RFP Plot LIS11-1 Plotted Flatted - 163111
RFP Plot LIS11-1 Plotted Flatted - 163111
Notice InvitingTender
Important Dates
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 Residential 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 Tenderers,
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 anyway 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.
2. The indicative site plan is attached at Schedule “A”, “Part C”. Allotment of Plot LI/S11/1 for
development of Residential Project (Plotted & Flatted) in Sector–11, as per the provision of the
“Nava Raipur Atal Nagar Development Plan - 2031” which can be downloaded from the website -
www.navaraipuratalnagar.com.
7. Validity of Tender
Tender shall remain valid as per Schedule-A “Part F” from the TENDER Due date and in the
event of the Tenderer withdrawing the TENDER in the validity period, for any reason whatsoever;
earnest money deposited with the TENDER shall be forfeited and appropriated by the NRANVP.
Agreement or execute a License Agreement at a yearly License Fee of 0.25% of the Total
Land Premium and applicable GST. The Bank Guarantee or the license shall be valid till
the 100% of the Total Land Premium is paid by the Successful Tenderer or till the end of
the License period as per the License Agreement. In the event the successful Tenderer
fails to deposit the amount or fails to sign the Lease Cum Development Agreement /
License Agreement within the stipulated period, NRANVP shall have right to forfeit the EMD
and cancel the award of project.
iv. The Successful Tenderer shall have following two options available wherein the Tenderer
has to choose one option for the development of Residential Project:
S. No. Parameter Model – 1 Model - 2
1 Development Lease hold basis License basis
Model for Land (“Development Rights”)
allotment
2 Rental Lease rental 2% of the total License fee 0.25% of the
Land Premium and total Land premium and
applicable GST applicable GST
3 Payment As per Payment plan As per Payment plan
Schedule mentioned under Schedule- mentioned under Schedule-
A, Part-D (Section C- A, Part-D (Section C-
Payment Conditions) Payment Conditions)
v. The Lease cum development Agreement shall be executed for a period of 30 (Thirty) years.
The Allottee has to pay an annual lease rent as per the provisions of "Chhattisgarh Vishesh
Kshetra (Achal Sampatti ka Vyayan Niyam)”. Currently the Lease Rent is levied at the rate
of 2% (two percent) per annum of the total land premium and applicable GST (Goods and
Service Tax) for first 30 years from the signing of Lease cum development Agreement. The
lease agreement shall be executed in accordance with follows:
a. For Model 1: After the full payment of Total Land Premium or payment of First
Instalment of 25% of the Total Land Premium with adjustment of already paid
EMD amount (if paid upfront in the form of DD) within 90 days of issuance of NOA
and on furnishing Bank Guarantee for Balance Land Premium and Annual Lease
Rent of 2% of total Land Premium along applicable GST (Goods and Service Tax) by
the Successful Tenderer.
b For Model 2: The selected Tenderer as per the chosen payment plan, shall have to pay
25% of the total land premium (less EMD if paid upfront in the form of DD) drawn in the
favor of CEO, NRANVP and execute License Agreement. During such License period the
allottee has to pay annual license fees of 0.25% of the total land premium. After payment
of 100% of the Total Land Premium, Lease Rent and all other due payments, the Licensee
shall be allowed to sign the Lease Agreement.
vi. The lease of the Plot shall be renewed for each term of 30 (Thirty) years, for two such terms
subject to an increase of maximum 100% (Hundred percent) on the annual lease rent of
Plot at the time of renewal, for each renewal, as may be decided by the Authority, under
the provisions of "Chhattisgarh Vishesh Kshetra (Achal Sampatti ka Vyayan Niyam).
vii. The successful tenderer shall execute and sign the Lease/License Agreement within 90
(ninety) days from the issue of the NoA after depositing amount as per “Schedule-A, Part-
D” and applicable Lease Rent/License Fee, 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/License Agreement. In the event the successful Tenderer
fails to deposit the amount or fails to sign the Lease/License Agreement within the
stipulated period NRANVP shall have right to forfeit the EMD and cancel the allotment.
viii. The possession of land shall be handed over to the Lessee/Licensee within 30 days of
registration of Lease cum Development Agreement /License Agreement.
ix. NRANVP reserves the right to reject any or all Tender 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 Chhattisgarh eProcurement Website: https://eproc.cgstate.gov.in and
which shall not be published in newspaper/s.
