detailed tender document for - patnitop.nic.inpatnitop.nic.in/pdf/rfp document for ropeway...
TRANSCRIPT
K U D
Detailed Tender Document
For
Sd/-
Executive Engineer
Patnitop Dev. Authority
CONSTRUCTION OF IMPORTED
PASSENGER ROPEWAY
AT PATNITOP
DISTRICT Udhampur (J&K), ON BOOT BASIS
1
Patnitop Development Authority
Kud, Udhampur, Jammu
Issued to
.
Cost of RFP Document
Rs. 25000.00 (Rs. Twenty Five Thousand Only)
Received Vide Receipt No:
Dated:
Sd/-
Signature of Issuing Authority
2
Patnitop Development Authority
PDA/Ropeway/BOOT-1 /2015
BOOT TENDER DOCUMENT
FOR CONSTRUCTION OF IMPORTED
PASSENGER ROPEWAY
AT PATNITOP
DISTRICT Udhampur (J&K), ON BOOT BASIS
CONTENTS
Section – I RFP NOTICE
CRITERIA FOR COMPETITIVE BIDDING
ABOUT RFP
SECTION – II - PRELIMINARY PROJECT
INFORMATION
SECTION – II I - INSTRUCTIONS TO BIDDERS
SECTION – IV - GUIDELINES FOR PROJECT
SECTION – V - TERM SHEET OF CONCESSION
AGREEMENT
- ANNEXURES
- DRAWINGS
- TOURIST ARRIVAL DATA
December - 2015
Sd/-
Patnitop Development Authority
Kud, District Udhampur, J&K
India 182142
3
Patnitop Development Authority
Kud, Udhampur, Jammu
RFP No. 01of 2015
Dated: 20-12-2015
On behalf of Governor of J&K State, Chief Executive Officer Patnitop Development
Authority invites offers from financially sound and experienced agencies for financing, design,
supply, installation, testing and commissioning and subsequent operation and maintenance of a
passenger ropeway system in two sections (A) From Kud, near KM 99 of National NH1A to
Sangote village and (B) From Sangote to Patnitop near Hotel Vardan District Udhampur J&K
purely on Built, Own, Operate and Transfer (B.O.O.T) basis, for a concession period of 35 years as
per the specifications given below. The three terminals Upper, Lower and intermediate have been
identified and marked. The offers should be in two separate envelops super scribed as “Technical
Offer” and “Commercial Offer”. Both the envelopes should be sealed and enclosed in one pack
accompanied by Security deposit in the shape of Demand Draft for Rs. 25.00 lacs drawn in favour
of Accounts Officer Patnitop Development Authority payable at Kud / Udhampur. The Broad
specifications are as under:-
Technical specifications:
1. Type of System
Section 1st:- Monocable fixed grip pulsated
Gondola system (Group Gondola System).
Section 2nd
:-
Mono cable Detachable gondola system
2. Horizontal Length Section 1st : 1264Meters
Section 2nd
: 2618 Meters
3. Passenger Carrying capacity(Initial/final)Section 1st400/600 PPH
Section 2nd
400 /600PPH
4. Estimated Project cost Rupees 60.00 Crores
Technology:-
1. The system shall be imported as per European/Canadian /American code.
Note:- Indigenous system shall not be accepted.
4
Terms & conditions:
1. In case of a joint venture group, the intending bidder should have a legally enforceable
agreement with a registered, reputed and experienced ropeway company for execution of
this project.
2. Although the technical specifications mentioned in this RFP document are tentative but any
deviation from the indicated technical parameters shall have to be discussed with the Chief
Executive Officer Patnitop Development Authority/ Consultants before submission of the
bids (on Pre-bid meeting day). The PDA may or may not agree with such deviations.
3. Land has been acquired by Patnitop Development Authority and shall be rented / leased out
for a period of 35 years in favour of successful bidder. The successful bidder shall have to
quote the rent per kanal per year for the total area he intends to use. The bidder is required to
quote the land rent separately but along with the MGA in financial bid. The land rent and
MGA put together shall determine the highest bidder subject to acceptance of his technical
bid. Apart from the rentals the land use plan needs also to be formulated and submitted
along with the technical bid.
4. The BOOT operator can dove tail additional recreational activities/ facilities if he desires so.
This shall be discussed separately with the successful bidder after the work on ropeway is
started by the operator. Patnitop Development Authority shall help in identifying the
appropriate activities and can assist in formulation of DPR. Financial aspects out of this
additional activity between successful bidder and Patnitop Development Authority can be
discussed separately and mutually between BOOT operator and Patnitop Development
Authority (PDA). Enough land is available at village Sangote (Intermediate Terminal) for
incorporating these activities.
5. All the Clarence’s related to the execution of the work have been obtain by PDA from
Ministry of MOEF Government of India, Wild Life Department, Forest Department,
Hon’ble Supreme Court of India etc.
6. The intending bidders will indicate the minimum guarantee amount as royalty/premium to
be paid towards PDA for the concession period per year in terms of percentage of revenue to
be realized from operation of the project which should not be less than 5% in any case. A
technically acceptable proposal offering maximum MGA and maximum land rent shall be
eligible for award of contract on Boot basis. The escalation per year over Minimum
Guarantee Amount and land rent needs to be indicated for the whole concession period.
7. The successful bidder shall have to enter into a formal agreement with Patnitop
Development Authority (PDA) on a proper format which will include technical interventions
from Patnitop Development Authority (PDA)/ their consultant on periodical basis as per
J&K Ropeways Act and as per the manufacturer’s recommendations and as per the
regulations in vogue and other terms & conditions for project to be executed operated and
maintained on BOOT basis.
5
8. The interested parties can obtain a copy of RFP document from the office of Chief
Executive Officer Patnitop Development Authority (PDA) Kud, Udhampur against a non-
refundable payment of Rs. 25000.00 on any working day from 20.12.2015 during office
hours. The bidders are required to satisfy themselves fully after carrying out a detailed study
about the economics of the project and should apply only after satisfying themselves.
9. Conditional offers shall out rightly be rejected. The CEO Patnitop Development Authority
(PDA) reserves the right to reject any offer or all offers without assigning any reasons
thereof.
10. Patnitop Development Authority (PDA) advises the bidders to carry out the feasibility study
( Technical and commercial) in their own interest before submitting the bid
The Offers complete in all respects as per RFP document along with earnest money of Rs. 25.00
lacs should reach the office of the undersigned by or before 21.01.2016.
Sd/-
Chief Executive Officer
Patnitop Development Authority (PDA)
Kud, District Udhampur (J&K) - 182142
6
Patnitop Development Authority
Kud, Udhampur, Jammu
(CRITERIA FOR COMPETITIVE BIDDING)
DEVELOPMENT OF PASSENGER ROPEWAY FROM KUD TO SANGOTE VILLAGE
AND SANGOTE TO PATNITOP NEAR HOTEL VARDEN
DISTRICT UDHAMPUR J&K
ON
BUILT – OWN – OPERATE – TRANSFER (BOOT) Basis
On behalf of the Governor J&K State, Chief Executive Officer Patnitop Development Authority
Kud, Udhampur J&K India invites, Technical and Financial proposals (two Bid system) from the
Technically and financially sound parties, companies or consortiums for Design, Engineering,
Construction, Development, Finance, Operation & maintenance of Passenger Ropeway (A) From
Kud, near KM 99 of National Highway (NH1A) to Sangote village and (B) From Sangote to
Patnitop near Hotel Vardhan District Udhampur J&K on Build, Own, Operate and Transfer (BOOT)
basis for a specified Concession period.
a) RFP Document No PDA/Ropeway/BOOT-1 /2015
b) Name of Work Design, Engineering, Construction, Development,
Finance, Operation & maintenance of Passenger
Ropeway in two sections (A) From Kud, near KM 99
of National Highway (NH-1A) to Sangote village and
(B) From Sangote to Patnitop near Hotel Vardan
District Udhampur J&K India on Built, Own, Operate
and Transfer (BOOT) basis.
c) Earnest Money Deposit or
Bid Security Rs. 25.00 lacs. In the shape of DD drawn in favour of
Accounts Officer Patnitop Development Authority
payable at Udhampur J&K
d) Concession period 35 years. Extendable by additional 10 years subject to
agreement on revised terms between the
concessionaire and Patnitop Development authority
e) Sale of RFP Document From 20.12.2015 to20.01.2016
f) Pre-bid meeting A pre-bid meeting shall be held on 12.01.2016 in the
office of the Chief Executive Officer Patnitop
Development Authority Kud (J&K) to clarify, doubts if
any, with regard to the tender document/ tendering
conditions
f) Receipt of bids & venue Upto 14.00 hrs on 21.01.2016 Office the Chief Executive
7
Officer Patnitop Development Authority Kud (J&K)
g) Date, Time & venue of
opening of bids
25.01.2016 at 2.00 PM in the Office of the Chief
Executive Officer Patnitop Development Authority Kud
(J&K)
2. To qualify for the award of the contract, the bidder or his JV partners or the bidding consortium
should fulfil the following qualification requirements
Item
No.
Qualification requirement Minimum Value
A Annual Financial Turnover* in any of the last five
financial years
Rs. 10.0 Crores
B Work Experience –
a. Must have successfully designed, installed and
commissioned at least two (02) Aerial Passenger
Ropeway Systems in last (05) years.
b. Operation and Maintenance Experience: -
Should have operated and maintained 1 passenger
ropeway systems for at least one year.
Note:-
Proof to be provided from the client for
successful operation and Maintenance of these
ropeways from the clients. The address of the
clients to be mentioned specifically.
c. Local partners or local associates, if engaged by the main
contractor for buildings, civil works for foundations,
structure works (for station buildings and ancillary
works) and assistance for erection of Plant and
Machinery including towers must possess the following
credentials:
i) Must be a registered firm with Central/State
Govt. To execute contracts.
ii) Must have attained a turnover of at least Rs.
02.00 crores during last three (03) years
exclusively for civil works.
iii) The contractor should possess the requisite
infrastructure required for project
implementation to the best satisfaction of the
Patnitop Development Authority / their
consultants
iv) The main bidder shall be responsible for the
performance, work and conduct of his local
associate/ subcontractors.
d. Solvancy Rs.05 Crore
8
*The turnover of 10 Crores shall be considered on flowing basis.
Either the bidder, or the firms combining to make a JV or the consortium can combine to
make a turnover of 10 crores.
3. RFP Documents can be purchased from the office of Chief executive officer (PDA) on any
working day between 10.30 hrs and 16.30 hrs on payment of a non-refundable Amount of
Rs.25,000/- (Rupees Twenty Five Thousands only) cash payment from 20.12.2015 to
20.01.2016.
OR
RFP document can be downloaded from our website www.patnitop.nic.inwith an immediate
intimation to Patnitop Development Authority through email. In such case the cost of RFP
document i.e. Rs. 25,000/- shall have to be paid by the concerned party along with his bid
document in the same manner as indicated above without which the bid document cannot be
accepted. The intimation for down loaded document can be sent on following email ID:
4. The bids submitted by the bidders who do not meet the qualification requirements as required or
whose Bids (both technical and Price) are not valid and open for acceptance for a period less
than 6 months from the date of opening of RFP Documents, will be rejected.
5. Issue of RFP Documents to the bidder will not mean that the bidder is qualified for the Award
of the Contract. The bidders will be required to further fulfill the Qualification Criteria given in
the RFP Document before being considered eligible for the Award of Contract. No Condition /
Deviation which is either additional or in modification of the Proposal conditions shall be
included in the bid submitted by the bidder. If the bid contains any such conditions or deviations
from the tender conditions, the bid will be rejected. The bidders are however free to discuss any
deviations or conditions in the pre bid meeting. Patnitop Development Authority / their
consultants shall incorporate such deviations and conditions in the bidding document if found
feasible.
