BVT-Section-1 - ITB
Transcript of BVT-Section-1 - ITB
-
8/19/2019 BVT-Section-1 - ITB
1/59
REQUEST FOR PROPOSAL (RFP)
BID DOCUMENT
Gujarat State Road Development Corporation
(A Government of Gujarat undertaking)
SECTION-1:
INFORMATION AND INSTRUCTION TO BIDDERS
Six laning of existing three lanes for
Bagodara – Wataman – Tarapur – Vasad RoadSH-8, Km. 0/0 to Km 101/9 in the State of Gujaraton
Build, Operate and Transfer (BOT) Basis
Gujarat State Road Development
Corporation LimitedGround Floor, 'Nirman Bhavan',
Sector 10A, Gandhinagar, Gujarat –382 010, IndiaTel.: 079 – 23252912/15 Fax: 079 – 23252090
E-mail: [email protected] Web: www.gsrdc.com
-
8/19/2019 BVT-Section-1 - ITB
2/59
Six Laning of Bagodara-Tarapur-Wataman-Vasad Road
Gujarat State Road Development Corporation Ltd. i
SECTION I
INFORMATION AND INSTRUCTION TO BIDDERS
PART A Notice For Invitation To Bid………………………………………………………..…...1 to 3
PART B Project Background, Current Status and Summarized Project Requirement….…...4 to 10
PART C Information And Instruction to Bidders..…………………………………………….11 to 23
PART D Methodology and Criteria For Evaluation………………………………………...…24 to 26
PART E-I Technical Proposal Format………………………………………………………………..27
PART E-II Financial Proposal Format…………………………………………………………28 to 32
APPENDIX – A Technical Proposal Response SheetsSheet – 1 Information About Bidder………………………………………………………………..34
Sheet – 2 Project Completion Schedule..…………………………………………………………...35
Sheet – 3 Acknowledgement of RFP and Notification of Intent to Bid …………………………..36
Sheet – 4 Anti Collusion Certificate …..……………………………………………………..37 to 38
Sheet – 5 Attendance at the Pre-Bid Conference………………...…………………………………39
Sheet – 6 Draft Covering Letter………………..………………...…………………………...40 to 41
Sheet – 7 Form of Bid Security (Bank Guarantee) ……………...…………………………...42 to 43
Sheet – 8 Private of Attorney by each Consortium Member in favour of Team Leader…………...44
Sheet – 9 Private of Attorney by the Perspective Bidder (Lead Member in case of Consortium) or
favour of Designated person(s) (a maximum of two individuals)…………..…………...45
APPENDIX – B Price Bid Formats
Sheet – 1 Cost of Construction Details – Part I to Part V ...………………………………….47 to 51
Sheet – 2 Financial Package – Part I and Part II………………………………..…………….52 to 53
Sheet – 3 Premium …………………………………………………………………………………54
Sheet – 4 Form of Letter of Commitment ………………………………………...…………55 to 57
-
8/19/2019 BVT-Section-1 - ITB
3/59
SIX LANING OF BAGODARA – WATAMAN – TARAPUR – VASAD ROAD
SECTION 1: INFORMATION AND INSTRUCTIONS TO BIDDERS 1
PART A NOTICE FOR INVITATION TO BID
NAME OF WORK: Six Laning of existing three lane Bagodara-Wataman-Tarapur-
Vasad Road (SH-8, KM 0/0 to 101/9) in the State of Gujarat on BOT
Basis
1.0 On behalf of the Gujarat State Road Development Corporation Limited, sealed offers
with financial bids are invited for the above work from pre-qualified firms /
consortiums by the Managing Director.
2.0 Blank bidding documents consisting of Information and Instructions to Bidders, Draft
Concession Agreement with Schedules, Technical Details and Performa for Financial
Bid etc. will be available from the office of the Managing Director, Gujarat State Road
Development Corporation Limited, as per details in the following tables:
Table 2A: Issue of RFP Documents
Sr. No. Component Description
1 Starting DateStarting Time
01/04/201011:00 hrs.
2 Closing DateClosing Time
30/04/201017:00 hrs.
3 Place of Issue Office of:Managing Director Gujarat State Road Development CorporationLimited, Ground floor ‘Nirman Bhavan’, Sector 10A,Gandhinagar Gujarat-382 010, India
4 Price of The BidDocument(Non-Refundable &Non-Transferable)
Rs. 1,00,000 /- (Rupees One Lac Only) + Additional Rs. 2,000 (Rupees Two Thousand)for Postal / Courier charges
5 Mode of Payment Demand Draft drawn in favour of,Managing Director,Gujarat State Development Corporation LimitedPayable at Gandhinagar, Gujarat, India
6 Proposal Processing Fee(Non-Refundable &Non-Transferable)
Rs. 1,00,000 /- (Rs. One Lac only)
7 Mode of Payment Demand Draft drawn in favour of,Gujarat State Development Corporation LimitedPayable at Gandhinagar, Gujarat, India
8 Bid Security Rs. 8.84 Crores
(Rupees Eight Crore and Eighty Four Lacs only)9 Mode of Payment Bank Guarantee or Demand Draft drawn in
favour of, Managing Director,
-
8/19/2019 BVT-Section-1 - ITB
4/59
SIX LANING OF BAGODARA – WATAMAN – TARAPUR – VASAD ROAD
SECTION 1: INFORMATION AND INSTRUCTIONS TO BIDDERS 2
Sr. No. Component Description
Gujarat State Development Corporation Limited.Payable at Gandhinagar, Gujarat, India
10 Last Date for Receipt of
Queries
At least before Four Working days of pre-bid
conference
11 Pre Bid Conference 21/05/2010 At 11:00 hrs. at GSRDC office
Table 2B: Submission of the Technical Bid and Financial Bid
Sr.No.
Component Description
1 Closing Date
Closing Time
31/08/2010
17:00 hrs.2 Mode Of Submission Technical Bid (Part-I) and Financial Bid(Part-II), each in triplicate, must be submittedin a separate sealed cover super scribingeach as ‘Technical Bid’ and ‘Financial Bid’.Both cover should be put together in another sealed envelope super scribing “Bid for Construction of additional three lanes for Bagodara – Wataman – Tarapur – VasadRoad Project to make it six lane dividedcarriageway facility on Built Operate and
Transfer (BOT) Basis” and to be sent so asto reach before due date by Registered Post(Acknowledgement Due) EMS Speed Post /Courier or in person. For in person deliverybidders must ensure the person submittingbids carries required authority letter. Soleresponsibility of timely submission rests withthe bidder. The name and mailing address of the applicant shall be clearly stated on theenvelope. GSRDC will not be responsible toaccept bids for any delays i.e. due to Post /
Courier/ in person delivery etc.3 Language All the information shall be submitted and
furnished only in Indian English Language.4 Technical Bid
Opening Date & Time31/08/201017:30 hrs.
5 Place Office of:Managing Director Gujarat State Road DevelopmentCorporation LimitedGround Floor, ‘Nirman Bhavan’,
Sector 10A,Gandhinagar, Gujarat –382 010India
-
8/19/2019 BVT-Section-1 - ITB
5/59
SIX LANING OF BAGODARA – WATAMAN – TARAPUR – VASAD ROAD
SECTION 1: INFORMATION AND INSTRUCTIONS TO BIDDERS 3
3.0 The offers are invited based on the Concessionaire own design, construction,
operation, maintenance and financing proposals.
4.0 GSRDC reserves the right to reject any or all of the bids without assigning any
reason.
5.0 Offers in two parts i.e. Technical Bid and Financial Bid as fully described in the
Section I of RFP will be received up to the specified time on the closing date as
indicated in Table 2B above. Offers received after the specified time and date shall
not be accepted.
6.0 The bids will be opened on the day following the proposal due date i.e. on 31/08/2010
at 17:30 hrs. in the office of the Managing Director, Gujarat State Road Development
Corporation Limited, in the presence of Bidders who intend to be present at the time
of opening. The procedure for the opening of bids shall be in accordance with the
Information and Instructions to Bidders.
7.0 In case it is not possible to open the bids on the above date, the Bidders will be
informed of the suitable date and time for opening of bids.
-
8/19/2019 BVT-Section-1 - ITB
6/59
SIX LANING OF BAGODARA – WATAMAN – TARAPUR – VASAD ROAD
SECTION 1: INFORMATION AND INSTRUCTIONS TO BIDDERS 4
PART B PROJECT BACKGROUND, CURRENT STATUS AND SUMMARISED
PROJECT REQUIREMENT
1.0 Project Background
The State of Gujarat is one of the highly developed states in India and the
Government of the State, in order to meet the growing demand for a developed,
efficient and high quality system of road transportation has formulated a policy in
December 1996, called the “Road Policy” of the Roads & Building Department,
Government of Gujarat, whereby enabling private participation in the development,
construction, repair, up-gradation, management, operation and maintenance of roads
within the State.
The road network in Gujarat is perceived as one of the best in India although it is still
recognized that improvements are required in order that the network provides a level
of service, which can efficiently and safely cope with the traffic demand. Government
of Gujarat (GoG) recognizes this and has afforded special priority to road
development to encourage the rapid development of the highway network.
That in furtherance of the aforesaid policy of private participation the Government of
Gujarat enacted the Gujarat Infrastructure Development Act, 1999 (Gujarat Act No.