x. The payment schedule of the land Premium shall be as per “Schedule-A, Part-D” (Section
C “Payment Condition”)
xi. Tender Processing Fee & submission Format: The tenders are to be submitted in the
prescribed form and can be directly downloaded from Chhattisgarh eProcurement Website:
https://eproc.cgstate.gov.in. The Tender Processing Fee shall be as per “Schedule-A,
Part-G” (non-refundable). The Tenderer shall submit only the Technical Proposal in
Hard Copy also. In case the Tenderer fails to submit the hardcopy within the
stipulated period, the bid shall be considered as non-responsive. The Tenderer is
required to provide all the information/document as per prescribed Tender format. NRANVP
shall consider only those Tenders that are received within the time and in the prescribed
format and are complete in all respects. The hard copy of Technical Proposal shall be
sealed in an Envelope and shall comprise the following:
a) The Bank Draft for EMD payable to the Chief Executive Officer, Nava Raipur Atal
Nagar Vikas Pradhikaran in any Nationalised /Scheduled Bank payable at Raipur or
Bank Guarantee as per APPENDIX-III.
b) The Bank Draft for Tender Processing Fee payable to the Chief Executive Officer,
Nava Raipur Atal Nagar Vikas Pradhikaran from any Scheduled Commercial Bank
payable at Raipur.
c) Power of Attorney as set out in APPENDIX-I.
d) Power of attorney for lead member of consortium set out in APPENDIX-IV.
e) Joint Bidding Agreement in APPENDIX-V
f) Declaration for downloaded Tender set out in APPENDIX-II.
g) Form - I, Form - II, and Form - III as specified in the RFP.
h) Documents in support of eligibility criteria as per “Schedule-A Part-D”.
i) Whole Tender document (Volume-I, II and III) Duly signed.
Tenderers to revalidate or extend their respective Tender Security and bid validity, as
necessary, and ask the remaining tenderers to match the Financial Proposal of the aforesaid
Highest Tenderer (the “second round of bidding”). If in the second round of bidding, only
one Tenderer matches the Highest Tenderer, it shall be the Preferred Tenderer. If two or
more Tenderers match the said Highest Tenderer in the second round of bidding, then the
Tenderer whose Financial Proposal was higher as compared to other Tenderer(s) in the first
round of bidding shall be the Preferred Tenderer. For example, if the third and fifth highest
Tenderers in the first round of bidding offer to match the said Highest Tenderer in the second
round of bidding, the said third highest Tenderer shall be the Preferred Tenderer.
v. In the event that no Tenderer offers to match the Highest Tender in the second round of
bidding as specified in Clause 11 (iv) the Authority may, in its discretion, invite fresh Tenders
(the “third round of bidding”) from all Tenders except the Highest Tenderer of the first round
of bidding, or annul the Bidding Process, as the case may be. In case the Tenders are invited
in the third round of bidding to revalidate or extend their Tender Security, as necessary, and
offer fresh Tenders, they shall be eligible for submission of fresh Tenders provided, however,
that in such third round of bidding only such Tenders shall be eligible for consideration which
are higher than the Financial Quote of the second highest Tenderer in the first round of
bidding.
a. After selection of preferred Tenderer, a Notice of Award (the “NOA”) shall be issued, in
duplicate, by the Authority to the Preferred Tenderer and the Preferred Tenderer shall,
within 7 (Seven) days of the receipt of the NOA, sign and return the duplicate copy of the
NOA in acknowledgement thereof. In the event the duplicate copy of the NOA duly signed
by the Preferred Tenderer is not received by the stipulated date, the Authority may, unless
it consents to extension of time for submission thereof, appropriate the EMD of such
Tenderer as Damages on account of failure of the Preferred Tenderer to acknowledge
the NOA, and the next eligible Tenderer may be considered.
b. After acknowledgement of the NOA as aforesaid by the Preferred Tenderer, it shall
execute the Lease cum Development Agreement or License Agreement within the period
prescribed in Clause 8. The Preferred Tenderer shall not be entitled to seek any deviation,
modification or amendment in the Lease cum Development Agreement or License
Agreement.
12. Dates of opening of tender: The important Tender dates shall be as per “Schedule-A, Part H”
j. it contains certificate from its statutory auditors/ Charted accountant in the format specified
in this RFP;
k. It does not contain any condition or qualification; and
l. It is not non-responsive in terms hereof.
