Star Hotel Aerocity
Star Hotel Aerocity
4786/R-07/PRJ/NRANVP/2021
Page 1 of 51
Allotment of Land for Development of Star Hotel, Aerocity, Layer-III, Nava Raipur Atal Nagar
Note:
The bid document is against NIT No. 4786/R-07/PRJ/NRANVP/2021 for Allotment of Land for
Development of Budget Hotel, Sector 28, Nava Raipur Atal Nagar
Important Date
1. Issue of Tender 24th August 2021
2 Last Date for Sending Queries 3rd September 2021; upto 05:00 PM
3. Pre-Bid Meeting 4th September 2021; at 12:00 PM
4. Last Date for Sale of Tender Upto 21st September 2021; Upto 05:00 PM
Document
5. Last Date for Submission of Tender on or before 22nd September 2021; upto 03:00 PM
(Tender Due Date)
6. Date of Opening of Technical Bid 22nd September 2021 at 03:30 PM
7. Date of Opening of Financial Bid Shall be intimated Later
Government of Chhattisgarh (GoCG) has decided to develop a City named "Nava Raipur Atal Nagar"
formerly known as “Naya Raipur” near the present-day Capital City of Raipur for the State Capital
functions supported by all other function required for sustainable city such as physical and social
infrastructure, residential, institutional commercial and industrial developments.
Nava Raipur Atal Nagar Vikas Pradhikaran (NRANVP) is a special area development authority established
by GoCG under the Chhattisgarh Nagar Tatha Gram Nivesh Adhiniyam 1973 for development and
administration of Nava Raipur Atal Nagar.
NRANVP is developing Nava Raipur Atal Nagar as per the provision of the "Nava Raipur Atal Nagar
Development Plan - 2031". As a part of development, plots / parcels of land are being allotted for different
uses including those for Hotel Development under the provisions of "Chhattisgarh Vishesh Kshetra (Achal
Sampatti ka Vyayan) Niyam, 2008." The development and construction on the land shall be governed by
the Chhattisgarh Nagar Tatha Gram Nivesh Adhiniyam, 1973, Nava Raipur Atal Nagar Development Plan
2031 and "Chhattisgarh Bhumi Vikas Niyam 1984" as applicable from time to time.
DISCLAIMER
II. The information contained in the Tender document or subsequently provided to Applicants, in
documentary form by or on behalf of the NRANVP or any of their employees or advisers, is
provided to Tenderers on the terms and conditions set out in this Tender Document and such
other terms and conditions subject to which such information is provided.
III. Though adequate care has been taken in the preparation of this Tender Document, the Tenderer
should satisfy himself that the Document is complete in all respects. Intimation of discrepancy, if
any, should be given to the Chief Executive Office, Nava Raipur Atal Nagar Vikas Pradhikaran
(NRANVP) immediately before the tender due date. If no intimation is received by the NRANVP
within the date, it shall be deemed that the Tenderer is satisfied, and the Document is complete in
all respects.
IV. The Tender Document is not an agreement and is neither an offer nor invitation by the NRANVP
to the prospective Tenderers or any other person. The purpose of the Tender Document is to
provide interested parties with information that may be useful to them in the formulation of their
Proposals pursuant to this Tender Document. The Tender Document includes statements, which
reflect various assumptions and assessments arrived at by the NRANVP in relation to the Tender.
Such assumptions, assessments and statements do not purport to contain all the information that
each Tenderer may require. The Tender Document may not be appropriate for all persons, and it
is not possible for the NRANVP, its employees or advisers to consider the objectives, technical
expertise and particular needs of each party who reads or uses the Tender Document. The
assumptions, assessments, statements and information contained in the Tender Document, may
not be complete, accurate, adequate or correct. Each Tenderer should, therefore, conduct its own
investigations and analysis and should check the accuracy, adequacy, correctness, reliability and
completeness of the assumptions, assessments and information contained in the Tender
Document and obtain independent advice from appropriate sources.
V. Information provided in the Tender Document to the Tenderers is on a wide range of matters,
some of which depends upon interpretation of law. The information given is not an exhaustive
account of statutory requirements and should not be regarded as a complete or authoritative
statement of law. The NRANVP accepts no responsibility for the accuracy or otherwise for any
interpretation or opinion on the law expressed herein.
VI. The NRANVP, its employees and advisers make no representation or warranty and shall have no
liability to any person including any Tenderer 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 the Tender
Document or otherwise, including the accuracy, adequacy, correctness, reliability or completeness
of the Tender Document and any assessment, assumption, statement or information contained
therein or deemed to form part of the Tender Document or arising in any way in this Selection
Process.
VII. The NRANVP also accepts no liability of any nature whether resulting from negligence or otherwise
however caused arising from reliance of any Tenderer upon the statements contained in the
Tender Document.
VIII. NRANVP may in its absolute discretion, but without being under any obligation to do so, update,
amend or supplement the information, assessment or assumption contained in the Tender
Document.
IX. The issue of this Tender Document does not imply that the NRANVP is bound to select a
Tenderer or to appoint the Successful Tenderer for the Development work and the NRANVP
reserves the right to reject all or any of the Proposals without assigning any reasons whatsoever.
X. The Tenderer shall bear all its costs associated with or relating to the preparation and submission
of its Proposal including but not limited to preparation, copying, postage, delivery fees, expenses
associated with any demonstrations or presentations which may be required by the NRANVP or
any other costs incurred in connection with or relating to its Proposal. All such costs and expenses
will remain with the Tenderer and the NRANVP shall not be liable in any manner whatsoever for
the same or for any other costs or other expenses incurred by a Tenderer in preparation or
submission of the Proposal, regardless of the conduct or outcome of the Selection Process.
Important Information
Dear Sir/Madam,
1. CEO, Nava Raipur Atal Nagar Vikas Pradhikaran (NRANVP) or (the “Authority”) pleased to invite you
to submit a Proposal for the Budget Hotel project in accordance with this RFP.
2. All information contained in this RFP should be treated as commercially confidential and you are
required to limit dissemination on a need-to-know basis.
3. NRANVP will endeavour to make available all relevant information in the RFP. Should you need any
further information or clarification during the Proposal period, you must contact only the Contract Officer
named below. On no account should the Bidders communicate directly with any other personnel or
officials of the NRANVP, Government of Chhattisgarh. Failure to comply with this requirement may
result in the disqualification of your organization from this competition.
b. Use of two-envelope system for submission of Technical Proposal and Financial Proposal
4. The Financial Proposal should specify the Proposal premium rate per Sq. mt. in INR as per Appendix
VI.
5. 1 (One) copy of your Technical proposal along with soft copy (word format in a CD) and Original copy of
Financial proposal must be received by 03:00 PM hours on 22/09/2021 and address to:
6. Proposal for this Project will be assessed in accordance with the Financial Proposal (Proposal premium
rate per Sq.mt. over and above the Upset Price as specified in Schedule-A “Part A”) based selection
method of the Eligible bidders based on the eligibility criteria proposed in Clause 9.0 of RFP document.
7. The Bidders invited to submit a Proposal are expected to adhere to the Instructions to bidders which are
attached herewith.
8. Important Dates:
Volume - I
REQUEST FOR PROPOSAL
1. NRANVP invites sealed Proposals from eligible bidders working in Eligible Sectors (as defined in clause 9
(e) for allotment of Land for Development of Star Hotel in Aerocity, Layer-III, Nava Raipur Atal Nagar.