6. The bids not accompanied by valid bid security shall be rejected. Bids duly completed in all
respects along with the requisite amount of Bid Security shall be received on 21.01.2016 upto
2PM. These will be opened on 25.01.2016 or any other day convenient to management of
Patnitop Development Authority in the presence of the bidders or their authorized
representatives, who choose to be present in the office of CEO PDA, Kud. Technical bids so
opened will be evaluated by a panel of Technical experts before finalizing. Financial bids of
only such bidders shall be opened whose technical bids are found in order. The bidders who
qualify for opening of financial bid shall be intimated about the date and time of opening of
financial bid.
7. The Bid documents are not transferable. The bidders are required to put the tender in the Tender
Box personally or through their authorized representative. RFP Notice Number and name of
work shall be super scribed on the sealed envelopes.
8. In case the date of opening of the bids as mentioned above is declared to be a holiday or the
office of the CEO PDA cannot open due to any reason on that day, the bids shall be received
and opened on the next working day at the same time and venue.
9
9. A pre-bid meeting shall be held in the office Chief Executive Officer Patnitop Development
Authority Kud, Udhampur (J&K), India on 12.01.2016 at 2.00 PM hours for clarification of
any doubt on any condition of RFP document. For this reason queries, if any, must be sent to
the office of Chief Executive Officer Patnitop Development Authority by or before Pre bid
meeting.
Sd/-
Chief Executive Officer
Patnitop Development Authority
10
About this RFP
The information contained in this Request for Proposal (RFP) is being issued to Bidders by
Patnitop Development Authority, to enable them to understand the basic parameters of the proposed
project. The bidder in their own interest is advised to analyze and evaluate all the pros and cons of
participation in the bid and subsequent award of contract if selected. PDA cannot be held
responsible due to any account or due to the preliminary information being provided in the RFP
document.
The RFP document is not an agreement. The purpose of this document is to provide interested
parties with information to assist the formulation of their bid.
PDA, 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.
**********
11
SECTION II PREILIMINARY PROJECT INFORMATION REPORT
INTRODUCTION
The Department of Tourism, Government of Jammu and Kashmir propose to develop
a scenic spot in or around Patnitop area as a place of tourist interest by constructing a
passenger aerial ropeway. Patnitop is a popular hill resort located at a distance of
110Kms form Jammu, at an altitude of 2024 meters. The hill top is a plateau covered
with deodar forest. It is located on the Jammu-Srinagar National Highway and offers
beautiful picnic spots and breathtaking views of the mountain scape of Chenab Basin.
During winters this resort is generally covered with a thick mantle of snow providing
opportunities of various snow games including skiing. There are large number of
Huts, Tourist Bungalows and Hotels to provide accommodation to the tourists.
Patnitop is visited by tourists round the year in summer as well as winter. The
proposed ropeway will thus provide considerable impetus to the tourist importance of
the resort.
With the purpose of selecting a suitable location for construction of proposed
Ropeway, several visits have been made by the consultants and authorities. After
several visits to the site by the Consultants and a detailed survey conducted by a team
of surveyors, four alternative routes and alignments were selected for consideration
and analysis. After joint inspection with the Chief Executive Officer, PDA and the
Consultants and detailed discussions it was unanimously agreed that a suitable
alignment for the proposed ropeway should inter satisfy the following criterion.
The proposed ropeway and the associated commercial facilities are to be
constructed on BOOT basis and as such this project has to be commercially
12
viable. If the location of the ropeway is such that it has very little or uncertain
commercial potential this project will not be able to attract good investors.
For a ropeway location to be popular with the tourists so as to ensure good
commercial return it will have satisfy the following minimum requirements. It
should be easily approachable from Jammu – Srinagar highway.
The base terminal or originating point where people will board. De-board the
ropeway cars should preferably be located near Jammu- Srinagar highway. This will
be the originating point of the ropeway where major commercial facilities will be
provided for the tourists. When during winter season Patnitop is covered with snow
this provide an added attraction to the tourists, as they could park their vehicles at the
base terminal and go to Patnitop enjoy the snow covered hilltop. This will
incidentally avoid congestion at Patnitop which is likely to take place if the base
terminal is located on Patnitop. This ropeway can be used by tourists who want to
visit Patnitop or even stay there of the night, as well as by tourists who reach Patnitop
direct with the purpose of staying there for few days.
In order to preserve the natural environment and beauty of Patnitop it is
considered advisable that the base terminal of the ropeway, where main commercial
facilities are to be provided is not located at Patnitop. At the upper terminal of the
ropeway to be located at Patnitop only bare minimum commercial facilities should be
provided so as to avoid congesting the hill top area.
It is therefore, decided to formulate a project proposal, which should be
technically feasible and not only economically viable but also profitable.
13
SITE SURVEY AND SELECTION OF ALIGNMENT
A survey has been undertaken to determine the most suitable location for the
proposed of ropeway and the tourist facilities required. After an extensive survey of
the area around Patnitop and Kud, it was considered that it will be beneficial to locate
the base terminal of the ropeway and develop the necessary facilities in an area in the
vicinity of Kud, easily approachable from Jammu – Srinagar National Highway. Kud
is a small township at a distance of 103 Kms from Jammu on Jammu on Jammu-
Srinagar National Highway (NH1A) at an altitude of 1738 meters accommodations
are available here at the tourists Bungalow of the Tourism Development Corporation
of Jammu and Kashmir state and several private hotels. In this area several locations
with sufficient land area are available for establishing the base terminal of the
ropeway and the commercial facilities required. Considering the need of extending
the benefits of this development project to the inhabitants of the local area and
selecting a good location of the upper terminal station at Patnitop several routes were
identified. Considering the advantages/disadvantages of different locations four
alternatives were selected .The drawings of the alternatives routes are annexed at the
end of this Document.
The project report is based on the feasibility report that included
recommendation for a monocable fixed grip pulsed gondola ropeway system for
section 1st and monocable detachable system for section 2
nd to be located on the south
side of Patnitop starting from a site at KM 99 on Jammu- Srinagar National Highway
at the approach of Kud town while coming from Jammu side. This proposal will be
really attractive for the tourists as well as for any investor.
After study and joint inspections of the area at the approach of Kud town from
Jammu side, near the multiple road bends, it was found that the base terminal of the
14
proposed aerial ropeway could be excellently located near km99 on the national
highway itself. From this starting point the ropeway will descend upto the foothill of
the ridge between the base point and Patnitop after crossing a hill stream. An
intermediate station of the ropeway will be established at his point near village
Sangote. From here the ropeway will proceed ultimately to the upper terminal station
at Patnitop.
Considering the type of terrain and the alignment required to be followed by
the ropeway the installation of the ropeway will have to be planned in two sections
i.e. one section from the base terminal to the intermediate station and other section
from there to the upper terminal point.
Moreover, so as to make the Kud/Patnitop development project attractive for
the tourists viz Vaishno Devi visitors, people visiting Srinagar and local population
including the armed forces personnel and their families living in Jammu, Udhampur
and Srinagar the planning of the tourists facilities can include other recreational
activities, children amusements, gaming zones, water fountains, small pond/lake park
with restaurant snack bars and gift shops etc. at the intermediate station. The
promoter/ Investor would like to develop at all the terminals of the ropeway micro-
multiple facility joints for refreshment, minor amusements for children and fast food
shops restaurants. The detailed facilities/activities shall be discussed with Patnitop
Development Authority once the work for installation of ropeway is awarded.
In a nutshell the objective behind the present project report is that the PDA is
able to plan attractive tourist spots for the travellers and tourists, which should at the
same time offer a profitable preposition for the promoter/ Investor. One must
conceive a practical plan on the lines of such development schemes promoted in
Switzerland, Austria or Germany.Utmost care has to be exercised to preserve the
15
nature’s gift to Patnitop area and not to spoil the ecology of the area. The details have
been provided in this document to enable any ropeway investor/ promoter to arrive at
a decision for setting up a most suitable and economically viable ropeway system
conforming to international standards. The tourist flow data of Patnitop is annexed
with this document.
Route Alignment Recommended:
After considering the merits and demerits of the four alternative alignments, it
was considered that the most suitable alignment from technical and economic aspects
would be alternative -IV. This alternative will serve the area of Sangote Village,
where adequate area of land available will also permit various recreational and
commercial facilities to be provided which will make the project more attractive to
the tourists. The main consideration in favour of this alternative was the advisability
of having the starting point of the ropeway as near Kud town as possible. In case of
this alternative the length of the ropeway from the starting point to the intermediate
station near village Sangote will be slightly longer than in case of alternative I and the
descent from the starting point to the intermediate station will be 251 m instead of
179m as in case of alternative 1. The length between the starting point to the
intermediate point will be 1264m (approx.). This alignment will ensure that the
location of the starting point of the ropeway will be at a more prominent location and
will be more attractive to the tourists, also this alignment will enable the ropeway to
pass via an area where considerable future development is going to take place. This
was considered necessary, as the proposal of the ropeway is not only to provide a
means of transportation to Patnitop but also provide tourists complexes of
considerable interest, so that the whole project becomes financially viable.
On the basis of the preliminary study of the area, the technical features of the
ropeway system proposed and the future activities proposed, the route alignment
16
chosen will have two sections of ropeways one form the starting point “A” near
KM99 on Jammu – Srinagar National Highway to Point “B” near Sangote Village i.e.
a fall of 251m at point “B” the ropeway will turn through an angle of about 1300 and
proceed towards Patnitop where the upper terminal station (Pint C) will be located
near Hotel Vardhan. The drawings of the alignments are annexed at the back of this
document.
The salient features of Terminal Points :
1. Lower Terminal Point (LTP):-
The starting point of the ropeway is just adjacent to NH 1A and is easily
accessible.
Land measuring 20 Kanals – 07 Marlas at this point stands already
Acquired to PDA. Piece of land is suitable for construction of terminal
station and related infrastructure.
In addition to the land required for construction of ropeway terminal,
enough land for parking is also available.
17
2. Intermediate Terminal:-
Intermediate terminal at village Sangote shall house the Drive stations of
both the sections.
Enough land measuring 101 Kanals – 16 Marlas already transferred to
PDA is available for construction of Terminal building and related
infrastructure.
The extra recreational activities can be proposed at this location.
18
3. Upper Terminal Point (UTP):-
The UTP is located near Hotel Vardhan Patnitop and shall house the
return station of Section 2.
The land measuring 09 Kanals - 01 Marla is available for construction of
terminal building and related infrastructure.
The scenic view of whole valley from this point is breathtaking.
Climatic features:-
Patnitop is located at an altitude of 2060 Meters from MSL and climate varies from
sub-montane to cool bracing temperatures.
Temperature:-
Temperature varies from -10 deg C to 35 deg. C
Humidity:-
Humidity varies from 30% - 90 %
Rain fall:-
Average rainfall is 650mm -750 mm per annum
19
Snow fall:- It normally varies from 10-13 feet per annum
Seismic factors:-
Ropeway works will be located in Zone IV as per IS 1893/1984
ANALYSIS OF ROPEWAY SYSTEMS AND SPECIFICATIONS
Aerial ropeway Over view:-
Aerial Ropeway systems are used to transport goods as well as passengers where
conventional machines cannot be used due to inaccessible terrain or where high
investments for the construction of streets and railway can be reduced. Ropeways are
also constructed for summer and winter related tourism activities where people are
carried to higher reaches. Ropeway systems are capable of overcoming large
distances and major obstacles -
Including topographically demanding terrain. There can be no doubt that in modern
world the ropeway systems have become major tourist attractions at different tourist
destinations all across the Globe. The modern ropeway systems are eco friendly,
safest and reliable means of urban transport with following advantages.
Most Energy Efficient
Low Land Requirement.
High gradebility.
Low Power Requirement
Pollution Free
Types of Aerial ropeways:-
Ropeways are broadly classified as
20
1. Monocable ropeway System:-
A mono cable Ropeway system comprises basically an endless rope which
acts both as the carrying as well as haulage rope to which a number of
carriages are attached at regular intervals. These carriages / cabins circulate
around the close system by continuous carrying cum haulage rope.
