eco tourism project at teesta (gajoldoba) … tourism projects at teesta in... · eco tourism...

Download ECO TOURISM PROJECT AT TEESTA (GAJOLDOBA) … Tourism Projects at Teesta in... · eco tourism project at teesta (gajoldoba) dooars, west bengal request for proposal volume i july,2015

If you can't read please download the document

Upload: lamnga

Post on 06-Feb-2018

224 views

Category:

Documents


2 download

TRANSCRIPT

  • RFP for Eco Tourism Projects at Teesta in Dooars (Gajoldoba) Volume I

    Page 1 of 100

    IIDC Limited

    ECO TOURISM PROJECT AT TEESTA (GAJOLDOBA)

    DOOARS, WEST BENGAL

    REQUEST FOR PROPOSAL

    VOLUME I

    JULY,2015

    IIDC Limited

  • RFP for Eco Tourism Projects at Teesta in Dooars (Gajoldoba) Volume I

    Page 2 of 100

    IIDC Limited

    CONTENTS

    DEFINITIONS .................................................................................................................................. 5

    SUMMARY OF BIDDING PROCESS............................................................................................ 8

    DISCLAIMER ................................................................................................................................ 10

    SECTION-1: INTRODUCTION .................................................................................................... 13

    1.1 Background .......................................................................................................................... 13

    1.2 Brief description of the Bidding Process ............................................................................. 21

    1.3 Schedule of Bidding Process ............................................................................................... 23

    SECTION-2: INSTRUCTIONS TO BIDDERS ............................................................................. 24

    A. GENERAL .............................................................................................................................. 24

    2.1 General Terms of Bidding ................................................................................................... 24

    2.2 Eligibility of Bidders............................................................................................................ 27

    2.3 Number of Bids .................................................................................................................... 32

    2.4 Bid and other costs ............................................................................................................... 32

    2.5 Site visit and verification of information ............................................................................. 32

    2.6 Implementation Structure and Change in Ownership .......................................................... 33

    C. DOCUMENTS ........................................................................................................................ 35

    2.7 Clarifications ........................................................................................................................ 36

    2.8 Amendment of RFP ............................................................................................................. 36

    2.9 Right to accept and to reject any or all Bids ........................................................................ 36

    D. PREPARATION AND SUBMISSION OF BID .................................................................... 38

    2.10 Language .............................................................................................................................. 38

    2.11 Documents comprising the Bid ............................................................................................ 38

    2.12 Financial Bid / Price Bid ...................................................................................................... 40

    2.13 Currencies of Bid and Payment ........................................................................................... 41

    2.14 Bid Validity .......................................................................................................................... 41

    2.15 Bid Security ......................................................................................................................... 41

    2.16 Start of Construction ............................................................................................................ 43

    2.17 Format and Signing of Bid ................................................................................................... 43

    E. SUBMISSION OF BIDS ........................................................................................................ 44

    2.18 Sealing and Marking of Bids ............................................................................................... 44

    2.19 Deadline for Submission of Bids (Bid Due Date) ............................................................... 45

    2.20 Late Bids .............................................................................................................................. 45

    2.21 Withdrawal of Bids .............................................................................................................. 45

    F. BID OPENING AND EVALUATION .................................................................................. 47

    2.22 Opening of Technical Bid .................................................................................................... 47

  • RFP for Eco Tourism Projects at Teesta in Dooars (Gajoldoba) Volume I

    Page 3 of 100

    IIDC Limited

    2.23 Examination of Basic Eligibility Bid and Determination of Responsiveness ..................... 47

    2.24 Opening of Financial Bids ................................................................................................... 48

    2.25 Examination of Financial Bids and Determination of Responsiveness of Financial Bid .... 49

    2.26 Correction of Errors ............................................................................................................. 49

    2.27 Evaluation of Financial Bids and Selection of Bidder ......................................................... 49

    2.28 Clarification of Bids ............................................................................................................. 50

    2.29 Process to be Confidential ................................................................................................... 50

    G. AWARD OF CONTRACT ..................................................................................................... 52

    2.30 Not Used .............................................................................................................................. 52

    2.31 Authority's Right to Accept any Bid and Reject any or all Bids ......................................... 52

    2.32 Letter of Intent ..................................................................................................................... 52

    2.33 Highest Land Premium and Project Development Fees ..................................................... 52

    2.34 Performance Security ........................................................................................................... 53

    2.35 Signing of Agreement .......................................................................................................... 53

    SECTION-3: CRITERIA FOR BID EVALUATION OF BIDDERS ............................................ 54

    3.1 Evaluation parameters .......................................................................................................... 54

    3.2 Details of Experience ........................................................................................................... 55

    3.3 Financial information for purposes of evaluation ................................................................ 55

    SECTION-4: FRAUD AND CORRUPT PRACTICES ................................................................. 58

    SECTION-5: PRE-BID CONFERENCE ....................................................................................... 60

    SECTION-6: MISCELLANEOUS ................................................................................................. 61

    Annexure I: Letter Comprising the Bid .......................................................................................... 62

    Annexure II: Checklist of Submissions .......................................................................................... 66

    Annexure III: Details of Bidder ...................................................................................................... 67

    Annexure IV: Experience (Technical Capacity) of Bidder ............................................................. 68

    Annexure V: Financial Capacity of the Bidder ............................................................................... 73

    Annexure VI: Statement of Legal Capacity .................................................................................... 74

    Annexure VII: Power of Attorney for signing of Application ........................................................ 75

    Annexure VIII: Litigation History .................................................................................................. 77

    Annexure IX: Site Map ................................................................................................................... 78

    Annexure X: Project Master Plan ................................................................................................... 79

    Annexure XI: Development Guidelines .......................................................................................... 80

    Annexure XII: Board Resolution of the Associate Company ......................................................... 83

    Annexure XIII: Letter of Undertaking of the Associate Company ................................................. 84

    Annexure XIV: Price Bid (Financial Bid) ...................................................................................... 85

    Annexure XV: Not Used ................................................................................................................. 86

    Annexure XVI: Consortium Documents ...................................................................................... 87

  • RFP for Eco Tourism Projects at Teesta in Dooars (Gajoldoba) Volume I

    Page 4 of 100

    IIDC Limited

    Annexure XVII: Bank Guarantee For Performance Security ....................................................... 95

    Annexure XVIII: Guidelines of the Department of Disinvestment .............................................. 99

  • RFP for Eco Tourism Projects at Teesta in Dooars (Gajoldoba) Volume I

    Page 5 of 100

    IIDC Limited

    DEFINITIONS

    In this document the following words and expression shall unless repugnant to the context or otherwiae

    shall mean.

    a Annual Lease Fee Shall mean the Annual Lease Fee payable by the Lessee as per Clause

    2.12

    b Associate

    Shall mean, in relation to the Bidder, a person who controls, is controlled

    by, or is under the common control with such Bidder . 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 or

    contract or otherwise

    c Authority Shall mean Department of Tourism, Government of West Bengal.

    d Bid Due Date Shall mean the last date of submission of Bids as per the terms of this RFP

    e Bid Security Means the security specified in Clause 2.15.1

    f Bid Validity Period Shall be the required validity period as per the RFP and shall include any

    extension.

    g Coercive practice

    Means impairing or harming or threatening to impair or harm, directly or

    indirectly, any person or property to influence any persons participation

    or action in the Bidding Process;

    h Lease Agreement Shall mean the Agreement to be entered into between DOT, Preferred

    Bidder and the Lessee in manner & form set out Volume-II of the RFP.

    i Conflict of Interest Shall have the same meaning as specified in Clause 2.1.10

    j Consortium Means a group of companies coming together to implement the project as

    specified in Clause 2.2.1

    k Corrupt practice

    Means (i) the offering, giving, receiving, or soliciting, directly or

    indirectly, of anything of value to influence the actions of any person

    connected with the Bidding Process (for avoidance of doubt, offering of

    employment to or employing or engaging in any manner whatsoever,

    directly or indirectly, any official of DOT who is or has been associated in

    any manner, directly or indirectly with the Bidding Process or the LOI or

    has dealt with matters concerning the Lease Agreement or arising there

  • RFP for Eco Tourism Projects at Teesta in Dooars (Gajoldoba) Volume I

    Page 6 of 100

    IIDC Limited

    from, before or after the execution thereof, at any time prior to the expiry

    of one year from the date such official resigns or retires from or otherwise

    ceases to be in the service of DOT, shall be deemed to constitute

    influencing the actions of a person connected with the Bidding Process);

    or (ii) engaging in any manner whatsoever, whether during the Bidding

    Process or after the issue of the LOI or after the execution of the Lease

    Agreement, as the case may be, any person in respect of any matter

    relating to the Project or the LOI or the Lease Agreement, who at any time

    has been or is a legal, financial or technical adviser of DOT in relation to

    any matter concerning the Project;

    l DBFOT Design, Build, Finance, Operate & Transfer

    m DOT Department of Tourism, Government of West Bengal

    n Financial Bid Will have the meaning as specified in Clause 2.12

    o Fraudulent practice Means a misrepresentation or omission of facts or suppression of facts or

    disclosure of incomplete facts, in order to influence the Bidding Process ;

    p Highest Bidder Highest Bidder who has offered the Highest Land Premium as specified in

