or any Associate thereof receives or has received any direct or
indirect subsidy, grant, concessional loan or subordinated debt from any other
Bidder, or any Associate thereof or has provided any such subsidy, grant,
concessional loan or subordinated debt to any other Bidder, its Member or any
Associate thereof; or
iv. such Bidder has the same legal representative for purposes of this Bidding Process
as any other Bidder; or
v. 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; or
vi. 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.
A Bidder shall be liable for disqualification if any legal, financial or technical adviser
of the Authority in relation to the Project is engaged by the Bidder, its Member or any
Associate thereof, as the case may be, in any manner for matters related to or
incidental to the Project. For the avoidance of doubt, this disqualification shall not
apply where such adviser was engaged by the Bidder, its Member or Associate in the
past but its assignment expired or was terminated prior to the Bid Due Date. Nor will
this disqualification apply where such adviser is engaged after a period of 3 (three)
years from the date of commercial operation of the Project.
28
other Member. In the event of two or more consortium members holding the
highest equal equity share, the Bidder shall indicate clearly in the Bid proposal
which consortium member is to be considered Lead member. The nomination(s)
shall be supported by a Power of Attorney, as per the format provided in Form A4
and Form A3, signed by all the other members of the Consortium
d) The Allottee shall hold atleast 51% of the subscribed and paid up equity until one
year after the Commercial Operations Date (COD) or Opening Date of the
proposed hotel. Provided further that incase of consortium the lead member shall
hold at least 26% of the subscribed and paid up equity and other members shall
hold atleast 10% of the subscribed and paid up equity, until one year after COD.
e) The Lead Member of a consortium cannot be replaced except with the prior
permission of the Authority until one year after COD and which permission will
be considered only in case of acquisition or merger of the Lead Member.
g) the Proposal should include a brief description of the scope, roles and
responsibilities of individual members, particularly with reference to financial,
technical and O&M obligations
h) For the 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,
whether by operation of law or by contract or otherwise
j) In computing the aggregate Technical Score of the Bidder/ Consortium Members, the
credential of their respective Associates would also be eligible hereunder. In such
case, the Bidder shall submit a certificate from its Statutory Auditor stating that the
29
entity whose credentials are presented are Associates of the Bidder as defined in this
RFP document
7.1.2 To be eligible for evaluation of the Bid, a Bidder shall fulfil the following threshold
conditions of eligibility (Minimum Eligibility Criteria or Prequalification
Criteria
I. Technical Eligibility:
a. For 5 Star Category Hotel
i. Developed at least one operational 5-star (or higher category) hotel of atleast
200 Keys with in India commissioned after 31st March 2007
Or
Own atleast one operational 5-star (or higher category) hotel of atleast 200
Keys with in India
Or
Developed Other Projects with a total built-up area of 3 (three) lakh Sqft
with in India commissioned after 31st March 2007
And
ii. Experience of operating & Managing atleast 200 Keys (in aggregate) in 5
Star category (or higher) with in India, for a consecutive period of 3 years in
the last 10 years starting after 31st March 2007
Or
Submit Memorandum of Understanding (MoU)/ Memorandum of
Association (MoA) with an O&M entity meeting the aforesaid criteria for the
O&M of hotel operations. The copy of MoU/ MoA need to be submitted with
the Bid. Further the bidder should submit the details of the O&M experience
of the entity in order to satisfy the O&M criteria
And
iii. Submit Memorandum of Understanding (MoU)/ Memorandum of
Association (MoA) from a brand of national and international repute along
with the Proposal (not required if a brand directly participates in the Bidding
Process)
30
i. Developed at least one operational 4 star (or higher category) hotel of atleast
150 Keys with in India commissioned after 31st March 2007
Or
Own atleast one operational 4 star (or higher category) hotel of atleast 150
Keys with in India
Or
Developed Other Projects with a total built-up area of 2.5 (two point five)
lakh Sqft with in India commissioned after 31st March 2007
And
ii. Experience of operating & Managing atleast 150 Keys (in aggregate) in 4
Star category (or higher) with in India, for a consecutive period of 3 years in
the last 10 years starting after 31st March 2007
Or
Submit Memorandum of Understanding (MoU)/ Memorandum of
Association (MoA) with an O&M entity meeting the aforesaid criteria for the
O&M of hotel operations. The copy of MoU/ MoA need to be submitted with
the Bid. Further the bidder should submit the details of the O&M experience
of the entity in order to satisfy the O&M criteria
And
iii. Submit Memorandum of Understanding (MoU)/Memorandum of Association
(MoA) from a brand of national and international repute along with the
Proposal (not required if a brand directly participates in the Bidding Process)
i. Developed at least one operational 3 star (or higher category) hotel of atleast
100 Keys with in India commissioned after 31st March 2007
Or
Own atleast one operational 3 star (or higher category) hotel of atleast 100
Keys with in India
Or
Developed Other Projects with a total built-up area of 2 (two) lakh Sqft
with in India commissioned after 31st March 2007
And
ii. Experience of operating & Managing atleast 100 Keys (in aggregate) in 3
Star category (or higher) with in India, for a consecutive period of 3 years in
the last 10 years starting after 31st March 2007
Or
31
Submit Memorandum of Understanding (MoU)/ Memorandum of
Association (MoA) with an O&M entity meeting the aforesaid criteria for the
O&M of hotel operations. The copy of MoU/ MoA need to be submitted with
the Bid. Further the bidder should submit the details of the O&M experience
of the entity in order to satisfy the O&M criteria
And
iii. Submit Memorandum of Understanding (MoU)/Memorandum of Association
(MoA) from a brand of national and international repute along with the
Proposal (not required if a brand directly participates in the Bidding Process)
Note:
1. Developed/ Development means construction & commissioning etc
of the project
2. Other Projects (the Other Projects) include Resorts, MICE,
commercial projects and retail complex
3. For the purpose of assessing Eligibility of Bidder as per the terms and
conditions set above, the Star category of hotels development, O&M
specified in section 2.1 shall be determined based on a valid
certificate obtained under guidelines issued by HRACC Division of
Ministry of Tourism (GOI) or equivalent body.
Bidder shall have minimum Net worth of Rs. 50 Crore (Fifty Crore) for 5 Star Category
Hotel, Rs. 40 Crore (Forty Crore) for 4 Star Category Hotel and Rs. 30 Crore (Thirty
Crore) for 3 Star Category Hotels as on 31st March 2017.
b. The lead member of the consortium shall also satisfy atleast 50% of the financial
eligibility criteria mentioned in section 7.1.2 (II)
c. The Bidder shall enclose with its proposal complete with its annexures, the
following:
32
i. Certificate from statutory auditors of the Bidder specifying the Net Worth of
the Bidder, as at the close of the preceding financial year, and also specifying
that the methodology adopted for calculating such Net Worth. In case
statutory audit is not completed for any reason, then the Bidder should
submit the balance sheet attested by his auditor. For the purposes of this
RFP, net worth (the Net Worth) shall mean the sum of subscribed and
paid up equity and reserves from which shall be deducted the sum of
revaluation reserves, miscellaneous expenditure not written off and reserves
not available for distribution to equity shareholders.
ii. Certificate(s) from statutory auditors of the Bidder specifying the Annual
turnover of the Bidder, as at the close for the preceding three financial years
(2014-15, 2015-16 & 2016-17)
7.1.3 The Bidder should submit a Power of Attorney as per the format at Form A3,
authorizing the signatory of the Bid to commit the Bidder. In the case of a Consortium,
the Members should submit a Power of Attorney in favor of the Lead Member as per
format at Form A4.
7.1.4 Any entity which has been barred by any State/ Federal Government (Indian or
International) from participating in any project, and the bar subsists as on the Bid Due
Date, would not be eligible to submit a bid, either individually or as member of a
Consortium.
a) Bidders should attach clearly marked and referenced continuation sheets in the event
that the space provided in the prescribed forms in the Annexure is insufficient.
Alternatively, Bidders may format the prescribed forms making due provision for
incorporation of the requested information;
33
7.2 General terms of Bidding
7.2.1 The Bid and all communications in relation to or concerning the Tender Documents and
the Bid shall be in English language.
7.2.2 The Tender Documents including this RFP and all attached documents are and shall
remain the property of the Authority and are transmitted to the Bidders solely for the
purpose of preparation and the submission of a Bid 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 Bid. The Authority will not return any Bid
or any information provided along therewith.
7.2.3 The Allottee shall not sell, assign, mortgage, sublet or underlet, or otherwise transfer
fully or in part, the Plot or his interests therein or transfer his possession of the Plot, to
any Person during the subsistence of Agreement for Sale. Provided however that with
the permission of the Authority in writing and subject to the payment of full sale
consideration, the Allottee may mortgage the Plot in favour of lenders; provided further
that the finance / loan amount received under such mortgage shall be applied only
towards the development of the Plot.