2. Fixed grip System
In Case of fixed grip type monocable ropeway, the carriages/ cabins are fixed
to the rope and do not disengage during boarding de-boarding operation.
21
3. Detachable grip System
In detachable mono cable ropeway the carriages are automatically detached
from main rope and are transported on the rails at the stations for easy
boarding/ de-boarding of passengers.
4. Jig back System:-
It is possible to combine the characteristics of a monocable system and Jig
back system. Such a system has a single carrying-cum haulage rope to which
one or a group of cabins are attached in either direction. The attachment is
made on diametrically opposite sides of carrying-cum haulage rope. This can
be a bicable system also as in the figure above
22
5. Pulsated Gondola system:-
When a cluster of gondolas are placed together and the system requires an
intermediate stoppage a pulsated system is used. In this system the system
follows the fixed grip arrangement coupled with characteristics of a jig back
system with regards to its boarding/ deboarding.
6. Bi-cable ropeways:-
This ropeway system basically consists of two stationary carrying track
ropes with connecting rails and a single endless haulage rope. The support
cables are usually terminated at two end terminals with one end provided with
a counter weight/ Hydraulic tension unit for extension and contraction. A
23
number of carriages/cabins are automatically coupled to or uncoupled from the
haulage rope at the station and are transported on the rails for easy
boarding/de-boarding of the passenger
24
CHOICE OF ROPEWAY SYSTEM
Considering the aspect of Geography, tourist flow and the cost involved it is felt that
following systems shall be suitable for this project.
Section I From 99km of NH1A to Village Sangote: - System proposed, Pulsated
Gondola System
System operation (Pulsated gondola system):
A pulse Gondola is a technology containing elements of fixed grip chairlifts and
detachable grip gondolas. The cabins are attached to a single continuous haul rope
that circulates between the two end terminals. The cabins are attached to the haul
rope with fixed grips, however instead of being equally spaced along the line, the
cabins are grouped in clusters and then the clusters are spaced at equal intervals along
the line. As a cluster of cabins enters either of the terminals, the haul rope speed
slows to 0.1metre per second to facilitate loading and unloading. Once the last
gondola in the cluster departs the station, the rope speed automatically increases to a
maximum speed of 5.0 meter per second. The rope speed slows down again as the
next cluster enters either of the terminals. It is this speeding up and slowing down of
the haul rope that the term “pulse” refers to.
Section II: From Sangote Village to Patnitop near Hotel Vardhan. Proposed system
Monocable Detachable Gondola System:
System Operation:
Operation cycle of the Monocable Detachable system is described below
a. The ropeway stations i.e. Tension and Drive are connected by an endless
haulage rope through Drive / Return sheaves followed by different sheaves
batteries placed on the trestles. The trestles will be placed at designed distance
along with the ropeway alignment.
25
b. Each gondola will be fixed to the rope at a predetermined equal spacing along
the entire ropeway length.
c. The haulage rope along with different gondolas moves continuously in a
particular direction at a specified speed.
d. On approaching a particular station i.e. either tension or drive the gondola
detaches from the rope by a mechanism.
e. After detachment the gondola de-accelerates by a tyre mechanism and moves
on the curved rail inside the station with a speed of 0.5m/sec by a chain
arrangement / tyre arrangement.
f. During this period the door of the gondolas will be opened for de boarding and
corresponding boarding.
g. Once boarding is over the door of the gondola will be closed.
h. By some another mechanism the speed of the gondola accelerates and matches
with the rope speed. Once it is done the gondola is then allowed to attach with
the haulage rope.
i. The gondola then moves out from the station and moves towards other station.
j. Every after given spacing one gondola enters and leaves the station by
following the above (d-i) method
This is the way a gondola will travel from lower terminal and upper terminal
and vice versa.
26
Technical Specifications:
Particulars Section I Section II
System Monocablefixed grip
pulsated Gondola system
Monocable detachable
Gondola System
Length of track (inclined) 1264M 2618M
Vertical Rise 251M 653M
Alignment Straight Straight
Ambient temperature -10ºC to 35ºC -10ºC to 35ºC
Passenger carrying Capacity (each way) 400 initial 600 final PPH 400 initial 600 final PPH
No of cabins
06 seater 06 seater
Type of cabin Enclosed, fully
ventilated, glazed and
with automatic door
opening/closing
mechanism
Enclosed, fully
ventilated, glazed and
with automatic door
opening/closing
mechanism
Service/ maintenance cabin 01 01
Speed Variable 0-4m/sec Variable 0-5m/sec
Line speed with diesel engine 0.5-1 m/sec 0.5-1 m/sec
Drive station Sangote Sangote
Return Station Kud on KM 99 of NH1A Patnitop near Hotel
Vardhan
Tensioning Hydraulic tensioning
equipment combined
with drive
Hydraulic
Tower sheaves Aluminum casted with
rubber liners
Aluminum casted with
rubber liners
Factor of safety 05 05
Type of grip Fixed Detachable
Braking System 1. Service brake
2. Emergency brake
on main driving
sheave
3. Electric stop
1. Service brake
2. Emergency brake
on main driving
sheave.
3. Electric stop
Power supply parameters at LTP 415 V, 50 cycles ,3phase
to be supplied by
J&KPDD
415 V, 50 cycles ,3phase
to be supplied by
J&KPDD
Relevant Standard European/American/Can
adian standard code for
ropeways
European/American/Cana
dian standard code for
ropeways
27
During designing of the system and if required the length and vertical rise can vary
upto ±5% only. PDA/Consultants have to approve these variations.
Capacity:
The Ropeway shall be designed for 600PPH capacity however initially it shall run at
400PPH . The final capacity shall be arrived by increasing the number of cabins only
in future.
Rescue system:
The rope way system is provided with three alternatives for its operation.
1. Electricity through Power Development Department (P.D.D).
2. Electricity through stand by DG. Set.
3. Stand by Diesel Engine directly coupled with the drive mechanism. This
system comes into play when a fault erupts in the system & cannot be rectified
immediately. The stranded passengers are brought back to stations at a very
low speed.
In case the fault is of serious nature & none of the above options are available,
a vertical rescue arrangement shall evacuate the stranded passenger by using
ropes safety belts etc.
28
COST OF THE PROJECT
1. Complete ropeway system fully imported
conforming to European standard.
Turnkey job
( Section 1 and Section 2)
Rs 60.00 Crores
( Approximately)
Completion period: - 24 Months after award of contract
29
SECTION-III
INSTRUCTIONS TO BIDDERS
1. PROJECT PROPOSAL:
The scope of project is designing, financing, construction, commissioning, management,
operation and maintenance of a ropeway in two sections (A) From Kud, near KM 99 of
National Highway (NH1A) to Sangote village and (B) From Sangote to Patnitop near Hotel
Vardan District Udhampur J&K on Build, Own, Operate and Transfer (BOOT) basis during
the concession period in accordance with the terms and conditions as described in this RFP
document as well as concession agreement document to be signed between the Concessioning
Authority and BOOT operator. The concession period will be 35 years extendable by
additional 10 years subject to agreement on revised terms and conditions which shall include
enhancement of MGA and rentals of land.
The project would be transferred to Concessioning Authority after the expiry of Concession
Period at nil cost. The bidder is expected to submit a detailed technical proposal as technical
bid. The salient features of the proposed project are provided to bidder along-with this
document for reference only.
1.1 Bidders should offer
1.1.1 Ropeway
The Ropeway system should be an Imported. The system shall be preferred in order as follows
1. Imported as per European/Canadian /American code.
Note:- No Indigenous system shall be accepted.
The selected system & design shall be subject to clearance from PDA/Consultants
The Technical specifications are already indicated in the previous chapter
“Choice of Ropeway System”.
Note: Operation and maintenance of ropeway system shall be carried out in accordance with the
recommendation of manufacturer of the equipment and as per relevant codes of practice.
However bidder(s) are requested to submit a technical plan as a part of technical bid.
1.1.2 Associated amenities:
The developer shall also develop & maintain the following associated facilities / public
amenities for user convenience: -
Waiting rooms / places, Covered Queuing Areas at both UTP and LTP
Well maintained Public Toilets and 1st aid room at both stations
30
1.1.3 Area Management Plan / Land use plan:
Area Management Plan in Project Area: The bidder shall be responsible for general upkeep of
the Project Area. The broad activities to be taken as part of area management shall include
solid waste management, liquid waste management, provision of public conveniences and
utilities such as toilets, etc. Following activities shall form part of Area Management Plan, to
be submitted by the Bidder, in the Technical Bid henceforth termed as Project Area
Management Plan.
Provision of utilities and public convenience facilities within the Project Site
Provision of drainage system in the project influence area.
Maintenance of the project influence area (Lower Terminal, Right of Way, Upper
Terminal, intermediate terminal) by way of landscaping, laying of paths etc development
of parks etc.
The bidder shall submit a detail Area Management Plan as part of its Technical bid.
2. BIDDER’S RESPONSIBILITY FOR THE DATA:
2.1 While preparing the Technical and Financial Bids, the bidder shall consider the
information provided in this RFP, for guidance and for better understanding of subject.
The site details of the Project, given in this RFP document are based on the instrument
surveys by Concessioning Authority. However, Bidders shall be wholly responsible for
all the details of its Bid, the physical and site conditions, the execution methodology, etc.
2.2 Bidder is advised to carry out necessary technical survey, field investigations, market&
demand assessment, etc at his own cost and risk before submitting the Technical and
Financial Bid.
2.3 SITE VISIT:
The bidder is advised to visit and examine the site of works and its surroundings and
obtain for himself on his own responsibility all information that may be necessary for
preparing the bid and entering into the contract. The cost of any such visits shall be
entirely at the bidder’s own expense. The bidders are requested to satisfy themselves
regarding the availability of water, requirement of electricity and arrangement of stable
power requirements at LTP, IS& UTP, nature and location of work, the confirmation of
the ground, the character, quality and quantity of the materials, the character of
equipment and facilities needed during the progress of the works, law and order
situation, hindrances or the general and local conditions, the labour conditions prevailing
therein and all other matters which can in any way affect the works under the contract.
The contractor will be fully responsible for considering the financial effect of any or all
of the above factors in his rates. No compensation will be given on account of ignorance
of any of the factors during execution of the works.
31
3. TERMINOLOGY / DEFINITIONS:
3.1 Throughout the RFP document, unless indicated otherwise by the context, the terms bid,
proposal tender and their derivatives (Bidder / Proposer / Tenderer, Bidding/ Proposing /
Tendering), and so on are synonymous; and day means calendar day, week means
calendar week, month means calendar month, and so on; and the singular also means
plural.
3.2 MGA means minimum guaranteed Amount in terms of percentage of revenue per year
generated from the ticket sale from the date of commercial operation of the project.
3.3 Land rental charges mean the rent per year for the land to be rented to successful bidder
by PDA. The rent for entire concession period to be indicated on yearly basis for 35
years.
3.4 Word ‘Bidder’ means:-
A. Ropeway Company having adequate financial and technical standings and fulfilling the
eligible criteria as given in this RFP document.
B. A financially sound party having a technical collaboration with the reputed and
experienced Ropeway Company matching technical eligibility criteria as given in the
RFP document.
C. In order to accomplish a comprehensive, expeditious and fair solicitation process,
Bidders are advised to review the contents of RFP carefully and seek clarification if any.
Bidders may obtain clarifications from the office of Chief Executive Officer Patnitop
Development Authority Kud, District Udhampur on the day of pre bid meeting.
