You are on page 1of 40

REQUEST FOR PROPOSAL

VOLUME I
INSTRUCTIONS TO BIDDERS

Karnataka State Road Transport Corporation

“Operations and Maintenance of Commercial-cum-Retail


Space at Mysore central (Moffusil) Bus terminal
(Mysore) in Karnataka”

November - 2014

Karnataka State Road Transport Corporation (KSRTC),


1ST FLOOR, K.H.ROAD, SHANTHINAGAR ,
BANGALORE -560027
CONTENTS OF DOCUMENT

VOLUME I INSTRUCTIONS TO BIDDERS

VOLUME II BUS TERMINAL SKETCH & AREA DETAILS


Request for Proposal – Volume I Instructions to Bidders

DISCLAIMER

The information contained in this Request for Proposal ("RFP") document provided to the
Bidder(s), whether verbally or in documentary form by or on behalf of Karnataka State Road
Transport Corporation (hereinafter referred to as "KSRTC") or any of their employees or advisors
(collectively referred to as "KSRTC Representatives"), is provided to the Bidder(s) on the terms
and conditions set out in this RFP document and all other terms and conditions subject to which
such information is provided.

The purpose of this RFP document is to provide the Bidder(s) with information to assist the
formulation of their Proposals. This RFP document does not purport to contain all the information
each Bidder may require. This RFP document may not be appropriate for all persons, and it is not
possible for KSRTC, their employees or advisors to consider the business / investment objectives,
financial situation and particular needs of each Bidder who reads or uses this RFP document.
Each Bidder should conduct its own investigations and analysis and should check the accuracy,
reliability and completeness of the information in this RFP document and where necessary obtain
independent advice from appropriate sources. KSRTC, their employees and advisors make no
representation or warranty and shall incur no liability under any law, statute, rules or regulations
as to the accuracy, reliability or completeness of the RFP document and concerned with any
matter deemed to form part of the RFP document, the award of the projects, the information and
any other information supplied by or on behalf of KSRTC Representatives or otherwise arising in
any way from the selection process.

KSRTC may in its absolute discretion, but without being under any obligation to do so, update,
amend or supplement the information in this RFP document from time-to-time, after intimating
the same to the Applicants.

KSRTC Representatives reserve the right to accept or reject any or all proposals without
assigning any reasons thereof. The bidding process shall be governed by the laws of India and
courts at Bangalore will have jurisdiction over the matters concerning and arising out of this RFP
document and corresponding process.

Page 2 of 36 Karnataka State Road Transport Corporation


Request for Proposal – Volume I Instructions to Bidders

VOLUME I

INSTRUCTIONS TO BIDDERS

Page 3 of 36 Karnataka State Road Transport Corporation


Request for Proposal – Volume I Instructions to Bidders

TABLE OF CONTENTS

1. INTRODUCTION…………………………………………………………………….5
2 INSTRUCTIONS TO BIDDERS……………………………………………………8
3 QUALIFICATION CRITERIA……………………………………………............16
4 PRICE PROPOSAL………………………………………………………………..18
5 CONTENT OF PROPOSAL AND SUBMISSION ……………………………19

Page 4 of 36 Karnataka State Road Transport Corporation


Request for Proposal – Volume I Instructions to Bidders

SECTION 1. INTRODUCTION

1.1 Background
1.1.1 Karnataka State Road Transport Corporation hereinafter referred to as KSRTC is a
Government of Karnataka (GoK) undertaking which manages inter–state and intra-state
bus operations based out of Karnataka. KSRTC also undertakes ancillary facilities for bus
operations for approximately one hundred and forty six (146) Bus Terminals.
1.1.2 Typically, KSRTC leases commercial and retail space available in the bus terminals on a
case-to-case basis to individual parties. However, in the present case, KSRTC proposes to
engage private partner/s for the newly built bus terminal at Mysore Central (Moffusil)
Bus terminal (Mysore) to conceptualize, plan, market, and sub - lease/ sub-license the
commercial and retail space available at the said Bus Terminal at Karnataka. (“The
Project”) KSRTC intends to identify private sector entity for operation of the said spaces
within each terminal and provision of public facilities at the terminal including food
counters, shops, ATMs, dormitory and other passenger amenities.
1.1.3 Details of the Project Site are set out in the Bus Terminal Sketch & Area Details forming
Volume II of this RFP document.
1.1.4 In order to enhance revenues from the Bus Terminal and to provide better facilities to the
passengers and public at large, KSRTC intends to facilitate operations of commercial and
retail facilities at the terminal. In this regard, KSRTC has developed/constructed the
commercial and retail space at the said bus terminal: The details are as follow.
Table-a: Project Site Mysore Central (Moffusil) Bus Terminal (Mysore)

Total Commercial-
Sub-Licensee used Vacant space
Floor wise cum-retail leasable space (sq.ft.) (sq. ft.)
space (sq. ft.)
A B C
Commercial- Ground Floor 14592.63 10216 4376.63
cum-retail 1st Floor 43005.87 2577.28 40428.59
leasable space nd
2 Floor 44214.64 2577.28 41637.36
(sq.ft.)
Total 101813.14 15370.56 86442.58
Advertisement space (sq ft.) 2200.00 2200.00 00.00
Parking Space (sq. ft.) 47239.00 24000.00 23239.00
House Keeping Space(exluding
commercial stalls & including 244065.63 244065.63 00.00
basement floor parking) (sq. ft)
Over All Total 395317.8 285636.2 109681.58
NOTE:- The floor wise details of licensees with sketch of the above mentioned floors are in
Annexure- Z ( Travellator facility and Lift facility available)

Page 5 of 36 Karnataka State Road Transport Corporation


Request for Proposal – Volume I Instructions to Bidders

Which are subject to the following conditions.


1.1.4.1 The bidder has to quote for the commercial-com-retail leasable space for all the 3
(three) floors i.e., Ground Floor = 14592.63, Frist Floor = 43005.87 and Second
Floor = 44214.64, Total = 101813.14 sq.ft. The successful bidder will be allowed to
utilise the available advertisement space and the parking space as he shall be
responsible for upkeep / House keeping of the bus stand.
1.1.4.2 However, the bidder should note that as indicated in table-a;

a) Among the total commercial-com-retail leasable space of 14592.63 sq.ft in ground


floor, a space measuring 10216.00 sq ft has been occupied by sub-Licensees and
there is vacant space of 4376.63 sq.ft.
b) The total commercial-com-retail leasable space of 43005.87 sq.ft in Frist Floor.
c) The total commercial-com-retail leasable space of 44214.64 sq.ft in Second Floor.
d) The total Advertisement leasable space of 2200.00 sq.ft in Bus terminal.
e) The total Parking space of 47239.00 sq.ft in Bus terminal.
f) The total Housekeeping space of 244065.63 sq.ft in Bus terminal.