11 of 1999) and subsequent amendment of 2006 to provide a regulatory framework
for the participation of the private sector in financing, construction, maintenance and
operation of structure and other development projects undertaken on BOT basis in
the State of Gujarat. That, vide item 2 of Schedule I of the said Act, Roads, Bridges
and Bypasses is one of the eligible sectors that allows private participation for the
infrastructure projects. That further vide the said enactment the Gujarat InfrastructureDevelopment Board was set up.
During this time the GoG has put in place a number of initiatives with the prime
objective of upgrading infrastructure in Gujarat. This includes the preparation of the
Gujarat Infrastructure Development Agenda – Vision 2010 and BIG 2020 by Gujarat
Infrastructure Development Board (GIDB). This document takes a comprehensive
view of development of all infrastructures sections. Also in 1999, under the idea to
develop best network in Gujarat State, the Gujarat State Road Development
Corporation Ltd. (GSRDC) was established under the provision of the Company’s Act
-
8/19/2019 BVT-Section-1 - ITB
7/59
SIX LANING OF BAGODARA – WATAMAN – TARAPUR – VASAD ROAD
SECTION 1: INFORMATION AND INSTRUCTIONS TO BIDDERS 5
1956, with the prime objective of implementing the important highway projects under
private sector participation.
Project information contains following
- Present status
- Importance of project
- Potential of traffic.
- Project Monitoring
- Project Study & Maintenance
1.1 Existing Condition and Project Description
The Bagodara – Wataman – Tarapur – Vasad Road traverses 101.900 km through
administrative boundaries of two districts namely Ahmedabad and Anand serving
highly rich agricultural and industrialized areas of Anand District and joining NH – 8 at
Vasad. The State Highway is the important link between Central Gujarat and
Saurashtra. This is the shortest route joining Saurashtra with South Gujarat regions
on NH-8A, is a part of the core network of Gujarat and one of the high density
corridors having convincing potential to grow in coming years.
The corridor takes off at near Bagodara and traverses through Wataman in
Ahmedabad District and Tarapur, Borsad, Asodar and Vasad of Anand District before
terminating on NH-8 at Vasad. A number of small and medium size industries with
very rich and fertile agricultural product such as banana, tobacco, wheat, chikoo and
other fruits and high quality of flowers along the corridor. To enhance the strategic
importance of the entire length of the corridor, R&BD has already taken up the work
of qualitative improvement of Bagodara-Wataman-Tarapur-Vasad road to makefacility three-lanes with paved shoulder of 2.5 m on either side making the total
carriageway of 12.0 meters. Now the entire corridor is intended to be upgrade to six-
lane divided carriageway configuration.
Project specific information
2.0 Summary of Project Requirements
The Concessionaire shall carry out engineering surveys, investigations and detailed
engineering designs after ascertaining requirement and prepare the working drawings
for all the components of the Project Road inclusive of railway over bridges (RoBs) to
-
8/19/2019 BVT-Section-1 - ITB
8/59
SIX LANING OF BAGODARA – WATAMAN – TARAPUR – VASAD ROAD
SECTION 1: INFORMATION AND INSTRUCTIONS TO BIDDERS 6
fulfil the scope of the project as envisaged hereinafter. These involve surveys, soil
investigations, designs, quantity and cost assessments, etc. Details of the existing
facility and the design framework for the proposed project can be obtained from the
Schedule A and Schedule B, which detail the requirements of project construction,
operations and maintenance. Schedule C provided for the minimum spatial and
functional requirements of the facilities to be provided on the Project Highway with an
aim to cater to the envisaged demand till the end of the concession period. The
Concessionaire shall review the adequacy of the proposed facilities at regular interval
of 5 years and accordingly provide additional facilities with necessary approval from
the Independent Engineer / GSRDC in order to meet the demand of the road users till
the end of the concession period. The designs for different project facilities shall
follow the locations and shall comply with design, specifications and standards
outlined in Schedule D and Safety Requirements given in Schedule L. The
maintenance of the different elements of Project Road and facilities thereon shall
follow the minimum maintenance requirements as described in Schedule K. All the
designs and drawings shall be reviewed and approved by the Independent Engineer
prior to execution.
This section summarizes the project requirements and the tasks that the Bidder has
to carry out in order to submit a proposal that is in substantial compliance with the
technical requirements.
2.1 Bidder’s Responsibility for the Data in the Bid
The details given in the technical conditions and specifications are reasonable on a
preliminary basis. However, each Bidder shall be wholly responsible for all the detailsof his bid, in the assessment of physical conditions and site conditions, traffic
projections, the execution methodology, etc. In essence, after the proposal is
submitted, the Bidder shall be the ‘owner’ of all the data, which forms the basis of the
bid, and no claims shall lie regarding the veracity of the data or designs and drawings
given in these conditions and specifications.
2.2 Fixed Parameters and Actual Designs
The basic project requirements are fixed; these fixed parameters are delineated in
the Schedules given in the Section 2; Volume II - Schedules. These fixed
-
8/19/2019 BVT-Section-1 - ITB
9/59
SIX LANING OF BAGODARA – WATAMAN – TARAPUR – VASAD ROAD
SECTION 1: INFORMATION AND INSTRUCTIONS TO BIDDERS 7
requirements (or fixed parameters) are with respect to the available ROW, roadway
(6-lanes) configuration and the design standards. The fixed parameters cannot be
altered.
In all cases the designs should conform to design specifications stated in the
Schedules, abide by the various codes and specifications, and follow best
engineering practices so as to be sound, economic and simple to execute.
2.3 Right of Way
The right of way of thirty (30) meters is available along the project length at present.
GSRDC is under process of acquiring the sufficient right of way to accommodate the
six lane divided carriageway facility. Right of Way (RoW) will be given to theconcessionaire as per Concession Agreement.
2.4 Survey
The Bidder shall be responsible for conduct of surveys of the existing alignment for
the corridor.
2.5 Soil Investigations
For the purpose of preparing the bid, the Bidder may carry out soil investigation and
other preliminary design.
2.6 Engineering Surveys
BBD survey conducted by GSRDC recently shows the overlay requirement for the
existing facility, it has been given in Schedule B; Concessionaire shall have to carry
out his own assessment of road inventory and pavement condition of present corridor
appreciation.
2.7 Pavement Designs
Based on the pavement design parameters defined in the Schedules of the
Concession Agreement, each Bidder has to formulate the pavement designs for the
main carriageway, with Paved and Unpaved side shoulders.
-
8/19/2019 BVT-Section-1 - ITB
10/59
SIX LANING OF BAGODARA – WATAMAN – TARAPUR – VASAD ROAD
SECTION 1: INFORMATION AND INSTRUCTIONS TO BIDDERS 8
2.8 Bridge Designs and Cross Drainage Works
The detailed requirements of bridge designs, cross-drainage works, and RoB designs
are given in the Schedules D of the Concession Agreement.
2.8.1 Surface Drainage
A surface drainage system, which integrates the cross drainage and longitudinal
drains, has to be designed. This should be adequate to accommodate the proposed
run-off, and prevent stagnation of water at any location. The longitudinal drains have
to be lined, covered in built-up areas, and can be open at the other locations. The
size, gradients and interconnection of these drains have to be worked out.
2.8.2 Bridge and Culvert
Detailed inspections of the existing bridge and culverts have to be carried out. Based
upon the finding of the inspection and requirement to repair the structure, a planned
new construction for six lane facility, repair and rehabilitation scheme for individual
existing structures is then to be worked out and repairing of the same is to be done
as per the specifications.
2.9 Environmental and Social Factors
The work shall be planned and executed in such a way as to comply with all
environmental laws and directives. While the overall environmental clearance for the
project will be obtained by GoG / GSRDC with assistance of the Concessionaire
where needed, the successful bidder will be required to observe all necessary and
applicable environmental rules for the construction phase of the project.
2.10 Quality Control
All the work carried out for this project shall conform to the codes and specifications
set out in the Schedules of the Concession Agreement. The Bidder shall develop and
present in the bid a detailed plan for total quality management, periodic and random
inspections and quality audit, which shall also take into account the requirement of
Independent Consultants, tests and inspections, the frequency and details of which
are detailed in the Schedules.
-
8/19/2019 BVT-Section-1 - ITB
11/59
SIX LANING OF BAGODARA – WATAMAN – TARAPUR – VASAD ROAD
SECTION 1: INFORMATION AND INSTRUCTIONS TO BIDDERS 9
2.11 Fees for Recovering User Charges
The base rates of fees shall be as laid down in the Concession Agreement. The
bidder will be allowed to charge user fees till the end of the Concession Period.
2.12 Intersections and Access
Intersection and Access has to be improved as per latest IRC and MOSRT&H
manual of specifications.
2.13 Road and Road Side Furniture
Markings and road furniture shall be provided and maintained as required under the
various Schedules.
2.14 Project Road Aesthetics
The design and construction shall consider the road's aesthetic aspects such as
signs and markings, layout and design of fee collection centers, trees and shrubs,
and so on. Aesthetics should always be kept in view by the Bidder.
2.15 Maintenance of Existing Road and Temporary Arrangements
From the Commencement Date, the responsibility for the operations and
maintenance of the existing road shall be with the successful Bidder. During the
construction phase the maintenance of the existing road, formation and maintenance
of all-weather diversion, traffic management, temporary arrangements, etc., have to
be accounted by the Bidder in their planning.
2.16 Work ProgramThe Bidder shall develop and present in the bid a detailed work program based on
CPM network techniques, which shows the activity milestones, critical activities and
monitoring stages.