7.2.4 The Developer shall be bound to indemnify the Authority against any defect in design,
construction, maintenance and operation of the Project and shall undertake to reimburse
all costs, charges, expenses, losses and damages in that behalf.
7.3.2 After the successful completion of the project a Sale/ Conveyance deed shall be
executed by the Authority in favor of the Bidder.
34
7.4 Deleted
7.5.1 The Authority reserves the right to verify all statements, information and documents
submitted by the Bidder in response to the Tender 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.
7.5.2 The Authority reserves the right to reject any Bid and appropriate the Bid Security if:
b) the Bidder does not provide, within the time specified by the Authority, bid will be
treated as non-responsive.
7.5.3 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 / rejected.
7.5.4 In case after due enquiry it is found during the evaluation or at any time before signing
of the Agreement for sale or after its execution and during the period of subsistence
thereof, that one or more of the eligibility 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 the allotment has not
been made either by issue of the LoI or entering into Agreement for Sale, and if the
Selected Firm/ Consortium has already been issued the LoI or has entered into the
Agreement for Sale, 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 Winning bidder/ Intending Buyer/
Allottee, without the Authority being liable in any manner whatsoever. In such an event,
the Authority shall be entitled to forfeit and appropriate the Bid Security (if not already
returned), as Damages, without prejudice to any other right or remedy that may be
35
available to the Authority under the Tender Documents and/ or the Agreement for sale,
or otherwise.
7.6.1 Notwithstanding anything contained in this RFP, the Authority reserves the right to
accept or reject any Bid and/or to annul the Bidding Process and/or reject all Bids at any
time without any liability or any obligation for such acceptance, rejection or annulment,
and without assigning any reasons therefor. In the event that the Authority rejects or
annuls all the Bids, it may, in its discretion, invite all eligible Bidders to submit fresh
Bids hereunder.
7.6.2 The Authority reserves the right not to proceed with the Bidding Process at any time,
without notice or liability.
36
B. DOCUMENTS
7.7 Clarifications
7.7.1 Bidders requiring any clarification on the RFP may notify the Authority in writing by e-
mail. They should send in their queries before the date mentioned in the Schedule of
Bidding Process specified in Section 5. The Authority shall endeavor to respond to the
queries within the period specified therein.
7.7.2 The Authority shall endeavor 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 section shall be
taken or read or interpreted as compelling or requiring the Authority to respond to any
question or to provide any clarification.
7.8.1 At any time prior to the deadline for submission of Bids, 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 Corrigendum
37
C. PREPARATION AND SUBMISSION OF BIDS
38
7.9 Language
7.9.1 The Bid and all related correspondence and documents in relation to the Bidding Process
shall be in English language. Supporting documents and printed literature furnished by
the Bidder with the bid may be in any other language provided that they are
accompanied by translations of all the pertinent passages in the English language, duly
authenticated and certified by the Bidder. Supporting materials, which are not translated
into English, may not be considered. For the purpose of interpretation and evaluation of
the bid submission, the English language translation shall prevail.
7.10.1 The Bidder shall provide all the information sought under this RFP. The Authority will
evaluate only those Bids that are received in the required formats and complete in all
respects. Incomplete and /or conditional Bids shall be summarily rejected.
7.10.2 The Bidder shall submit in hard copy (the Hard Copy). The Hard Copy shall include
all the documents. For evaluation purpose, Hard Copy of the bids shall be taken into
consideration.
7.10.3 For the Hard Copy submission, the Bidder shall prepare 3 sets of the Bid clearly marked
as HARD COPY.
7.10.4 The Bid documents shall be typed or written in indelible ink. They shall be signed by the
authorized signatory of the Bidder who shall also initial each page of the Bid documents
(including FORMs). 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
Bid shall be initialed by the person(s) signing the Bid. Such signed bid documents shall
be scanned and uploaded for online submission and shall be printed and submitted for
Hard Copy submission. The Hard Copy of the Bid documents shall contain page
numbers and shall be bound together in a manner that does not allow replacement of any
page.
39
7.11.1 The Bidder shall upload the Bid in the format specified in the Bidding Forms (Section
12) of this RFP. The bid shall be uploaded in three separate parts as under:
Part I: Supporting documents
Part II: Minimum Eligibility or Prequalification
Part III: Technical Proposal
The Supporting documents to the Bid shall be submitted in Hard Copy. The documents
shall include:
ENVELOPE A
Form A4. Format for Power of Attorney for Lead Member of Consortium (If
applicable,);
Form A6. Format for Joint Bidding Agreement, in case of a Consortium (If applicable,);
ENVELOPE B
Along with supporting documents in the formats provided in Form B3, B4 & B6
40
The following document corresponding to the Technical Bid shall be submitted as a part
of Part III Technical Bid
ENVELOPE C
All the Hard Copy submissions discussed above, shall be placed inside the Outer
Envelope placed in 4 separate envelopes for each Part. The Outer Envelope shall be
sealed, labelled as PROPOSAL FOR ALLOTMENT OF PLOTS ON FREEHOLD
BASIS FOR DEVELOPMENT OF 3 STAR, 4 STAR & 5 STAR HOTELS AT
AMARAVATI, ANDHRA PRADESH FOR CATEGORY [mention category number]
HOTEL and NOT TO BE OPENED BEFORE THE DUE DATE/ TIME FOR BID
OPENING. In addition, the Bid Due Date should be indicated on the right hand top
corner of each of the envelopes.
If the Hard Copy submissions 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.
Bids submitted by fax, telex, telegram or e-mail shall not be entertained and shall be
rejected.
Note:
41
If the Bidder intends to participate in more than one category of Hotels, separate
envelopes enclosing the required bid submissions and bid security with appropriate
labelling need to be submitted.
If bid submissions for the separate categories are enclosed in the same envelope, the
same shall be rejected by the authority.
7.12.1 Bids should be submitted before the bid submission closing time on the Bid Due Date in
the manner and form as detailed in this RFP.
7.12.2 The Hard Copy of the bid should be submitted as per the guidelines mentioned in the
Section 7.10 and 7.11 of the RFP. A receipt thereof should be obtained from the
authorized official.
7.12.3 The Authority may, in its sole discretion, extend the Bid Due Date by issuing an
Corrigendum in accordance with Section 7.8 uniformly for all Bidders.
7.13.1 Bids cannot be submitted after the specified time on the Bid Due Date.
7.14.1 The Bidder may modify, substitute or withdraw its Bid submissions prior to Bid Due
Date. No Bid shall be modified, substituted or withdrawn by the Bidder on or after the
Bid Due Date.
7.14.2 The Hard Copy of the modification, substitution or withdrawal notice shall be prepared,
sealed, marked, and delivered in accordance with Section 7.11, with the envelopes being
additionally marked MODIFICATION, SUBSTITUTION or WITHDRAWAL,
as appropriate.
42
7.14.3 Any alteration/ modification in the Bid or additional information supplied subsequent to
the Bid Due Date, unless the same has been expressly sought for by the Authority, shall
be disregarded.
7.15.1 The Bids shall be valid for a period of 180 (one hundred and eighty) days from the Bid
Due Date (the Bid Validity Period). The validity of Bids may be extended by mutual
consent of the respective Bidders and the Authority.
7.16 Confidentiality
43
D. BID SECURITY
7.17.1 Bid Security of the Winning Bidder shall be returned on payment of first of instalment
of the Sale Consideration as per the provisions of section 4.11 of this RFP
7.17.2 The Bid Security shall be forfeited and appropriated by the Authority as mutually agreed
genuine pre-estimated compensation and damages payable to the Authority for, inter
alia, time, cost and effort of the Authority without prejudice to any other right or remedy
that may be available to the Authority hereunder or otherwise, under the following
conditions:
a) If a Bidder withdraws its Bid during the Bid Validity Period as specified in this RFP
and as extended by the Bidder from time to time;
44
8 EVALUATION OF BIDS
8.1.1 The Authority shall open the valid Bids at the specified time on the date and place
specified in Section 5 in the presence of the Bidders who choose to attend.
45
8.2 Evaluation and Selection process
The evaluation and selection process for each bid will be carried out by the Authority
over 3 sub-stages as detailed below.
