madhya pradesh tourism boardtourism.mp.gov.in/uploaded document/tenders/31072018041210rfp for... ·...
TRANSCRIPT
Madhya Pradesh Tourism Board Corporate Identification Number (CIN): U75302MP2017NPL043078
6th Floor, Lily Trade Wing, Jehangirabad Bhopal Madhya Pradesh, India. Pincode – 462008 Website: www.tourism.mp.gov.in
“RFP FOR SELECTION OF EVENT MANAGEMENT AGENCY (EMA)
FOR
ORGANIZING “ADVENTURE NEXT 2018 IN MADHYA PRADESH”
NIT No. 3458 Tender No. 61 /MPTB/Dept.Adventure/2018 Dated: 26th July, 2018
Bhopal Madhya Pradesh Tourism Board invites offers for “Selection of Event Management Agency (EMA) for organizing ADVENTURE NEXT 2018 in Madhya Pradesh” from reputed agencies having requisite Experience. The detailed terms & conditions can be downloaded from www.mpeproc.gov.in or www.tourism.mp.gov.in Last date and time for submission of proposals through MP E-procurement portal is 1500hrs on 24/08/2018. For further information contact Dr. Manoj K Singh (Director - Adventure), Landline no. 0755-2780600 or email – [email protected] For any technical issues contact M.P. E- Procurement Toll free number – 18002588684.
Managing Director
REQUEST FOR PROPOSAL FOR
SELECTION OF EVENT MANAGEMENT AGENCY FOR ORGANIZING
“ADVENTURE NEXT 2018 IN MADHYA PRADESH ”
Madhya Pradesh Tourism Board Bhopal, India
DISCLAIMER
The information contained in this RFP document ("RFP") or subsequently provided to Applicants, whether verbally or
in documentary or any other form by or on behalf of the Authority or any of its employees or advisers, is provided to
Applicants 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 or an offer by the Authority to the prospective Applicants or any other person. The
purpose of this RFP is to provide interested parties with information that may be useful to them in the formulation of
their Proposals pursuant to this RFP. This RFP includes statements, which reflect various assumptions and
assessments arrived at by the Authority in relation to the Agency. Such assumptions, assessments and statements do
not purport to contain all the information that each Applicant may require. This RFP may not be appropriate for all
persons, and it is not possible for the Authority, its employees or advisers to consider the objectives, technical
expertise 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 Applicant should,
therefore, conduct its own investigations and analysis and should check the accuracy, adequacy, correctness,
reliability and completeness of the assumptions, assessments and information contained in this RFP and obtain
independent advice from appropriate sources.
Information provided in this RFP to the Applicants may be on a wide range of matters, some of which may depend
upon interpretation of law. The information given is not intended to be an exhaustive account of statutory
requirements and should not be regarded as a complete or authoritative statement of law. The Authority accepts no
responsibility for the accuracy or otherwise for any interpretation or opinion on the law expressed herein.
The Authority, its employees and advisers make no representation or warranty and shall have no liability to any
person including any Applicant 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, reliability or
completeness 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 Selection Process.
The Authority also accepts no liability of any nature whether resulting from negligence or otherwise however caused
arising from reliance of any Applicant upon the statements contained in this RFP.
The Authority may in its absolute discretion, but without being under any obligation to do so, update, amend or
supplement the information, assessment or assumption contained in this RFP.
The issue of this RFP does not imply that the Authority is bound to select an Applicant or to appoint the Selected Applicant, as the case may be, for the Agency and the Authority reserves the right to reject all or any of the Proposals without assigning any reasons whatsoever and cancel the entire bidding process.
The Applicant shall bear all its costs associated with or relating to the preparation and submission of its Proposal
including but not limited to preparation, copying, postage, delivery fees, expenses associated with any
demonstrations or presentations which may be required by the Authority or any other costs incurred in connection
with or relating to its Proposal. All such costs and expenses will remain with the Applicant and the Authority shall not
be liable in any manner whatsoever for the same or for any other costs or other expenses incurred by an Applicant in
preparation for submission of the Proposal, regardless of the conduct or outcome of the Selection Process.
DATA SHEET
1 Name of the Authority: Managing Director, Madhya Pradesh Tourism Board (MPTB)
Bhopal
2 Method of Selection: QCBS (Quality and Cost Based Selection)
3 Financial proposal to be submitted Online only 4 A Site Visit and Pre-Bid Meeting will be held: Yes
Site Visit: From 07/08/2018, 1100hrs till 09/08/2018, 1300hrs Pre Bid Meeting: Date: 09/08/2018 Time: 1500 hrs
Venue: Madhya Pradesh Tourism Board, 6th Floor, Lily Trade Wing, Jehangirabad Bhopal
Madhya Pradesh, India. Pincode – 462008
Email: [email protected]
5 Proposal should remain valid for 180 days from the proposal due date
6 The Agency/Firm is required to include with its Proposal written confirmation of authorization to sign on behalf of the Firm: Yes
7 The Agency/Firm must submit: i. Technical Proposal (To be submitted Online Only)
ii. Financial Proposal (To be submitted Online Only)
8 The Agency/Firms are required to submit Technical & Financial Proposals Online Only.
9 Cost of RFP document to be paid: Yes, Rs.5900/- (Rs. Five Thousand Nine Hundred only) including GST to be paid online only through MP E- procurement portal towards non-refundable EOI Document Fees and Rs. 295/- (Rupees Two hundred and ninety five only) towards non-refundable e-procurement processing fees through online payment at e-Procurement portal (http://mpeproc.gov.in).
10 The Amount for EMD: Rs. 2,00,000/- only (Rupees Two Lakhs only) to be submitted Online Only through MP E Procurement portal (http://mpeproc.gov.in) only along with technical proposal.
Payme nt is tbe made online through www.mpeproc.govn
11 EMD of the bidders not selected will be returned not later than 180 days from
Proposal Due Date. The selected bidder’s EMD shall be returned upon
submission of performance security. Bids not accompanied by the EMD shall
be rejected.
12 All correspondence shall be addressed to:
Managing Director, Madhya Pradesh Tourism Board, 6th Floor, Lily Trade Wing, Jehangirabad Bhopal Madhya Pradesh, India. Pincode – 462008
Tel: 0755-2780600 Website: www.tourism.mp.gov.in
13 Date for Opening of Technical Proposal: 24/08/2018, 1530hrs
14 Expected date for Presentations: will be informed to shortlisted bidders.
15 Opening of Financial Bid: will be informed to shortlisted/ qualified bidders.
1.0 INTRODUCTION & BACKGROUND
1.1 INTRODUCTION
Madhya Pradesh can easily be described as the best state of the nation, in terms of
richness and diversity of tourism destinations. The state has three world heritage sites
namely Sanchi, Bhimbetka and Khajuraho. Madhya Pradesh is not called the 'heart of
India' only because of its location in the centre of country. It has been home to cultural
heritage of Hinduism, Buddhism, Jainism and Islam. Innumerable monuments,
exquisitely carved temples, stupas, forts and palaces are dotted all over the State. The
natural beauty of Madhya Pradesh is equally varied. Consisting largely of a plateau, the
State has everything. Spectacular mountain ranges, meandering rivers, huge water
bodies and miles of dense forests. But perhaps the best part about MP is its accessibility.
It is equally close to major tourist destinations from the North, South, East and West.
In the last few years, the Government of Madhya Pradesh has initiated a number of
measures to position the state as the leading tourism state globally.
1.2 OBJECTIVE
1.2.1. An International convention of ATTA (Adventure Travel Trade Association)
“AdventureNEXT 2018” to be held from 3rd to 5th December 2018 in Bhopal, Madhya
Pradesh.
AdventureNEXT event travel the globe introducing adventure destinations to
international buyers and media while incorporating FAM trips educational workshops
and sessions covering regional topics. Delegates, both domestic and international, will
have an opportunity to network amongst peers and explore future-driven business
opportunities from Madhya Pradesh, the heart of India.
The primary objective of organizing this event in Madhya Pradesh is to market and
promote the State as an adventure destination at the National and International
platform. The focus will be on increasing domestic and inbound traffic into the State.
1.2.2 The event shall be spread over three days.
1.2.3 Pre event FAM Tours of the delegates, buyers & media to be organized.
1.2.4 The event shall consist of conference, B2B meetings and exhibitions.
1.3 Schedule of event
1.3.1 Event Conference Dates. The Adventure NEXT 2018 primary conference will be a
three(3) day event starting on 3rd of December 2018 and ending the evening of 5th of
December 2018.
1.3.2 Expected Delegate Arrival and Departure Dates – for Airport Transfers. It is expected
that delegates will officially arrive for the Adventure NEXT 2018 one (1) day prior to the
conference dates, provided they do not arrive early for a Pre Adventure FAM Trips.
Delegates are expected to depart one (1) day after the conference dates. (Check in- 2nd
December, Check out-6th December 2018)
1.3.3 Pre Adventures (PA).Pre Adventures FAM Trips may start five (5) days prior to the start
of Adventure NEXT and all Adventure NEXT Delegates participating in PA’s must be
transported to Bhopal venue a day prior to the first day of conference dates .
1.3.4 The tentative schedule of the 3 days event is as under:
S.No Date Programme Place
1. 28th November 2018 onwards
Arrival of guests for Pre adventures FAM Trips
Delhi/ Bhopal/Gwalior/Jabalpur/ Indore/ Khajuraho/Raipur/ Agra/Nagpur
2. 2nd December 2018
Arrival of delegates Bhopal
3. 2nd December 2018
Inaugural Cultural Program followed by dinner
To be decided
4. 3rd December 2018
Official inaugural function of Convention
At the Venue
5. 3rd December 2018
Sessions (First half) and B2B meetings (second half)
At the Venue
6. 3rd December 2018
Culture Program followed by dinner To be decided
7. 4th December 2016
Sessions (First half) and B2B meetings (second half)
At the Venue
8. 4th December 2018
Culture Program followed by dinner To be decided
9. 5th December 2018
Sessions (First half) and B2B meetings (second half)
To be decided
10. 5th December 2018
Fashion show and Culture Program followed by dinner
To be decided
11. 6th December 2018
Proceed for FAM tours -
12. 6th December 2018
Departure of Delegates From Bhopal
13. 9th Decembers 2018 onwards
Departure of Delegates From Delhi/ Mumbai
Note- The detailed schedule shall be finalized in consultation with the successful bidder.
1.4 Scope of work
1.4.1 Venue/ Pavilion
The primary venue for AdventureNEXT will be Minto Hall Bhopal, Madhya Pradesh.
Presently, the Minto Hall Bhopal has the following facilities:
1. Main Building
S.No. Particulars Area (in
Sqm) Capacity Location Remark
1 Main Hall 900.00 750.00 GF
550 floor +200 Balcony (Plenary Meeting space) No Furniture
2 Meeting Room- 1 192.00 120.00 GF With furniture
3 Committee Room- 1 120.00 50.00 GF Fixed Furniture
4 Board Room- 1 60.00 35.00 GF Fixed Furniture
5 Meeting Room- 2 192.00 120.00 FF Stepped sitting
6 Committee Room-2 120.00 50.00 FF Fixed Furniture
7 Media Room- 1 60.00 35.00 FF Fixed Furniture
8 Exhibition Area (6 No.) 120.00 GF & FF No Furniture
2. Landscape
S.No. Particulars Area (in
Sqm) Capacity Location Remark
1 Front Lawn -1 2122.00 Landscape
2 Front lawn- 2 2156.00 Landscape
3 Future Expansion 7000.00 Open Land
3. Parking
S.No. Particulars Area (in
Sqm) Capacity Location Remark
11 Parking 1 880.00 East Front
12 Parking 2 5075.00 West Front
13 Parking 3 1730.00 Admin Front
14 Parking 4 1250.00 Utility Front
4. Toilets
S. No. Particulars
No. of Toilets
No. of Urinals No. of WC Remark
1 Gents Toilets Ground Floor 3 15 5
First Floor 3 16 5
Top Floor 1 2 1
2 Ladies Toilets Ground Floor 3 5
First Floor 3 5
Top Floor 1 1
3 PH Toilets Ground Floor 1 1
First Floor 1 1
Top Floor 1 1
4 VIP Lounge 1 1 The detailed map of Minto Hall is annexed as annexure 1
1.4.2 Requirement at Venue for organization of event:
1. Capacity. It is expected that a minimum of 500 people will participate in the event and will require the following facilities:
2. Plenary Meeting Space. Plenary meeting space for full delegation meetings and presentations including stage, world-class audio/visual capabilities and technicians and seating in theater format/round table for a minimum of 500 people.
3. Secondary Large Meeting Space. A second large meeting space(could be the same as the plenary meeting space) for large delegation meetings and presentations including stage, world-class audio/visual capabilities and technicians in both theater and round table formats for a minimum of 500 people. {Approx. size 25000 sq.ft air-conditioned dome- German hanger}
4. Adjacent Marketplace Space. Must accommodate approximately 100 (or more) meeting tables, Meeting tables with linens, 100, table toppers, 2 additional 10’X10’ booths or networking space four (4) chairs, wireless internet and electricity access to each meeting table to be provided. Final maps and drawings of the layout for Networking Spaces and Marketplace will be provided separately. (Approx size 10000 sq.ft air-conditioned dome- German hanger)
5. Meal & Evening Entertainment Space. Venue will accommodate a minimum of 500 people for food, dancing, and other entertainment including comprehensive world-class audio/visuals and technician support. This requirement may be met with Plenary and/or Secondary Large Meeting Space. (Approx size 15000 sq.ft air-conditioned dome- German hanger)
6. Breakout Rooms. Venue will include a minimum of five (5) rooms to accommodate groups of 20– 100 people in theatre and round table formats and will include fully audio/visual resources and technician support. Accommodating up to 500 people in total.
7. Off-Site Meeting Spaces. any off-site (outside the Venue) meeting spaces will be within 5-10 minutes walking distance or less and will meet all necessary requirements including proper capacity needs, A/V needs, delegate comfort, etc.). Transit options will be provided at no cost for all AdventureNEXT Delegates who require special accommodations due to injury, disability, etc. Full transportation needs will be covered for all AdventureNEXT Delegates if weather or security issues result in needed transportation or if ATTA agrees to any off-site location exceeding a 5-10 minute walk.