    Clause 1.2.5

    q Highest Land

    Premium

    Highest Land Premium means the Fee to be paid by the Highest Bidder

    as specified in Clause 1.2.5

    r Late Bids Shall have the meaning as defined in Clause 2.20

    s LoI Letter of Intent

    t 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)

    u PPP Public Private Partnership

    v Preferred Bidder Shall mean the successful bidder as specified in Clause 2.27.2

    w Project Shall mean development of Eco Tourism at Teesta, Dooars in Jalpaiguri

    (Gajoldoba) as specified in Clause 1.1.4

    x Qualification Criteria Shall be as specified in Clause 2.2.4

    y Re. or Rs. or INR Indian Rupee

    z Restrictive practice

    Means forming a cartel or arriving at any understanding or arrangement

    among Bidders with the objective of restricting or manipulating a full and

    fair competition in the Bidding Process or abstaining itself or any person

    from bidding as would have the effect of eliminating competition or a

    competitor

  • RFP for Eco Tourism Projects at Teesta in Dooars (Gajoldoba) Volume I

    Page 7 of 100

    IIDC Limited

    aa RFP or Request for

    Proposals Shall have the meaning as defined in the Disclaimer

    ab Shortlisted Bidders Shall have the meaning as specified in Clause 2.23.5

    ac Subject Person Shall have the meaning as specified in Clause 2.1.10

    ad Technical Committee

    A Committee constituted by the Tourism Department, Government of

    West Bengal for setting parameters for evaluation of Technical Bid and

    also evaluation of the said Bid.

    ae Tie Bidders Shall have the meaning as specified in Clause 2.27.3

    af Undesirable practice

    means (i) establishing contact with any person connected with or

    employed or engaged by DOT with the objective of canvassing, lobbying

    or in any manner influencing or attempting to influence the Bidding

    Process; or (ii) having a Conflict of Interest;

  • RFP for Eco Tourism Projects at Teesta in Dooars (Gajoldoba) Volume I

    Page 8 of 100

    IIDC Limited

    SUMMARY OF BIDDING PROCESS

    Flow Chart of Key Bid Evaluation Steps and timelines thereof

    Sl. No Stage Particulars

    A Opening of Envelope 1

    (Basic Eligibility Bid)

    Verification of Bid Security as per applicable amount specified

    in the RFP in the form of a Bank Draft in favour of Director

    Tourism, Government of West Bengal, drawn on a Scheduled

    Nationalised Bank and payable at Kolkata

    Thereafter evaluation of other Eligibility Bid Documents will be

    taken up to ensure that the Eligibility Bids confirm to the

    eligibility requirements laid down in clause 2.23 of RFP.

    B. Evaluation of Technical

    Bid

    Technical Bid of only those bidders who are found to be

    responsive as per the above stage shall be opened. The Bid shall

    be examined by the Technical Committee constituted by The

    Tourism Department, Government of West Bengal and only

    those Bidders getting 70 marks or above shall be considered for

    the next stage.

    C. Evaluation of Financial

    Bid

    Financial Bid of Eligible Bidders getting 70 marks or above

    shall be opened & the bidder quoting the highest Land Premium

    shall be declared the preferred bidder. At this stage the highest

    Land Premium shall be the sole bidding criteria.

    D. Issue of LOI The LOI to the successfully selected Bidder shall be issued by

    the Authority after obtaining necessary approvals.

    E. Submission by the

    Lessee

    The Lessee shall be required to confirm to the following

    requirements:

    a) within 15 days of LoI

    i) Letter of acceptance

    ii) Performance Guarantee document or a Scheduled

    Nationalised Bank for an amount of 10% of the Land

    Premium

  • RFP for Eco Tourism Projects at Teesta in Dooars (Gajoldoba) Volume I

    Page 9 of 100

    IIDC Limited

    b) within 45 days of LoI :

    i) payment of the Highest Land Premium in the form of a

    Demand Draft drawn on a Scheduled Nationalized

    Bank in favour of the Director Tourism, Government

    of West Bengal payable at Kolkata.

    ii) Payment of the Project Development Fee in the form of

    a Demand Draft drawn on a Scheduled Nationalized

    Bank in favour of IIDC Limited payable at Kolkata

    F. Form of SPV The Preferred Bidder shall form the SPV prior to the signing of

    the Lease Agreement but within 45 days of the LOI

    G. Signing of Lease

    Agreement

    Subject to compliance of the above & other terms of RFP the

    Lease Agreement shall be signed within 60 days of issue of LoI.

  • RFP for Eco Tourism Projects at Teesta in Dooars (Gajoldoba) Volume I

    Page 10 of 100

    IIDC Limited

    DISCLAIMER

    1. The information contained in this Request for Proposal document (the RFP) or subsequently

    provided to Bidder(s), whether verbally or in documentary or in any other form by or on behalf of

    The Department of Tourism, Government of West Bengal (referred as DOT or the Authority)

    or any of its employees or advisors, is provided to the Bidder(s) on the terms and conditions set out

    in this RFP and such other terms and conditions subject to which such information is provided

    2. This RFP document contains brief information about the Project for Development of Tourism

    Hub at Gajoldoba (herein referred to as Project) by the successful bidder/developer selected

    through a competitive bidding process. The purpose of this RFP Document is to provide Bidders

    with information that may be useful to them in the formulation of their bid and for no other

    purpose.

    3. This RFP is not an agreement and is neither an offer nor invitation by DOT to the prospective

    Bidders or any other person but is merely informatory in nature creating no obligation whatsoever.

    The terms on which the Project is to be developed and the right of the successful Bidder/applicant

    shall be as set out in separate definitive agreement to be entered into by the concerned parties later

    .The purpose of the RFP is to provide interested parties with information that may be useful to

    them in making their proposal including financial offers (the Bid) pursuant to this RFP. This

    RFP includes statements, which reflect various assumptions and assessments arrived at by DOT in

    relation to the Project. Such assumptions, assessments and statements do not purport to contain the

    information that each Bidder may require. This RFP may not be appropriate for all persons, and it

    is not possible for DOT, its employees or advisors to consider the investment objectives, financial

    situation and particular needs of each party who reads or uses this RFP. The assumptions,

    assessments, statements and information contained in this RFP, may not be complete, accurate,

    adequate or correct. Each Bidder should, therefore, conduct its own investigations and analysis and

    should check the accuracy, adequacy, correctness, reliability and completeness of the assumptions,

    assessments, statements and information contained in this RFP and obtain independent advice from

    appropriate sources Each Party shall carry out his own due diligence on all relevant issues

    including financial viability, technical parameters, site conditions etc and DOT or its advisors do

    not guarantee financial and technical viability of the project. This RFP is being made available by

    DOT to the interested parties on the terms set out in this RFP. The possession or use of this RFP in

    any manner contrary to any applicable law is expressly prohibited. The Bidders shall inform

    themselves concerning, and shall observe any applicable legal requirements. The information does

    not purport to be comprehensive or to have been independently verified. Nothing in this RFP shall

    be construed as legal, financial or tax advice.

  • RFP for Eco Tourism Projects at Teesta in Dooars (Gajoldoba) Volume I

    Page 11 of 100

    IIDC Limited

    4. Information provided in this RFP to the Bidder(s) 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 complete or authoritative statement of law.

    DOT, its employees and advisors accepts no responsibility for the accuracy or otherwise for any

    interpretation or opinion on law expressed herein.

    5. Neither the information in this RFP nor any other written or oral information in relation to the

    selection process of the Bidder for implementing the Project or otherwise is intended to form the

    basis of or the inducement for any investment activity or any decision to enter into any contract or

    arrangement in relation to the Project and should not be relied as such.

    6. DOT, its employees and advisors make no representation or warranty and shall have no liability to

    any person, including any Bidder under any law, statute, rules or regulations or tort, principles of

    restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may

    arise from or be incurred or suffered on account of anything contained in this RFP or otherwise,

    including the accuracy, adequacy, correctness, completeness or reliability of the RFP and any

    assessment, assumption, statement or information contained therein or deemed to form part of this

    RFP or arising in any way in relation to the bidding process.

    7. DOT, its employees and advisors also accept no liability of any nature whether resulting from

    negligence or otherwise, howsoever caused, arising from reliance of any Bidder upon the

    statements contained in this RFP.

    8. DOT may in its absolute discretion, but without being under any obligation to do so, update,

    amend or supplement the information, statement, assessment or assumptions contained in this RFP.