The Star Hotel (3 star & above) of the proposed development will contain Rooms, Fine Dine facilities
including Restaurants/Confectionery/Lounge etc. (the “Project”) as may be allowed by competent
authority. The land parcel of approx. 20072.43 Sq.mt. (4.96 Acre approx.) in Aerocity, Layer-III is
proposed to be made available for Star Hotel.
2. The indicative site plan is attached at Schedule “A”, “Part B”. Development of Star Hotel, Aerocity, Layer-III,
as per the provision of the “Nava Raipur Atal Nagar Development Plan - 2031” which can be downloaded
from the website www.navaraipuratalnagar.com
a. NRANVP invites Proposal for the Project. The details are as per “Schedule-A, Part-A”
b. The site plan along with the broad development control Parameters is attached at “Schedule-A, Part-B”
5. Development Obligations/Milestones:
The Selected Bidder Shall Construct the project as per below Project Milestones:
a. The developer shall commence the development and construction works for Star Hotel by
obtaining development and/or building permission as the case may be and all other
permissions/clearances/licences required from the competent Authorities within the period of 6
months from the date of issue of Notice of Award (NoA). In Case of exigency/Force Majeure,
extension of 6 months may be provided by the authority.
b. The developer shall construct minimum 30% of Built-up area within 1 year and six months from the
issuance of NoA;
c. The developer shall construct 100% of the built-up area as per minimum FAR within 3 years from
the date of issuance of NoA, commence the operation and obtain 3 star & above rating certification
from HRACC for the Hotel Project.
d. If an extension is provided to the developer due to exigency/Force Majeure for obtaining the
required permissions/clearances/licences, the timeline for achieving the milestones mentioned at
clause 5 (b) & (c) shall also be extended inline with the duration of extension provided for obtaining
the permissions/clearances/licences.
i. The Proposal should necessarily be accompanied by EMD for an amount of “Schedule-A, Part-C” in
the form of a Demand Draft in favour of Chief Executive Officer, Nava Raipur Atal Nagar Vikas
Pradhikaran, payable at Raipur/Nava Raipur Atal Nagar or in form of BG as per Appendix V;
iii. If the Proposal is not accepted, the amount of EMD shall be refunded but no interest on it shall be
payable to Bidder;
iv. EMD of the unsuccessful Bidder shall be returned within a period of two (2) weeks from the date of
receipt of acceptance from the Selected Bidder against the issued Notice of Award (NoA). In case of
selected Bidder, the EMD, if it is submitted in the form of Demand Draft by the Selected Bidder, shall be
adjusted in the premium payable for the land;
a. If any information or document furnished by the Bidder turns out to be misleading or untrue in any
material respect;
b. If the Selected Bidder fails to deposit the due amount of the premium within the stipulated time or
any extension thereof granted by NRANVP; and
c. If the Selected Bidder fails to execute and register the Lease cum Development Agreement within
the stipulated time or extension thereof, if any granted by NRANVP.
7. Validity of Proposal
Proposal shall remain valid as per Schedule-A “Part C” from the PROPOSAL Due Date and in the event
of the Bidder withdrawing the PROPOSAL in the validity period, for any reason whatsoever; earnest money
deposited with the PROPOSAL shall be forfeited and appropriated by the NRANVP.
i. After approval of the proposal with or without negotiation, as the case may be a Notice of Award
(NoA) shall be issued to the Selected Bidder.
ii. The Selected Bidder shall deposit amount as per Clause 8 (vi) of this RFP document, within 90
(Ninety) days from the issue of the NoA, failing which the NoA shall be annulled and the earnest
money deposited shall be forfeited and appropriated by NRANVP.
iii. The Selected Bidder shall execute and sign the Lease cum Development Agreement within 90
(ninety) days from the issue of the NoA at its own cost, bearing all the expenses on stamp duty,
registration charges, cost of map and any other charge which is applicable at the time of the signing
of Lease cum Development Agreement. In the event the Selected Bidder fails to deposit the amount
or fails to sign the Lease cum Development Agreement within the stipulated period or within the
extended period provided by NRANVP at its sole discretion, NRANVP shall have right to forfeit the
EMD and cancel the allotment.
iv. The possession of land shall be handed over to the Selected Bidder within 30 days of the
Registration of Lease cum Development Agreement.
v. NRANVP reserves the right to reject any or all Proposals without assigning any reasons whatsoever.
NRANVP may, in its absolute discretion, but without being under any obligation to do so, update,
amend, modify or supplement the information in this document by uploading it in its website
https://navaraipuratalnagar.com/ and which shall not be published in newspaper/s.
vi. The Selected Bidder shall pay upfront 50% of land premium and furnish an irrevocable Bank
Guarantee for balance land premium and execute Lease cum Development Agreement for the entire
land. The land premium can be paid in instalments from the payment options as shown in the table
below:
Plan 1
Plan 2
Full Payment in one
Payment in two instalments
instalment
1. First Instalment:
50% after adjustment of already paid EMD amount (If submitted
100% after adjustment of
in the Form of DD) Within 90 days (3 Months) of issuance of
already paid EMD amount (If
NOA
submitted in the Form of
DD)- Within 90 days (3
2. Second Instalment:
Months) of issuance of NOA
Balance 50% Within 6 months of issuance of NOA + interest @
8.5% PA for 3 months on balance amount
Note:
a. The amount quoted over and above the Upset price shall be proportionately distributed over the
instalments (as per payment plan) opt by the Selected Bidder.
b. In Payment Plan 2, the interest amount shall be pro-rated for number of days till the actual date of
payment, within the duration provided for the payment.
vii. 50% of the land premium (less EMD amount) shall be paid upfront in the form of DD drawn in the
favour of CEO, NRANVP by the Selected Bidder prior to the signing of Lease cum Development
Agreement. Land shall be transferred on lease basis for a period of 30 years initially, with the
right of renewal of lease shall be for each term of Thirty years, for two such terms subject to
an increase of maximum Hundred percent of the annual lease rent prevailing at that time for
each renewal, as decided by the Authority.
viii. The Selected Bidder shall submit Irrevocable and unconditional Bank Guarantee against the balance
land premium prior to signing of Lease cum Development Agreement. The said Bank Guarantee
shall be valid from the date of signing of Lease cum Development Agreement till the full amount of
Land premium is paid.
ix. The payment schedule of the land Premium shall be as per Clause 8 (vi) of this document
x. Proposal Cost & submission Format: The Proposals are to be submitted in the prescribed form
which can be purchased from the office of NRANVP in working hours on any working day or can be
directly downloaded from website https://navaraipuratalnagar.com/ The cost of Proposal document
shall be as per “Schedule-A, Part-D” (non-refundable). The Proposal will be submitted in Single
Envelopes "A". The Bidder is required to provide all the information/document as per prescribed
Proposal format. NRANVP shall consider only those Proposals that are received within the time and
in the prescribed format and are complete in all respects.
a. The Bidder may be a single entity or a group of entities (called the “Consortium”), coming together to
implement the Project. However, no Bidder applying individually or as a member of a Consortium, as
the case may be, can be member of another Bidder. The term Bidder used herein would apply to both
a single entity and a Consortium
b. A Bidder may be a natural person, private entity, government owned entity or any combination of
them with a formal intent to enter into an agreement or under an existing agreement to form a
consortium
c. The Bidder should have experience of operation and management of a 3 Star & above hotel,
during the last 3 financial years preceding the Bid Due Date, duly certified from Hotel &
Restaurant Approval and Classification Committee (HRACC). Also, the bidder shall submit the
certification from Hotel & Restaurant Approval and Classification Committee (HRACC) with the
Technical Proposal as per Clause 10.