8. Speaker/Media/Staff Rooms. A minimum of five (5) rooms of adequate space will be available for Adventure NEXT Speaker Room, Adventure NEXT Team/Management Room, International Media Room, National (Madhya Pradesh) Media Room, and ATTA Story telling Team Room and should accommodate up to twenty(20) people. Rooms must include tables, chairs, Internet access, water cisterns, etc. to meet the basic needs of Speakers/Media/Staff. One (1) room space will be for Madhya Pradesh Tourism Team and should accommodate up to twenty(20) people. Rooms must include tables, chairs, Internet access, water cisterns, etc. to meet the basic needs.
9. Lounge/Networking Areas. Lounge/networking area: must accommodate 100 or more people, lounge chairs, couches, tables, etc.
10. Adjacent Partner Networking Space (for event sponsors and partners). Must accommodate up to 25 2 X 5M”networking Space” which may include standard pipe and drape dressing as defined by the ATTA for Adventure Next sponsors. Networking spaces and meeting tables to include complimentary a minimum of linens, three (3) chairs, wireless internet and electricity to each space.
11. Creation of additional facilities at venue: In case present facilities available at venue are not sufficient as per the requirement of the event then the successful bidder is required to create the additional facilities on temporarily basis of international standard which will include:
i) Creation of well lit and fully air conditioned German Hanger dome with such facilities as mentioned in 1.4.2 and 1.4.3 of tender document.
ii) Sufficient Public utilities near dome.
12. Venue Set-up/Take-Down Access. Successful Bidder agree to provide MPT/ATTA Team full access to the Venue at least two (3) days prior to and one (1) day after conference dates .
13. Sustainability. Successful Bidder and/or Venue will accommodate a sustainable focus for the event (water cisterns vs. bottled water, recycling packaging material, no plastics, no straws, environment friendly transportation, etc).
14. Check-In Counters: 4 large tables with table clothes, 1 small table , 4 power strips, 10 chairs, internet, rope dividers/stanchions 2 rops measuring 5 meters each, extension cords etc.
1.4.3 AUDIO/VISUAL (A/V). Comprehensive/world-class audio/visual as defined below:
The Minto Hall convention center has the following audio/ visual facilities:
1. Main Building
S.No. Particulars Size Facility Location Remark
1 Main Hall 15 X 8 and half Feet
Video LED Wall /speakers/Microphones
GF 1.Detailed technical Specifications shall be provided at the time of Pre Bid meeting if required by the Proposed Bidder . 2. For using existing A/V system of convention center technical team will be available. 3. The successful bidder shall have to close co ordination with the existing team and equipments.
2 Meeting Room- 1 5000 ansi lumens
Projector & Screen/ speakers/Microphones
GF
3 Committee Room- 1 55 Inches 4 panel
Video LED Wall/ speakers/Microphones
GF
4 Board Room- 1 75 inches TV Panel/ speakers/Microphones
GF
5 Meeting Room- 2 5000 ansi lumens
Projector & Screen/ speakers/Microphones
FF
6 Committee Room-2 55 Inches 4 panel
Video LED Wall/ speakers/Microphones
FF
7 Media Room- 1 speakers/Microphones FF
8 Exhibition Area (6 No.)
120.00 GF & FF
9. Micro Phones 6No Cordless handhelds
3No. Lapelmikes
2 No. On –ear mikes
29 No. Wired Mikes
24 No. Podium mikes
5No. Wired hand held with stand
1.4.3.1 Plenary & Secondary Large Meeting Spaces. Comprehensive/world-class, audio visual capabilities and technician support in plenary and secondary large meeting space (and Evening Entertainment space – if separate from Plenary and/or Secondary Large Meeting Space) including:
1. Screens. Three (3) large format screens – one (1) behind stage with 16:9 aspect ratio and two (2) on either side of the stage for 4:6 aspect ratio projection (minimum two (2) screens 3 meters x 3 meters for 4:6 aspect ratio projection) .
2. LED projectors. Professional, hi-resolution, theater quality LED projector (supporting both 4:6 and 16:9 aspect ratios) will be used for all rooms and accommodate the screens requested for each room. Separate LED projectors are required per screen to accommodate separate presentations per screen.
3. Video Camera. Professional, hi-definition, 4k, video camera to provide live on-screen video of presenters as well as a hi-definition digital recording to be used for ATTA produced videos and post-Adventure NEXT viewing by delegates and non-delegates.
4. Lighting. Professional, high quality, theatrical lighting will be used in (at a minimum) Plenary & Secondary Large meeting space, including projectable lighting and a minimum of two (2) spotlights. Lighting must be set-up to support proper video recording of sessions, speakers, etc.
5. Speakers. Professional, hi-fidelity, concert quality sounds system with sound board and audio out capabilities for video recordings will be provided in all rooms to properly support the audience of the room.
6. Microphones. Each room will be equipped with Professional, high quality, lavaliere/lapel mikes, handheld mikes (both on stage and in audience), plus on-ear mikes for all speakers in Plenary & Secondary Large Meeting spaces.
7. Stage. A stage of sufficient size consistent with the meeting space will be provided to accommodate speakers, entertainment, and a minimum of ten (10) people in chairs comfortably. Should be suitable to accommodate dance troupes.
8. Confidence Screens. Confidence Screens will be provided for the main plenary sessions for speakers to see their presentation in front of them (instead of behind) for all plenary session.
9. Presentation Laptop Computers and laser pointers. Presentation Laptop Computers and laser pointers will be available as backup to presenter laptop computers in the main plenary room and in all concurrent session rooms.
10. Countdown Light/clock. During the main plenary session, a countdown to let the speakers know how much time is left in their session.
11. Lectern. Lectern with Microphone, Light and notes holder.
12. A/V Support. A minimum of one (1) English speaking contact and two (2) technicians at all times during Adventure NEXT events to immediately address any and all A/V issues that may arise. During all plenary sessions, there will be atleast one (1) technician in the room at all times.
13. Breakout Rooms. Standard Audio/Visual components (including LED projector, screens – minimum 3 meters by 3 meters, speakers, and a minimum of three (3) microphones –lapel and handheld options) for all meeting rooms.
14. Internet Access. Successful bidder will provide continuous high-speed wireless Internet access with capacity to support at least 1,000 concurrent connections- allowing for at least two devices per delegate with a single password for all delegates that does not change during the event dates -in all common areas, conference areas (both onsite and offsite) plenary and breakout meeting spaces, Marketplace space, and ATTA Staff, Media, and Speaker rooms at agreed upon Venue, where possible Contractor will provide wireless cellular internet access cards (access point) to be used for remote internet access, plus wired Internet access option for presenters within meeting spaces, sponsor/exhibitor tables, marketplace tables, and ATTA Staff room . A 99.9% uptime will be maintained with dedicated manpower.
(Note: Minto Hall is next to Governor House, so there is no internet and mobile connectivity. So, Boomers will be required for Internet and Mobile Network.)
15. Technical Support. Successful bidder will provide at least one (1) English speaking point-of-contact for all Technical Support needs associated with Internet Access, Lighting, Environmental Control, and all other essential Venue needs.
1.4.3.2 The Event site should essentially reflect a Madhya Pradesh décor and ambience with, at the same time; a professional, business type layout as per the requirement of the event.
1. Visible, prominently and easily accessible information counter (May I Help you) for the event.
2. Easy accessibility and visible, double sided signage’s for all delegates.
3. Area for activities such as handicraft display/demonstration.
4. The agency shall provide access control through entry badges. This should be a QR code or similar system that can be scanned at entry points for access. Different levels of access for delegates / MPT Team / ATOAI team and ATTA team. The last three will enjoy unlimited access to the venue. Agency shall also provide ID Cards & uniforms for staff working in the event. Selected bidder will deploy the workers having medical certificate along with police verification.
5. Fire safety equipments in and around the dome with fire, electrical safety audit certificate. The succesful bidder will take all legal permissions or clearances for conducting the event.
6. Insurance of event including dome and public liability.
7. At least 4 Emergency Exits with proper signage and easy approach.
8. Fire brigade, Ambulance, First Aid medical facilities with physician.
9. Security: Successful Bidder will provide full and adequate support to ensure an appropriate level of security for ATTA Team, AdventureNEXT Delegates and VIPs, ATTA/AdventureNEXT Team, Contractor staff and all associate participants of AdventureNEXT to prevent and/or mitigate known human and health threats. Successful bidder will provide a security plan.
10. Walkie talkie sets (12 Nos.) for MPT and ATOAI team which will be connected with event management team.
11. The bidder shall arrange for silent DG Set of sufficient capacity as per the requirement.
12. Shipping/Receiving: Successful bidder will provide adequate, secure storage space for receiving shipments from ATTA and AdventureNEXT Sponsors and Exhibitors at least two (2) weeks prior to and at least three (3) days after conference dates.
1.4.4 FOOD & BEVERAGE
3 Gala dinners with culture nights for 500 pax with premium brands of liquor, mocktails and juices with prior approval of MPTB at the designated hotels.
1.4.5 TRANSPORTATION
1. Ground Transportation Airport to/from Hotels/Venue. The bidder will provide all transportation to/from airport and hotels/venue on defined dates to AdventureNEXT Delegates and Guests. Dates to include official arrival and departure dates as well as additional arrival and departure dates as per the Itinerary annexed as in annexure 2.
2. Between Venues. The bidder will provide all transportation as needed between venues.
3. Hotel Shuttles. The bidder will provide shuttle transportation as needed throughout the conference days between hotels and venues. Adequate meeting area / desk at all official hotels.
4. Pre Adventures FAM Trips . The bidder will provide all transportation for Pre Adventures activities (including air if included in the adventure itinerary) at
different locations as mentioned in clause No.1.3.4 (1). Detailed itineraries of fam trips are annexed in annexure 2. The maximum size of group will be 15 persons along with professional
photographer/videographer.
5. All the transportation shall be conducted through AC Coaches with the following specifications:
a) All the coaches shall be neat and clean.
b) The coaches shall not be older than 2 years.
c) The drivers must be properly uniformed, licensed and trained alongwith helper.
d) All the coaches shall have seat belt on each seat.
e) All coaches have first aid box, PA system, fire extinguisher .
f) The coaches must have all india permit and fully tax paid.
6. The successful bidder shall provide the list of drivers and helpers for orientation programme conducted by MPTB at least 7 days before the event.
7. The successful bidder shall provide Air Ticketing (International / Domestic) of the delegates. The bidder should follow guidelines of the scheme which is administered by the Ministry of Tourism, Government of India for booking of tickets, as MPTB will apply /adhered for the same. (NOTE: Payment for the same will be paid to successful bidder on actual basis on submission of bills from the vendor.)
8. The detailed tour program of the delegates shall be shared with the successful bidder for the purchase of international and domestic air tickets.
9. The successful bidder shall provide Train Ticketing of the delegates. (NOTE: Payment for the same will be paid to successful bidder on actual basis on submission of bills from the vendor.)
1.4.6 CONTRACTOR STAFFING
1. Consistent Contact. Successful Bidder will provide at least one (1) consistent primary contact and one (1) secondary back-up contact for the entire term of this agreement. Successful Bidder will provide contact names upon signature of the agreement.
2. Successful Bidder Contacts. Successful Bidder will provide all names, phone, and email address information for all key contacts associated with AdventureNEXT event.
3. Successful Bidder Staffing/Volunteers. Successful Bidder will provide support team to work at the airport(s) Hotels, venue and other places to welcome delegates as they arrive, and to assist them as per requirement.
1.4.7 Publicity
1. Publicity and promotion of the event outside the venue 10 hoardings of 15X10 feet
size for a period of 10 days to be displayed before 7 days of the event opening date at main approach roads in the city.
2. 5 Proper display and hoardings at airport. 3. 25 Display Banners/ Innovative Branding (In and Around the Venue).
4. 10 folding Standees of 3X6 fit size in the City Hotels.
1.4.8 Inaugural Programme For Inauguration of the program the agency shall provide and arrange:
a. Sitting arrangement for 500 persons b. 15 persons capacity dais high raised (H 2.5’X30X40’) with Backdrop and flower
decoration c. One Screen in front of the dais (Confidence Screen) d. Complete AV Console e. 2 no of podiums f. 2 no. of LED Screens 12”x10” each g. Master of Ceremony h. Flower bouquets, Lamp and other ancillary requirements
1.4.9 Post event Report
a) Hi res photos and 15-20 minute high quality film covering the event and Pre fam trips shall also be submitted to MPTB.
b) Post event report including details like media coverage etc. of Adventure Next in both hard and soft copies within 15 days from the close of the event.
1.4.10 Miscellaneous
The agency shall also be responsible for the following deliverables: a. Successful bidder shall Open a temporary office immediately after the acceptance of
LOI, before the event in MPTB Office, Bhopal and deploy minimum 1 senior person staff and one technical person to coordinate and organize the activities of the event, if they do not already have an office in Bhopal.
b. The supervisory head of the staff placed at the station i.e. Bhopal should necessarily be a full time employee of the agency selected from a managerial position only.
c. Any other non-financial assistance /logistics support what so ever found feasible by the Department from time to time.
d. After the event, the venue shall be handover duly neat and clean to the concerned authority.
1.5 BRIEF DESCRIPTION OF THE SELECTION PROCESS
The Authority has adopted Online Tendering or E- Tendering System with Single-Stage, Two
bidding process (collectively referred to as the “Bidding Process”) for selection of the bidder
for award of the Project assignment. The first stage of the evaluation (the “Qualification-
Technical Proposal Stage”) of the process involves Qualification of interested parties
(the“Bidder”), in accordance with the provisions of this RFP.
At the end of first stage, the Authority will announce a list of all pre- qualified Bidders who are
qualified and eligible for evaluation in the Second stage (The Financial Proposal Stage) and
whose financial bids can be opened and evaluated in accordance with the provisions of the
RFP.
The Financial Bid is to be submitted Online only. The Financial Bids of all the short
listed/qualified bidders will be opened on a concerned date and time. The Bidder will be
selected on the basis of QCBS (Quality and Cost Based Selection) Method.
1.6 Schedule of Bidding Process:-
S.No Activity Date and Time
1. Issue of Bid Documents 26/07/2018
2. Site visit 07/08/18, 1100hrs to 09/08/2018, 1300hrs
3 Pre Bid Meeting 09/08/2018, 1500 hrs
3. Bid Due Date 24/08/2018, 1500hrs
4. Opening of Technical Bids 24/08/2018, 1530hrs
5. Presentation To be informed
6. Opening of Financial Bids To be informed
INSTRUCTIONS TO BIDDERS
A. GENERAL 2.1 RFP document
The document can be downloaded from the official website of the Authority
www.tourism.mp.gov.in and through MP E procurement portal: www.mpeproc.gov.in. The bidder
will have to pay RFP Document Fees Rs. 5,900/- (Rupees Five Thousand Nine Hundred only)
including GST online only though MP E-procurement portal.