    9. Intimation of discrepancies in the RFP document, if any, should be given to the office of the DOT

    immediately by the bidder. If no written communication is received by DOT, it shall be deemed

    that the Bidders/applicants are satisfied that the RFP document is complete in all respects.

    10. The issuance of this RFP does not in any way imply that DOT is bound to select a Bidder or to

    appoint the Preferred Bidder for the Project. DOT reserves the right in its sole discretion, to accept

    or reject any or all of the bidders or bids without assigning any reasons thereof.

    11. The Bidder shall bear all its costs associated with or relating to the preparation and submission of

    its Bid including but not limited to preparing, copying, postage, delivery fees, expenses associated

    with any demonstrations or presentations which may be required by DOT or any other costs

    incurred in connection with or relating to its Bid. All such costs and expenses will remain with the

    Bidder and DOT shall not be liable in any manner whatsoever for the same or for any other costs

    or expenses incurred by any Bidder in preparation or submission of the Bid, regardless of the

    conduct or outcome of the bidding process.

  • RFP for Eco Tourism Projects at Teesta in Dooars (Gajoldoba) Volume I

    Page 12 of 100

    IIDC Limited

    12. Nothing in this RFP shall constitute the basis of a contract which may be concluded in relation to

    the Project nor shall such documentation/information be used in construing any such contract.

    Each Bidder must rely on the terms and conditions contained in any contract, when, and if, finally

    executed, subject to such limitations and restrictions which may be specified in such contract.

    13. The Bidders are prohibited from any form of collusion or arrangement in an attempt to influence

    the selection and award process of the Bid. Giving or offering of any gift, bribe or inducement or

    any attempt to any such act on behalf of the Bidder towards any officer/employee of DOT or to

    any other person in a position to influence the decision of the DOT for showing any favour in

    relation to this RFP or any other contract, shall render the Bidder to such liability/penalty as the

    DOT may deem proper, including but not limited to rejection of the Bid of the Bidder and

    forfeiture of its Bid Security.

    14. Laws of the Republic of India are applicable to this RFP.

    15. The RFP is solely for the implementation of the project to be undertaken in accordance with this

    RFP on the land the owner of which is and shall always be DoT and the land shall always be

    deemed to be in the actual exclusive possession of DoT. The Preferred Bidder shall only make use

    of the land to implement the project and the land on which the proposed project is to be under

    taken shall in no way be deemed to be transferred by any mode to the Preferred Bidder. Any

    attempt to transfer the land by any mode shall be treated as malfeasance and in that event the Lease

    Agreement shall be terminated forthwith without any notice and reason and DoT shall resume the

    land together with all structures and forfeit the deposit/Performance Guarantee without any

    prejudice to any action taken as per law.

  • RFP for Eco Tourism Projects at Teesta in Dooars (Gajoldoba) Volume I

    Page 13 of 100

    IIDC Limited

    SECTION-1: INTRODUCTION

    1.1 Background

    1.1.1 West Bengal is endowed with diversities of nature and is a tourists dream. From the arid Chhota-

    nagpur plateau region in the West, rich forests in the North and South, mountains in the North, sea

    beaches in the South and rivers crisscrossing the whole of the state, the varied panorama offers the

    discerning traveler a wide choice and caters to the requirements of varied travel segments.

    1.1.2 The Government of West Bengal recognizes tourism to be amongst the key growth engines for

    economic development and employment generation. The Government has already identified

    several projects which would develop West Bengal as an ideal tourism destination. The

    Government is committed to provide adequate supporting infrastructure for Tourism Project and

    various steps are being taken in this regard.

    1.1.3 In furtherance to this objective, the Government of West Bengal has identified key Tourism

    Projects (Tourism Parks/Tourism Circuits etc) which are planned to be implemented in association

    with suitable Private Partners identified through a transparent bidding process.

    1.1.4 Development of Eco Tourism at Teesta in Dooars, Jalpaiguri (Gajoldoba) , (the Project) is one

    such priority project which has been identified by the Department of Tourism, Government of

    West Bengal for priority implementation. The Project is positioned to tap the demand of the

    tourism segment and thus act as an engine of economic growth at the region. The Tourism Hub is

    being planned with high quality infrastructure so as to attract national as well as international

    tourists.

    1.1.5 A Project Master Plan has been prepared and various components identified for implementation.

    The Project Components as identified are to be implemented on a PPP Framework while the DOT

    would take up development of the key common infrastructure. A detailed infrastructure plan

    involving Water, Sewerage, Drainage and Road has already been developed and is in the process

    of being taken up for implementation.

  • RFP for Eco Tourism Projects at Teesta in Dooars (Gajoldoba) Volume I

    Page 14 of 100

    IIDC Limited

    1.1.6 DOT intends to select private sector developers for Design, Construction, Financing, Operation &

    Maintenance of the various components identified under the Master Plan (Project Components), in

    terms of the specifications and performance standards as set out in this bid document and the Lease

    Agreement through a transparent and competitive single stage bidding process. The Authority

    invites sealed Bids comprising Basic Eligibility Bid, Technical Bid and Price Bid from interested

    parties (herein referred to as Bidders) for developing the various Project Components as

    specified in Clause 1.1.3. A Bidder may bid for one or more of the Project Components subject to

    a maximum of three components. The private sector developer (Preferred Bidders) shall be handed

    over the possession of the Project Facility required for the respective Project Component on a as-

    is-where-is basis for a period of thirty (30) years from the date of execution of the Lease

    Agreement and in terms thereof (herein referred to as Lease Agreement). Subject to the Lessee

    being in due compliance with the terms hereof during the Lease Period, the Lease may be renewed

    by the Parties for two successive terms of 30 (thirty) years each, subject to payment of Land

    Premium (at the commencement of such term) which shall be based on the prevailing market

    value as then fixed by Lessor in granting the Lease;

    1.1.7 The scope of work for the Project shall broadly include:

    a) Planning, Design, Financing, Construction, Marketing, Managing, Operating and Maintaining

    the respective Project Component as per the development guidelines , good industry practices,

    overall objectives of the Tourism Hub, best industry practices, specifications and performance

    standards.

    b) Implementation of the Project and bringing in the required investment for the Project as per the

    preferred bidders RFP submissions and as per the detailed project report (DPR) approved by

    the Authority.

    c) Payment of all amounts in terms of the Project Agreement to the Authority

    1.1.8 A site map of the Project site is enclosed herewith as Annexure IX.

    1.1.9 A Bidder can be a company/ partnership firm/other legal entity incorporated/established as per the

    applicable laws of the country of its origin (the Bidder(s)). Subject to terms and conditions

    mentioned herein, a consortium of maximum two agencies shall be allowed to bid and any Bid

    submitted by a consortium of entities exceeding two members shall not be considered for

    evaluation under this RFP. Upon selection, the Preferred Bidder shall be required to incorporate a

    company under the Companies Act, 2013, as a special purpose company prior to execution of the

    Lease agreement (hereinafter referred to as Lessee) for the implementation of the Project under

    and in accordance with the provisions of the Lease agreement (the Lease Agreement) to be

  • RFP for Eco Tourism Projects at Teesta in Dooars (Gajoldoba) Volume I

    Page 15 of 100

    IIDC Limited

    entered into between the Preferred Bidder, Lessee and the Authority in the form provided by the

    Authority as part of the Bidding Documents pursuant hereto.

    Throughout these bidding documents, the terms Bid and Tender and their derivatives (bidder/

    tenderer/ , bidder/applicant, bid/ tender, bidding/ tendering, etc.) are synonymous.

    1.1.10 The Lease Agreement to be entered into between DOT, Preferred Bidder and the Lessee shall set

    forth the detailed terms and conditions for grant of Lease to the Lessee, including the scope of the

    Lessees services and obligations (the Lease).

    1.1.11 The statements and explanations contained in this RFP are intended to provide a proper

    understanding to the Bidders about the subject matter of this RFP and should not be construed or

    interpreted as limiting in any way or in any manner the scope of services and obligations of the set

    forth in the Lease Agreement or the Authoritys rights to amend, alter, change, supplement or

    clarify the scope of work, the Lease to be awarded pursuant to this RFP or the terms thereof or

    herein contained. Consequently, any omissions, conflicts or contradictions in the Bidding

    Documents including this RFP are to be noted, interpreted and applied appropriately to give effect

    to this intent, and no claims on that account shall be entertained by the Authority.

    1.1.12 The Authority shall receive Bids pursuant to this RFP in accordance with the terms and conditions

    set forth herein and other documents as provided by the Authority pursuant to this RFP and as

    modified, altered, amended and clarified from time to time by the Authority (collectively the

    "Bidding Documents"). All the Bids shall be prepared and submitted in accordance with such

    prescribed terms and conditions on or before the date specified in clause 1.3 of this RFP for

    submission of Bids (the Bid Due Date).