2.17 Operations and Fee Collection Management
Fee collection and management, accounting, periodic reports and audit, maintenance
of fee collection centres and equipment, and other works, which are specified in the
Schedules, has to commence from COD.
-
8/19/2019 BVT-Section-1 - ITB
12/59
SIX LANING OF BAGODARA – WATAMAN – TARAPUR – VASAD ROAD
SECTION 1: INFORMATION AND INSTRUCTIONS TO BIDDERS 10
2.18 Capital Investment
During the Concession Period, capital costs will be incurred for such matters as the
procurement of equipment, expansion to fee collection centre, illumination etc. These
requirements have to be forecast by the Bidders as part of their operational plans.
2.19 Premium
According to financial proposal submitted and agreed there upon, the bidder shall
either have to pay as per the provisions of concession agreement.
2.20 Monitoring and Reporting
At every stage of construction, operation and maintenance, Independent Engineer
shall monitor and inspect various activities as set out in the Concession Agreement.
Periodic reports have to be furnished to GSRDC / IE. The details of these reports are
provided in the Schedules of the Concession Agreement.
2.21 Technical Proposal: Required Information
The following describes the information and submissions required in the Technical
Proposal from each Bidder. The information must be consistent with the requirement
contained in this RFP, the Concession Agreement, associated schedules and best
engineering practices.
2.21.1 The Bidder should describe its inspection of the site, Site Appreciation and its
verification of the availability of labour, building materials, water, power etc.
2.21.3Detailed CPM network program charts should also be provided.
2.22 A structured Technical Proposal Format is detailed in PART E – 1 of this Section 1 –Information and Instructions to Bidder of the Request for Proposal Document.
-
8/19/2019 BVT-Section-1 - ITB
13/59
SIX LANING OF BAGODARA – WATAMAN – TARAPUR – VASAD ROAD
SECTION 1: INFORMATION AND INSTRUCTIONS TO BIDDERS 11
PART C: INFORMATION AND INSTRUCTIONS TO BIDDERS
Introduction
1. Government of Gujarat has authorised the Gujarat State Road Development
Corporation (hereinafter referred to as GSRDC) to undertake procurement for
Construction of additional three lane for Bagodara – Wataman – Tarapur - Vasad
Road to make it six lanes divided carriageway facility on Build, Operate and Transfer
(BOT) Basis.
2. In this Request for Proposal (RFP), the term 'Bidder' refers to the applicant (either
single entity or consortium) who submits a proposal in response to this RFP. The term
Concessionaire refers to the successful Bidder selected by the Gujarat State Road
Development Corporation (GSRDC) to develop this project. Terms used in these RFP
documents and not defined therein shall have the meaning ascribed thereto in the
Concession Agreement provided in Section 2: Volume I of RFP.
3. GSRDC proposes to hold a pre-bid conference to discuss the issues related to the
project with prospective Bidders and to finalise the technical and commercial
parameters for the Project, before submission of the Proposals by the Bidders.
4. All Bidders are required to submit detailed Proposals {hereinafter referred as
"Proposal(s)"} in accordance with the guidelines set forth in the RFP documents. In
order to ensure consistency among proposal and minimise potential
misunderstandings regarding how Bidders' Proposals will be interpreted by GSRDC;
the Bidders will specify the fundamental aspects of the Proposals has been broadly
outlined in this Section 1 of this RFP. The cost for preparation of Proposal and related
expenses shall be borne by the Bidders themselves.
5. The principal contract between the GSRDC and the successful Bidder will be theConcession Agreement as provided in Section 2: Volume 1 of this RFP along with
Volume II Schedules.
6. Proposals will undergo a technical evaluation. If the Proposal is found to be
responsive and satisfactory based upon the technical evaluation criteria, the Proposal
will be subject to a financial evaluation. On the basis of this evaluation process,
GSRDC will issue a Letter of Acceptance to the successful Bidder.
7. Following the issue of the Letter of Acceptance, the successful Bidder shall be
required to form a Company hereinafter referred to as the 'Concessionaire'. The
Concession Agreement shall be executed between the Concessionaire and GSRDC.
-
8/19/2019 BVT-Section-1 - ITB
14/59
SIX LANING OF BAGODARA – WATAMAN – TARAPUR – VASAD ROAD
SECTION 1: INFORMATION AND INSTRUCTIONS TO BIDDERS 12
In case the successful Bidder is a Consortium, the equity holding of the Consortium
members in the Concessionaire would be in the same proportion as outlined in the
Request for qualification documents issued previously.
8. The proposals in response to these RFP documents as well as all queries related to
these RFP documents must be forwarded to GSRDC at the address notified in the
Section 1 of the RFP.
9. The GSRDC reserves the right not to follow up this RFP and terminate the entire
selection process without any obligation to any of the Bidders.
-
8/19/2019 BVT-Section-1 - ITB
15/59
SIX LANING OF BAGODARA – WATAMAN – TARAPUR – VASAD ROAD
SECTION 1: INFORMATION AND INSTRUCTIONS TO BIDDERS 13
1.0 Acknowledgement of RFP
1.1 Prospective bidders must fill out, sign and return the "Acknowledgement of RFP and
Notification of Intent to BID" form, format as contained in Appendix A, Bid Response
Sheet No. 3 in Section 1 of this RFP, within seven (7) days of the receipt of these
RFP document.
2.0 RFP Document
2.1 RFP Documents contain the following
Section 1: Information and Instruction to Bidders
Section 2: Concession Agreement
Volume I Concession Agreement
Volume II Schedules
Volume III Manual of Specifications and Standards
3.0 General Provisions
3.1 Non-Discriminatory and Transparent Bidding Proceedings
GSRDC shall ensure that the rules for the bidding proceeding for the project are
applied in a non-discriminatory, transparent and objective manner, GSRDC shall not
provide to any prospective bidder information with regard to the project or the bidding
proceedings, which may have the effect of restricting competition.
3.2 Prohibition against Collusion with other Prospective Bidders
Each Bidder shall warrant by its Bid that the contents of its Bid have been arrived at
independently. Any Bid which has been arrived at through consultation, collusion, or understanding with any other prospective Bidder for the purpose of restricting
competition shall be deemed to be invalid and the Bidder shall lose its Bid Security.
The format of the required anti-collusion certificate is provided at Appendix A, Bid
Response Sheet No. 4 of this Section 1 of these RFP documents.
3.3 Inducement
Any effort by a Bidder to influence processing of Bids or award of decision by
GSRDC or any officer, agent or advisor thereof may result in the rejection of such
Bidder's bid. In such a rejection of Bid, the Bidders shall lose its Bid Security.
-
8/19/2019 BVT-Section-1 - ITB
16/59
SIX LANING OF BAGODARA – WATAMAN – TARAPUR – VASAD ROAD
SECTION 1: INFORMATION AND INSTRUCTIONS TO BIDDERS 14
3.4 Confidentially
3.4.1 GSRDC shall treat all Bids and other document and information submitted by the
Bidders as confidential, and shall take all reasonable precautions that all those who
have access to such material, treat this in confidence. GSRDC will not divulge any
such information unless it is ordered to do so by any authority, which has the power
to require its release.
3.4.2 Each prospective Bidder, whether or not it submits a Bid, shall treat the RFP
documents and other documents, information and solutions provided by GSRDC in
connection with the project or the bidding proceedings as confidential for a period of
five (5) years from the issuance of the RFP documents. During this period, the pre-
qualified applicants shall not disclose or utilise any such documents or information
without the written approval of GSRDC or as required in the Concession Agreement.
3.4.3 GSRDC shall have the right to release the Bid information provided by the Bidders to
its advisors for the purpose of bid evaluation and negotiations. Each prospective
Bidder shall have the right to release these RFP documents and other documents to
its advisors and to financial institutions for the purpose of Bid preparation,
negotiations and financing. Both GSRDC and prospective Bidder shall ensure that
their advisors and/or financial institutions treat this information in confidence.
3.4.4 Any information relating to examination, clarification, evaluation and comparison of
bids and recommendations for the award of contract shall not be disclosed to Bidders
or any other person not officially concerned with such process until the award to the
successful Bidder has been announced.
3.5 Proposal Preparation Cost
The Bidder shall be responsible for all the costs associated with the preparation of its
Proposal and its participation in the Bidding process. GSRDC shall not be
responsible or in any way liable for such costs, regardless of the conduct or outcome
of the bidding.
3.6 Communication Between Bidders and GSRDC
All communication, unless specified otherwise, regarding these RFP documents to
GSRDC shall be addressed to
-
8/19/2019 BVT-Section-1 - ITB
17/59
SIX LANING OF BAGODARA – WATAMAN – TARAPUR – VASAD ROAD
SECTION 1: INFORMATION AND INSTRUCTIONS TO BIDDERS 15
Name: K.G. Prajapati,
Designation Managing Director,
Address: Gujarat State Road Development Corporation Ltd.,
Ground Floor, Nirman Bhavan,
Sector-10A, Gandhinagar - 382 010
Gujarat (India)
All communications to the prospective Bidder shall be sent to the Designated
Person(s) at the addresses mentioned in the covering letters to this RFP, unless
GSRDC is advised otherwise.