2.2 Eligibility of Bidders
1. The bidder should have organized at least 1 National / International conference/ convention
handling minimum 100 foreign delegates in last three financial years i.e. 15-16, 16-17, and 17-18. The preference shall be given to the bidder having experience in national/ international conference /convention in tourism sector.
2. The proposed bidder should be a Proprietorship /Partnership firm / Company.
3. In case of International bidder they should have one registered office in India or should have a Joint venture agreement with Indian company.
4. The bidder should have a minimum average Annual Turnover of Rs.5 crores (Chartered Accountant certificate required) of last 3 Financial years i.e. 2015-16, 2016-17 & 2017-18. In case of Financial Year 2017-18, Chartered Accountant Certificate on provisional figures will be considered.
5. There should be no statutory / legal proceedings pending against the agency
6. The agency must enclose credentials with regards to the above parameters at the time of submitting the technical bid.
7. The conference or convention shall not include any kind of exhibition, roadshows, creation of stall in any mart or exhibition or any travel agent or tour operator.
Note: All necessary documents in support of qualification claim (eligibility criteria) shall be attached with the application. 2.3 General Terms of Bidding
2.3.1 All documents submitted by the Applicant(s) will be treated as confidential.
2.3.2 Authority reserves the right to accept or reject any or all applications, without thereby incurring
any liability to the affected Applicant(s) or any obligation to inform the Applicant(s). Authority
also reserves the right not to award or enter into any contract or agreement with any
Applicant(s), and may terminate the procurement process at any time without thereby incurring
any liability to any Applicant.
2.3.3 Failure by any Applicant(s) to provide all of the information required in the proposal or any
additional information requested by Authority may lead to rejection of the Applicant's proposal in
its entirety.
2.3.4 Applicants have an obligation to disclose any actual or potential conflict of interest. Failure to do
so may lead to disqualification of the Applicant or termination of its Contract at any stage.
2.3.5 A recommendation for award of Contract will be rejected if it is determined that the
recommended Firm has directly, or through an agent, engaged in corrupt, fraudulent, collusive, or
coercive practices in competing for the contract in question; in such cases the Authority will
declare the Firm and/or members of the consortium ineligible, either indefinitely or for a stated
period of time and will be blacklisted.
2.3.6 Wherever required by applicable laws, Authority shall deduct taxes at source, from the amounts
payable, and shall provide to the firm/Agency the appropriate tax deduction certificate evidencing
payment of such taxes.
2.3.7 It may be noted that the Bidders cannot prescribe any time limit for the validity of all the rates
quoted in the financial bid.
2.4 Cost of Bidding
2.4.1 The Bidders shall be responsible for all of the costs associated with the preparation of their Bids
and their participation in the Bidding Process. The Authority will not be responsible or in any way
liable for such costs, regardless of the conduct or outcome of the Bidding Process.
2.5 Right to accept and to reject any or all bids
Notwithstanding anything contained in RFP, MPTB reserves the right to accept or reject any Bid and
to annul the Bidding process and reject all Bids, at any time prior to award of contract, without
thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the
affected Bidder or Bidders of the grounds for the MPTB’s action.
B. DOCUMENTS
2.6 Contents of the RFP
2.6.1 The proposal should be submitted as follows:- Technical Proposal to be submitted online only with the format includes Annexure I to V).
2.7 Site visit & Clarifications
2.7.1 Site Visit of the venue can be scheduled as per clause 1.6. A Team from Madhya Pradesh
Tourism will accompany the visit.
2.7.2 Agency may request a clarification on any of the bid documents on the pre bid meeting date
indicated in the Data Sheet. Any request for clarification must be sent in writing by email to
MPTB at the email address indicated in the Data Sheet atleast one day prior to the pre-bid
meeting. MPTB will uploading the same on the tender section of MP E-procurement portal and
on www.tourism.mp.gov.in and may send the copies of the response to all agencies/firms
attending the prebid meeting. At any time before the submission of Proposals, MPTB may, for
any reason, whether at its own initiative or in response to a clarification request by a firm,
modify the bid documents (RFP) by amendment. The amendment will be notified through MPTB
website i.e. www.tourism.mp.gov.in & on MP E-procurement portal tender section and will be
binding on them. MPTB may, at its discretion, extend the deadline for the submission of
Proposals.
2.8 Amendments Modification of RFP
2.8.1 At any time prior to the deadline for submission of RFP, Authority may, for any reason,
whatsoever at its own initiative or in response to clarifications requested by Bidder, modify the
RFP by the issuance of Addenda and the same shall be notify through website
i.e.www.tourism.mp.gov.in and in tender section of MP E-procurement portal.
2.8.2 Any Addendum thus issued will be notified to all those who have purchased the RFP though e
procurement portal. All such amendments/addendum will become part of the bidding document.
2.8.3 In order to afford the Bidders a reasonable time for taking an Addendum into account, or for any
other reason, Authority may, at its own discretion, extend the Bid Due Date.
C. Preparation & submission of Bids 2.9 Language
2.9.1 The Bid and all related correspondence and documents in relation to the Bidding Process shall be
in English language. Supporting documents and printed literature furnished by the Bidder with the
Bid may be in any other language provided that they are accompanied by translations of all the
pertinent passages in the English language, duly authenticated and certified by the Bidder.
Supporting materials, which are not translated into English, may not be considered. For the
purpose of interpretation and evaluation of the Bid, the English language translation shall prevail. 2.10 Format & signing of Bid
2.10.1 The Bidder shall prepare original copy of the documents comprising the Bid as described in the
TENDER. The Bidder bidding for the project has to submit Technical Bid of the Project along with
all relevant required documents and EMD through E Procurement portal only.
2.10.2 The Bid shall be signed by a person or persons duly authorized to sign on behalf of the Bidder.
2.10.3 The Bid shall contain no alterations, omissions or additions, except those to comply with
instructions issued by the Authority, or as necessary to correct errors made by the Bidder, in
which case all such corrections shall be initialed by the person or persons bidder to sign the Bid.
2.11 Submission & marking of Bid
The Bidder shall submit the Bid in two Parts as below:
I: Technical Bid
The Technical Bid is to be uploaded to be submitted online only though the website www.mpeproc.gov.in II. Financial Bid:
The Financial Bid is to be submitted online only though the website www.mpeproc.gov.in The Bidder shall submit its Financial Bid online only as per the prescribed format.
2.12 Bid Due Date
2.12.1 Bids should be submitted on the Bid Due Date at the address provided in the RFP in the manner
and form as detailed in this RFP.
2.12.2 The Authority may, in its sole discretion, extend the Bid Due Date by issuing an Addendum in
accordance with the RFP uniformly for all Bidders.
2.13 Late Bids
2.13.1 Bids received by the Authority after the specified time on the Bid Due Date shall not be eligible
for consideration and shall be summarily rejected.
2.14 Modifications/ Substitution/ Withdrawal of Bids
2.14.1 The Bidder may modify, substitute or withdraw its Bid after submission, provided that written
notice of the modification, substitution or withdrawal is received by the Authority prior to the
Bid Due Date. No Bid shall be modified, substituted or withdrawn by the Bidder on or after the
Bid Due Date.
2.14.2 The modification, substitution or withdrawal notice shall be prepared, sealed, marked, and
delivered with the envelopes being additionally marked "MODIFICATION", "SUBSTITUTION" or
"WITHDRAWAL", as appropriate and be sent to the authority at the address as mentioned in
the RFP.
2.14.3 Any alteration/modification in the Bid or additional information supplied subsequent to the Bid
Due Date, unless the same has been expressly sought for by the Authority, shall be disregarded.
2.15 Rejection of Bids
2.15.1 The Authority reserves the right to accept or reject all or any of the Bids without assigning any
reason whatsoever. It is not obligatory for the Authority to accept any Bid or to give any
reasons for their decision.
2.15.2 The Authority reserves the right not to proceed with the Bidding Process at any time, without
notice or liability, and to reject any Bid without assigning any reasons.
2.16 Validity of Bids
2.16.1 The Bids shall be valid for a period of not less than 180 (one hundred and eighty) days from the
Bid Due Date. The validity of Bids may be extended by mutual consent of the respective Bidders
and the Authority.
2.17 Confidentiality
2.17.1 Information relating to the examination, clarification, evaluation and recommendation for the
Bidders shall not be disclosed to any person who is not officially concerned with the process or
is not a retained professional advisor advising the Authority in relation to, or matters arising out
of, or concerning the Bidding Process. The Authority will treat all information, submitted as part
of the Bid, in confidence and will require all those who have access to such material to treat the
same in confidence. The Authority may not divulge any such information unless it is directed to
do so by any statutory entity that has the power under law to require its disclosure or is to
enforce or assert any right or privilege of the statutory entity and/ or the Authority.
2.18 Correspondence with the Bidder
2.18.1 The Authority shall not entertain any correspondence with from any Bidder in relation to
acceptance or rejection of any Bid.
D. EARNEST MONEY DEPOSIT (EMD) and PERFORMANCE SECURITY:
2.19 Earnest Money Deposit
2.19.1 The Bidder shall furnish, as part of its Bid, an Earnest Money Deposit (EMD) amount of Rs.
2,00,000/- (Rupees two Lakh only) to be submitted Online Only. The EMD shall be refundable to
unsuccessful bidder not later than 120 (one hundred and twenty) days from the Bid Due Date.
Except in case of the 2nd ranked bidders. EMD of the 2nd ranked bidder shall be returned on
signing of the agreement with the selected bidder. The selected bidder's EMD shall be returned
upon submission of Performance Security. Bids not accompanied by the EMD shall be rejected.
2.19.2 Any Bid not accompanied by the EMD shall be summarily rejected by the Authority as non- responsive.
2.19.3 The EMD of unsuccessful Bidders will be returned promptly without any interest.
2.19.4 The EMD shall be forfeited as Damages without prejudice to any other right or remedy that may
be available to the Authority under the Bidding Documents and/ or under the Agreement, or
otherwise, under the following conditions:
a) If the Bidder withdraws its Bid during the Bid Validity Period as specified in this RFP and as
extended by mutual consent of the respective Bidder(s) and the Authority;
b) If the Bidder submits a conditional Bid which would affect unfairly the competitive position of
other Bidders who submitted substantially responsive Bids.
c) If a Bidder engages in a corrupt practice, fraudulent practice, coercive practice, undesirable
practice or restrictive practice;
d) In the case of the Preferred Bidder, if the Bidder fails within the specified time limit to:
i) Sign and return the duplicate copy of LOI; ii) Furnish the required Performance Security within the period prescribed there; iii) Sign the Agreement.
e) Any other conditions, with respect to the Preferred Bidder, for which forfeiture of Bid Security
has been provided under this RFP.
2.20 Performance Security
2.20.1 The successful Bidder will Deposit 10% Performance Security of the total value of the contract in
the form of Account Payee Demand Draft or a Bank Guarantee from a Commercial Bank in an
acceptable form or in the form of a Fixed Deposit Receipt pledged to the Madhya Pradesh
Tourism Board.
2.20.2 The Performance Security should remain valid for a period of 60 days beyond the completion of
the period of contract.
3. EVALUATION OF BIDS
3.1 Opening & Evaluation of Bids
3.1.1 The Authority will open all the Bids received (within stipulated time) containing the Technical Bid
and announce the names of (i) Bidders. In the event of specified date of Bid opening being
declared as a holiday for the Authority, the Technical Bid will be opened at the appointed time
and location on the next working day.
3.1.2 Technical Bid shall then be opened. Evaluation of Technical Bid and Determination of
Responsiveness of the same.
3.2.1 Prior to evaluation of Technical Bids, the Authority will determine whether the Bid is
accompanied by the required EMD and Tender Fee submitted online.
3.2.2 If the EMD furnished does not conform to the amount and validity period as specified in this RFP
document and has not been furnished in the form specified in the RFP, the Bid shall be rejected
by the Authority as non -responsive.
3.2.3 Test of Responsiveness- Prior to evaluation of Bids, the Authority (MPTB) shall determine whether
each bid is responsive to the requirements of the RFP. A bid shall be considered responsive only
if;
a) it is received in as per the formats provided in the RFP b) it is received by the Bid due date including any extension there of c) it is duly signed and marked as stipulated in the RFP d) it is accompanied by EMD as stipulated specified in this RFP e) it is accompanied by the Power of Attorney as specified in the RFP f) it contains all the information and documents (complete in all respect) as required in the RFP
and/or bidding document (in the same format as those specified)
g) it does not contain any conditions or qualifications, and h) it is non-responsive thereof;
i) it contains certificates from its statutory auditors in the formats as specified
3.2.4 The Technical Bid will further be examined to determine whether the Bid has been properly
signed, meets the eligibility and qualification criteria in terms hereof, has the required financial
capabilities as set out in this RFP, is accompanied by the requisite certificates, undertaking and
other relevant information specified in this RFP document and is substantially responsive to the
requirement of the Bidding Documents and provides any clarification for ascertaining the
correctness of the information/details that the Authority may require.
3.2.5 If the Technical Bid of any Bidder is not substantially responsive, the Bid of such Bidder will be
rejected by the Authority and the Bidder will not subsequently be allowed to make its Bid
responsive by correction or modification or withdrawal of the non-conforming deviation or
reservation. The authority may ask the bidder for any document and clarification as and when
required.
3.2.6 The Authority shall inform, the Bidders, whose Technical Bid is found to be responsive for and
who are short listed based on qualification criteria as detailed out in the RFP for presentation .
3.2.7 The presentation shall be evaluated on the basis of following parameters:
i. Understanding of the project
ii. Concept, theme and design
iii. proposed solution for overall technical aspect for Audio / Video
Internet and other technical issues
iv. Value additions to the venue for enhancement of tourism sector in Madhya Pradesh.
v. Different cultural programmes during dinner
vi. Walk through of the event through graphics
vii. Best use of eco friendly practices
viii. Quality of the material to be used
ix. Activities to be outsourced
3.3 Short listing of Bidders.
a) The Bidder shall be shortlisted on the basis of scoring obtained. b) The minimum qualifying marks shall be 70 out of 100 marks. c) The segregation of marks shall be as follows:
Criteria Max. Marks
Marks Obtained
The bidder should have organized at least 1 International conference/ convention of minimum 100 foreign delegates in last three financial years i.e. 15-16, 16-17, and 17-18.