    1.1.13 Proposed Tourism Park at Gajoldoba

    a. The Department of Tourism, Government of West Bengal proposes to develop a Tourism Park

    on its land of around 208 acres situated adjacent to the Teesta Barrage. The site is suitable for

    Tourism and is surrounded by the Teesta Barrage, Teesta Canal and the Baikunthapur Forest

    and is rich in natural beauty and splendor. The Department of Tourism has already taken up

    steps for development of supporting infrastructure for the proposed Initiative.

  • RFP for Eco Tourism Projects at Teesta in Dooars (Gajoldoba) Volume I

    Page 16 of 100

    IIDC Limited

    b. The following land use has been proposed for the area :

    Sl No. UNITS acres

    1 Lake Plaza 4

    2 Ayurvedic Spa village 4

    3 High End Eco-Lake Resort 13

    4 Star Category Eco-Resort - I 6

    5 Star Category Eco- Resort II 3

    6 Star Category Eco- Resort III 3

    7 Hospitality Training Institute 4

    8 Reception / Interpretation 3

    9 Utilities (2+6) 8

    10 Budget Eco Resort I 1.75

    11 Budget Eco Resort II 1.75

    12 Budget Eco Resort III 1.75

    13 Cultural Area 13

    14 Parking 4

    15 Amusement Park 8

    16 Youth Hostel [Yuva Kendra] 2

    17 Retirement Home 2

    18 Camping Area 5

    19 Golf Course & Academy 83

    20 Elephant Zone 5

    21 Buffer 8

    22 Lake 14

    23 Road 9

  • RFP for Eco Tourism Projects at Teesta in Dooars (Gajoldoba) Volume I

    Page 17 of 100

    IIDC Limited

    The Following Project Components (as identified in the Matser Plan provided as Annexure X) are being

    currently offered under this bid:

    1.1.14 Introduction to Gajoldoba

    Gajoldoba is a barrage, based on the

    River Teesta. The barrages attract a

    large number of wintering

    waterfowls. The area is also a part of

    the Terai-Dooars Forest Circuit

    which covers the Mahananda

    Wildlife Sanctuary, large

    Baikanthapur Forest division,

    Gorumara National Park, etc.

    The region is ideal for Nature Tourism particularly for bird watchers. Water & Forest attracts a

    number of birds from Ladakh and Central Asia. This place is also frequented by the beauty

    Brahmini Ducks, Bar Headed Goose, Poachards, Pintails, Shovlers, mallards, black Ibis, and

    many species of storks, cormorants and ducks. It is a good place to see migrating and wintering

    24 Bird Watching area 1.47

    25 Entry Gate Plaza & Boating Point 0.28

    TOTAL 208

    UNITS Acres

    Star Category Eco- Resort II 3.09

    Hospitality Training Institute 4.19

    Budget Eco Resort I 1.75

    Budget Eco Resort II 1.75

  • RFP for Eco Tourism Projects at Teesta in Dooars (Gajoldoba) Volume I

    Page 18 of 100

    IIDC Limited

    raptors, plus grebes. Some birds seen here are Common Shelduck, Falcated Duck, Garganey,

    Red-crested Pochard, Ferruginous Pochard, Lesser Sand Plover, Northern Lapwing, Osprey,

    Western and Eastern Marsh Harriers, Hen Harrier, Peregrine, Great Crested and Black-necked

    Grebes. The Baikunthapur forest which is adjacent to the site offers opportunities for wild life

    and nature tourism.

    The dense Baikunthapur Forest has the potential of becoming one of the most attractive tourism

    destinations of West Bengal.

    Project Location

    Gajoldoba is located around 35 km South-east of Siliguri which is a busy business hub in North

    Bengal and acts as an important corridor to Nepal, Bhutan, Bangladesh and the North Eastern

    States. Bagdogra Airport and New Jalpaiguri Railhead are on the outskirts of the Siliguri town

    and Siliguri is very well connected to almost all major cities of India. Siliguri is already a major

    Tourism Gateway.

  • RFP for Eco Tourism Projects at Teesta in Dooars (Gajoldoba) Volume I

    Page 19 of 100

    IIDC Limited

    Project Rationale

    Some of the key features of the site which makes the location attractive for Tourism are as

    follows:

    Unparalleled natural beauty by the side of the barrage and dense forest.

    Strong connectivity with Siliguri and rest of the country

  • RFP for Eco Tourism Projects at Teesta in Dooars (Gajoldoba) Volume I

    Page 20 of 100

    IIDC Limited

    Area is enriched with river, reservoirs, hillock, dense forest and wildlife. All these create

    wide opportunities for tourism

    activities.

    The site has an ambience of natural

    greenery due to presence of lush

    green luxuriant trees.

    Popular picnic spot as well as perfect

    place for birds watcher in the region

    Availability of vast stretches of Land

    Further details on the Tourism Activities and Project Plan are provided in the Project

    Information Memorandum.

    1.1.15 The Bidder shall pay Rs 10,000/ (Rupees Ten thousand only) to the Authority as non-refundable

    cost of procuring the RFP documents being provided to the Bidders, by way of a demand draft in

    favor of Director, Department of Tourism, Government of West Bengal, drawn on a Scheduled

    Nationalised Bank, and payable at Kolkata. Alternatively Bidder can also download the RFP

    document from the websites www.wbtourism.gov.in, www.banglarmukh.gov.in or

    www.iidcindia.co.in. However in such case the Bidder/(s) shall submit the said demand draft (non

    refundable) along with the Bid. In case Bidder submits more than one component, then each bid

    http://www.wbtourism.gov.in/http://www.banglarmukh.gov.in/http://www.iidcindia.co.in/

  • RFP for Eco Tourism Projects at Teesta in Dooars (Gajoldoba) Volume I

    Page 21 of 100

    IIDC Limited

    should be accompanied by the Demand Draft or procured from DOT by payment of draft as

    mentioned herein provided that a bidder can bid for a maximum of three components.

    1.1.16 In order to assist DOT to carry out the Bidding Process, IIDC Limited (formerly IL&FS

    Infrastructure Development Corporation Limited) has been appointed to act as the Project advisor

    to undertake the Project development activities inter-alia including preparation of Bidding

    Documents and selection of the Preferred Bidder in terms hereof.

    1.2 Brief description of the Bidding Process

    1.2.1 DOT invites sealed Basic Eligibility Submission, Technical Bids and Price Bids (hereinafter

    collectively referred to as the Bid) from Bidders for design, financing, construction and

    operation of the Project Components. The Authority has adopted a single-stage process (referred

    to as the "Bidding Process") for selection of the Preferred Bidder for undertaking the Project

    Components in terms hereof. The Bid submission is envisaged in three parts, Basic Eligibility

    Submission (Envelope I) Technical Bid (Envelope II) and Financial Bid (Envelope III).

    .Envelope II of only those bidders whose Eligibility Submission is found to be responsive and

    fulfills the qualification requirements shall be opened. The Bidders scoring the qualifying marks

    as per Envelope II shall be declared as shortlisted and Financial Bids of only such bidders shall

    be opened. Bid Security of those Bidders who do not qualify at this stage shall be returned.

    1.2.2 This RFP document contains information about the Project, Bidding Process, Bid submission,

    Qualification and Financial Bid requirements.

    1.2.3 The Bid shall be valid for a period of not less than 180 days from the Bid Due Date.

    1.2.4 A Bidder is required to deposit, along with its Bid, a Bid Security equivalent to an amount as

    specified in Clause no. 2.15.1 of this RFP Document.

    Bidders are invited to examine the Project site, and to carry out, at their cost, such studies as may

    be required for submitting their respective Bids for undertaking the Project including

    implementation of the Project.

    In the event the Bidders wish to visit the Project Site, such Bidders shall inform DOT and IL&FS

    by way of sufficient notice with name of the persons (maximum no of two persons for each

    Bidder). DOT shall notify the date for such visit, on receipt of the request from Bidders. The

    Bidders shall bear their respective expenses in relation to the visit. The Bidder shall indemnify

    the Authority in respect to all liabilities which may arise out of the said Project site visit or

    survey investigation carried out on or about the Project Facility by the Bidders. By submitting its

  • RFP for Eco Tourism Projects at Teesta in Dooars (Gajoldoba) Volume I

    Page 22 of 100

    IIDC Limited

    bid, the bidder accepts and confirms that the bidder has conducted his independent due diligence

    and has taken into account all risks that may affect the project and indemnifies DOT and its

    advisors from any liabilities whatsoever.