4. AMENDMENT OF RFP DOCUMENT:
4.1 At any time prior to the deadline for submission of Bid, Concessioning Authority may,
for any reason, whether at its own initiative or in response to clarifications requested by
any Bidder, modify the RFP Document by the issuance of Addenda. Any Addenda shall
be considered part of the bidding documents. Concessioning Authority will conduct a
pre-bid meeting at Office of the Chief Excretive Officer Patnitop Development
Authority Kud, Udhampur J&K on 19.01.2016. Any Addendum thus issued will be sent
in writing to all those who have purchased the Bid Document. Those who shall down
load the document shall inform their contact details to the Office of the Chief Excretive
Officer Patnitop Development Authority Kud, Udhampur by email on following ID so
that they are informed about the addenda/ corrigendum if any issued there
4.2 In order to allow the Bidders a reasonable time in which to take an Addendum into
account, or for any other reason, Concessioning Authority may, at its discretion, extend
the Bid Submission date.
32
5. CONSTITUTION OF BIDDERS:
5.1 The Bidder may be a single legal entity or a group of legal entities (Registered Joint
Ventures/ Consortium.), coming together to implement the Project. The term Bidder
used hereinafter would therefore apply to a single entity and a JV / Consortium as well.
5.2 The Bid Document must be purchased by the Bidder itself or any member of the
Consortium submitting the Bid.
5.3 An individual Bidder cannot at the same time be member of a Consortium applying for
this Project. Further, a member of a particular Consortium cannot be member of any
other Consortium applying for this Project;
5.4 Any entity which has been barred by State Govt. of J&K, Govt. of India or any other
state agencies or Concessioning Authority from participating in any projects (BOOT or
otherwise) and the bar exists as on the Bid date, would not be eligible to submit any Bid,
either individually or as member of a Consortium.
5.5 Number of Bids: Each Bidder shall submit only one (1) Bid, in response to this RFP.
Any Bidder, which submits or participates in more than one Bid will be disqualified and
will also cause the disqualification of the Consortium of which it is a member.
5.6 Any firm participating in this bidding process will be ineligible for being hired by the
Concessioning Authority as Independent Engineer or in any other capacity that require
neutral, unbiased opinions or judgments on this project.
5.7 Bidders shall provide evidence of their eligibility, as given in section below, in a manner
that is satisfactory to Concessioning Authority. A Bidder may be disqualified if it is
determined by Concessioning Authority, at any stage of bidding process, that the Bidder
will be unable to fulfill the requirements of the Project or fails to continue to satisfy the
qualifying criteria. Supplementary information or documentation regarding
qualifications may be sought from the Bidders at any time and must be so provided
within a reasonable time frame stipulated.
5.8 Joint Ventures (JV) / Consortiums;
Bids submitted by a JV consortium / company of two or more persons, as partners shall
comply with the following requirements as per Annexure– 10:
(a) Shareholding commitment(s) in accordance with of the RFP Document, which would enter
into the Concession Agreement and subsequently carry out all the responsibilities as
Concessionaire in terms of the Concession Agreement, in case the Concession to
undertake the Project is awarded to the JV/Consortium.
(b) The JV Agreement shall state clearly the responsibilities proposed to be shared among the
members of consortium during project execution and implementation.
(c) The Lead Member shall be authorized by all members of the Consortium to incur
liabilities and receive instructions for an on behalf of any and all members of the Joint
33
Ventures / Consortium and the entire execution of the Agreement, including payments,
shall be done exclusively by the Lead member.
(d) All members of the Joint Ventures / Consortium shall be jointly and severally liable for the
execution of the Agreement in accordance with its terms & conditions, and a statement to
this effect shall be included in the Authorization mentioned above and shall be agreed to in
the other Contracts, to be entered between the Bidder and other Contractors / sub-
Contractors, Agents, should the Bidder be selected.
(e) Notwithstanding anything state in Clause below, the lead member of the JV / Consortium
shall be responsible for all the liabilities arising under or pursuant to the Concession
Agreement.
5.9 The member of the JV cannot be replaced till one year of commencement of commercial
operations. Thereafter, contracting parties can be changed with prior permission of
Concessioning Authority, with the new members of the JV taking the obligations and residual
liabilities of the Concession Agreement in continuation. Change in the composition of a
Consortium may be permitted by Concessioning Authority only where:
(a) The modified Consortium would continue to meet the Qualification criteria for Bidders.
(b) The new member(s) expressly adopt(s) the Bid already made on behalf of the consortium
as if it were a party to it originally.
(c) The modified Consortium would be required to submit a revised Memorandum of
Understanding.
(d) Approval for change in the composition of a Consortium shall be at the sole discretion of
Concessioning Authority and must be approved by Concessioning Authority in writing.
6. POWER OF ATTORNEY:
6.1 Power of Attorney duly notarized and on a stamp paper of an appropriate value, issued and
signed by each member of the bidding consortium / JV, appointing the lead member to act on
its behalf in such capacity as its representative for the implementation of the Project by
Consortium / JV shall be submitted.
6.2 Power of Attorney, duly notarized and on a stamp paper of an appropriate value, issued and
signed by the lead member in favor of the specified person to act as the official representative
of the Consortium /JV for the purpose of signing documents, making corrections /
modifications and interacting with Concessioning Authority and acting as the contact person
shall be submitted.
7. SUBCONTRACTORS:
The Bidders shall provide, in the Technical Bid, the names and relevant experience of
subcontractors, agents, and agencies to be engaged for executing the construction and other
activities on behalf of bidding consortium
8.1. PRE-QUALIFICATION CRITERIA FOR BIDDER:
The objective of Pre-Qualification criteria is to ascertain the strengths of the sole
bidder/bidding consortium. Bidders would be evaluated against the following defined Pre-
34
Qualification (Financial and Technical) criteria and those found to conform to the same would
be short-listed as pre-qualified and their respective Technical bids would be opened up.
8.1.1 Financial Criteria:
Annual Turnover of the lead firm (in the case of Consortium or Bidding Firm, as the case
may be) shall not be less than Rs. 10.00 Crore in any one of the last 5 years. The last five
completed financial years for all purpose shall be 2009-10, 2010-11, 2011-12, 2012-13,
2013-14 & 2014-15.
The lead firm (in the case of Consortium or Bidding Firm, as the case may be) will submit
a solvency Certificate of minimum solvency of Rs. 5.00 Crore from the Bank as per
Annexure 11
The bidder shall be a profit (Net) making firm and shall not have made losses in any of the
last 2 financial years or any 3 out of last 5 financial years. The bidder should submit attested
copies of auditor’s report along with audited balance sheet and profit and loss statement for
the last five financial years. In case the firm is profit making for the last three financial years
continuously, the bidder may submit above document for last three financial years only.
Even though the bidders meet the above qualifying criteria, they are liable to be disqualified
if they have:-
a) Made misleading or false representation in the forms, statements and attachments
submitted in proof of the qualification requirements.
b) Records of poor performance such as abandoning the work, not properly completing the
contract, inordinate delays in completion, litigation history or financial failures etc.
c) Their business banned by any Central/State Govt. Department/Public Sector
Undertakings or Enterprises of Central/State Govt. of any country.
d) Not submitted all the supporting documents or not furnished the relevant details as per
the prescribed format.
The detail working of the Turnover is to be submitted along with the Technical Proposal
(Part I). The above mentioned information is to be submitted in format as per Annexure 9
along with the Technical Proposal (Part-I).
8.1.2 Technical Experience:
The sole bidding firm / consortium/JV would be considered as meeting the Eligibility
Criteria for technical experience, if any firm of the Consortium, fulfils the following criteria
for technical experience:
Must have successfully designed, installed and commissioned at least two (02) Aerial
Passenger Ropeway Systems in last five (05) years, (proof to be provided along with
addresses of the clients).
The successful completion certificate / other relevant certificate(s) from client / concerned
authority should be submitted in support of the eligibility claims along with the Technical
Proposal (Part I). The abovementioned information is to be submitted in format as per
Annexure 7 along with the Technical Proposal (Part-I).
35
8.1.3 Operational Experience:
The bidding firm / consortium or any member in the Consortium shall be meeting the
following eligibility criteria for operational experience:
Should have successfully operated and maintained at least one passenger ropeway
system for at least 01 year.
. The certificate(s) from client / authority should be submitted in support of the eligibility
claims along with the Technical Proposal (Part I).
The abovementioned information is to be submitted in format as per Annexure 8 along
with the technical bid (Part-I).
Or
8.2 The Bidding Firm, not able to meet Technical experience on its own, can become
eligible by fulfilling the following arrangements that contractually bring in the
required technical and operational experience, as under:
a. Bidding consortium shall enter into an Engineering, Procurement and Erection &
Commissioning Contract for Ropeway System, with the supplier meeting minimum
technical eligibility criteria as per clause 6.1. However an MOU with this technology
provider can be enclosed while submitting the bid, which is to be converted to an
agreement after finalization of the bid. The bidding firm is not permitted to change the
supplier after the submission of the bid.
b. The supplier selected above and responsible for Engineering, supply, erection and
commissioning of the Ropeway system shall train the staff of the bidder for Operation
and Maintenance of the Ropeway system. Bidder shall sign an Operation and
Maintenance support Contract for Ropeway System for a period of minimum 1-year
with a provision of quarterly visits by technical staff of the supplier meeting technical
eligibility criteria. However an MOU with this supplier can be enclosed while submitting
the bid, which is to be converted to an agreement after finalization of the bid. However,
the Ropeway Inspector of the State on behalf of the Concessioning Authority will pay
monthly visit for safe and secure operation of the Ropeway system.
9. BIDDER’S RESPONSIBILITY BEFORE BID SUBMISSION:
9.1 The Bidder shall ensure that the bid is complete in all respects and conforms to all
requirements indicated in the Bid Documents.
9.2 Bidders shall be wholly responsible for all the details of its Bid, the physical and site conditions,
the execution methodology, etc.
9.3 Bidder is advised to carry out necessary technical survey, field investigations, market & demand
assessment, etc at its own cost and risk before submitting the Technical and Financial Bid.
36
9.4 Bid Preparation Cost: The Bidder shall be responsible for all of the costs associated with the
preparation of its Bid and its participation in the selection process. Concessioning Authority will
not be responsible or in any way liable for such costs, regardless of the conduct or outcome of
the selection process.
9.5 Familiarity with Clearances: The Bidder should be familiar with the clearances required from
various authorities to commence the work. A Bidder shall be deemed to have carried out
preliminary checks with relevant authorities. The Concessioning Authority has already obtained
the major clearances from state and central Government. The other clearance if any required
shall be the responsibility of the successful bidder. PDA will help in getting the project cleared
from various authorities in the State/Central Government.
9.6 It would be deemed that by submitting the Bid, Bidder has:
a. Made a complete and careful examination of the Bid Document
b. Received all relevant information requested from Concessioning Authority. Concessioning
Authority shall not be liable for any mistake or error on the part of the Bidder in respect of
the above.
10. LANGUAGE OF BID:
The Technical and Financial Bid, and all correspondence and documents related to the Bid
exchanged by the Bidder and Concessioning Authority shall be written in the English
language. Supporting documents and printed literature furnished by the Bidder may be in
another language provided they are accompanied by an accurate English translation of the
relevant passages, in which case for purpose of interpretation of the bid, the English
translation shall prevail. Any material that is submitted in a language other than English, and
which is not translated into English, will not be considered.
11. CURRENCIES OF BID AND PAYMENT:
All Financial Bids shall be in Indian Rupees only.
12. VALIDITY OF BIDS:
12.1 The Bids submitted shall remain valid for 180 days from the date of submission.
12.2 In exceptional circumstances, Concessioning Authority may request the Bidders to extend the
period of validity for a specified additional period. The request and the Bidders response shall
be made in writing. Bidder may refuse the request without forfeiting its bid security. Bidder
agreeing to the request will not be required or permitted to modify its Financial Bid, but will
be required to extend the validity of the bid security for the period of extension.
13. BID SECURITY:
13.1 The Bidders shall furnish Bid Security along with the Technical Proposal in Part 1, a Bid
security amounting to Rs. 25.00 Lacs.