Minimum 1 International conference/ convention : 10 marks, Above 1 International conference/ convention 2marks for each conference / convention maximum up to 20 marks
20
Financial Capability: The agency should have minimum average annual turnover of Rs 5.00/- cr in the last three financial years(15-16, 16-17, and 17-18). Rs.5 crore: 10 marks Above Rs.5 crore upto 2 marks for every rs. 2 .00 crores maximum up to 20 marks
20
The proposed bidder should have experience in conducting national/ international
conference/ convention in tourism sector
10
Presentation
i. Understanding of the project
ii. Concept, theme and design
iii. proposed solution for overall
technical aspect for Audio /
Video Internet and other
technical issues
iv. Value additions to the venue for
enhancement of tourism sector in
Madhya Pradesh.
v. Different cultural programmes during
dinner
vi. Walk through of the event through
graphics
vii. Best use of eco friendly practices
viii. Quality of the material to be used
ix. Activities to be outsourced
50
Total 100
d) The bidders are required to score minimum 70 technical points (technical marks +
presentation) to qualify for opening of financial proposal. On the basis of technical
assessment which includes presentation, the financial bids of only the top 3 selected
agencies who scores maximum marks in technical qualification will be opened, in the
presence of authorized representatives of the agencies. In case, more than 3 bidders
secures maximum marks, the financial bids of all the bidders shall be opened. In case,
only two agencies qualifies; Financial Bids of the two agencies will be opened on the
basis of QCBS system. At the descretion of the management Financial Bid may be
opened in case of single tender. e) The ratio of weight towards quality (technical bid) and cost (financial bid) shall be
70:30. f) The agency which scores highest aggregate marks (H1), after adding the scores for the
technical and financial evaluation, will be awarded the contract for organizing the
event.
g) The Authority will notify the selected firm/Agency in writing by registered letter, e-mail
etc. After finalization of detailed scope of work, terms & conditions, schedule, and
professional fee for the services, the firm selected will be required to enter into a
contract agreement with the Authority to provide the envisaged services described in
the Scope of work.
h) The final authority lies at the sole discretion with the Managing Director, MPTB.
3.4 Opening of Financial Bids
3.4.1 The Authority will consider the ‘Financial Bid’ of only those Bidders who’s Technical Bids have
been determined to be substantially responsive in accordance with the RFP and determined to
fulfill the qualification criteria as detailed out in the RFP.
3.4.2 The Bidders or their representatives who are present shall sign attendance sheet evidencing their
presence.
3.5 Examination of Financial Bids and Determination of Responsiveness of Financial Bid
3.5.1 MPTB will determine responsiveness of each Financial Bid in accordance with the price quoted.
3.5.2 A substantially responsive Financial Bid is one which conforms to all the terms, conditions and specifications of the bidding documents.
3.5.3 If the Financial Bid of any Bidder is not substantially responsive in terms hereof, the Bid of such Bidder shall be rejected by MPTB and the Bidder shall not subsequently be allowed to make its Bid responsive by correction or withdrawal of the non-conforming deviation or reservation.
3.6 Correction of Errors
3.6.1 Financial Bids determined to be substantially responsive will be checked by MPTB for any
arithmetic errors. Arithmetic errors will be rectified on the following basis:-
i) Where there is a discrepancy between the amount quoted in the Financial Bid, in figures and in
words, the amount in words will prevail over the amounts in figures, to the extent of such
discrepancy
ii) The amount stated in the Financial Bid will be adjusted by MPTB in accordance with the above
procedure for the correction of errors and shall be considered as binding upon the Bidder. If the
Bidder does not accept the corrected amount of Bid, his Bid will be rejected, and his EMD may
be forfeited.
3.7 Evaluation and Comparison of Financial Bids
3.7.1 In preparing the Financial Proposal, Agencies are expected to take into account the requirements
and conditions outlined in the RFP document
This Fee will cover costs / expenses for undertaking work as detailed in the Scope of Work.
3.7.2 MPTB will evaluate and compare only those Financial Bids which are determined to be
substantially responsive. For final evaluation (QCBS), total cost of financial proposal will be
considered.
The Authority will determine whether the financial proposals are complete, correct and free from
any computational errors and indicate correct prices in local currency (Indian Rupee).
3.7.3 In evaluating the Financial Bids, MPTB will determine for each Financial Bid the amount quoted by
the Bidder. The Financial Bid shall not include any conditions attached to it and any such
conditional financial proposal shall be rejected summarily.
3.8 Clarification of Bids
3.8.1 To assist in the examination, evaluation and comparison of Bids, MPTB may, at its discretion, ask
any Bidder for authentication the correctness of the information/details furnished by him in his
Bid. Such request by MPTB and the response by Bidder shall be in writing or by cable/fax, but no
change in the price or substance of the Bid shall be sought, offered or permitted except as
required to confirm the correction of arithmetical errors discovered by MPTB in the evaluation
of the Bids.
3.8.2 Subject to Sub Clause in the RFP, no Bidders shall contact MPTB on any matter relating to his Bid
from the time of Bid opening to the time contract is awarded.
3.8.3 Any effort by the Bidder to influence MPTB in the MPTB's Bid evaluation, Bid comparison or
contract award decisions may result in the rejection of his Bid.
3.9 Process to be Confidential
3.9.1 Information relating to the examination, clarification, evaluation and recommendation for the
Bidders shall not be disclosed to any person who is not officially concerned with the process or is
not a retained professional advisor advising the Authority in relation to or matters arising out of,
or concerning the Bidding Process. The Authority will treat all information, submitted as part of
the Bid, in confidence and will require all those who have access to such material to treat the
same in confidence. The Authority may not divulge any such information unless it is directed to do
so by any statutory entity that has the power under law to require its disclosure or is to enforce or
assert any right or privilege of the statutory entity and /or the Authority or as may be required by
law or in connection with any legal process.
3.10 Award of Contract
3.10.1. Selection & Award Criteria
a) The evaluation committee shall evaluate the Technical Proposals on the basis of
responsiveness to the Terms of Reference, applying the evaluation criteria, sub-criteria, and
point system specified in the tender. Each responsive Proposal will be given a technical score
(St). A Proposal shall be rejected at this stage if it does not respond to important aspects of the
RFP, and particularly the Terms of Reference or if it fails to achieve the minimum technical
score indicated in the tender.
b) The Client shall evaluate each technical proposal taking into account several criteria. Each
criterion shall be marked on a scale of 1 to 100. Then the total points shall be weighted to
become scores.
c) The points and the criterion have been specified in the RFP.
d) The bidders are required to score minimum 70 technical points (technical marks +
presentation) to qualify for opening of financial proposal. On the basis of technical assessment
which includes presentation, the financial bids of only the top 3 selected agencies who scores
maximum marks in technical qualification will be opened, in the presence of authorized
representatives of the agencies. In case, more than 3 bidders secures maximum marks, the
financial bids of all the bidders shall be opened. In case, only two agencies qualifies; Financial
Bids of the two agencies will be opened on the basis of QCBS system. At the descretion of the
management Financial Bid may be opened in case of single tender. e) The ratio of weight towards quality (technical bid) and cost (financial bid) shall be 70:30.
f) The agency which scores highest aggregate marks (H1), after adding the scores for the
technical and financial evaluation, will be awarded the contract for organizing the event.
g) The Authority will notify the selected firm/Agency in writing by registered letter, e-mail etc. After
finalization of detailed scope of work, terms & conditions, schedule, and professional fee for the
services, the firm selected will be required to enter into a contract agreement with the Authority
to provide the envisaged services described in the Scope of work.
h) The final authority lies at the sole discretion with the Managing Director, MPTB.
3.10.2 Public Opening & Evaluation of Financial Proposals
After the technical evaluation (quality) is completed, MPTB shall notify those agencies whose proposals
did not meet the minimum qualifying mark or were considered non-responsive to the RFP and Scope of work and the financial proposals of such bidders will be returned unopened after the signature of the contract.
MPTB shall simultaneously notify the agencies that have secured the minimum qualifying mark, the date,
time and place set for opening the financial proposals or as mentioned in the RFP, to enable the agencies
to attend the opening of the financial proposals.
The financial proposals shall be opened publicly in the presence of representatives of the agencies who
choose to attend. The name of the agencies, the technical points, and the prices quoted shall be read out
by MPTB.
The proposal with the lowest cost (Fm) shall be given financial score (Sf) of 100 points.
The financial scores of other proposals should be computed as follows: Sf = 100 x Fm/F
Where F= amount of financial proposal
Combined Quality and Cost Evaluation
The total score shall be obtained by weighting the combined quality/technical and cost scores and adding
them, as follows: S = St x Tw + Sf x Fw
Where S = total score
St = combined technical score
Sf = combined financial score
Tw= weight assigned to technical score i.e. 0.7
Fw= weight assigned to financial score i.e. 0.3
The successful bidder shall be the bidder having the highest score. In the event two or more bidder have
same score in the final ranking, the bidder with higher/highest technical score shall be considered as
successful bidder. In case two or more bidder have same score in the final ranking and technical score ,
the bidder with higher/ highest turnover in preceding year shall be considered as successful bidder.
The firm obtaining the highest total score shall be the successful agency.
4.0 LETTER OF INTENT
4.1 After selection , a Letter of Intent (the "LOI") shall be issued, in duplicate, by the Authority to the
Agency shall, within 7 (seven) days of the receipt of the LOI, sign and return the duplicate copy of
the LOI in acknowledgement thereof. In the event the duplicate copy of the LOI duly signed by the
Agency is not received by the stipulated date, the Authority may, unless it consents to extension
of time for submission thereof, appropriate the EMD of such Bidder as loss and damage suffered
by the Authority on account of failure of the Agency to acknowledge the LOI, and the Authority
may select the next Agency in the rank.
After acknowledgement of the LOI as aforesaid by the Agency, it shall cause the successful Bidder
to execute the Agreement. The Agency shall not be entitled to seek any deviation, modification or
amendment in the Agreement. The Agreement shall be on year to year basis.
5.0 Total Duration of Service :
From date the award of Letter of Intent till the completion of event and relevant liabilities as per scope of work.
6.0 FEE PAYMENT STRUCTURE
6.1 Payment will be made to the selected agency as per following schedule:
a. Payment of 25% of the total amount will be made as mobilization advance upon submission of bank guarantee of same amount.
b. Payment of further 25% of the total amount will be made on completion of construction of pavilion
c. Payment of further 25% of the total amount will be made on successful completion of Event, dismantling the Pavilion and clearing of the site.
d. Payment of balance 25% of the value of the project will be made after receiving completion report
e. In case of purchase of International air tickets the payment shall be made in INR only. f. The amount of Air and Train ticket shall be reimbursed on actual basis on submission of
proof of payment to the vendor. g. In reference to clause 6.1 (e. & f.), 50% advance may be paid to the successful bidder against
the Bank Guarantee of the same amount.
6.2 The agency shall be paid as per the aforesaid payment schedule.
6.3 If scope of work is altered then payment shall be made in proportion of bid value of specific item.
In case of any other item not provided in Price bid then the amount shall be paid on prevailing
market price.
6.4 MPTB will issue Work Orders/Release Order, if any, through letter by post or Emails only for the
activities required by MPTB under the scope of work and payment will be made only for
completing these activities satisfactorily.
6.5 Agency shall submit two copies of the detailed invoices of the work completed along with
credit/debit notes in addition to supporting documents of such invoices.
7.0 Liquidated Damages: In the event of contractor’s failure to complete the work and providing various services within the specified time, the MPTB may, without prejudice to any other rights hereunder, recover from the supplier, as Liquidated Damages, the sum of 5% of the contract price.
8.0 Termination by Default: MPTB reserves the right to terminate the contract of any agency in case of change in the Government procedures or unsatisfactory services.
9.0 Risk – Purchase Clause: If the contractor, after submission of RFP and the acceptance of the same,
fails to abide by the Terms and Conditions of the RFP document or fails to complete the work within the specified time or at any time repudiates the contract, the MPTB will have the right to: a) Forfeit the EMD. b) Invoke Security Deposit/Performance Bank Guarantee c) In case of completion through alternative sources and if price is higher, the contractor will pay the balance amount to MPTB.
d) For all purposes, the work order accepted by the bidder and issued by MPTB will be considered as
the formal contract.
10.0 Arbitration
10.1 All matters of dispute arising out of this shall be governed by Indian law and subject to the jurisdiction of Courts at Bhopal.
10.2 All Disputes between the Parties arising out of or relating to or in connection with this Agreement, including the performance or non-performance of the obligations set out herein shall, so far as is possible, be settled amicably between the Parties within thirty (30) days after written notice of such Dispute has been given by one Party to the other Party. The venue of the amicable settlement proceeding shall be the Head Office of MPTB at Bhopal.
10.3 If any dispute or difference of any kind whatsoever shall arise in connection with or arising out of this contract or the execution of work or maintenance of the works there under, whether before the commencement or during the progress of works or after the termination, abandonment or breach of contract, and it is not amicably settled within 60 days of the notice being served on the other party , it shall be referred to arbitration before a Sole Arbitrator appointed by mutual consent of both parties and as per the provisions of the Arbitration and Conciliation Act, 1996. The venue of the arbitration proceedings shall be at Bhopal. Upon any and every reference as aforesaid, the assessment of costs and incidental expenses in the proceedings for the award shall be at the discretion of the Arbitrator.
11.0 LEGAL
Any legal dispute shall be subject to the jurisdiction of Bhopal courts only.
ANNEXURE ‐ I Letter Comprising the Bid
Ref.