d. A Bidder cannot submit more than one Bid with respect to this RFP
ii. Members of the Consortium shall nominate one member as the lead member (the “Lead
Member”), who shall have an equity share holding of at least 26% of the paid up and
subscribed equity in the SPV;
iii. The member to a Consortium shall form an appropriate SPV to execute the Project, if
awarded to the Consortium;
iv. An individual Bidder cannot at the same time be member of a Consortium applying for the
Bid. Further, a member of a particular Bidder Consortium cannot be member of any other
Bidder Consortium applying for the Bid;
v. The Technical and Financial Capacity of the consortium shall be calculated by adding the
individual capacity of those Members, who individually holds and shall continue to hold
subscribed and paid-up equity in the SPV not less than 26% (twenty six percent), till the
receipt of Completion Certificate from NRANVP and two years thereafter (the “Lock-in
Period”);
vi. In the SPV formed by the consortium, the total equity contribution put together by all the
consortium members shall not be less than 51% throughout the Lock-in Period;
vii. The 50% of the required Financial Capacity shall be met by Lead member of the consortium
only;
To be eligible for selection, a Bidder shall fulfil the following condition of eligibility:
A. Technical Qualification
For demonstrating technical capacity and experience (the “Technical Capacity”), the Bidder shall, over
the past 5 (five) financial years preceding the Bid Due Date, have:
I. paid for, or received payments for, construction of Eligible Project(s) as per Clause 9-A (VI);
and/ or
II. paid for development of Eligible Project(s) as per Clause 9-A (VI); and/ or
III. collected and appropriated revenues from the operations of Eligible Project(s) as per Clause 9-A
(VI);
IV. such that the sum total of the above is equal to or more than INR. 40.00 Crores (Rupees. Forty
crore F) (the “Threshold Technical Capacity”);
V. For evaluation of Bids under above criteria, the minimum project cost of any Eligible project
and/or collected and appropriated revenues from operations of any Eligible project should not be
less than INR 5.00 Crore.
VI. The Eligible sectors to be considered under Technical criteria shall include Hotel, Resort, Club,
Motel, Restaurant and Marriage Lawn.
a. The Bidder shall submit the completion certificate or building permission from Municipal
Corporation or any other Government agency AND Certificate from Chartered
Accountant/Statutory Auditor to certify the payment made/received for construction of the
Eligible project and/or Certificate from Chartered Accountant/Statutory Auditor to certify
collected and appropriated revenues from operations of Eligible sector Project(s) – Refer
Form II and Form III.
B. Financial Capacity
I. The Bidder should have a minimum Net worth of INR 6.25 crore at the end of last financial year
(31st March 2020 or 31st March 2021)
OR
II. Annual Average turnover of bidder in any three of last five financial years from bid due date should
be at least INR 25.00 Cr.
i. The Bidder shall submit certificate from the Chartered Accountant/ Statutory Auditor
certifying the Net worth as on 31st March 2020/2021 or Turnover certificate from the
Chartered Accountant/ Statutory Auditor for last five financial years certifying the Turnover
and Audited Balance Sheets for last five financial years – Refer Form IV
Note:
i. In computing the Technical Capacity and Net Worth/Annual Average Turnover of the Bidder the
Technical Capacity and Net Worth/Annual Average Turnover of their respective Associates would
also be eligible hereunder.
ii. The Cost of land shall not be included while calculating the Threshold Technical Capacity.
iii. For purposes of this RFP, Associate means, in relation to the Bidder, a person who controls, is
controlled by, or is under the common control with such Bidder (the “Associate”). As used in this
definition, the expression “control” means, with respect to a person which is a company or
corporation, the ownership, directly or indirectly, of more than 50% (fifty per cent) of the voting shares
of such person, and with respect to a person which is not a company or corporation, the power
to direct the management and policies of such person by operation of law.
iv. In case the Bidder claims the technical and/or financial capacity of its associates, the Bidder shall
necessarily submit documentary evidence in proof of such claims. Such documentary evidence shall
consist of CA certificates to support such capacity and also to establish requisite “Control” relationship
as defined above.
i. The Bank Draft for EMD drawn in favour of Chief Executive Officer, Nava Raipur Atal Nagar Vikas
Pradhikaran from any Nationalised/Scheduled Bank payable at Raipur/Nava Raipur Atal Nagar or
Irrevocable Bank Guarantee as per Appendix-V.
ii. The Bank Draft for Cost of the Proposal document drawn in favour of Chief Executive Officer, Nava
Raipur Atal Nagar Vikas Pradhikaran from any Nationalised /Scheduled Bank payable at
Raipur/Nava Raipur Atal Nagar; or
iii. The photocopy of receipt of purchase of PROPOSAL document from NRANVP. In case of
PROPOSAL is DOWNLOADED from website the Cost of Proposal shall be submitted in the form of
Demand Draft as per “Schedule-A, Part-D” (Non-Refundable)
vii. Documents in support of eligibility criteria as per Clause 9.0 of RFP document
viii. Certificate duly certified by HRACC against the eligible projects declared under Technical Capacity
as per Clause 9 (c);
ix. Whole Proposal document (Volume-I & II) shall be Duly signed and page numbered
The PROPOSAL shall be typed or written in indelible ink and each page shall be numbered and initialled by
the authorized signatory having Power of Attorney. All the alterations, omissions, additions, or any other
amendments made to the PROPOSAL shall be initialled by the person(s) signing the PROPOSAL.
Each of the envelopes, both outer and inner, must be super-scribed with the following information:
The Chief Executive Officer or any officer authorised by him, will open the Proposals. The CEO has the
right of rejecting all or any of the Proposals.
a. “Technically Qualified” Bidder(s) shall be selected on the basis of Financial Proposal where the Bidder
quoting the highest Proposal premium per square meter (sq.mt.) shall be selected (the “Selected
Bidder”) for the project.
b. In the event that two or more Bidders quote the same amount of Land Premium (the “Tie Bidders”),
the Authority shall select the Bidder achieving the highest Technical Threshold Capacity as per clause
9 as Successful Bidder. In case that two or more Tied Bidders obtain the same Technical Threshold
Capacity, the Authority shall select the Successful Bidder by random draw of Lots, which shall be
conducted, with prior notice, in the presence of the both the Bidders who choose to attend
c. In the event that the highest Bidder withdraws or is not selected for any reason in the first instance
(the “first round of bidding”), the Authority may, at its discretion, invite all the remaining
Bidders to re-validate or extend their respective Bid Security, as necessary, and match the Bid of the
aforesaid highest Bidder (the “second round of bidding”). If in the second of bidding, only one
Bidder matches the highest Bidder, it shall be the Successful Bidder. If two or more Bidders match the
said highest Bidder in the second round of bidding, then the Bidder whose Bid was higher as
compared to other Bidder(s) in the first round of bidding shall be the Successful Bidder. For example,
if the third and fifth highest Bidders in the first round of bidding offer to match the said highest Bidder
in the second round of bidding, the said third highest bidder shall be the Successful Bidder.
d. In the event that no Bidder offers to match the highest Bidder in the second round of bidding
as specified in Clause 12 (iii), the Authority may, in its discretion, invite fresh Bids (the “third
round of bidding”) from all Bidders except highest Bidder of the first round of bidding, or annul
the Bidding Process, as the case may be. In case the Bidders are invited in the third round of bidding
to revalidate or extend their Bid Security, as necessary, and offer fresh Bids, they shall be
eligible for submission of fresh Bids provided, however, that in such third round of bidding
only such bids shall be eligible for consideration which are higher than the Bid of the
second highest Bidder in the first round of bidding
The Proposals that are found responsive as per clause 19 shall only be considered for evaluation. The
Chief Executive Officer, NRANVP reserves the right to call for clarification or additional document as
deemed fit. Such clarification(s) shall be provided within the time specified by the Authority for this purpose.
