rfp from empanelled event management agencies of

81
Page 1 of 81 RFP from Empanelled Event Management Agencies of Udyog Bandhu FOR Selection of Event Management Agency for Development, Upkeep & Management of Industry Pavilion at DefExpo, Lucknow Date: 19 th December 2019 UDYOG BANDHU Nodal Agency for Investment Promotion under Infrastructure and Industrial Development Department, Government of Uttar Pradesh 12-C, Mall Avenue, Lucknow- 226 001 (U.P.) Tel: 0522-2237582, 2237583 & 2238902, Fax: 0522-2235115/2238902 e-mail: [email protected] website: www.udyogbandhu.com

Upload: khangminh22

Post on 08-May-2023

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1 of 81

RFP from Empanelled Event Management Agencies of

Udyog Bandhu

FOR

Selection of Event Management Agency for

Development, Upkeep & Management of Industry

Pavilion at DefExpo, Lucknow

Date: 19th December 2019

UDYOG BANDHU

Nodal Agency for Investment Promotion under Infrastructure and Industrial

Development Department, Government of Uttar Pradesh

12-C, Mall Avenue, Lucknow- 226 001 (U.P.)

Tel: 0522-2237582, 2237583 & 2238902, Fax: 0522-2235115/2238902

e-mail: [email protected]

website: www.udyogbandhu.com

Page 2 of 81

NOTICE INVITING TENDER

Proposals from Empanelled Event Management Agencies of Udyog Bandhu for

Selection of Event Management Agency for Development, Upkeep & Management

of Industry Pavilion at DefExpo, Lucknow

Udyog Bandhu, Government of Uttar Pradesh invites e-bids from Event Management

Agencies empanelled in Udyog Bandhu for Development, Upkeep & Management of

Industry Pavilion at DefExpo, Lucknow.

The details of submission of e-Bids are available in the RFP document available at the e-

Tender Portal https://etender.up.nic.in and Udyog Bandhu’s website

www.udyogbandhu.com.

Udyog Bandhu reserves the right to cancel any or all the e-Bids or annul the Bidding

process without assigning any reason thereof.

Issuer

Finance Controller,

Udyog Bandhu,

12-C, Mall Avenue,

Lucknow-226001,

Uttar Pradesh, India.

Page 3 of 81

Disclaimer

The information contained in this Request for Proposal document (the “RFP”) or subsequently provided

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

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

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

This RFP is not an agreement and is neither an offer nor invitation by the Udyog Bandhu to the

prospective Bidders or any other person. The purpose of this RFP is to provide interested parties with

information that may be useful to them in preparing their technical proposals and financial offers

pursuant to this RFP (the "Proposal").

This RFP includes statements, which reflect various assumptions and assessments arrived at by the

Udyog Bandhu in relation to the Assignment. Such assumptions, assessments and statements do not

purport to contain all the information that each Bidder may require. This RFP may not be appropriate for

all persons, and it is not possible for the Udyog Bandhu, 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. 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 a complete or authoritative statement of law.

Udyog Bandhu accepts no responsibility for the accuracy or otherwise for any interpretation or opinion

on law expressed herein. Udyog Bandhu, its employees and advisors make no representation or warranty

and shall have no liability to any person, including any Bidder or Bidder under any law, statute, rules or

regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss, damages, cost

or expense which may arise from or be incurred or suffered on account of anything contained in this RFP

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

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

RFP or arising in any way in this Bid Stage. The Udyog Bandhu also accepts no liability of any nature

whether resulting from negligence or otherwise howsoever caused arising from reliance of any Bidder

upon the statements contained in this RFP. Udyog Bandhu may in its absolute discretion, but without

being under any obligation to do so, update, amend or supplement the information, assessment or

assumptions contained in this RFP. The issue of this RFP does not imply that Udyog Bandhu is bound to

select a Bidder or to appoint the Selected Bidder or Event Management Agency, as the case may be, for the

Assignment and the Udyog Bandhu reserves the right to reject all or any of the Bidders or Proposals

without assigning any reason whatsoever.

Page 4 of 81

The Bidder 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 Udyog Bandhu or any other costs

incurred in connection with or relating to its Proposal. All such costs and expenses will be borne by the

bidder. Udyog Bandhu shall not be liable in any manner whatsoever for the same or for any other costs or

other expenses incurred by a Bidder in preparation or submission of the Proposal, regardless of the

conduct or outcome of the Bidding Process.

Page 5 of 81

INSTRUCTIONS FOR E-TENDERING

The bidding process for this RFP will be completed online through e-Tender portal.

The RFP document can be downloaded free of cost from the e-Tender portal.

The bidder has to register with his/her Digital Signature Certificate (DSC) in the e-

tendering system and subsequently he/she will be allowed to carry out his/her e-Bid

submission activities. Registering the Digital Signature Certificate (DSC) is a one-time

activity. Before proceeding to register his/her DSC, the bidder should first log on to the

e-Tendering system using the User Login option on the home page with the Login Id and

Password with which he/ she has registered.

For successful registration of DSC on e-Procurement portal http://etender.up.nic.in the

bidder must ensure that he/she should possess Class-2/Class-3 DSC issued by any

certifying authorities approved by Controller of Certifying Authorities, Government of

India, as the e-Procurement website http://etender.up.nic.in is presently accepting DSCs

issued by these authorities only. The bidder can obtain User Login Id and perform DSC

registration exercise even before e-Bid submission date starts.

The Bidder shall be required to use own Digital Signature while uploading its Bid. The

Bidder shall be required to upload the Bid using its Digital Signature only. Failure to

comply or usage of Digital signature of other firm shall be liable for rejection of the Bid.

The Bidders must upload all the required documents electronically in the PDF format

except for the Financial Proposal Submission Form (BOQ) which will be electronically

uploaded on the prescribed format in pdf only on e-Tender portal.

It is suggested that the PDF Files should be made in gray scale using the minimum

readable appropriate resolution so that the size of the files is minimized for fast

uploading on the e-Tender portal https://etender.up.nic.in. The required electronic

documents for each document label of Technical (Fee details, Annexure etc)

schedules/packets can be clubbed together to make single different files for each label.

The size of Single label file should not exceed 20-25 MB size.

Page 6 of 81

Along with the bids, the cost of RFP document (hand delivered) either before the due date

of the bid submission at office of Udyog Bandhu or on the day of Technical Bid opening at

the technical bid opening venue as specified in section 1 of this RFP, in the form of two

Demand Drafts drawn in favour of Udyog Bandhu payable at Lucknow.

The e-bids will be opened at:

Lok Bhawan,

Lucknow-226001,

Uttar Pradesh, India.

Page 7 of 81

TABLE OF CONTENTS

INSTRUCTIONS FOR E-TENDERING

SECTION 1: SCHEDULE OF BIDDING PROCESS

SECTION 2: TERMS OF REFERENCE

SECTION3: SCOPE OF WORK

SECTION 3: INSTRUCTION TO BIDDERS

SECTION 4: TEAM MEMBERS & PROPOSAL EVALUATION

SECTION 5: ANNEXURE & APPENDICES

Page 8 of 81

Section 1. : SCHEDUE OF BIDDING PROCESS

The Department would adhere to the following schedule during the Bidding Process:

Sl. No. Item Date Time

1.

Date of Publication of e-Tender Notice and e-Tender

document on e-Tender Portal

https://etender.up.nic.in

19-12-2019

2. Last date of sending pre-bid queries through e-mail 22-12-2019 1800 hrs

3. Date of Pre- Bid meeting for any clarifications / explanation of queries at Lok Bhawan, Lucknow

23-12-2019 1100 hrs

4. Response of Pre-Bid Queries by Nodal Agency (if

any) 23-12-2019

5. Bid submission (Both Technical & Financial)

Closing date: 27-12-2019 1200 hrs

6. Date of opening of Technical Bids at Lok Bhawan,

Lucknow 27-12-2019 1300 hrs

7. Presentation by bidders and open house discussions

at Lok Bhawan, Lucknow 27-12-2019 1300 hrs

8. Opening of Financial Bid at Lok Bhawan, Lucknow 27-12-2019 1700 hrs

Pre-bid queries should be submitted at [email protected] with subject: RFP from

Empanelled Event Management Agencies of Udyog Bandhu for Selection of Event

Management Agency for Development, Upkeep & Management of Industry Pavilion at

DefExpo, Lucknow on or before pre-bid query submission last date mentioned in the

schedule.

Page 9 of 81

Section 2. : TERMS OF REFERENCE

2.1 About Udyog Bandhu

"Udyog Bandhu" Nodal Agency of Govt. of U.P. for industrial promotion, an

organization of the State Government of Uttar Pradesh registered under Societies

Registration Act 1860, is dedicated to facilitating Investment in Infrastructure,

Industrial and Service Sectors, besides solving problems of existing & up-coming

industries with different Government departments.

Udyog Bandhu shoulders the responsibility of resolving various issues of

entrepreneurs related to other Government Departments of the State through

consistent follow-ups, regular meetings and enabling smooth implementation of

various policy formations for the industrial development of the state. Acting as a

catalyst between entrepreneurs and Government Departments, Udyog Bandhu

creates a suitable ambience for industrial development in the state and also assists

in creation of investment in the state.

2.2 About DefExpo 2020

DefExpo 2020, a biennial mega event, will be organised by Department of Defence

Production, Government of India during 05th to 09th February 2020 at Lucknow. It

will be focusing on 'Digital Transformation’, is poised to see larger participation of

defence manufacturers from both the public and private sectors, OEMs and

MSMEs. The event provides an ideal platform for business, decision makers and

policymakers to interact, to address common concerns and to not only establish

India as a defence manufacturing hub but also to bolster the global ecosystem.

DefExpo 2020 will bring the leading technologies in the defence sector under one

roof and provide a myriad of opportunities for government, private manufactures,

startups and the entire space.

2.3 Uttar Pradesh State Pavilion at DefExpo

Government of Uttar Pradesh is the participating in forthcoming DefExpo as

Partner State. Uttar Pradesh State is developing a full-fledged Pavilion during this

DefExpo. The Pavilion is devided in three hangers in which will be distributed as

follows:

Page 10 of 81

Sl. No. Hanger No. Allotted to

1 4 (A) UPEIDA (Showcase of UP Defence Corridor)

2 4 (B) Tourism & MSME (Tourism, Culture & ODOP)

3 4 (C) Industries (Industrial Development of Uttar Pradesh)

This RFP is about development of Hanger 4 (C) for Department of Infrastructure &

Industrial Development, Government of Uttar Pradesh to showcase industrial

sector and its strength in Uttar Pradesh.

2.4 Participation of Industry Department of Government of Uttar Pradesh (GoUP)

in DefExpo 2020

Department of Infrastructure & Industrial Development of Government of Uttar

Pradesh is participating in DefExpo 2020 in the Uttar Pradesh State Pavilion and

will be exhibiting in one hanger admeasuring 4000 sq. mt. (100 mt. X 40 mt.)

which is to be developed by the selected agency thematically as per the

components provided in this RFP. This hanger will be termed as Industry Pavilion

in this RFP. The selected agency will only be responsible for development of zones,

branding, beautification, etc. inside Industry Pavilion only.

The pavilion is further divided in five different zones namely: NOIDA Zone of 500

sq. mt., GNIDA Zone of 400 Sq. mt., UPSIDA Zone of 400 Sq. Mt. and YEIDA Zone of

300 Sq. mt. and rest area will be with Udyog Bandhu. Thematic development of

each zone as per given specifications in this RFP will be in the Scope of Work of

selected agency further explained in Section 3 and subsequent annexures.

The bidders will have to show 3D rendering of entire pavilion and models in their

technical presentation.

Page 11 of 81

Section 3. : SCOPE OF WORK

3.1 Overall Industry Pavilion Development

3.1.1 Thematic Development of Industry pavilion inside a structured German

Hanger of 100*40 mt. (workable area 100*36 mt.). The German Hanger

along with wooden flooring and carpeting on the aisles and passages will be

provided by organisers.

3.1.2 The Industry Pavilion is further divided in five different zones namely:

NOIDA Zone of 500 Sq. Mt., GNIDA Zone of 400 Sq. mt., UPSIDA Zone of 400

Sq. Mt. and YEIDA Zone of 300 Sq. mt. and rest area will be with Udyog

Bandhu. Thematic development of each zone as per given specifications in

this section. The EMA need to make provision of Raw Space of 150 Sq. Mt. in

Noida Zone, 100 Sq. Mt. in GNIDA Zone, 200 Sq. Mt. in UPSIDA Zone and 100

Sq. Mt. in YEA Zone. All Raw Spaces are to be marked in rectangle shape.

3.1.3 Preparing, printing and production of promotional content including but not

limited to brouchers, pen drives, leaflets, etc. for distribution to 10000

participants.

3.1.4 Coordinating with Agencies appointed for conduct of DefExpo 2020 by HAL

& for overall development of Uttar Pradesh State Pavilion by UPEIDA for the

purpose of development of entire pavilion.

3.1.5 Manning of all the zones and stalls in this Industry Pavilion. (at least 4

promotors to be appointed in each zone along with enough support staff)

3.1.6 The theme area inside this Industry Pavilion will have to be designed,

erected and maintained by the Agency. The proposed theme for this Pavilion

will be “Advantage Uttar Pradesh & Opportunities Ahead”. The entire

conceptualization, design, erection, execution, interior decoration and

maintenance work of this Industry Pavilion must be part of the financial BID.

3.1.7 Creation of at least two theme installations at most opportune locations

inside the Industry pavilion depicting ongoing schemes/policies/projects of

the GoUP.

3.1.8 The fascia of the Zones in this Industry Pavilion will have to designed and

executed in a very attractive way. This fascia should stand out amongst the

other stalls/zones/pavilions in Uttar Pradesh State Pavilion. The fascia

should be designed in manner so that it gives a very clear message of the

theme through its various decorative elements.

Page 12 of 81

3.1.9 The Agency will have to ensure that the Industry Pavilion should be properly

lit up and there is proper lighting in the entire Industry Pavilion.

3.1.10 The Agency will be responsible to supervise the execution of work at site and

manage the stall during the event.

3.1.11 Agency will have to provide LED Screens of at Least 8 mt. X 4 mt. or any

appropriate size as per the theme plan of the bidder at most opportune

places inside the Industry Pavilion. At least one LED Screen must be

provided in each zone.

3.1.12 Agency will have to provide plasma displays of at least 55 inches in each

zone as well as at most opportune places in common areas like passages,

aisles, entry and exit points.

3.1.13 The Agency will have to ensure that there are facilities of P.A. System in the

Industry Pavilion for supporting the audio displayed on LED Video wall and

LED TV in the stalls. The sound should be clearly audible inside the zones.

There should be an arrangement for playing ambience instrumental music,

which should be clearly audible to the public present at the pavilion and

surrounding. The sound should be such that it should not be disturbing the

people inside the exhibition area. The PA system should include but not

limited to speakers, switchers, cordless mikes, etc.

3.1.14 Proper reception with sufficient furniture and other items as per

requirement shall have to be arranged by the agency.

3.1.15 Stall fabrication cost, material transportation charges, customs clearances,

material storage/damage/ dumping charges, material disposal (including

scraping) charges, insurances, visa processing fees of their agency staff and

workmen, Custom duties, Security charges for stall and stores/ material,

cleaning charges of stall, dismantling charges/ cost of stall etc. will have to

be borne by the agency.