37
13.2 Bid security shall be in the form of crossed Demand draft or pay order from a scheduled
Commercial bank in India in favour of Accounts Officer Patnitop Development Authority
Payable at Udhampur. The amount of Bid Security shall be converted into the Fixed Deposit
in J&K Bank Ltd. the FDR along with the interest acquired shall be released in favour of
bidder at appropriate time as mentioned in foregoing paras.
13.3 Concessioning Authority shall reject any bid not accompanied by an acceptable Bid Security
in the manner stated above as non-responsive. The Bid Security of a joint venture must be in
the name of the joint venture submitting the Bid.
13.4 The Bid Security will stand forfeited if:
a) Bids are withdrawn within the validity period.
b) Failure to sign Concession Agreement, in case of Preferred Bidders.
13.5 The Bid Security of the unsuccessful bidder shall be refunded within 30 days after issuance of
LOI in favour of successful bidder.
13.6 The Bid Security of the successful bidder will be retained as a part of performance security
during construction period. This Bid Security will be refunded after commissioning of
Ropeway and in case taken as part of Performance Guarantee it will be refunded after two
years of successful commissioning and commercial operation of the project.
14. Project Development Success Fee:
The successful bidder shall have to pay a non-refundable Project Development Success Fee of
Rs. 15.00 Lacs in the shape of Demand Draft drawn in favour of Accounts Officer Patnitop
Development Authority payable at Kud/Udhampur at the time of singing of Concession
Agreement. This fee covers the cost incurred by PDA for surveying, clearances, preparation of
reports (Technical), preparation of bid document, publication of bid document and other
preliminary expenses.
15. SEALING & MARKING OF BID:
15.1 Technical Bid
Each bidder will be required to submit a Technical Bid to Concessioning Authority. Technical
Bids that are responsive will be evaluated further. The bid that is not responsive with the
requirements will be rejected and the Bidder will be precluded from any further participation in
the bidding process. Responsiveness with the Technical Bid requirement is defined in Clause 23
of this section of RFP.
15.1.2 Technical submissions should be in two separate parts as indicated here below. The
responsiveness of the Technical bid would be assessed based on Responsiveness criteria
followed by a step-wise evaluation procedure indicated in Clause 23 of this Section.
(a) Part 1: Documents fulfilling Responsiveness requirements
(b) Part 2: Project proposal comprising of Project Development Plan.
15.1.3 The Technical submission shall contain the following documents:
Part 1:
a) Covering Letter (as per RFP document)
b) Checklist of enclosed documents (as per RFP document)
38
c) Power of Attorney for the Lead Member (as per RFP document)
f) Power of Attorney for an authorized person in Lead Member Firm (Annexure 5)
g) Joint Venture Agreement
h) Capability Statements along with Audited Annual Reports, comprising of Balance Sheet
and Profit & Loss Account, of the lead firm, for the last Two years (Annexure 7, 8 & 9).
Part 2:
Project Development plan:
Bidder shall submit detailed Project Development Plan in the Technical Proposal. The project
development Plan shall comprise following:-
a. Requirement of Land for total project including ROW (Right of way), IS, UTP, LTP,
associated amenities etc.
b. System offered indicating salient features of project.
c. Quality Assurance Program for design, manufacture, installation, operation and
maintenance of ropeway system.
d. Implementation schedule for the project.
f. Operation and Maintenance (O&M) Plan:
This shall include approach and methodology to be adopted by the Bidder in Operation
and Maintenance Period.
The O&M plan shall have details of the staff.
Details shall be provided separately for technical (Maintenance, operation, supervision,
etc.) and non-technical (ticketing, accounting, stores, security, etc.) staff.
Details relating to Inspection tests, routine tests and Periodic tests
Operating Guidelines for Ropeway system
g. The Alignment drawings, tourist arrival data provided at the back of this RFP and land
measurement details needs to be considered while preparing the project development plan.
15.1.4 Bidders shall prepare and submit, on or before the date and time, one (1) original and one (1)
copy of both Parts of the Technical Bids. The submissions must include all documents as
specified in this RFP document.
15.1.5 The Bidder shall seal the original and copy of Part 1 and Part 2 of the Bid in separate
envelopes duly marking the envelopes as ORIGINAL and COPIES of Technical Bid as
applicable. The envelopes shall then be sealed in an outer envelope duly labeled as
TECHNICAL BID.
16. FINANCIAL BID GUIDELINES:
16.1 General: The Bidder shall prepare the Financial Bid based on the Project Development
Plan submitted in Technical Bid. The Financial Bid shall be prepared in a manner that is
consistent with the formats and requirements delineated in the section of RFP.
39
16.2 Inputs for Financial Bid: The Financial Bid shall be prepared considering the following:
(a) Project Implementation Program:
The Project Construction Schedule shall not exceed 24 months.
Concession period is inclusive of construction period
(b) Project Costing:
The bidders are advised to consider the following components while computing the Project
Cost:
Development cost of entire project including but not limited to construction,
equipment, installation cost, manpower, administration cost, etc.
MGA to be paid to the Concessioning Authority long with land rental.
Project Development Success Fees as per requirement.
Cost of Independent Engineer, Independent Auditor and Ropeway Inspector to be
appointed by Concessioning Authority
(c) Tariff Structure:
Bidder is free to decide upon the tariff structure for Ropeway considering the market
acceptability and J&K Ropeways Act.
16.3 Submission of Financial Bid:
(a) Bid Variable:
The bid variable is the Minimum Guaranteed Amount (MGA) to Concessioning
Authority in year 1 and the subsequent years not below 5% of the revenue generated
per year and the rent for land as per the schedule of land rental quoted by bidder as per
Annexure 6 of this RFP document.
(b) Financial Bid Format:
Bidders are required to offer their best quotes in terms of Minimum Guaranteed
Amount (MGA) payable to Concessioning Authority annually and also the rent of land
per Kanal/ year for the full concession period. The format of financial bid submission
is given in Annexure 6.
16.3.1 Financial Bid:
Financial Bid must be submitted to Concessioning Authority in a manner specified in this RFP
document (Annexure 6). The Financial bids will be held in the safe custody with
Concessioning Authority until Technical Bids are evaluated completely. For analysis the
bidders are requested to indicate total Investment proposed and tariff from passengers.
The minimum percentage of bids have been fixed at 5% of revenue and any bid below
5% of the revenue will be rejected.
16.3.2 Submission along with Financial Bid:
The other submissions accompanying the Financial Bid are given below Bidder shall also
submit the cost and revenue estimates for the concession period. The submission(s) to include:
a) Tourist Demand Estimate;
b) Tariff structure for Ropeway;
c) Revenue estimates for each year during Concession Period;
40
d) Cost estimates providing total project cost and break-up of initial construction cost of each
project component, financing cost interest during construction and other overheads;
e) Estimates for Operation & Maintenance costs for each year during Concession period;
f) Financing Plan for the project indicating sources of funding;
16.3.3 Bidders shall prepare and submit one (1) original of the Financial Bid along with the
Technical Bid. No copies of the Financial Bid are required to be submitted. The Bidder shall
seal the Financial Bid in an envelope, duly marked as FINANCIAL BID.
16.3.4 Bidder shall seal both the envelopes in an outer envelope duly marked: -
TECHNICAL & FINANCIAL BID FOR ROPEWAY PROJECT (A) From Kud, near KM 99
of National NH1A to Sangote village and (B) From Sangote to Patnitop near Hotel Vardan
District Udhampur J&K. The outer Envelop shall be addressed to:
OFFICE OF THE CHIEF EXECUTIVE OFFICER
PATNITOP DEVELOPMENT AUTHORITY
KUD, DISTRICT UDHAMPUR, J&K, 182142 INDIA
16.3.5 If the outer envelope is not sealed and marked as above, Concessioning Authority will not
assume any responsibility for the misplacement or premature opening of the bid.
17. SUBMISSION OF BIDS:
17.1 Technical and Financial Bids must be submitted, not later than 2.00 PM on the date
21.01.2016 as mentioned in notice, at the following address:
OFFICE OF THE CHIEF EXECUTIVE OFFICER
PATNITOP DEVELOPMENT AUTHORITY
KUD, UDHAMPUR, J&K, 182142 INDIA
17.2 No bid shall be received after the stipulated time of receipt of bids. It is the Bidder’s
responsibility to ensure that Concessioning Authority receives the bids by the designated date
and time.
18. OPENING OF TECHNICAL BIDS:
Concessioning Authority will open the Technical Bids in the presence of Bidders designated
representative who choose to attend, at the time, date, and location given in RFP. The
Bidders representative shall sign a register evidencing their attendance.
19. OPENING OF FINANCIAL BIDS:
The Evaluation Committee shall open the financial Bids after completing the evaluation of
Technical Bids, in the manner specified in this RFP document. The Financial Bids will be
opened only for those bidders who pass the technical evaluation criteria. The opening shall be
undertaken in the same manner as the Technical Bids. The Financial Bids of technically non-
responsive bids will be returned unopened. The bidders shall be informed about the date and
timing of opening so that they can consider to be present.
41
20. PROCESS TO BE CONFIDENTIAL:
Information relating to the examination, clarification, evaluation and comparison of proposal
and recommendations for the award of a contract shall not be disclosed to Bidders or any other
persons not officially concerned with such process until the award to the Preferred Bidder has
been announced. Any effort by a Bidder to influence Concessioning Authority’s processing of
bids or award decisions may result in the rejection of the bid.
21. CLARIFICATION OF BIDS:
To assist in the examination, evaluation, and comparison of proposal, Concessioning
Authority may, at its discretion, ask any Bidder for clarification. Concessioning Authority
may utilize services of any consultant or other advisor to assist in the examination, evaluation
and comparison of proposals. However, clarifications if any required from bidder, shall be in
written form and will be communicated to bidder by Concessioning Authority.
22. CORRECTIONS OF ERRORS:
Bids determined to be substantially responsive will be checked by Concessioning Authority
for any arithmetic error. Wherever there is discrepancy between the amounts in figures and in
words, the amount in words will govern.
23. EVALUATION & COMPARISON OF TECHNICAL BIDS:
23.1 Responsiveness of the Technical Bid:
Prior to the detailed evaluation of Technical Bid, Concessioning Authority will determine if
the Bidders submission is Responsive with the Technical Bid requirements. If the submission
is Responsive, Evaluation Committee will review and evaluate the Technical Bid. If the
submission is not responsive, the submission will be rejected and the Bidder will be
eliminated from the further evaluation process. The right to determine the Responsiveness or
otherwise will rest solely with the Concessioning Authority and no correspondence and / or
representation towards this will be entertained. Responsiveness of the Bid shall be assessed
on the basis of following:
a) Bid is received by the due date
b) It includes requested information for evaluation and / or is in the formats specified.
c) It is signed and sealed in the manner and to extent indicated.
d) It is accompanied with a valid Bid Security.
e) The financial / technical / operational capability of the sole bidder / Bidding consortia
meets the pre-qualification criteria as specified in this document.
f) The bids have been submitted unconditional and in terms of RFP only.
23.2 Evaluation of Technical Bid
a) The Technical Proposals of the bidders, whose bids are found responsive as per
abovementioned process would be opened and evaluated as per the following.
Criteria to Evaluation of the Technical Proposal
No. Parameters Maximum Marks
PROJECT DESIGN / CAPITAL ITEMS
1. Technology (System & Design) Proposed Fully imported:50
42
Conformity with applicable standards
International
2. Total Investment proposed 10
3 + 4 Provision of Public amenities / support
infrastructure
Land requirement for project and area
management plan.
10
OPERATION & MAINTENANCE OF PROJECT
5. Basic Operational Plan for project including
staffing, Repair& maintenance Plan (Minimum
of Max down time, etc)
10
6. Safety/ emergency / rescue plan 10
7. Experience in O&M of ropeway projects 10
TOTAL 100
b) Based on the evaluation of the technical proposals, the bidders shall be ranked from
highest to lowest (H1, H2, etc) in accordance with the total points obtained.
c) For the bids that do not meet the technical guidelines provided for each sub-component,
Concessioning Authority may seek clarifications or modifications to the same.
d) The bidder, who have highest technical scores hall be in contention for technical
suitability. However, the decision regarding acceptance of system lies with the PDA/
consultants.