15. Mortgage
The Lessee 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 approval of Authority and subject to the conditions that the first
charge shall always be with Authority, but in case of License Agreement there is no provision for
mortgaging the Land.
shall be considered to have a Conflict of Interest that affects the Tender Process, if:
i. “the Tenderer, its Member or Associate (or any constituent thereof) and any other
Tenderer, its Member or any Associate thereof (or any constituent thereof) have common
controlling shareholders or other ownership interest; provided that this disqualification
shall not apply in cases where the direct or indirect shareholding of a Tenderer, its
Member or an Associate thereof (or any shareholder thereof having a shareholding of
more than 5% (five per cent) of the paid up and subscribed share capital of such
Tenderer, Member or Associate, as the case may be) in the other Tenderer, its Member
or Associate, is less than 5% (five per cent) of the subscribed and paid up equity share
capital thereof; provided further that this disqualification shall not apply to any ownership
by a bank, insurance company, pension fund or a public financial institution referred to
in sub-section (72) of section 2 of the Companies Act, 2013. For the purposes of this
Clause 20, indirect shareholding held through one or more intermediate persons shall
be computed as follows: (a) 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 (b)
subject always to sub-clause (a) above, where a person does not exercise control over
an intermediary, which has shareholding in the Subject Person, the computation of
indirect shareholding of such person in the Subject Person shall be undertaken on a
proportionate basis; provided, however, that no such shareholding shall be reckoned
under this sub-clause (b) 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”
ii. a constituent of such Tenderer is also a constituent of another Tenderer; or
iii. such Tenderer, its Member or any Associate thereof receives or has received any direct
or indirect subsidy, grant, concessional loan or subordinated debt from any other
Tenderer, its Member or Associate, or has provided any such subsidy, grant,
concessional loan or subordinated debt to any other Tenderer, its Member or any
Associate thereof; or
iv. Such Tenderer has the same legal representative for purposes of this Tender as any
other Tenderer; or
v. Such Tenderer, or any Associate thereof, has a relationship with another Tenderer,
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 Tenderer of either or each of the other
Tenderer(s); or
vi. Such Tenderer 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.
20.2 A Tenderer shall be liable for disqualification and forfeiture of EMD or Performance Security if
any legal, financial, or technical adviser of the Authority in relation to the Project is engaged
by the Tenderer in any manner for matters related to or incidental to such Project during the
Tender Process or subsequent to the (i) issue of the NOA or (ii) execution of the License
Agreement or Lease cum Development Agreement. In the event any such adviser is engaged
by the Successful Tenderer or Lessee or Licensee, as the case may be, after issue of the
NOA or execution of the License Agreement or Lease cum Development Agreement, then
notwithstanding anything to the contrary contained herein or in the NOA or License Agreement
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 EMD or Performance Security,
as the case may be, which the Authority may have thereunder or otherwise, the NOA or the
License Agreement or 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 Tenderer or Lessee or Licensee for the same.
21. Confidentiality
Information relating to the examination, clarification, evaluation, and recommendation for the
Tenderer(s) shall not be disclosed to any person who is not officially concerned with the
process or is not a retained professional advisor advising the Authority in relation to or matters
arising out of or concerning the Tender Process. The Authority will treat all information,
submitted as part of the Tender, in confidence and will require all those who have access to
such material to treat the same in confidence. The Authority may not divulge any such
information unless it is directed to do so by any statutory entity that has the power under law
to require its disclosure or is to enforce or assert any right or privilege of the statutory entity
and/ or the Authority or as may be required by law or in connection with any legal process.
Schedule –“A”
Tender: Online Invitation of tender for Allotment of Plot LI/S11/1 for development of
Residential Project (Plotted & Flatted) in Sector–11, Nava Raipur Atal Nagar –on
Lease Hold /License (Development Right) basis.
Details of Project
Sr No Particulars Project Area
Project Description: In accordance with the vision for developing the new city, NRANVP
(the “Authority”) proposes to develop a Residential Project along with allied Infrastructure in
Sector 11, Nava Raipur Atal Nagar, Chhattisgarh, India.
Plot LI/S11/1 in Sector 11 of Nava Raipur Atal Nagar, consists of 12.22 acres of land for
Residential use, the Lessee/Licensee shall develop the Residential Project (Plotted & Flatted)
on the land parcel. The Lessee/Licensee shall have to construct the dwelling units (Plotted
and Flatted) as per the terms and conditions of the Tender document and shall only be
allowed to sell the built-up dwelling units. The Activities permissible on the proposed land
parcel shall be as per Nava Raipur Atal Nagar Development Plan 2031.