3.7 Project Inspection
3.7.1 It would be deemed that prior to submission of the Bid, the Bidder has
(a) made a complete and careful examination of specifications, and other
information set forth in these RFP documents;
(b) examined all the relevant information as it has received from GSRDC in
respect of this project;
(c) made a complete and careful examination to determine the difficulties and
matters incidental to the performance of its obligations under the Concession
Agreement, including, but not limited to
I. the Site, and site investigations
II. condition of existing road
III. condition affecting transportation during the period of construction
IV. widening of existing culverts/bridges, including RoBs &RuBs,
V. present and forecast Traffic Volume
VI. applicable Laws and applicable Permits,VII. meteorological conditions based on previous weather data,
VIII. all other matters that might affect the Concessionaire's performance
under the Concession Agreement,
(d) determined the nature and extent of all difficulties and hazards.
3.7.2 GSRDC does not accept any responsibility or liability for any errors, omissions,
inaccuracies or errors of judgment with respect to information of materials provided
by GSRDC in these RFP documents or otherwise, in respect of the Site or its
-
8/19/2019 BVT-Section-1 - ITB
18/59
SIX LANING OF BAGODARA – WATAMAN – TARAPUR – VASAD ROAD
SECTION 1: INFORMATION AND INSTRUCTIONS TO BIDDERS 16
surroundings. Although such information and materials are accurate to the best
knowledge, their verification is the sole responsibility of the Bidder.
3.7.3 The Pre-qualified Applicant or any of its authorised representatives will be granted
permission to visit the Site by the concerned Executive Engineer, Gujarat Roads &
Building Department, or his authorised nominee, on receipt of a formal request in
advance of the proposed date of inspection of the Site. However, the permission
would be subject to the express condition that the Prospective Bidder will indemnify
GSRDC/GoG or its agent from and against all liability in respect of and will be
responsible for physical injury, loss of or damage to property and any other loss,
costs and expenses however caused in carrying out such visit.
3.8 Right to Accept any Bid and to Reject any or all Bids
Notwithstanding anything contained in this RFP, GSRDC reserves the right to accept
or reject any Proposal and to annul the bidding process and reject all Proposals, at
any time prior to the signing of the Concession Agreement without incurring any
liability to the rejected Bidders or any obligation to inform the affected Bidders of the
grounds for rejection. GSRDC shall alone have the right to decide as what constitutes
a material and / or mandatory provision for the tender.
3.9 Interpretation of Documents
3.9.1 GSRDC will have the sole discretion in relation to the interpretation of this RFP, the
Proposals and any documentation provided in support of the Proposals; and all
decisions in relation to the evaluation and ranking of Proposals, whether or not to
require any clarifications or additional information form a prospective Applicant in
relation to its Proposal and the selection of the prospective Bidders.GSRDC will have no obligation to explain its interpretation of this RFP, the Proposals
or their supporting documentation and information or to explain the evaluation
process, ranking process or the selection of the Bidders.
3.9.2 In the event of conflicts of any sort among the information and Instructions to Bidders
and the Concession Agreement, the documents shall be given the order of
precedence.
Concession Agreement
Information and Instruction to Bidders
-
8/19/2019 BVT-Section-1 - ITB
19/59
SIX LANING OF BAGODARA – WATAMAN – TARAPUR – VASAD ROAD
SECTION 1: INFORMATION AND INSTRUCTIONS TO BIDDERS 17
4.0 Pre-Bid Conference
4.1 GSRDC will hold a Pre-Bid Conference in order to clarify and discuss any provision, or
requirement, with respect to technical/commercial parameters of the Project, these
RFP document or any other related issues.
4.2 Attendance of the Prospective Bidder at the Pre-Bid Conference is not obligatory.
However, GSRDC shall not respond to questions or inquires from any Prospective
Bidder after the Pre-Bid Conference.
4.3 Prospective Bidders should indicate whether or not they intend to attend the Pre-Bid
Conference and return the "Attendance at Pre-Bid Conference" from format as
contained in Appendix A, Bid Response Sheet No. 5 to this Section 1. The form should
be returned to GSRDC at least two (2) days in advance of the Pre-Bid Conference
date.
5.0 Enquiry Concerning the RFP/Concession Agreement
5.1 To make the Pre-Bid Conference more productive, GSRDC encourage a careful
review of these RFP document and preparation of their observations/comments by
Prospective Bidders. Prospective Bidders should send their comment in writing before
at least four working days that of Pre-Bid Conference. Enquiry / comments received
after the said time limit may not be addressed at the Pre-Bid Conference by GSRDC.
5.2 GSRDC, at its discretion, may respond to inquiry submitted by the conference
attendees after the date of the Pre-Bid Conference. Such a response will be sent in
writing to all the Prospective Bidders who have returned the Acknowledgement of
RFP and Notification of Intent to Bid and will qualify as an "Additional instructions to
bidders".
5.3 All enquiries should be submitted to the GSRDC in writing by letter or facsimiletransmission.
5.4 No interpretation, revision or other communication regarding this solicitation is valid
unless given in writing and is signed by GSRDC or his designated nominee. Written
copies of GSRDC responses including a description of the inquiry but without
identifying its source will be sent to all the Prospective Bidders.
6.0 Amendment of RFP
6.1 On the basis of the Pre-Bid Conference and any further discussions with any/ all
prospective Bidders which GSRDC may hold at its own discretion, GSRDC may
-
8/19/2019 BVT-Section-1 - ITB
20/59
SIX LANING OF BAGODARA – WATAMAN – TARAPUR – VASAD ROAD
SECTION 1: INFORMATION AND INSTRUCTIONS TO BIDDERS 18
make changes in the technical / commercial parameters for the Project, which would
be applicable to all Bidders. Such changes in the technical/ commercial parameters
of the Project will qualify as an "Addendum".
6.2 At any time prior to the deadline for submission of Proposals, GSRDC may, for any
reason, whether at its own initiative or in response to clarifications requested by a
Prospective Bidder, modify the RFP by the issuance of an "Addendum".
6.3 The Addendum will be sent in writing to all the pre-qualified Applicants, who have
returned the Acknowledgement of RFP and Notification of Intent to Bid and will be
binding upon them. Each such Addendum shall become part of the RFP documents.
Prospective Bidder shall promptly acknowledge receipt thereof to GSRDC.
6.4 In order to afford prospective Bidders a reasonable time in which to take an
Addendum into account in preparing their Proposals, or for any other reason, GSRDC
may, at its discretion, extend the proposal due date.
7.0 Changes to Prospective Bidders
No Changes shall be entertained in Consortiums / Bidders basic responsibilities as
per RFQ document and as furnished by Consortiums / Bidders with their RFQ
application, accordingly they are pre qualified.
8.0 Contents of Bid
8.1 Each Bid shall include
a) Technical Proposal
A Covering Letter (The required format is provided in Appendix A, Bid
Response Sheet No. 6).
Consortium Agreement or Memorandum of Understanding or JV Agreement (same as submitted in RFQ)
Power of Attorney (Evidencing authority of the Designated Person(s))
(Same as submitted in RFQ)
Proposal Processing Fee
Bid Security
Anti-Collusion Certificate
b) Financial Proposal including the Price Bid
-
8/19/2019 BVT-Section-1 - ITB
21/59
SIX LANING OF BAGODARA – WATAMAN – TARAPUR – VASAD ROAD
SECTION 1: INFORMATION AND INSTRUCTIONS TO BIDDERS 19
Please note that GSRDC retains the right to ask for any further information /
clarification during the bid process and during the concession period.
9.0 Submission of Bids
9.1 Bid Validity Period
9.1.1 Each Proposal shall indicate that it is a firm proposal and that the proposal will remain
valid for a period not less than two hundred and forty (240) days from the due date of
submission of the Proposal ("Proposal Due Date"). GSRDC reserves the right to
reject any Proposal, which does not meet this Bid Validity Period requirement.
9.1.2 GSRDC may request one or more extensions of the Bid Validity Period for a total
period of up to one hundred and eighty (180) days from the Extended Due Date. To
make such request GSRDC shall give notice in writing to the Bidder at least fourteen
(14) days prior to expiration of the Bid Validity Period. If any Bidder does not agree to
the extension, it may withdraw its Bid without forfeiting its Bid Security by giving
notice in writing to GSRDC of its decision prior to the expiration of the Bid Security
Period. In case GSRDC does not receive any written notice of withdrawal prior to
expiration for the Bid Validity Period, the requested extension shall be deemed to
have been accepted by the Bidder.
9.1.3 The Bid Validity Period of the successful Bidder shall be automatically extended till
the date on which the concession Agreement is signed and is in force.
9.1.4 When an extension of the Bid Validity Period is requested, Bidders shall not be
permitted to change the terms and conditions of their Bids.
9.2 Proposal Due Date
9.2.1 GSRDC requires that Proposals responding to this solicitation be submitted toGSRDC latest by 31/08/2010, 17:00 hrs. in the manner and form as detailed in the
RFP. The proposal shall be submitted at the following address.
Designation Managing Director (Attn; Shri K.G. Prajapati)
Gujarat State Road Development Corporation Limited
Ground floor, Nirman Bhavan,
Sector - 10A, Gandhinagar - 382 010
GUJARAT (INDIA)
Proposal submitted by either facsimile transmission or telex or E-mail will not be
acceptable. Any proposal received after the Proposal due Date and time shall
-
8/19/2019 BVT-Section-1 - ITB
22/59
SIX LANING OF BAGODARA – WATAMAN – TARAPUR – VASAD ROAD
SECTION 1: INFORMATION AND INSTRUCTIONS TO BIDDERS 20
promptly be returned unopened to the prospective Bidder that submitted it. GSRDC
will not be responsible for postal delays.