24. EVALUATION AND COMPARISON OF FINANCIAL BIDS:
24.1 The financial bids of all the technical qualified bidders, based on 23.2 (d) above, shall be
opened. The Bidder would be ranked in the descending order of the MGA offered in the
financial bid (F1, F2, F3, etc).
24.2 Bidders are required to submit the Financial Bid in the form of Minimum Guaranteed
Amount (MGA) to be paid to Concessioning Authority per in terms of %age of revenue
realized from operation of lift till the completion of Concession Period and the land rentals
for complete concession period (format provided in Annexure 6).
25. NEGOTIATIONS:
25.1 The bidder quoting the highest MGA (F1) shall be declared as most competitive financial bid and
shall be invited for negotiations on technical as well as financial Proposal. If the financial bid of
more then one party is equal, then party having higher technical score shall be invited for
negotiation. Negotiations will be held at the office of the Concessioning Authority, Kud, District
Udhampur, J&K.
25.2 Negotiations will include a discussion of the proposal, the proposed ropeway, technology /
equipment to be used, work management plan / environment management plan. The
43
Concessioning Authority and selected BOOT operator will then work out agreed final scope of
work, development, operation & maintenance of ropeway / associated infrastructure, staffing,
and bar charts indicating activities and reporting.
25.3 The negotiations will conclude with a review of the draft form of the concession agreement. To
complete negotiations the Concessioning Authority and the bidder will initial the agreed contract.
25.4 If the negotiation succeeds the selected bidder shall be invited to sign the concession agreement.
25.5 If negotiations fail, the Concessioning Authority will invite the bidder quoting second-highest
MGA (F2) for negotiations. The process shall be repeated till negotiation is successful and
preferred bidder has been identified.
26. AWARD OF CONCESSION:
The intention to sign Concession Agreement would be conveyed by Concessioning Authority to
the Preferred Bidder with whom negotiation concluded successfully and who satisfies all other
compliance requirement. Prior to expiration of the period of proposal validity, Concessioning
Authority will notify the preferred Bidder by fax/E-mail confirmed by registered letter/email that
its bid has been accepted.
27. CONCESSIONING AUTHORITY’S RIGHT TO ACCEPT AND REJECT ANY OR ALL
PROPOSALS:
Concessioning Authority 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 award of Concession, without
thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the
affected Bidder or Bidders of the grounds for Concessioning Authority’s action.
28. PRE-CONDITION FOR SIGNING THE CONCESSION AGREEMENT:
After completing the evaluation of Financial Bid and identify the Preferred bidder,
Concessioning Authority shall issue a Letter of Intent (LOI) to the Preferred Bidder, indicating
its intention for signing the Concession Agreement. The preferred bidder shall submit a Letter of
Acceptance (LOA) within seven (7) days of issue of Letter of Intent (LOI). Concessioning
Authority shall then invite the preferred bidder to sign the agreement.
29. SIGNING OF CONCESSION AGREEMENT (CA):
Term Sheet detailing main Term and Condition of CA has been provided as Section 4 of RFP.
Bidders may provide their comments on the Term Sheet of CA in a written form. Concessioning
Authority will sign the CA with the Preferred Bidder after the necessary pre-condition has been
fulfilled.
*********
44
SECTION IV
GUIDELINES FOR PROJECT
45
SECTION IV
GUIDELINES FOR PROJECT
1. INTRODUCTION:
1.1 Section III of RFP contains guidelines for the bidders relating to different project components.
Bidders are advised to follow these Guidelines for preparing the project designs, cost
estimates and project development plan and bid document.
1.2 Design Considerations:
The proposed ropeway will have the following:
LTP: Kud, at Km99 of NH1A
UTP: Patnitop near Hotel Vardhan
Intermediate Station: Village Sangote
Bidders are advised to carry out all such surveys that are necessary to arrive at detailed design
and cost estimates for the Project. The bidder shall use the information provided in this section
for reference purpose only and shall be solely responsible for all the data, information,
assumptions used for technical designs of different project components. The bidder, while
designing the system, shall consider following:
(a) Tourist inflow both during winter and summer, to arrive at the design capacity of
ropeway system.
(b) Ropeway Capacity and system:- (present requirement) – 400-600PPH.
Section 1st:- Monocable fixed grip pulsated system
Section 2nd
:-Monocable detachable gondola system
Ropeway System shall be Imported as per international standards The system
technology shall be preferred in following order.
1. Imported as per European/Canadian /American code.
Note:- No Indigenous system shall be accepted.
(c) Ropeway capacity must be flexible so that not only it meets the current traffic but also
estimated traffic for entire Concession period.
(d) Geotechnical investigations shall be carried out by successful bidder for designing of the
system.
(e) Protection work at LTP,IS, UTP and line structures, were ever required along ropeway
alignment shall be done by the successful bidder at his own cost.
46
2 Aerial Ropeway:
2.1 Specifications for Design and Construction:
Implementation of the complete project, preparation of detailed layouts, designs and
engineering drawings would be undertaken by the selected Bidder. The each sub components
of Ropeway shall be designed as per European / American/ Canadian code. Factor of safety
for the whole system or sub system or individual component of the ropeway system shall be as
per European/ American Canadian codes for fully imported system.
1.1.1 Details of Electro Mechanical items:
Note:-This chapter needs to be studied very thoroughly by the bidder. Certain items are
required to be explained and mentioned specifically in the bid along with technical
specifications.
a) All Electro-Mechanical items shall be from the Original Equipment Manufacturer either
directly manufactured by him or from the sources of international repute. The bidders to
mention the make of critical items like rope, brakes, grips, cabins, main electric motor,
gear boxes, rubber liners, safeties electronic control and command system etc. etc. The
maintenance procedure (preventive), Inspection frequency, servicing, overhauling
procedures of all these items need to be provided by the contractor. Towers, DG sets, or
any other item as may be approved by Engineer-in-Charge/independent engineer can be
arranged indigenously. Subject to availability of the required material indigenously.
b) Aluminum extruded Cabin ,hanger and grip: cabins (back to back seats or front facing
seats) to be specified in the bid and to be approved by Engineer-in-Charge enclosed, well
ventilated, with guides to prevent swing during boarding and deboarding in stations,
with automatic door opening and closing mechanisms, with wide wind screens in front
and back, colour as per PDA choice, with vertical rescue attachment to hold rescue rope,
type of suspension to be specified, with antiswing springs/friction washers., shall be
provided by the bidder / manufacturer.
c) Hanger of seamless pipe, galvanized, with seats for friction washers to prevent swing of
cabin, connection with cabin through an axle and a bush.
d) Grip: A fixed grip /detachable grip of a highly reputed design, make and performance.
e) Drive Station: The drive station shall be the intermediate station and shall be housed in
a common terminal. The hydraulic tensioning unit mounted on lorry too can be at Upper
Terminal Point. f) ACCELERATION & DECELERATION MECHANISM FOR
SECTION –II ONLY
The accelerator / decelerator mechanism is provided to achieve the required speed in line
and at station. The mechanism will also facilitate to prevent jamming of the cabin with
the station rails. The design of the system shall make it possible to ensure not to cause
high noise level or other nuisance like oil drips etc. This mechanism is to get drive either
from main bull wheel with power takeoff pulley system or alternatively from
47
independent motor suitably synchronized with rope speed.
g) Return Station: The Upper Terminal Point shall be the return station.
h) Brakes: Three types of stopping systems has to be incorporated in the system:-
i) Electrical stop
ii) Service Brake - Electro Magnetic
iii) Emergency Brake - Hydraulic
The Service brake and Emergency Brake have to be synchronized .
The braking sequence and brake timings for all the brakes under different conditions of
loading to be specified and have to be as per relevant codes.
i) Ropes: Splices shall be provided on the rope. The pre-stretched preformed rope from
Arcelor Mittal shall be preferred. The core has to be the compact plastic. However ropes
from other internationally reputed manufacturers can also be considered.
j) Rescue Drive: A geared rim provided on the outer periphery of the bull wheel and
driven by a pinion and electric motor arrangement must attain a speed of 1 m/sec. Or a
diesel drive involving direct coupling of Diesel engine with the drive system. An
independent DG set shall be required for this driving arrangement.
k) Vertical Rescue Arrangement: The ropeway system should be provided with suitable
means of Rescue arrangements to facilitate the rescue of passengers who might remain
trapped on the line on account of unforeseen stopping of the installation; the use of such
equipment shall not require the help of the passengers. The passenger should be rescued
in a reasonably short time and in the easiest and safest manner.
Wherever a situation occurs in which operation of the Ropeway is not possible but the
carriers are stopped on the line between the stations and in which anticipated time to
repair the cause of the shutdown is greater than the estimated time for rescue operation,
vertical evacuation must take place.
The chosen rescue equipment shall be such that the rescue operation can be carried out
in a perfect manner even at the most critical points of the route. The vertical rescue
scheme and equipment is to be approved by PDA/ Consultants.
l) Electronic Control & Surveillance system: Computerized automatic operation close
circuit TV at terminals giving coverage of important area like boarding and de-boarding
of passengers is proposed. Monitoring inside stations and on towers to be provided. The
operator’s desk should display the No. of the tower and the nature of fault in case of any
line fault.
m) Control System: The ropeway shall operate at variable speed by means of DC/AC
electrical motor VVVF drive system. VVVF drive system should be maintained at 0.85
p.f at different load condition by providing power factor correction system.
Visual display unit system indicating the faults and procedure for detection of faults
48
shall be provided. The bidder shall provide details in the bid.
There will be smooth controlled start and stop of the ropeway. Different sensors, safety
devices feedback element and annunciation will be provided.
Necessary safety devices and stop push button in stations to make the system complete
safe. The safety and monitoring devices installed will not be only ensured at Lower
stations but will also be ensured at Upper stations and Line. The main drive motors will
be tripped automatically and safely in case of any safety fault occurred at Line or at
stations and shall also activate the braking system.
Control relays and interlocks should be provided for rescue, emergency motor and brake
operation.
AC/DC drive should be provided with forward reverse operation, speed variation (auto and manual) and inching facilities.
Both the brakes and line safety devices will also be operative during operation on Rescue mode.
Accessibility for the maintenance of all structures and equipment shall be provided.
2.1.2 SAFETY PROVISIONS:
Safety provisions will follow the Euro standard/ other internationally accepted standards.
All the safeties for smooth and safe operation and in case manual evaluation of
passengers is required shall be as per the European/ American/ Canadian codes.
2.1.3 STANDBY POWER SUPPLY ARRANGEMENT:
Normally the ropeway system shall work on power supply , but in case regular power supply
fails, the system shall operate on standby Diesel Generator (DG) power supply. It shall be
capable for full capacity load requirement of the passenger ropeway system and related
buildings and shall be suitable to operate on required thyristor load including during
regeneration period. The DG power system shall be noise-free and air pollution free as per
code of Practices, and all the safeties shall be available for operation on D.G mode as shall
be available on normal power supply.
2.2 COMMUNICATION, FIRE PRECAUTION AND PUBLIC ADDRESS:
a. Control and Communication Wires Communication system should be available at all the terminal stations and should be
interlinked (two way telephones)
Multicore communication cable is required to be provided between the station for
connection and between LTP & UTP
49
The wireless system will be provided to communicate while maintenance / rescue
operation on line and for other reasons, when communication through telephone
system will not be possible.
b. Fire Precautions
Special precautions should be taken to protect any part of the ropeway from fire
as per National Building Code (NBC).
Provision for arresting and mitigating fire hazards due to storage of fuel for DG
sets should be as per practices for such fuel storage.
c. Public address system and signages:-
At all the terminal stations at each section shall be provided with a Public
Address System, i.e. microphone, amplifier, speakers and able to operate during
power failure. Appropriate signages displaying different instructions for
operators and General public are necessarily required to be provided at
appropriate places.