If a Bidder does not provide clarifications sought under this Clause within the prescribed time, its Bid shall
be liable to be rejected. In case the Bid is not rejected, the Authority may proceed to evaluate the Bid by
construing the particulars requiring clarification to the best of its understanding, and the Bidder shall be
barred from subsequently questioning such interpretation of the Authority.
a. For the stage before issue of NoA (Notice of Approval) -The cancellation shall be governed by
Clause 6.0 of this RFP document
b. For the stage after issue of NoA - The cancellation shall be governed by Clause 6.0 and Clause
8.0 of this RFP document
c. For the stage after 1st Premium payment and before registration of deed- If the Bidder fails to
sign the Lease cum Development Agreement within three months from issue of NoA the additional
premium of 2% per annum of the land premium for the delayed period shall be levied. The
cancellation process may be taken as per “The Chhattisgarh Vishesh Kshetra (Achal Sampatti ka
Vyayan) Niyam, 2008”. In case of cancellation the EMD shall be absolutely forfeited and balance
amount shall be refunded without any interest to the Bidder.
d. For the stage after Signing of Lease cum Development Agreement - The cancellation shall be
governed as per Lease cum Development Agreement
Notwithstanding anything contained herein above, NRANVP reserves the right to reject any or all
Proposals without assigning any reasons whatsoever. NRANVP may, in its absolute discretion, but without
being under any obligation to do so, update, amend, modify or supplement the information in this document
by uploading in its website https://navaraipuratalnagar.com/ and which shall not be published in
newspaper/s.
16. Mortgage
The Selected Bidder shall be entitled to mortgage the Land as per applicable laws of Chhattisgarh Vishesh
Kshetra (Achal Sampatti ka Vyayan) Niyam, 2008 with any scheduled Bank or financial institution with prior
written approval of NRANVP and subject to the conditions that the first charge shall always be with
NRANVP.
17. Penalties
17.1 All the penalties applicable shall be as per the prevailing rules under Chhattisgarh Vishesh
Kshetra Adhiniyam 2008 and amendments in the rules time to time.
The lessee shall commence the development and/or construction works for which the land has
been granted, by obtaining development and/or building permission as the case may be and all
other permissions/clearances/licences required from the competent Authorities within the period
of Six months from the date of issuance of NoA.
Where the lessee does not obtain the permission of development and/or building construction as
the case may be within the time specified by the Authority, the extension in time to commence and
complete the development and/or construction may be granted by the Chief Executive Officer, on
payment of surcharge by the lessee at the following rates:
Provided that the extension in time shall be granted for Twelve months or its part only at one
time and such extension shall be granted maximum for five years.
Where the lessee does not pay any part of the premium or ground or lease rent or fees or service
charges or any other charge and the amount remains as balance, the Authority shall have power
to recover penal surcharge for delayed period @ 12% per annum and to recover the balance as
arrears of land revenue.
Where the development and construction, as the case may be is commenced by the Lessee as
per terms of the Lease cum Development Agreement after obtaining development and/or building
construction permission but fails to achieve the development milestones in stipulated time, the
extension in time shall be provided for the completion of the work and extension may be granted
by the chief executive officer on payment of following surcharge by the Lessee:
Amount of surcharge as
Extension percent of the land
Timeline Project Milestone
(1 year each) premium
(%)
The developer shall construct 100% Extension 1 5
3 Years from the
of the built-up area as per minimum
date of issuance of
FAR within 3 years from the date of Extension 2 7
NoA
issuance of NoA, commence the
Amount of surcharge as
Extension percent of the land
Timeline Project Milestone
(1 year each) premium
(%)
operation and obtain 3 star & above Extension 3 10
rating certification from HRACC for
the Hotel Project.
Provided that the extension in time shall be granted for Twelve months or its part only at one time and such
extension shall be granted maximum for Three years.
i. The terms and conditions based on which the Bidder is selected for allotment of land shall be an
integral part of the Lease cum Development Agreement.
ii. The Selected Bidder shall be responsible for obtaining at his cost all the statutory approvals/ permits/
License/ permission as required for the construction, development and operation and maintenance of
the facilities on the Land at his own cost as required under the applicable laws.
iii. The Selected Bidder during the lease period shall pay all rates taxes and all other charges due and
becoming due in respect of the land and on property thereupon.
iv. The development and construction on the Land will be governed by the provisions of Nava Raipur Atal
Nagar development plan 2031, Nava Raipur Atal Nagar Urban Design guidelines, and Bhumi Vikas
Niyam 1984 in force at that time.
Prior to evaluation of Bids, the Authority shall determine whether each Bid is responsive to the
requirements of the RFP. A Bid shall be considered responsive only if:
21. Queries
Bidders may send their queries to the Authority in writing before the date as per Clause 13 of this RFP.
The envelopes shall be addressed as per Clause 10 of this RFP clearly bear the following identification:
"Queries/Request for Additional Information concerning RFP- “Allotment of Land for the Development of
Star Hotel in Nava Raipur Atal Nagar”
The Authority shall endeavour to respond to the queries within the period specified therein but not later
than 7 days prior to the Proposal Due Date. The responses will be posted to all such queries on the
Official Website only.
The Authority reserves the right not to respond to any questions or provide any clarifications, in its sole
discretion, and nothing in this Clause shall be taken or read as compelling or requiring the Authority
to respond to any question or to provide any clarification.
22.1. 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. In the event of
disqualification, the Authority shall forfeit and appropriate the Bid Security as mutually agreed
genuine pre-estimated compensation and damages payable to the Authority for, inter alia, the
time, cost and effort of the Authority, including consideration of such Bidder’s proposal, without
prejudice to any other right or remedy that may be available to the Authority hereunder or
otherwise. Without limiting the generality of the above, a Bidder shall be considered to have a
Conflict of Interest that affects the Bidding Process, if:
i. such Bidder (or any constituent thereof) and any other Bidder (or any constituent thereof)
have common controlling shareholders or other ownership interest; provided that
this qualification shall not apply in cases where the direct or indirect shareholding in
a Bidder or a constituent thereof in the other Bidder(s) (or any of its constituents) is less
than 1% of its paid up and subscribed capital; or
iii. such Bidder has the same legal for purposes of this Bid as any other Bidder; or
iv. such Bidder has a relationship with another Bidder, directly or through common third
parties, that puts them in a position to have access to each other’s information about, or to
influence the Bid of either or each of the other Bidder; or
v. such Bidder has participated as a consultant to the Authority in the preparation of any
documents, design or technical specifications of the Project.
22.2. A Bidder shall be liable for disqualification and forfeiture of Bid Security/EMD if any legal, financial
or technical adviser of the Authority in relation to the Project is engaged by the Bidder in any
manner for matters related to or incidental to such Project during the Bidding Process or
subsequent to the (i) issue of the NOA or (ii) execution of the Lease cum Development
Agreement. In the event any such adviser is engaged by the Successful Bidder or Lessee, as the
case may be, after issue of the NOA or execution of the Lease cum Development Agreement,
then notwithstanding anything to the contrary contained herein or in the NOA or the Lease cum
Development Agreement and without prejudice to any other right or remedy of the Authority,
including the forfeiture and appropriation of the Bid Security or EMD, as the case may be, which
the Authority may have thereunder or otherwise, the NOA or the Lease cum Development
Agreement, as the case may be, shall be liable to be terminated without the Authority being
liable in any manner whatsoever to the Successful Bidder or Lessee cum Development
Agreement for the same. Nor will this disqualification apply where such adviser is engaged after a
period of 3 (three) years from the date of completion of Lock-in Period.