1.1.4.3 The successful Bidder shall enter into agreement with KSRTC for the entire commercial-
cum-retail leasable space, Advertisement space, Parking space & Housekeeping space as
indicates in Table - a of the above table as per clause 2.27.
1.1.4.4 The successful Bidder can sublet the remaining vacant space of 109581.58 sq.ft.as
shown in above table.
1.1.4.5 The Successful Bidder has to enter into an agreement with the existing sub licensees and
continue for the remaining period and to act as per agreements terms entered into them.
He can collect the Licensee Fee + Service Tax + Electricity Bill + Water Bill and any
other applicable taxes from the existing sub licensees. The details of which are specified at
Annexure - Z
1.1.4.6 The terms & conditions of the agreement to be entered into between the successful bidder
and the existing sub licensees is a matter purely between the successful bidder and the
existing sub licensees. KSRTC shall not be responsible in any manner whatsoever in this
regard. Further, the KSRTC will also not be responsible for any / disputes between the
successful bidder and the sub licensees both existing and new.

1.1.5 In pursuance of the aforesaid objective, KSRTC is issuing this Request for Proposal (RFP)
inviting proposals from interested private sector entities for the proposed Projects.
Bidders are now required to submit detailed proposals as per provisions of this RFP
document (“Proposals”).
1.1.6 As per GoK requirements KSRTC is following the e-Procurement System for this
Bidding Process.
1.1.7 The interested Bidders shall download the RFP document from the “Operations and
Maintenance of Commercial-cum-Retail Space at Mysore Central (Moffusil) Bus
Terminal on PPP basis”
1.1.8 The Proposals would be evaluated on the basis of the evaluation criteria set out in this RFP
document in order to identify the Successful Bidder/s for the Project/s (“Successful
Bidder/s”).
1.1.9 The successful Bidder would then enter into an Agreement (‘Concession
Agreement’) with KSRTC, and discharge all obligations of the “Concessionaire”.

Page 6 of 36 Karnataka State Road Transport Corporation


Request for Proposal – Volume I Instructions to Bidders

1.1.10 The Successful Bidder would be required to carry out conceptualizing, planning,
marketing and sub-licensing of the commercial and retail space in the said Bus
Terminal according to the terms and conditions in the agreement entered with
KSRTC.
1.1.11 The tenure or the Concession Period for the Projects shall be twelve (12) years from
the date of hand over of the respective Project Site by KSRTC.
1.1.12 An interested entity may submit its Proposal for Operations and Maintenance of
Commercial-cum-Retail Space in Bus Terminal at Mysore Central (Moffusil) Bus
terminal (Mysore) Note: Bidders are requested to clearly mention the name of the
project site being bid for in their Proposal.
1.2 Brief Description of Bidding Process
1.2.1 KSRTC intends to follow a single stage process for selection of the Successful
Bidder. The criterion for selection of Successful Bidder shall be based on ‘Highest Price
Proposal (H1)’ submitted by the Bidders as per Clause 4.1.4. The evaluation process
would include consideration of the following set of documents i.e. Qualification
submission as part of the Proposal:

1.3 Tentative Bidding Schedule

KSRTC would endeavour to adhere to the following schedule:


S. No. Event Description Date Time

Last date for submission of xerox copy EMD DD & all 24-12-2014
1 17:00 hours
Annexures A to F

2 Negotiation Meeting Fixed on 26-12-2014 16:00 hours

Note: Original D.D. Drawn in favour of CAO/FA (Bid Security) as per RFP and to submit to this office
before Negotiation Meeting.

Page 7 of 36 Karnataka State Road Transport Corporation


Request for Proposal – Volume I Instructions to Bidders

SECTION 2. INSTRUCTIONS TO BIDDERS

A. General

2.1 Eligible Bidders

2.1.1 Bidders shall participate in the bidding process as single entity or consortium of entities
(In case of Bidder applying as a Consortium, certain requirements for Consortium as set
out in Clause 2.2 shall be applicable).

2.1.2 A Bidder can either be a company or partnership firm or limited liability partnership
individual/proprietor (or a consortium of entities established under the relevant governing
law or statute).

2.1.3 Any entity which has been barred by KSRTC, Government of Karnataka (GoK), any
other State Government in India (SG) or Government of India (GoI), or any of the
agencies of KSRTC/GoK/ SG/ GoI and the bar subsists as on the Proposal Due Date,
would not be eligible to submit a Proposal. The Bidders would be required to submit an
undertaking to this effect as per the format enclosed in Appendix E.

2.2 Requirements for Consortium participation:


Proposals submitted by a Consortium should comply with the following additional
requirements:
(a) The number of members in a consortium shall be limited to a maximum of two (2)
members;
(b) The proposal should contain the information required from each member;
(c) The proposal should include a description of the rules and responsibilities of the
members;
(d) The members of the Consortium shall execute a Power of Attorney as per the format
enclosed at Appendix B-1;
(e) The members of the consortium shall enter into a Memorandum of Understanding (MoU)
for the purpose of submitting the proposal and the same shall be submitted to KSRTC
with the proposal;
The MoU should, inter alia:
i. Convey the intent of the Lead Member to form a Special Purpose
Vehicle (SPV) with Other Member/s also as its shareholder/s. The
minimum shareholding pattern of the Consortium Members shall be as
indicated in Clause 3.2 hereinafter. Such SPV would subsequently carry
out all the responsibilities of the Successful Bidder in accordance with
the terms of the Concession Agreement, in case the Project is awarded to
the Consortium;
ii. clearly outline the proposed roles and responsibilities of each member of
the Consortium; and

Page 8 of 36 Karnataka State Road Transport Corporation


Request for Proposal – Volume I Instructions to Bidders

iii. Also include a statement to the effect that the members of the
Consortium shall be liable jointly and severally for the implementation of
the Project in accordance with the terms of the project agreements. Also
include a statement that, all correspondence of KSRTC would be
addressed to Lead Member during the course of the bidding process.
The MoU entered into, between the members of the Consortium should be
specific to the Project and should contain the above requirements, failing which
the Proposal may be considered non-responsive and liable to be rejected.

2.3 Number of Proposals and Respondents

Each Bidder shall submit only one (1) Proposal for the project site, in response to this
RFP. Any Bidder, who submits more than one (1) Proposal for one site, shall be
disqualified.

2.4 Proposal Preparation Cost

The Bidder shall be responsible and shall pay for all of the costs associated with the
preparation of its Proposal and its participation in the bidding process. KSRTC will not
be responsible or in any way be liable for such costs, regardless of the conduct or
outcome of the bidding process.

2.5 Project Inspections and Visit to the Sites

2.5.1 It is desirable that each Bidder submits its Proposal after visiting the site of the respective
Bus Terminal and ascertaining for itself the location, surroundings, or any other matter
considered relevant by it.