GSRDC may, in its absolute discretion and prior to the Proposal Due Date stated in
Clause 9.2.1 above, extend the deadline for submission of the Proposals. Notice of
any extension of the Proposals Due Date shall be given promptly to all prospective
Bidders in the form of a supplementary notice.
9.3 Changes to / Withdrawal to Submitted Proposal
9.3.1 Any change to the submitted Proposal must be received by the Proposal Due Date.
Any change in the proposal terms will not be permitted after the Proposal Due Date.
9.3.2 Any Bidder may withdraw its Bid on or prior to the Proposal Due Date without
forfeiting its Bid Security. Withdrawal by Bidder of its Bid after the Proposal Due Date
shall entitle the GSRDC to forfeit its Bid Security.
9.4 Language
9.4.1 The Proposal and all related correspondence and documents shall be written in the
Indian English language. Supporting documents and printed literature furnished by
Bidder with the Proposal may be in any other language provided that they are
accompanied by an appropriate translation of the relevant sections in the English
language. Supporting materials that are not translated into English will not be
considered. For the purpose of interpretation and evaluation of the proposal, the
English language Translation shall prevail.
9.5 Format and Signing of Proposal
9.5.1 Bidder shall prepare three (3) copies (original + two copies) of the TechnicalProposals and Financial Proposals. The proposals shall be typed or written in
indelible ink and the each page shall be initialled by the designated person(s). All the
amendments made to the Proposal shall be initialled by the Designated Person(s).
9.5.2 If the proposal consists of more than one volume, Bidder must clearly number the
volumes constituting the Proposal and provide an indexed table of contents for each.
9.5.3 All documents should be bound, either singularly or with several documents bound
together. The Proposal should not include any loose papers.
-
8/19/2019 BVT-Section-1 - ITB
23/59
SIX LANING OF BAGODARA – WATAMAN – TARAPUR – VASAD ROAD
SECTION 1: INFORMATION AND INSTRUCTIONS TO BIDDERS 21
Sealing and Marking of Proposals
9.6.1 The Bid would include all the information as provided in the Contents of Bid in these
RFP documents. The Bidder shall use three separate envelopes/ packages (“Inner
Package”) for the first original copy, which shall contain the following.
Envelope A: The Technical Proposal along with Other Bid Documents as per
Clause 8 and original RFP and Addendum, if any, issued by GSRDC (To be
initialled by Authorised Signatory on every page).
Envelope B: The Financial Proposal
9.6.2. These two separate sealed envelopes or packages will be clearly marked with the
contents of each. These two envelopes / packages shall then be placed together in
one sealed package (“Outer Package”) marked “Confidential – Proposal for
Construction of additional two lane for Bagodara – Wataman – Tarapur - Vasad Road
to make it six lane divided carriageway facility on Build, Operate and Transfer (BOT)
Basis”.
9.6.3. All inner and outer packages shall indicate the name and address of the applicant or
Lead member applicant in case of consortium to enable the proposal to be returned
unopened in case it is declared late or is otherwise not accompanied by the other Bid
documents.
9.6.4. If the envelopes and the packages are not sealed, marked and addressed as
required above, GSRDC shall assume no responsibility for the Bid’s misplacement or
premature opening of the Proposal.
10.0 Bid Opening
10.1 All bids received by GSRDC will remain sealed and unopened in GSRDC’spossession until the Proposal Due Date. GSRDC shall open all Bids received prior to
or on Proposal Due Date and time on the day following the Proposal Due Date, i.e.
on 31/08/2010 at 17:30 hrs. If the proposal due date is extended on the day following
such extended proposal due date. The bids shall be opened in the presence of
Bidders’ representatives, who choose to attend. Bidders’ representatives attending
the Bid Opening shall register to evidence their presence.
10.2 The following information will be announced at the Bid Opening and recorded:
Bidders Names
-
8/19/2019 BVT-Section-1 - ITB
24/59
SIX LANING OF BAGODARA – WATAMAN – TARAPUR – VASAD ROAD
SECTION 1: INFORMATION AND INSTRUCTIONS TO BIDDERS 22
Names of Consortium Members:
10.3 GSRDC will open sealed Envelope containing “Financial Proposal” of the bidders,
who pass the Technical Evaluation as stated in this RFP, in the presence of the
bidder’s representatives, who choose to attend. Bidders’ representatives attending
the Financial Bid Conference shall register to evidence of their presence. After
Technical Evaluation of Proposals GSRDC will endeavour to intimate a week time in
advance to all qualified bidders about opening of “Financial Proposal”.
11.0 Proposal Processing Fee
The Bidder must submit a Demand Draft for Rs. 1,00,000 /- (Rupees One Lac only)
drawn at any nationalized bank in India in favour of Gujarat State Road Development
Corporation Ltd. payable at Gandhinagar, Gujarat; towards Proposal Processing Fee.
This amount would be non-refundable.
12.0 Bid Security
12.1 The Bidder shall submit a Bid Security for an amount of Rs. 8,84,00,000
(Rupees Eight Crores and Eighty Four Lacs only) along with its proposal.
12.2 The Bid Security shall be in the form of any of the following.
A Bank Guarantee issued by a Nationalized Bank in India (as defined in the
Concession Agreement) in favour of Gujarat State Road Development Corporation
Ltd. and in the format given in Appendix A, Bid Response Sheet No. 7 to this Section
1; or a Demand Draft in favour of Gujarat State Road Development Corporation Ltd.
payable at Gandhinagar.
12.3 The Bid Security shall be valid for a minimum period of two hundred and forty (240)
days beyond the Bid Validity Period. Upon any extension of the Bid Validity period,the validity of the Bid Security shall be extended by a corresponding period.
Notwithstanding anything contrary to any provision in this information and instruction
to Bidders, the validity of the Bid Security of the successful Bidder, on issue of the
Letter of Acceptance by GSRDC, shall be automatically extended until the
Performance Security is provided to GSRDC in accordance with the provisions of the
Concession Agreement.
12.4 The Bid Security of any Bidder not selected as a Successful Bidder will be returned
within a period of thirty (30) days from the date of execution of the Concession
Agreement with the successful Bidder.
-
8/19/2019 BVT-Section-1 - ITB
25/59
SIX LANING OF BAGODARA – WATAMAN – TARAPUR – VASAD ROAD
SECTION 1: INFORMATION AND INSTRUCTIONS TO BIDDERS 23
12.5 The Bid Security of the successful Bidder shall be released on receipt of Performance
Security from the successful Bidder in accordance with the provisions of the
Concession Agreement.
12.5.1 GSRDC shall reject the Proposal, which does not include the Bid Security.
12.5.2 The Bid Security of Bidders whose Proposals are rejected on the basis of technical
evaluation in accordance with the RFP, will be returned within period of thirty (30)
days from the date of intimating the rejection of the Proposal by GSRDC to the
Bidder.
12.6 In addition to the above, GSRDC will promptly release all Bid Securities in the event
GSRDC decides to terminate the bidding proceedings or abandon the Project.
12.7 The Bid Security shall be forfeited by GSRDC in the following cases:
12.7.1 The Bidder withdraws his bid after Proposal Due Date; as provided in the Section 1 of
the RFP documents;
12.7.2 In the case of a Successful Bidder, if the Bidder fails to sign the Concession
Agreement or furnish the required Performance Security within time specified in the
Concession Agreement; or as per Provisions of the Concession Agreement.
13.0 Performance Security
13.1 The Concessionaire shall for due and punctual performance of its obligations during
the Construction Period provides to GSRDC a Bank Guarantee (in the format
prescribed in the Concession Agreement) from a Bank (as defined in Concession
Agreement) for a sum equivalent to Rs. 44.20 Crores (Rupees Forty Four Crores and
Twenty Lacs) for Construction within time period as specified in the Concession
Agreement, Till such time the Concessionaire provides the Performance Security, the
Bid Security shall remain in full force and effect. The Performances Security shall bereleased to the Concessionaire as per provisions of the Concession Agreement.
14.0 Sources of Funds
14.1 The finances required for the project has to be arranged by the Bidder. No additional
support shall be provided. The Bidder will have to conform to the Reserve Bank of
India / SEBI Regulations for raising finance. In case of foreign investment, the
Exchange Control Regulations and Laws will be applicable.
14.2 Government of Gujarat / GSRDC shall not provide any financial support to the
successful bidder.
-
8/19/2019 BVT-Section-1 - ITB
26/59
SIX LANING OF BAGODARA – WATAMAN – TARAPUR – VASAD ROAD
SECTION 1: INFORMATION AND INSTRUCTIONS TO BIDDERS 24
PART D: METHODOLOGY AND CRITERIA FOR EVALUATION
1.0 Proposal Evaluation
1.1 This part of the Request for Proposal provides information on the methodology that
will be used to evaluate the proposals received.
1.2 The Concession will be awarded to the Bidder, who submits a responsive Bid and
offers to enter into a Concession Contract on the least cost to GSRDC and best
financial terms with GSRDC.
1.3 These RFP documents stipulate the minimum technical, financial and commercial
parameters of the Project, These RFP documents may be amended or technical,
financial and commercial parameters of the Project may be changed by GSRDC by
issue of an Addendum. Such an Addendum will form part of these RFP documents
and would be common for all the Bidders. GSRDC reserves the right to reject the
Proposals, which do not meet the technical, financial and commercial parameters
stipulated in the RFP documents.