23. Draft Lease Cum Development Agreement — (Volume-II): Will be uploaded separately with this
document on NRANVP website.
Schedule – “A”
Proposal: Invitation for Allotment of Land for Development of Star Hotel, Aerocity, Layer-III, Nava
Raipur Atal Nagar –on lease
The various components for the said work are put for approval as given below:
*The Plot Area is tentative and can be increased or decreased by 10% at the time of handing over
of possession
2. Schedule-A, Part-B- Site Plan along with broad development control Parameters
The Development Control Regulation (DCR) mentioned below are subject to change in accordance with
government norms and shall be applicable as per prevailing norms of Nava Raipur Atal Nagar
Development Plan – 2031, the present DCR are as per below:
Note: The other DCR shall be governed by Nava Raipur Atal Nagar Development Plan – 2031.
a. EMD Amount: INR 82,10,000.00 (Rupees Eighty-two lakh ten thousand only) in the form of
Demand Draft drawn in favour of Chief Executive Officer, Nava Raipur Atal Nagar Vikas
Pradhikaran or BG (As per Appendix-V)
INR. 5,900.00 (5000+18% GST) in the form of DD favouring “CEO, Nava Raipur Atal Nagar Vikas
Pradhikaran”, payable at Raipur/Nava Raipur Atal Nagar.
i. Land shall be transferred on lease basis for a period of 30 years initially, with the right of renewal
of lease shall be for each term of Thirty years, for two such terms subject to an increase of
maximum Hundred percent of the annual lease rent prevailing at that time for each renewal, as
decided by the Authority.
ii. The Lessee shall also, effective from the date of signing of Lease Cum Development Agreement
and during the term of the Lease Period, pay Lease Rent to the CEO, NRANVP at the rate of 2%
(Two Percent) of the Total Land Premium per annum and applicable Goods and Service Tax
(GST) in advance before 1st day of April of every year during the Lease Period, by way of a
Demand draft or pay order in favour of the CEO, NRANVP on a nationalized/scheduled bank
having a branch at Raipur/Nava Raipur Atal Nagar. Provided that, on and with effect from the
thirty-first Year of the Lease cum Development Agreement, the Lease Rent payable per annum
shall stand increased maximum by 100% (Hundred Percent) of the lease rent prevalent in the
thirtieth year, as decided by the NRANVP and similarly on and with effect from the sixty-first Year
of this Lease cum Development Agreement, the Lease Rent payable per annum shall stand
increased maximum by 100% (Hundred Percent) of the lease rent prevalent in the sixtieth year, as
decided by the NRANVP under the provisions of Chhattisgarh Vishesh Kshetra (Achal Sampatti Ka
Vyayan) Niyam.
Letter of Proposal
(To be kept in Envelop B-on Bidder’s Letter Head)
Dated:
To
The Chief Executive Officer,
Nava Raipur Atal Nagar Vikas Pradhikaran,
Paryavas Bhawan, North Block, Sector-19
Nava Raipur Atal Nagar
Chhattisgarh - 492002
Sub: Proposal for Allotment of Land for Development of Star Hotel, Aerocity, Layer-III, Nava
Raipur Atal Nagar
Dear Sir,
1. With reference to your Proposal document dated ……………, I/we, having examined the Proposal
Documents and understood their contents, hereby submit my/our Proposal for the aforesaid
Project. The Proposal is unconditional and unqualified.
2. All information provided in by me/us is/are true and correct. I/We undertake and confirm that, if any
information is found to be false / misrepresented comes to the notice of NRANVP at any stage,
then it may take suitable action against as deemed fit by NRANVP. In such case the EMD or BG, if
any shall stand forfeited and will have no claim whatsoever.
3. I/ We acknowledge the right of the Authority to cancel the Proposal process at any time or to reject
any Proposal without assigning any reason or otherwise and hereby waive our right to challenge
the same on any account whatsoever.
4. I/ We certify that, I/We have not been barred or blacklisted by any Central and/or State
Government in India nor on defaulter list of any bank registered in India.
5. I/ We declare that:
a. I/ We do not have any conflict of interest.
b. I/We have not directly or indirectly or through an agent engaged or indulged in any corrupt,
fraudulent, coercive, undesirable or restrictive practice, as defined in the RFP document, in
respect of any proposal or request for Proposal issued by or any agreement entered into with
NRANVP or any other public sector enterprise or any government, Central or State;
department and
c. I/ We hereby certify that I/we have taken steps to ensure that in conformity with the provisions
of the Proposal, 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.
6. I/ We shall make available to NRANVP any additional information it may find necessary or require
supplementing or authenticate the Proposal.
7. I/We certify that in the last three years, we have neither failed to perform on any contract, as
evidenced by imposition of a penalty or a judicial pronouncement or arbitration award, nor been
expelled from any project or contract nor have had any contract terminated for breach on our part.
8. I/ We declare that I/we am/are not a Member or partner of a/ any other firm submitting a Proposal
for the Project
9. In the event of my/ our being declared as the Selected Bidder, I/We agree to enter into an
Agreement in accordance with the draft that has been provided prior to the Proposal Due Date. We
agree not to seek any changes in the aforesaid draft and agree to abide by the same
10. The Financial Proposal has been quoted by me/us (Envelope-C) after taking into consideration all
the terms and conditions stated in the Proposal and the Lease Cum Development Agreement.
11. I/We agree to keep this offer valid for “Schedule A, Part-C” days from the Proposal Due Date
specified in this document.
12. I/ We further certify that in regard to matters relating to Proposal and integrity of the country, I/we
have not been charge-sheeted by any agency of the Government or convicted by a Court of Law
for any offence committed by us or by any of our Associates.
13. I/ We further certify that no investigation by a regulatory authority is pending either against me/us
or against our Associates or against our CEO or any of our Directors/ Managers/ employees. The
Bid security (EMD), and cost of Proposal is attached as per the “Schedule A, Part-C & Part-D”.
14. I/We agree and undertake to abide by all the terms and conditions of the Proposal document.
15. In case my Proposal is not accepted then my EMD if submitted in the form of DD may kindly be
sent to my bank directly, details are given below:
Name as per Bank record:
Account No:
IFCS code:
Bank Name and address:
or
Bank Guarantee: - may be returned to the Address given below:
16. For Bidder who has downloaded the documents directly from website-- I/we am/are enclosing the
declaration (Appendix – IV) along with Proposal cost in the form of DD as “Schedule A, Part D”.
I/We submit technical Proposal (Envelope-B) and Financial Proposal (Envelope-C) under and in
accordance with the terms of the Proposal
Date:
Place:
Enclosure: (Envelope-B)
The Bidder, who has downloaded the Proposal Document from the web, should read the following
important instructions carefully before actually quoting the Financial Proposal and submitting the Proposal
documents:-
1. The Bidder should see carefully and ensure that the complete Proposal document as per the index
given.
2. The printout of Proposal document should be taken on A4 paper only and the printer settings etc.
are such that document is printed as appearing in the web and there is no change in formatting,
number of pages etc.
3. The Bidder should ensure that no page in the downloaded Proposal document is missing.
4. The Bidder should ensure that all pages in the downloaded Proposal document are legible and
clear and are printed on a good quality paper.
5. The Bidder should ensure that every page of the downloaded Proposal document is signed by
Bidder with stamp (seal).