3.1.16 Agency must provide all kind of electrical fixtures like long arm spot lights,

halogens, power plug sockets etc. as per requirement and proper

illumination of the images and stall. In case electricity bill for the venue, the

agency may pay on approval of GoUP and claim it later.

3.1.17 Agency shall provide running tea/coffee with dry snacks to the GoUP

officials, exhibitors and guests, as and when required during the exhibition

days.

Page 13 of 81

3.1.18 The Agency will have to create two small dry pantries cum store room within

this pavilion area. The entire construction and maintenance of dry pantry

cum store room, including consumables need to be provided.

3.1.19 Agency to ensure, minimum 10 (Ten) English and Hindi speaking hostesses

and 4 (four) male coordinator would be provided at this pavilion. The

hostesses and coordinators must be experienced enough to handle

exhibition of this scale.

3.1.20 Videography and photography arrangements as and when required. Soft

Copy of photographs in a Pen Drive along with videography DVD to be

provided by the agency post event.

3.1.21 Literature/related items of the GoUP must be carried and transferred by the

agency and adequately stocked at the venue of the event. Stock account of

the same must be submitted after the event.

3.1.22 The Agency should decorate all the entrance & exit of the pavilion and other

places to the satisfaction of GoUP with natural flowers on the day of the

inauguration and on the day of closing.

3.1.23 Providing flower bouquets, table bouquets, flower vase and rose buds etc.

are part of the scope of work.

3.1.24 The agency will be required to conceptualize the design, layout and erect this

Pavilion in fire resistant material as per approved design according to

international standards and norms fixed by the organizers on turnkey basis.

3.1.25 The material should be light weight, easy to carry and adjustable according

to the space available. The structure should be 3D or any other type and

should give a real feel of the place or things replicated.

3.1.26 The complete structure should be completed in all aspects and handed over

to GoUP on 01st February 2020 by 1700 hrs. The site will be handed over by

GoUP on or before 20th January 2020.

3.1.27 It will be responsibility of agency to create, install and manage all branding

installations in each zone. The inputs for creatives will be provided by GoUP.

3.1.28 It will be sole responsibility of agency to coordinate with appointed nodal

officers of each zone and develop the zone as per requirements of theirs.

3.1.29 Bidders will have to present at least two plans for development of pavilion in

their technical presentation. The plans must be a depiction of overall theme,

Page 14 of 81

look & feel that the bidder is proposing for the pavilion. All the elements

shown in the plan must be provided by the agency.

3.1.30 The scope of work is indicative and not exhaustive. It will be responsibility of

the bidder to ascertain the requirements as per theme plan presented and

should prepare the financial bid accordingly.

3.1.31 Platforming for models and developing of digital showcase will be

responsibility of EMA.

3.1.32 It will be sole responsibility of Agency to develop, install, manage and

maintain all the exhibits in Industry Pavilion during the entire duration of

DefExpo 2020.

3.1.33 All the models and creatives created for the purpose of creation of this

Pavilion will be property of Udyog Bandhu post completion of DefExpo 2020.

Hence, it will be sole responsibility of EMA to handover all the models and

creatives to Udyog Bandhu in its office at Lucknow post completion of

DefExpo 2020.

3.1.34 Agency will also be responsible of updating the exiting audio-visual content

available with NOIDA, GNIDA, YEA, UPSIDA and Udyog Bandhu. The existing

audio-visual contents will be provided.

3.1.35 Agency will be provided nodal officers for each zone and it will be prime

responsibility of agency to develop the zones as per directions as well as to

the satisfaction of respective nodal officers.

3.2 NOIDA Zone: Following projects need to be showcased in Noida Zone through working/static models of indicated size with proper platforming. The development of models will also be responsibility of agency. The drawings for models will be provided by GoUP (details are in annexure 1):

3.2.1 Commercial hub at Sector 18, Noida including multi-level parking facility.

(through digital showcase in 3D)

3.2.2 Upcoming multi speciality hospital in Sector 39, Noida. (through digital

showcase in 3D)

3.2.3 Noida Metro (Existing routes and expansion plans). (through working model

of 4 ft. X 4 ft.)

3.2.4 Upcoming traffic park at Sector 108, Noida. (through digital showcase in 3D)

3.2.5 Upcoming bus station at Sector 82, Noida & Sector 144, Noida. (through

digital showcase in 3D)

Page 15 of 81

3.2.6 Intelligent Transport Management System (ITMS). (through digital showcase

in 3D)

3.2.7 Existing urban infrastructure & available land bank. (through flex

banners/interactive screens/audio visual displays/etc.)

3.3 GNIDA Zone: Following projects need to be showcased in GNIDA Zone (details are in annexure 2):

3.3.1 Proposed Medical University. (through digital showcase in 3D)

3.3.2 Proposed Convention Centre. (through digital showcase in 3D)

3.3.3 Integrated Industrial Township (IIT). (through digital showcase in 3D)

3.3.4 Multi-Modal Logistics Hub (MMLH) and Multi-Modal Transport Hub

(MMTH). (through working model of 3 ft. X 3 ft.)

3.3.5 Existing urban infrastructure & available land bank. (through flex

banners/interactive screens/audio visual displays/etc.)

3.4 YEA Zone: Following projects need to be showcased in YEA Zone (details are in annexure 3):

3.4.1 Noida International Airport, Jewar. (through working model of 6 ft. X 6 ft.)

3.4.2 Existing urban infrastructure & available land bank. (through flex

banners/interactive screens/audio visual displays/etc.)

3.5 UPSIDA Zone: Following projects need to be showcased in UPSIDA Zone (details are in annexure 4):

3.5.1 Trans-Ganga Integrated Industrial Township, Unnao (through static model of

3 ft. X 3 ft.)

3.5.2 Saraswati Hitech City, Allahabad (through static model of 3 ft. X 3 ft.)

3.5.3 Baheri Industrial Area, Bareilly (through digital showcase in 3D)

3.5.4 Dibiyapur Plastic City, Auraiya (through digital showcase in 3D)

3.5.5 Special Economic Zone, Moradabad (through digital showcase in 3D)

3.5.6 Bargah-II Industrial Area, Chitrakoot (through digital showcase in 3D)

3.5.7 Agro Park, Barabanki (through digital showcase in 3D)

3.5.8 Trishundi Industrial Area, Amethi (through digital showcase in 3D)

3.5.9 Khemsepur Industrial Area, Farukhabad (through digital showcase in 3D)

Page 16 of 81

3.5.10 Kosi Kotwan I & II Industrial Area, Mathura. (through digital showcase in

3D)

3.5.11 Etah Industrial Area, Etah (through digital showcase in 3D)

3.5.12 IIDC Etach, Etah (through digital showcase in 3D)

3.5.13 Existing urban infrastructure. (through flex banners/interactive

screens/audio visual displays/etc.)

3.5.14 A dedicated “GIS Zone” showcasing available land bank of UPSIDA through

touch screens at multiple points to use GIS website

(http://118.185.3.27/gisupsidc/)

3.6 Udyog Bandhu Zone: Following elements need to be provided/created in Udyog Bandhu Zone (details are in annexure 4):

3.6.1 A thematic mini theatre befitting 40 to 50 people. Mini theatre is to be

planned in such a way that it can be used for smaller workshops/seminars as

well. All audio-visual equipment such as LED screen, speakers, etc. to be

provided and digital content for display will be provided by GoUP.

3.6.2 A digital gallery on journey of industrial growth in Uttar Pradesh. (EMA will

also be responsible for developing content for digital gallery)

3.6.3 A dedicated “Nivesh Mitra Zone” showcasing ease of doing business reforms

taken by Uttar Pradesh in last few years as well as touch screens at multiple

points to use Nivesmitra website/app (www.nivesmitra.up.nic.in)

3.6.4 Two dedicated B2G zones in which one should be befitting 15 to 20 people

and another should be befitting 10 to 15 people. The smaller meeting room

is to be developed in such a way that it can be used as VVIP seating area as

well.

3.6.5 Two fully built up stalls of 9 sq. mt. (3 mt. X 3 mt.) each. (with proper

branding through flex banners/Vinyl/Sunboard/etc.)

Page 17 of 81

Section 4. : INSTRUCTIONS TO BIDDERS

A. General

4.1 Important Instructions for the Selected Bidder:

4.1.1 The descriptive items enlisted in the scope of work in Section 3 of this RFP

are only indicative, and it shall be the duty of the bidder to anticipate the

extra requirements if any, of the event like refreshments, incidental costs on

decoration, theme execution, etc. depending on the theme plan of the bidder.

The bidder shall quote the corresponding cost accordingly.

4.1.2 While above requirement has been worked out taking into consideration the

event planed so far, the requirements are not fully freezed, hence Udyog

Bandhu may increase or decrease the number of items as per actual

requirement.

4.1.3 A committee will be constituted, or an officer will be designated by Udyog

Bandhu to approve any additional work that the selected EMA needs to

accomplish over and above the given scope of work. The selected EMA must

ensure that all such additional activities are carried out only after approval

of the said committee/officer. EMA will have to provide third party bills in

case of any such requirement arises.

4.1.4 The selected EMA upon request of Udyog Bandhu, in certain cases, has to

provide original third-party bills or quotations in support of expenditure

incurred by them on actual basis.

4.1.5 Bidder need to submit detailed element unit wise costing of each element to

be used as per theme plan suggested by bidder and consented by Udyog

Bandhu. The detailed bill of quantity (BoQ)/Financial Proposal thus

submitted must be in accordance with the scope of work given in this RFP

and should be in the prescribed format as per Appendix II, Form 2 of this

RFP.

4.2 Scope of Proposal

4.2.1 Detailed description of the objectives, scope of services and other

requirements relating to services are specified in this RFP. The manner in

which the Proposal is required to be submitted, evaluated and accepted is

explained in this RFP.

4.2.2 Bidders are advised that the selection of Event Management Agency shall be

on the basis of an evaluation, through the Selection Process specified in this

Page 18 of 81

RFP. Bidders shall be deemed to have understood and agreed that no

explanation or justification for any aspect of the Selection Process will be

given and that the Udyog Bandhu’s decisions are without any right of appeal

whatsoever.

4.2.3 The Bidder shall submit its Proposal in the form and manner specified in this

RFP. The Technical proposal shall be submitted in the form at Appendix-I

and the Financial Proposal shall be submitted in the format at Appendix-II.

Upon selection, the Bidder shall be required to enter into an agreement with

Udyog Bandhu.

4.3 Conditions of Eligibility of Bidders

4.3.1 The empaneled Event Management Agencies of Udyog Bandhu are only

eligible for bidding.

4.3.2 The Applicant should submit a Power of Attorney, as per the format

Appendix III Form 3. However, in case the Proposal is signed by an

authorized signatory on behalf of the bidder, a copy of appropriate

resolution certified by Company Secretary conveying such authority may be

enclosed in lieu of the power of Attorney.

4.3.3 Any entity which has been barred by the Central/State Government in India

or any entity controlled by them, from participating in any project, and the

bar subsists as on the date of Proposal, would not be eligible to submit the

Proposal.

4.4 Intellectual Property Rights

Udyog Bandhu shall remain the owner of all the content conceptualized, created,

and implemented by the selected agency under this RFP. All intellectual property

rights in the content whether in tangible or intangible form shall belong to Udyog

Bandhu and the selected agency has no right to assign, licence, sell, or use any

content conceptualized, created and implemented under this RFP and/or

accompanying Agreement to any third party under any circumstances.

4.5 Conflict of Interest

The selected Bidder shall not receive any remuneration in connection with the

assignment except as provided in the Agreement. The Bidder and its affiliates shall

not engage in activities that conflict with the interest of the Udyog Bandhu under

the contract and shall be excluded from downstream supply of goods or

Page 19 of 81

construction of works or purchase of any asset or provision of any other service

related to the assignment other than a continuation of the Services under the

ongoing contract. It should be the requirement of the contract that the Bidder

should provide professional, objective and impartial advice and at all times hold

Udyog Bandhu’s interest paramount, without any consideration for future work,

and that in providing advice they avoid conflicts with other assignments and their

own corporate interests. Bidder shall not be hired for any assignment that would

be in conflict with their prior or current obligations to Udyog Bandu, or that may

place them in a position of being unable to carry out the assignment in the best

interest of Udyog Bandhu. Without limitation on the generality of the foregoing,

Bidder shall not be hired, under the circumstances set forth below:

(i) Conflict between assigned works and services: A Bidder that has been

engaged to provide goods, works, or services for a project, and each of its

affiliates, shall be disqualified from providing services related to those

goods, works or services. Conversely, a Bidder concern hired to provide

services for the said event and each of its affiliates, shall be disqualified

from subsequently providing goods, works or services for such

preparation or implementation.

(ii) Conflict among assignments: Neither Bidder (including their personnel

and) nor any of their affiliates shall be hired for any assignment that, by

its nature, may be in conflict with another assignment of the Service

Providers.

(iii) Relationship with Employer's staff: Bidder (including their personnel

and sub-vendors) that have a business or family relationship with such

member(s) of the Employer's staff or with the staff of the project

implementing agency, who are directly or indirectly involved in any part

of; (i) the preparation of the TOR of the contract, (ii) the selection process

for such contract, or (iii) supervision of such contract; may not be

awarded a contract unless it is established to the complete satisfaction of

the employing authority, for the reason to be recorded in writing, that

Page 20 of 81

such relationship would not affect the aspects of fairness and

transparency in the selection process and monitoring of Agency’s work.

4.6 Fraud and Corrupt Practices

4.6.1 The Bidders and their respective officers, employees, agents and advisers

shall observe the highest standard of ethics during the Bidding Process and

subsequent to the issue of the LOA and during the entire project duration.

Notwithstanding anything to the contrary contained herein, or in the LOA,

the Udyog Bandhu may reject a Bid, withdraw the LOA, or terminate the

association with the Selected Bidder, as the case may be, without being liable

in any manner whatsoever to the Bidder, if it determines that the Bidder,

has, directly or indirectly or through an agent, engaged in corrupt practice,

fraudulent practice, coercive practice, undesirable practice or restrictive

practice in the Bidding Process. In such an event, the Udyog Bandhu shall be

entitled to forfeit and appropriate Performance Security, as Damages,

without prejudice to any other right or remedy that may be available to the

Udyog Bandhu under the Bidding Documents and/ or the LOA, or otherwise.

4.6.2 Without prejudice to the rights of the Udyog Bandhu under Clause 4.5.1

herein above and the rights and remedies which the Udyog Bandhu may

have under the LOA, or otherwise if a Bidder, is found by the Udyog Bandhu

to have directly or indirectly or through an agent, engaged or indulged in any

corrupt practice, fraudulent practice, coercive practice, undesirable practice

or restrictive practice during the Bidding Process, or after the issue of the

LOA or the project duration, such Bidder shall not be eligible to participate in

any tender or RFP issued by the Udyog Bandhu during a period of 2 (two)

years from the date such Bidder, is found by the Authority to have directly or

indirectly or through an agent, engaged or indulged in any corrupt practice,

fraudulent practice, coercive practice, undesirable practice or restrictive

practices, as the case may be.