Date: To, The Managing Director Madhya Pradesh Tourism Board 6th Floor, Lily Trade Wing, Jehangirabad Bhopal Madhya Pradesh, India. Pincode – 462008 Sub: - RFP FOR SELECTION OF EVENT MANAGEMENT AGENCY (EMA) FOR ORGANIZING ADVENTURE NEXT
2018 IN MADHYA PRADESH
Dear Sir, Being duly bidder to represent and act on behalf of (hereinafter referred as the "Bidder"), and having reviewed and fully understood all of the qualification requirements and information provided, the undersigned hereby expresses its interest and apply for qualification for undertaking the “Selection of Event Management Agency for organizing ADVENTURE NEXT 2018 ” (‘Project’). We are enclosing our Bid, in conformity with the terms of the RFP, and furnishing the details as per the requirements of the Bid Document, for your evaluation. The undersigned hereby also declares that the statements made and the information provided in the Proposal is complete, true and correct in every detail. We confirm that the application is valid for a period of 180 days from the due date of submission of application and is unconditional. We hereby also confirm the following: 1. The Proposal is being submitted by M/s *…+ (name of the Bidder, in accordance with the conditions stipulated in the RFP. 2. We have examined in detail and have understood the terms and conditions stipulated in the RFP Document issued by MPTB (hereinafter referred as the “Authority”) and in any subsequent communication sent by Authority.
3. We agree and undertake to abide by all these terms and conditions. Our Proposal is
consistent with all the requirements of submission as stated in the RFP or in any of the
subsequent communications from Authority)
4. The information submitted in our Proposal is complete, is strictly as per the requirements
stipulated in the RFP, and is correct to the best of our knowledge and understanding. We would
be solely responsible for any errors or omissions in our Proposal. 5. We confirm that we have studied the provisions of the relevant Indian laws and regulations required to enable us to prepare and submit this Proposal for undertaking the Project, in the event that we are selected as the Preferred Bidder. 6. We certify that in the last three years, we have neither failed to perform on any contract, as evidenced by imposition of a penalty by an arbitration tribunal or a judicial authority or judicial pronouncement or arbitration award, nor been expelled from any project or contract by any public authority nor have had any contract terminated by any public authority for breach on our part. 7. I/ We declare that: a. I/ We have examined and have no reservations to the Bidding Documents, including any Addendum issued by the Authority; and b. I/ We do not have any conflict of interest in accordance with the RFP document; and c. I/We have not directly or indirectly or through an agent engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice, as defined in the RFP document, in respect of any RFP or request for proposal issued by or any agreement entered into with the Authority or any other public sector enterprise or any government, Central or State; and 8. I 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; 9. I/ We understand that you may cancel the Bidding Process at any time and that you are neither bound to accept any Bid that you may receive nor to invite the Bidders to Bid for the Project, without incurring any liability to the Bidders 10. I further certify that in regard to matters relating to security and integrity of the country, we, have not been convicted by any Court of Law or indicted or adverse orders passed by the regulatory authority which could cast a doubt on our ability to undertake the Project or which relates to a grave offence that outrages the moral sense of community. 11. I further certify that in regards to matters relating to security and integrity of the country, we have not been charge-sheeted by any agency of the Government or convicted by the Court of Law. 12. I 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. 13. I 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 Authority in connection with the selection of the Bidders, or in connection with the Bidding Process itself, in respect of the above mentioned Project and the terms and implementation thereof. 14. In the event of me being declared as the Preferred Bidder, I agree to enter into a Authorization Agreement in accordance with the draft that has been provided to me prior to the Bid Due Date. We agree not to seek any changes in the aforesaid draft and agree to abide by the same. 15. I have studied all the Bidding Documents carefully and also surveyed the project details. We understand that except to the extent as expressly set forth in the License Agreement, we shall have no claim, right or title arising out of any documents or information provided to us by the Authority or in respect of any matter arising out of or concerning or relating to the Bidding Process including the award of Authorization. 16. The amount has been quoted by me/ after taking into consideration all the terms and conditions stated in the RFP, our own estimates of costs and after a careful assessment of the identified locations of the proposed Centers and all the conditions that may affect the Bid. 17. I agree and understand that the Bid is subject to the provisions of the Bidding Documents. In no case, I shall have any claim or right of whatsoever nature if the Project / Authorization is not awarded to me or our Bid is not opened or rejected 18. I agree and undertake to abide by all the terms and conditions of the RFP document which inter alia includes payment of Project Development Expenses and Project Development Fees (Success Fee) and furnishing of the Performance Security to the Authority in the manner provided in respect thereof in the RFP. 19. We confirm that all the terms and conditions of the Proposal are firm and valid for acceptance for a period of 120 days from the Proposal Due Date. 20. I/we offer an Earnest Money Deposit (EMD) of Rs. 2,00,000 (Two Lakhs
Rupees Only) to the authority through MP E-Procurement Portal.
21. I agree and undertake to abide by all the terms and conditions of the RFP document. In witness thereof, I submit this Bid under and in accordance with the terms of the RFP document.
Thanking You,
Yours Sincerely, Date: Place: For and on behalf of: (name of the Bidder and the Company Seal) Signature: (Bidder Representative & Signatory)
Name of the Person: Designation
ANNEXURE ‐ II RFP FOR SELECTION OF EVENT MANAGEMENT AGENCY (EMA) FOR
ORGANIZING ADVENTURE NEXT 2018 IN MADHYA PRADESH” Detail of Bidder
Sr. No. Particulars Remarks/Details
(Page No.)
1. Name of Agency/ Applicant
2. Details about office of agency :
Address :
Phone No :
Fax :
E-Mail ID :
Website :
Contact person:
Mobile No. and contact person:
3. Details about registered office of Applicant and Contact No.
4. Status of Applicant [partnership firm/ Pvt. Ltd. Co. / Public Ltd Co.]
5. Details about Director/Partners List to be attached
6. Copy of Memorandum to be attached
7. Total experience of applicant [No. of years]
8. Certified copy of the Turnover of Agency/ Applicant during last financial three years
9. P.A.N. No. (Copy to be attached)
10. GST No.(Copy of certificate to be attached)
11. Credentials
12. Details of RFP Fees attached
13. Details of EMD attached
Signature & Seal of the Bidder Date:
DECLARATION
1. I / We have read the instructions appended to the Pro forma and I/We understand that if any false information is detected at a later date, any contract made between ourselves and MPTB on the basis of the information given by me/us can be treated as invalid by the MPTB and I / We will be solely responsible for the consequences.
2. I/We agree that the decision of MPTB in selection of contractors will be final and binding to me/us.
3. All the information furnished by me/us above here is correct to the best of my/our knowledge and belief.
4. I / We agree that I / We have no objection if enquiries are made about the work listed by me/us here in above and/or in the accompanying sheets.
Place. Date. SIGNATURE:
Name & Designation
& seal of the Company:
Annexure III
Statement of Legal Capacity (To be forwarded on the letterhead of the Bidder)
Ref. Date
To, The Managing Director Madhya Pradesh Tourism Board 6th Floor, Lily Trade Wing, Jehangirabad Bhopal Madhya Pradesh, India. Pincode – 462008
Sub: Bid for “RFP FOR SELECTION OF EVENT MANAGEMENT AGENCY (EMA) FOR ORGANIZING ADVENTURE NEXT 2018 IN MADHYA PRADESH”
Dear Sir,
We hereby confirm that we satisfy the terms and conditions laid out in the RFP document. We have agreed that (insert individual’s name) will act as our representative and has been duly bidder to submit the RFP. Further, the bidder signatory is vested with requisite powers to furnish such letter and authenticate the same.
Thanking you, Yours faithfully, For and on behalf of Bidder signatory
Annexure IV
Power of Attorney for signing of Application
Know all men by these presents, We_ (name of the firm and address of the registered office) do hereby irrevocably constitute, nominate, appoint and bidder Mr./ Ms (name), son/daughter/wife of and presently residing at , who is [presently employed with us and holding the position of ], as our true and lawful attorney (hereinafter referred to as the “Attorney”) to do in our name and on our behalf, all such acts, deeds and things as are necessary or required in connection with or incidental to submission of our Bid for the ***** Project*s+ proposed or being developed by the ***** (the “Authority”) including but not limited to signing and submission of all applications, bids and other documents and writings, participate in Pre-Applications and other conferences and providing information/ responses to MPTB, representing us in all matters before MPTB, signing and execution of all contracts including the Authorization Agreement and undertakings consequent to acceptance of our bid, and generally dealing with MPTB in all matters in connection with or relating to or arising out of our bid for the said Project and/ or upon award thereof to us and/or till the entering into of the Authorization Agreement with MPTB. AND we hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things lawfully done or caused to be done by our said Attorney pursuant to and in exercise of the powers conferred by this Power of Attorney and that all acts, deeds and things done by our said Attorney in exercise of the powers hereby conferred shall and shall always be deemed to have been done by us. IN WITNESS WHEREOF WE,_ _, THE ABOVE NAMED PRINCIPAL HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS DAY OF _, 20** For --------------------------- (Signature) (Name, Title and Address) Witnesses: 1 1. [Notarized] 2 Accepted
(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) and when it is so required, the same should be under common seal
affixed in accordance with the required procedure. Also, wherever required, the Bidder should submit for verification the extract of the charter documents and documents such as a resolution/ power of attorney in favor of the person executing this Power of Attorney for the delegation of power hereunder on behalf of the Bidder. For a Power of Attorney executed and issued overseas, the document will also have to be legalized by the Indian Embassy and notarized in the jurisdiction where the Power of Attorney is being issued.
Annexure V
RFP FOR SELECTION OF EVENT MANAGEMENT AGENCY (EMA) FOR
ORGANIZING ADVENTURE NEXT 2018 IN MADHYA PRADESH
EXPERIENCE IN RELATED ACTIVITIES
S. No.
NTERNATIONAL Conference/ Convention - NAME
DATE PLACE NO. OF DELEGATES(
FOREIGN/LOCAL)
SUPPORTING DOCUMENT ENCLOSED
S. No.
TOURISM RELATED INTERNATIONAL Conference/
Convention NAME
DATE PLACE NO. OF DELEGATES(
FOREIGN/LOCAL)
SUPPORTING DOCUMENT ENCLOSED
S. No.
NATIONAL Conference/ Convention - NAME
DATE PLACE NO. OF DELEGATES(
FOREIGN/LOCAL)
SUPPORTING DOCUMENT ENCLOSED
S. No.
TOURISM RELATED NATIONAL Conference/
Convention NAME
DATE PLACE NO. OF DELEGATES(
FOREIGN/LOCAL)
SUPPORTING DOCUMENT ENCLOSED
FOOTNOTE
1. Separate tables may be provided for the National, International Conference/ Convention and Tourism
related National, International Conference/ Convention.
2. For the purpose of marking, only those events, managed by the agency for the past three financial years,
will be considered which are supported by documentary evidence like copies of agreements, work orders,
letter of intent, completion certificates, etc. The documents should be duly notarized and submitted along
with the above proforma.
Signature & Seal of the Bidder Date:
20
Annexure VI
RFP FOR SELECTION OF EVENT MANAGEMENT AGENCY FOR ORGANIZING
ADVENTURE NEXT 2018 IN MADHYA PRADESH
FINANCIAL BID LETTER & FORMAT FOR FINANCIAL OFFER To, The Managing Director Madhya Pradesh Tourism Board 6th Floor, Lily Trade Wing, Jehangirabad Bhopal Madhya Pradesh, India Pincode – 462008 Sub: Financial Bid for ‘RFP FOR SELECTION OF EVENT MANAGEMENT AGENCY (EMA) FOR ORGANIZING ADVENTURE NEXT 2018 IN
MADHYA PRADESH’. Dear Sir, As a part of the Bid for Selection of Event Management Agency (EMA) for ADVENTURE NEXT 2018 IN MADHYA PRADESH ’, we hereby make the following Financial Offer (Price Bid) to Madhya Pradesh Tourism Board for the project. We agree to be bind by this offer and Terms, if we are selected as the preferred bidder. FOR AND ON BEHALF OF ___________________ SIGNATURE _________________ Other Terms:-
MPTB may take services from the selected agency as per requirement, different work orders for different activities will be issued and payment will be made accordingly.
Due to change in the quantity as proposed in the financial bid, the charges shall be adjusted accordingly and payment shall be made on prorata basis.
Successful bidder has to submit the individual charges of all A/V equipments as
provided in clause no.1.4.3.1, sub clause 1 to 11 and payment shall be made on
prorata basis. ( as per Annexure VII)
The authority reserves the right to operate any of the activity on its own or through any other agency as proposed in the financial bid.
QCBS Evaluation will be done on the Grand Total amount as quoted in the Financial Bid.
(Financial Bid to be submitted through E-procurement portal only)
S. No. Clause No.
Sub Clause
Component Unit Quantity Rate per unit
Total cost
A. B. C. D. E. F. G. H.
1. 1.4 .2 2 Plenary meeting Space (Stage, decor, round
table/classroom sitting
for 500 persons)
Sq. ft 9688
2. 1.4.2 3 Secondary Large Meeting Space ( Dome- German Hanger, Stage, decor, round
table/classroom sitting
for 500 persons)
Sq.ft. 25,000
3. 1.4.2 4 Adjacent Marketplace Space ( (Dome- German Hanger)
Sq. ft. 10,000
4. 1.4.2 5 Meal & Evening Entertainment Space (Dome- German Hanger)
Sq. ft. 15,000
5 1.4.2 6 Breakout Rooms (5 Rooms) Meeting Room 1 - 192sqm Meeting Room 2- 192sqm Committee Room 1- 120sqm Committee Room 2- 120sqm Board Room 1- 60sqm
Sq.ft. 7363
6 1.4.2 7 Offsite meeting Spaces Sq. ft. 1292
7 1.4.2 8 Speaker/ Media /StaffRooms (6 Rooms to accommodate upto 20 pax)
Sq.ft. 1292
8 1.4.2 9 Lounge /Networking Areas - -
9 1.4.2 10 Adjacent Partner Networking Space (for event sponsors and partners)
- -
10 1.4.2 11-14 11.Creation of additional Facilities at the venue 12. Venue Setup /Take down Access 13. Sustainability 14. Check in Counter
- -
1.4 1.4.3 Audio Visual arrangements
11 1.4.3 1-12 At Plenary Meeting Space (Screens, LED projectors, Video Camera, Lighting, Speakers, Microphones, Stage, Confidence
- -
Screens, Presentation Laptop Computers, Countdown Light/Clock, A/V Support)
12 1.4.3 1 – 12, 14
At Secondary Meeting Space (Screens, LED projectors, Video Camera, Lighting, Speakers, Microphones, Stage, Confidence Screens, Presentation Laptop Computers, Countdown Light/Clock, A/V Support)
- -
13 1.4.3 1,4,5,6,9 ,11,12,14
Adjacent Market place Space (Screens ,Lighting, Speakers, Microphones, Presentation Laptop Computers , A/V Support)
- -
14 1.4.3 1,4,5,6,7,11,12
Meal & Evening Entertainment Space (Screens, Lighting, Speakers, Microphones, Stage, A/V Support)
- -
15 1.4.3 1,5,6,9, ,12
Breakout Rooms (Screens, Speakers, Microphones, Presentation Laptop Computers , A/V Support)
Number of Rooms
5
16 1.4.3 1,5, 12 Lounge/Networking Areas- VIP Lounge areas etc. (Screens, Speakers, A/V Support)
- -
17 1.4.3.