1.4 Once the evaluation is completed and a successful Bidder (a Concessionaire) is
selected, any change in the variables, which form the basis of the Bidders' financial
bid will not affect the Concession terms except as provided in the Concession
Agreement.
1.5 Proposals not accompanied by other specified Bid documents shall not be evaluated.
2.0 Technical Evaluation
2.1 Each Proposal will be evaluated technically by examining the Bidder's Proposals
(contained in Envelope 'A') to ensure that their Proposals meet the technical
parameters specified in the Concession Agreement.
2.2 The reasonability and viability of the Proposal would be ascertained based on the
following factors:
Deviations from the scope of Project, prescribed design standards & features,
operation, maintenance and transfer requirements, specifications and other technical
parameters; Feasibility of project scheduling plan and deviations from scheduled
Project completion date and any other deviation.
-
8/19/2019 BVT-Section-1 - ITB
27/59
SIX LANING OF BAGODARA – WATAMAN – TARAPUR – VASAD ROAD
SECTION 1: INFORMATION AND INSTRUCTIONS TO BIDDERS 25
As GSRDC proposes to freeze the technical parameters for the Project, which would
be common for all the Bidders, the technical evaluation will be a pass/fail test to
determine responsive proposal.
2.3 Provided that the Bidder's Proposal is satisfactory in this respect, the Proposal will be
judged on the commercial and financial criteria set out below. If it is not satisfactory,
the commercial and financial aspects of the Bidder's Proposal will not be considered.
2.4 Bidders are advised that no advantage will be given in the evaluation of technical
proposals, which exceed the requested specification.
3.0 Financial Evaluation
3.1 GSRDC will open Envelope 'B' for the Bidders, who pass the technical evaluation.
Applicant will confirm that the financial proposal does not contain any caveats to or
deviations from the conditions of these RFP documents and Concession Agreement.
Any Bid containing such caveats/deviations is liable to be rejected by GSRDC.
3.2 Thereafter, bidders will be ranked on the basis of the lowest number of days as
Premium for the given fixed concession period. The bidder who has quoted the
lowest number of days as Premium shall be considered as highest ranked bidder.
3.3 GSRDC shall carry out a confirmatory evaluation of the Financial Proposal of the
highest ranked Bidder; GSRDC will need to be assured that the highest ranked
Bidder will have sufficient financial resources to undertake and fulfil his obligations
under the Concession Agreement. GSRDC will therefore assess the capability of the
Bidder to secure appropriate financing for it to meet GSRDC's requirements for the
Project. Although Bidders are not required to submit a fully committed financing offer
as part of the proposal, they will be required to give a detailed indication as to how
they would go about securing finance. The highest ranked Bidder may be required toprovide further information and clarification, if required, to assist GSRDC confirming
the soundness and robustness of the Bidder's Financial Proposal and strengths of
financial commitment of lenders and investors.
3.4 On completion of the confirmation evaluation to the GSRDC's satisfaction, the
GoG/GSRDC shall issue a Letter of Acceptance (LoA) to the successful Bidder.
3.5 In case, the required clarifications are not provided to the satisfaction of GSRDC or
the Concession Agreement does not get executed within forty five (45) days of the
Letter of Acceptance (LOA), GSRDC reserves the right to begin negotiations with the
next highest ranking Bidder, and so on.
-
8/19/2019 BVT-Section-1 - ITB
28/59
SIX LANING OF BAGODARA – WATAMAN – TARAPUR – VASAD ROAD
SECTION 1: INFORMATION AND INSTRUCTIONS TO BIDDERS 26
3.6 GSRDC also reserves the right to reject any proposal if:
a) At any time, a material misrepresentation is made or uncovered, or
b) The Bidder does not respond promptly and thoroughly to requests for
supplementary information required for evaluation of the proposal.
3.7 The first ranked responsive bidder will be selected to implement the Project on BOT
Basis.
3.8 Premium quoted by the successful Bidder in the Bid Response Sheet No.3 of
Appendix B will form the basis for inclusion in Article 3 and Article 25 of the
Concession Agreement. The successful Bidder will be permitted to charge the fees at
the rates equal to or less than the rates fixed in Schedule R .
3.9 The applicant will quote for Premium for fixed concession period with the given set of
fees to be charged for the operation period commencing from commercial operation
date ending at the predefined concession period.
3.10 The Concessionaire will be required to take the Project to Financial Closure within
Two Hundred and Seventy (270) days from the date of signing of the Concession
Agreement. The Concession period comprise both the construction period and the
operation and maintenance period as defined in Article 3 of the Concession
Agreement.
-
8/19/2019 BVT-Section-1 - ITB
29/59
SIX LANING OF BAGODARA – WATAMAN – TARAPUR – VASAD ROAD
SECTION 1: INFORMATION AND INSTRUCTIONS TO BIDDERS 27
PART E - I TECHNICAL PROPOSAL FORMAT
Each Bidder is required to submit a Technical Proposal.
Technical Proposal may broadly be in the following format:
1 Bidder Related Information
1. This shall contain the following information of the Bidder and the Consortium
Members, if any, formed for this Project.(please refer Bid Response Sheet No.1 in
Appendix A)
(a) The proportion of equity by each Consortium member, where applicable (Refer
to the Clause No.3.8 of RFQ)
(b) The role and responsibilities of each Consortium member.
2. Any material change occurring after its application for pre-qualifications was
submitted which may affect its technical, financial or legal status, or which may affect
its capacity to perform its obligations in respect of this Project, should also be
provided.
3. The Bidder's discussion on the Project Scheduling Plan and anticipated Commercial
Operations Date (COD) must identify when each of the milestones as indicated by
the Bidder will be achieved, pre-conditions for achieving them and significant
conditions or events which may delay achieving a milestone. The Bidder shall provide
details as per Bid Response Sheet No.3 of Appendix A.
4. The Bidder must not provide details of costs of construction in the Technical
Proposal. Similarly, no information on traffic estimates, financing plan or other
commercial issues should be included in this part of the Proposal.
2. Optional Information1. The Bidder may use this for any additional information that it feels is useful for the
evaluation of its proposal.
Appendices
GSRDC prefers that pertinent information be included in the text of the proposal.
However, if the material provided is particularly extensive the Bidder may include it as
an Appendix to the Proposal
In case GSRDC requires, the Bidders would submit further information to GSRDC
during the Bid evaluation process.
-
8/19/2019 BVT-Section-1 - ITB
30/59
SIX LANING OF BAGODARA – WATAMAN – TARAPUR – VASAD ROAD
SECTION 1: INFORMATION AND INSTRUCTIONS TO BIDDERS 28
PART E-II FINANCIAL PROPOSAL FORMAT
Each Bidder is required to submit a Financial Proposal. This proposal should contain
information about the financial plan for the Project, including an estimate of Total
Project Cost, phasing of expenditure, full description of financing plan with respect to
sources and uses of funds, capital structure, debt draw-down schedule, projected
annual income statements, cash flow statements, balance sheets, etc and the price
bid.
It is felt that uniformity of Financial Proposal from all the Bidders would ensure that
information collected from each Bidder is interpreted on a consistent basis. In order to
achieve this, each Financial Proposal must broadly be in the following format.
1. Financial Model
1.1 Introduction
Bidders are required to submit all the financial information for the fixed concession
period as mentioned below in the form of detailed computer model as mentioned
below. The soft copy (two copies) and a hard copy print out for the Base Cost must
be submitted with the Financial Proposal. GSRDC's will carry out a confirmatory
evaluation of the Bidder's Financial Proposal.
1.2 Format of the Financial Model
The format of the Financial Model is at the discretion of the Bidder, but the model
must be compatible with MS Office Excel Version. The Financial Model must provide
financial projections on an annual basis (unless indicated otherwise) from the date of
signing the Concession Agreement until one year after the end of the ConcessionPeriod. All projections should be in nominal Rupee terms following the Indian fiscal
year, i.e. April 1st to March 31st.
-
8/19/2019 BVT-Section-1 - ITB
31/59
SIX LANING OF BAGODARA – WATAMAN – TARAPUR – VASAD ROAD
SECTION 1: INFORMATION AND INSTRUCTIONS TO BIDDERS 29
1.3 Assumptions
A full description of the assumptions underlying the financial projections must be
submitted with the Financial Model. The Financial Model shall provide the following:
1.3.1 Project Schedule and Milestones
These should include assumptions related to Concession Agreement Date,
Appointed Date, Commercial Operations Date, Construction Period, Operation
Period, etc.
1.3.2 Macroeconomic Assumptions
These assumptions should include assumptions on the general inflation rate, Rupee
depreciation rate, if required, different specific inflation rates relating to each
component of expenditure and revenue for each year.
1.3.3 Capital Expenditure and Financing (on quarterly basis)
The Bidder should provide for the following (Bid Response Sheet No. 1 of Appendix
B):
a) Capital Costs (Construction Cost) of the Project as on the Proposal due date and
expenditure phasing
b) Total Project Cost calculation for the Project. This Information would include,
(i) Capital Costs
(ii) Capital Costs Contingency
(iii) Capital Costs escalation(inflation during Construction)
(iv) Soft costs such as Financing Costs, Legal Costs, Independent
Engineers’ Costs, including RoB consultation fee to Railway Authorities,
Insurance during construction, Interest during Construction, etc.(v) All other costs, which the Bidder has included in the computation of
Total Project Cost for the project length
c) Proposed financing plan for the Project including assumptions on
(i) Debt draw-down
(ii) Proposed equity contribution of the Bidder and sources thereof
(quarterly)
(iii) Hybrid or quasi-equity funding.