4.6.3 For the purposes of this Clause 4.5, the following terms shall have the

meaning hereinafter respectively assigned to them:

(i) “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 the Udyog Bandhu who is or has been

associated in any manner, directly or indirectly, with the Bidding Process or

Page 21 of 81

the LOA or has dealt with matters concerning or arising therefrom, 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 Udyog Bandhu, shall be deemed to constitute influencing

the actions of a person connected with the Bidding Process); or (ii) save as

provided herein, engaging in any manner whatsoever, whether during the

Bidding Process or after the issue of the LOA or during the project duration,

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

Project or the LOA, who at any time has been or is a legal, financial or

technical adviser of the Department in relation to any matter concerning the

Project;

(ii) “fraudulent practice” means a misrepresentation or omission of facts or

suppression of facts, plagiarism or disclosure of incomplete facts, in order to

influence the Bidding Process;

(iii) “coercive practice” means impairing or harming, or threatening to impair

or harm, directly or indirectly, any person or property to influence any

person’s participation or action in the Bidding Process;

(iv) “undesirable practice” means (i) establishing contact with any person

connected with or employed or engaged by the Udyog Bandhu with the

objective of canvassing, lobbying or in any manner influencing or

attempting to influence the Bidding Process; or (ii) having a Conflict of

Interest; and

(v) “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.

4.7 Unfair Competitive Advantage

Fairness and transparency in the selection process require that Bidders or their

affiliates competing for a specific assignment do not derive a competitive

Page 22 of 81

advantage from having provided services related to the assignment in question. To

that end, the request for proposals and all information would be made available to

all short-listed bidders together.

4.8 Number of Proposals

A Bidder is eligible to submit only one proposal.

4.9 Cost of Proposal

4.9.1 Cost of Proposal

The Bidders shall be responsible for all of the costs associated with the

preparation of their Proposals and their participation in the Selection Process.

Udyog Bandhu will not be responsible nor in any way liable for such costs,

regardless of the conduct or outcome of the Selection Process.

4.9.2 Cost of RFP Document

The RFP Document can be downloaded free of cost from the e-Tender portal at

https://etender.up.nic.in. However, an amount of Rs 5,000/- in the form of Demand

Draft of any nationalized/scheduled bank in favour of Udyog Bandhu, payable at

Lucknow should be hand delivered to Udyog Bandhu, 12-C, Mall Avenue, Lucknow

either before the bid submission end date and time as cost of the RFP or to the

Joint Executive Director, Udyog Bandhu before opening of technical bid at the

venue of technical bid opening as per section 1 of this RFP. The Demand Draft

should be enclosed in an envelope clearly marking – ‘Demand Draft towards Cost

of RFP for Event Management Agency for Development, Upkeep & Management of

Industry Pavilion at DefExpo, Lucknow. The envelope should be placed in another

outer envelope as mentioned in Clause 4.27.

4.10 Consortiums

No Consortiums shall be allowed for this project.

4.11 Acknowledgement by Applicant

It shall be deemed that by submitting the Proposal, the Applicant has:

(i) made a complete and careful examination of the RFP;

(ii) acknowledged that it does not have a Conflict of Interest; and

Page 23 of 81

(iii) agreed to be bound by the undertaking provided by it under and in terms

hereof.

4.12 Right to reject any or all Proposals

4.12.1 Notwithstanding anything contained in this RFP, the Udyog Bandhu reserves

the right to accept or reject any Proposal and to annul the Selection Process

and reject all Proposals, at any time without any liability or any obligation

for such acceptance rejection or annulment, and without assigning any

reasons thereof.

4.12.2 The Udyog Bandhu reserves the right to reject any Proposal if:

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

(ii) the Bidder does not provide, within the time specified by the Udyog

Bandhu, the supplemental information sought by the Udyog Bandhu for

evaluation of the Proposal.

4.12.3 Such misrepresentation/ improper response may lead to the disqualification

of the Bidder. If such disqualification/rejection occur after the Proposals

have been opened and the highest-ranking Bidder gets disqualified/rejected,

then the Udyog Bandhu reserves the right to consider the next best Bidder,

or any other measure as may be deemed fit in the sole discretion of the

Udyog Bandhu, including annulment of the Selection Process.

B. DOCUMENTS

4.13 Contents of the RFP

This RFP comprises the Disclaimer set forth hereinabove, the contents as listed

below and will additionally include any Modification / Addendum / Amendment /

Corrigendum issued in accordance with Clause 4.14:

TABLE OF CONTENTS

1. INSTRUCTIONS FOR E-TENDERING

2. SECTION 1: SCHEDULE OF BIDDING PROCESS

3. SECTION 2: TERMS OF REFERENCE

4. SECTION 3: SCOPE OF WORK

5. SECTION 4: INSTRUCTION TO BIDDERS

Page 24 of 81

6. SECTION 5: ANNEXURE & APPENDICES

4.14 Clarifications from Bidders

4.14.1 Bidders requiring any clarification on the RFP may send their queries to the

Udyog Bandhu in writing (by e-mail only) before the date mentioned in the

Schedule of bidding Process at Section I

4.14.2 The Udyog Bandhu reserves the right not to respond to any questions or

provide any clarifications, in its sole discretion, and nothing in this Clause

shall be taken or read as compelling or requiring the Udyog Bandhu to

respond to any question or to provide any clarification.

4.15 Amendment / Modification of RFP

4.15.1 At any time prior to the deadline for submission of Proposal, the Udyog

Bandhu may, for any reason, whether at its own initiative or in response to

clarifications requested by the Bidder, modify the RFP document by the

issuance of Modified RFP/ Addendum/ Amendment/ Corrigendum through

posting it only on e-Tender portal.

4.15.2 All such amendments/modified RFP will be posted only on the e-Tender

Portal and shall not be published in any newspaper and will be binding on all

Bidders.

4.15.3 In order to afford the Bidders a reasonable time for taking an amendment

into account, or for any other reason, the Udyog Bandhu may, in its sole

discretion, extend the Proposal Due Date.

C. PREPARATION AND SUBMISSION OF PROPOSAL

4.16 Language

The Proposal with all accompanying documents (the “Documents”) and all

Communications in relation to or concerning the Selection Process shall be in

English Language and strictly on the forms provided in this RFP. No supporting

document or printed literature shall be submitted with the Proposal unless

specifically asked for and in case any of these documents is in another language, it

must be accompanied by an accurate translation of the relevant passages in

English, in which case, for all purposes of interpretation of the Proposal, the

translation in English shall prevail.

Page 25 of 81

4.17 Format and signing of e-bids

4.17.1 The Bidder shall provide all the information as per this RFP Document. The

Udyog Bandhu would evaluate only those Proposals that are received in the

required format and are complete in all respect. The Bidder shall prepare the

electronic copy for the eBids (in pdf format) and upload the eBids on

eTender Portal https://etender.up.nic.in through the bidder’s Digital

Signature Certificate (DSC).

Each Proposal shall comprise the following:

(i) Technical Proposal

a. Scanned copy of the DD for Cost of RFP Document;

b. Scanned copy of the DD for Earnest Money Deposit;

c. Other details as sought in the RFP as per formats provided in

Appendix I, II and III;

(ii) The Bidder has to declare the Company profile such as Memorandum &

article of Association of the company, etc. The documents to be submitted

should also include the following:

a. Self-attested copy of Registration.

b. Self-attested copy of PAN card.

c. Self-attested copy of the GSTIN Number

d. A Statutory auditor/ Chartered Accountant certificate

specifying the net annual turnover for the last three years

(2015-16, 2016-17, 2017-18) in the format set out in Appendix

I Form 3

e. Power of Attorney as per Appendix III Form 3, authorizing the

signatory of the Proposal to commit the Bidder;

f. Other details comprising Project data Sheets in the format set

out in Appendix I Form 4: Details of members to be deputed at

Udyog Bandhu set out in Appendix I Form 5; undertaking from

HR head on the total number of employees in the payroll of the

bidder set out in Appendix I Form 6 with supporting proof as

indicated in Section 4

Page 26 of 81

(iii) Financial Proposal

Financial Proposal will be uploaded on the e-tendering website and

marked as Part II Submission- Financial Bid in the format as set out in

Appendix II.

4.17.2 Each page of the Technical eBid shall be numbered and signed by an

authorized signatory of the Bidder holding the Power of Attorney (the

“Authorized Representative”). A copy of the Power of Attorney certified

under the hands of a director of the Bidder or a notary public on the

specified form shall accompany the Proposal. (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).

Also, where required, the executants(s) should submit for verification the

extract of the charter documents and documents such as a resolution /

power of attorney in favour of the Person executing this Power of Attorney

for the delegation of power hereunder on behalf of the Event Management

Agency.)

4.17.3 In case the Proposal is signed by an authorized signatory on behalf of the

bidder, a copy of appropriate resolution certified by company secretary

conveying such authority may be enclosed in lieu of the power of Attorney.

4.18 Submission of e-Bids

4.18.1 The Bidders should submit their bids online only in the Submission module

of eTender Portal https://etender.up.nic.in. The Bids shall be submitted only

from the Bid Submission Start Date till the Bid Submission End Date and

time given in the eTender Portal https://etender.up.nic.in. Therefore,

Bidders are advised to submit the eBids well advance in time.

4.18.2 All proposals and accompanying documentation will become the property of

the Udyog Bandhu and will not be returned. The bidders should submit their

eBid considering the Server time displayed on the eTender Portal

https://etender.up.nic.in. This server time is the time by which the eBid

submission activity will be allowed till the permissible time on the last/end

date of submission of eBids indicated in the e-tender schedule.

4.18.3 Once the eBid submission date and time is over, the bidders cannot submit

their eBid. The bidders shall only be held responsible for any delay and

whatsoever reason in non-submission of eBid.

Page 27 of 81

4.18.4 The procedure for submission of eBids by the bidders on eTender Portal

https://etender.up.nic.in is already available on the Portal and has also been

explained in the RFP above under Instructions for e Tendering.

4.18.5 It shall be deemed that prior to the submission of the Proposal, the Bidder

has:

4.18.5.1 Made a complete and careful examination of terms and conditions/

requirements, and other information as set forth in this RFP Document;

4.18.5.2 Received all such relevant information as it has requested from the Udyog Bandhu, and;

4.18.5.3 Made a complete and careful examination of the various aspects of the Project.

Udyog Bandhu shall not be liable for any mistake or error or neglect by the Bidder

in respect of the above.

4.19 Late Bids

The server time indicated in the Bid Management window on the eTender portal

https://etender.up.nic.in will be the time by which the eBids submission activity

will be allowed till the permissible date and time scheduled in the eTender. Once

the eBids submission date and time is over, the Bidder cannot submit his/her Bid.

Bidder has to start the eBid Submission well in advance so that the submission

process passes off smoothly. The Bidder only, will be held responsible if his/her

eBids are not submitted in time due to any reasons.

4.20 Withdrawal and Resubmission of ebids

4.20.1 At any point of time, a Bidder can withdraw his/her eBids submitted online

before the eBids submission end date and time. For withdrawing, the Bidder

should first log in using his/ her Login Id and Password and subsequently by

his/ her Digital Signature Certificate on the e-procurement portal

https://etender.up.nic.in. The Bidder should then select "My Bids" option in

the Bid Submission menu. The page listing all the Bids submitted by the

Bidder will be displayed. Click "View" to see the details of the Bid to be

withdrawn. After selecting the "Bid Withdrawal" option, the Bidder has to

click "Yes" to the message "Do you want to withdraw this Bid?" displayed in

the Bid Information window for the selected Bid. The Bidder also has to

enter the Bid Withdrawing reasons and upload the letter giving the reasons

for withdrawing before clicking the ”Submit" button. The Bidder has to

confirm again by pressing "Ok" button before finally withdrawing his/her

Page 28 of 81

selected Bid. Once the Bidder has withdrawn his /her Bid he/she cannot re-

submit this Bid again.

4.20.2 The Bidder can resubmit his/ her eBids as and when required till the Bid

submission end date and time. The new one bid will replace the eBids

submitted earlier. The payment made by the Bidder earlier will be used for

revised eBids and the new Bid submission summary generated after the

successful submission of the revised eBids will be considered for evaluation

purposes. For resubmission, the Bidder should first log in using his/ her

Login ID and Password and subsequently by his/ her Digital Signature

Certificate on the eTender procurement portal https://etender.up.nic.in. The

Bidder should then select "My Bids" option in the Bid Submission menu. The

page listing all the Bids submitted by the Bidder will be displayed. Click

"View" to see the details of the Bid to be resubmitted. After selecting the "Bid

Resubmission" option, click "Encrypt & Upload" to upload the revised eBids

documents by following the methodology provided in clause 4.17 above.

4.20.3 The Bidders can submit their revised Bids as many times as possible by

uploading their eBids documents within the scheduled date & time for

submission of eBids.

4.20.4 No eBids can be resubmitted subsequently after the deadline for submission

of eBids

4.20.5 The Udyog Bandhu may, in exceptional circumstances, and at its sole

discretion, extend the above Proposal Due Date by issuing an Addendum

4.21 Receipt and Opening of eBids

4.21.1 Bidders are advised to submit their e-Bids in `Two-Bid’ system with

Technical and Financial bids separately on e-Tender portal. Please note that

prices should not be quoted in the Technical Bid. The Prices should be

quoted in the Financial Bid only. On receipt on e-Tender portal, the Technical

Proposals will be opened in the office of Udyog Bandhu at Lucknow

4.21.2 Udyog Bandhu will open all e-Bids, in the presence of bidder’s authorized

representatives who choose to attend the Bid Opening, at the venue specified

in Section 1 of this RFP. The bidder’s representatives who are present shall

record their attendance on the attendance sheet. In the event of the specified

date of eBid opening being declared a holiday for the Udyog Bandhu, the

eBids shall be opened at the appointed time and place on the next working

day.

Page 29 of 81

4.21.3 The bidder’s names & the presence and other details as the Udyog Bandhu at

its discretion may consider appropriate, will be announced at the opening of

the eBids. The names of such bidders not meeting the qualification

requirement shall be notified subsequently.

4.21.4 After evaluation of technical e-Bids, the Udyog Bandhu shall notify those

bidders whose e-Bids were considered non-responsive to the Conditions as

mentioned in this RFP Document and not meeting the Qualification

Requirements indicating that they did not technically qualify for selection as

Event Management Agency for this project. The Udyog Bandhu will

simultaneously notify on the eTender portal https://etender.up.nic.in, whose

technical eBids were considered acceptable and have been shortlisted for the

presentation and opening of their financial e-Bids.

4.21.5 The Udyog Bandhu reserves the right to reject any Proposal not submitted

on time and which does not contain the information/documents as set out in

this RFP Document

4.21.6 To facilitate evaluation of Proposals, the Udyog Bandhu may, at its sole

discretion, seek clarifications in writing from any Bidder regarding its

Proposal.

4.22 Technical Proposal

4.22.1 Bidders shall submit the technical proposal in the formats at Appendix-I (the

“Technical Proposal”).

4.22.2 Failure to comply with the requirements shall make the Proposal liable to be

rejected.

4.22.3 The Technical Proposal shall not include any financial information relating

to the Financial Proposal.

4.22.4 The Udyog Bandhu reserves the right to verify all statements, information

and documents, submitted by the Bidder in response to the RFP. Failure of

the Udyog Bandhu to undertake such verification shall not relieve the Bidder

of its obligations or liabilities hereunder nor will it affect any rights of the

Udyog Bandhu there under.