1,5,6,9, 11,12
Adjacent Partner Networking Space- (Screens, Speakers, Microphones, Presentation Laptop Computers , A/V Support)
- -
18 1.4.3 13 Breakout Rooms - -
19 1.4.3 14 Internet Access (with Boomers etc. for Internet and Mobile Connectivity )
Throughout Venue including
dome
20 1.4.3 15 Technical Support - -
21 1.4.3.2
1,2,3,4,5,6,7,8,9,10,11,1
1. Visible, prominently and easily accessible information counter (May I Help you) for the event.
- -
2 2. Easy accessibility and visible, double sided signage’s for all delegates.
3. Area for activities such as handicraft display/demonstration.
4. The agency shall provide access control through entry badges. This should be a QR code or similar system that can be scanned at entry points for access. Different levels of access for delegates / MPT Team / ATOAI team and ATTA team. The last three will enjoy unlimited access to the venue. Agency shall also provide ID Cards & uniforms for staff working in the event. Selected bidder will deploy the workers having medical certificate along with police verification.
5. Fire safety equipments in and around the dome with fire, electrical safety audit certificate. The succesful bidder will take all legal permissions or clearances for conducting the event.
6. Insurance of event including domeand public liability.
7. At least 4 Emergency Exits with proper signage and easy approach.
8. Fire brigade, Ambulance, First Aid medical facilities with physician.
9. Security: Successful Bidder will provide full and adequate support to ensure an appropriate level of security for ATTA Team, AdventureNEXT Delegates and VIPs, ATTA/AdventureNEXTTeam, Contractor staff and all associated participants of AdventureNEXTto prevent and/or mitigate known human and health threats. Successful bidder will provide a security plan.
10. Walkie talkie sets (12 Nos.) for MPT and ATOAI team which will be connected with event management team. 11. The bidder shall arrange for silent DG Set of sufficient capacity as per the requirement.
12. Shipping/Receiving: Successful bidder will provide adequate, secure storage space for receiving shipments from ATTA and AdventureNEXT Sponsors and Exhibitors at least two (2) weeks prior to and at least three (3) days after conference dates.
1.4 4 Food & Beverage
22 Gala Dinner 1 Per person 500
23 Gala Dinner 2 Per person 500
24 Gala Dinner 3 Per person 500
25 1.4 5 Transportation - -
26 1.4 6 Contractor Staffing - -
27 1.4. 7 Publicity
28 1.4.7 1 Hoardings main approach roads in the city
Nos 10
29 1.4.7 2 Display Banners/ Hoardings at Airport
Nos 5
30 1.4.7 3 Display Banners/ Innovative Branding (In and Around the Venue)
Nos 25
31 1.4.7 4 Standees at City Hotels Nos 10
32 1.4 8 Inaugural Programme - -
33 1.4 9 Post Event Report - -
34 1.4 10 Miscellaneous - -
Grand Total
We quote Rs.___________________________________________ (in words) towards
Project Cost which is exclusive of Taxes.
ANNEXURE VII
Individual charges of all A/V equipments and other items ( Not to be consider for financial Bid but will consider for making payments on Prorata basis of the uses of A/V Equipments)
S.No. Audio/ Video Equipment
Size/specification Quantity Rate Remark
1. LED Screen
2. Projector
3. Video Camera
4. Lighting
5. Speakers
6. Microphones Lapelmikes
Handheld
On ear
7. Confidence screen
8. Presentation Laptop Computers
9. Countdown light/ clock
10. Stage
11. Table
12. Chair
13. Electric connection
14. Generator / DG Set
15. Walkie talkie sets
16. Lectern
FURNITURE LAYOUT
MAIN BUILDING-GROUND FLOOR
PROJECT
ARCHITECT
CONSERVATION & RENOVATION OF
MINTO HALL (OLD VIDHAN SABHA)
BUILDING, BHOPAL
NORTH
DRG. DETAILS
DRAWING NO. IA-201-1
SCALE N.T.S
DATE 24.10.2016
DRAWN BY URVASHI
COPYRIGHT:
THIS DRAWING IS THE COPYRIGHT OF USIPL. IT SHALL NOT BE REPRODUCED, COPIED,
USED IN ANY MANNER OR HANDED OVER TO ANY OTHER PERSON OR THIRD PARTY
WITHOUT THE PERMISSION OF USIPL.
U R B A N
URBAN SYSTEMS INDIA PVT. LTD.
ARCHITECTS, INTERIOR DESIGNERS & VALUERS
D-159, SURAJMAL VIHAR, NEW DELHI 110 092.
PHONE: (011) 2215 6477, 4568 1691.
E-MAIL: [email protected]
ASSOCIATES/CONSULTANTS
ARCHITECTURE
M.E.P.
INTERIORS
: MILIND JUMDE
: M.J. CONSULTANTS
: STUDIO LAPIS
REVISIONSNOTES
S.No. DATE DESCRIPTION1. FOR COLUMN SIZES, REFER STRUCTURAL DRGS.
2. ALL DIMENSIONS ARE IN MILLIMETERS.
3. WRITTEN DIMENSIONS SHALL BE FOLLOWED.
4. CONTRACTOR TO CHECK AND VERIFY ALL DIMENSIONS AND REPORT ANY
DISCREPANCY BEFORE EXECUTION OF WORK.
5. ALL DRAWING ARE INTER-RELATED AND SHALL BE READ IN CONJUNCTION
WITH RELEVANT ARCHITECTURAL, STRUCTURAL AND SERVICES DRAWINGS.
TOWER-1
TOWER-2
TOWER-3
TOWER-4
TOWER-5
TOWER-6
TOWER-7
TOWER-8
R-1
NORTH BLOCK PLAN
LOWER GROUND FLOOR
VERANDAH
LOBBY
LOBBY
LOBBY
LOUNGELOUNGE
VVIP LOUNGE
LOBBY
TEA TERRACE
SERVICES
OFFICE
MAIN HALL
WEST WING EAST WING
MEETING ROOM-1
COMMITTEE ROOM-1
P.H. TOILET
ST-1
ST-5
V-101
L-106
V-102
V-103
V-104
V-105
V-106
V-107
V-108
H-107
H-108
H-109
H-102
H-103
H-110
H-101
ST-4
LANDING
UP
L-104
LOFT AT +
3700 LVL
L-105
LOFT AT +
3700 LVL
L-103
LOFT AT +
3700 LVL
L-107
LOFT AT +
3700 LVL
L-102
ST-2
ST-3
LIFT
SHAFT
F.H.C.
LOFT AT + 3700 LVL
SH
AF
T
LADIES TOILET
GENTS TOILET
SH
AF
T
A/V
CONTROL
ROOM
LIGHT & AC
CONTROL
ROOM
H-105
H-106
H-104
SERVICES
SERVICES
FOYER
MAIN HALL
ELECT.
SHAFT
PART PLAN - LGF
AT LEVEL -4150
GENTS
TOILET
LADIES
TOILET
JANITOR'S
CLOSET
SHAFT
-4250 MM. LEVEL
UP
LIFT
SHAFT
LOBBY
H-112
RETIRING ROOM
LOUNGE WITH
DINING
PANTRY
LOBBY
H-114
H-113
T-7
SHAFT
VVIP ENTRY
LOBBY
SHAFTSERVICES
DNDN
UP
-4150 MM. LEVEL
-450 MM. LEVEL
UP
FHC
FHC
UPUP
UP
UP
LIFT
SHAFT
LIFT
SHAFT
LUGGAGE
SCANNER
LUGGAGE
SCANNER
REGISTRATION
COUNTER AS/DRG.
REGISTRATION
COUNTER AS/DRG.
900 MM HIGH STAGE
H-106 A
H-104 A
LEGEND OF INTERNAL SPACES - GROUND FLOOR
SPACE NUMBER
HALL H-101 TO H-114
LOFT L-101 TO L-108
VERANDAH V-101 TO V-108
TOILET T-1 TO T-7
STAIRCASE ST-1 TO ST-6
LIFT LIFT-1 TO LIFT-3
LEGEND OF ROOMS & DRAWINGS
NO. NAME
H-101 MAIN HALL
H-102
H-103
H-104 SERVICES
H-104 A
H-105 FOYER
H-106
LIGHT & AC
CONTROL ROOM
SERVICES
H-106 A A/V CONTROL ROOM
OFFICEH-107
H-108 SERVICES
COMMITTEE ROOM-1
H-109 MEETING ROOM-1
H-110
H-111 BOARD ROOM
U-101
U-102
RETIRING ROOM
(NORTH BLOCK)
U-103
LOUNGE WITH DINING
(NORTH BLOCK)
V-101 VERANDAH
V-102 LOBBY
V-103 LOBBY
V-104 LOUNGE
V-105 VVIP LOUNGE
V-106 LOUNGE
V-107 LOBBY
V-108 LOBBY
WEST WING
EAST WING
DRG. NO. - IA-301
DRG. NO. - IA-302
DRG. NO. - IA-303
DRG. NO. - IA-304
DRG. NO. - IA-305
L-102 LOFT
L-103
L-104
L-105
LOFT
LOFT
LOFT
L-106 LOFT
L-107 LOFT
DRG. NO. - IA-306
DRG. NO. - IA-307
DRG. NO. - IA-308
DRG. NO. - IA-316
DRG. NO. - IA-309
DRG. NO. - IA-310
DRG. NO. - IA-311
DRG. NO. - IA-312
DRG. NO. - IA-313
DRG. NO. - IA-314
DRG. NO. - IA-315
LOBBY (NORTH BLOCK)
DRG. NO. - IA-317
U-104PANTRY DRG. NO. - IA-318
1200
LIFT-1 FOR 10
PASSENGERS
LIFT-2 FOR 10
PASSENGERS
TOILET T-3
AS/ DRG. NO. A - 631
TOILET T-4
AS/ DRG. NO. A - 641
STRUCT. GLAZING
AS/DRG. NO. A-581
GLAZING AS/DRG.
NO. A-581
GLAZING AS/DRG.
NO. A-581
LIFT-3 CORE
AS/ DRG. NO.- A-550
TOILET T-1
AS/DRG.
NO. - A-611
TOILET T-2
AS/DRG.
NO. - A-621
GLAZING AS/DRG.
NO. A-581
STRUCT. GLAZING
AS/DRG. NO. A-581
1310
12100
1587
0
3080
0
12100
1019
0
4900
12100
3475
7250
3575
7250
4650
3280
4500
3120
3200
3200
1825
2050
GLAZING AS/DRG.
NO. A-581
1200
1200 1200
1200
1310
1200
1200
STRUCT. GLAZING
AS/DRG. NO. A-581
320012003200 1200
3200
3200
5800
5800
LADIES
TOILET
GENTS
TOILET
SHAFT
CONSOLE TABLE
DECORATED WITH FLOWER
VASES IN FRONT OF AN
ARCH SHAPED MIRROR.
WITH DECORATIVE WALL
LIGHTS ON EITHER SIDE.
FLOORING TO BE DONE
WITH COLOURFUL INLAY IN
MARBLE.
3800 580 21653 580 3800
6768
1800
3030
FURNITURE LAYOUT
MAIN BUILDING-FIRST FLOOR
PROJECT
ARCHITECT
CONSERVATION & RENOVATION OF
MINTO HALL (OLD VIDHAN SABHA)
BUILDING, BHOPAL
NORTH
DRG. DETAILS
DRAWING NO. IA-202-1
SCALE N.T.S
DATE 24.10.2016
DRAWN BY URVASHI
COPYRIGHT:
THIS DRAWING IS THE COPYRIGHT OF USIPL. IT SHALL NOT BE REPRODUCED, COPIED,
USED IN ANY MANNER OR HANDED OVER TO ANY OTHER PERSON OR THIRD PARTY
WITHOUT THE PERMISSION OF USIPL.
U R B A N
URBAN SYSTEMS INDIA PVT. LTD.
ARCHITECTS, INTERIOR DESIGNERS & VALUERS
D-159, SURAJMAL VIHAR, NEW DELHI 110 092.
PHONE: (011) 2215 6477, 4568 1691.
E-MAIL: [email protected]
ASSOCIATES/CONSULTANTS
REVISIONSNOTES
S.No. DATE DESCRIPTION1. FOR COLUMN SIZES, REFER STRUCTURAL DRGS.
2. ALL DIMENSIONS ARE IN MILLIMETERS.
3. WRITTEN DIMENSIONS SHALL BE FOLLOWED.
4. CONTRACTOR TO CHECK AND VERIFY ALL DIMENSIONS AND REPORT ANY
DISCREPANCY BEFORE EXECUTION OF WORK.
5. ALL DRAWING ARE INTER-RELATED AND SHALL BE READ IN CONJUNCTION
WITH RELEVANT ARCHITECTURAL, STRUCTURAL AND SERVICES DRAWINGS.