2.5.2 It would be deemed that by submitting the Proposal for RFP, the Bidder has:

a. made a complete and careful examination and accepted the RFP document in
totality ;

b. received all relevant information requested from KSRTC, and

c. made a complete and careful examination of the various aspects of the Project
including but not limited to:

i. the Project Site/s;

ii. existing facilities in the Project Site’s, infrastructure and structures, if


any;

iii. all other matters that might affect the Bidder's performance under the
terms of this RFP document.

2.5.3 KSRTC shall not be liable for any mistake or error on the part of the Bidder in respect of
the above.

Page 9 of 36 Karnataka State Road Transport Corporation


Request for Proposal – Volume I Instructions to Bidders

2.6 Right to Accept or Reject any of the Proposals

2.6.1 Notwithstanding anything contained in this RFP, KSRTC reserves the right to accept or
reject any Proposal or to annul the bidding process or reject all Proposals, at any time
without any liability or any obligation for such rejection or annulment, without assigning
any reasons.

2.6.2 KSRTC reserves the right to reject any Proposal if:

a. at any time, a material misrepresentation is made or discovered, or

b. the Bidder does not respond promptly and diligently to requests for supplemental
information required for the evaluation of the Proposal, or

2.6.3 Rejection of the Proposal by KSRTC as aforesaid would lead to the disqualification of
the Bidder. If such disqualification / rejection occurs after the Proposals have been
opened and the best Bidder gets disqualified / rejected, then KSRTC reserves the right to:

a. either invite the next best Bidder to match the Proposal submitted by the best
Bidder; or

b. Take any such measure as may be deemed fit in the sole discretion of KSRTC,
including annulment of the bidding process.
2.6.4 KSRTC further reserves the right to award the Project to a single/sole Bidder of the
bidding process in accordance with the applicable regulations of the Government of
Karnataka. KSRTC may at its sole discretion award the Project to a single/sole Bidder
where such Bidder fulfils the Qualification Criteria set out in Section 3 and its Price
Proposal complies with the Minimum Consideration in accordance with Section 4.

2.7 Contents of RFP

The RFP document comprises the contents as listed below, and would additionally
include any Addendum issued in accordance with Clause 2.8.

Volume I Instructions to Bidders

Volume II Bus Terminal Sketch and Area Details

2.8 Amendment of RFP

2.8.1 At any time prior to the Proposal Due Date, KSRTC may, for any reason, whether at its
own initiative or in response to clarifications requested by a Bidder, modify the RFP
document by the issuance of Addendum.

2.8.2 Any Addendum shall be posted on website www.ksrtc.in

Page 10 of 36 Karnataka State Road Transport Corporation


Request for Proposal – Volume I Instructions to Bidders

2.8.3 In order to provide the Bidders a reasonable time to examine the Addendum, or for any
other reason, KSRTC may, at its own discretion, extend the Proposal Due Date.

2.9

2.9.1 All correspondence / enquiries should be submitted to the following in writing by


fax/registered post / courier:

Attention: Chief Traffic Manager (Commercial)

Karnataka State Road Transport Corporation (KSRTC),

Address: 1st Floor, K.H.Road, Shanthinagar ,

Bangalore -560027

Tel: 080-22221321

Email: prabhuctmc@gmail.com

2.9.2 No interpretation, revision, or other communication from KSRTC regarding this


solicitation is valid unless it is in writing and is signed by Chief Traffic Manager (Com),
KSRTC.

B. Preparation and Submission of Proposal

2.10 Language and Currency

2.10.1 The Proposal and all related correspondence and documents should be written in the
English language. Supporting documents and printed literature furnished by the Bidder
with the Proposal may be in any other language provided that they are accompanied by
appropriate translations of the pertinent passages in the English language and duly
notarized. Supporting materials, which are not translated into English, may not be
considered. For the purpose of interpretation and evaluation of the Proposal, the English
language translation shall prevail.

2.10.2 The currency for the purpose of the Proposal shall be the Indian Rupee (INR). In case
conversion of currency to INR is required, such conversion shall be based upon the RBI
Reference Rate applicable fourteen (14) days prior to the Proposal Due Date. In all such
cases, the original figures in the relevant foreign currency, the exchange rate used and the
INR equivalent shall be clearly stated as part of the Proposal. KSRTC reserves the right
to use any other suitable exchange rate, if the Proposal is submitted in any other currency,
for the purpose of uniformly evaluating all Bidders.

Page 11 of 36 Karnataka State Road Transport Corporation


Request for Proposal – Volume I Instructions to Bidders

2.11 Bid Security

2.11.1 To participate in this tender, Bid Security for an amount of INR. 25,00,000 (INR
Twenty five lakhs Only) in the name of CAO/FA, KSRTC shall be submitted on or
before negotiation.

2.11.2 The entire Bid Security of INR 25,00,000 shall be paid through D.D to this office on
or before as mentioned in clause 1.3

2.11.3 The Bid Security shall be kept valid throughout the Proposal Validity Period and would
need to be extended, if so required by KSRTC, for any extension in Proposal Validity
Period.

2.11.4 The Bid Security shall be returned to the unsuccessful Bidders within a period of thirty
(30) days from the date of issuance of Letter of Award (LoA) to the Successful Bidder.
The Bid Security submitted by the Successful Bidder shall be released upon furnishing of
the Performance Security.

2.11.5 The Bid Security shall be forfeited in the following cases:

a. If the Bidder modifies or withdraws its Proposal

b. If the Bidder withdraws its Proposal during the interval between the Proposal
Due Date and expiration of the Proposal Validity Period;

c. If the Successful Bidder proposes any new conditions or attempts to make the
proposal conditional before signing of the Concession Agreement;

d. If the Successful Bidder fails to provide the Performance Security within the
stipulated time or any extension thereof provided by KSRTC;

e. If any information or document furnished by the Bidder turns out to be


misleading or untrue in any material respect.

f. If the Successful Bidder fails/refuses to execute the Concession Agreement


within the requisite period as stated in this RFP.

2.12 Validity of Proposal

Proposal shall remain valid for a period not less than 180 (One Hundred and Eighty) days
from the Proposal Due Date ("Proposal Validity Period"). KSRTC reserves the right to
reject any Proposal, which does not meet this requirement.

2.13 Extension of Validity of Proposal

In exceptional circumstances, prior to expiry of the original Proposal Validity Period,


KSRTC may request Bidders to extend the Proposal Validity Period for a specified
additional period.

Page 12 of 36 Karnataka State Road Transport Corporation


Request for Proposal – Volume I Instructions to Bidders

2.14

2.14.1 Any queries shall be addressed and submitted to:

ATTN. OF: Chief Traffic Manager (Com)


Karnataka State Road Transport Corporation,
ADDRESS: 1st Floor, K.H.Road, Shanthinagar ,
Bangalore -560027
7760990023.