Note:
i. An illustration is provided below to understand the utilization of project area and applicability
of FAR.
ii. The other development norms shall be as per Development Control Regulations, NRDP-
2031 and Chhattisgarh Bhumi Vikas Niyam.
iii. Additional FAR over and above the FAR provided in this tender document can be purchased,
at the rate decided by the Authority at the time of such application.
iv. Illustration:
Notes:
1. The above calculations are illustrative in nature and the selected tenderer can utilize the FAR by
taking below points into consideration.
2. The overall FAR or Gross FAR on the entire Project land/area can’t be less than 0.75.
3. A minimum 10% of Project area should be utilized for Flatted development as per applicable
Development Control Regulations.
4. The balance area after utilizing for Flats, Open space, Circulation, Amenities etc. can be used
for Plotted development as per applicable Development Control Regulations.
5. The Selected Tenderer shall further be required to adhere Minimum and Maximum FARs
(provided at Schedule-A, Part-B) available for Plotted and Flatted Development in such a
manner that it meets the requirement of Gross FAR mentioned at Point 2 above.
To be eligible for selection, a Tenderer shall fulfil the following condition of eligibility:
A. Technical Qualification
I. For demonstrating technical capacity and experience (the “Technical Capacity”), the
Tenderer or any of its Consortium member or its Associate should have paid for the
development or construction of and/or appropriated revenue from eligible sector
project(s), as defined in this clause, equivalent to at least INR 65.00 Cr (Sixty-five Crore
only) (the “Threshold Technical Capacity”) over the past 10 (ten) financial years
preceding the Bid Due Date.
II. The Threshold Technical Capacity shall be calculated by enhancing the actual value of
work @7% per annum, compounded annually, calculated from the date of completion
of project till last date of receipt of tender.
Illustration: -
For ascertaining current value of work done 7% price-escalation per annum is added in
work-done value (X).
YEAR FACTORISATION
Current Year – 2024-25 X
Last 1 year from Bid Due date 1.07*[X]
Last 2 year from Bid Due date (1.07^2)*[X]
Last 3 year from Bid Due date (1.07^3)*[X]
Last 4 year from Bid Due date (1.07^4)*[X]
Last 5 year from Bid Due date (1.07^5)*[X]
Last 6 year from Bid Due date (1.07^6)*[X]
Last 7 year from Bid Due date (1.07^7)*[X]
Last 8 year from Bid Due date (1.07^8)*[X]
Last 9 year from Bid Due date (1.07^9)*[X]
Last 10 year from Bid Due date (1.07^10)*[X]
If the bid due date is at the beginning of the month of January-2025 and only past 10
years’ projects will be considered, the amount paid for the development or construction
of and/or appropriated revenue will be calculated from January-2015, any amount paid
for the development or construction of and/or appropriated revenue before the
mentioned period shall not be considered to calculate the current value.
1 Eligible Sectors shall include the core sector and Real Estate Sector:
a. Core Sector shall include Highways and bridges, Building works, roads, power, telecom, ports,
airports, railways, metro rail, industrial parks, logistic parks, irrigation, water supply and sewerage
projects.
b. Real Estate sector: retail or office, residential complexes, hotel/resort, IT/ITES park, commercial
complex/shopping mall.
c. Real Estate development shall not include residential flats unless they form a part of a real estate
complex or township.
d. The Project could be completed or ongoing, however cost incurred and/or appropriated revenue for
each project furnished by the Tenderer could not be less than INR 13.00 Crore (Rupee Thirteen
Crore only).
B. Financial Capacity
The Tenderer or any of its Consortium member or its Associate should have a minimum Net
Worth (the “Financial capacity”) of at least INR 16.25 Crore (Rupee Sixteen Crore Twenty-
five Lakh) as on March 31, 2024.
iii. The Projects submitted for meeting the technical capacity could be ongoing or completed.