TOWER-1
TOWER-2
TOWER-3
TOWER-4TOWER-5
TOWER-6
TOWER-7
LOUNGE
SERVICES
WEST WING
EAST WING
P.H. TOILET
MEZZANINE - WEST BLOCK MEZZANINE - EAST BLOCK
SERVICES
SERVICES
ST-1
ST-2
M-2
M-1
SERVICES
M-3
SERVICES
M-4
ST-3
ST-1
ST-5
H-101
ST-4
DN
LOFT AT +
3400 LVLLOFT AT +
3400 LVL
LOFT AT +
3400 LVL
LOFT AT +
3400 LVL
LOFT AT +
3400 LVL
SH
AF
T
L-203
L-202
L-204
L-206
L-207
V-201
V-202
V-203
V-205
V-206
V-207
V-208
H-201
H-207
H-208
H-209
H-202
H-203
H-204
H-205
BALCONY
LADIES TOILET
MAIN HALL BELOW
LOUNGE
LOUNGE
LOUNGE
LOUNGE
MEETING ROOM-2
COMMITTEE ROOM-2
MEDIA ROOM
EXHIBITION HALL-1
EXHIBITION HALL-2
LOUNGE
LOUNGE
LOUNGE
ROOM
(SERVICES)
ST-2
H-210
VERANDAH
L-205
SHAFT
GENTS TOILET
SHAFT
TOWER-8
H-206
LOBBY
UP
FHC
FHC
LIFT
SHAFT
LIFT
SHAFT
LIFT
SHAFT
LEGEND OF SPACES - FIRST FLOOR
SPACE NUMBER
HALL H-201 TO H-210
LOFT L-201 TO L-208
VERANDAH V-201 TO V-208
TOILET T-1 TO T-7
STAIRCASE ST-1 TO ST-6
LIFT LIFT-1 TO LIFT-3
ROOMM-1 TO M-4 (MEZZANINE)
LEGEND OF ROOMS & DRAWINGS
NO. NAME
H-202
H-203
H-204
WEST WING LOUNGE
EAST WING LOUNGE
H-205
H-206 SERVICES
H-207 MEETING ROOM-2
H-208 COMITTEE ROOM-2
H-209 MEDIA ROOM
H-210 ROOM
V-201 VERANDAH
V-202 EXIHIBITION HALL-1
V-203 LOUNGE
V-204 LOUNGE
V-205 LOUNGE
V-206 LOUNGE
V-207 LOUNGE
V-208 EXIHIBITION HALL-2
H-201 BALCONY
L-202 LOFT
L-203 LOFT
L-204 LOFT
L-205 LOFT
L-206 LOFT
L-207 LOFT
M-1 SERVICES
M-2 SERVICES
M-3 SERVICES
M-4 SERVICES
DRG. NO. - IA-319
DRG. NO. - IA-320
DRG. NO. - IA-321
DRG. NO. - IA-322
DRG. NO. - IA-323
DRG. NO. - IA-324
DRG. NO. - IA-325
DRG. NO. - IA-326
DRG. NO. - IA-327
DRG. NO. - IA-328
DRG. NO. - IA-329
DRG. NO. - IA-330
DRG. NO. - IA-331
DRG. NO. - IA-332
DRG. NO. - IA-333
DRG. NO. - IA-334
A/V
ROOM
STORE
STAGE
F.H.C.
ELECT.
SHAFT
LIFT-1 FOR 10
PASSENGERS
LIFT-2 FOR 10
PASSENGERS
GLAZING AS/DRG.
NO. A-581
TOILET T-3
AS/ DRG. NO. A - 631
TOILETS T-6
AS/DRG. NO.
- A-661
TOILET T-4
AS/ DRG. NO. A - 641
SPIRAL STAIRCASE
TO BE EXTENDED TO
TERRACE AS/ DRG. NO. - A-540
STRUCT. GLAZING
AS/DRG. NO. A-581
GLAZING AS/DRG.
NO. A-581
LIFT-3 CORE
AS/ DRG. NO.- A-550
STRUCT. GLAZING
AS/DRG. NO. A-581
STRUCT. GLAZING
AS/DRG. NO. A-581
TOILETS T-5
AS/DRG.
NO. - A-651
STRUCT. GLAZING
AS/DRG. NO. A-581
GLAZING AS/DRG.
NO. A-581
1200
EXISTING WOODEN
STAIRCASE TO BE
REPAIRED & CONSERVED
3200
32001200
11950 3565 3565
12100
1019
0
5100
1670
0
3200
5800
5800
1200
1200
1200
1200
1200
1200
2000
2050
LADIES
TOILET
GENTS
TOILET
SHAFT
LVL. 00
LVL. +300
LVL. +600
LVL. +900
LVL. +1200
2800
8750
ARCHITECTURE
M.E.P.
INTERIORS
: MILIND JUMDE
: M.J. CONSULTANTS
: STUDIO LAPIS
G
A
T
E
PLANTATION
AREA
LAWN
LAWN
TUBE WELL-1
LVL 99.20
LVL 99.80
LVL 100.10
LVL 99.50
PLANTATION
AREA
3 NOS. STEPS
DRIVEWAY
6M WIDE
LVL 99.20
RAMP DN
T 400MM
R 150MM
PAVED AREA
PAVED AREA
STONE
KERB
PATH
PLANTER
PAVED AREA
LTP
HTP
HTP
HTP
CAR PARKING
LVL = 98.6
PATH
GATE
GATE
PATH
LVL = 100
LVL = 100
LV
L =
100
LV
L =
100
FOUNTAIN
SOFT AREA
SOFT AREA
DRIVEWAY
6M WIDE
DRIVEWAY
6M WIDE
DRIVEWAY
6M WIDE
RAMP DN
PARKING
PLANTATION
AREA
PLANTATION
AREA
DECORATIVE PAVING
DECORATIVE PAVING
SOFT AREA
SOFT AREA
SOFT AREA
FOOT PATH
1800 WIDE
PATH
PATH
STONE PILLAR
400 DIA WITH
MOLDING
STONE
KERB
PATH
PATH
SOFT AREA
SOFT AREA
SOFT AREA
SOFT AREA
SOFT AREA
CAR PARKING
CAR PARKING
GANDHI JI
STATUE
EXISTING
CAR PARKING
CAR PARKING
PLANTATION AREA
STONE PILLAR
400X400 WITH
MOLDING
150X150
COBBLED
STONE
SOFT AREA
300 WIDE
ROUGH
LOCAL
STONE
150X150
COBBLED
STONE
LTP
LVL 99
SOFT AREA
PA
TH
PA
TH
PA
TH
PA
TH
P
A
T
H
P
A
T
H
PA
TH
PA
TH
PA
TH
LVL 99.50
LVL = 99.20
LVL 100.00
LVL 99.30
LVL 99.30
LVL 100.17
LVL 99.8
LVL 99.0
LVL 101
LVL
100.45
LVL 99.8
LVL 100.00
LVL 99.50
LVL 99.30
LVL 99.30
LVL 99.50
LVL 100.00
LVL 99.20
LVL 101.40
LVL 99.8
LVL 101.40
300 WIDE BLACK POLISHED GRANITE
STONE (75MM THK)
300 WIDE BLACK
POLISHED GRANITE
STONE (75MM THK)
SAND STONE
SAND STONE
(INTERLOCK - SEMI HARD
CONC. TILES)
(INTERLOCK - SEMI HARD
CONC. TILES)
(INTERLOCK - SEMI HARD
CONC. TILES)
(INTERLOCK - SEMI HARD
CONC. TILES)
(INTERLOCK - SEMI HARD
CONC. TILES)
750MM WIDE SOFT AREA
FOR PLANTATION
750MM WIDE SOFT AREA
FOR PLANTATION
750MM WIDE SOFT AREA
FOR PLANTATION
750MM WIDE SOFT AREA
FOR PLANTATION
SOFT
AREA
SOFT
AREA
SOFT
AREA
SOFT AREA
SOFT
AREA
SO
FT
AR
EA
S
O
F
T
A
R
E
A
SOFT
AREA
SOFT
AREA
FOOT
PATH
FOOT
PATH
FOOT
PATH
FOOT
PATH
FOOT
PATH
FOOT
PATH
FOOT
PATH
FOOT
PATH
FOOT
PATH
FOOT
PATH
FOOT
PATH
FOOT
PATH
750MM WIDE SOFT AREA
FOR PLANTATION
SOFT
AREA
SOFT
AREA
SOFT
AREA
SOFT AREA
S
O
F
T
A
R
E
A
PLANTATION
AREA
750MM WIDE SOFT AREA
FOR PLANTATION
ENTRY &
EXIT
ENTRY &
EXIT
ENTRY &
EXIT
REFER PAVILION DETAIL
AS/ DWG. NO LA-106
C
L
LVL 99.20
EASTERN
PAVILION
REFER PAVILION DETAIL
AS/ DWG. NO LA-106
LVL 100.00
FRONT PAVED AREA
PROJECT
ARCHITECT DRG. DETAILS
TITLE
DRG. NO. LA-100 / R1
SCALE N.T.S.
DRN BY MOHIT TYAGI
NORTH
DATE 29.06.2017/01.03.2018
LANDSCAPE KEY PLAN
CONSERVATION & RENOVATION OF MINTO
HALL (OLD VIDHAN SABHA) BUILDING,
BHOPALCOPYRIGHT:
THIS DRAWING IS THE COPYRIGHT OF USIPL. IT SHALL NOT BE REPRODUCED, COPIED,
USED IN ANY MANNER OR HANDED OVER TO ANY OTHER PERSON OR THIRD PARTY
WITHOUT THE PERMISSION OF USIPL.
U R B A N
URBAN SYSTEMS INDIA PVT. LTD.
ARCHITECTS, INTERIOR DESIGNERS & VALUERS
D-159, SURAJMAL VIHAR, NEW DELHI 110 092.
PHONE: (011) 2215 6477, 4568 1691.
E-MAIL: [email protected]
ASSOCIATES/CONSULTANTS
REVISIONS:NOTES:
ARCHITECTURE: MILIND JUMDE
STRUCTURE: APOORV DHONDE
M.E.P.: MJ CONSULTANTS
CONSERVATION: B N TANDON
S.NO. DATE DESCRIPTION
LANDSCAPE: MALLABADI DESIGNERS
1. 10.4.17 KERB DETAILS ADDED
2. 02.5.17 ROAD SECTION DETAILS ADDED
3. 16.5.17 SITE LEVELS OF NORTH SIDE ADDED
LANDING
WESTERN
PAVILION
REFER DETAIL OF
FRONT PAVED AREA
AS/ DWG. NO LA-104
REFER DETAIL OF CIRCULAR
PAVED AREA PATTERN A
AS/ DWG. NO LA-105
REFER DETAIL OF CIRCULAR
PAVED AREA PATTERN B
AS/ DWG. NO LA-105
REFER DETAIL OF
CIRCULAR PAVED AREA
PATTERN B
AS/ DWG. NO LA-105
REFER DETAIL OF CIRCULAR
PAVED AREA PATTERN A
AS/ DWG. NO LA-105
REFER DETAIL OF CIRCULAR
PAVED AREA PATTERN A
AS/ DWG. NO LA-105
REFER PLANTER-B DETAIL
AS/ DWG. NO LA-107
REFER PLANTER-A DETAIL
AS/ DWG. NO LA-107
REFER PLANTER-A DETAIL
AS/ DWG. NO LA-107
LVL 99.8
REFER PLANTER-C
DETAIL
AS/ DWG. NO LA-107
REFER PLANTER-B DETAIL
AS/ DWG. NO LA-107
REFER FREE STANDING
PILLAR DETAIL
AS/ DWG. NO LA-107
REFER ROAD & PAVEMENT DETAIL
AS/ DWG. NO LA-102 & LA-103
REFER ROAD & PAVEMENT DETAIL
AS/ DWG. NO LA-102 & LA-103
REFER ROAD & PAVEMENT DETAIL
AS/ DWG. NO LA-102 & LA-103
REFER BOUNDARY
WALL- DETAIL DRAWING
AS/ DWG. NO A-810/1
REFER BOUNDARY WALL- DETAIL
DRAWING
AS/ DWG. NO A-810/1
REFER BOUNDARY WALL- DETAIL
DRAWING
AS/ DWG. NO A-810/1
REFER MAIN GATE
DESIGN & DETAIL
AS/ DWG. NO A-810/2
REFER MAIN GATE DESIGN &
DETAIL
AS/ DWG. NO A-810/2
REFER SECURITY
OFFICE DETAIL DRGS
AS/ DWG. NO A-910
REFER SECURITY OFFICE
DETAIL DRGS
AS/ DWG. NO A-910
REFER FOUNTAIN DETAIL
AS/ DWG. NO LA-108
REFER FOUNTAIN DETAIL
AS/ DWG. NO LA-108
S. NO SYMBOLTYPE OF LIGHT FIXTURES
LEGEND FOR LIGHTING FIXTURES
2
4
3
6
7
CEILING LIGHT
POST FOP LIGHT FITTING ON 3.5 MTR. HIGH 80mmØ GI PIPE
COMPLETE WITH 25W LED SIMILAR TO BLPTSP(111741 OF BAJAJ)
6 MTR.HIGH POLE WITH 45W LED LIGHT FITTING
GATE LIGHT FITTING WITH 500mm HIGH GI PIPE
HIGH MAST LIGHT 16MTR. HIGH WITH 8NO. 100W LED
LIGHT SIMLAR TO BENP20FL, 100W LED OF BAJAJ
1
FEEDER PILLAR
SIMILAR TO BRIL 45W LED (111713 OF BAJAJ)
SIMILAR TO BENP 45W LED OF BAJAJ
FOCUS WATER TIGHT LIGHT
8
IRRIGATION LEGEND
Quick Coupling Valve
3
4
"
Sleeve
Drip Valve
Main Line Valve
P
C
Pumping And Filtration Unit
Controller
Area under Drip Irrigation
Ø50 mm PVC pipe
Ø63 mm PVC pipe
Ø75 mm PVC pipe
Ø40 mm PVC pipe
Pop up Sprinkler 5004
Sprinkler Valve
SEWER
600x600MANHOLE
GT
R
R
GT
2
1
MANHOLESEWER
900X800MM
MANHOLE
SEWER
900X800MM
MANHOLESEWER
900X800MM
MANHOLE
SEWER
900X800MM
MANHOLE
SEWER
900X800MM
MANH
OLESEWER
900X80
0MM
SMH
MANHOLE
SEWER
900X800MM
MANHOLE
SEWER
900X800MM
MANHOLE
SEWER
900X800MM
MANHOLE
SEWER
900X800MM
MANHOLESEWER
900X800MM
MANHOLE
SEWER
900X800MM
C.B
MANHOLESTORM
C.B
MANHOLESTORM
DMH
MANHOLESTORM
DMH DMH
C.BC.B
DMH
DMH
DMH
DMH
C.B
DMH
DMH DMH
MANHOLESTORM
DMH
DMH
DMH
DMH
DMH
DMH
DMH
DMH
MANHOLE
STORM
DMH
DMH
DMH
DMH
MANHOLE
STORM
MANHOLE
SEWER
900X800MM
SC-1SMH
MANHOLE
SEWER
900X800MM
MANHOLE
SEWER
900X800MM
MANHOLE
SEWER900X800MM
SMH
MANHOLESEWER
900X800MM
MANHOLESEWER
900X800MM
RSTP
EQT. TANK
DMH
DWS MAIN DWS MAIN DWS MAIN
DW
S M
AIN
DW
S M
AIN
DW
S M
AIN
DW
S M
AIN
DW
S M
AIN
DW
S M
AIN
DW
S M
AIN
DW
S M
AIN
DWS MAIN
DW
S M
AIN
DW
S M
AIN
DW
S M
AIN
DW
S M
AIN
DW
S M
AIN
DW
S M
AIN
DW
S M
AIN
D
W
S
M
A
I
N
D
W
S
M
A
I
N
D
W
S
M
A
I
N
D
W
S
M
A
I
N
DWS MAIN DWS MAIN DWS MAIN DWS MAIN DWS MAIN DWS MAIN DWS MAIN DWS MAIN DWS MAIN DWS MAIN DWS MAIN DWS MAIN DWS MAIN DWS MAIN
SMH
DWS MAINDWS MAIN
GT
MANHOLESEWER
900X800MM
MANHOLESTORM
C.B
SMH
DMH
SEWER
600x600MANHOLE
LVL 95.30
LVL 97.08
LVL 96.00
HTP
750MM WIDE SOFT AREA
FOR PLANTATION
750MM WIDE SOFT AREA
FOR PLANTATION
750MM WIDE SOFT AREA
FOR PLANTATION
750MM WIDE SOFT AREA
FOR PLANTATION
LVL 95.50
LVL 95.0
LVL = 96.18
LVL = 98.00
LVL = 98.50
LVL = 94.00
LVL = 96.59
REFER ROTARY 1 DETAILS
AS/ DWG. NO LA-109
REFER ROTARY 2 DETAILS
AS/ DWG. NO LA-109
REFER PLANTER-B DETAIL
AS/ DWG. NO LA-107
0
.