C. Evaluation of Proposal

2.15 Confidentiality

Information relating to the examination, clarification, evaluation, and recommendation


for the Bidders shall not be disclosed to any person not officially concerned with the
process. KSRTC will treat all information submitted as part of Proposal in confidence
and would require all those who have access to such material to treat the same in
confidence. KSRTC will not divulge any such information unless it is ordered to do so by
any authority pursuant to applicable law or order of a competent court or tribunal, which
requires its disclosure.

2.16 Tests of responsiveness

2.16.1 Prior to evaluation of Proposals, KSRTC will determine whether each Proposal is
responsive to the requirements of the RFP. A Proposal shall be considered responsive if
the Proposal:
a. is received/deemed to be received by the Proposal Due Date including any
extension.
b. is accompanied by the Bid Security as stipulated in Clause 2.11;
c. is accompanied by the Power of Attorney, the format for which is specified in
Appendix B/B-1/B-2;
d. contains all the information as requested in this document;
e. contains information in formats same as those specified in this document; and
f. Mentions the Proposal Validity Period as set out in Clause 2.12.

2.16.2 KSRTC reserves the right to reject any Proposal which is non-responsive and no request
for alteration, modification, substitution or withdrawal shall be entertained by KSRTC in
respect of such Proposals.

2.17 Clarifications

To facilitate evaluation of Proposals, KSRTC may, at its sole discretion, seek


clarifications in writing from any Bidder regarding its Proposal.

Page 13 of 36 Karnataka State Road Transport Corporation


Request for Proposal – Volume I Instructions to Bidders

2.18 Proposal Evaluation: Qualifications Submission

2.18.1 The Qualification Proposals of the Bidders would be evaluated as per the Qualification
Criteria set out in Section 3.

2.18.2 Only those Bidders whose Qualification Submissions meet the Qualification Criteria
(“Qualified Bidders“) would be considered for evaluation in the next stage.

2.19 Notifications

KSRTC will notify the Successful Bidder by facsimile and by a Letter of Award (LoA)
that its Proposal has been accepted.

2.20 KSRTC’s Right to Accept or Reject Proposal

2.20.1 KSRTC reserves the right to accept or reject any or all of the Proposals without assigning
any reason and to take any measure as it may deem fit, including annulment of the
bidding process, at any time prior to award of the Project, without liability or any
obligation for such acceptance, rejection or annulment.

2.20.2 KSRTC reserves the right to invite revised Proposals from Bidders with or without
amendment of the RFP at any stage, without liability or any obligation for such invitation
and without assigning any reason.

2.20.3 KSRTC reserves the right to reject any Proposal if at any time:

a. a material misrepresentation made at any stage in the bidding process is


uncovered; or
b. The Bidder does not respond promptly and thoroughly to requests for
supplemental information required for the evaluation of the Proposal.
This would lead to the disqualification of the Bidder. If such disqualification / rejection
occurs after the Proposals have been opened and the Successful Bidder gets disqualified /
rejected, then KSRTC reserves the right to:
a. declare the Bidder with second lowest Price Proposal as the Preferred Bidder and
where warranted, invite such Bidder for negotiations; or
b. Take any such measure as may be deemed fit in the sole discretion of KSRTC,
including annulment of the bidding process.
2.21 Acceptance of Letter of Award and Execution of Agreement
2.21.1 Within one (01) week from the date of issuance of the Letter of Award (“LoA”), the
Successful Bidder shall accept the LoA and return the same to KSRTC. The Successful
Bidder shall prepare/discuss and execute the Agreement within 15 days of the issue of
LoA or within such further time as KSRTC may agree to in its sole discretion.
2.21.2 KSRTC will promptly notify other Bidders that their Proposal has not been accepted and
their Bid Security will be returned as promptly as possible.

Page 14 of 36 Karnataka State Road Transport Corporation


Request for Proposal – Volume I Instructions to Bidders

2.22 Performance Security


2.22.1 The Successful Bidder for the respective project site shall furnish a refundable
Performance Security by way of a demand draft for an amount equivalent to the Price
Proposal of the Successful Bidder (equal to the respective Price Proposal of the
Concessionaire for such Project Site). The Performance Security demand draft / Bank
guarantee shall be in favour of Chief Accounts Officer cum Financial Advisor,
KSRTC.
2.22.2 Failure of the Successful Bidder to comply with the requirements of Clause 2.20 shall
constitute sufficient grounds for the annulment of the LoA, and forfeiture of the Bid
Security. In such an event, KSRTC reserves the right to take any such measure as may be
deemed fit in the sole discretion of KSRTC, including annulment of the bidding process.
2.23 Concession Period and the Annual License Fee commencement Date
The Concession Period shall commence from the date of execution of agreement with
KSRTC as per clause 2.21. However the Annual License Fee shall commence as per the
details below.
2.23.1 The Annual License Fee for the sub-Licensee used space of 285736.2sqft as shown in
table-a shall commence from the date of execution of agreement.
2.23.2 The Annual License Fee for the vacant space of 109581.58 sqft as shown in table-a shall
commence from 120 days (04 months) (Moratorium period / License Fee Free
Period) from the date of execution of the agreement. During this moratorium period
the Concessionaire is expected to carry out all necessary activities for starting
commercial operations of this space. Notwithstanding anything to the contrary, the
Moratorium period should not be extended beyond 120 days from the date of execution
of the Agreement.
However, if any stalls are opened and business / commercial activities are
conducted when the moratorium period is in force, then the developer /
concessionaire has to pay the development / license fee depending upon utilization of
space (per sq mt / Rs per sq mt). i.e., on pro-rata basis from the date of opening of
the stall / conducting commercial activities.