Prior to evaluation of Bids, the Authority shall determine whether each submission is
responsive to the requirements of the RFP. As part of this assessment, the Authority shall
open the Envelope-1 of the submission (supporting documents to the bid, as mentioned
in Section 7.11) and assess if the submission is in conformity with the terms and
conditions of the RFP. A Bid shall be considered responsive only if:
it is received as per the format at Section 7.11
it is received by the Bid Due Date including any extension thereof pursuant to
Section 1.3;
it is accompanied by the Bid Security as specified in Section 4.6;
it is accompanied by the Power(s) of Attorney as specified in Section 7.1, as the
case may be;
it contains all the information (complete in all respects) as requested in this RFP;
it does not contain any condition or qualification; and
it is not non-responsive in terms hereof.
The Authority reserves the right to reject any Bid which is non-responsive and no request
for alteration, modification, substitution or withdrawal shall be entertained by the
Authority in respect of such Bid.
The Authority shall proceed to evaluate the Eligibility Submission based upon the
Documentary evidence submitted by the Bidders and the clarifications submitted by the
Bidders in response to the clarifications sought by the Authority, if any, in support of
minimum eligibility requirement mentioned in the RFP.
Bidders meeting the minimum Eligibility requirement as per Section 7.1 will be eligible
for the next stage of the selection process.
46
8.2.3 Third Step Evaluation of Technical Proposals
In the third Step, Authority shall open the Technical bid of those Bidders who are eligible
as per Section 8.2.2. At this stage, scores will be given to the bidders as detailed out in
section 8.2.4. All the bidders will be required to present the proposed project plan to
APCRDA panel which will be given a separate score. The maximum aggregate marks
scored of any bidder shall not exceed 100.
Bidders will need to submit the following information based on which an aggregate
technical score (the Technical Score) shall be given to the bidders in accordance with
the scoring matrix provided hereunder (Scoring Matrix):
47
considered under this criteria
48
considered under this criteria
c. If the bid proposal is submitted
for Category 1 as specified in
section 2.1 of this RFP: Only
rooms operated and managed as 5
Star or higher category shall be
considered under this criteria
49
3b Average Turnover for the last 3 years Maximum 5
marks on
Normalization
basis subject to a
maximum
turnover of 100
Crores
4 Concept Plan
&
Presentation
Note:
For the purpose of assessing Eligibility of Bidder as per the terms and conditions set above, the Star
category of hotels development, O&M specified in section 2.1 shall be determined based on a valid
certificate obtained under guidelines issued by HRACC Division of Ministry of Tourism (GOI) or
equivalent body.
Bidder
S Name No. of Key Under Maximum Score Scoring Methodology
Sl.no Operation
50
1. Bidder A 500/800*20= 12.5 marks
500 20 Marks
2. 800/800*20= 20 marks
Bidder B 800
3. 300/800*20= 7.5 marks
Bidder C 300
4. Bidder D 200/800*20= 5 marks
200
Note:
Self-certified copies of supporting documents and certifications from concerned Authority to
be provided failing which undertakings against each of the selection parameters will have to
be submitted by the Bidder.
Self-attested copies of requisite documents towards proof of experience is mandatory to
consider an experience for evaluation. All the self-certified documents considered while
evaluating the eligibility criteria and qualification criteria will have to be submitted along with
the Bid. Also, the Bidders will have to submit the soft copy of all the self-certified documents
and undertakings in a CD.
In-case of international experience certificate issued by a relevant competent Authority shall
be have to be submitted by the bidder.
The Authority shall prepare Merit List separately for each Category of Hotel specified in
section 2.1 based on the scores arrived at for the various bidders across the 3 categories
by following the evaluation methodology prescribed in section 8.2.4. The merit list shall
include all the eligible bidders across the 3 categories ranked in the decreasing order of
scores arrived at as per section-8.2.4.
Once the 3 merit lists are prepared for the 3 categories of hotel, the allotment shall be
made in the order of merit as per the process detailed below,
a) The Authority shall, in any case, allot only one plot in aggregate to any bidder
subject to the following:
51
a. Rank secured by a bidder in a particular category
b. Location preference given by the bidder
b) In the event of one bidder securing first rank in more than 1 category of hotel, he
will be allotted a plot in the highest category of hotel contemplated in this RFP
(5-star hotel shall be considered to be of highest category and 3-star would be
considered the lowest category).
c) In the event of tie between the bidders in the Merit List, the winning bidder will
be decided on the basis of lucky draw.
d) In the event that the Winning 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 after having been issued the LoI and fails to execute
the Agreement for Sale, then the Winning Bidder shall be disqualified and the
Second highest scoring bidder shall be considered as Winning Bidder and further
thereof.
e) In case of Consortium, if Lead Member of the Winning Bidder fails to enter into
Agreement for Sale, then the Winning Bidder shall be disqualified and Second
highest scoring bidder shall be considered as Winning Bidder and further thereof.
After selection of the Winning Bidder, a Letter of Intent (the LoI) shall be
issued, in duplicate, by the Authority to the Winning Bidder and the Winning
Bidder shall, within 15 (seven) days of the receipt of the LoI, sign and return the
duplicate copy of the LoI as a token of acceptance. In the event the duplicate copy
of the LoI duly signed by the Winning Bidder is not received by the stipulated
date, the Authority may, unless it consents to extension of time for submission
thereof, appropriate invoke and forfeit the Bid Security of such Bidder as
damages on account of failure of the Winning Bidder to acknowledge the LoI,
and the second highest scoring Bidder may be considered as the Winning Bidder
for issue of fresh LoI.
Bids shall be deemed to be under consideration immediately after they are opened and
until such time the Authority makes official intimation of award/ rejection to the Bidders.
While the Bids are under consideration, Bidders and/ or their representatives or other
52
interested parties are advised to refrain from contacting by any means, the Authority and/
or their employees/ representatives on matters related to the Bids under consideration.
8.4 Confidentiality
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.
53
9 FRAUD AND CORRUPT PRACTICES
The Bidders and their respective officers, employees, agents and advisers shall observe the
highest standard of ethics during the Bidding Process and subsequent to the issue of the LoI
and during the subsistence of the Agreement for Sale. Notwithstanding anything to the contrary
contained herein, or in the LoI or the Agreement for sale, the Authority shall reject a proposal,
withdraw the LoI, or terminate the Agreement for sale, as the case may be, without being liable
in any manner whatsoever to the Bidder or Allottee or Intending Buyer, as the case may be, if
it determines that the Bidder or Allottee or Intending Buyer, as the case may be, has, directly or
indirectly or through an agent, engaged in corrupt practice, fraudulent practice, coercive
practice, undesirable practice or restrictive practice in the Bidding Process. In such an event,
the Authority shall forfeit and appropriate the Bid Security as mutually agreed genuine pre-
estimated compensation and damages payable to the Authority towards, inter alia, time, cost
and effort of the Authority, without prejudice to any other right or remedy that may be
available to the Authority hereunder or otherwise.
Without prejudice to the rights of the Authority hereinabove and the rights and remedies which
the Authority may have under the LoI or the Agreement for sale, if a Bidder or Allottee or
Intending Buyer, as the case may be, is found by the Authority to have directly or indirectly or
through an agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive
practice, undesirable practice or restrictive practice during the Bidding Process, or after the
issue of the LoI or the execution of the Agreement for sale, such Bidder or Allottee or
Intending Buyer shall not be eligible to participate in any tender or RFP issued by the
Authority during a period of 2 (two) years from the date such Bidder or Allottee or Intending
Buyer, as the case may be, is found by the Authority to have directly or indirectly or through an
agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practices, as the case may be.
For the purposes of this Section, the following terms shall have the meaning hereinafter
respectively assigned to them:
a) corrupt practice means (i) the offering, giving, receiving, or soliciting, directly or indirectly,
of anything of value to influence the actions of any person connected with the Bidding Process
(for avoidance of doubt, offering of employment to or employing or engaging in any manner
whatsoever, directly or indirectly, any official, employee, agent or adviser of the Authority who
is or has been associated in any manner, directly or indirectly with the Bidding Process or the
LoI or has dealt with matters concerning the Agreement for sale or arising therefrom, before
or after the execution thereof, at any time prior to the expiry of one year from the date such
54
official resigns or retires from or otherwise ceases to be in the service of the Authority, shall be
deemed to constitute influencing the actions of a person connected with the Bidding Process);
or (ii) engaging in any manner whatsoever, whether during the Bidding Process or after the
issue of the LoI or after the execution of the Agreement for sale, as the case may be, any person
in respect of any matter relating to the Project or the LoI or the Agreement for sale, who at any
time has been or is a legal, financial or technical adviser of the Authority in relation to any
matter concerning the Project; or (iii) any violation of the (Indian) Prevention of Corruption
Act, 1988, as amended from time to time
d) undesirable practice means (i) establishing contact with any person connected with or
employed or engaged by the Authority with the objective of canvassing, lobbying or in any
manner influencing or attempting to influence the Bidding Process; or (ii) having a Conflict of
Interest; and
55
10 PRE-BID CONFERENCE
Pre-Bid conferences of the Bidders shall be convened at the designated date, time and place.