2
3
1
.
7
7
LVL 96.0
LVL 97.50
LVL 95.0
LVL 95.0
LVL 100.45
LVL 95.50
LVL 95.50
LVL 99.20
LVL
99.35
LVL
99.35
LVL 99.5
LVL 99.5
LVL 99.5
LVL 99.5
LVL 96.33
LVL 96.18
LVL 96.33
LVL 96.33
LVL 97.38
150 DIA INT.FIRE HYD.PIPE150 DIA INT.FIRE HYD.PIPE
150 DIA INT.FIRE HYD.PIPE150 DIA INT.FIRE HYD.PIPE
150
DIA
INT.
FIRE
HYD
.PIP
E15
0 DI
A IN
T.FI
RE H
YD.P
IPE
150 DIA INT.FIRE HYD.PIPE 150 DIA INT.FIRE HYD.PIPE 150 DIA INT.FIRE HYD.PIPE 150 DIA INT.FIRE HYD.PIPE 150 DIA INT.FIRE HYD.PIPE
150
DIA
INT.
FIRE
HYD
.PIP
E
150 DIA INT.FIRE HYD.PIPE
150
DIA
INT.
FIRE
HYD
.PIP
E
150
DIA
INT.
FIRE
HYD
.PIP
E
150 DIA INT.FIRE HYD.PIPE
150
DIA
INT.
FIRE
HYD
.PIP
E
150 DIA INT.FIRE HYD.PIPE 150 DIA INT.FIRE HYD.PIPE 150 DIA INT.FIRE HYD.PIPE
LVL 100.80
LVL 100.00
LVL 98.50
LVL 99.80
LVL 98.80
LVL 98.00
LAND FOR FUTURE DEVELOPMENT .
PRESENTLY IT CAN BE USED AS
EXHIBITION GROUND
TEA TERRACE
MAIN MINTO HALL
BUILDING
UTILITY BLOCK
NORTH BLOCK - VVIP ENTRANCE
WEST ROTARY
LVL 99.20
WEST ROTARY
DECORATIVE PAVING
LVL = 100
EASTERN
ENTRY
WESTERN
ENTRY
SOUTHERN
(CEREMONIAL)
ENTRY
DECORATIVE PAVING
LVL = 98.6
STEPS GOING DOWNSTEPS GOING
DOWN
STEPS GOING DOWN
T 400MM
R 150MM
4 NOS. STEPS
PLANTATION
AREA
SECURITY
OFFICE - EAST
EAST GATE
SECURITY
OFFICE - WEST
WEST GATE
4. 29.6.17 VARIOUS DETAILS OF LANDSCAPING AND SERVICES ADDED
NOTE:
THIS DRAWING SUPERSEDES ALL DRGS ISSUED
EARLIER.
LVL 100.17
LVL = 99.20
LVL = 99.20
L
V
L
1
0
0
.
0
L
V
L
1
0
0
.
0
LVL 100.0
LVL 100.37
LVL 100.0 LVL 100.37
L
V
L
1
0
0
.
0
L
V
L
1
0
0
.
0
LVL 101.00
LVL 101.63
LVL 101.40
LVL 99.35
LVL 99.20
LVL 99.20
LVL
99.35
LVL 97.50
LVL 96.0
SOFT AREA
SOFT AREA
ENTRY & EXIT
DECORATIVE
PAVING
SOFT AREA
RAMP DN
NEW RCC WALL
PLANTER
PLANTER
PLANTER
PLANTER
PAVED AREA
DECORATIVE
PAVING
STEPS DN
SOFT AREA
SOFT AREA
SOFT AREA
PAVED AREA
SOFT AREA
SOFT AREA
NAKSHATRA
VATIKA AS/SITE
CA
R P
AR
KIN
G
CA
R P
AR
KIN
G
CA
R P
AR
KIN
G
CA
R P
AR
KIN
G
CA
R P
AR
KIN
G
CA
R P
AR
KIN
G
CA
R P
AR
KIN
G
CA
R P
AR
KIN
G
CA
R P
AR
KIN
G
CA
R P
AR
KIN
G
CA
R P
AR
KIN
G
PATH
S
O
F
T
A
R
E
A
8
.
0
3
LVL 96.15
LVL 95.40
P
A
N
T
R
Y
S
H
A
F
T
T
O
I
L
E
T
D
R
I
N
K
I
N
G
W
A
T
E
R
V
E
R
A
N
D
A
H
PANTRY
SHAFT
TOILET
DRINKING
WATER
VERANDAH
LVL 96.90
PAVEMENT
PAVEMENT
SOFT AREA
SOFT AREA
SOFT
AREA
SOFT AREA
6. 19.2.2018 DRIVER'S REST ROOM ADDED NEAR WEST & EAST GATE
5. 08.11.17 LOCATIONS OF HIGH-MASTS REVISED.
LVL 97.50
ROAD
LVL 95.70
LVL 96.30RAMP DNRAMP DN
CONCRETE BORDER
PRE CAST CONC. TILES
EXISTING
TREE TRUNK
CURVED PROFILE AS PER
SITE INSTRUCTION
TYP. PART - PARKING & SOFT AREA
PATTERN DESIGN
PRE CAST CONC. TILES AS/SPECS
AND APPROVED SAMPLE
EXISTING
TREE TRUNK
CONCRETE BORDER
PLANTATION AREA
DRIVER'S RESTROOM
DETAIL DRGS
AS/ DWG. NO A-915
DRIVER'S RESTROOM
DETAIL DRGS
AS/ DWG. NO A-915
LVL 95.70
NAKSHATRA VATIKA STEPS
DETAIL AS/ DWG. NO LA-112/2
up
up
-800 MM LEVEL
VERANDAH
EXISTING SHEDS - PROPOSED TO BE
RETAINED, STRENGTHENED AND
DEVELOPED AS STORES, CANTEEN ETC.
COURTYARD TO BE
DEVELOPED AS OPEN-AIR
CAFETARIA & STORAGE
ADMN BUILDING
0.55
DN
LVL 95.20
LVL 95.25
LVL 95.30
LVL 95.15
LAWN
LVL 95.00
ROAD
LVL 94.50
LVL 95.15
PAVEMENT
LVL 95.20
LVL 94.65
LVL 95.00
LAWN
LVL 96.90
LVL 96.30
LVL 96.90
LVL 96.30
LVL 96.60
PAVEMENT
LVL 95.85
ROAD
LVL 94.50
PAVEMENT
LVL 94.65
PAVEMENT
PAVEMENT
LVL 95.25
LVL 95.25
LVL 95.25
LVL 95.20
LVL 95.25
LVL 95.0
7. 01.3.2018 WEST SIDE PARKING & OPEN AREA DETAILS ADDED
WEST SIDE PARKING & OPEN AREA
DETAILS ADDED ON 01.03.2018
SOFT
AREA
SOFT
AREA
450 WIDE BENCH
FINISHED WITH
SANDSTONE
450 WIDE BENCH
FINISHED WITH
SANDSTONE
LVL 96.00
(CHECK AT SITE)
CHECK LEVEL
AT SITE
DEC 3-5, 2018
PULSE OF TOMORROW
Host Destination Contributing PartnersHospitality Partner
The Adventure Travel Trade Association (ATTA) will hold its first AdventureNEXT event in Asia 3-5 December 2018 in Bhopal, the capital city of Madhya Pradesh, India. Previous AdventureNEXT events have been held in Ohrid, Macedonia; San Luis Potosi, Mexico; and in Jordan. AdventureNEXT events combine marketplace meetings, networking opportunities, inspirational speakers and discourse, and educational sessions. They also unite countries and destinations in a region with a singular objective, increasing awareness about the abundance of adventure travel opportunities.
Madhya Pradesh Tourism is thrilled to host AdventureNEXT in Bhopal, the beautiful lake city located in the heart of India, in December 2018. The friendly people of Madhya Pradesh will be eagerly looking forward to showcasing their exquisite traditional culture, rich heritage, architecture, textiles, handicrafts, cuisine, and Indian hospitality, said Hari Ranjan Rao, commissioner of tourism and managing director of the Madhya Pradesh Tourism Board.
“India has been on our radar for a long time as a strong contender to hold an AdventureNEXT event,” said Shannon Stowell, CEO of the ATTA. “There are many dedicated and talented Indian members of the ATTA and we’re so thrilled to put on this event to partner with and support them.”
“ATOAI feels privileged and honoured to be associated with the ATTA, the leading voice of the international adventure community. We look forward to the event as a fantastic networking and business opportunity not just for the delegates but also for the media, bloggers, and explorers and adventurers who will be participating in the event.
ATTA Announces First Event in India
MARKETPLACE
Embracing the idea of forging meaningful connections at the heart of successful
businesses, the Marketplace will allow delegates to meet with potential partners at two dozen pre-scheduled
meetings over the course of two days.
ADVENTURE
Selected buyers and media will be invited to experience the region’s colorful and rich
cultural heritage, cuisine, and history combined with trekking, mountain biking, wildlife safaris, and other
activities on multi-day adventures. Pre-Adventure
experiences will be announced soon.
EDUCATION
Aligned with the AdventureNEXT India theme Pulse of Tomorrow, keynote
speakers and breakout sessions will focus on industry issues and business practices
driving adventure travel toward a successful tomorrow.
AdventureNEXT events travel the globe introducing adventure destinations to international buyers and media while incorporating educational workshops and sessions covering
regional topics. This December is India’s time to shine. Embodying the event’s theme, Pulse of Tomorrow, delegates will tune into their professional calling and explore future-driven
business opportunities from Madhya Pradesh, the heart of India.
Why
Why
MP Tourism and ATOAI have curated the Pre Adventures for hosted buyers and media attending the event in December. These trips will showcase some of the
best experiences Madhya Pradesh has to offer. The Adventures will be handled by ATTA & ATOAI member companies involving the local stakeholders.
Pre Adventures
THE MOWGLI ROUTE5 nights
Delhi-Nagpur-Pench-Satpura-Bhopal
Departure: 1Group Size: Not to exceed 12Accommodation: On single basis
Trip Highlights• Village Tour• Interaction with Tribals• Walking Safari• Game Drive• Stay in luxury accommodation• Cycling• Expert Naturalist Guides
Activities likecooking classes/yoga and lectures.
The Wild Trail5 nights
Raipur-Kanha-Bandhangarh-Bedhaghat-Jabalpur-Bhopal
Departure: 3Group Size: Not to exceed 12Accommodation: On single basis
Trip Highlights• Nature Walk• Interaction with Tribals• Village Walk• Cooking class• Yoga Session• Biking• Bird Watching• Sound & Light Show
The Heritage Trail4 nights
Indore-Sailani-Maheshwar-Mandu-Indore-Bhopal
Departure: 4Group Size: Not to exceed 12Accommodation: On single basis
Trip Highlights• Visit to Reva Society• Boating• Temples • Fort Ahilya • Interactions with weavers• Interactions with Royal family• Biking• Boat ride• Cultural Walk• Food trail
The Heartland Adventure4 nights
Nagpur-Tamia-Panchmarhi- Madhai-Bhopal
Departure: 2Group Size: Not to exceed 12Accommodation: On single basis
Trip Highlights• Bird Watching• Backwater Cruise• Treks to Caves• Meals with Tribals• Jungle Safari• Cooking Class• Yoga Session
The Historical Trail4 nights
Khajuraho-Panna-Orchcha- Jhansi-Bhopal
Departure: 5Group Size: Not to exceed 12Accommodation: On single basis
Trip Highlights• Cycle Tour• Night Safari• Visit to Crocodile Sanctuary• Visit to the Falls• Temple visit• Sound and Light show• Visit to old palace• Bird watching
RAVINES & MONUMENTS4 nights
Agra-Chambal-Gwalior-Jhansi-Bhopal
Departure: 6Group Size: Not to exceed 12Accommodation: On single basis
Trip Highlights• Visit to one of the 7 wonders of the
World• Crocodile sanctuary visit• Bird Watching• Fort visit• Boat Ride
Option 1 : Bhopal-Ginnorgarh-Bhimbetka-BhopalVisit to Ginnorgarh Fort inside the jungles.
Option 2 : Bhopal-Sanchi-Udaigiri-BhopalWalking Tours around Sanchi and Udaigiri.
Option 3 : Bhopal old city with Shopping, Street Food, Old Havelis & Mosques.
Option 4 : Tribal Museum, State Museum and Bharat Bhawan - The Cultural Centre.
Option 5 : Museum of Mankind and Bravery Memorial (Shaurya Smarak).
www.adventuretravel.biz
Bhopal Day Trips 2nd November