The Tenderer shall submit a certificate or document from competent Government
Authority to establish the commencement of construction of Project or completion of
construction of Project or commencement of operation of Project AND Certificate(s) from
statutory auditors/chartered accountant of the tenderer stating the payments made/
received, as the case may be, during the past 10 (ten) years in respect of the projects
specified in paragraph 4A above. In case a particular job/ contract has been jointly
executed by the tenderer (as part of a consortium), it should further support its claim for
the share in work done for that particular job/ contract by producing a certificate from its
statutory auditor/charted accountant and Consortium/Join Venture agreement.
iv. Certificate(s) from statutory auditors/chartered accountant of the Tenderer specifying the
Net Worth of the Tenderer, as at the close of the preceding financial year, and also
specifying that the methodology adopted for calculating such Net Worth conforms to the
provisions of this. For the purposes of this RFP, net worth (the “Net Worth”) shall mean
the aggregate value of the paid-up share capital and all reserves created out of the profits
and securities premium account, after deducting the aggregate value of the accumulated
losses, deferred expenditure and miscellaneous expenditure not written off, as per the
audited balance sheet, but does not include reserves created out of revaluation of assets,
write-back of depreciation and amalgamation.
C. Payment Conditions:
Plan 1 Plan 2
Full Payment in one Payment in five instalments
instalment
100% with (1). First Instalment:
adjustment of already 25% with adjustment of already paid EMD amount Within 90 days of
paid EMD amount- issuance of NOA
Within 90 days of (2). Second Instalment:
issuance of NOA 10% Within 12 months of issuance of NOA + applicable simple interest
with maximum capping up to 11.5% for 9 months on balance amount
(3). Third Instalment:
20% Within 24 months of issuance of NOA + applicable simple interest
with maximum capping up to 11.5% for 12 months on balance amount
i. For Model 1: For payment plan 2, the selected Tenderer as per the chosen payment
plan, shall have to pay 25% of the land premium (less EMD if paid upfront in the form of
DD) in the favour of CEO, NRANVP and Shall submit Irrevocable and unconditional Bank
Guarantee against the balance land premium and pay the applicable annual lease rent
prior to signing of Lease cum Development Agreement
a. The said Bank Guarantee shall be valid till 4 years from the issuance of NOA or till
100% of the total Land premium is paid, whichever is later.
ii. For Model 2- the selected Tenderer as per the chosen payment plan, shall have to pay
25% of the land premium (less EMD, if furnished upfront in the form of DD) drawn in the
favour of CEO, NRANVP and execute License Agreement. During such License period the
allottee has to pay annual license fee of 0.25% of the total land premium + GST.
a. Lease cum Development Agreement may be executed after payment of 100% of the
Land Premium, Lease Rent and all other dues by the Licensee as per the terms &
conditions of the Tender Document and the Licensee shall not be at default as per
the terms & conditions of the License Agreement.
iii. The developer shall construct 100% of the available built-up area as per minimum
FAR along with 100% infrastructure for Plotted Development within 5 (five) years
from the date of Lease/License Agreement.
iv. The developer shall construct 100% of the available built-up area as per minimum
FAR along with 100% infrastructure for Flatted Development within 7 (Seven) years
from the date of Lease Agreement/License Agreement.
v. Scheduled Project Completion Date: Means the last day of 84 (Eighty-four) months
starting from the signing of Lease/License Agreement.
iv. Where the development and construction, as the case may be is commenced by the
Lessee/Licensee as per terms of the Lease/License Agreement after obtaining development
and/or building construction permission but fails to achieve the development milestones in
stipulated time provided in this RFP, 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/Licensee:
Amount of additional
Block of time
Period of time surcharge as percent of
extension
the Land premium
First Twenty-four months or part thereof Five
Second Twenty-four months or part thereof after Fifteen
the First extension of time.
Third For such period as decided by the Thirty
Authority after the Second extension of
time
LETTER OF PROPOSAL
(To be kept in Technical Proposal on Tenderer’s Letter Head)
Dated:
To
The Chief Executive Officer,
Paryavas Bhawan, North Block,
Sector -19, Nava Raipur Atal Nagar-492002,
Chhattisgarh
Sub: Tender for Allotment of Plot LI/S11/1 for Development of Residential Project (Plotted &
Flatted) in Sector–11, Nava Raipur Atal Nagar
Dear Sir,
1. With reference to your Tender document dated ……………, I/we, having examined the Tender
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 the NRANVP. In such case
the EMD, shall stand forfeited and I/We will have no claim whatsoever.
3. I/ We acknowledge the right of the Authority to cancel the tender 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:
i. I/ We do not have any conflict of interest.