4.22.5 In case it is found during the evaluation or at any time before signing of the

Agreement or after its execution and during the period of subsistence

thereof, that one or more of the eligibility conditions have not been met by

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

any materially incorrect or false information, the Bidder shall be disqualified

Page 30 of 81

forthwith if not yet appointed as the Agency either by issue of the LOA or

entering into of the Agreement, and if the Bidder has already been issued the

LOA or has entered into the 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 Udyog

Bandhu without the Udyog Bandhu being liable in any manner whatsoever

to the Applicant, as the case may be. In such an event, the Udyog Bandhu

shall forfeit and appropriate the performance bank guarantee submitted by

bidder on empanelment in Udyog Bandhu as mutually agreed pre-estimated

compensation and damages payable to the Udyog Bandhu for, inter alia,

time, cost and effort of the Udyog Bandhu, without any other right or remedy

that may be available to the Udyog Bandhu.

4.23 Financial Proposal

4.23.1 Bidders shall submit the financial proposal on the eTender portal in a

separate excel sheet of Commercial bid format has also been published along

with the RFP as per format at Appendix-II (the “Financial Proposal”) clearly

indicating the total lump-sum cost of the services in both figures and words,

in Indian Rupees. In the event of any difference between figures and words,

the amount indicated in words shall be taken into account. Detailed breakup

should also be provided in financial proposal as per format given at

Appendix-II. The grand sum of itemized breakup should be equal to the

lump-sum quote/bid in any case. In case of any discrepancy the grand sum of

itemized breakup will be considered as final quotation/bid.

4.23.2 While submitting the Financial Proposal, the Bidder shall ensure the

following:

(i) All the costs associated with the assignment shall be included in the

Financial Proposal. These shall cover remuneration for all the Personnel

(Expatriate and Resident, in the field, office etc), equipment, surveys, third

party services, overhead charges viz. occasional travelling, boarding and

lodging and out of pocket expenses, etc. The total amount indicated in the

Financial Proposal shall be without any condition and shall be final and

binding. In case any assumption or condition is indicated in the Financial

Proposal, it shall be considered non-responsive and liable to be rejected.

(ii) The Financial Proposal shall take into account all expenses and tax

liabilities. For the avoidance of doubt, it is clarified that all taxes shall be

Page 31 of 81

deemed to be included in the costs shown under different items of the

Financial Proposal. Further, all payments shall be subject to deduction of

taxes at source as per applicable laws.

(iii) Costs shall be expressed in INR.

4.23.3 The Financial proposal shall be firm throughout the period of performance

of the assignment up to and discharge of all obligations of the Event

Management Agency under the Agreement.

4.24 Proposal Due Date

4.24.1 Proposal should be submitted before the time specified in Section 1 of this

RFP on the Proposal Due Date Specified at Section I in the manner and form

as detailed in this RFP.

4.24.2 The Udyog Bandhu may, in its sole discretion, extend the Proposal Due Date

by issuing a Corrigendum in accordance with Clause 4.14.

4.25 Proposal validity

The Proposal shall remain valid for a period not less than 120 days from the

Proposal Due Date (Proposal Validity Period). The Udyog Bandhu reserves the

right to reject any Proposal, which does not meet this requirement.

4.26 Late Proposals

Proposals received by the Udyog Bandhu after the specified time on Proposal Due

Date shall not be eligible for consideration and shall be summarily rejected.

4.27 Modification/ substitution/ withdrawal of Proposals

No Proposal shall be modified, substituted, or withdrawn by the Bidder after bid

submission end date and time as mentioned in Section I.

D. EVALUATION PROCESS

4.28 Evaluation of Proposals

4.28.1 The Bid Evaluation Committee shall open the Proposals at the time and

venue specified in Section 1 of the RFP or thereafter on the Proposal Due

Date, and in the presence of the Bidders who choose to attend. The Technical

Proposal shall be opened first. The Financial Proposal shall be opened later

as mention in the schedule in Section I.

Page 32 of 81

4.28.2 Evaluation of Technical Bids

(i) Constitution of Bid Evaluation Committee - The evaluation of the

eBids shall be carried out by Bid Evaluation Committee. The Bid

Evaluation Committee will evaluate the tenders in two stages i.e.

Technical & Financial.

(ii) The Technical presentation shall be done to the Bid Evaluation

Committee.

(iii) Technical bids should be analyzed and evaluated by the Bid

Evaluation Committee. Technical bids in the following conditions

will be summarily rejected as being non responsive:

a. Technical Bids of those bidders, who do not meet the eligibility

criteria

b. Technical bids unsigned and incomplete, not responding to the

TOR fully and properly and those with lesser validity than that

prescribed in the RFP.

4.28.3 Evaluation of Financial eBids

(i) The financial eBids shall be opened by Bid Evaluation Committee

of the bidders which score more than 70 marks in the Technical

Evaluation criteria. The Bids shall be opened in presence of

representative of the technically qualified Bidders who chooses to

attend. The names of the Bidders and the proposed prices shall be

read and recorded when the financial proposals are opened.

(ii) The Bidders shall upload the Financials in the Commercial bid

section of the eTender portal. It is mandatory to furnish the cost

against all the particulars failing which the proposal shall be liable

to be rejected. A separate excel sheet of Commercial bid format

has also been published along with the RFP as per Appendix-II.

The same is to be used to submitting commercial bid. Completely

filled commercial bid in pdf format shall have to be submitted on

the e-Tender portal.

(iii) If there are conditions attached to any financial eBids,

which shall have bearing on the total cost, the Bid Evaluation

Page 33 of 81

Committee, will reject any such eBids as non-responsive financial

proposal. However, if the Bid Evaluation Committee feels it

necessary to seek clarifications on any financial proposals

regarding Taxes, duties or any such matter, the Bid Evaluation

Committee may do so by inviting responses in writing.

4.29 Negotiations

Normally, there would be no post RFP negotiations. In case of it is required,

negotiations may be carried out in with the Selected Agency in the interest of the

project.

4.30 Award of Contract

In a particular case of selection, the bidder would be technically evaluated out of

100 marks. Bids receiving 70 marks and above would qualify for Financial

Evaluation and the weightage of the Technical Bids and Financial Bids as 70:30.

The Selected bidder shall be the first ranked bidder (having the highest combined

score).

As an example, the following procedure will be followed. In response to the RFP, 3

proposals, A, B & C were received. The bid evaluation committee awarded them

70, 80 and 90 marks respectively. The minimum qualifying marks were 70. All the

3 proposals were, therefore, found technically suitable and their financial

proposals were opened after notifying the date and time of bid opening to the

successful participants. The evaluation committee examined the financial

proposals and evaluated the quoted prices as under:

Proposal Evaluated cost

A Rs. 120.

B Rs. 100.

C Rs. 110.

Using the formula LEC x 100/EC, where LEC stands for Lowest Evaluated Cost and

EC stands for Evaluated Cost, the committee gave them the following points for

financial proposals:

Page 34 of 81

A: 100x100/ 120 = 83 points

B: 100x100/ 100 = 100 points

C: 100x100/ 110 = 91 points

In the combined evaluation, thereafter, the evaluation committee calculated the

combined Technical and Financial score as under:

Proposal A: 70x0.70 + 83x0.30 =73.9 points

Proposal B: 80x0.70 + 100x0.30 =86 points

Proposal C: 90x0.70 + 91x0.30 =90.3 points

The three proposals in the combined technical and financial evaluation were

ranked as under:

Proposal A: 73.9 points H3

Proposal B: 86 points H2

Proposal C: 90.3 points H1

Proposal C at the evaluated cost of Rs. 110 was, therefore, considered for selection

and recommended for approval, to the competent authority.

4.30.1 Bidders are advised that Selection will be entirely at the discretion of the

Udyog Bandhu. Bidders will be deemed to have understood and agreed that

no explanation or justification on any aspect of the Selection Process or

Selection will be given.

4.30.2 Any information contained in the Proposal shall not in any way be construed

as binding on the Udyog Bandhu, its agents, successors or assigns, but shall

be binding against the Bidder if the work is subsequently awarded to it.

4.31 Confidentiality

Information relating to the examination, clarification, evaluation, and

recommendation for the selection of Bidders shall not be disclosed to any person

who is not officially concerned with the process or is not a retained professional

adviser advising the Udyog Bandhu in relation to, or matters arising out of, or

concerning the Selection Process. The Udyog Bandhu will treat all information,

submitted as part of the Proposal, in confidence and will require all those who

have access to such material to treat the same in confidence. The Udyog Bandhu

Page 35 of 81

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 Udyog

Bandhu.

The Event Management Agency and its Personnel shall not, either during the term

of contract or within two years after the expiration or termination of the

Agreement disclose any proprietary information, including information relating to

reports, data, drawings, design software or other material, whether written or

oral, in electronic or magnetic format, and the contents thereof; and any reports,

digests or summaries created or derived from any of the foregoing that is provided

by the Udyog Bandhu to the Event Management Agency, and a Personnel of Event

Management Agency any information provided by or relating to the Udyog

Bandhu, its technology, technical processes, business affairs or finances or any

information relating to the Udyog Bandhu's employees, officers or other

professionals or suppliers, customers, or contractors of the Udyog Bandhu; and

any other information which the Event Management Agency is under an obligation

to keep confidential in relation to the assignment, the Services or the Agreement

("Confidential Information"), without the prior written consent of the Udyog

Bandhu.

Notwithstanding the aforesaid, the Event Management Agency, and its Personnel

may disclose Confidential Information to the extent that such confidential

Information:

(i) was in the public domain prior to its delivery to the Event

Management Agency and its Personnel or becomes a part of the

public knowledge from a source other than the Event Management

Agency, and it’s Personnel;

(i) is required to be disclosed by Law or judicial or administrative or

arbitral process or by any Governmental Instrumentalities,

provided that before any such disclosure, the Event Management

Agency, shall give Udyog Bandhu, written notice, and use

Page 36 of 81

reasonable efforts to ensure that such disclosure is accorded

confidential treatment;

4.32 Clarifications

4.32.1 To facilitate evaluation of Proposals, the Udyog Bandhu may, at its sole

discretion, seek clarifications from any Bidder regarding its Proposal. Such

clarification(s) shall be provided within the time specified by the Udyog

Bandhu for this purpose. Any request for clarification(s) and all

clarification(s) in response thereto shall be in writing.

4.32.2 If a Bidder does not provide clarifications sought under Sub-Clause 4.32.1

above within the specified time, its Proposal shall be liable to be rejected. In

case the Proposal is not rejected, the Udyog Bandhu may proceed to evaluate

the Proposal by construing the particulars requiring clarification to the best

of its understanding, and the Bidder shall be barred from subsequently

questioning such interpretation of the Udyog Bandhu.

E. APPOINMENT OF EVENT MANAGEMENT AGENCY

4.33 Substitution of Team Members

The Udyog Bandhu will not normally consider any request of the Selected Bidder

for substitution of Team Member. Substitution, will, however be permitted if the

Team Member is not available for reasons of any incapacity or due to health,

subject to equally or better qualified and experienced personnel being provided to

the satisfaction of the Udyog Bandhu.

4.34 Indemnity

The Selected Bidder shall, subject to the provisions of the Agreement, indemnify

the Udyog Bandhu for any direct loss or damage that is caused due to any

deficiency in services to the maximum of three times the contract value.

4.35 Award of Work

After selection, a Letter of Award (the “LOA”) shall be issued by the Udyog Bandhu

to the Selected Bidder after submission of detailed element unit wise costing

(should include item wise cost of each element to be used as per theme plan

suggested by bidder and consented by Udyog Bandhu. The detailed bill of quantity

thus submitted must be in accordance with the scope of work given in this RFP

and should be in the prescribed format as per Appendix II, Form 2 of this RFP.)

Page 37 of 81

and the Selected Bidder shall, within 3 (three) working days of the receipt of the

LOA accept the same. In the event of non-receipt of acceptance of the LOA by the

Selected Bidder by the stipulated date, the Udyog Bandhu may, unless it consents

to extension of time for submission thereof, forfeit the performance bank

guarantee submitted for empanelment in Udyog Bandhu of such Applicant, and the

next eligible Bidder may be considered.

4.36 Performance Security

Upon acceptance of Letter of Award (LOA) from the Udyog Bandhu, the successful

Bidder shall at its own expense furnish the Performance Security within 5 (five)

days from the date from signing the agreement, of an amount equal to 10% of the

fee by way of Bank Guarantee for the due performance of the Contract in the

format of Performance Security Form (Appendix-III Form 2). All incidental

charges whatsoever such as premium, commission etc. with respect to the

Performance Guarantee shall be borne by the Bidder. The Performance Guarantee

shall be valid for six months post completion of the project satisfactorily. Subject

to the terms and conditions in the Performance Bank Guarantee, at the end of 06

(six) months, the Performance Bank Guarantee may be discharged/ returned by

the Udyog Bandhu upon being satisfied that there has been due performance of

obligations of the Bidder under the Agreement. However, no interest shall be

payable on Performance Guarantee.

4.37 Execution of Agreement

After acknowledgement of the LOA as aforesaid by the Selected Bidder, it shall

execute the Agreement within 7 (Seven) days from the date of issuance of LOA.

The Selected Bidder shall not be entitled to seek any deviation in the Agreement. If

the Selected Bidder fails to submit the Performance Security as per clause 4.36

and/or fails to sign the Agreement, its performance bank guarantee submitted on

empanelment in Udyog Bandhu shall be forfeited and appropriated by the Udyog

Bandhu. In such an event, the Udyog Bandhu may consider the Second Ranked

Bidder for negotiations and may issue LOA to him.

Page 38 of 81

4.38 Period of Contract:

The Contract would be assigned for a period of six months or the period till the

professional responsibility of the bidder ceases to exist as per the RFP.

4.39 Penalty Clause:

If the progress of assignment is found to be non-satisfactory or delayed at any

point of time, Udyog Bandhu reserves the right to impose penalty. The total

amount of penalty shall not exceed 25% of total assignment fee.

4.40 Payment to Selected Bidder

4.40.1 The bidder shall raise invoice as under for the payment of fee as under:-

Payment Schedule % payable of Total Fees

14 days prior to the date of the Event 20% (Against Bank Guarantee

of equivalent amount)

On start of venue development work at event

venue

20% (Against Bank Guarantee

of equivalent amount)

Within 14 days of completion of event without

any encumbrances and after physical verification

by committee. EMA will have to submit post

event report, digital photo and video album in

the form of copy able external hard drive of

whole event.

25%

On approval of Event performance report

detailing utilization – Post Event

35%

4.40.2 The payment as per the above schedule shall be made to the selected bidder

on completion of satisfactory performance (to be decided by Udyog Bandhu)

of all activities/roles/duties as per mutually agreed milestones up to the

stage of respective payment schedule.

4.40.3 Udyog Bandhu will designate certain officers who will physically verify the

work of EMA. It will be the sole responsibility of EMA to coordinate with the

Page 39 of 81

officers and should depute one dedicated personnel to coordinate with the

concerned officer on day to day basis to verify each deliverable/ deployment

(material or manpower)/ procurement etc. related to this RFP prior to

carrying out such activities. The verification and recommendation (on

quantity and quality of material used) of designated officer will be binding

on EMA.