Page 15 of 36 Karnataka State Road Transport Corporation


Request for Proposal – Volume I Instructions to Bidders

SECTION 3. QUALIFICATION CRITERIA

3.1 Qualification Criteria

3.1.1 The Bidder’s competence and capability is proposed to be established by the following
parameter:

a. Bidder would be evaluated in terms of its net worth in the most recent completed
financial year:
For the purpose of qualification under this criterion, Bidders are required to
demonstrate a net worth as under:

Project Site Net worth criteria


INR 2,00,00,000/- (INR Two Crores Only) in the
Mysore central (Moffusil) Bus
most recent completed financial year (2012-13 or
Terminal, Mysore
2013-14)

3.1.2 For the purpose of this RFP document,

a. In case a Bidder is a ‘company’;

Net worth = (Paid-up equity capital + Reserves) – (Revaluation Reserves +


Miscellaneous Expenditure not written-off)

b. In case Bidder is a ‘partnership firm’;

Net worth =

i) Net worth of partnership firm = (Partner’s capital + Reserves) –


(Revaluation Reserves + Miscellaneous Expenditure not written-off)

ii) Net worth of individual partners = Value of assets owned by individual


partners - (Secured and Unsecured debt + Investment in subject
partnership firm) of individual partners

c. In case Bidder is an ‘individual/proprietor’;

Net worth =

i) Net worth of proprietorship firm = (Proprietor’s capital + Reserves) –


(Revaluation Reserves + Miscellaneous Expenditure not written-off)

ii) Net worth of individual/proprietor = Value of assets owned by


proprietor/individual- (Secured and Unsecured debt + Investment in
subject proprietorship firm) of individual/proprietor

Page 16 of 36 Karnataka State Road Transport Corporation


Request for Proposal – Volume I Instructions to Bidders

d. In case a Bidder is a ‘limited liability partnership;

Net worth = (Partner’s capital + Reserves) – (Revaluation Reserves + Miscellaneous


Expenditure not written-off)

* In case the Bidder is a ‘company’, its net worth is required to be certified by its
Statutory Auditor.

*In case of bidder who are ‘partnership firms’, ‘limited liability partnership’ or
‘individuals/proprietors’, the net worth is required to be certified by a Chartered
Accountant.

* The Bidders should provide information regarding the above based on audited annual accounts for the
respective financial year. The financial year would be the same as the one normally followed by the
Bidder for its Annual Report.

3.1.3 The Proposal must be accompanied by the audited annual financial statements of the
Bidder for the last two (2) completed financial years (2011-12 & 2012-13 or
2012-13 & 2013-14). The Bidder should have turnover of minimum
Rs.2.00 Crores per annum for the above said years.

3.1.4 In case the annual accounts for the latest financial year are not audited and therefore the
Bidder could not make it available, the Bidder shall give an undertaking to that effect and
the statutory auditor shall certify such undertaking. In such a case, the Bidder shall
provide the Audited Annual Financial Statements for two years preceding the latest
financial year which would be used for the purpose of evaluation.

3.2 Special conditions for a Consortium

In case the Bidder applying for this Project is a Consortium:

(i) Lead Member of the Consortium shall meet at least fifty per cent (50%) of the
Net worth criteria so defined.

(ii) The Lead Member shall commit to hold an equity stake of at least fifty one per
cent (51%) of the aggregate shareholding of the SPV in the Project for a period of
Seven (7) years from the date of execution of the Concession Agreement. The
Other Member shall commit to hold an equity stake of at least ten percent (10%)
of the aggregate shareholding of the SPV in the Project for a period of Seven (7)
years from date of execution of the Concession Agreement.

3.3 Declaration of Qualified Bidders

Bidders meeting the Financial Capability (Net worth) Criteria shall be declared as
Qualified Bidder and Price Proposals of only the Qualified Bidders shall be considered.

3.4 Liberty is reserved to the Corporation to Add / Change / Delete certain clauses on
justification.

Page 17 of 36 Karnataka State Road Transport Corporation


Request for Proposal – Volume I Instructions to Bidders

SECTION 4. PRICE PROPOSAL

4.1 Evaluation of Price Proposal

4.1.1 Price Proposal

Price Proposal shall be the Bidder’s quote for “Annual License Fee” payable to KSRTC.
The Price Proposal shall be submitted electronically in the specimen format at Appendix
G, which shall be provided at the e-tendering website. The Bidder shall quote the amount
of “Annual License Fee” that would be payable to KSRTC in quarterly instalments in
advance, during a year. The Annual License Fee shall be subject to an escalation of five
percent (5%) per annum.

4.1.2 Minimum Consideration for Annual License Fee

A reserve value of Annual License Fee is fixed as under:

Project Site Minimum Consideration

Mysore central (Moffusil) Bus Terminal, INR: 3,12,00,000/- (INR Three Crore
Mysore. sixteen Lakhs Only)

4.1.3 Scope of Price Proposal

KSRTC reserves the right to either accept or reject the price proposal of the bidder at its
discretion

4.1.4 Declaration of Successful Bidder

Bidder whose Price Proposal (quote for Annual License Fee) is highest (H1) shall be
declared as Preferred Bidder. It is however clarified that the declaration of the Preferred
Bidder does not impose any obligation on KSRTC to indicate the conclusion of the
bidding process.

Page 18 of 36 Karnataka State Road Transport Corporation


Request for Proposal – Volume I Instructions to Bidders

SECTION 5. CONTENT OF PROPOSAL AND SUBMISSION

5.1. General Submissions


The documents listed below shall be filled as per the formats provided, shall be duly
signed by the authorized signatory and the same shall be submitted on or before
24.12.2014 @ 17.00 hrs.
a. Letter of Proposal as per Appendix A

b. Power of Attorney as per Appendix B/Appendix B-1/Appendix B-2, authorising


the signatory of the Proposal to commit the Bidder

c. Anti-Collusion Certificate as per Appendix D

d. Letter of Undertaking from Bidder as per Appendix E

e. Details of existing sub licensees Information Annexure / Appendix Z

f. Bid Security as per Clause 2.11

g. Details of Bid Security as per Appendix F

h. Price Proposal Appendix G

Page 19 of 36 Karnataka State Road Transport Corporation


Request for Proposal – Volume I Instructions to Bidders

Format for Letter of Proposal APPENDIX A


(On the Letter head of the Bidder)
Date:
Chief Traffic Manager,
Karnataka State Road Transport Corporation,
1st Floor, K.H.Road, Shanthinagar,
Bangalore -560027

Subject: Proposal for Operations and Maintenance of Commercial and Retail Space at Mysore
central (Moffusil) Bus Terminal in Karnataka

Reference: Request for Proposal issued by KSRTC


Being duly authorized to represent and act on behalf of___________________________
(hereinafter referred to as “the Bidder”), and having reviewed and fully understood all of the
Proposal requirements and information provided, the undersigned hereby submits the Proposal for
the project referred above.
We are enclosing our Proposal with the details as per the requirements of the RFP, for your
evaluation for the following bus terminals:
S/No. Bus Terminal Commercial-cum-retail
space sq.ft.