(iv) Premium paid for fixed concession period and fixed user fees.
-
8/19/2019 BVT-Section-1 - ITB
32/59
SIX LANING OF BAGODARA – WATAMAN – TARAPUR – VASAD ROAD
SECTION 1: INFORMATION AND INSTRUCTIONS TO BIDDERS 30
d) Debt terms in respect of both senior and subordinated debt, if any. These should
include, at the minimum:
(i) Coupon
(ii) Moratorium after COD, if any
(iii) Repayment period
(iv) Debt repayment schedule
(v) Structural obligations and/ or mezzanine financing
1.3.4 Projections during Operations Period
The Bidder should provide information in respect of:
a) Traffic forecasts used in the financial model(by Vehicle type)
b) Fees Rates used in the Financial model (including indexation formula)
c) Anticipated Operation and Maintenance Expenses
d) Proposed Depreciation treatment and calculations (Split between the various
categories of Different Fixed Assets) both for accounting purpose and tax purpose
e) Anticipated Tax Rate
f) Anticipated Tax Liability and Detailed Tax-computations
g) Details on O&M Support, if any
1.3.5 Financial Projections
The Financial Model should produce the following separately formatted outputs:
a) Summary of Key Financial Information
(i) Project IRR before financing and tax in both real and nominal terms.
(ii) Equity Contribution of Sponsors as percentage of Total Project Cost.
(iii) Debt to equity ratio at the time of project completion, defined as total
debt divided by total shareholders' funds; and
(iv) Annual Debt Service Coverage Ratio, Minimum DSCR, etc.(v) Any other ratios, which are considered relevant to the proposed
financial structure.
b) Financial Statements
(i) Projected annual income statements
(ii) Projected Cash flow Statements
(iii) Projected Balance sheets
In case GSRDC or its advisors require any clarification in respect of such Financial
Model and assumptions thereof, the Bidder will be required to provide a reasonable
and satisfactory basis for the assumptions made. Bidder should note that soft copy of
-
8/19/2019 BVT-Section-1 - ITB
33/59
SIX LANING OF BAGODARA – WATAMAN – TARAPUR – VASAD ROAD
SECTION 1: INFORMATION AND INSTRUCTIONS TO BIDDERS 31
the Financial Model should reflect all the assumptions indicated above and able to
check all the calculations in the soft copy it self.
-
8/19/2019 BVT-Section-1 - ITB
34/59
SIX LANING OF BAGODARA – WATAMAN – TARAPUR – VASAD ROAD
SECTION 1: INFORMATION AND INSTRUCTIONS TO BIDDERS 32
2. Price Bid
(As per Appendix B -Bid Response sheet No.3)
The cost considered in Appendix B should be reflected in the financial model.
3. Letter of Commitment and Letter of Support
The required formats for the letter have been provided in Appendix B, Bid Response
Sheet No. 4 to these RFP documents.
4. General
Unless otherwise stated, throughout these bidding documents, the following terms are
synonymous.
a) Bid/Tenders
b) Bidder/Tenderer/Contractor/Entrepreneur/Concessionaire
c) Employer/Government of Gujarat (GoG) / Roads and Building Department
(R&BD) / Gujarat State Road Development Corporation (GSRDC)
d) Earnest Money/ Bid Security
e) Tender Notice/Invitation for Bid
f) Toll/Toll Fee/Fee/Toll Charge/User Fees
-
8/19/2019 BVT-Section-1 - ITB
35/59
SIX LANING OF BAGODARA – WATAMAN – TARAPUR – VASAD ROAD
SECTION 1: INFORMATION AND INSTRUCTIONS TO BIDDERS 33
APPENDIX A
Technical Proposal Response Sheets
for
Six laning of existing three lanes for
Bagodara – Wataman – Tarapur – Vasad Road
SH-8, Km. 0/0 to Km. 101/9 in the state of Gujarat
On
Build Operate and Transfer (BOT) Basis
-
8/19/2019 BVT-Section-1 - ITB
36/59
SIX LANING OF BAGODARA – WATAMAN – TARAPUR – VASAD ROAD
SECTION 1: INFORMATION AND INSTRUCTIONS TO BIDDERS 34
Appendix A
Bid Response Sheet No. 1
INFORMATION ABOUT BIDDER
Name of the Bidder (Consortium)
In case of a Consortium the names, roles and proposed equity shares of all the
Consortium Members should be given here.
1. Information about Consortium Members
Sr. No. Member's Name Role Proportion of Equity
Update Information for the Qualification Statement
Bidder shall provide information in respect of Technical, Financial, Legal or other
aspects, which would illustrate the Bidder's Capability to implement the Project.
Note:
1. GSRDC may use publicly available information on any Consortium Member for
the evaluation.
-
8/19/2019 BVT-Section-1 - ITB
37/59
SIX LANING OF BAGODARA – WATAMAN – TARAPUR – VASAD ROAD
SECTION 1: INFORMATION AND INSTRUCTIONS TO BIDDERS 35
Appendix A
Bid Response Sheet No. 2
PROJECT COMPLETION SCHEDULE
1. The Bidder shall provide a detailed Project Scheduling Plan consistent with the
estimate of the Project Schedule and its anticipated COD. The Bidder shall
indicate the milestones and would describe when the various milestones of the
Project will be achieved. This Project Implementation Schedule shall form part of
the Concession Agreement.
2. The Bidder shall also indicate the Pre-conditions for achieving the milestones
indicated in the Project Implementation Schedule and significant conditions or
events, which may delay achieving of a milestone. The schedule shall also include
identification and acquisition of major clearances. The above schedule shall also
be submitted in a Bar Chart and CPM network format.
-
8/19/2019 BVT-Section-1 - ITB
38/59
SIX LANING OF BAGODARA – WATAMAN – TARAPUR – VASAD ROAD
SECTION 1: INFORMATION AND INSTRUCTIONS TO BIDDERS 36
Appendix A
Bid Responses Sheet No. 3
ACKNOWLEDGMENT OF RFP AND NOTIFICATION OF INTENT TO BID
(As Submitted)
The undersigned hereby acknowledges receipt of the RFP documents from GSRDC and
gives notice of its intent to submit a Proposal. The undersigned confirms that the Applicant
is in possession of the entire RFP for Construction of additional three lane facility for
Bagodara – Wataman – Tarapur – Vasad Road to make it six lanes divided carriageway
facility on Build, Operate and Transfer (BOT) basis.
Note: This form should be returned by letter or telefax within 7 (seven) days of receipt of
these RFP documents.
The letter should be addressed for the attention of Shri. K.G. Prajapati, as per address for
communication given in the RFP.
…………………………………….
Name of the Prospective Bidder
…………………………………….
Signature of the Designated Person
…………………………………….
Name of the Designated Person
…………………………………….
Date of Receipt of RFP document
-
8/19/2019 BVT-Section-1 - ITB
39/59
SIX LANING OF BAGODARA – WATAMAN – TARAPUR – VASAD ROAD
SECTION 1: INFORMATION AND INSTRUCTIONS TO BIDDERS 37
Appendix A
Bid Response sheet No. 4
ANTI-COLLUSION CERTIFICATE
1. We certify that, this Bid is made in good faith, and that we have not fixed or adjusted
the amount of the Bid by or under or in accordance with any agreement or
arrangement with any other person. We also certify that we have not, and we
undertake that we will not, before the award of any contract for the work,
i) (a) Communicate to any person (outside this consortium, its professional and
financial advisers, proposed financing banks and their professional and
financial advisers) other than the GSRDC or person duly authorized by it in
that behalf, the amount or approximate amount of the Bid or proposed Bid,
except where the disclosure, in confidence, of the approximate amount of the
Bid was necessary to obtain insurance premium quotations required for the
preparation of the Bid;
b) enter into any agreement or arrangement with any person (outside this
consortium) that they shall refrain from Bidding, that they shall withdraw any
Bid once offered or vary the amount of any Bid to be submitted;
ii) pay, give or offer to pay or give any sum of money or other valuable consideration
directly or indirectly to any person (outside this consortium) for doing or having done
or causing or having caused to be done in relation to any other Bid or proposed Bid
for the work, any act or thing of the sort described at (i) (a) or (b) above.
2. We further certify that the principles described in paragraphs 1(i) and (ii) above havebeen, or will be, brought to the attention of all sub-contractors, suppliers and
associated companies providing services or materials connected with the Bid and any
contract entered into with such sub-contractors, suppliers or associated companies
will be on the basis of compliance with the above principals by all parties.
3. In this certificate, the word "person" includes any persons and any body or
association, corporate or unincorporated; "any agreement or arrangement" includes
any transaction, formal or informal and whether legally binding or not; and "the work"
means the work in relation to which the Bid is made.
Dated……………….Day of…………………..2010
-
8/19/2019 BVT-Section-1 - ITB
40/59
SIX LANING OF BAGODARA – WATAMAN – TARAPUR – VASAD ROAD
SECTION 1: INFORMATION AND INSTRUCTIONS TO BIDDERS 38
………………………………..
……………………………..
Name of the Prospective Bidder Signature of the Designated
Person
………………………………..
……………………………..