4.40.4 The selected bidder will have to submit an Event performance report as

described in the Scope of Work on successful completion of event.

F. Force Majeure

4.41 Definition (i) For the purposes of this assignment, “Force Majeure” means an event

which is beyond the reasonable control of a Party, and which makes a

Party’s performance of its obligations hereunder impossible or so

impractical as reasonably to be considered impossible in the

circumstances, and includes, but is not limited to, war, riots, civil disorder,

earthquake, fire, explosion, storm, flood or other adverse weather

conditions, strikes, lockouts or other industrial action (except where such

strikes, lockouts or other industrial action are within the power of the

Party invoking Force Majeure to prevent), confiscation or any other action

by government agencies.

(ii) Force Majeure shall not include (i) any event which is caused by the

negligence or intentional action of a Party or agents employees thereof,

nor (ii) any event which a diligent Party could reasonably have been

expected to both (A) take into account at the time of the conclusion of the

Agreement and (B) avoid or overcome in the carrying out of its obligations

hereunder.

(iii) Force Majeure shall not include insufficiency of funds or failure to make

any payment required hereunder.

(iv) The Udyog Bandhu will decide the eventuality of Force Majeure which

will be binding on both the parties.

Page 40 of 81

4.42 No breach of Agreement

The failure of a Party to fulfil any of its obligations shall not be considered to be a

breach of, or default under, the Agreement insofar as such inability arises from an

event of Force Majeure, provided that the Party affected by such an event has

taken all reasonable precautions, due care and reasonable alternative measures,

all with the objective of carrying out the terms and conditions of the Agreement.

4.43 Measures to be taken

4.43.1 A Party affected by an event of Force Majeure shall take all reasonable

measures to remove such Party’s inability to fulfill its obligations hereunder

with a minimum of delay.

4.43.2 A Party affected by an event of Force Majeure shall notify the other Party of

such event as soon as possible, and in any event not later than fourteen (14)

days following the occurrence of such event, providing evidence of the

nature and cause of such event, and shall similarly give notice of the

restoration of normal conditions as soon as possible.

4.43.3 The Parties shall take all reasonable measures to minimize the consequences

of any event of Force Majeure.

4.44 Payments

During the period of its inability to perform the Services as a result of an event of

Force Majeure, the Event Management Agency shall be entitled to be reimbursed

for costs reasonably and necessarily incurred by it during such period for the

purposes of the Services and in reactivating the Services after the end of such

period. Such expenses will be approved by the Udyog Bandhu. The Agency will

have to provide proper justification and certificate from their auditors for such

expenses on the format as may be decided by the Udyog Bandhu.

4.45 Consultation

Not later than thirty (30) days after the Agency has, as the result of an event of

Force Majeure, become unable to perform a material portion of the Services, the

Parties shall consult with each other with a view to agreeing on appropriate

measures to be taken in the circumstances.

Page 41 of 81

4.46 Suspension of Agreement

The Udyog Bandhu may, by written notice of suspension to the Event Management

Agency, without any obligation (financial or otherwise) suspend all the payments

to the Event Management Agency hereunder if the Event Management Agency

shall be in breach of the Agreement or shall fail to perform any of its obligations

under the Agreement, including the carrying out of the Services; provided that

such notice of suspension (i) shall specify the nature of the breach or failure, and

(ii) shall provide an opportunity to the Event Management Agency to remedy such

breach or failure within a period not exceeding thirty (30) days after receipt by

the Event Management Agency of such notice of suspension.

4.47 Termination of Agreement Udyog Bandhu may terminate the Contract in whole or part without assigning

any reason if: -

(i) The qualified Bidder fails to perform any of the obligation(s)

under the Contract.

(ii) If the Bidder is in material breach of the representations and

warranties contained in their bid.

The termination of contract shall be made by prior written notice of default

sent to the Bidder. The bidder is not authorized to terminate the agreement

before its maturity.

G. Disputes Resolution

4.48 Amicable Settlement:

The parties shall use their best efforts to settle amicably all disputes arising out of

or in connection with the Agreement or the interpretation thereof. In the event of

a dispute, differences or claim arises in connection with the interpretation or

implementation of the agreement, the aggrieved party shall issue a written notice

setting out the Dispute/differences or claim to the other party, parties shall first

attempt to resolve such dispute through mutual consultation. If the dispute is not

resolved as aforesaid within 15 days from the date of receipt of written notice, the

matter will be referred for Arbitration.

Page 42 of 81

4.49 Arbitration:

In case the dispute is not resolved as indicated in Clause 4.48, any party may issue

a notice of reference, invoking resolution of disputes through arbitration in

accordance with the provisions of the Arbitration Conciliation Act, 1996 and

amendments thereof. The arbitral proceedings shall be conducted by a sole

arbitrator that may be appointed with the consent of Parties to such dispute. If

there is no agreement among the parties to the identity or appointment of such

sole arbitrator within 30 days of issue of notice of reference, then the arbitral

proceedings will be conducted by a panel of three arbitrators, one arbitrator to be

appointed by Udyog Bandhu and other appointed by Event Management Agency

and the third arbitrator to be mutually appointed by the other two arbitrators in

accordance with provisions of Arbitration and Conciliation Act, 1996 and

amendments thereof. Arbitration proceedings shall be conducted in and the award

shall be made in English language. Arbitration proceedings shall be conducted at

Lucknow and following are agreed:

• The arbitration award shall be final and binding on the Parties, and the

Parties agree to be bound thereby and to act accordingly.

• The arbitrator may award to the Party that substantially prevails on

merit, its costs and reasonable expenses (including reasonable fees for

counsel)

• When any dispute is under arbitration, except for matters under

dispute, the Parties shall continue to exercise their remaining

respective rights and fulfill their remaining respective obligations

under the Agreement.

Page 43 of 81

H. MISCELLANEOUS

4.50 The Selection Process shall be governed by, and construed in accordance with, the laws of India and the Courts at Lucknow shall have exclusive jurisdiction over all disputes arising under, pursuant to and/or in connection with the Selection Process.

4.51 The Udyog Bandhu, in its sole discretion and without incurring any obligation or liability, reserves the right, at any time, to:

(i) suspend and/or cancel the Selection Process and/or amend

and/or supplement the Selection Process or modify the dates or

other terms and conditions relating thereto;

(ii) consult with any Bidder in order to receive clarification or further

information;

(iii) retain any information and/or evidence submitted to the

Udyog Bandhu by, on behalf of and/or in relation to any Bidder;

and/or

(iv) independently verify, disqualify, reject and/or accept all

submissions or other information and/or evidence submitted by

or on behalf of any Bidder.

4.52 It shall be deemed that by submitting the Proposal, the Bidder agrees and releases the Udyog Bandhu, its employees, agents and advisers, irrevocably, unconditionally, fully and finally from any and all liability for claims, losses, damages, costs, expenses or liabilities in any way related to or arising from the exercise of any rights and/or performance of any obligations hereunder, pursuant hereto and/or in connection herewith and waives any and all rights and/or claims it may have in this respect, whether actual or contingent, whether present or future.

Page 44 of 81

Section 5. : TEAM MEMBERS & PROPOSAL EVALUATION

5.1 Team members for the project

5.1.1 The Event Management Agency will have to deploy following qualified and

experienced Personnel at Udyog Bandhu (on-site) to coordinate internally

within the Event Management Agency and externally with Udyog Bandhu &

various agencies involved with Udyog Bandhu to carry out the services as given

in Scope of Work

5.1.2 2 Event Experts/Coordinators (to be stationed at Udyog Bandhu during the

overall duration of the project) – To be responsible for overall management and

coordination (both internally, within the organization and externally, with

various vendors, committees and departments of GoUP) for all event related

activities.

5.1.3 The Selected Bidder shall not change these personnel without prior

permission of Udyog Bandhu. Without written permission of Udyog Bandhu

any such action shall be deemed as breach of contract.

5.1.4 Udyog Bandhu will not normally consider any request of the Selected Agency

for substitution of these Personnel. Substitution, will, however be permitted

if the Personnel are not available for reasons of any incapacity or due to

health, subject to equally or better qualified and experienced personnel

being provided to the satisfaction of the Udyog Bandhu. The Udyog Bandhu

expects all the Key Personnel to be available during Implementation of the

Agreement.

5.2 Technical Evaluation

5.2.1 The evaluation will be done at two stages by the Bid Evaluation Committee

in which Stage I will be Technical Evaluation and Stage II will be Financial

Evaluation.

5.2.2 Part I Submission of the Proposal would first be checked for responsiveness

with the requirements of the Tender Document.

5.2.3 In case the Proposal is found to be responsive, the Technical Proposal would

be evaluated.

5.2.4 The Technical Proposal would be evaluated on the various aspects set out in

Clause 5.3. As part of the evaluation of the Technical Proposal, Udyog

Bandhu may also request the Bidder to submit clarifications.

Page 45 of 81

5.2.5 The Part II Submission shall be opened for evaluation of those Bidders who

achieve a minimum score of 70 marks out of a total 100. The evaluation of

the Part II Submission would be taken up only after the contents of the

Technical Proposal are found to meet the requirements of this Tender

Document. Udyog Bandhu reserves the right to reject the Proposal of a

Bidder without opening the Part II Submission if, in its opinion, the contents

of Part I Submission are not substantially responsive with the requirements

of this Tender Document.

5.2.6 Part II Submission shall be opened in the presence of all the Bidders who

have met the requirements of Technical Evaluation and who wish to attend.

5.3 Scoring Methodology: Technical Proposal

The total maximum point for evaluation of Technical Proposal is 100 marks. This

score shall be based on an assessment of the Technical Proposal of the Bidder. The

Technical Proposal for each Proposal submitted by the Bidder would be assessed

through rating of various parameters set out in the table below:

S.No. Evaluation Criteria Weightage

5.4.1 Technical Presentation 100 marks

A Design & concept of pavilion through 3D rendering 20

B Material sample of “3D models” to be displayed at each zone 20

C Design & Concept of “digital showcase” as mentioned in Scope

of Work through 3D rendering 10

D Design & concept of Mini Theatre cum Seminar Hall through 3D

rendering 10

E Layout planning for the Pavilion 10

F Literature (Broucher, leaflets, etc.) samples (physical samples

showing quality of print along with designing acumen) 10

G Concept of Branding plan/elements of branding inside pavilion 5

H Design & concept of “Theme Installations” 5

I Design & concept of “B2G Zones/VVIP Area” through 3D 5

Page 46 of 81

S.No. Evaluation Criteria Weightage

rendering

J Design & concept of reception area & fascia 5

5.4 The score (Pe) for Technical Proposal would be the arithmetic sum of the marks assigned to the Bidders under each of the parameters listed above in Clause 5.3

5.5 The Bidder is required to achieve a minimum score of 70 marks (Benchmark Score).

5.6 The Financial Proposals of only those bidders who have achieved the Benchmark Score will be opened for evaluation (Stage II evaluation).

5.7 Evaluation Methodology

5.7.1 The Financial Proposal of the Bidders who qualify in Technical Evaluation

shall be opened. The Financial Proposals shall be given scores as follows:

Pf = 100 X Financial Proposal of Lowest Bidder / Financial Proposal of

Bidder under consideration

5.7.2 The Composite Score shall be computed as follows:

Composite Score = (Pe X 0.70) + (Pf X 0.30)

The evaluation methodology will be based on quality and cost based

selection method (Q.C.B.S.) with 70% weightage on technical score and

30% weightage on financial score.

5.8 The Bidder obtaining the highest Composite Score would be considered as the winning Bidder.

Page 47 of 81

Section 6. : ANNEXURE & APPENDICES

Annexure 1:

Concept Note On Noida Zone

Created by the UP Industrial Area Development Act 1976 on 17th April 1976, the New Okhla

Industrial Development Authority (NOIDA) has succeeded in creating a 21st-century landmark in

urban development. Today, the 20,316 hectare spread of Noida is recognized as “an Area of

Excellence” and has made a distinctive impact on the national scene.

Strategically located on the border of the National Capital, New Delhi, Noida offers world-class

infrastructure. It is a planned, integrated, industrial city well connected to Delhi through a network

that includes Metro Rail, roads, national highways and the ultra-modern DND Flyway. Also, the

Noida International Airport at Jewar will be part of the Smart township. Noida’s ever-increasing

pollution-free green environment is studded with sprawling golf courses and conditions par

excellence for life and living. All this is supported by a reliable power supply, abundant ground water

with Gangajal, outstanding residential, educational and medical facilities, and an efficient public

transport system.

In fact, Noida has been meticulously planned and developed from scratch. It is characterized by well-

laid-out sectors, wide roads, flyovers and underpasses. There are sufficient facilities for sector

shopping complemented by many avenues for recreational and retail facilities, ranging from local

shopping centers to luxury malls catering to the people from all walks of life. Noida's leisure and

sports facilities contribute to a comfortable and an enjoyable, productive daily life.

Highly skilled and semi-skilled man-power is available in abundance because of excellent locally-

available vocational, technical, medical, management education and training institutions.

Encouraging industry

Noida is blessed with a most conducive environment for industrial growth. That is due to NOIDA

having everything that is needed to set up an industry – starting with a “single-window clearance”

system that eliminates red tape and maximizes transparency and ensures prompt dealings. Already,

10,118 plots of various sizes have been allotted till July 2014. It is no wonder that Noida has

attracted industrial giants who have established a permanent base in its industrial cluster-based

environs. These include One97 Communication Pvt Ltd(Paytm), Kent Ro, Addverb, Panasonic,

Samsung, Eveready, Mothersons, Minda, Shahnaz Herbals, Haldiram's, Priyagold, U-Flex, Dharampal

Satyapal Group, Timex, Mirza Tanners Ltd., Elcompanies Sales Pvt. Ltd, HCL, BirlaSoft, McWell ,

Indian Express, Dr. Wilmar Schwabe India Pvt. Ltd., Luxor, Lacoste, Parag Dairy, Subros, International

Print-o-Pack Ltd. and Hanung Toys among many others.

IT and ITES strengths

Infotech and information technology-enabled services have flourished in Noida so well that it has

earned global recognition. The City is home to prestigious companies such as IBM, TCS, Adobe

International, HCL, NASSCOM, Samsung, Birlasoft, Wipro, Polaris Technologies USA, ST

Page 48 of 81

Microelectronics, Convergys, Moser Baer, Xansa, Infosys, Cadence etc. Besides, there are dozens of

SEZs and Software Technology Parks (STPs) spread over an area of more than a 1000 acres. The

yearly exports have exceeded Rs 75,000 crore.

Expanding film production

The thriving Film City was established in Noida in 1988 and is host to a large number of studios and

news channels including Zee TV, Aajtak, NDTV, E-24, India Today, Times Now, IBN 7, CNN IBN,

Network 18, India TV, Eagle Films, Marwah Studios and T-Series.

Global hospitality

In the hospitality sector, hotels like Radisson Blu, Shipra (Mosaic), Fortune, Park Plaza, Park Ascent,

Savoy Suites etc. offer a comfortable and enjoyable stay to those visiting Noida. Food from all over

the world is found in specialty and multi-cuisine eating places across Noida. From street food to fine

dining to a mind-boggling array of soft drinks and snacks, it's all available in Noida.