    1.2.5 Bids are invited for the Project on the basis of highest land premium (the Highest Land

    Premium) offered to the Authority by a Bidder for the grant of the Project. The Highest Land

    Premium shall constitute the sole criteria for evaluation of Financial Bids. In this RFP, the term

    Highest Bidder shall mean the Bidder who is offering the highest Land Premium. Generally

    the Highest Bidder shall be the Preferred Bidder. The other bidders will be kept in reserve and

    may, in accordance with the process specified in the RFP, be invited to match the bid submitted

    by the Highest Bidder in a case where the Highest Bidder withdraws or is not selected for any

    reason. If none of the Bidders match the bid of the Highest Bidder, DOT may, in its sole

    discretion, invite fresh bids from all bidders or annul the Bidding Process, as the case may be.

    The Land Premium shall be the amount payable by the Bidder in consideration of the grant of the

    lease rights and shall constitute the lease premium and a proportion of the development cost

    incurred for the Project. DOT shall determine a minimum reserve price based on the above after

    submission of the financial bid but prior to opening of the financial bids. The financial bid

    submitted by the highest bidder shall be evaluated against the above reserve price and bids lower

    than the above reserve price shall be liable for rejection.

    1.2.6 A Lease Agreement will be entered between the Authority, Preferred Bidder and the Lessee

    incorporated by the Preferred Bidder under the provisions of the Companies Act, 2013, for

    undertaking the Project. The Bidding Documents includes the draft Lease Agreement. Subject to

    the provisions of Clause 2.8.3, the aforesaid documents and any addenda issued subsequent to

    this RFP Document, but before the Bid Due Date, will be deemed to form part of the Bidding

    Documents.

    1.2.7 Any award pursuant to the Bidding Process shall be subject to the terms and conditions of

    Bidding Documents.

    1.2.8 Any queries or request for additional information concerning this RFP shall be submitted in

    writing or by fax and e-mail to the officers designated in Clause 2.11.3 and at IIDCs address as

    mentioned in Clause 2.11.3 (A). The envelopes/ communication shall clearly bear the following

    identification/ title:

  • RFP for Eco Tourism Projects at Teesta in Dooars (Gajoldoba) Volume I

    Page 23 of 100

    IIDC Limited

    "Queries/Request for Additional Information: RFP for Development of Eco

    Tourism at Teesta, Dooars, in Jalpaiguri (Gajoldoba);

    1.3 Schedule of Bidding Process

    DOT shall endeavor to adhere to the following bidding schedule:

    Sl No Event Description Estimated Date

    1 Uploading of Bid 30.07.2015

    2 Last date for receiving queries 10.08.2015

    3

    Pre Bid Meeting

    (please refer section-5 of this RFP)

    12.08.2015

    4 Bid Due Date 07.09.2015, 1600 hours

    5 Opening of Technical Bids To be announced

    6

    Shortlisting of Bidder

    (to be noted through www.wbtourism.gov.in )

    To Be Announced

    7 Opening of Financial Bid To Be Announced

    http://www.wbtourism.gov.in/

  • RFP for Eco Tourism Projects at Teesta in Dooars (Gajoldoba) Volume I

    Page 24 of 100

    IIDC Limited

    SECTION-2: INSTRUCTIONS TO BIDDERS

    A. GENERAL

    2.1 General Terms of Bidding

    2.1.1 A Bidder is eligible to submit only one Bid for one component. No Bidder shall submit more than

    one Bid for one Project Component.

    2.1.2 Notwithstanding anything to the contrary contained in this RFP, the detailed terms of the draft

    Lease Agreement shall have overriding effect and shall prevail over the terms of this RFP to the

    extent of any repugnancy between them; provided, however, that any conditions or obligations

    imposed on the Bidder hereunder shall continue to have effect in addition to its obligations under

    the draft Lease Agreement.

    2.1.3 The Financial Bid shall be furnished in the format at Annexure XIV clearly indicating the amount

    of Land Premium payable by the Lessee to DOT in both figures and words, in Indian Rupees, and

    signed by the Bidders authorized signatory. In the event of any difference between figures and

    words, the amount indicated in words shall be taken into account.

    2.1.4 The Bidder shall deposit a Bid Security in accordance to the provision of this RFP Document.

    2.1.5 The Bidder shall submit a copy of the RFP document, along with any amendments, duly stamped

    and signed by its authorized signatory. The Bidder shall submit a Power of Attorney as per the

    format at Annexure VII, authorizing the signatory of the Bid to commit the Bidder

    2.1.6 Any entity which has been barred by the Central/ State Government, or any entity controlled by it,

    from participating in any project (BOT or otherwise), and the bar subsists as on the date of

    bidding, would not be eligible to submit a Bid. A Bidder including any Associate should, in the

    last 3 (three) years, have neither failed to perform on any contract, as evidenced by imposition of a

    penalty by an arbitral or judicial authority or a judicial pronouncement or arbitration award against

    the Bidder, or Associate thereof, as the case may be, nor has been expelled from any project or

    contract by any public entity nor have had any contract terminated by any public entity for breach

    by such Bidder, or Associate thereof.

    2.1.7 Any condition or qualification or any other stipulation contained in the Bid shall render the Bid

    liable to rejection as a non-responsive Bid.

    2.1.8 The Bid and all communications in relation to or concerning the Bidding Documents and the Bid

    shall be in English language.

    2.1.9 The Bidding Documents including this RFP and all attached documents are and shall remain the

    property of the Authority and are transmitted to the Bidders solely for the purpose of preparation

    and the submission of a Bid in accordance herewith. Bidders are to treat all information as strictly

  • RFP for Eco Tourism Projects at Teesta in Dooars (Gajoldoba) Volume I

    Page 25 of 100

    IIDC Limited

    confidential and shall not use it for any purpose other than for preparation and submission of their

    Bid. The provisions of this Clause 2.1.9 shall also apply mutatis mutandis to Bids and all other

    documents submitted by the Bidders, and the Authority will not return to Bidders any Bid or any

    information provided along therewith.

    2.1.10 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, Authority shall forfeit the Bid Security or Performance Security (in case of

    Preferred bidder, after the Project is awarded to him) , as the case may be, as mutually agreed

    genuine pre-estimated loss and damage likely to be suffered and incurred by the Authority and not

    by way of penalty for, inter alia, the time, cost and effort of Authority, including consideration of

    such Bidders Bid, without prejudice to any other right or remedy that may be available to the

    Authority hereunder or/and the Lease Agreement 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) the Bidder, its Member or Associate (or any constituent thereof) and any other Bidder, or

    any Associate thereof (or any constituent thereof) have common controlling shareholders

    or other ownership interest; provided that this disqualification shall not apply in cases

    where the direct or indirect shareholding of a Bidder 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 Bidder, or Associate, as the case may be) in the other

    Bidder, its 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 section 4A of the Companies Act, 1956. For the purposes of this Clause

    2.1.10 indirect shareholding held through one or more intermediate persons shall be

    computed as follows: (aa) where any intermediary is controlled by a person through

    management control or otherwise, the entire shareholding held by such controlled

    intermediary in any other person (the Subject Person) shall be taken into account for

    computing the shareholding of such controlling person in the Subject Person; and (bb)

    subject always to sub-clause (aa) above, where a person does not exercise control over an

    intermediary, which has shareholding in the Subject Person, the computation of indirect

    shareholding of such person in the Subject Person shall be undertaken on a proportionate

    basis; provided, however, that no such shareholding shall be reckoned under this sub-

    clause (bb) if the shareholding of such person in the intermediary is less than 26% of the

    subscribed and paid up equity shareholding of such intermediary; or

  • RFP for Eco Tourism Projects at Teesta in Dooars (Gajoldoba) Volume I

    Page 26 of 100

    IIDC Limited

    (ii) a constituent of such Bidder is also a constituent of another Bidder; or

    (iii) such Bidder or any Associate thereof receives or has received any direct or indirect

    subsidy, grant, concessional loan or subordinated debt from any other Bidder, its Member

    or Associate, or has provided any such subsidy, grant, concessional loan or subordinated

    debt to any other Bidder or any Associate thereof; or

    (iv) such Bidder has the same legal representative for purposes of this Bid as any other Bidder;

    or

    (v) such Bidder or any Associate thereof has a relationship with another Bidder, or any

    Associate thereof, directly or through common third parties, that puts them in a position to

    have access to each others information about, or to influence the Bid of either or each of

    the other Bidder; or

    (vi) such Bidder has participated as a consultant to Authority in the preparation of any

    documents, design or technical specifications of the Project.

    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 or contract of

    otherwise.

    2.1.12 A Bidder shall be liable for disqualification and forfeiture of Bid Security 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 therewith to such Project during the Bidding Process.

    2.1.13 This RFP is non- transferable.

    2.1.14 Any award of contract pursuant to this RFP shall be subject to the terms of Bidding Documents.

    2.1.15. The Preferred Bidder would be required to make the following Payments:

    The Preferred Bidder shall make the following non-refundable, irrevocable payment prior of the

    signing of the Lease agreement and within 30 days from the date of issuance of LOI.