Only representatives of registered bidders (single firms or consortiums) can attend the pre-bid
conference. A maximum of three representatives of each Bidder shall be allowed to participate
on production of authority letter from the Bidder.
During the course of Pre-Bid conferences, the Bidders will be free to seek clarifications and
make suggestions for consideration of the Authority. The Authority shall endeavor to provide
clarifications and such further information as it may, in its sole discretion, consider appropriate
for facilitating a fair, transparent and competitive Bidding Process.
The Bidders should note that any verbal response or information provided by the Authority
during the Pre-Bid Conference is only for the information of the bidders and shall not
constitute a part of the Tender Documents. The Bidders are encouraged to submit their queries
as per the set procedure which would be answered by the Authority.
56
11 MISCELLANEOUS
The Bidding Process shall be governed by, and construed in accordance with, the laws of India
and the Courts at Andhra Pradesh shall have exclusive jurisdiction over all disputes arising
under, pursuant to and/ or in connection with the Bidding Process.
The Authority, in its sole discretion and without incurring any obligation or liability, reserves
the right, at any time, to;
a) suspend and/ or cancel the Bidding Process and/ or amend and/ or supplement the Bidding
Process or modify the dates or other terms and conditions relating thereto;
c) retain any information and/ or evidence submitted to the Authority by, on behalf of, and/ or in
relation to any Bidder; and/ or
d) independently verify, disqualify, reject and/ or accept any and all submissions or other
information and/ or evidence submitted by or on behalf of any Bidder.
It shall be deemed that by submitting the Bid, the Bidder agrees and releases the Authority, its
employees, agents and advisers, irrevocably, unconditionally, fully and finally from any and all
liability for claims, losses, damages, costs, expenses or liabilities in any way related to or
arising from this RFP including from the exercise of any rights and/ or performance of any
obligations hereunder, pursuant hereto and/ or in connection herewith and waives any and all
rights and/ or claims it may have in this respect, whether actual or contingent, whether present
or future.
57
12 BIDDING FORMS
'
58
FORM A1: FORMAT FOR LETTER OF BID
[On the Letter Head of the Bidder (in case of Single Bidder) or Lead Member (in case of a
Consortium)]
Date:
The Commissioner
Andhra Pradesh Capital Region Development Authority
Lenin Centre, Governorpet,
Vijayawada 520 002
Andhra Pradesh, India
Subject: Request for Proposal (RFP) for Allotment of Plots on Freehold Basis for
Development of 3 star, 4 star & 5 star Hotels at Amaravati, Andhra Pradesh- Letter of Bid
Dear Sir,
With reference to your RFP document dated .., I/we, having examined the RFP document
and understood its contents, hereby submit my/our Bid for the aforesaid project. The Bid is
unconditional and unqualified.
1. I/We are submitting my/our proposal for allotment of plots of freehold basis for
development of [Specify Category of Hotel Applied for] at
Amaravati, Andhra Pradesh
2. I/We request you to allot land for the aforesaid purpose1.
3. We prefer the following order of preference for the various plot options for 3-star hotel
as provided in the plot availability schedule:
a. Preference-1: .
b. Preference-2: .
c. Preference-3: .
d. Preference-4: .
4. I/We procure to operate the Hotel as . [Specify Category of Hotel Applied
for] duly certified under the guidelines issued by HRACC Division of Ministry of
Tourism (GOI), within 24 (twenty-four) months from the date of start of commercial
operations with
59
5. I/ We acknowledge that the Authority will be relying on the information provided in
the Bid and the documents accompanying such Bid for the aforesaid project, and we
certify that all information provided in the Bid and in all Forms is true and correct;
nothing has been omitted which renders such information misleading; and all
documents accompanying such Bid are true copies of their respective originals.
6. This statement is made for the express purpose of applying as a Bidder for the aforesaid
Project.
7. I/ We shall make available to the Authority any additional information it may find
necessary or require to supplement or authenticate the Bid.
8. I/ We acknowledge the right of the Authority to reject our Bid without assigning any
reason or otherwise and hereby waive, to the fullest extent permitted by applicable law,
our right to challenge the same on any account whatsoever.
9. I/ We certify that in the last three years, we/ any of the Consortium Members have
neither failed to perform on any contract, as evidenced by imposition of a penalty by an
arbitral or judicial authority or a judicial pronouncement or arbitration award, nor been
expelled from any project or contract by any public authority nor have had any contract
terminated by any public authority for breach on our part.
10. I/ We declare that:
(i) I/ We have examined and have no reservations to the RFP document, including
any corrigendum issued by the Authority;
(ii) I/We have not directly or indirectly or through an agent engaged or indulged in
any corrupt practice, fraudulent practice, coercive practice, undesirable practice
or restrictive practice, as defined in Section 9 of the RFP document, in respect
of any tender or request for proposal issued by or any agreement entered into
with the Authority or any other public sector enterprise or any government,
Central or State; and
(iii) I/ We hereby certify that we have taken steps to ensure that in conformity with
the provisions of Section 9 of the RFP document, no person acting for us or on
our behalf has engaged or will engage in any corrupt practice, fraudulent
practice, coercive practice, undesirable practice or restrictive practice.
11. I/ We understand that you may cancel the Bidding Process at any time and that you are
neither bound to accept any Bid that you may receive nor to invite the Bidders to Bid
for the Project, without incurring any liability to the Bidders, in accordance with
Section 11 of the RFP document.
12. I/ We believe that we/ our Consortium satisfy(s) the Technical and Financial Eligibility
criteria and meet(s) all the requirements as specified in the RFP document.
60
13. I/ We declare that we/ any Member of the Consortium are not a Member of a/ any other
Consortium applying for RFP.
14. I/ We certify that in regard to matters other than security and integrity of the country,
we/ any Member of the Consortium have not been convicted by a court or indicted or
adverse orders passed by a regulatory authority which could cast a doubt on our ability
to undertake the Project or which relates to a grave offence that outrages the moral
sense of the community.
15. I/ We further certify that in regard to matters relating to security and integrity of the
country, we/ any Member of the Consortium have not been charge-sheeted by any
agency of the Government or convicted by a court.
16. I/ We further certify that no investigation by a regulatory authority is pending either
against us/ any Member of the Consortium or against our CEO or any of our directors/
managers/ employees.
17. I/We further certify that we/ any Member of the Consortium are not barred by the
Central Government or State Government or any entity controlled by it, from
participating in any project, and no bar subsists as on the date of Bid.
18. I/ We undertake that in case due to any change in facts or circumstances during the
Bidding Process, we are attracted by the provisions of disqualification in terms of the
provisions of this RFP, we shall intimate the Authority of the same immediately.
19. The Statement of Legal Capacity as per format provided at Form A9 of the RFP
document, and duly signed, is enclosed. The power of attorney for signing of Bid and
the power of attorney for Lead Member of Consortium, as per format provided at Form
A3 and A4 respectively of the RFP, are also enclosed.
20. I/ We hereby irrevocably waive any right or remedy which we may have at any stage at
law or howsoever otherwise arising to challenge or question any decision taken by the
Authority in connection with the selection of the Bidder, or in connection with the
selection/ Bidding Process itself, in respect of the above-mentioned Project and the
terms and implementation thereof.
21. I/ We agree and undertake to abide by all the terms and conditions of the RFP
document.
In witness, thereof, I/ we submit this Bid under and in accordance with the terms of the RFP
document.
Yours faithfully,
61
Place: Name and seal of the Bidder/ Lead Member
62
(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 fulfil or comply with all or any of the
terms and conditions contained in the said Bidding Documents.
2. Any such written demand made by the Authority stating that the Bidder is in default of the
due and faithful fulfilment and compliance with the terms and conditions contained in the
Tender Documents shall be final, conclusive and binding on the Bank.
3. 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 fulfil and comply with the terms and conditions contained in the Tender
Documents including failure of the said Bidder to keep its Bid open during the Bid
Validity Period as set forth in the said Tender 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 Guarantee shall be
restricted to an amount not exceeding Rs. (Rupees .
only).
4. This Guarantee shall be irrevocable and remain in full force for a period of 180 (one
hundred and eighty) days from the Bid Due Date inclusive of a claim period of 60 (sixty)
days 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 fulfilment and compliance with the
terms and conditions contained in the Tender Documents including, inter alia, the failure of
the Bidder to keep its Bid open during the Bid Validity Period set forth in the said Tender
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
63
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 Tender Documents or to extend time for
submission of the Bids or the Bid Validity Period or the period for conveying acceptance
of Letter of Intent by the Bidder or the period for fulfilment and compliance with all or any
of the terms and conditions contained in the said Tender 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 Tender 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.