Flourishing financial facilities

The City also has the presence of most of the prominent national and international banking,

insurance and other financial service providers.

Prospering commerce

Noida is dotted with well-planned and tastefully developed commercial complexes. The hub at

Sector 18 particularly has emerged as a centre-point of trade and commercial activities. The area has

been developed along the lines of markets in developed countries with walkways and unused space

converted into green spaces. Its new multi-level parking facility for over 3,000 cars will have a

picturesque rooftop green park in harmony with nature.

Flourishing institutions

Growth on the institutional front in Noida has kept pace with the rising demand of commercial and

industrial projects. Many government, semi-govt. and public sector undertakings have opened or

shifted their operations to Noida. These include BHEL, GAIL, PDIL, IOC, Bharat Petroleum, NTPC, NFL,

FDDI, IBP, KRIBHCO, HUDCO, FCI, ICMR and Pawan Hans. Special packages were offered for the

development of world class institutions in the fields of engineering, research & development,

medicine and management.

Bringing homes within reach

To provide adequate accommodation at affordable cost, NOIDA's far-sighted planners earmarked

nearly 40% of the total notified area of 20,316 hectares of Noida for residential use.

Over the years, NOIDA has provided residential plots and built-up houses/ flats of different

categories such as HIG, MIG, LIG and EWS for all strata of society. Construction of 2000 houses under

the Samajwadi Avas Yojna in Sectors 117, 118 and 122 has commenced. Housing ranges from posh

bungalows to flats/ apartments developed by private and public-sector enterprises. Moreover,

Page 49 of 81

renowned developers like Unitech, Jaypee, Parsvnath, Omaxe, ELDECO, DLF, ATS, Ansals, Amrapali,

Logix, 3Cs, Supertech, Wave, Mahagun, Prateek, Sikka, Sunworld and Gaurs are already actively

present in the City and have developed/are developing various residential, housing projects.

Education from A to Z

To spread learning at all levels, government schools and colleges are coming up to cater to higher

education needs. Thus, even children of the weakest of the weak go to a school/ college comparable

with the best in the private sector. An exclusive hostel has been built in Sector 62 for young SC/ST

girls studying and working in Noida. Besides, the country's leading educational institutions like Step

by Step, Pathways, Amity, DPS, Apeejay, Ryan, Lotus Valley, Genesis, Manav Rachna, Fortune,

Shriram Millennium, Cambridge, Bal Bharati etc. are contributing to education reaching all segments

of society. Institutions of higher education include JSS, Amity University, Symbiosis, IIT, Kanpur and

IIM, Lucknow.

Modern medical care

Similarly, NOIDA is ensuring that everyone in Noida gets access to the medical facilities of a multi-

specialty hospital. In Sector 39, a new state-of-the-art 200-bedded multi-specialty District Hospital

with a helipad is coming up with the objective of providing all medical, dental and paramedical

facilities including a trauma centre, emergency, an OPD and maternity-care facilities at one place.

The existing hospital in Sector 30 is being developed and upgraded into a 300-bed super-specialty

hospital with a post-graduate paediatric college on US and European lines for paediatric and child

care.

Meanwhile, multi-specialty hospitals like Fortis, Max, Apollo, Kailash, Metro Heart Institute, Jaypee

Hospital, Noida Medicare Centre, Indo Gulf, I-Care, ESI, Life Care, etc. continue to contribute to the

best of medical facilities in Noida that also include nursing homes and health-care centres.

Diverse recreation and leisure facilities

Throughout Noida today, the malls, multiplexes and luxurious shopping facilities such as The

Centrestage Mall, Great India Place, DLF Mall of India, Spice Mall, Shopprix Mall etc. are drawing vast

crowds from various parts of Delhi and the National Capital Region. These are complemented by golf

courses and golf driving ranges.

Ample sports facilities

Three Sports Cities will be created with world-class sports facilities like a multi-purpose stadium

indoor stadium, tennis academy, cricket academy, Olympic-size swimming pools, golf courses and

golf driving ranges. Creation of such sporting infrastructure will make Noida an attractive destination

for organizing international-level sporting events. The Sector 21A stadium will also have an

additional 25,000-capacity cricket stadium, an indoor stadium with a capacity of 4,000 seats, a

shooting range of 50m, 25m and 10m pistol having 60 stands in all, a full-size swimming pool &

more. A mini-stadium is simultaneously being constructed in village Sarfabad.

Page 50 of 81

Facilitating an ever-expanding infrastructure

From the beginning, NOIDA has been consciously laying emphasis on ensuring world-class

infrastructure and public facilities to ensure holistic planned development in line with its well-known

mission of developing a clean, green, safe, secure, healthy and educated city of the 21st century.

In this perspective, one park in each sector in Noida is being equipped with an open gymnasium

consisting of 17 outdoor fitness equipment. This will also benefit senior citizens, ladies and children

to improve their fitness and fun.

Expanding Metro Rail comfort and convenience

➢ The Noida City Centre has excellent connectivity with Delhi with Metro operating with 3-

minute frequency.

➢ Another new 6.675 km Metro line with six stations will connect Sector-62 (NH 24) with the

Noida City Centre.

➢ A 3.962 km Metro line from Botanical Garden to Kalindi Kunj will provide excellent

connectivity with Indira Gandhi International Airport, Delhi.

➢ An 11.504 km line from Botanical Garden to Sector-142, Noida, and a 14.958 km line from

Sector-71, Noida to Knowledge Park-V, Greater Noida is proposed.

➢ To provide last-mile connectivity with the upcoming Metro network, tram routes are

planned from Mahamaya flyover to Sector 132, parallel to the Noida-Greater Noida

Expressway, a 7-km stretch along MP1 Road from the crossing of Sectors 12/22 to Sector 62

near NIB and a third route from Botanic Garden Metro Station via Golf Course to Noida City

Centre Metro Station.

Noida Metro Rail Corporation

A special purpose vehicle (SPV), Noida Metro Rail Corporation Ltd. (NMRC) has been formed and

registered under the Companies Act, 2013 on 05.11.2014 to plan, build, undertake, operate and

carry on the business of mass rapid transport system in Gautam Buddh Nagar, in the area of Noida

and Greater Noida.

The first Metro corridor taken up by NMRC is the 29.164 km stretch between Noida (Sector-71, 72)

and Greater Noida. It will have 21 stations and a depot station at Greater Noida. The work for

construction has been awarded to DMRC Ltd. on a turnkey basis. The total cost has been estimated

to be Rs. 5300 crore (excluding the cost of land). The trial runs are in progress.

The commercial operations are expected to start from May 2018. Civil construction on a viaduct and

a depot in Greater Noida has already started.

Ensuring smooth traffic flow

Underpasses, flyovers at 11 other busy points and 10 foot-overbridges for the convenience of

pedestrians at various places across the city have been completed and another five locations are

being taken up. In view of growing traffic volumes, four bridges over the Shadara Drain are being

Page 51 of 81

widened – near Sector 14, Film City and Kalindikunj of which the three on the Sector 14, Film City

and Expressway has been completed.

A six-lane bridge on the Yamuna River near Okhla Barrage is being constructed, parallel to the

existing one. For connectivity with Gurgaon and Faridabad, bridges across the Yamuna are being

taken up and consultants have been asked to draw up a DPR for these near Sector 150 and another

at Sector 168 in alignment with the FNG Road.

For better connectivity of Sectors on both sides of the Noida-Greater Noida Expressway, three more

major underpasses are being constructed. A traffic interchange is being constructed for better

connectivity of Sector 150 and its adjacent areas.

➢ A 4.8-km, six-lane elevated road has been constructed from Vishwabharti Public School to

Shopprix Mall.

➢ A 5.5-km elevated road from Sector 41 to Noida Export Promotion Zone (NEPZ) is proposed

on the DSC Road.

➢ A 5.8-km, six-lane elevated road is proposed between Sector 14 Chilla Regulator and MP

Road No 3 on the bund of Shahdara drain.

Strengthening public transport

➢ 50 low-floor CNG AC city buses are providing seamless connectivity with Metro through a

grid operation in the City by the NMRC City Bus Service.

➢ A modern intelligent transport management system (ITMS) will ensure providing real-time

information of expected time of arrival (ETA) of the next bus at shelters.

➢ A user-friendly mobile app will assist in planning journeys and provide seat availability status

in every upcoming bus.

➢ A single card can be used in buses, Metro and parking.

➢ To provide safety to women all buses will have cameras and alarm buttons.

➢ A traffic park is also being constructed in Sector-108 on eight acres of land to teach traffic

rules by way of signages, models and audio-visual presentation.

Improving bus service

In Sector 82, a state-of-the-art bus station complex with total facilities is coming up. There is also a

proposal for an ISBT at Sector 144 in Noida. For the convenience of commuters between Noida and

Greater Noida, the city bus service is being improved with UPRTC.

State-of-the-art ITMS

An intelligent transport management system (ITMS), complete with a closed circuit television (CCTV)

network has been established on the 25-km Noida-Greater Noida Expressway at a cost of Rs 26.8

crore. The Austrian AFKON company is implementing this traffic management system which will

make the Noida Expressway India's first high-speed ITMS link.

Page 52 of 81

The system will work on the latest 4G spectrum to deliver traffic updates through a wireless network

which will include 144 CCTV cameras one km apart for better management and control. Digital

display boards will also be set up and the entire system will have 24x7 surveillance and be centrally

monitored from a central command control centre which is being built in Sector 94. This project has

been awarded the national award by the Ministry of Urban Development, Government of India in

2015.

Making power easily available

➢ Three new 132/33 KV and 21 new 33/11 KV sub-stations are being installed to boost total

power supply by 900 MVA against the present demand of 1000 MVA.

➢ Two new power substations are being built on the GIS technique of 400/132 KV at Sector

123 and 400/220 KV in Sector 148 for improved power supply.

➢ Ultimate capacity of 3000 MVA is planned to meet all future demands.

Providing ample water and state-of-the-art sewage treatment facilities

At present, total demand is approximately 250 MLD, against which the installed capacity is 329 MLD

from 310 tube-wells and nine ranney wells. Besides that, Noida City is also having 240 MLD of Ganga

water. Noida City has ample water blended with Ganga water supply. A further 90 MLD-Gangajal

projects has been initiated in the third phase and will be completed by 2020.

To augment water supply to meet future needs, among various other initiatives, water supply for

residents will be increased by 600 MLD (ground water 270 MLD+330 MLD Gangajal) as per NOIDA's

water supply Master Plan 2021, and by 800 MLD (ground water 348 MLD + 452 MLD Gangajal) as per

land use of Noida's Master Plan 2031.

Currently, the daily required sewage treatment facility is approximately 175 MLD. Against this,

NOIDA's installed capacity is 231 MLD from eight existing sewage treatment plants out of which 143

MLD are from four sewage treatment plants based on the most advanced SBR technology, and two

sewage treatment plants based on further advanced SBR plus combined technology (clean energy

production) of 88 MLD capacities. With this, the total capacity of treatment base of SBR technology

is now 231 MLD.

To augment the sewage treatment facility to meet future needs, sewage treatment facilities will be

increased by 411 MLD as per NOIDA's Master Plan 2021, and a further by 551 MLD as per land use of

NOIDA's Master Plan 2031.

Municipal solid waste

To handle the municipal solid waste (MSW) of Noida, arrangements are being made for mechanical

sweeping of all major roads and treatment thereof. Noida is in the process of adopting the most

advanced work to energy (WTE) plant.

Important projects

Page 53 of 81

➢ A centralized emergency helpline is to be functional 24x7, to provide such services as police,

medical, medical emergencies and fire.

➢ A mechanized underground parking facility for 1400 cars is under development in Sector 16A

Film City.

➢ Another multi-storey parking facility for 8000 cars is under development in the Sector 38A

Metro station at Botanical Garden, above which will be a major traffic centre.

➢ A Transport Nagar has come up in Sector 69.

➢ For providing parking facilities to industrial sectors, underground parking has been planned

and is being developed in each park in Sectors 1, 3, 5 and 58.

➢ At the T-point of Sectors 62-63 on NH24 an underpass and cloverleaf has been developed.

➢ A socio-cultural centre for holding events like conventions, exhibitions, theatrical and similar

stage-centred presentations and such functions is proposed.

➢ A Nari Niketan is being constructed in Sector 34 at a project cost of Rs 420.59.

➢ Balika Inter College has been constructed on 8304 sq. mt of land in Hoshiarpur village in

Sector 51.

➢ Ministry of Environment and Forests, Government of India, and NOIDA has established the

Botanic Garden of Indian Republic on 163.79 acres in Sector 38A.

➢ A girls' degree college at village Bhangel has been approved by the Uttar Pradesh

Government.

➢ A dada-dadi park, orphanage centre is under construction in Sector 62.

➢ A medicinal and herbal garden is being developed on a triangular plot measuring around 29

hectares in Sector 91.

➢ The Noida Biodiversity Park is being developed on about 75 acres of land in Sector 91.

➢ To commemorate martyrs and freedom fighters, a Shaheed Bhagat Singh Park is planned is

being developed on 40 acres of land in Sector 150.

➢ A Bhagat Singh Museum is planned in village Nallagarh.

➢ For the benefit of cyclists, dedicated eco-friendly cycle corridors are built on main roads of

Noida like MP 1, MP 2, MP 3, as well as around stadiums, government educational

institutions.

➢ For the first time in Uttar Pradesh, 3D mapping of Noida is being organised by the authorities

since 3D mapping is a powerful tool for town planning and also controlling encroachments

and unauthorised constructions. Besides providing information of every square metre of the

City, it will enable government agencies to share database information on land use. Thus, it

will help strategic planning on infrastructure, transportation and emergencies. Above all, 3D

mapping will help in real-time management.

➢ Bunkar Bhavan and Shilp Haat are under construction on 10 acres of land in Sector 33A, as

the city's one-stop craft and cuisine hub. The infrastructure will include craft stalls, craft

museum, amphitheatre, interpretation centre, hostel, public utility and entertainment

centre which will help weavers and craftsmen of Uttar Pradesh to enhance their work

efficiency and exhibit their products.

➢ A City Park is being developed on 50 acres in Sector 117.

➢ The Hindon and Yamuna flood plains will be integrated with adjoining green areas in

accordance with the Noida Master Plan-2031.

Page 54 of 81

➢ The main NOIDA administrative building is under construction in Sector 96.

Growing opportunities for entrepreneurs

Each square metre of the 20,316-hectare notified area of Noida is now planned and earmarked for

various permissible land uses and development activities in its Master Plan-2031. Sectors 155, 156,

157 and 159 have been earmarked and developed as new industrial areas. State-of-the-art IT, office

and industrial spaces, excellent housing, the best social infrastructure – including schools, colleges,

management institutes, health care facilities, amusement park, golf courses, Botanical Garden, clean

and potable water supply and uninterrupted power supply – make Noida the ideal destination for

entrepreneurs.

Page 55 of 81

Annexure 2:

Concept Note on GNIDA Zone

Greater Noida Industrial Development Authority (GNIDA) is an undertaking of the Government of

Uttar Pradesh, formulated to develop Greater Noida as integrated modern city. The Authority was

formulated under the UP Industrial Area Development Act, 1976. It is the nodal agency entrusted

with planning, developing, regulating and operations of the city.

The Authority carries out functions related to estate management, land management, urban service

management, project management and planning. City level services such as landscaping, and

horticulture are also the responsibility of the Authority.