Date of Receipt of RFP documents Name of the Designated
Person
Appendix A
-
8/19/2019 BVT-Section-1 - ITB
41/59
SIX LANING OF BAGODARA – WATAMAN – TARAPUR – VASAD ROAD
SECTION 1: INFORMATION AND INSTRUCTIONS TO BIDDERS 39
Bid Response sheet No. 5
ATTENDANCE AT THE PRE-BID CONFERENCE (As Submitted)
1. GSRDC proposes to hold a Pre-Bid conference at _____ Hrs on ______ 2010
2. The undersigned hereby confirms that the Prospective Bidder will or will not attend.
(Please tick in appropriately)
3. The number of representatives expected to attend Pre-Bid Conference is
4. The names(s) of person(s) likely to attend / represent the Prospective Bidder are as
follows:
1. ………………………………………………….
2. ………………………………………………….
(Not more than two individuals from each Prospective Applicant)
5. The undersigned hereby acknowledges that he / she understands that if the Prospective
Bidder does not attend the Pre-Bid Conference, GSRDC is not obligated to respond to
queries from the Prospective Bidder after the date of the Pre-Bid Conference.
Note: Letter or tele-fax should return this form with the original signature to the address
for Communication given in the RFP.
………………………………..
Name of the Prospective Bidder
………………………………
Signature of the Designated Person
………………………………..
Name of the Designated Person
………………………………..
Date of Receipt of RFP documents
-
8/19/2019 BVT-Section-1 - ITB
42/59
SIX LANING OF BAGODARA – WATAMAN – TARAPUR – VASAD ROAD
SECTION 1: INFORMATION AND INSTRUCTIONS TO BIDDERS 40
Appendix A
Bid Response sheet No. 6
Draft Covering Letter
(On Bidding Consortium's Leader or Prospective Bidder's Letterhead)
Shri K.G. Prajapati
Managing director Gujarat State Road Development Corporation Limited
GSRDC, Ground Floor, Nirman Bhavan
Sector 10-A, Gandhinagar - 382 010
Gujarat (India)
Dear Sir,
Attached to this letter is the authority (e.g. Power of Attorney appointing me/us the
designated person(s)) appointing me/ us to make these representations for and on behalf of
the Bidder
For and on behalf of the Bidder. I/We confirm:
1. that our Consortium fulfils the requirements spelt out in RFP documents issued by
GSRDC;
2. that the offer by the Prospective Bidder to procure the Project to implement is in
accordance with the terms and conditions of the RFP documents issued by GSRDC;
3. that if GSRDC accepts this proposal we will ensure that the Concessionaire will:
a) be formed by the time required by the RFP with the prospective Bidder owning
at all times the proportion of the issued share capital in the Concessionaire as
required by the RFP
b) expect the concession Agreement in the term issued by GSRDC or in the term
approved by GSRDC, and
c) Provide the Performances Security as required by the RFP.
4. that neither the Prospective Bidder nor any of its employees, officers, agent or
representatives have engaged in any activity which directly or indirectly has, or is
-
8/19/2019 BVT-Section-1 - ITB
43/59
SIX LANING OF BAGODARA – WATAMAN – TARAPUR – VASAD ROAD
SECTION 1: INFORMATION AND INSTRUCTIONS TO BIDDERS 41
likely to have, the effect of reducing the competition between the Prospective Bidders
in connection with the Project.
5. that the offer contained in the Proposal attached to this letter is a firm offer, which will
remain open for the Bid Validity Period, referred to in the RFP, including any
extension of the Bid Validity Period.
6. that on written request by GSRDC to extend the period of Validity of the Proposal, the
Proposal attached to this letter and the Bid Security referred to in paragraph 8 below
will remain in full force and be valid for that extended period as per provisions of the
RFP.
7. that the applicant accepts the terms and conditions stipulated in the RFP document
for the Selection Process and undertakes to perform its obligations accordingly.
8. that attached to this letter is the Bid Security as required by the RFP.
9. that we had received the Addendum dated (date to be inserted) to the RFP and
confirm that the attached Proposal has been submitted in accordance with the RFP
and the Addendum. (Only to be used in the event of clarifications and/or revisions
being made by GSRDC.)
10. Attached to this letter is a true copy of the MOU / Consortium Agreement between the
parties constituting the Consortium.
All capitalized terms used in this letter have the same meaning as defined in the Request
for Proposal issued by Gujarat State Road Development Corporation on (date to be
inserted) in relation to the Construction of additional three lane for Bagodara – Wataman –
Tarapur – Vasad Road to make it six lanes divided carriageway facility on Build, Operate
and Transfer (BOT) Basis.
Name:
Title:
Date:
-
8/19/2019 BVT-Section-1 - ITB
44/59
-
8/19/2019 BVT-Section-1 - ITB
45/59
SIX LANING OF BAGODARA – WATAMAN – TARAPUR – VASAD ROAD
SECTION 1: INFORMATION AND INSTRUCTIONS TO BIDDERS 43
a) The Bidder withdraws his bid, as provided in this Section I of the RFP
documents.
b) In the case of a successful Bidder, if the Bidder fails to sign the concession
Agreement for furnish the required Performance Security within the specified
time or As per provisions of the Concession Agreement.
5. This guarantee will remain in force until the later of:
a) The expiry of the Bid Validity Period of the Proposal as stated in the RFP,
including any extension of that Bid Validity Period.;
b) 7 days after the date on which the Concessionaire gives the Performance
Security in accordance with the RFP, as advised to us in writing by or
c) GSRDC agrees, in its sole discretion, in writing to release (Bank/Financial
Institution) from our obligations under this guarantee.
6. GSRDC is entitled to make any demand under this guarantee not later than the day
this guarantee ceases to remain in force in accordance with clause 5.
7. GSRDC is under no obligation to notify (Bank/Financial Institution) of any extension
of the Validity period of the Proposal or the selection of the Prospective Bidder as one
of the successful Bidder.
8. (Bank/Financial Institution) agrees that it will not assign its obligations under this
guarantee without the prior written consent of GSRDC.GSRDC will not unreasonably
withhold its consent if the proposed assignee is of at least equal financial standing to
(Bank/Financial Institution) and the assignee assumes in writing the obligations of
(Bank/Financial Institution) under this guarantee at the same time or before the
assignment.
SEAL OF (BANK/FINANCIAL INSTITUTION) ……………………………………
NAME OF (BANK/FINANCIAL INSTITUTION) ……………………………………
SIGNATURE …………………………….
NAME…………………………………….
TITLE…………………………………..
DATE………………………………..…..
-
8/19/2019 BVT-Section-1 - ITB
46/59
SIX LANING OF BAGODARA – WATAMAN – TARAPUR – VASAD ROAD
SECTION 1: INFORMATION AND INSTRUCTIONS TO BIDDERS 44
Appendix A
Bid Response sheet No. 8
Power of Attorney to be provided by each Consortium Member in favour of Team
Leader
POWER OF ATTORNEY
To Whomsoever It May Concern
WHEREAS we have decided to participate in the bidding proceedings for the work of “Six
laning of existing three lanes for Bagodara – Wataman – Tarapur – Vasad Road SH-8, Km.
0/0 to Km. 101/9 in the state of Gujarat on Build, Operate and Transfer (BOT) Basis” (the
"Project") as a Member of Consortium, i.e.__________ (name of Consortium), we
…………………… (name of the authorizing company), a company incorporated under the
laws of …………………………………….,the registered address of which is
………………………. ………., to lawfully represent and act on our behalf as the Team
Leader of the consortium to sign any bid, conduct negotiations, sign contracts, incur
liabilities and receive instructions for us and on our behalf and execute all other necessary
matters in connection with the Project. We hereby confirm that we are jointly and severally
liable, together with the other members of the consortium, to GSRDC for all of the
obligations of the consortium in respect of our Bid for the Project, in accordance with this
RFP for the Project issued on ___________ and as amended prior to the date hereof.
IN WITNESS WHEREOF, we have hereunto set our respective hands this ______Day of
________.
SEALED HEREIN
………………………………..
Name of the Authorised Person
…………………………………
Name of the Authorised Person
………………………………..
Name of the Consortium Member
Note: Please provide the original on stamp paper.
-
8/19/2019 BVT-Section-1 - ITB
47/59
SIX LANING OF BAGODARA – WATAMAN – TARAPUR – VASAD ROAD
SECTION 1: INFORMATION AND INSTRUCTIONS TO BIDDERS 45
Appendix A
Bid Response sheet No. 9
Power of Attorney by the prospective Bidder (Leader in case of Consortium) or favour
of Designated Person(s) (a maximum of two individuals).
Dated : _________
POWER OF ATTORNEY
To Whomsoever It May Concern
Shri ……………………………… (Name of the Person(s), domiciled at …………………..
(Address), acting as ………………….. (Designation and name of the firm), and whose
signature is attested below, is hereby authorised on behalf of …………………… (Name of
the Bidder) to negotiate and settle terms and conditions, finalise, approve, sign and execute
Agreements, Documents, Endorsements, Writings etc. as may be required by Gujarat State
Road Development Corporation or any governmental authority for the work of ““Six laning of
existing three lanes for Bagodara – Wataman – Tarapur – Vasad Road SH-8, Km. 0/0 to
Km. 101/9 in the state of Gujarat on Build, Operate and Transfer (BOT) Basis” and is hereby
further authorised to sign and file relevant documents in respect of the above.
(Attested signature of Shri………………………….)
………………………………..Name of the Designated Person
…………………………………
Signature of the authorised Person
……………………………………