We confirm that our Proposal is valid for a period of 180 days from Proposal Due Date indicated
in the RFP document.
KSRTC and its authorised representatives are hereby specifically authorised to conduct or to
make any enquiry or investigations to verify the statements, document and information submitted
with this application and / or in connection therewith and to seek clarification from our bankers,
financial institutions and clients regarding the same.
The undersigned declares that the statements made and the information provided in this proposal
is complete, true and correct in all respects.
Yours faithfully,
___________________________
(Signature of the Authorised Signatory of Bidder)
___________________________
(Name and designation of the Authorised Signatory of Bidder)

Page 20 of 36 Karnataka State Road Transport Corporation


Request for Proposal – Volume I Instructions to Bidders

(In case of a Company)

Format for Power of Attorney for Signing of Proposal APPENDIX B

(On stamp paper of appropriate value)

Power of Attorney

Know all men by these presents, we _________________________________ (name and address


of the registered office of Bidder) do hereby constitute, appoint and authorise Mr. / Ms.
______________ ______________________________________________ (name and residential
address) who is presently employed with us and holding the position of
_____________________________ as our or attorney, to do in our name and on our behalf, all
such acts, deeds and things necessary in connection with or incidental to our bid for the project
envisaging Operations and Maintenance of Commercial and Retail Space at Mysore central
(Moffusil) Bus Terminal in Karnataka, including signing and submission of all documents and
providing information / responses to the KSRTC, representing us in all matters before KSRTC,
and generally dealing with KSRTC in all matters in connection with our bid for the said Project.

We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant to
this Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall and
shall always be deemed to have been done by us.

For

__________________________

___________________________
(Signature)
___________________________
(Name, Title and Address)
Accepted
___________________________
(Signature)
___________________________
(Name, Title and Address of the Attorney)

Note:

(In case of a Partnership Firm)

Page 21 of 36 Karnataka State Road Transport Corporation


Request for Proposal – Volume I Instructions to Bidders

Format for Power of Attorney for Signing of Proposal APPENDIX B-1


(On stamp paper of appropriate value)

Power of Attorney

Know all men by these presents, we/I (name of partner/s)


_________________________________ (name and address of the registered office of Bidder) do
hereby constitute, appoint and authorise Mr. / Ms. ______________
______________________________________________ (name and residential address) who is
presently a partner with the firm_____________________________ as our attorney, to do in our
name and on our behalf, all such acts, deeds and things necessary in connection with or incidental
to our bid for the project envisaging Operations and Maintenance of Commercial and Retail
Space at Mysore central (Moffusil) Bus Terminal in Karnataka, including signing and submission
of all documents and providing information / responses to the KSRTC, representing us in all
matters before KSRTC, and generally dealing with KSRTC in all matters in connection with our
bid for the said Project.

We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant to
this Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall and
shall always be deemed to have been done by us.

For

__________________________

___________________________
(Signature)
___________________________
(Name, Title and Address)
Accepted
___________________________
(Signature)
___________________________
(Name, Title and Address of the Attorney)

Note:

Page 22 of 36 Karnataka State Road Transport Corporation


Request for Proposal – Volume I Instructions to Bidders

(In case of an Individual/Proprietor)

Format for Declaration for Signing of Proposal APPENDIX B-2

Declaration

Know all men by these presents, I (name of individual/proprietor)


_________________________________ (name and address of the registered office of Bidder) do
hereby declare that I ______________ ______________________________________________
(name and residential address) who is presently the owner/proprietor of
_____________________________ is authorized to do all such acts, deeds and things necessary
in connection with or incidental to my bid for the project envisaging Operations and Maintenance
of Commercial and Retail Space at Mysore central (Moffusil) Bus Terminal in Karnataka,
including signing and submission of all documents and providing information / responses to the
KSRTC, representation in all matters before KSRTC, and generally dealing with KSRTC in all
matters in connection with my bid for the said Project.

For

__________________________

___________________________
(Signature)
___________________________
(Name, Title and Address)
Accepted
___________________________
(Signature)
___________________________
(Name, Title and Address of the Attorney)

Note:

Page 23 of 36 Karnataka State Road Transport Corporation


Request for Proposal – Volume I Instructions to Bidders

Format for Certificate from Statutory Auditor for


APPENDIX C
Financial Capability

ON LETTERHEAD OF AUDITOR

TO WHOMSOEVER IT MAY CONCERN

Financial Capability Certification

Date:

We have verified the relevant statutory and other records of M/s ______________ [Name of
the Bidder], have ascertained net worth in accordance with Clause 3.1.2 (a) and certify the
following:

Criteria For
Financial Year 2012-2013 or 2013-2014
Net worth
Signature and Seal
and registration number of
Statutory Auditor

Signature and Seal of the Auditor with registration number

Page 24 of 36 Karnataka State Road Transport Corporation


Request for Proposal – Volume I Instructions to Bidders

Bidders may note that in case of a Partnership firm or an individual/proprietor, the relevant
financial records and accounts shall be verified and certified by the concerned
auditor/accounts officer/chartered accountant of the partnership firm/individual - Refer format
Appendix C-1.

Format for Certificate from Statutory Auditor for


APPENDIX C- 1
Financial Capability

ON LETTERHEAD OF AUDITOR

TO WHOMSOEVER IT MAY CONCERN

Financial Capability Certification

Date:

We have verified the relevant financial and bank records of M/s ______________ [Name of
the Bidder], and have ascertained net worth in accordance with Clause 3.1.2 (b) / (c) {as the
case may be} and certify the following:

Criteria For
Financial Year 2012-2013 or 2013-2014
Net worth
Signature and Seal
and registration number of
Statutory Auditor

Signature and Seal of the Auditor with registration number

Page 25 of 36 Karnataka State Road Transport Corporation


Request for Proposal – Volume I Instructions to Bidders

Anti Collusion Certificate APPENDIX D

(On the Letter head of the Bidder)

Date:
Chief Traffic Manager,
Karnataka State Road Transport Corporation,
1st Floor, K.H.Road, Shanthinagar ,
Bangalore -560027

Subject: Proposal for Operations and Maintenance of Commercial and Retail Space at Mysore
central (Moffusil) Bus Terminal in Karnataka

Reference: Request for Proposal issued by KSRTC

We hereby certify and confirm that in the preparation and submission of our Proposal for the
above mentioned Project, we have not acted in concert or in collusion with any other Bidder or
other person(s) and also not done any act, deed or thing which is or could be regarded as anti-
competitive.
We further confirm that we have not offered nor will offer any illegal gratification in cash or kind
to any person or agency in connection with the instant Proposal.

Dated this ____________________ Day of ________________________, 2014

________________________
(Name of the Bidder)

________________________
(Signature of the Authorised Person)

________________________
(Name and designation of the Authorised Person)

Page 26 of 36 Karnataka State Road Transport Corporation


Request for Proposal – Volume I Instructions to Bidders

Format for Undertaking APPENDIX E

(On the Letterhead of the Bidder)

Date:
Chief Traffic Manager,
Karnataka State Road Transport Corporation,
1st Floor, K.H.Road, Shanthinagar ,
Bangalore -560027

Subject: Proposal for Operations and Maintenance of Commercial and Retail Space at Mysore
central (Moffusil) Bus Terminal in Karnataka

Reference: Request for Proposal issued by KSRTC

We confirm that we are not barred by KSRTC, Government of Karnataka (GoK), any
other State Government in India (SG) or Government of India (GoI), or any of the agencies of
GoK/SG/GoI from participating in urban infrastructure or any other projects (contracting or
otherwise) as on the clause 1.3 indicated in the RFP document issued by KSRTC.