10. It shall not be necessary for the Authority to proceed against the said Bidder before
proceeding against the Bank and the guarantee herein contained shall be enforceable
64
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 the avoidance of doubt, the Banks liability under this Guarantee shall be restricted to
Rs. crore (Rupees .......... crore only). The Bank shall be liable to
pay the said amount or any part thereof only if the Authority serves a written claim on the
Bank in accordance with paragraph 9 hereof, on or before [. (indicate date as per the
terms of the RFP)].
(Official Seal)
65
FORM A3: FORMAT FOR POWER OF ATTORNEY FOR SIGNING BID
POWER OF ATTORNEY
AND we hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and
things 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.
66
IN WITNESS WHEREOF WE, ., THE ABOVE NAMED PRINCIPAL
HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS DAY OF . 2..
For
..
Witnesses:
1.
(Notarised)
2.
Notes:
To be executed by the sole Bidder or the Lead Member in case of a Consortium as the case
may be.
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.
Wherever required, the Bid should submit for verification the extract of the charter
documents and documents such as a board or shareholders resolution/ power of attorney in
favor of the person executing this Power of Attorney for the delegation of power hereunder
on behalf of the Bid.
For a Power of Attorney executed and issued overseas, the document will also have to be
legalized by the Indian Embassy and notarized in the jurisdiction where the Power of
Attorney is being issued. However, the Power of Attorney provided by Bidders from
countries that have signed the Hague Legislation Convention 1961 are not required to be
legalized by the Indian Embassy if it carries a conforming Apostille certificate.
67
FORM A4: FORMAT FOR POWER OF ATTORNEY FOR LEAD MEMBER OF
CONSORTIUM
POWER OF ATTORNEY
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 Consortiums bid for the Project and
its execution.
68
the Consortium, all or any of such acts, deeds or things as are necessary or required or incidental to
the submission of its bid for Allotment of Plots on Freehold Basis for Development of 3 star, 4 star
& 5 star Hotels at Amaravati, Andhra Pradesh, including but not limited to signing and submission
of all bids and other documents and writings, accept the Letter of Intent, participate in bidders and
other conferences, respond to queries, submit information/ documents, sign and execute contracts
and undertakings consequent to acceptance of the 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 Consortiums bid for the
Project and/ or upon award thereof till the Agreement for Sale is entered into with the Authority.
AND hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things
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.
For ..
(Signature)
..
For ..
(Signature)
..
For ..
(Signature)
..
69
(Name & Title)
Witnesses:
1.
2.
(Executants)
Note:
Also, wherever required, the Bidder should submit for verification the
extract of the charter documents and documents such as a board or
shareholders resolution/ power of attorney in favor of the person executing
this Power of Attorney for the delegation of power hereunder on behalf of
the Bidder.
For a Power of Attorney executed and issued overseas, the document will
also have to be legalized by the Indian Embassy and notarized in the
jurisdiction where the Power of Attorney is being issued. However, the
Power of Attorney provided by Bidders from countries that have signed the
Hague Legislation Convention 1961 are not required to be legalized by the
Indian Embassy if it carries a conforming Apostille certificate.
70
FORM A5: FORMAT FOR MEMORANDUM OF UNDERSTANDING
BETWEEN
AND
Franchise / Management Operation for Hotel (3 star, 4 star & 5 star) at Amaravati, Andhra
Pradesh
ARTICLE 1: PURPOSE
Under this Memorandum of Understanding (MoU), the signatories hereby agrees to the usage of brand for
Franchise or Franchise cum Management Operation for the upcoming Hotel at Amravati. . The
understanding of the terms is described below.
ARTICLE 2 - EXCLUSIVITY
The signatories undertake not to submit directly or indirectly any separate offer for the above project except
with the First Party.
ARTICLE 4 - VALIDITY
71
This Memorandum of Understanding comes into force on the date on which it is signed by the Parties and
will remain valid until expiry of mutual obligations. In the event that the bid is successful and First party is
allotted land, this Memorandum of Understanding shall remain valid and shall be converted into definitive
agreement ensuring the essence of this MoU for a period of at least 5 years from the date of commercial
operations (CoD). However, in the event bid is withdrawn or cancelled or First Party is declared
unsuccessful for any reason. This MoU stands terminated automatically.
This MoU is formed with intention to provide prospective Owner/developer with a license to the
property under the brand ________________________, (the Brand) at [Amaravati].
ARTICLE 6 - FACILITIES DESCRIPTION
The Project facility shall be developed in accordance with the latest guidelines issued by HRACC
Division of Ministry of Tourism (GOI) and in accordance with the clause 2.4 and 3.5 of the RFP
document, adhering to brand standards
Second Party shall retain the right to approve, in accordance with the Brand Design and
Construction Standards, the Propertys exterior and overall design, the Propertys services system,
the Propertys facility plan, the Propertys interior design and decoration, the information systems,
furniture, fixtures and equipment, and operating supplies and equipment.
ARTICLE 7 - PROPERTY BRAND AND NAME
Second Party shall offer Owner (s) with Marks and license to operate the Brand Property on a
non-exclusive basis under the NAME OF BRAND, (the Brand), and the Property would be
known as the NAME OF THE PROPOSED PROPERTY at Amaravati.
Each Party shall nominate appropriate personnel to discuss and promote detailed cooperation activities for
the implementation of this MOU.
IN WITNESS WHERE OF the companies puts its hand and seal to this MoU
72
FORM A6: FORMAT FOR JOINT BIDDING AGREEMENT
AMONGST
AND
AND
The above mentioned parties of the FIRST, SECOND, {THIRD} PART are collectively
referred to as the Parties and each is individually referred to as a Party
73
WHEREAS,
(A) Andhra Pradesh Capital Region Development Authority (APCRDA), established under the
Andhra Pradesh Capital Region Development Authority Act, 2014, represented by its
Commissioner and having its principal offices at Lenin Center, Governorpet, Vijayawada
520 002, Andhra Pradesh, India (hereinafter referred to as the Authority which
expression shall, unless repugnant to the context or meaning thereof, include its
administrators, successors and assigns) has invited bids (the Bids) by its Request for
Proposal No. dated (the RFP) for Allotment of Plots on Freehold
Basis for Development of 3 star, 4 star & 5 star Hotels at Amaravati, Andhra Pradesh
(B) The Parties are interested in jointly bidding for the Project as members of a Consortium and
in accordance with the terms and conditions of the RFP document and other bid documents
in respect of the Project, and
(C) It is a necessary condition under the RFP document that the members of the Consortium
shall enter into a Joint Bidding Agreement and furnish a copy thereof with the Bid.
In this Agreement, the capitalized terms shall, unless the context otherwise requires, have
the meaning ascribed thereto under the RFP.
2. Consortium
2.1 The Parties do hereby irrevocably constitute a consortium (the Consortium) for the
purposes of jointly participating in the Bidding Process for the Project.
2.2 The Parties hereby undertake to participate in the Bidding Process only through this
Consortium and not individually and/ or through any other consortium constituted for this
Project, either directly or indirectly.
3. Covenants
74
The Parties hereby undertake that in the event the Consortium is declared the Winning
Bidder, all the parties of the consortium will have to get into a legal Agreement to execute
Project for at-least Five (5) from the commercial operation declaration, from the date of
execution of Agreement for Sale.
The Parties hereby undertake to perform the roles and responsibilities as described below:
Party of the First Part shall be the Lead member of the Consortium and shall
have the power of attorney from all Parties for conducting all business for
and on behalf of the Consortium during the Bidding Process;
Party of the Third Part shall be the {Member of the Consortium; and}
5.1 The Parties undertake to adhere to the provisions of the Change in Ownership as per Section
Error! Reference source not found. of the RFP document.
5.2 The Parties undertake that they shall comply with all equity lock-in requirements set forth in
the Agreement for Sale.
Each Party represents to the other Parties as of the date of this Agreement that:
Such Party is duly organized, validly existing and in good standing under the
laws of its incorporation and has all requisite power and authority to enter
into this Agreement;
75
Agreement on behalf of the Consortium Member is annexed to this
Agreement, and will not, to the best of its knowledge:
this Agreement is the legal and binding obligation of such Party, enforceable
in accordance with its terms against it; and
7. Termination
This Agreement shall be effective from the date hereof and shall continue in full force and
effect until the need to continue the Consortium in its present form, as per the relevant
76
provisions of the RFP or the Agreement for Sale, in case the Project is awarded to the
Consortium. However, in case the Consortium does not get selected for award of the
Project, the Agreement will stand terminated upon return of the Bid Security by the
Authority to the Bidder.