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 the NIT document, in respect of any tender or request for Tender
issued by or any agreement entered into with the NRANVP or any other public sector
enterprise or any government, Central or State; department and
iii. I/ We hereby certify that we have taken steps to ensure that in conformity with the
provisions of the Tender, 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 the NRANVP any additional information it may find necessary or
require to supplement or authenticate the Tender.
7. I/We certify that in the last three years, I/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 Tender
for the Project
9. In the event of I/ We am/are being declared as the successful Tenderer, I/We agree to enter
into an Agreement in accordance with the draft that has been provided prior to the Tender Due
Date. We agree not to seek any changes in the aforesaid draft and agree to abide by the same
10. The Land premium has been quoted by me/us in the online Financial Proposal after taking
into consideration all the terms and conditions stated in the Tender and the draft Agreement.
11. I/We agree to keep this offer valid for “Schedule-A, Part-F” days from the Tender Due Date
specified in the Tender.
12. I/ We further certify that in regard to matters relating to Proposal and integrity of the country,
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 us
or against our Associates or against our CEO or any of our Directors/ Managers/ employees.
14. The Bid security (EMD), and Tender Processing Fee is attached as per the “Schedule-A, Part-
F and Part-G”.
15. I/We agree and undertake to abide by all the terms and conditions of the tender document.
16. In case my Tender is not accepted then my EMD submitted in the form of a. DD :- may kindly
be sent to my bank directly , details are given below
a. Name as per Bank record :
Account No :
IFCS code :
Bank Name and address :
or
b. Bank Guarantee: - may be returned to the Address given below:-
17. For Tenderer who have downloaded the documents directly from website-- I/we am/are
enclosing the declaration (Appendix-II) along with Tender Processing Fee in the form of DD as
“Schedule-A, Part G”.
I/we submit Technical Proposal and Online Financial Proposal under and in accordance with
the terms of the Tender.
Date:
Place:
(Signature of the Authorized Signatory)
Name & Designation
Enclosure: Technical Proposal
1. EMD in form of DD / BG (Appendix – III)
2. Power of attorney of signing of proposal (Appendix-I).
3. Tender Processing Fee in form of DD along with Appendix-II).
4. All forms asked in the Eligibility Criteria as per “Schedule-A, Part-D”; Form-I, Form-II,
Form-III with supporting documents
5. In case of consortium, Power of attorney for lead member (Appendix-IV).
6. In case of consortium, Joint bidding Agreement (Appendix-V).
7. Tender document with RFP & Draft Agreement duly signed.
The Tenderer who have downloaded the TENDERs from the web, should read the following important
instructions carefully before actually quoting the rates and submitting the TENDER documents
(Volume-I, II, & III): -
1. The Tenderer should see carefully and ensure that the complete TENDER document as per
the index given.
2. The printout of TENDER 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 Tenderer should ensure that no page in the downloaded TENDER document is missing.
4. The Tenderer should ensure that all pages in the down loaded TENDER document are legible
and clear and are printed on a good quality paper.
5. The Tenderer should ensure that every page of the downloaded TENDER document is signed
by Tenderer with stamp (seal).
6. The Tenderer should ensure that the submitted hardcopy of technical proposal TENDER
document is properly bound and sealed and numbered before submitting the same.
7. The Tenderer shall furnish a declaration to this effect that no addition/ deletion/corrections have
been made in the TENDER document submitted and it is identical to the TENDER document
appearing on Web site.
8. The Tenderer should read carefully and sign the declaration given on the next page before
submitting the TENDER.
9. The Tender Processing Fee should be submitted along with the EMD as detailed in NIT.
CEO, NRANVP
Appendix-I
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 Plot LI/S11/1 for Development of Residential
Project (Plotted & Flatted) in Sector–11, Nava Raipur Atal Nagar” by the Nava Raipur Atal Nagar
Vikas Pradhikaran (NRANVP) “Authority”) including but not limited to signing and submission of all
applications, Bids 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 Bid, 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)
(Signature)
(Name, Title and Address of the Attorney)
Accepted [Notarised]
Notes:
i. Self-attested copy of Aadhaar card needs to be submitted by all the witnesses and the
executor of this power of attorney.
ii. 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.
iii. Also, wherever required, the Tenderer should submit for verification the extract of the charter
documents and documents such as a resolution/power of attorney in favor of the person
executing this Power of Attorney for the delegation of power hereunder on behalf of the
Consultant.
iv. 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.