6. The Bidder should ensure that the downloaded Proposal document is properly bound and sealed
before submitting the same.
7. The Bidder shall furnish a declaration to this effect that no addition/ deletion/corrections have been
made in the Proposal document submitted and it is identical to the Proposal document appearing
on Web site.
8. The Bidder should read carefully and sign the declaration given on the next page before submitting
the Proposal.
9. The cost of Proposal should be submitted along with the EMD as detailed in RFP.
CEO, NRANVP
Appendix-I
Power of Attorney for Signing of Proposal
(On Non Judicial Stamp Paper)
Know all men by these presents, We,____________________(name of the firm and address of
the registered office) do hereby irrevocably constitute, nominate, appoint and authorise Mr. / Ms
(Name), son/daughter/wife of _______________________________and presently residing
at__________________ , who is [presently employed with us/ and holding the position of],as our
true and lawful attorney (hereinafter referred to as the “Attorney”) to do in our name and on our
behalf, all such acts, deeds and things as are necessary or required in connection with or
incidental to submission of our Proposal for “Allotment of Land for Development of Star Hotel,
Aerocity, Layer-III, Nava Raipur Atal Nagar”, by the Chief Executive Officer, Nava Raipur
Atal Nagar Vikas Pradhikaran,(NRANVP) (the “Authority”) including but not limited to signing
and submission of all applications, Proposals and other documents and writings, participate in Pre
Bid Meeting and other conferences and providing information / responses to the Authority,
representing us in all matters before the Authority, signing and execution of all contracts including
the Agreement and undertakings consequent to acceptance of our Proposal, and generally dealing
with the Authority in all matters in connection with or relating to or arising out of our Proposal for
the said Project and/or upon award thereof to us and/or till the entering into of the Agreement with
the Authority.
AND we hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and
things lawfully done or caused to be done by our said Attorney pursuant to and in exercise of the
powers conferred by this Power of Attorney and that all acts, deeds and things done by our said
Attorney in exercise of the powers hereby conferred shall and shall always be deemed to have
been done by us.
For__________________________
(Signature)
(Name, Title and Address) Witnesses:
1
2.
(Signature)
(Name, Title and Address of the Attorney)
Accepted [Registered]
Notes:
i. 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
executants(s) and when it is so required, the same should be under common seal affixed in
accordance with the required procedure.
ii. Also, wherever required, the Bidder should submit for verification the extract of the charter
documents and documents such as a resolution/power of attorney in favour of the person
executing this Power of Attorney for the delegation of power hereunder on behalf of the
Bidder.
iii. For a Power of Attorney executed and issued overseas, the document will also have to be
legalised by the Indian Embassy and registered in the jurisdiction where the Power of
Attorney is being issued.
Appendix-II
POWER OF ATTORNEY FOR LEAD MEMBER OF CONSORTIUM
(On Non Judicial Stamp Paper)
Whereas the ______________ (“the Authority”) has invited proposals from interested parties for the
“Allotment of Land for Development of Star Hotel, Aerocity, Layer-III, Nava Raipur Atal Nagar”, by
the Nava Raipur Atal Nagar Vikas Pradhikaran,(NRANVP), (the “Project”).
AND hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things lawfully
done or caused to be done by our said Attorney pursuant to and in exercise of the powers conferred by this
Power of Attorney and that all acts, deeds and things done by our said Attorney in exercise of the powers
hereby conferred shall and shall always be deemed to have been done by us/ Consortium.
IN WITNESS WHEREOF WE THE PRINCIPALS ABOVE NAMED HAVE EXECUTED THIS POWER OF
ATTORNEY ON THIS …………………. DAY OF ………. 2021
For ……………………..
(Signature)
……………………..
(Name & Title)
For ……………………..
(Signature)
……………………..
(Name & Title)
For ……………………..
(Signature)
……………………..
(Name & Title)
Witnesses:
1.
2.
………………………………………
(Executants)
Notes:
i. 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.
ii. Also, wherever required, the Bidder should submit for verification the extract of the charter documents
and documents such as a resolution/ power of attorney in favour of the person executing this Power
of Attorney for the delegation of power hereunder on behalf of the Bidder.
iii. For a Power of Attorney executed and issued overseas, the document will also have to be legalised
by the Indian Embassy and notarised 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 legalised by the Indian Embassy if it carries a
conforming Apostille certificate.
iv.
APPENDIX-III
JOINT BIDDING AGREEMENT
(To be executed on Non-Judicial Stamp paper of appropriate value)
THIS JOINT BIDDING AGREEMENT is entered into on this the ………… day of
………… 2021
AMONGST
1. {………… Limited, a company incorporated under the Companies Act, 1956} and having its registered
office at ………… (hereinafter referred to as the “First Part” which expression shall, unless repugnant
to the context include its successors and permitted assigns)
AND
2. {………… Limited, a company incorporated under the Companies Act, 1956} and having its registered
office at ………… (hereinafter referred to as the “Second Part” which expression shall, unless
repugnant to the context include its successors and permitted assigns)
AND
3. {………… Limited, a company incorporated under the Companies Act, 1956 and having its registered
office at ………… (hereinafter referred to as the “Third Part” which expression shall, unless repugnant
to the context include its successors and permitted assigns)}
The above mentioned parties of the FIRST, SECOND, and THIRD PART are collectively referred to as the
“Parties” and each is individually referred to as a “Party”
WHEREAS,
(A) The Nava Raipur Atal Nagar Vikas Pradhikaran, represented by its CEO and having its principal office
at 4th Floor, Paryavas Bhawan, North Block, Sector -19, (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 proposals by its Request For RFP. No. ………… dated
…………(the “RFP”) for short-listing of bidders “Allotment of Land for Development of Star Hotel,
Aerocity, Layer-III, Nava Raipur Atal Nagar”, by the Nava Raipur Atal Nagar Vikas
Pradhikaran,(NRANVP), (the “Project”).
(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 Proposal.
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
or through any of their Associates.
3. Covenants
The Parties hereby undertake that in the event the Consortium is declared the selected Bidder and
awarded the Project, it shall incorporate a special purpose vehicle (the “SPV”) under the Indian Companies
Act, 1956 for entering into the Agreement with the Authority and for performing all its obligations as the
Selected Entity in terms of the Agreement for the Project.
The Parties hereby undertake to perform the roles and responsibilities as described below:
(a) 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 and until the Signing of Lease cum Development Agreement when all the obligations
of the SPV shall become effective;
(b) Party of the Second Part shall be …………………; and}
(c) Party of the Third Part shall be ………………………………
The Parties do hereby undertake to be jointly and severally responsible for all obligations and liabilities
relating to the Project and in accordance with the terms of the RFP and the Agreement, till such time as the
construction of the project is completed under and in accordance with the Agreement.
6.1 The Parties agree that the proportion of shareholding among the Parties in the SPV shall be as follows:
First Party:
Second Party:
{Third Party:}
6.2 The Parties undertake that a minimum of 26% (twenty six per cent) of the subscribed and paid up
equity share capital of the SPV shall, at all times till the construction of the Project is completed and 2 years
thereafter under and in accordance with Agreement, be held by the Parties of the First, {Second and Third}
Part whose experience and net worth have been reckoned for the purposes of qualification and short-listing
of Bidders for the Project in terms of the RFP.
6.3 The Parties undertake that each of the Parties specified in Clause 6.2 above shall, at all times between
the signing of Lease Agreement and till the construction of the Project is completed and 2 years thereafter
under and in accordance with Agreement thereof, hold subscribed and paid up equity share capital of SPV
equivalent to at least 5% (five per cent) of the Total Project Cost.