Yours faithfully,

___________________________
(Signature of Authorised Signatory)

________________________
(Name and designation of the Authorised Person)

Page 27 of 36 Karnataka State Road Transport Corporation


Request for Proposal – Volume I Instructions to Bidders

APPENDIX F

Details of Bid Security

S/No. Description
1 Project Applied for
2 Amount Paid
3 Mode of Payment
4 Details, if any

Page 28 of 36 Karnataka State Road Transport Corporation


Request for Proposal – Volume I Instructions to Bidders

Price Proposal APPENDIX G

(To be submitted only in electronic mode on E-Tendering Website)


Date:
Chief Traffic Manager,
Karnataka State Road Transport Corporation,
First Floor, K.H.Road, Shanthinagar ,
Bangalore -560027

Subject: Proposal for Operations and Maintenance of Commercial and Retail Space at Mysore
central (Moffusil) Bus Terminal/s in Karnataka

Reference: Request for Proposal issued by KSRTC

Dear Sir,

We refer to the RFP document issued by KSRTC for the captioned Project. We are pleased to
offer our Price Proposal for the Project:

Annual License Fee for Project


Site at Mysore central INR _________________(in words) (subject to
(Moffusil) Bus Station, Mysore minimum of INR Twenty Lakhs)

We understand that this quoted amount of Annual License Fee shall be subject to escalation of
5% per annum.

We have completely read and understood the RFP document and Price Proposal is unconditional
and is in line with the requirements of the RFP document.

Yours faithfully,

___________________________
(Signature of Authorised Signatory)
______________________
(Name and designation of the Authorised Person)

Page 29 of 36 Karnataka State Road Transport Corporation


REQUEST FOR PROPOSAL
VOLUME II
BUS TERMINAL SKETCH & AREA DETAILS

1) MYSORE CENTRAL (MUFFUSIL) BUS STATION / TERMINAL


COMMERCIAL SPACE ABSTRACT

Total Commercial- Sub-Licensee


Vacant space
Floor wise cum-retail leasable used space
(sq. ft.)
(sq.ft.)
space (sq. ft.)

Commercial- Ground Floor


cum-retail 14592.63 10216 4376.63
leasable 1st Floor
space (sq.ft.) 43005.87 2577.28 40428.59

2nd Floor
44214.64 2577.28 41637.36

Total 101813.14 15370.56 86442.58


Advertisement space (sq ft.)
2200.00 2200.00 00.00

Parking Space (sq. ft.) 47239.00 24000 23239


House Keeping Space(exluding
commercial stalls & including 244065.63 244065.6 00.00
basement floor parking) (sq. ft)
Over All Total 395317.8 285636.2 109681.58
2) Sketch

Sketch-1: Ground Floor


Sketch-2: First Floor
Sketch-3: Second Floor
ªÉÄʸÀÆgÀÄ UÁæªÀiÁAvÀgÀ §¸ï ¤¯ÁÝtzÀ KPÉÊPÀ C©üªÀÈ¢ÝzÁgÀgÁzÀ ªÉÄ|| ¥ÉæöʪÀiï ±É®Ögï gÀªg
À ÀÄ G¥À¥ÀgÀªÁ¤UÉzÁgÀjUÉ ¸ÀܼÀ ¤ÃrgÀĪÀ «ªÀgÀ