4 Project Implementation Program:
(a) The construction schedule for the complete project is envisaged as 24 months. Bidders are
advised to submit the project scheduling in line with their proposed Project Development
Plan.
(b) Bidders are advised to note that the Concession Period of 35 years is inclusive of
Construction Period.
5 Inspection, Testing and Commissioning for Ropeway System:
The Bidder shall provide an Inspection, Testing, Operation and Maintenance
Plan for each component of the Project. The ropeway maintenance shall be provided in line
with the applicable codes and specifications.
(a) Before the ropeway is commissioned, it shall be submitted to installation tests to check
that it meets the requirements of the approved plans and specifications.
(b) Operation tests shall be made under full load and partial loads .
(c) The installation, routine and periodic tests shall be carried out in line with the European
standards and specifications. In case of absence of European standards, suitable /
applicable international Standards for Ropeway and other relevant standards for other
project components shall be followed. The concessionaire shall be allowed to operate / run
ropeway system only after obtaining completion certificate from designated authority.
50
6 Project Monitoring:
During construction and operation phase of Project, the Independent Engineer (IE) and
Independent Auditor, appointed by the Concessioning Authority, shall monitor the project
performance.
7 Performance Standards and Monitoring:
During construction and operation phase of Project, the Independent Engineer appointed by
Concessioning Authority shall monitor the project performance. The Performance standards for
the Project are set out as follows:
(a) Carrying capacity of the Ropeway system at the time of commencement of Operations
shall not be less than 400/600 PPH.
(b) Ropeway should be in daily operation throughout the year, unless otherwise instructed by
IE (during heavy snowfall or similar unfavorable conditions) excluding the maintenance
period(s).
(c) Performance of the system at boarding and de boarding areas.
The speed of ropeway system at boarding and deboarding areas should enable safe
passenger movement.
Waiting time for the passengers shall be minimum.
(d) Performance of standby equipment. The rating of standard DG set should be equal to the
main electrical power system. Care should be taken for altitude affect on the equipment.
(e) Performance of Rescue systems and carrier evacuation system. The efficiency and number
of rescue and evacuation system shall be measured in terms of following:
Response time to mishap detected by automatic detection system should be minimum.
Evacuation/ mitigation time period up to terminal stations should be kept at minimum
as per code.
********
51
SECTION V
TERMSHEET OF CONCESSION AGREEMENT
No Terms Details
1. Parties to
Concession
Agreement (CA)
Government of J&K through Patnitop Development Authority
(Concessioning Authority) and Private Sector Developer
(Concessionaire) in the Agreement
2. Obligation of
Concessionaire
Design, Engineering, construction, Development, finance,
operation and maintenance of Passenger Ropeway in two
sections (A) From Kud, near KM 99 of National Highway
(NH1A) to Sangote village and (B) From Sangote to Patnitop
near Hotel Vardan District Udhampur J&K on Built, Own,
Operate and Transfer (BOOT) Basis based on the following:
a. Complete the design and detailed engineering of the Project; The
BOOT operator shall assess the land requirement for project
including for ROW, UTP,IS, LTP, support infrastructure, etc as
per its technical proposal.
b. The major clearances from MOEF, Wild Life and Forest
Department have been obtained by the Concessioning Authority.
The other clearances if any shall be arranged by BOOT operator
PDA shall assist in obtaining the clearances. Expenses of all sorts
that may be required for obtaining these clearances are to be
borne by the concessionaire.
c. The BOOT operator shall procure all machinery, plant, and
equipment. Complete installation, testing and commissioning of
all machinery, plant, and equipment.
d. The BOOT operator shall follow the guidelines for different
project components, as set out in Section III of this RFP.
e. The BOOT operator shall complete the construction and
installation within the stipulated time frame i.e. 24 months.
f. Commercial operations of the facilities to commence only upon
full completion as certified by Independent Engineer /designated
authority.
g. The BOOT Operator shall enter into Engineering Procurement
Contract (EPC), Supply and Erection Contract and Operation &
Maintenance (O&M) contract, by inducting the EPC contractor(s)
and maintenance operators for different project activities and
service contracts.
h. Maintain and operate the project assets/ facilities in accordance
with the prudent utility practices and technical and performance
standards.
i. Maintain the requisite insurance on the facilities particularly
Passenger Liability Insurance for accidents, in accordance with
Prudent Utility Practices.
52
j. Allow representatives of Concessioning Authority, members of
the Regulatory Panel, reasonable access to the Project Site for
monitoring and supervision.
k. Make timely payment of MGA and rental of land on quarterly
basis to Concessioning Authority as given in the Financial Bid of
Concessionaire.
l. The professional fees, costs and expenses of the Independent
Engineer and the Independent Auditor shall be borne by the
concessionaire.
m. The cost of Ropeway Inspection shall be borne by the
Concessionaire.
n. In the event upon inspection and in consultation with the
Independent Engineer, the Ropeway Inspector determines that the
Aerial Ropeway or part thereof may not be used without danger
to the public or that it is no longer fit for the carriage of
passengers, Concessioning Authority may order closing of the
Aerial Ropeway or part thereof to the traffic and the same may be
reopened to traffic only after inspection and Concessioning
Authority sanction to reopen after removal of defects.
o. The BOOT operator shall transfer the project assets to
Concessioning Authority after the expiry / termination of
Concession Period at nil value i.e. without any cost obligation on
Concessioning Authority. At the time of transfer of project
/project facility, the Concessioning Authority shall conform to the
following requirement:
p. All project assets including ropeway, structure, equipment etc must
have been renewed and cured of all defect and deficiencies as
necessary so that the project is compliant with specification and
standards as per the concession agreement.
q. The concessionaire shall deliver all the records and reports
pertaining to the project and its engineering, construction,
operation and maintenance
r. The concessionaire shall execute such deeds of conveyance,
documents and other writings as the Concessioning Authority
may reasonably require to convey, divest and assign all the rights,
title and interest of the concessionaire in the project free from all
encumbrances absolutely and free from any charge or tax to
Concessioning Authority.
2.1 Right of
Concessionaire
Concessionaire shall be given the right to:
a. Implement the project as detailed in this document,
b. The BOOT operator will be authorized by Concessioning
Authority to collect fee / tariff / charge from the users of different
Project facilities as per Concession Agreement (to be signed
between Concessioning Authority and BOOT operator) and
appropriate the part of the collection to recover the investments
made in the Project.
c. The selected concessionaire shall have the right to decide on the
53
user charges for the project facilities / services subject to existing
provisions under law / Rules
d. The selected concessionaire can be allowed to sub contract the
project facility / a part of it to the third party after taking approval
from Concessioning Authority, but shall continue to remain solely
liable for all its obligations. The decision of concessioning
authority in this regard shall be final and conclusive.
3. Conditions of
Agreement (CA)
The obligations and rights of the Concessionaire shall be subject to the
satisfaction in full of the following condition to be fulfilled unless any
such condition has been waived by Concessioning Authority
3.1 CA for
Concessioning
Authority
a. To facilitate requisite government orders/ gazette notification
necessary for project implementation, in the manner most
feasible. Concessionaire shall submit the list of permission /
clearances required for the project to Concessioning Authority.
b. Ensure the availability of project sites, free of encumbrances
3.2 CA for
Concessionaire
a. Concessionaire shall pay the Project Development Fees as specified
in this document at the time of signing of agreement.
b. Concessionaire to furnish constitutional documents, board
resolutions, certified copies of project agreements, general
engineering designs / drawings, project plans, financing plan, etc
to Concessioning Authority for approval. BOOT operator shall
commence the installation / construction only after approval of
the above.
c. Certified true copies of all Project Agreements, in particular, the
Financing Documents, the EPC Contract, O&M Contract, etc as
well as the shareholder’s funding agreement have been delivered
by the Concessionaire to Concessioning Authority.
d. Concessionaire shall have obtained all such Applicable Permits
unconditionally or if subject to conditions then all such conditions
have been satisfied in full and such Applicable Permits are and
shall be kept in full force and effect for the relevant period during
the currency of the Concession Agreement.
e. Submission to the Concessioning Authority a legal opinion from
the Indian legal counsel with respect to the authority of the
Concessionaire to enter into this Agreement and the Project
Agreements and the Financing Documents and the enforceability
of the provisions thereof.
3.3 Period for CA
compliance
60 days from the date of issue of LOI, for both the parties. Each Party
shall bear its respective cost and expense of satisfying above conditions.
However, CA may, without any obligation, waive fully or partially any
of the conditions at anytime or extend the time period, on its sole
discretion.
54
3.4 Compliance Date The date of the letter, on which Concessionaire and Concessioning
Authority’s Conditions Agreement are fulfilled, shall be the compliance
date. Obligations of Parties under CA commence from this date.
3.5 Non-fulfillment
of CA by either
party
Non-defaulting party may terminate CA. If terminated by
Concessionaire due to non-fulfillment of CA by Concessioning
Authority, Bid security and Project Development Fees furnished by
Concessionaire shall be returned to it. If Concessionaire fails to fulfill
the CA and Agreement is terminated by Concessioning Authority, the
bid security and the Deposit for Project development fees shall be
forfeited by Concessioning Authority.
4. Concession
Period
35 years inclusive of Construction Period with effect from the
Compliance Date extendable for a further period of 10 years on revised
terms and conditions.
5. Regulatory Panel 1. The parties agree that within 30 days of execution of CA, a
Regulatory Panel will be created to monitor and oversee the
implementation and operation & maintenance of the Project. The
Regulatory Panel shall comprise the Commissioner-
Concessioning Authority, Chief Executive Officer, the Ropeway
Inspector of Concessioning Authority and the Independent
Engineer.
2. The Regulatory Panel shall, during the Concession Period,
including extensions thereof, if any, inspect the Project Site, at
reasonable intervals to determine the progress of construction,
operation and maintenance of the project and the extent of
compliance of the Concessionaire with the Terms and Conditions
of clearances, Technical Bid of Concessionaire and the relevant
project agreements.
6. Payout to
Concessioning
Authority
a. The Minimum Guaranteed Amount shall be more than5% of the
revenue per year and the land rent charges.
b. The Concessionaire shall make the payments of MGA in advance
on quarterly basis, within seven days of commencement of the
respective quarter; the first such payment shall be made at the
time of commissioning of Ropeway or 24 months after signing of
Concessioning agreement whichever is earlier. Land rentals are to
be paid before commencement of construction work and after
every three months thereafter.
7. Transfer of
Project
1. At the end of Concession period/ termination of CA, transfer the
project facilities and assets to Concessioning Authority at zero
cost.
2. Concessionaire shall be responsible for the costs and expenses,
including stamp duties, taxes, legal fees and expenses incurred in
connection with the transfer of the Project Assets and the Project
55
to Concessioning Authority or its nominated agency. These costs
can be borne by the concessioning authority as well if the
concessionaire is found to deliberately delaying the transfer of
assets. The concessioning authority shall recover such costs from
concessionaire by adopting the ways and means available.
3. Concessioning Authority or its nominated agency shall at its own
cost obtain or effect all clearances and take such other actions as
may be necessary for such transfer.