6.4 The Parties undertake that they shall collectively hold at least 51% (fifty one per cent) of the subscribed
and paid up equity share capital of the SPV at all times until the construction of the Project is completed
and 2 years thereafter under and in accordance with Agreement.
6.5 The Parties undertake that they shall comply with all equity lock-in requirements set forth in the
Agreement.
Each Party represents to the other Parties as of the date of this Agreement that:
(a) 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;
(b) The execution, delivery and performance by such Party of this Agreement has been authorized by all
necessary and appropriate corporate or governmental action and a copy of the extract of the charter
documents and board resolution/ power of attorney in favour of the person executing this Agreement for the
delegation of power and authority to execute this Agreement on behalf of the Consortium Member is
annexed to this Agreement, and will not, to the best of its knowledge:
(i) require any consent or approval not already obtained;
(ii) violate any Applicable Law presently in effect and having applicability to it;
(iii) violate the memorandum and articles of association, by-laws or other applicable organizational
documents thereof;
(iv) violate any clearance, permit, concession, grant, license or other governmental authorization,
approval, judgment, order or decree or any mortgage agreement, indenture or any other instrument
to which such Party is a party or by which such Party or any of its properties or assets are bound or
that is otherwise applicable to such Party; or
(v) create or impose any liens, mortgages, pledges, claims, security interests, charges or
Encumbrances or obligations to create a lien, charge, pledge, security interest, encumbrances or
mortgage in or on the property of such Party, except for encumbrances that would not, individually or in
the aggregate, have a material adverse effect on the financial condition or prospects or business of
such Party so as to prevent such Party from fulfilling its obligations under this Agreement;
(c) this Agreement is the legal and binding obligation of such Party, enforceable in accordance with its
terms against it; and
(d) there is no litigation pending or, to the best of such Party's knowledge, threatened to which it or any of
its Affiliates is a party that presently affects or which would have a material adverse effect on the financial
condition or prospects or business of such Party in the fulfilment of its obligations under this Agreement.
8. Termination
This Agreement shall be effective from the date hereof and shall continue in full force and effect until
signing of Lease cum Development Agreement, 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 in case the Bidder is not selected or upon return of the Bid Security by the Authority to the
Bidder, as the case may be.
9. Miscellaneous
9.2 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)
(Signature) (Signature)
(Name) (Name)
(Designation) (Designation)
(Address) (Address)
(Signature) (Signature)
(Name) (Name)
(Designation) (Designation)
(Address) (Address)
1. 2.
Notes:
1. The mode of the execution of the Joint Bidding Agreement should be in accordance with the procedure,
if any, laid down by the Applicable Law and the charter documents of the executant(s) and when it is so
required, the same should be under common seal affixed in accordance with the required procedure.
2. Each Joint Bidding Agreement should attach a copy of the extract of the charter documents and
documents such as resolution / power of attorney in favour of the person executing this Agreement for the
delegation of power and authority to execute this Agreement on behalf of the Consortium Member.
3. For a Joint Bidding Agreement executed and issued overseas, the document shall be legalised by the
Indian Embassy and notarized in the jurisdiction where the Power of Attorney has been executed.
Appendix-IV
It is to certify that:
1. I / We have submitted the Proposal in the Performa as downloaded directly from the Website and there
is no change in formatting, page numbering etc.
2. I / We have submitted Proposal documents which are same / identical as available in the website.
3. I / We have not made any modifications / corrections / additions /deletions etc. in the Proposal
documents downloaded from web by me / us.
4. I / We have checked that no page is missing and all pages as per the index are available & that all
pages of Proposal document submitted by us are clear and legible.
5. I / We have signed (with stamp) all the pages of the Proposal document before submitting the same.
6. I / We have sealed the Proposal documents by Wax /Adhesive tape properly before submitting the
same.
7. I / We have submitted the cost of Proposal along with the EMD and all Credentials.
8. I / We have read carefully and understood the important instructions to all Bidders who have
downloaded the Proposal document from the web.
9. In case at any stage later, it is found that there is difference in my/our downloaded Proposal
documents from the original, NRANVP shall have the absolute right to take any action as deemed fit
without any prior intimation to me / us.
10. In case at any stage later, it is found that there is difference in my/our downloaded Proposal
documents from the original, the Proposal/work will be cancelled and Earnest Money / Security Deposit
will be forfeited at any stage whenever it is so noticed. NRANVP will not pay any damages to me / us
on this account.
Dated:
Address:
Phone No:
(Bidder)
Sign with seal
Appendix-V
1. In consideration of you, Chief Executive Officer, Nava Raipur Atal Nagar Vikas Pradhikaran, having its
office at Paryavas Bhawan, Sector-19, Nava Raipur Atal Nagar– 492002, Chhattisgarh (hereinafter
referred to as the “NRANVP”, which expression shall unless it be repugnant to the subject or context
thereof include its, successors and assigns) having agreed to receive the Proposal of
____________________ and having its office at _____________________________ and (hereinafter
referred to as the “Bidder” which expression shall unless it be repugnant to the subject or context
thereof include its/their executors administrators, successors and assigns),“ Allotment of Land for
Star Hotel in the Aerocity, Layer-III , Nava Raipur Atal Nagar (hereinafter referred to as “the
Project”) pursuant to the Proposal Document no. ----------------- issued in respect of the Project and
other related documents (hereinafter collectively referred to as “Proposal Documents”), we [Name of
the Bank] having our registered office at _______________ and one of its branches at
_____________(hereinafter referred to as the “Bank”), at the request of the Bidder, do hereby in terms
of the Bidder’s Document, irrevocably, unconditionally and without reservation guarantee the due and
faithful fulfilment and compliance of the terms and conditions of the RFP Document by the said Bidder
and unconditionally and irrevocably undertake to pay forthwith to NRANVP an amount of
Rs_____________________________________ /- (Indian Rupees only) as Earnest Money Deposit
(hereinafter referred to as the “Earnest Money Deposit”) 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 Proposal Documents.
2. Any such written demand made by NRANVP stating that the Bidder is in default of the due and faithful
fulfilment and compliance with the terms and conditions contained in the Proposal 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 NRANVP is disputed by the
Bidder or not merely on the first demand from NRANVP stating that the amount claimed is due to
NRANVP by reason of failure of the Bidder to fulfil and comply with the terms and conditions contained
in the Proposal Documents including failure of the said Bidder to keep its Proposal open during the
Proposal validity period as set forth in the said Proposal 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 INR. _____________(Indian 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 Proposal Due Date or for such extended period as may be mutually agreed
between NRANVP 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 NRANVP 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
Proposal Documents including, inter alia, the failure of the Bidder to keep its Proposal open during the
Proposal validity period set forth in the said Proposal Documents, and the decision of NRANVP that the
Bidder is in default as aforesaid shall be final and binding on us, notwithstanding any differences
between NRANVP and the Bidder or any dispute pending before any Court, Tribunal, Arbitrator or any
other Authority.
6. The Guarantee shall not be affected by any change in the constitution or winding up of the Bidder or
the Bank or any absorption, merger or amalgamation of the Bidder or the Bank with any other person.
7. In order to give full effect to this Guarantee, NRANVP shall be entitled to treat the Bank as the principal
debtor. NRANVP 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 Proposal
Documents or to extend time for submission of the Proposal or the Proposal validity period or the
period for conveying acceptance of Letter of Award by the Bidder or the period for fulfilment and
compliance with all or any of the terms and conditions contained in the said Proposal 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 Proposal Documents or the securities available to NRANVP, and the Bank shall
not be released from its liability under these presents by any exercise by NRANVP 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 NRANVP or any indulgence by NRANVP to the said Bidder
or by any change in the constitution of NRANVP or its absorption, merger or amalgamation with any
other body or any other matter or thing whatsoever which under the law relating to sureties would but
for this provision have the effect of releasing the Bank from its such liability.