8. Miscellaneous
8.2 The Parties acknowledge and accept that this Agreement shall not be amended by the
Parties without the prior written consent of the Authority.
(Signature) (Signature)
(Name) (Name)
(Designation) (Designation)
(Address) (Address)
SIGNED, SEALED AND DELIVERED
(Signature)
(Name)
(Designation)
(Address)
77
FORM A7: FORMAT FOR ANTI-COLLUSION CERTIFICATE
We hereby certify and confirm that in the preparation and submission of this Bid, we have not acted
in concert or in collusion with any other Bidder or other person(s) and also not done any act, deed
or thing which is or could be regarded as anti-competitive, restrictive or monopolistic trade
practice.
We further confirm that we have not offered nor will offer any illegal gratification in cash or kind
to any person or agency in connection with the instant Bid.
__________________________________
__________________________________
Note:
78
FORM A8: FORMAT FOR PROJECT UNDERTAKING
The Commissioner,
Re: Request for Proposal (RFP) for Allotment of Plots on Freehold Basis for Development of
3 star, 4 star & 5 star Hotels at Amaravati, Andhra Pradesh
We have read and understood the Bid Document in respect of the captioned project provided to us
by APCRDA.
_________________________________
_________________________________
79
FORM A9:FORMAT FOR AFFIDAVIT
(Affidavit should be executed on a Non Judicial stamp paper of Rs 100/- or such equivalent
document duly attested by Notary Public)
I, the undersigned, do hereby certify that all the statements made in the Bid are true and
correct
The undersigned also hereby certifies that neither our firm M/s. nor any of its
directors / constituent partners have abandoned any work in India and / abroad nor any
contract awarded to us
The undersigned hereby authorize(s) and request(s) any bank, person, firm or corporation to
furnish pertinent information deemed necessary as requested by APCRDA to verify this
statement or regarding my (our) competence and general reputation
The undersigned understands and agrees that further qualifying information may be requested,
and agrees to furnish any such information at the request of the APRCDA
Signed by an authorized officer of the firm
Designation of officer
Name of Firm
Date
80
Form A10: FORMAT FOR STATEMENT OF LEGAL CAPACITY
Ref. Date:
To,
..
..
Dear Sir,
We hereby confirm that we/ our members in the Consortium (constitution of which has been
described in the Bid) satisfy the terms and conditions laid out in the RFP document.
We have agreed that (insert members name) will act as the Lead Member of
our consortium. We have agreed that .. (insert individuals name) will act as our
representative/ will act as the representative of the consortium on its behalf and has been duly
authorized to submit the RFP. Further, the authorized signatory is vested with requisite powers to
furnish such letter and authenticate the same.
Thanking you,
Yours faithfully,
81
Proforma for Minimum Eligibility or Prequalification Criteria &
Technical Evaluation
82
GUIDELINES FOR PROVIDING INFORMATION RELATED TO TECHNICAL
ELIGIBILITY
Net Worth shall mean (Subscribed and Paid-up Equity + Reserves) less
(Revaluation reserves + miscellaneous expenditure not written off +
reserves not available for distribution to equity shareholders).
The Bidder shall provide audited Annual Reports as required under this
Bid Document. For a Consortium, audited Annual Reports of all
Members shall be provided.
83
Form B1
1 (a) Name
(c) Address of the corporate headquarters and its branch office (s), if any, in India
2 Brief description of the Company including details of its main lines of business and
proposed roles and responsibilities in this Project.
3 Particulars of individual(s) who will serve as the point of contact/ communication for the
Bidder:
(a) Name:
(b) Designation:
(c) Company:
(d) Address:
(e) Telephone No:
(f) E-mail Address:
(g) Fax No:
(a) Name:
(b) Designation:
(c) Address:
(d) Telephone No.
(e) E-mail address:
84
(f) Fax No.
5 In case of Consortium:
The information above (1-4) should be provided for all the Members of the
Consortium
7 The following information shall also be provided for the Bidder, including each
Member of the Consortium:
85
No. Criteria Yes No
8 A statement by the Bidder and each of the Members of its Consortium (where applicable)
disclosing material non-performance or contractual non-compliance in past projects,
contractual disputes and litigation/ arbitration in the recent past is given below (Attach extra
Form B2
86
DETAILS FOR SATISFYING MINIMUM ELIGIBILITY OR PREQUALIFICATION
1. Bidder shall have minimum Net worth of Rs. 50 Crore (Fifty Crore) for 5 Provide
Star Category Hotel, Rs. 40 Crore (Forty Crore) for 4 Star Category Relevant
Hotel and Rs. 30 Crore (Thirty Crore) for 3 Star Category Hotels as on Information
31st March 2017.
*Bidder shall provide supporting documents such as Star Category certification (duly
certified by Ministry of Tourism (GoI) or any equivalent International Authority) &
Certificates from Statutory Auditor as required in the RFP
87
Form B3
5. Location
Instructions:
88
information provided in the Bid. Bidders should also refer to the Instructions
below.
2. A separate sheet should be filled for each Eligible Project.
3. Certificate from the Bidders statutory auditors or its respective clients must be
furnished as per formats below for each Project In jurisdictions that do not have
statutory auditors, the auditors who audit the annual accounts of the Bidder/
Member/Associate may provide the requisite certification.
4. The Bidder, claiming experience should provide a certificate from its statutory
auditor in the following formats below
Based on its books of accounts and other published information authenticated by it,
{this is to certify that .. (name of the Bidder/Member/Associate)
Owns.. (name of the Hotel) located at (address). The
construction of the hotel commenced on.. (date) and the hotel was
commissioned/ launched/ opened on (date). It is certified that the
development cost of the hotel was Rs. cr. (Rupeescrore).
Name of Authorized
Signatory:
Designation:
Name of firm:
(Signature of the Authorized Signatory)
Seal of the Firm
89
Certificate from the statutory auditor regarding Development of Hotels
Based on its books of accounts and other published information authenticated by it,
{this is to certify that .. (name of the Bidder/Member/Associate)
was engaged by.. (name of the company) to execute
(name of the hotel project). The construction of the hotel commenced
on.. (date) and the hotel was commissioned/ launched/ opened on
(date). It is certified that . (name of the Bidder/ Member/
Associate) received/paid Rs. .. cr. (Rupeescrore) by way
of payment for the aforesaid construction works.
Name of Authorized
Signatory:
Designation:
Name of firm:
(Signature of the Authorized Signatory)
Seal of the Firm
90
Certificate from the statutory auditor regarding Development of Other Projects
Based on its books of accounts and other published information authenticated by it,
{this is to certify that .. (name of the Bidder/Member/Associate)
was engaged by.. (title of the project company) to execute
(name of project) for (nature of project). The
construction of the project commenced on
.. (date) and the project was commissioned on (date). It is
certified that . (name of the Bidder/ Member/ Associate) received/paid
Rs. .. cr. (Rupeescrore) by way of payment for the
aforesaid construction works.
We further certify that the built-up area of the said project is . sqft
Name of Authorized
Signatory:
Designation:
Name of firm:
(Signature of the Authorized Signatory)
Seal of the Firm
It may be noted that in the absence of any detail in the above certificates, the information
would be considered inadequate and could be lead to exclusion of the relevant project in
computation
91
FORMAT FOR ESTABLISHING O&M EXPERIENCE
Instructions:
1. To be filled by the bidder or the O&M entity the bidder has associated with bidder
2. Certificate from the bidders statutory auditors or its respective clients must be furnished as per
the format Certificate 1 of Form B3, for both the projects. In jurisdictions that do not have
statutory auditors, the auditors who audit the annual accounts of the Bidder/member/Associate may
provide the requisite certification
Certificate from the Statutory Auditor regarding operation and management (O&M)
This is to certify that (Name of the Bidder or O&M Agency) has operated and
managed the aforesaid hotel rooms for a consecutive period of 3 years in the last 10 years before
Bidder Due Date
92
Form B5
Sr. No Name of the Hotel Location & full Address No of Rooms Star Category
Instructions:
2. Certificate from the bidders statutory auditors or its respective clients must be furnished as per
the format Certificate 1 of Form B3, for both the projects. In jurisdictions that do not have
statutory auditors, the auditors who audit the annual accounts of the Bidder/member/Associate may
provide the requisite certification
Certificate from the Statutory Auditor regarding operation and management (O&M)
This is to certify that (Name of the Parent/ Holding Company of the brand) has been
operating .. (Number of keys) Keys under . (Star Category) as provided below:
93
Form B6
NET WORTH
Net Worth
(Rs. Crore)
Bidder Type
Year ..