KEY FEATURES

➢ Greater Noida has emerged as a modern model of far-sighted town planning. Greater Noida

city is located at the intersection of the Western and Eastern Dedicated Freight Corridors. It

is also the gateway to the Delhi-Mumbai Industrial Corridor (DMIC).

➢ Important expressways originate from this city, namely the Yamuna Expressway from

Greater Noida to Agra. An eight-lane, 25 km-long expressway connects Greater Noida

directly to Delhi.

➢ Greater Noida is the only city in North India with privatized power distribution, which

ensures efficient power supply.

➢ Eastern Peripheral Expressway will take off at Kundli and will join NH2 at Faridabad via

Ghaziabad and Greater Noida. The Howrah-Delhi main railway line passes through the area.

➢ The state-of-the-art Boraki railway station is to serve the Noida-Greater Noida-Sikandrabad-

Bulandshahar hinterland at a projected cost of INR 132.49 Crore.

➢ A Medical University is proposed to be developed with state-of-the-art facilities near

Gautam Budh University in a total area of 56 acres at an estimated cost of construction of

this multi-speciality hospital at INR 939 Crore. The Medical University will offer facilities for

courses in MBBS, BDS, MD and MDS.

➢ A Convention center is proposed in an area of 31.25 acres with facilities including Iconic

Tower, Exhibition space, Auditorium, Hotel & Fitness Center, Restaurants, Shopping area etc.

attracting investments worth INR 1500 Crore.

➢ With a large number of automobile and automobile component manufacturers located here,

Greater Noida is increasingly being referred to as “the Detroit of North India”. Industrial

majors such as Asian Paints, Bharat Petroleum, Delphi Automotive Systems, Yamaha Motors,

Honda Siel, LG Electronics, New Holland Tractors, Pepsi, Hindustan Times and Moser Baer

India have all chosen Greater Noida as their preferred industrial and operational base.

➢ GNIDA is embarking upon implementation of Enterprise Resource Planning (ERP) system

across the organization with the objective of providing better services to the citizens of

Greater Noida. The key benefits of ERP system implementation at GNIDA are as follows:

Increased level of efficiency, transparency, accountability and participation in public service

delivery; improvement of internal processes; ensure efficient and effective use of public

Page 56 of 81

money; move in the direction of a complete paperless office; enhance the availability and

accessibility of information at a lower cost to the citizens; and improve operational

efficiency.

LOCATION ANALYSIS:

SALIENT FEATURES OF GREATER NOIDA:

Page 57 of 81

INTEGRATED INDUSTRIAL TOWNSHIP (IIT) The Integrated Industrial Township at Greater Noida is a flagship project for Delhi Mumbai Industrial Corridor has been designed with world class standards envisioned as a sustainable and smart community. The township is having industrial, commercial and residential infrastructure. The township has state-of-the-art plug & play infrastructure and world class technologies for modern urbanization. The new-age community in the making draws a balance between functionality and aesthetics. The township has been planned with the key objective to create a “knowledge-based ecosystem” integrated with industries leading to innovation and economic development and to act as a catalyst for fueling the growth of industrial development of the Investment Region by promoting new industries with value addition of existing industries within the region. Hi-tech, IT, Bi-Tech and R&D are primary focus industrial sectors at IITGN. IITGN has an area of 302.63 hectare to facilitate large scale investments for the commercial and industrial development expected in DMIC region. The township has 50:78% of area for industrial land use, 18.43% for residential use, 5.83% for commercial land use. It features of world class smart infrastructure facilities including Automated Waste Collection System, all utilities in RoW, cycle track, zero discharge, solar powered LED street lights, 24*7 water supply, dedicated 220 KV power substation for 24*7 supply of high-quality power, wi-fi at all public placed, 24*7 surveillance, Integrated ICT command & Control Center, SCADA for all utilities. For investor facilitation and time bound approvals, online GIS based e-Land Management System is being put into place. The process of land allotment for industrial use is already started. 153 acres of industrial land has been allotted to various investors with investment of more than INR 3700 Crore and Employment generation for more than 8000 people. Consumer appliances major Haier is the anchor investor in the township with proposed investment of INR 3,069 Crore at a plot size of 122 Acres. MULTI-MODAL LOGISTICS HUB (MMLH) A Multimodal Logistics Hub (MMLH) at Dadri has been identified as one of the key Early Bird Project in Uttar Pradesh (UP) sub-region of DMIC. The proposed site area of the hub is approximately 310 Ha. MMLH at Dadri is envisaged to function as a dry port supplementing not just the storage, aggregation and export/import of the industrial freight in the National Capital Region but also value addition services that shall allow for finishing of goods within the facility alongside commercial space to host the freight companies within the campus. An integrated facility with all logistics infrastructure under one roof is seen to boost the economic environment of the DMIC region to enable it to compete successfully in the world marketplace. MMLH shall act as a World-class nodal facility with efficient storage and transitioning of goods by tapping the potential traffic along both Western and Eastern Dedicated Freight Corridor. The key components of the project include the following: ➢ Trunk level infrastructure external to the site;

Page 58 of 81

➢ Railway tracks within the site;

➢ Container stacking area;

➢ Container Freight Stations (CFSs);

➢ Container and equipment maintenance areas;

➢ Bonded and General warehouses;

➢ Dedicated space for value added service provision;

➢ Truck terminal and amenities;

➢ Staff Housing;

➢ Small and Medium Enterprises;

➢ Commercial complexes.

MULTI MODAL TRANSPORT HUB (MMTH) The MMTH at Boraki has been envisaged as a transport hub with a proposed approximate area of 136 Ha along the Delhi-Kolkata rail corridor, with a state-of-the-art railway station at Boraki as its nucleus. This is an early bird project being developed as part of the DMIC. The MMTH would have the following components: ➢ Passenger Rail Terminal for Indian Railways trains,

➢ Regional bus – ISBT

➢ MRTS

➢ Truck terminal

➢ Commercial Area

The trunk level infrastructure within the site includes water, wastewater and recycled water, storm water, power, internal road infrastructure, underground utilities, IT/ telecom infrastructure and site level landscape infrastructure. The catchment area of the hub includes the regions of Noida, Greater Noida, Greater Noida Extension and area proposed for development under Yamuna Expressway Industrial Development Authority, besides the nearby Sikandrabad, Bulandshahar and Aligarh districts.

Page 59 of 81

Page 60 of 81

Annexure 3:

Concept Note on YEA Zone

Page 61 of 81

Page 62 of 81

Noida International Airport, Jewar ➢ Site clearance has been issued by MoCA to Director Civil Aviation by letter dated 06.07.2017

➢ NoC from Ministry of Home Affairs for setting up Noida Airport-05.10.2017

➢ NoC from Ministry of defence for setting up Noida Airport-11-01-2018

➢ In Principle Approval Granted by MoCA by letter Dated-09-05-2018

➢ Phase, Design- Capacity and Project Cost of Noida Airport Project

Phasing Traffic Design Capacity

(Million Passengers per

annum)

Project Cost (Final

CapEx)

Operation Period

PHASE-I 12 MPPA 4588 Crore FY23-FY27

PHASE-II 30 MPPA 5983 Crore FY31-FY32

PHASE-III 50 MPPA 8415 Crore FY36-FY37

PHASE-IV 70 MPPA 10575 Crore FY40-FY50

Total 29560 Crore

Land Acquisition ➢ Total Project Area as per TEFR and approved SIA of 06 Villages of Jewar Tehsil=1334 Hect

➢ Farmer’s Land in project affected 06 villages=1239.1416hect,

➢ Total Compensation to be distributed to farmers=3167.00 Cr

➢ Total Compensation distributed till 28.11.20199=2546.95cr (80.42%)

➢ Area under distributed compensation = 1028.55 hects. (83.00%)

➢ Area under possession = 998.1307 hects. (80.55%)

Page 63 of 81

Annexure 4:

Concept Note on UPSIDA Zone

Uttar Pradesh State Industrial Development Authority (UPSIDA) is the agency under the administrative

control of government of Uttar Pradesh for developing industrial infrastructure and spearheading the

industrial promotion in the State. UPSIDA has pioneered industrialization by setting up iconic industrial

areas, townships on more than 50000 acres of land that houses 27000 units providing direct employment

to lacs of people. UPSIDA being the largest Industrial Development Authority in the State among other

authorities such as NOIDA Authority, Greater Noida Authority and Yamuna Expressway Industrial

Development Authority, it shares maximum contribution in terms of industrial development in the State

of Uttar Pradesh.

UPSIDA’s vision is “To create state of art Infrastructure facilities to attract business from around the world

by offering a sustainable and profitable business environment to investors leading to rapid economic,

social and environmental growth of the State”.

Défense Expo 2020 will provide an opportunity to UPSIDA to exhibit its available land bank and various

types of support that it intends to provide to the prospective investors. We have promotional movies

and would like to organize B2G meetings with the potential investors. UPSIDA will also have counters

for facilitating investors for online allotment of plots for the selected industrial areas.

Key information/initiatives that may be showcased in the Defexpo-2020

(1) Availability of land bank

UPSIDA land bank is spread over 154 Industrial areas across 51 districts of Uttar Pradesh details of which

will be showcased during DEFEXPO-2020. Entire land bank has been earmarked through Geographic

Information System (GIS) and is publicly available on website and enables to view real time plot status in

each industrial area, current occupancy company details, product being manufactured and plot

availability, etc.

(2) Transparent Mechanism of providing services like Land Allotment& Building Plan Approval

UPSIDA allots land based on objective criteria and marking system of applications being received for land

allotment. Scrutiny process for building plan approval has been restricted to parameters such as FAR,

setback, ground coverage, parking space, NOCs from the fire department and NOCs from pollution board

only. The entire evaluation process and proceedings related to land allotment are being uploaded on its

website to bring transparency in the system. Apart from this, various services related to land allotment

such as lease deed execution, addition of products, change of project, time extension etc have been made

online to eliminate the physical touch with the department by the investor. The said services are being

monitored through Janhit Guarantee Act. In line with the Vision of Digital India, Online modules Grievance

Handling (GHS) and RTI Management System have been upgraded to the next level to support business

processes in real time in phased manner so as to bring in the efficiency in the internal functions.

Page 64 of 81

(3) Ease of Doing Business

UPSIDA has made a remarkable progress in implementing the Business reform action plan, 2017-18

mandated by DIPP and World Bank by Implementing 100% of Reform action compared to 19% of its

implementation for year 2016-17.

(4) Flagship Projects of UPSIDA

S.No. Projects Location Approx. Area

(In acres) USP

1. Trans-Ganga Integrated Industrial Township

Unnao 1144 • Situated within burgeoning belt of Kanpur and Lucknow zone with industrial, residential and commercial sectors.

• Situated at approx. 70 KM from Lucknow

Airport &25 KM from Kanpur Airport, 30

KM from EDFC (Eastern Dedicated Freight

Corridor).

2. Saraswati Hitech City Allahabad 1140 • Located in Allahabad, the master plan

takes into account the single most

important feature of the city SANGAM.

• 30 KM from Allahabad Airport and 10 KM

from EDFC (Eastern Dedicated Freight

Corridor).

3. Baheri Industrial Area Bareilly 251 • Proposed to be developed as Mega Food

Park under an inclusive concept and

scheme of the MoFPI, GoI.

• Situated at approx. 55 km from Bareilly &

7 km from Baheri.

• Situated at UP-Uttarakhand Border,

availability of agriculture produce such as

food, vegetables, medicinal plants etc.

4. Agra Theme Park Agra 1000 • Proposed to be developed as industrial and commercial hub focusing on tourism and hospitality sector.

• Adjacent to 6-Lane Agra Ring Road, which connects the Yamuna Expressway and Lucknow – Agra Expressway.

• 1 hour drive from upcoming Jewar Airport, just 30 KM from EDFC (Eastern Dedicated Freight Corridor).

• Land can be made available to only green and white category industries due to TTZ restriction.

5. Kannauj Perfume Park Kannuaj 30 • Already 5000 years old Attar (perfume)

industry

• Proposed to be developed for distillation

& manufacturing of Perfume/Attar

Industries,

• Located at Kannuaj approximately 5 KM

from Agra-Lucknow Expressway

Page 65 of 81

• Raw materials like flowers, agriculture

produce such as food, vegetables etc.

6. Plastic City, Dibiyapur Auraiya 274.45 • Proposed to be developed as Integrated

Plastic Park in coordination with the,

GAIL, NTPC, CIPET, MSME-DI & financial

institutions (HUDCO, SIDBI and NABARD

and others)

• Proximity to NH-2 & state highway 21

(Approx. 15 kms)

• just 2 KM from EDFC (Eastern Dedicated

Freight Corridor).

• Approx. 10 km from GAIL & NTPC limited,

Proximity to CUGL pipeline which can be

utilized for setting up captive power plant

7. Moradabad Special Economic Zone (SEZ)

Moradabad 464.28 • Industrial area developed for Handicrafts,

Textile, IT/ITES, Electronic Components

and Hardware manufacturing

• Close proximity to district Moradabad at

6 KM

• Proximity to PNG pipeline which can be

utilized for setting up captive power plant

8. Mega Leather Cluster Ramaipur (Kanpur)

450 • The Cluster is proposed at Senpurab Para

village near Ramaipur in Kanpur Nagar

District, 15km away from Kanpur city and

4 km away from NH86 connecting Kanpur

and Hamirpur.

• just 2 KM from EDFC (Eastern Dedicated

Freight Corridor).

• The common infrastructure includes

Arterial roads of widths 30mt, 24mt, and

21mt along with 20 km long storm water

drains, 20MLD water supply, 15MW

Electricity, 150KLD sewage and 20MLD

CETP (Common Effluent Treatment Plant).

9. Kauhar Industrial Township-

Amethi 206.85 • At a distance of 8 KM from Gauriganj

head quarter at Gauriganj-Musafirkhana

highway.

• Facilities such as road, drainage, culvert,

electrification, CFC and other industrial

facilities are proposed under this project.

10. PilibhitIndustrial Area Pilibhit 1198 • Situated at a distance of 35 KM from Pilibhit on Tanakpur Road from Shahjahanpur on Lucknow-Bareilly Highway.

• At a distance of 9KM at Kichha Road

11. Agro Park-Karkhiyaon, Varanasi 261 • Located on Varanasi Jaunpur Road (NH-56), 31 KM from Varanasi, About 12 Km from Babatpur Airport, Varanasi

• 166 Acres of land has been developed as on date.

Page 66 of 81

12. Bargarh-II Industrial

Area

Chitrakoot 67.95 • About 56 KM from Allahabad railway station, with rail, road and air connectivity.

• Identified as major cluster to grow Aonla and Citrus Fruits.

• Located in the Bundelkhand Region, this Industrial Area attracts special incentives as per Industrial Investment and Employment Promotion Policy of Uttar Pradesh 2017.

13. Agro Park (Phase 2) Barabanki 149.77 • Close to State capital of Lucknow,Identified as a major cluster to grow Mentha, Mangos and Bananas

14. Trishundi Industrial

Area

Amethi 669 • Strategically located on the Sultanpur-Allahabad Highway at Trishundi, 44 KM from Amethi town, 5 KM is the nearest rail head at Ramganj and 80 KM from Allahabad airport.