8. Any notice by way of request, demand or otherwise hereunder shall be sufficiently given or made if
addressed to the Bank and sent by courier or by registered mail to the Bank at the address set forth
herein.
9. We undertake to make the payment on receipt of your notice of claim on us addressed to [name of
Bank along with branch address] and delivered at our above branch who shall be deemed to have
been duly authorized to receive the said notice of claim.
10. It shall not be necessary for NRANVP to proceed against the said Bidder before proceeding against the
Bank and the guarantee herein contained shall be enforceable against the Bank, notwithstanding any
other security which NRANVP 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 NRANVP 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. The Bank Guarantee number ____, dated ____ shall be operative at Raipur/Nava Raipur Atal Nagar
and if invoked, be encashable at ______(name of bank and its branch in Raipur/Nava Raipur Atal
Nagar and branch code___).
Signed and Delivered by ____________ Bank, By the hand of Mr./Ms ____________ , its ____________
and authorized official.
FORM - I
3. Address of the Registered Office/ Corporate office and its Branch office(s), if any.
4. Details of the Authorised Signatory of the entity for the point of contact/ communication for the
NRANVP.
Name:
Designation:
Telephone Number:
Mobile No:
Fax Number:
E-mail address:
Designation __________
Mandatory Enclosures:
FORM - II
LIST OF PROJECTS
FOR CLAIMING CONSTRUCTION EXPERIENCE
(Refer to Clause 9 (c) & Clause 9-A (VI))
Note:
The tenderer should provide a certificate from the statutory auditor/ Charted accountant of the tenderer, in
the format below:
Certificate from the Statutory Auditor/ Charted Accountant regarding Eligible Project
Based on its books of accounts and other published information authenticated by it, this is to certify that
…………………….. (name of the tenderer) is/ was an equity shareholder in ……………….. (title of the
project company) and holds/ held Rs. ……… cr. (Rupees ………………………….. crore) of equity (which
constitutes ……..% of the total paid up and subscribed equity capital) of the project company from
…………... (date) to …………….. (date). The project was/is likely to be commissioned on ……………. (date
of commissioning of the project).
We further certify that the total estimated Construction cost of the project is Rs. ……… cr. (Rupees
…………………crore), which was incurred during the past five financial years as per year-wise details
noted below:
……………………
……………………
Date:
FORM – III
LIST OF PROJECTS
CURRENTLY IN OPERATION BY THE BIDDER
(Refer to Clause 9 (c) & Clause 9-A (VI))
Note: This form shall be filled by the Bidder for the Eligible Projects being operated by Bidder itself not by
any other O&M entity/agency.
Note:
For Technical Criteria - I:
i. The Bidder shall submit the completion certificate or building permission from Municipal Corporation
or any other Government agency AND Certificate from Chartered Accountant/Statutory Auditor to
certify the payment made/received for construction of the Eligible project and/or Certificate from
Chartered Accountant/Statutory Auditor to certify collected and appropriated revenues from
operations of Eligible sector Project(s);
ii. The tenderer should provide a certificate from the statutory auditor/ Charted accountant of the
tenderer, in the format below:
Certificate from the Statutory Auditor/ Charted Accountant regarding Eligible Project
Based on its books of accounts and other published information authenticated by it, this is to certify that
…………………….. (name of the tenderer) is/ was an equity shareholder in ……………….. (title of the
project company) and holds/ held Rs. ……… cr. (Rupees ………………………….. crore) of equity (which
constitutes ……..% of the total paid up and subscribed equity capital) of the project company from
…………... (date) to …………….. (date). The project is commissioned on ……………. (date of commission
of the project).
We certify that the eligible annual revenues collected and appropriated by the aforesaid project company in
terms of Clause 9 (d & e) of the RFP during the past five financial years were Rs. ……… cr. as per year-
wise details noted below:
……………………
……………………
FORM - IV
Annual Turnover
(INR in Cr)
Three FYs
considered for
meeting the
Financial Capacity
(INR in Cr)
Average Turnover
of above
mentioned 3 FYs.
(INR in Cr)
FY – Financial Year;
Cr – Crores;
Note: Net worth or Turnover amount shall not be considered for evaluation if the certificates are not signed
and stamped by the auditor/CA certifying Net worth or Turnover of the Bidder.
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).
Turnover shall mean: Annual Turnover (the “Annual Turnover”) shall mean income received for goods and
services in respect of the activities specified in Clause 9 (A) & Clause 9 (e) over the accounting period.
Other income, including but not limited to interest income shall not be included in the definition of Annual
Turnover.
Financial Capacity
− The Bidder shall submit certificates from the Statutory auditor/CA certifying Net worth or Turnover and
Audited Balance Sheets
Envelope - C
FINANCIAL PROPOSAL
APPENDIX-VI
Proposal for Allotment of Land for Development of Star Hotel, Aerocity, Layer-III, Nava
Raipur Atal Nagar
1. With reference to your RFP document dated *****, I/we, having examined the Bidding Documents and
understood their contents, hereby submit my/our Bid for the aforesaid Project. The Bid is
unconditional and unqualified.
2. All information provided in the Bid and in the Appendices is true and correct.
3. In the event of my/ our being declared as the Selected Bidder, I/We agree to enter into a Lease cum
Development Agreement in accordance with the draft that has been provided to me/us prior to the
Proposal Due Date. We agree not to seek any changes in the aforesaid draft and agree to abide by the
same.
4. I/We have studied all the Bidding Documents carefully and also surveyed the project site. We
understand that except to the extent as expressly set forth in the Lease cum Development Agreement,
we shall have no claim, right or title arising out of any documents or information provided to us
by the Authority or in respect of any matter arising out of or concerning or relating to the Bidding
Process including the award of Lease.
5. The Land Premium has been quoted by me/us after taking into consideration all the terms and
conditions stated in the RFP, draft Lease cum Development Agreement, our own estimates of costs
and after a careful assessment of the site and all the conditions that may affect the Bid
6. I/We agree and that the is subject to the provisions of the Bidding Documents. In no case, I/We shall
have any claim or right of whatsoever nature if the Project / Lease is not awarded to me/us or our Bid is
not opened
7. I Shri/Smt/Ms_________________S/D/W/o________________duly authorised by
__________________________ Partnership Firm/ Private / Public Limited Company to submit this
Proposal , here by submit the Proposal in the form of the Financial Proposal specified in the table
below for the development of allotted Land for Development of Star Hotel in Aerocity, Layer-III , Nava
Raipur Atal Nagar.
8. I/We agree to keep this offer valid for 180 (one hundred and eighty) days from the Proposal Due Date
specified in the RFP.
9. I/We agree and undertake to abide by all the terms and conditions of the RFP document.
10. I/We agree and understand that a bid amount of less than INR 4090.00 per sq.mt. for Land Premium
shall be considered as non-responsive and shall not be considered for evaluation.
11. A separate sealed Envelope 'B' duly super scribed containing in the form as Earnest money the full
value of which is to be absolutely forfeited to the NRANVP without prejudice to any other rights or
remedies of the NRANVP should I/We fail to deposit the lease amount as per Clause 8 (vi) of RFP
Document, within 90 (Ninety) days of issue of the Notice of Award (NoA), or to execute the Agreement
within the time specified in the Proposal document notice.