Consortium Member 1
Consortium Member 2
Consortium Member 3
TOTAL
94
TURNOVER
2014-15
2015-16
2016-17
Note:
95
Net Worth shall mean (Subscribed and Paid-up Equity + Reserves) less (Revaluation reserves
+ miscellaneous expenditure not written off + reserves not available for distribution to equity
shareholders).
The Bidders shall provide an Auditors Certificate specifying the Net Worth and also
specifying the methodology adopted for calculating such Net Worth in accordance with
Section 7.1.2 of the RFP document.
96
PART 3 DRAFT AGREEMENT FOR SALE (Indicative Only)
To be uploaded separately within 1 week from the date of upload of this RFP document.
97
PART 4 LOCATION MAPS FOR THE PLOTS PROPOSED FOR
STAR HOTELS
98
Vemavaram
Tummalapalem
in g
Harischandrapuram
R
Guntupalle
Vykuntapuram Vij aya w
ada B yp
ass Existing Railway line
E1
X Existing Railway Stations
Borupalem
ss
E2
pa
By
Lingayapalem
a
ad
R4-High density zone
w
ya
Abbarajupalem
ja
Vi
Surayapalem C1 -Mixed use zone
Rayapudi
C2- General commercial zone
E3 Dondapadu
C3-Neighbourhood centre zone
Pedda Madduru plot 2
Gollapudi C4-Town centre zone
Uddandarayunipalem
Pichikalapalem C5-Regional centre zone
E4 C6-Central business district zone
Kondamarajupalem
Tallayapalem
Vaddamanu
Modugalankapalem I1-Business park zone
Plot 3
P1-Passive zone
Malkapuram
P2-Active zone
Plot 5 Mandadam Vijayawada
plot 1
X P3-Protected zone
E6
P3-Protected zone
Ananthavaram Venkatapalem Tarapet
S1-Government zone
Nelapadu
S2-Education zone
E7 S3-Special zone
U1-Reserve zone
U2- Road reserve zone
Plot 4
Road Network Outside Planning Boundary
E8
Karlapudi
Sitanagaram Type of Road
)% Major Arterial Road
Nekkallu Sakhamuru
Note:
Penumaka
1) The Tentative locations are subject to Final LPS layouts of respective revenue villages.
Tadepalli
E10 Krishna Canal Jn
In
ne
rR
X
in
g
Ro
KEY MAP :
ad
Mothadaka
E11 West Godavari
Srikakulam Krishna
Vizianagaram
East Godavari
West Godavari Guntur
Pedaparimi
Krishna
Kunchanapalle
Neerukonda
Guntur
Prak asam
Plot 6
Kurnool Prak asam
Anantapur
E12 Yerrabalem Kadapa Nellore
Chitoor
Kuragallu
Vaddeswaram
E13 Nowluru Kolanukonda
X
Nidumukkala
E14
Bethapudi
Mangalagiri
0
X SCALE:
Nidamarru
E15 Mangalagiri (M)
Badepuram
Mangalagiri
KM
0 0.425 0.85 1.7 2.55
Tadikonda E16
TITLE :
Pedavadlapudi
Ponnekallu Andhra Pradesh Capital Region Development Authority
0
Raynapadu
Harischandrapuram Tummalapalem
X Rayanapadu
Vykuntapuram Guntupalle
NH
-6
5(
Borupalem 9)
NH
- 65
(9 )
Lingayapalem
Abbarajupalem
Surayapalem
Rayapudi
Dondapadu
plot 2
Uddandarayunipalem
Gollapudi
Pichikalapalem
Kondamarajupalem
Tulluru
Velagapudi
Malkapuram Plot 3
Mandadam plot 1
Plot 5
Ananthavaram Venkatapalem
Nelapadu
Plot 4
Sitanagaram
m t
Undavalli
3
2.8!(3 !(4
Ainavolu
Penumaka
Krishna Canal Jn
X
16
1. 5
Tadepalli
mt Pedaparimi
mt
Neerukonda
X
81
Plot 6 Yerrabalem
Kuragallu
Kolanukonda
plot 1
Now luru
Mangalagiri
- 16
(5
) X
Mandadam 2 X 5
Bethapudi
X
NH
)
!
(
(5
!
(
6
-1
NH
5 Star Hotel
Mangalagiri (M)
234 Badepuram
Nidamarru
Mangalagiri
1
!
(
4ac
Legend
X Proposed site Locations for Star Hotels
t
0m
14
6. 4 Capital City Planning Boundary
3m
10
6
!
(
Diemensions in meter
survey_parcels
Proposed Hotel Locations
236
X Phase 1 Priority Road Network
Phase_2_ Priority_Road Network X
XSl NO Latitude Longitude
1 16 31' 12.256" N 80 32' 38.423" E
2 16 31' 13.000" N 80 32' 38.174" E
3 16 31' 15.347" N 80 32' 39.417" E
X 4 16 31' 15.376" N 80 32' 39.508" E
Venkatapalem
5 16 31' 12.985" N 80 32' 44.359" E
X X 6 16 31' 10.088" N 80 32' 42.823" E
Note:
X
1) This Tentative location is subject to Fianl LPS layout of Capital City & Infrastructure Master Plan.
2) The Cadastral boundaries and numbers shall be read with revenue records.
3) The Land allocation is subject to approval of the Commissioner, APCRDA.
4) The Land allocation is subject to LA/LPS status of the respective revenue boundaries. mt
5) This map is for site visit purpose only. Not for any construction purpose. 0 20 40 80 120 160
0
Raynapadu
Rayapudi
Harischandrapuram Tummalapalem
X Rayanapadu
Vykuntapuram Guntupalle
NH
-6
5(
Borupalem 9)
NH
- 65
(9 )
Lingayapalem
Abbarajupalem
Surayapalem
Rayapudi
Dondapadu
plot 2
Uddandarayunipalem
Gollapudi
Pichikalapalem
Kondamarajupalem
Tulluru
Velagapudi
Malkapuram Plot 3
Mandadam plot 1
Plot 5
Ananthavaram Venkatapalem
Nelapadu
Plot 4
Sitanagaram
22.88mt
41 26.77mt
(
!
Nekkallu Sakham uru
42 9.95mt
(
!
Undavalli
Ainavolu
43
(
!
t 33
(
!
3 4
X
6 Tadepalli
40 Pedaparimi
(
!
Neerukonda
X Kuragallu
Plot 6 Yerrabalem
Kolanukonda
Now luru
- 16
(5
) X
X plot 2 Bethapudi
X
Mangalagiri NH
)
(5
X
6
-1
Kondamarajupalem
NH
Badepuram
Nidamarru
Mangalagiri (M)
4 Star Hotel
101.33mt
Mangalagiri
74.39mt
2ac
Legend
X Capital City Planning Boundary Proposed site Locations for Star Hotels
Proposed Hotel Locations Plot 2
Panchayati Raj Road
R and B Road
Diemensions in meter
3mt 26.13mt
39 38 26.13mt survey_parcels
(
! (
!
37
(
!
26.13m
36
(
! t 2.91m
t
Proposed Hotel Locations Sl NO Latitude Longitude
35 34 X Phase 1 Priority Road Network 33 16 32' 40.261" N 80 29' 43.500" E
(
! (
!
7
34 16 32' 36.964" N 80 29' 43.509" E
Phase_2_ Priority_Road Network X 35 16 32' 36.981" N 80 29' 43.412" E
36 16 32' 37.106" N 80 29' 42.540" E
X 37 16 32' 37.206" N 80 29' 41.665" E
38 16 32' 37.280" N 80 29' 40.786" E
9
39 16 32' 37.286" N 80 29' 40.685" E
40 16 32' 39.707" N 80 29' 40.679" E
41 16 32' 40.489" N 80 29' 41.504" E
X 42 16 32' 40.418" N 80 29' 42.272" E
43 16 32' 40.310" N 80 29' 43.168" E
X X
Note:
X
1) This Tentative location is subject to Fianl LPS layout of Capital City & Infrastructure Master Plan.
2) The Cadastral boundaries and numbers shall be read with revenue records.
3) The Land allocation is subject to approval of the Commissioner, APCRDA.