15. Khemsepur Industrial

Area

Farukhabad 166.58 • 145 KM from Kanpur, located on “Grand Trunk Road” also known as National Highway 2,Nearest railway station is Farukhabad which is approx. 25 Km from Industrial area.

• Proximity to Lucknow-Agra expressway which is approx. 30 KM.

• Located on the potato growing belt of Uttar Pradesh and equidistant from Western and Eastern UP, it can serve as food processing hub for entire UP.

Page 67 of 81

APPENDIX-I

TECHNICAL PROPOSAL

Form-1

Letter of Proposal

(On Bidder’s letter head)

Dated:

XXXXXXXXXXXX,

Udyog Bandhu

12-C Mall Avenue,

Lucknow-226001

Sub: Event Management Agency for Development, Upkeep & Management of

Industry Pavilion at DefExpo, Lucknow

Dear Sir/ Madam,

1. With reference to your RFP document dated............, we, having examined the

Bidding Documents and understood their contents, hereby submit our Proposal

for the aforesaid Assignment. This proposal is unconditional.

2. All information provided in the Proposal and in the Appendices is true and

correct.

3. This statement is made for the express purpose of qualifying as a Bidder for

undertaking the Assignment.

4. We shall make available to the Udyog Bandhu any additional information it may

find necessary or require to supplement or authenticate the Bid.

5. We acknowledge the right of the UDYOG BANDHU to reject our Proposal without

assigning any reason or otherwise and hereby waive our right to challenge the

same on any account whatsoever.

6. We certify that, we have neither failed to perform on any contract, as evidenced

by judicial pronouncement or arbitration award, nor been expelled from any

project or contract nor have had any contract terminated for breach on our part

Page 68 of 81

nor blacklisted nor debarred by any state/ central Government or their agencies

including Central/State Level Public Enterprises.

7. We declare that:

A. We have examined and have no reservations to the Bidding Documents,

including any Addendum issued by the UDYOG BANDHU.

B. We do not have any conflict of interest in accordance the RFP document;

C. 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 RFP document, in respect of

any tender or request for proposal issued by or any agreement entered into

with the UDYOG BANDHU or any other public sector enterprise or any

government, Central or State; and

D. We hereby certify that we have taken steps to ensure that in conformity with

the provisions of the RFP, 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.

8. We understand that you may cancel the Bidding Process at any time and that you

are neither bound to accept any Proposal that you may receive nor to invite the

Bidders to Bid for the Assignment, without incurring any liability to the Bidders,

in accordance with the RFP document.

9. We understand that, in case of any fact found false, the proposal shall be treated

as cancelled even after award of LoA.

10. We declare that we are not a Member of any other firm submitting a Proposal for

the Assignment.

11. We certify that in regard to matters other than security and integrity of the

country, we have not been convicted by a Court of Law or indicted or adverse

orders passed by a regulatory authority which could cast a doubt on our ability

to undertake the Assignment or which relates to a grave offence that outrages

the moral sense of the community.

12. We further certify that in regard to matters relating to security and integrity of

the country, we have not been charge-sheeted by any agency of the Government

Page 69 of 81

or convicted by a Court of Law for any offence committed by us or by any of our

Associates.

13. 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. We undertake that in case due to any change in facts or circumstances during the

Bidding Process, we are attracted by the provisions of disqualification in terms of

the guidelines referred to above, we shall intimate the UDYOG BANDHU of the

same immediately.

15. We hereby irrevocably waive any right which we may have at any stage at law or

howsoever otherwise arising to challenge or question any decision taken by the

UDYOG BANDHU in connection with the selection of the Bidder, or in connection

with the Bidding Process itself, in respect of the above-mentioned Assignment

and the terms and implementation thereof.

16. In the event of our being declared as the successful Bidder, we agree to enter into

an Agreement in accordance with the draft that has been provided to us prior to

the Proposal Due Date. We agree not to seek any changes in the aforesaid draft

and agree to abide by the same.

17. We have studied all the Bidding Document carefully. We understand that except

to the extent as expressly set forth in the Agreement, we shall have no claim,

right or title arising out of any documents or information provided to us by the

UDYOG BANDHU or in respect of any matter arising out of or concerning or

relating to the Bidding Process including the award of Concession.

18. The Fee has been quoted by us after taking into consideration all the terms and

conditions stated in the RFP, draft Agreement.

19. We agree and understand that the Proposal is subject to the provisions of the

Bidding Document. In no case, we shall have any claim or right of whatsoever

nature if the assignment is not awarded to us or our Proposal is not opened.

20. We agree to keep this offer valid for 180 (One hundred eighty) days from the

Proposal Due Date specified in the RFP.

21. We agree and undertake to abide by all the terms and conditions of the RFP

document.

Page 70 of 81

In witness thereof, we submit this Proposal under and in accordance with the terms of

the RFP document.

Yours faithfully,

Date: (Signature of the Authorized signatory)

Place: (Name and designation of the of the Authorized signatory)

Name and seal of Bidder

Page 71 of 81

APPENDIX-I

Form-2

Particulars of the Bidder

1. Name of the Company:

2. Udyog Bandhu Empanelment No.:

3. Registered Office:

4. Date of Incorporation:

5. Constitution of Bidder Company:

6. GSTIN (Copy to be enclosed):

7. PAN (Copy to be enclosed)

8. Experience in Event Management services (years) with proof:

9. Date of first assignment:

10. Worldwide presence:

11. Presence in India:

12. Total no. of employees:

13. No. of employees in Event Management services:

14. Details of contact persons:

15. Any other details:

Name:

Designation:

Contact tel. No.:

Mobile no.:

Fax no.:

Email id:

Postal address:

(Signature of Authorized signatory)

(Empanelment Letter issued by Udyog Bandhu is to be enclosed)

Page 72 of 81

APPENDIX-I

Form-5

Members to be deputed at Udyog Bandhu

Sl.

No.

Name Present

Designation

Number of

years in

Payroll of

the bidder

Proposed

Position

Task

Assigned

1.

2.

We undertake that the 2 team members as mentioned above shall remain with the

assignment till the completion of assignment. Any change in the above composition of

personnel shall not be done without prior permission of Udyog Bandhu. We further

undertake that we shall employ sufficient number of personnel (at least 100) during/ prior

to the event for successfully delivering the project. The details of such personnel shall be

shared with UDYOG BANDHU as and when requested.

Name & signature of the authorized signatory

Page 73 of 81

APPENDIX-II

Form -1

FINANCIAL PROPOSAL SUBMISSION FORM (BOQ) (Item Wise Detailed)

(Example)

Submission of Proposal against your RFP dated_________

Our detailed financial proposal is as follows:

Clause No. 3.1.1: Thematic Development of pavilion inside a structured German Hanger of

100*40 mt. (workable area 100*36 mt.)

Sl. No. Item

Description

Size Rate per

Unit

Quantity Total Cost

1

2…….. So on

Clause No. 3.1.2: The pavilion is further divided in five different zones namely: NOIDA Zone

of 500 sq. mt., GNIDA Zone of 400 Sq. mt., UPSIDA Zone of 400 Sq. Mt. and YEIDA Zone of

300 Sq. mt. and rest area will be with Udyog Bandhu. Thematic development of each zone as

per given specifications in this section.

Sl. No. Item

Description

Size Rate per

Unit

Quantity Total Cost

1

2……… So on

Clause No. 3.1.3: Preparing, printing and production of promotional content including but

not limited to brouchers, pen drives, leaflets, etc. for distribution to 20000 participants.

Sl. No. Item

Description

Size Rate per

Unit

Quantity Total Cost

1

2 ……. So on

Clause No. 3.1.4, 3.1.5, 3.1.6……………….. So on

(Similarly for entire scope of work)

Page 74 of 81

Our financial proposal is as follows:

Sl. No Particulars Total cost for the project

(excluding taxes)

1 Total Cost of providing services as per the ToR

and SoW mentioned in the RFP

Total cost in words

NOTE:

1. Financial Proposal (quote) shall have to be given on the .pdf format file on

the eTender Portal https://etender.up.nic.in.

2. Total cost of the bid will be excluding GST

Page 75 of 81

Form 1

Draft Agreement

This agreement is made this ____ day of _____ 20XX at Lucknow between

_______________________________________ (name of the Event Management Company selected

through the bidding process against the RFP dated____________ for “Event Management

Agency for Development, Upkeep & Management of Industry Pavilion at DefExpo,

Lucknow”) referred to as the “First Party”, which expression shall include his heirs,

executors and administrators/ their successors and Udyog Bandhu, 12-C, Mall Avenue,

Lucknow-226001, referred to as the “Second Party” through Executive Director, Udyog

Bandhu, 12-C, Mall Avenue, Lucknow-226001, hereinafter include his successors and

assignees.

That WHEREAS the First Party will provide Event Management services to Udyog

Bandhu, in accordance with all the terms and conditions contained in the Tender RFP

dated___________ and also the terms and conditions contained in the subsequent

corrigendum and Work Orders to be issued by the Second Party to First Party and the

same shall be binding on the First Party and shall be the integral part of this agreement.

IN WITNESS THEREOF THE ABOVE-MENTIONED PARTIES HAVE PUT THEIR

SIGNATURES ON THIS ____________ DAY OF _____________ TWO THOUSAND AND

SEVENTEEN.

Authorised Signatory of “First Party” Authorised Signatory of “Second Party”

Signature: Signature:

Name and Address Name and Address:

Witness for “First Party” Witness for “Second Party”

Signature: Signature:

Name and Address Name and Address:

Page 76 of 81

APPENDIX-III

Form 2

Form of bank guarantee for Performance Security

1. In consideration of the Udyog Bandhu (hereinafter called “the Udyog Bandhu”)

having agreed to exempt ____________________ (hereinafter called “the said Event

Management Agency”) from the demand, under the terms and conditions of an

Agreement, dated ___________________ made between Udyog Bandhu, 12-C, Mall

Avenue, Lucknow-226001 and _________________ for the project of Event

Management Agency for Development, Upkeep & Management of Industry

Pavilion at DefExpo, Lucknow (hereinafter called “the said Agreement”), of

security deposit for the due fulfilment by the said Event Management Agency of

the terms and conditions contained in the said Agreement, on production of a

bank guarantee for Rs. _________________ (Rupees __________________________Only) We,

(indicate the name of the Bank), (hereinafter referred to as “the Bank”) at the

request of ______________ (Event Management Agency) do hereby undertake to pay

to the Udyog Bandhu an amount not exceeding ________________ against any loss or

damage caused to or suffered or would be caused to or suffered by the Udyog

Bandhu by reason of any breach by the said Event Management Agency of any of

the terms or conditions contained in the said Agreement.

2. We (indicate the name of the Bank), do hereby undertake to pay the amounts

due and payable under this guarantee without any demur, merely on a demand

from the Udyog Bandhu stating that the amount claimed is due by way of loss or

damage caused to or would be caused to or suffered by the Udyog Bandhu by

reason of breach by the said Event Management Agency of any of the terms or

conditions contained in the said Agreement or by reason of the Event

Management Agency failure to perform the said Agreement. Any such demand

made on the bank shall be conclusive as regards the amount due and payable by

the Bank under this guarantee. However, our liability under this guarantee shall

be restricted to an amount not exceeding _____________

Page 77 of 81

3. We undertake to pay to the Udyog Bandhu any money so demanded

notwithstanding any dispute or disputes raised by the Event Management

Agency in any suit or proceeding pending before any court or Tribunal relating

thereto our liability under this present being absolute and unequivocal.

The payment so made by us under this bond shall be a valid discharge of our

liability for payment thereunder and the Event Management Agency shall have

no claim against us for making such payment.

4. We, (indicate the name of bank) further agree that the guarantee herein

contained shall remain in full force and effect during the period that would be

taken for the performance of the said Agreement and that it shall continue to be

enforceable till all the dues of the Udyog Bandhu under or by virtue of the said

Agreement have been fully paid and its claims satisfied or discharged or Udyog

Bandhu certifies that the terms and conditions of the said Agreement have been

fully and properly carried out by the said Event Management Agency and

accordingly discharges this guarantee. Unless a demand or claim under this

guarantee is made on us in writing on or before the ____________ we shall be

discharged from all liability under this guarantee thereafter.

5. We, (indicate the name of bank) further agree with the Udyog Bandhu that the

Udyog Bandhu shall have the fullest liberty without our consent and without

affecting in any manner our obligations hereunder to vary any of the terms and

conditions of the said Agreement or to extend time of performance by the said

Event Management Agency from time to time or to postpone for any time or from

time to time any of the powers exercisable by the Udyog Bandhu against the

Event Management Agency and to for bear or enforce any of the terms and

conditions relating to the said agreement and we shall not be relieved from our

liability by reason of any such variation or extension being granted to the said

Event Management Agency or for any forbearance, act or commission on the part

of the Udyog Bandhu or any indulgence by the Udyog Bandhu to the said Event

Management Agency or by any such matter or thing whatsoever which under the

Page 78 of 81

law relating to sureties would, but for this provision, have effect of so relieving

us.

6. This guarantee will not be discharged due to the change in the constitution of the

Bank or the Event Management Agency.

7. We, (indicate the name of Bank) lastly undertake not to revoke this guarantee

during its currency except with the previous consent of the Udyog Bandhu in

writing.

8. This guarantee shall be valid for a period of 12 months with effect from

................(date of LOA).

Dated the ___________ day of___________ 2019

for_________________________________

(Indicate the name of Bank)

Page 79 of 81

APPENDIX-III

Form-3

Format for Power of Attorney for signing of proposal

(On a Stamp Paper of relevant value)

POWER OF ATTORNEY

Know all men by these presents, we ____________ (name and address of the registered

office) do hereby constitute, appoint and authorize Mr./Ms. _____________________ (name

and address of residence) who is presently employed with us and holding the position

of __________________ as our attorney, to do in our name and on our behalf, all such acts,

deeds and things necessary in connection with or incidental to our proposal for the

Event Management Agency for Development, Upkeep & Management of Industry

Pavilion at DefExpo, Lucknow including signing and submission of all documents and

providing information/ responses to Udyog Bandhu, representing us in all matters

before Udyog Bandhu in connection with our proposal for the said Project.

We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney

pursuant to this Power of Attorney and that all acts, deeds and things done by our

aforesaid attorney shall always be deemed to have been done by us.

(Signature)

(Name, Title and Address)

I Accept

________________ (Signature)

(Name, Title and Address of the Attorney)

Notes:

The mode of execution of the Power of Attorney should be in accordance with the

procedure, if any, laid down by the applicable law and the charter documents of the

executant(s). Also, where required, the executants(s) should submit for verification the

extract of the charter documents and documents such as a resolution / power of

Page 80 of 81

attorney in favour of the Person executing this Power of Attorney for the delegation of

power hereunder on behalf of the Event Management Agency.

In case the Proposal is signed by an authorized signatory on behalf of the bidder, a copy

of appropriate resolution certified by company secretary conveying such authority may

be enclosed in lieu of the power of Attorney.

Page 81 of 81

APPENDIX-IV

Undertaking of non-blacklisting of bidder by any Government or their agency

We undertake that our organisation ______________________________________ (Name of the

Bidder) has not been disqualified, black listed, terminated or debarred by any

State/Central Government or any agencies thereof in last five years.

Name & signature of the authorized signatory