Appendix-II
DECLARATION FOR DOWNLOADED TENDER
(To be given by the Tenderer who have downloaded the tender document from the website
on its letter head)
It is to certify that:
1. I / We have submitted the Tenders in the Performa as downloaded directly from the Website
and there is no change in formatting, page numbering etc.
2. I / We have submitted tender documents which are same / identical as available in the website.
3. I / We have not made any modifications / corrections / additions /deletions etc. in the tender
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 tender document submitted by us are clear and legible.
5. I / We have signed (with stamp) all the pages of the tender document before submitting the
same.
6. I / We have sealed the tender documents by Wax /Adhesive tape properly before submitting
the same.
7. I / We have submitted the Tender Processing Fee along with the EMD and all Credentials.
8. I / We have read carefully and understood the important instructions to all Tenderers who have
downloaded the Tenders from the web.
9. In case at any stage later, it is found that there is difference in my/our downloaded tender
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 tender
documents from the original, the Tender / work will be cancelled and Earnest Money /
Performance guarantee/ 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:
(Tenderer)
Sign with seal
Appendix-III
Format of Bank Guarantee for Earnest Money Deposit (EMD)
2. Any such written demand made by NRANVP stating that the Tenderer 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 Tenderer or any other person and irrespective of whether the claim of NRANVP is disputed
by the Tenderer or not merely on the first demand from NRANVP stating that the amount claimed
is due to NRANVP by reason of failure of the Tenderer to fulfill and comply with the terms and
conditions contained in the Tender Documents including failure of the said Tenderer to keep its
Tender open during the Tender 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. ........................... (Indian Rupees only).
4. This Guarantee shall be irrevocable and remain in full force for a period of 240 (Two hundred and
forty) days from the Tender Due Date or for such extended period as may be mutually agreed
between NRANVP and the Tenderer, 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
Tenderer 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 Tenderer to keep its
Tender open during the Tender validity period set forth in the said Tender Documents, and the
decision of NRANVP that the Tenderer is in default as aforesaid shall be final and binding on us,
notwithstanding any differences between NRANVP and the Tenderer 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 Tenderer
or the Bank or any absorption, merger or amalgamation of the Tenderer 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 Tender Documents or to extend time for submission of the Tenders or the Tender validity
period or the period for conveying acceptance of Letter of Award by the Tenderer 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 Tenderer or to postpone for any time and from time to time any of the powers
exercisable by it against the said Tenderer 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
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 Tenderer or any other forbearance, act or omission on the part of NRANVP or any
indulgence by NRANVP to the said Tenderer 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 Tenderer 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 Tenderer 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).
(Official Seal)
FORM - I
(c) Address of the Registered Office/ Corporate office and its Branch office(s), if any.
In case of Consortium:
(c) Address of the Registered Office/ Corporate office and its Branch office(s), if any.
3. Details of the Authorised Signatory of the entity for the point of contact/
communication
Designation __________
Mandatory Enclosures:
a) Self-Attested copy of certificate of Registration/ Incorporation
FORM - II
Instructions:
1. Tenderers are expected to provide information in respect of each Eligible Project in this Form.
The projects cited must comply with the eligibility criteria specified in Schedule-A Part D of
the RFP. Information provided in this section is intended to serve as a backup for information
provided in the Application. Tenderers should also refer to the Instructions below.
2. A separate sheet should be filled for each Eligible Project.
3. The total payments received/ made and/or revenues appropriated for each Eligible Project
are to be stated in this Form-III. The figures to be provided here should indicate the break-
up for the past 10 (ten) financial years. Year 1 refers to the financial year immediately
preceding the Application Due Date; Year 2 refers to the year before Year 1, Year 3 refers
to the year before Year 2, and so on. Payment for construction works should only include
capital expenditure and should not include expenditure on repairs and maintenance.
4. The equity shareholding of the Tenderer, in the company owning the Eligible Project, held
continuously during the period for which Eligible Experience is claimed, needs to be given
5. No double counting in respect of the same experience / project shall be permitted in any
manner whatsoever.
6. Certificate from the Tenderer’s statutory auditor / charted accountant must be furnished as
per formats below for each Eligible Project. In jurisdictions that do not have statutory auditors/
charted accountants, the auditors who audit the annual accounts of the Tenderer may
provide the requisite certification.