PÀæ.¸ÀA ªÀĽUÉ ¥ÀgÀªÁ¤UÉ ªÀĽUÉ ªÀiÁ¹PÀ ¥ÀgÀªÁ¤UÉ ¨sÀzÀævÁ oÉêÀuÉ «¹ÛÃtð CªÀ¢ü ªÀµÀðUÀ¼À°è ¤Ãj£À «zÀÄåvï
¸ÀASÉå ºÉ¸ÀgÀÄ ±ÀÄ®Ì (gÀÆUÀ¼À°è.) ZÀ.C ¬ÄAzÀ ªÀgÉUÉ ±ÀÄ®Ì «Äà C¼ÀªÀrPÉ
1 1 gÀ»ÃA .« »AzÀƸÁÜ£À ºÁmï&PÀƯï 25000 150000 80 25/1/12 24/1/22 10 0 CVzÉ
2 2 n.PÉ.C§ÄÝ¯ï £À¸Àgï n.PÉ.¸ÉÆÖÃgï 30000 180000 96 1/8/12 31/7/22 10 500 CVzÉ
3 3 ªÀĺÀªÀÄÆzï. ¦ J-1 30000 180000 96 1/3/13 28/2/23 10 500 CVzÉ
4 4 C§Æ¨ÉÃPÀgÀ ¹¢ÝPï ¸Ë¨sÁUÀå 30000 180000 96 01/08/12 31/7/22 10 500 CVzÉ
5 5 ¥ÀÆPÀÄnÖ.JA.¦ 4AiÀÄÄ ªÉƨÉʯï & V¥ïÖ 22000 132000 96 01/08/12 31/7/22 10 0 CVzÉ
6 6 zÀÄ® ¦PÀgï D° mÁæ¦üPï eÁA 30000 180000 96 01/08/12 31/7/22 10 500 CVzÉ
7 7 ¥ÀÉʸÀ¯ï «.¦ 7 qÉøï 30000 180000 96 01/08/12 31/7/22 10 0 CVzÉ
8 8 ¸À°Ãvï vÀÀ¸ºÀÀvï«Ãwïï PÁ¸ÉÆäúÁmï& PÀƯï 32000 192000 96 01/08/12 31/7/22 10 0 CVzÉ
9 9 ¦.PÉ.CAiÀÄƨï d£ÀvÁ ¥ÀÆæmï ¸ÁÖ¯ï 22000 132000 96 01/08/12 31/7/22 10 500 CVzÉ
10 10 C§Æ¨ÉÃPÀgÀ ¹¢ÝPï D²ÃªÁðzï ¹éÃmïì & ræÃAPïìÀì 30000 180000 96 01/08/12 31/7/22 10 500 CVzÉ
11 11 gÀ»ÃªÀiï « E¯ÉªÀ£ï ¸ÁÖgï 30000 180000 96 24/1/12 23/1/22 10 0 CVzÉ
12 12 ±ÀĺÉèï J°èPÀ À CPÀëAiÀiÁ ¨ÉÃPï & ¹éÃmï 25000 150000 100 01/11/12 31/10/22 10 500 CVzÉ
13 13 ÀC§Äݯï gÀeÁPï.PÉ.¹ PÀ£ÁðlPÀ ºÁmï&PÀƯï&PÉ.¹.Cgï ¥ÀÄqï PÉÆÃlð 70000 420000 550 31/10/11 30/10/21 10 1750 CVzÉ
14 14 JA.J.gÀ¦ÃPï ¥ÀÄqï ¥Áå¯Éøï gɸÉÆÖÃgÉAmï 45000 300000 500 04/03/12 03/03/22 10 2800 CVzÉ
15 15 gÀ¬Äøï PÉ.PÉ ¨É¸ÀÖ ¨ÉÃPÀj & ¯ÉÊ¥sï nPï ªÉƨÉʯï 35000 200000 325 21/12/12 20/12/22 10 1000 CVzÉ
16 16 JA.J.gÀ¦ÃPï ¥ÀÄqï ¥Áå¯Éøï gɸÉÆÖÃgÉAmï 70000 420000 506 23/7/12 22/7/22 10 2800 CVzÉ
17 17 DjÃ¥sï PÉ.¦ ªÉÄʸÀÆgÀÄ ºÁmï ¸Áàmï 30000 180000 123 01/08/12 31/7/22 10 500 CVzÉ
18 18 ªÀÄfÃzï PÉ.PÉ gÁAiÀÄ¯ï ¨ÉÃPÀì & ªÉƨÉʯïìì 30000 180000 560 25/7/11 24/7/21 10 500 CVzÉ
19 20 ªÀĺÀªÀÄzï ¸ÀÄ¥ÉÃgï M.¦ PÀÁ¸ÉÆäà ¨ÉÃPï & ¹éÃmïì 45000 270000 560 01/08/12 31/7/22 10 1000 CVzÉ
20 21 ªÀĺÀªÀÄzï ¸ÀÁ° CAiÀÄð Fmï & ræAPïì 30000 180000 150 01/08/12 31/7/22 10 500 CVzÉ
21 22 ¦.E.ZÀAzÀæ£ï PÀ¸ÀÆÛj ¨sÀªÀ£ï ªÉeï ºÉÆÃn¯ï 210000 1260000 3000 23/7/12 29/3/22 10 3000 CVzÉ
22 24 ¸ÀĨÉÃgï «.¦ ¸ÉªÉ£ï E¯ÉªÀ£ï 10000 60000 100 21/12/12 20/12/22 10 0 CVzÉ
23 32 ªÉƺÀ¹Ã£Á ¤¨Á 100 nà 12000 72000 100 12/04/14 11/4/19 5 500 CVzÉ
24 30/31 AiÀÄƸÉÆÃ¥sï ¥ÉÊd¯ï «.¦ 100000
¹AzsÀÆgÀ ¨sÀªÀ£ï ªÉeï ºÉÆÃmɯï & ZÉÊ£Á §eÁgï 600000 1800 04/03/12 3/3/22 10 2800 CVzÉ
25 0 PÉ.PÉA¥ÉÃUËqÀ ÀªÀįÉÊ ªÀĺÀzÉñÀégÀ PÉÆèÃPï gÀÆA 20000 320000 150 12/03/11 11/3/21 10 0 CVzÉ
26 JnJA-1 ªÀiÁå£ÉÃdgï ¥ÀAeÁ¨ï £Áå±À£À¯ï ¨ÁåAPï 12000 72000 72 14/9/11 13/9/20 9 0 CVzÉ
27 JnJA-2 ªÀiÁå£ÉÃdgï J¸ï.©.JA 11000 66000 80 01/12/11 31/11/20 9 0 CVzÉ
28 JnJA-3 ªÀiÁå£ÉÃdgï JfJ¸ï mÁæ£Àì ºÁåPÀÖ mÉPÁߣÁ®f °Ã 14000 56000 100 02/10/12 1/10/17 5 0 CVzÉ
29 JnJA-4 ªÀiÁå£ÉÃdgï ¢ ¸Ëvï EArAiÀÄ£ï ¨ÁåAPï °Ã 15000 90000 80 11/10/12 10/10/21 9 0 CVzÉ
30 JnJA-5 ªÀiÁå£ÉÃdgï JA¥ÀÆ¹Ã¸ï °Ã 15000 45000 70 17/3/14 16/3/23 9 0 CVzÉ
31 JnJA-6 ªÀiÁå£ÉÃdgï mÁmÁ PÀªÀÄÆߤÃPɱÀ£ï 13000 39000 100 03/09/13 19/7/18 5 0 CVzÉ
32 ªÀÄÄgÀ½ÃzsÀgÀ J¸ï.f ¸ÀªÀÄÈ¢Ý JAlgï ¥Éæöʸïì¸ï( ºÉ¯ïÛ ¥Áè£Émï) 15000 100000 90 03/05/12 12/4/13 1 0 CVzÉ
33 azÁ£ÀAzÀ r.« JAJ¸ï r ¹éÃmï PÁ£Àð 3000 50000 60 01/11/13 30/9/14 1 0 CVzÉ
34 ªÉÄÃ/¥ÉæöÊA±É®Ögï PÀZÉÃj 0 0 100 0 0 CVzÉ
MlÄÖ £É®ªÀĺÀr §¼À¹gÀĪÀÅzÀÄ 1141000 6996000 10316 20650

35 PÀĪÀiÁgÀ.« ¸ÀħæªÀÄtåA j¯ÉAiÀħ¯ï PÀªÀÄÆå¤PÉñÀ£ï 30000 200000 2200 17/8/13 16/8/22 9 0


JA.J¸ï.¸ÉAyïï eÁ»ÃgÁvÀÄ ¥sÀ®PÀUÀ¼ÀÄ

36 PÀĪÀiÁgÀ © & gÁWÀªÀ£ï «.¦ ¨ÉÊgÀªÀ ¥ÁQðAUï & ºË¸ï QæAUï 50000 250000 24000 23/7/12 22/7/22 10 CVzÉ

37 À¸ÀĺÉèÁ J°PÁ gÉÆøï UÁqÀð£ï ¯ÁqïÓ 90000 540000 5154 1/4/2013 31/3/23 10 CVzÉ
1 & 2 CAvÀ¸ÀÄÛ
170000 990000 31354

1311000 7986000 41670


Total Sub- Vacant space
Floor wise
Commercia Licensee (sq. ft.)
Commer Ground 10316
14592.63 10316 4276.63
cial-cum- Fllor
retail
st
1 Floor 43005.87 2577.28 40428.59 2577.28
leasable 2nd Floor 44214.64 2577.28 41637.36 2577.28
space
(sq.ft.) Total 101813.14 15470.56 86342.58 15470.56
Advertisement 2200
2200 2200
space (sq ft.)
Parking Space (sq. 24000
47239 24000 23239
ft.)
House Keeping 244065.6
244065.63 244065.63
Space(exluding
Over All Total 395317.77 285736.19 109581.58 285736.2

You might also like