    All fees are exclusive of service tax and which shall be payable as applicable

    A. Highest Land Premium as per clause no. 1.2.5 of RFP, in the form of a bank draft from a

    Scheduled Nationalized Bank in favor of Director, Tourism Department, Government of West

    Bengal payable at Kolkata.

  • RFP for Eco Tourism Projects at Teesta in Dooars (Gajoldoba) Volume I

    Page 27 of 100

    IIDC Limited

    B. Project Development Fee

    A fee equivalent to the applicable percentage cost of the Project Cost (as defined in the Project

    Information Memorandum) Project Development Fee along with applicable service tax and other

    levies, by way of demand draft in favour of IIDC Limited (IL&Fs infrastructure Development

    Corporation Ltd), payable at Kolkata.

    The applicable rates for the various categories of the project are as follows:

    Sl

    No

    Project Cost

    (In Rs Crs)

    Project

    Development Fee

    1 Upto to Rs 100 (crs) 1.00%

    2 Rs 100-200 (crs) 0.75%

    3 Rs 200-500 (crs) 0.55%

    4 Rs 500-1000 (crs) 0.50%

    5 Above Rs 1000 (crs) 0.375%

    2.2 Eligibility of Bidders

    2.2.1 The Applicant may be a single entity or a group of entities (the Consortium), coming together

    to implement the Project. However, no applicant applying individually or as a member of a

    Consortium, as the case may be, can be member of another Applicant Consortium. The term

    Applicant used herein would apply to both a single entity and a Consortium.

    2.2.2 An Applicant shall not have a conflict of interest that affects the Bidding Process. Any Applicant

    found to have a Conflict of Interest shall be disqualified. An Applicant shall be deemed to have a

    Conflict of Interest that affects the Bidding Process, if a constituent of such Applicant is also a

    constituent of another Applicant;

    2.2.3 Where the Applicant is a single entity, it may be required to incorporate a company under the

    Companies Act, 2013 as a Special Purpose Vehicle (SPV), as its wholly owned company, to

    execute the Lease Agreement and implement the Project. In case the Applicant is a Consortium, it

    shall, in addition to forming an SPV as its wholly owned company, comply with the following

    additional requirements:

    a. Number of members in a consortium should be limited to 2 (two) members;

    b. the Application should contain the information required for each member of the

    Consortium;

  • RFP for Eco Tourism Projects at Teesta in Dooars (Gajoldoba) Volume I

    Page 28 of 100

    IIDC Limited

    c. members of the Consortium shall nominate one member as the lead member (the Lead

    Member), who shall have at least 51% of the paid up and subscribed equity of the SPV.

    The nomination(s) shall be supported by a Power of Attorney, as per the format at

    Annexure-XVI, signed by all the members of the Consortium;

    d. members of the Consortium shall enter into formal understanding vide a Jt. Bidding

    Agreement substantially in the format set out in Annexure XVI, for the purpose of making

    the Application for the project.

    e. except as provided under this EOI and the bidding documents, there shall not be any

    amendment to the Jt. Bidding Agreement without the prior written consent of the

    Authority

    2.2.4 The Bidder shall provide all the information sought under this three envelope format consisting of

    the Basic Eligibility Submission, Technical Bid and Financial Bid. The Authority shall only open

    the Financial Bid of only those Bidders whose Basic Eligibility Submission is found to be

    responsive and who have scored 70 marks or above in the Technical Bid.

    Basic Eligibility Criteria (Qualification): The first step of the bidding process involves

    qualification (the Qualification) of interested parties who make a Bid in accordance with the

    provisions of this RFP. The Bidders whose Bids are adjudged responsive in accordance with

    requirements of this RFP shall only be considered for Bid evaluation. The Qualification Bids of

    those Bidders whose Bids are adjudged responsive in accordance with requirements of this RFP

    shall be evaluated on the basis of the following criteria (the Qualification Criteria):

    A: Technical Capacity

    The Applicant /Consortium should have the following minimum Technical experience:

    a. Development/Operation of at least one similar project for a minimum period of three years in

    the component/ Category/(s) it desires to bid for. The Project should be operational at the time

    of the issue.

    OR

    b. Development /Construction of Real Estate Project with a minimum investment as follows

    which was commissioned during the last five financial years immediately preceding the

    Application Due Date

  • RFP for Eco Tourism Projects at Teesta in Dooars (Gajoldoba) Volume I

    Page 29 of 100

    IIDC Limited

    Budget Hotel Rs 10 crores

    Institute of Hotel Management Rs 15 crores

    Star Category Resorts Rs 20 crores

    AND

    Specific tie up with an agency fulfilling the qualification criteria at (a) above in case the bidder

    does not qualify to the qualification requirement mentioned in a. above for Institute of Hotel

    Management and Star Category Projects.

    Note:

    i. Development means Conceptualize, plan, design, finance, construct, build and market

    ii. Similar type of Project Experience shall mean

    Budget Resort means Resort/Hotel having a minimum twenty rooms

    For Star Category Resorts, resorts/hotels having minimum 30 air conditioned rooms, two

    restaurants, banquet hall and swimming pool/indoor games facilities

    In case of Hospitality Training Institute, experience in Hospitality Training Institute or

    Education Institution in India or abroad

    iii. Real Estate Project would include development of residential projects (such as

    townships, housing colonies, apartments /group housing, cottages/villas),

    commercial/retail projects (such as malls, hotels, shopping complexes, office complexes,

    town/district centres, Institutional Buildings.),

    iv. Applicant shall attach necessary supporting documents for consideration of projects

    under development/construction experience.

    v. The Lead Member shall be required to fulfill 50% of the Financial Criteria

  • RFP for Eco Tourism Projects at Teesta in Dooars (Gajoldoba) Volume I

    Page 30 of 100

    IIDC Limited

    B: Financial Capacity:

    The Bidder shall fulfil the following Financial Requirement:

    The Bidder shall enclose with its Bid, certificate(s) from its statutory auditors specifying the net

    worth of the Bidder, as at the close of the preceding financial year, and also specifying that the

    methodology adopted for calculating such net worth conforms to the provisions of this Clause 2.2

    of the RFP. For the purposes of this RFP, Net Worth shall mean (Subscribed and Paid- up Equity +

    Reserves) less (Revaluation reserves + miscellaneous expenditure not written off + reserves not

    available for distribution to equity shareholders)

    The Technical Bids of the Bidders fulfilling the Basic Eligibility Requirements will be thereafter

    opened and checked for their completeness and responsiveness. Those bidders whose technical

    bids are found to be complete shall be called upon to make the presentation of detailed Business

    Plan/ Project concept as detailed in the RFP before the Committee formed for the purpose by the

    Government of West Bengal..

    Based on the submitted Technical Proposal and presentation made, the Committees shall award

    marks as per the following criteria approved by the Committee:

    The Financial Bid of those bidders who qualify as per the Basic Eligibility Submission and

    score 70 marks of above in the Technical Bid shall only be opened. The Bidder quoting the

    highest Land Premium shall be then declared the preferred bidder.

    2.2.5 Litigation History: The Bidder should provide accurate information about any litigation or

    arbitration resulting from contracts completed or ongoing under its execution over the last five

    years. A history of award(s) against the Bidder will result in summary rejection of the Bid.

    Units Net Worth

    Requirement INRcrs

    Budget Hotels 4

    Hospitality Training Institute 8

    Star Category Resorts 8

  • RFP for Eco Tourism Projects at Teesta in Dooars (Gajoldoba) Volume I

    Page 31 of 100

    IIDC Limited

    Suppression of any information or material in this regard would be construed as a fundamental

    breach and the Authority reserves its right to take appropriate action including

    rejection/disqualification of the Bid, forfeiture of Bid Security etc. as may be deemed fit and

    proper by the Authority at any time without requiring giving any notice to the Bidder in this

    regard.

    2.2.6 Bidders shall provide such evidence of their continued eligibility criteria fulfillment in terms

    hereof to the Authority as the Authority shall reasonably request.

    2.2.7 In computing the Technical and Financial Capacity of the Bidder the Capacity of their Associates

    would be eligible provided however that the Bidder shall provide Board Resolution (as per format

    provided in Annexure XII) and Letter of undertaking (Annexure XIII) in respect thereof, from

    such Associate.

    2.2.6 Any entity which has been barred by the Central/ Government of West Bengal, or any entity

    controlled by it, from participating in any project (BOT or otherwise), and the bar subsists as on

    the Bid Due Date, would not be eligible to submit a Bid.

    2.2.7 A Bidder or an Associate thereof should, in the last 3 (three) years, have neither failed to perform

    on any contract, as evidenced by imposition of a penalty by an arbitral or judicial authority or a

    judicial pronouncement or arbitration award against the Bidder or its Associate, as the case may

    be, nor has been expelled from any project or contract by any public entity nor have had any

    contract terminated by any public entity for breach by Bidder or Associate its.