7. 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 capital cost of the project is Rs. ……… cr. (Rupees
…………………crore), of which Rs. ……… cr. (Rupees …………… crore) of capital expenditure
for development/construction by the aforesaid project company was incurred during the past
ten financial years as per year-wise details noted below:
………………………
………………………
OR
We certify that the eligible annual revenues collected and appropriated by the aforesaid project
company in terms of Schedule-A Part D of the RFP during the past ten financial years were Rs.
……… cr. as per year-wise details noted below:
………………………
………………………
Name of the audit firm:
Seal of the audit firm: (Signature, name and designation
Date: of the authorized signatory)
8. It may be noted that in the absence of any detail in the above certificates, the information
would be considered inadequate and could lead to exclusion of the relevant project in
evaluation of eligibility.
Provide Certificate as per this format only. Attach explanatory notes to the Certificate, if necessary. In
jurisdictions that do not have statutory auditors, the firm of auditors/ Charted accountant which audits the
annual accounts of the Tenderer may provide the certificates required under this RFP.
FORM - III
FINANCIAL CAPABILITY OF THE TENDERER
(Refer to Schedule-A Part-D of the RFP)
Name of Tenderer:
Net worth of the _____________________as on
31st March 2023 or 31st March 2024 (INR Crore)
* The “Net Worth” shall mean the aggregate value of the paid-up share capital and all reserves created
out of the profits and securities premium account, after deducting the aggregate value of the
accumulated losses, deferred expenditure and miscellaneous expenditure not written off, as per the
audited balance sheet, but does not include reserves created out of revaluation of assets, write-back
of depreciation and amalgamation
Note:
i. Net Worth amount shall not be considered for evaluation if this certificate is not signed and stamped
by the auditor/CA (along with UDIN) certifying the Net Worth of the Tenderer.
ii. The Tenderer shall attach copies of the balance sheets, P&L Account, financial statements for 10
(ten) Financial years preceding the tender due date. The financial statements shall:
a) reflect the financial situation of Tenderer
b) be audited by Charted Accountant/Statutory Auditor.
c) be complete, including all notes to the financial statements
d) Correspond to accounting periods already completed and audited (no statements for
partial periods shall be requested or accepted).
iii. Tenderer shall provide an Auditor’s Certificate as mentioned specifying the Net worth of the
Tenderer and also specifying the methodology adopted for calculating such net worth in accordance
with the RFP document.
Appendix-IV
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 Plot LI/S11/1 for Development of Residential Project (Plotted & Flatted) in
Sector–11, 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 ………. 2024
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 Tenderer 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
Tenderer. 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 Tenderers 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.
APPENDIX-V
THIS JOINT BIDDING AGREEMENT is entered into on this the ………… day of………… 2024
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)
The above-mentioned parties of the FIRST and SECOND 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 tenderers Allotment of Plot LI/S11/1 for
Development of Residential Project (Plotted & Flatted) in Sector–11, 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 Tenderers
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 or License
Agreement when all the obligations of the SPV shall become effective;
(b) Party of the Second 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:
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} Part whose technical experience and/or net worth have been reckoned for the purposes of
qualification and short-listing of Tenderers 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/License 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/License 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 Tenderer is not selected or upon return of the Bid Security by the Authority to
the Tenderer, 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.
FINANCIAL PROPOSAL
(To be submitted Online only)
Tender for Allotment of Plot LI/S11/1 for Development of Residential Project (Plotted &
Flatted) in Sector–11, Nava Raipur Atal Nagar
Residential Plot
LI/S11/1, Sector –11, in 49,482.963 5,917.00
Nava Raipur Atal Nagar
Note:
1. The Land Premium should be quoted after taking into consideration all the terms and conditions
stated in the RFP, draft Lease cum Development Agreement or License Agreement, your own
estimates of costs and after a careful assessment of the site and all the conditions that may
affect the Bid.
2. A bid amount of equal to or less than INR 5,917.00 per sq.mt for Land/Development Premium
shall be considered as non-responsive and shall not be considered for evaluation.
3. In case the tenderer submits the financial proposal in hard copy, the bid shall be outrightly
rejected.
4. In case the Tenderer doesn’t furnish the online financial proposal in the required format i.e.
INR/sq.mt., the online financial proposal submitted by the Tenderer shall be evaluated as non-
responsive and shall not be considered for financial evaluation.