4) The Land allocation is subject to LA/LPS status of the respective revenue boundaries. mt
5) This map is for site visit purpose only. Not for any construction purpose. 0 10 20 40 60 80
0
Raynapadu
Harischandrapuram Tummalapalem
X Rayanapadu
Vykuntapuram Guntupalle
NH
-6
5(
Borupalem 9)
NH
- 65
(9 )
Lingayapalem
Abbarajupalem
Surayapalem
Rayapudi
Dondapadu
plot 2
Uddandarayunipalem
Gollapudi
Pichikalapalem
Kondamarajupalem
Tulluru
Velagapudi
Malkapuram Plot 3
Mandadam plot 1
Plot 5
Ananthavaram Venkatapalem
Nelapadu
Plot 4
Sitanagaram
12
Nekkallu Sakham uru
11 .78 Undavalli
mt
(
!
Ainavolu
7m t
4 6 .9 12
(
! Penumaka
Krishna Canal Jn
10
(
!
X
Tadepalli
X Kuragallu
Plot 6 Yerrabalem
Kolanukonda
Plot 3
Now luru
Mangalagiri
- 16
(5
) X
X Bethapudi NH
mt
)
(5
.78
6
-1
Mandadam
3 Star Hotel
NH
64
Badepuram
Nidamarru
Mangalagiri (M)
t
0m
Mangalagiri
1ac
10
Legend
X Capital City Planning Boundary Proposed site Locations for Star Hotels
Proposed Hotel Locations Plot 3
2.84
9 (
!
(
!
R and B Road
44
.1m
t X Village Administrative Boundaries
Diemensions in meter
survey_parcels
13
(
!
X X
Note:
X
1) This Tentative location is subject to Fianl LPS layout of Capital City & Infrastructure Master Plan.
2) The Cadastral boundaries and numbers shall be read with revenue records.
3) The Land allocation is subject to approval of the Commissioner, APCRDA.
4) The Land allocation is subject to LA/LPS status of the respective revenue boundaries. mt
5) This map is for site visit purpose only. Not for any construction purpose. 0 10 20 40 60 80
0
Raynapadu
Harischandrapuram Tummalapalem
X Rayanapadu
Vykuntapuram Guntupalle
NH
-6
5(
Borupalem 9)
NH
- 65
(9 )
Lingayapalem
Abbarajupalem
Surayapalem
Rayapudi
Dondapadu
plot 2
Uddandarayunipalem
Gollapudi
30.15mt
Pichikalapalem
29
(
! 30
(
! Kondamarajupalem
Tulluru
Velagapudi
t
m 8
Plot 3
.1
Malkapuram
38
Mandadam plot 1
Plot 5
Ananthavaram Venkatapalem
58 28
Plot 4
(
! Nelapadu
77.52mt
Plot 4
3 Star Hotel
Sitanagaram
50.52mt
1ac
Nekkallu Sakham uru
Undavalli
Ainavolu
Penumaka
Krishna Canal Jn
X
57.15mt
27 31
Tadepalli
(
! (
! Pedaparimi Neerukonda
X Kuragallu
Plot 6 Yerrabalem
Kolanukonda
Now luru
Mangalagiri
- 16
(5
) X
X 61
Bethapudi
X
NH
)
(5
X
6
-1
Malkapuram
NH
Badepuram
Nidamarru
Mangalagiri (M)
Mangalagiri
Legend
X Capital City Planning Boundary Proposed site Locations for Star Hotels
Proposed Hotel Locations Plot 4
Panchayati Raj Road
R and B Road
Diemensions in meter
survey_parcels
Proposed Hotel Locations
X Phase 1 Priority Road Network
Phase_2_ Priority_Road Network X
X Sl NO Latitude Longitude
27 16 29' 56.758" N 80 31' 7.202" E
28 16 29' 58.402" N 80 31' 7.198" E
29 16 29' 59.283" N 80 31' 8.107" E
X 30 16 29' 59.285" N 80 31' 9.124" E
31 16 29' 56.762" N 80 31' 9.130" E
X X
Note:
X
1) This Tentative location is subject to Fianl LPS layout of Capital City & Infrastructure Master Plan.
2) The Cadastral boundaries and numbers shall be read with revenue records.
3) The Land allocation is subject to approval of the Commissioner, APCRDA.
4) The Land allocation is subject to LA/LPS status of the respective revenue boundaries. mt
5) This map is for site visit purpose only. Not for any construction purpose. 0 12.5 25 50 75 100
0
Raynapadu
Harischandrapuram Tummalapalem
X Rayanapadu
Vykuntapuram Guntupalle
NH
-6
5(
Borupalem 9)
NH
- 65
(9 )
Lingayapalem
Abbarajupalem
Surayapalem
Rayapudi
Dondapadu
plot 2
Uddandarayunipalem
Gollapudi
Pichikalapalem
Kondamarajupalem
Tulluru
Velagapudi
Malkapuram Plot 3
Mandadam plot 1
Plot 5
Ananthavaram Venkatapalem
Nelapadu
Plot 4
Sitanagaram
Undavalli
Ainavolu
Penumaka
Krishna Canal Jn
X
Tadepalli
Pedaparimi Neerukonda
22
X 88.77mt
23
Plot 6 Yerrabalem
!
( !
( Kuragallu
Kolanukonda
Plot 5
Now luru
(5
) X
30.44mt
- 16
Mangalagiri
X Bethapudi
X
NH
)
(5
47.44mt
6
-1
Thullur
NH
3 Star Hotel Badepuram
Nidamarru
Mangalagiri (M)
Mangalagiri
24
!
(
1ac
t
4m
.0
Legend
24
21
(
!
71.77mt X 25
!
( Capital City Planning Boundary Proposed site Locations for Star Hotels
Proposed Hotel Locations Plot 5
Panchayati Raj Road
R and B Road
Diemensions in meter
survey_parcels
Proposed Hotel Locations
X Phase 1 Priority Road Network
Phase_2_ Priority_Road Network X
Sl NO X Latitude Longitude
21 16 31' 7.948" N 80 27' 47.610" E
22 16 31' 9.492" N 80 27' 47.606" E
X 23 16 31' 9.499" N 80 27' 50.601" E
24 16 31' 8.509" N 80 27' 50.603" E
X X
25 16 31' 7.954" N 80 27' 50.031" E
Note:
X
1) This Tentative location is subject to Fianl LPS layout of Capital City & Infrastructure Master Plan.
2) The Cadastral boundaries and numbers shall be read with revenue records.
3) The Land allocation is subject to approval of the Commissioner, APCRDA.
4) The Land allocation is subject to LA/LPS status of the respective revenue boundaries. mt
5) This map is for site visit purpose only. Not for any construction purpose. 0 12.5 25 50 75 100
0
Raynapadu
Harischandrapuram Tummalapalem
X Rayanapadu
Vykuntapuram Guntupalle
NH
-6
5(
Borupalem 9)
NH
- 65
(9 )
Lingayapalem
Abbarajupalem
Surayapalem
Rayapudi
Dondapadu
plot 2
Uddandarayunipalem
Gollapudi
Pichikalapalem
Kondamarajupalem
Tulluru
Velagapudi
Malkapuram Plot 3
Mandadam plot 1
Plot 5
Ananthavaram Venkatapalem
Nelapadu
Plot 4
Sitanagaram
Undavalli
Ainavolu
Penumaka
Krishna Canal Jn
X
57.49mt
19
(
! 15
(
! Tadepalli
Pedaparimi Neerukonda
X Kuragallu
Plot 6 Yerrabalem
Kolanukonda
Plot 6
Now luru
(5
) X
55.77mt
- 16
Mangalagiri
459 X Bethapudi
X
NH
)
(5
72.77mt
6
-1
Navuluru
3 Star Hotel
NH
Badepuram
Nidamarru
Mangalagiri (M)
Mangalagiri
1ac
18 Legend
!
( X Proposed site Locations for Star Hotels
23
Plot 6
m 3
40.94mt
17
!
( 16
!
( Panchayati Raj Road
R and B Road
Diemensions in meter
survey_parcels
Proposed Hotel Locations
X Phase 1 Priority Road Network
Phase_2_ Priority_Road Network X
Sl NO X Latitude Longitude
15 16 27' 37.607" N 80 32' 20.307" E
16 16 27' 35.239" N 80 32' 20.313" E
X 17 16 27' 35.236" N 80 32' 18.932" E
18 16 27' 35.788" N 80 32' 18.372" E
X X
19 16 27' 37.603" N 80 32' 18.368" E
Note:
X
1) This Tentative location is subject to Fianl LPS layout of Capital City & Infrastructure Master Plan.
2) The Cadastral boundaries and numbers shall be read with revenue records.
3) The Land allocation is subject to approval of the Commissioner, APCRDA.
4) The Land allocation is subject to LA/LPS status of the respective revenue boundaries. mt
5) This map is for site visit purpose only. Not for any construction purpose. 0 12.5 25 50 75 100