    2.2.8 While participation is open to persons from any country, the following provisions shall apply:

    (a) Where, on the date of bidding, not less than 15% (fifteen per cent) of the aggregate issued,

    subscribed and paid up equity share capital in a Bidder is held by persons resident outside India or

    where a Bidder is controlled by persons resident outside India; or

    (b) if at any subsequent stage after the date of the Bid submission, there is an acquisition of not less

    than 15% (fifteen per cent) of the aggregate issued, subscribed and paid up equity share capital or

    control, by persons resident outside India, in or of the Bidder;

    Then the Qualification of such Bidder or in the event described in sub-clause (b) above, the

    continued Qualification of the Bidder shall be subject to approval of the Authority from national

    security and public interest perspective. The decision of the Authority in this behalf shall be final

    and conclusive and binding on the Applicant.

    The holding or acquisition of equity or control, as above, shall include direct or indirect holding/

    acquisition, including by transfer, of the direct or indirect legal or beneficial ownership or control,

    by persons acting for themselves or in concert and in determining such holding or acquisition, the

    Authority shall be guided by the principles, precedents and definitions contained in the Securities

  • RFP for Eco Tourism Projects at Teesta in Dooars (Gajoldoba) Volume I

    Page 32 of 100

    IIDC Limited

    and Exchange Board of India (Substantial Acquisition of Shares and Takeovers) Regulations,

    2011, or any substitute thereof, as in force on the date of such acquisition.

    The Bidder shall promptly inform the Authority of any change in the shareholding, as above, and

    failure to do so shall render the Bidder liable for disqualification from the Bidding Process.

    2.3 Number of Bids

    A Bidder is eligible to submit only one Bid for one component. In case the aforesaid is not

    conformed to, the Authority shall reject all the Bids of which the defaulting Bidder is a party. A

    single bidder (including a consortium) can bid for a maximum of three components.

    2.4 Bid and other costs

    The Bidders shall be responsible for all costs associated with the preparation of their Bids and their

    participation in the Bid. The Authority will not be responsible or in any way liable for such costs,

    regardless of the conduct or outcome of the Bidding Process.

    2.5 Site visit and verification of information

    Bidders are encouraged to submit their respective Bids after visiting the Project site and

    ascertaining for themselves the site conditions, traffic, location, surroundings, climate, availability

    of power, water and other utilities, access to site, handling and storage of materials, weather data,

    applicable laws and regulations, and any other matter considered relevant by them.

    2.5.1 It shall be deemed that by submitting the Bid, the Bidder has:

    a. made visit to the Project Site and has ascertained the site conditions, locations, climate,

    availability of infrastructure and other applicable laws and regulations of the state

    b. made a complete and careful examination of the Bid document including draft Lease

    Agreement;

    c. received all relevant information requested from DOT;

    d. accepted the risk of inadequacy, error or mistake in the information provided in the Bid

    document or furnished by or on behalf of DOT relating to any of the matters referred to in

    Clause 2.5 above; and

    e. Satisfied itself about all matters, things and information including matters referred to in

  • RFP for Eco Tourism Projects at Teesta in Dooars (Gajoldoba) Volume I

    Page 33 of 100

    IIDC Limited

    Clause 2.5 hereinabove necessary and required for submitting an informed Bid, execution

    of the Project in accordance with the Bidding Documents and performance of all of its

    obligations there under.

    f. acknowledged and agreed that inadequacy, lack of completeness or incorrectness of

    information provided in the Bidding Documents or ignorance of any of the matters referred

    to in Clause 2.5 hereinabove shall not be a basis for any claim for compensation, damages,

    extension of time for performance of its obligations, loss of profits etc. from the Authority,

    or a ground for termination of the Lease Agreement by the Lessee.

    g. acknowledged that it does not have a Conflict of Interest;

    h. agreed to be bound by the undertakings provided by it under and in terms hereof and

    i. made its own independent due diligence and satisfied itself on the viability of the project..

    2.5.2 DOT shall not be liable for any omission, mistake or error in respect of any of the above or on

    account of any matter or thing arising out of or concerning or relating to the Bid document or the

    Bidding Process, including any error or mistake therein or in any information or data given by

    DOT.

    2.5.3 The Bidder shall also submit an affidavit to be sworn before a First Class Judicial Magistrate

    acknowledging Clause 2.5.1 & 2.5.2.

    2.6 Implementation Structure and Change in Ownership

    2.6.1 The Preferred Bidder in case of a consortium shall prior to execution of the Lease Agreement,

    incorporate a special purpose vehicle under the Companies Act, 2013, as its wholly owned

    company, to act as the Lessee and to implement the Project in terms of the Lease Agreement. The

    Preferred Bidder shall hold a minimum of 51 percent of the paid up and subscribed equity share

    capital of the Lessee at all times till the tenth anniversary of the construction completion of the

    Project. Single Bidder maybe required to set up a SPV if so stipulated by DOT.

    2.6.2 By submitting the Bid, the Bidder shall be deemed to have acknowledged and agreed that in the

    event of a change in control of the Associate(s) whose Technical Capacity and/ or Financial

    Capacity shall be taken into consideration for the purposes of Qualification under and in

    accordance with this RFP, the Bidder shall be deemed to have knowledge of the same and shall be

    required to inform the Authority forthwith along with all relevant particulars about the same and

    the Authority may, in its sole discretion, disqualify the Bidder or withdraw the LOA from the

  • RFP for Eco Tourism Projects at Teesta in Dooars (Gajoldoba) Volume I

    Page 34 of 100

    IIDC Limited

    Preferred Bidder, as the case may be. In the event such change in control occurs after signing of

    the Lease Agreement but prior to Financial Close of the Project, it would, notwithstanding

    anything to the contrary contained in the Lease Agreement, be deemed to be a breach of the Lease

    Agreement, and the same shall be liable to be terminated without the Authority being liable in any

    manner whatsoever to the Lessee. In such an event, notwithstanding anything to the contrary

    contained in the Lease Agreement, the Authority shall be entitled to forfeit and appropriate the Bid

    Security or Performance Security, as the case may be, as Damages, without prejudice to any other

    right or remedy that may be available to the Authority under the Bidding Documents and/ or the

    Lease Agreement or otherwise.

    .

  • RFP for Eco Tourism Projects at Teesta in Dooars (Gajoldoba) Volume I

    Page 35 of 100

    IIDC Limited

    C. DOCUMENTS

    Contents of the RFP

    This RFP comprises the disclaimer set forth hereinabove, the contents as listed below, and will

    additionally include any Addenda issued in accordance with Clause 2.8.

    Volume I: Request for Proposal

    SECTION: 1 Introduction

    SECTION: 2 Instructions To Bidders

    SECTION: 3 Criteria for Evaluation of Bids

    SECTION: 4 Fraud And Corrupt Practices

    SECTION: 5 Pre-Bid Conference

    SECTION: 6 Miscellaneous

    Annexure

    Annexure I Letter Comprising the Bid

    Annexure II Checklist

    Annexure III Details of Bidder

    Annexure IV Technical Capacity of Bidder

    Annexure V Financial Capacity of the Bidder

    Annexure VI Statement of Legal Capacity

    Annexure VII Power of Attorney for signing of Bid

    Annexure VIII Litigation History

    Annexure IX Site Map

    Annexure X Project Master Plan

    Annexure XI Development Guidelines

    Annexure XII Board Resolution

    Annexure XIII Letter of undertaking

    Annexure XIV Format for Financial Bid

    Annexure XV Not Used

    Annexure XVI Consortium Documents

    Annexure XVII Bank Guarantee for Performance Security

    Annexure XVIII Guidelines of the Department of Disinvestment

    Volume 2 Draft Lease Agreement

    Volume 3 Project Information Memorandum

  • RFP for Eco Tourism Projects at Teesta in Dooars (Gajoldoba) Volume I

    Page 36 of 100

    IIDC Limited

    2.7 Clarifications

    2.7.1 Bidders requiring any clarification on the RFP may notify DOT in writing or by fax or e-mail in

    accordance with Clause 1.2.8. They should send in their queries before the date specified in the

    schedule of Bidding Process contained in Clause 1.3. DOT shall endeavor to respond to the queries

    within the period specified therein, but no later than 5 (five) days prior to the Bid Due Date. The

    responses will be posted on the web sites mentioned in the bid document..

    2.7.2 DOT shall endeavor to respond to the questions raised or clarifications sought by the Bidders.

    However, DOT reserves the right to not respond to any question or provide any clarification, in its

    sole discretion, and nothing in this Clause shall be taken or read as compelling or requiring DOT to

    respond to any question or to provide any clarification. DOT shall not take any responsibility for

    postal or any other delay in response.

    2.7.3 DOT may also on its own motion, if deemed necessary, issue interpretations and clarifications to

    all Bidders. All clarifications and interpretations issued by DOT shall be deemed to be part of the

    RFP. Verbal clarifications and information given by Authority or its employees or representatives

    shall not in any way or manner be binding on DOT.

    2.8 Amendment of RFP

    2.8.1 At any time prior to the deadline for submission of RFP, Authority may, for any reason, whether at

    its own initiative or in response to clarifications requested by a Bidder, modify the RFP by the

    issuance of Addenda.

    2.8.2 Any Addendum thus issued will be sent in writing to all those who have purchased the RFP and also

    posted in the websites www.wbtourism.gov.in, www.banglarmukh.gov.in or www.iidcindia.co.in..

    Such addendum shall be an integral part of RFP.

    2.8.3 In order to afford the Bidders a reasonable time for taking an Addendum into account, or for any

    other reason, Authority may, at its own discretion, extend the Bid Due Date.

    2.9 Right to accept and to reject any or all Bids

    2.9.1 Notwithstanding anything contained in this RFP, the Authority reserves the right to accept or reject

    any Bid and to annul the Bidding Process and reject all Bids at any time without any liability or

    any obligation for such acceptance, rejection or annulment, and without assigning any reasons

    thereof.

    2.9.2 The Authority reserves the right to reject any Bid and forfeit the Bid Security if:

    (a) At any time, a material misrepresentation is made or uncovered, or

    (b) The Bidder does not provide, within the time specified by the Authority, the supplemental

    information sought by the Authority for evaluation of the Bid. Such misrepresentation/

    http://www.wbtourism.gov.in/http://www.banglarmukh.gov.in/http://www.iidcindia.co.in/

  • RFP for Eco Tourism Projects at Teesta in Dooars (Gajoldoba) Volume I

    Page 37 of 100

    IIDC Limited

    improper response shall lead to the disqualification of the Bidder. If such disqualification /

    rejection occurs after the Bids have been opened and the Preferred Bidder gets disqualified

    / rejected, then the Authority reserves the right to:

    (i) Invite the remaining Bidders to submit Bids; or

    ii) Take any such measure as may be deemed fit in the sole discretion of the Authority,

    including annulment of the Bidding Process.

    2.9.3 In case it is found during the evaluation or at any time before signing of the Lease Agreement or

    after its execution and during the period of subsistence thereof, including the Lease thereby

    granted by the Authority, that one or more of the qualification conditions have not been met by the

    Preferred Bidder or the Preferred Bidder has made material misrepresentation or has given any

    materially incorrect or false information, the Bidder shall be disqualified forthwith if not yet

    appointed as the Lessee either by issue of the Letter of Intent (referred as LOI) or entering into

    of the Lease Agreement, and if the Bidder has already been issued the LOI or has entered into the

    Lease Agreement, as the case may be, the same shall, notwithstanding anything to the contrary

    contained therein or in this RFP, be liable to be terminated, by a communication in writing by the

    Authority to the Preferred Bidder, without the Authority being liable in any manner whatsoever to

    the Preferred Bidder or Lessee, as the case may be. In such an event, the Authority shall forfeit and

    appropriate the Bid Security or Performance Security, as the case may be, as compensation and

    damages payable to the Authority for, inter alia, time, cost and effort of the Authority, without

    prejudice to any other right or remedy that may be available to the Authority.

    2.9.4 The Authority reserves the right to verify all statements, information and documents submitted by

    the Bidder in response to the RFP or the Bidding Documents and the Bidder shall, when so

    required by the Authority, make available all such information, evidence and documents as may be

    necessary for such verification. Any such verification or lack of such verification, by the Authority

    shall not relieve the Bidder of its obligations or liabilities hereunder nor will it affect any rights of

    the Authority there under.

  • RFP for Eco Tourism Projects at Teesta in Dooars (Gajoldoba) Volume I

    Page 38 of 100

    IIDC Limited

    D. PREPARATION AND SUBMISSION OF BID

    2.10 Language

    The Bid and all related correspondence and documents in relation to the Bidding Process shall be

    in English language. Supporting documents and printed literature furnished by the Bidder with the

    Bid may be in any other language provided that they are accompanied by appropriate translations

    in the English language. Supporting materials, which are not translated into English, may not be

    considered. For the purpose of interpretation and evaluation of the Bid, the English language

    translation shall prevail.

    2.11 Documents comprising the Bid

    2.11.1 The bids shall be submitted in three envelopes which comprise the following documents:-

    AA.. Envelope-I - Basic Eligibility Bid: The Bidder shall submit The Eligibility Bid in the

    formats specified herein. The Qualification Bid shall comprise the following:

    i) Letter Comprising the Bid in the format at Annexure I.

    ii) Checklist in the format at Annexure II

    iii) Details of the Bidder in the form and manner as described in Annexure III

    iv) Technical Capacity of the Bidder in the form and manner as described in Annexure IV

    v) Financial Capacity of the Bidder in the form and manner as described in Annexure V

    vi) Statement of Legal Capacity of the Bidder in the format at Annexure VI

    vii) Power of Attorney authorizing the signatory of bid to commit the Bidder in

    accordance with Sub-Clause 2.1.5 and in the format as specified in Annexure VII

    viii) Litigation History as per format at Annexure VIII

    ix) Bid Security .

    x) Demand draft towards the cost of RFP document or a receipt of payment thereof

    xi) Other material/information required to be submitted are:

    a. copies of Bidders duly audited balance sheet and profit and loss account for the

    last three financial years.

    b. Affidavit acknowledging the requirements set out in Clauses 2.5.1 & 2.5.2, hereof.

  • RFP for Eco Tourism Projects at Teesta in Dooars (Gajoldoba) Volume I

    Page 39 of 100

    IIDC Limited

    c. A copy of the RFP, any Addendum issued, Lease Agreement and Project

    Information Memorandum with each page duly signed by the authorised signatory

    of the Bidder.

    BB.. Envelope-II Technical Bid: The Bidder shall submit The technical Bid which shall

    cover the following:

    Technical Bid

    Firms Capability

    Understanding of the project concept for each of the components bidded for

    Indicative Concept Plan for each of the components bidded for

    Likely Investment & Project Viability for each of the components bidded for

    Suggested Project Implementation Plan for each of the components bidded for

    Key Issues for implementation

    CC.. Envelope-III- Financial/Price Bid: The Bidder shall submit the Financial/Price Bid in the

    format specified at Annexure-XIV.

    Each part shall be separately sealed and marked in accordance with the sealing and marking

    instruction in Clause 2.18.

    2.11.2 The Bidder shall prepare and submit two copies of the Qualification and the Technical Bid (one

    original & one duplicate) and one copy of the Financial Bid for each component.

    2.11.3 The queries and completed RFP must be submitted to:

    To:

    The Director, Tourism Department

    Government of West Bengal

    New Secretariat Building

    Block A, 3rd Floor

    1, Kiran Shankar Roy Road

    Kolkata 700 001

  • RFP for Eco Tourism Projects at Teesta in Dooars (Gajoldoba) Volume I

    Page 40 of 100

    IIDC Limited

    2.11.3 (A) Queries can also be submitted to

    To

    Chandana Roychowdhury

    Head Urban Projects (East & North East)

    IIDC Ltd

    Constantia, 3rd

    Floor

    11, Dr. U.N. Brahmachari Street,

    Kolkata: 700017

    Phone: +91 33 2280 7358-63/ Fax: +91 33 2283 5002

    Mobile: +91 98300 60375

    Email: [email protected]

    2.12 Financial Bid / Price Bid

    2.12.1 The Bidder shall quote in its Financial Bid in terms hereof the Land Premium payable to the

    Authority.

    2.12.2 In addition to the same, the Lessee shall, in accordance with the provisions of the Lease

    Agreement, pay to the Authority an annual Lease fee every financial year in advance. (Annual

    Lease Fee). The Annual Lease Fee for the first year of the Lease Agreement shall be equivalent

    to an amount which is equal to 4 % of the Highest Land Premium quoted by the Preferred Bidder

    in its Price Bid

    2.12.3 Subject to the terms and conditions mentioned herein, the Annual Lease Fee in the subsequent

    years, during the term of the Lease Agreement shall be escalated at the rate of 5% per annum, over

    the last paid Annual Lease Fee.

    2.12.4 The Highest Land Premium as well as the Annual Lease Fee payable by the Lessee shall be

    exclusive of applicable service tax and other similar levies, which shall be payable over and above

    the Fee by the Lessee.

    2.12.5 In the event, the operation commencement date falls in 1st half of a financial year during the

    operation period, the Annual Lease Fee shall be escalated with effect from the subsequent financial

    year of the operation period, at the rate of 5% over the last paid Annual Lease Fee. In the event,

    the operation commencement date falls in second half of a financial year during the operat