8. Force Majeure
(FM)
a. Lightning, earthquake, landslides, tempest, cyclone, hurricane,
whirlwind, storm, flood, and other unusual or extreme adverse
weather or environmental conditions (including, without
limitation, any such conditions at sea affecting the delivery of
equipment to the Project) or other events of natural disaster of
rare severity.
b. Meteorites or objects falling from aircraft or other aerial devices,
the occurrence of pressure waves caused by aircraft or other aerial
devices traveling at high speeds.
c. Fire or explosion, chemical or radioactive contamination or
ionizing radiation.
d. Epidemic or plague.
e. Strikes, lock-outs or other industrial action or labour disputes
excluding those by the Concessionaire or its Employees or
Agents, or the Contractors of the Concessionaire or their
Employees/ Agents, in any such case employed on the
implementation of the Project or the supply of goods or services
in so far as they materially and adversely affect the
implementation of the Project.
f. Act of war (whether declared or undeclared), threat of war,
invasion, armed conflict or act of foreign enemy, unexpected call
up of armed forces, revolution, religious strife, bombs, sabotage,
terrorism or threat of such acts or other similar events of a
political or social nature.
g. Expropriation, confiscation, nationalization or requisition of the
Project by GOI or Concessioning Authority.
h. The imposition of any blockade, embargo, import restrictions,
rationing or allocation by any Competent Authority.
i. Transporter’s agitation, merchant agitation, riots,
j. Any decision or order of a court or tribunal which has the effect
of restraining all or any part of the activities concerning the
construction, operation or maintenance of the Project including
the determination, levy, demand, collection, retention and
appropriation of Financials.
k. Any other act by any Competent Authority which has a Material
Adverse Effect or materially adversely affects the rights of
Construction Contractor or the O&M Contractor (regardless of
whether such act is within the reasonable control of
Concessioning Authority).
56
l. Any event or circumstances of a nature analogous to the
foregoing.
8.1 Procedure for
Force Majeure
a. a. Obligation of the parties shall remain suspended during the period of
FM events.
b. If following FM, either Party elects to terminate CA, Concessioning
Authority shall refund to the Concessionaire the Performance Security,
but Concessioning Authority shall not be liable to pay any
compensation to the Concessionaire or its employees, agents and
contractors.
9. Events of Default
(EOD)
9.1 Concessionaire
Events of Default
(EOD)
a. Material Breach of its obligations under the Agreement, including
without limitation the operation and maintenance of the facilities
in terms hereof, which materially adversely affects Concessioning
Authority or the Project and such breach is not remedied within
120 days of receipt for written notice from Concessioning
Authority, specifying such breach and requiring the
Concessionaire to remedy the same.
b. Such events as have been specified as Concessionaire EOD under
the provisions of CA.
c. A breach of any express representation or warranty by the
Concessionaire which has a Material Adverse Effect and such
breach is not remedied within 120 days of receipt of written
notice from Concessioning Authority specifying such breach and
requiring the Concessionaire to remedy the same.
d. Any actions or omissions attributable to Concessionaire,
including delay on the part of the Concessionaire to discharge any
of its obligations that has a Material Adverse Effect on the
implementation of the Project.
e. Failure of the Concessionaire to achieve Project Construction
Completion within 24 months.
f. Dissolution of the company pursuant to Law, except for the
purpose of a merger, consolidation or reorganization that does not
affect the ability of the resulting entity to perform all the
obligations of the Concessionaire under CA and provided further
that such resulting entity expressly assumes all such obligations.
g. Repudiation of CA or Abandonment of the Project by the
Concessionaire.
h. The Independent Engineer and the Ropeway Inspector notifies the
Parties of a material failure by the Concessionaire or its
employees or agents or the Construction Contractor(s) or the
O&M Contractor(s) or contractor(s) to develop implement,
finance, design, construct and operate and maintain the Project/
Aerial Ropeway, as the case may be, in accordance with the
Project Development Plan and the terms and conditions of
Clearances and of CA and further issues a notification to the
Parties of the failure to remedy such non-compliance within the
57
time frame as may reasonably have been specified by the
Independent Engineer/ Ropeway Inspector, as the case may be,
for rectifying the same.
i. Transfer pursuant to Law of either the rights and/or obligations of
Concessionaire or all or substantial portion of the Project Assets
or undertakings of the Concessionaire, except where such
transfer, in the opinion of Concessioning Authority, does not
affect the ability of the transferee to perform all the obligations of
the Concessionaire under CA and provided further that such
transferee expressly assumes all such obligations.
9.2 Concessioning
Authority’s Event
of Default
a. Material Breach by Concessioning Authority of its obligations
under CA which is not remedied within 120 days of receipt of
written notice from the Concessionaire specifying such breach
and requiring Concessioning Authority to remedy the same.
b. Any defect in the title, ownership and possession of
Concessioning Authority with respect to the Project Site that has
a Material Adverse Effect on the Project as certified by the
Independent Auditor.
c. Any change in the policies of Concessioning Authority or a
Change in Law which has a Material Adverse Effect on the
Concessionaire’s ability to implement the Project.
d. A breach of any express representation or warranty by
Concessioning Authority which has a Material Adverse Effect
and such breach is not remedied within 120 days of receipt of
written notice from the Concessionaire specifying such breach
and requiring Concessioning Authority to remedy the same.
e. Repudiation of CA by Concessioning Authority
10. Termination 1. Upon Events of Default (EOD) as detailed above and failure of
defaulting party to rectify the same within in the cure period of
120 days.
2. Upon subsisting FM: In case party’s performance is prevented or
impeded for longer than 180 days from commencement of FM.
11. Termination
Payments
11.1 Termination by
Concessioning
Authority for a
Concessionaire’s
Event of Default
a. Concessionaire shall transfer the Project Assets and Project to
Concessioning Authority.
b. Project Development Success Fee (as may be applicable at the
time of termination) of the Concessionaire shall be forfeited.
11.2 Termination by
Concessionaire
for a
a. Concessionaire shall transfer the Project Assets and Project to
Concessioning Authority.
b. Concessioning Authority shall compensate the Concessionaire for
58
Concessioning
Authority Event
of Default
the value of the Project as determined by the Independent Auditor
for the remainder of the Concession Period.
c. Concessioning Authority shall refund the Project Development
Success Fee to the Concessionaire.
12. Insurance Concessionaire shall maintain at its own expense, insurance policies as
per good industry practices. The insurance shall cover the following:
All the capital expenses incurred on the Project
Ropeway passengers and employers liability for accidents
Workers engaged during construction period
13. Dispute All questions and disputes of any kind what so ever the parties here to
arising out of or in connection with the contract or execution of works ,
whether during the execution of works, operation of lift or after
cancellation, termination, determination, completion of abandonment
thereof other than excepted matters shall be referred to arbitration of a
person to be nominated/ appointed by CEO PDA whose decision shall
be final and binding upon the parties. Any of the parties may apply to
CEO PDA for appointment of arbitrator in the event of any dispute /
difference. On receipt of such request it shall be lawful for CEO PDA
to appoint an arbitrator to adjudicate upon the disputes/ differences.
The arbitrator so appointed shall enter upon the reference and decide the
dispute in accordance with J&K Arbitration and conciliation act 1997.
All disputes arising out of or in any way connected with this contract
shall be assumed to have arisen in Udhampur/ Jammu and only courts in
Udhampur/ Jammu shall have jurisdiction to deal with the same.
Resolution of disputes by mutual consultation and negotiations between
the representatives on the regulatory Panel. If dispute resolution by
mutual consultations and negotiations fails, either party can approach
the courts in the jurisdiction of the state of J&K.
14. Independent
Engineer
Independent Engineer shall be nominated by concessioning
authority. The Independent engineer shall have ample experience in
installation , operation and maintenance of ropeway systems
.Independent engineer can be assisted by the engineers of other
disciplines from PDA/Consultants And will carry out the following:
Finalize route selection.
Supervise/ inspect fabrication and procurement, supply and
erection of material.
Trial runs , load test etc
Checking of ropeway system & design drawing
Quality assurance during manufacturing/procurement
Supervision during execution
Issue of commissioning/ completion certificate
Technical auditing of the ropeway after commissioning as per
provision of the Ropeway Act.
Ropeway inspector shall be appointed by PDA/ Government
15 Ropeway
Inspector
Ropeway inspector shall be appointed by Government of J&K and
shall certify that the project is safe for public use.
59
ANNEXURES
ANNEXURE 1
FORMAT FOR THE COVERING LETTER
(On the letter head of the company)
Dated…………...,
To:
Chief Executive Officer,
Patnitop Development Authority,
Kud, Udhampur, Jammu
Sub.: ---------(Name of Work)----------
Dear Sir / Madam:
Please find enclosed our Technical and Financial Bids, in respect to the selection of a BOOT
Operator for design, finance, construction, operation and maintenance of Ropeway Project between
--------------------------------------------------------------------------- J&K., in response to the Request for
Proposal (RFP) document issued by PDA, Government of J&K, dated ______.
We hereby confirm the following:
1. We have read and examined the RFP documents in totality, provided to us to enable submission
of Technical and Financial Bids for the implementation of Proposed Project on BOOT format.
2. Having examined the RFP documents, we the undersigned, submit our proposal to design,
develop, finance, construct, operate and maintain the project in conformity with all the
documents and drawings.
3. We hereby submit that our proposals would be valid for 180 days from the date of submission
and it shall remain binding upon us and may be accepted at any time before the expiration of
this period. Concessioning authority may request for extension of bid validity in case bid
evaluation is delayed due to any reason. The bidder (s) shall extend the bid validity
without altering the prices. 4. We agree to treat the proposal, drawings and other enclosures connected with this project as
secret and confidential documents. We shall not communicate the information described therein
to any person other than the person authorized by Concessioning Authority, or use the
information in any manner pre-judicial to the safety of the project.
5. We have not enclosed any conditions in financial proposal
6. We understand that Concessioning Authority is not bound to accept our proposal or any proposal
it may receive in response to issue of RFP documents Signature of Lead Member/ Authorized
Signatory of Bidding Firm:
(Authorized signatory)
@@@@@@
60
ANNEXURE 2
CHECKLIST OF ENCLOSED DOCUMENTS
Part 1st
1. Covering letter as per RFP.
2. Check list of enclosed documents
3. Power of attorney for the lead member.
4. Power of attorney for an authorized person in lead member firm.
5. JV agreement / MOU
6. Capability statement along with audited annual reports comprising of Balance
Sheet, Profit and Loss Account of lead member firm / bidder for last 5 years
as a proof of being profitable firm with requisite financial turn over
7. EMD in the shape of Demand draft amounting to Rs. 25.00 lacs
8. Solvency certificate.
9. All documents pertaining to Experience of bidder in developing/
commissioning of ropeways.
10. Documents pertaining to proof of successful O&M of ropeways.
11. Credentials of local associate/ sub contractor for civil/ ancillary works.
12. Undertaking from the bidder that all statutory clearances required for
execution of the project shall be obtained by him.
13. RFP document duly signed and stamped by the bidder on every page.
14. Receipt obtained from PDA against deposited cost of RFP document
Part 2nd
1. Detailed Project Development Plan and offered System
2. Land Use pan / requirement of land
3. Quality assurance plan.
4. Implementation schedule of project
5. Operation and Maintenance plan
6. Staff details
7. Safety, Emergency/ rescue plan
Part 3rd
1. Cost and revenue estimates for concession period.
2. Tourist demand estimate
3. Tariff structure for ropeway.
4. Revenue estimates for each year during concession period.
5. Cost estimates as asked in RFP.
6. Financing Plan for project.
7. Sealed financial bid. @@@@@@
61
ANNEXURE 3
CONCESSION AGREEMENT
This Agreement is executed on this the _____ day of ___________(Month), Two Thousand and ----
---- at ------
BY AND BETWEEN
Patnitop Development Authority, having its registered office at Kud, Udhampur, Jammu, India
(hereinafter referred to as “Concessioning Authority ” which expression shall unless repugnant to
the context include its successors and assigns) of the One Part,
AND
M/s-----------, having its registered office at -----------------., and ----------------M/s--------------a
company incorporated under the provisions of the Companies Act, 1956, having its registered office
at -------------- who form a consortium for the purposes of this Agreement and Project to be
implemented under this Agreement (hereinafter collectively referred to as the “Concessionaire”
which expression shall unless repugnant to the context include their respective successors and
permitted assigns including any Special Purpose Company that may be permitted by Concessioning
Authority to be established as detailed in this Agreement) of the Other Part
WHEREAS:
A. That the Concessioning Authority has been authorized by the state government to develop a
ropeway project (A) From Kud, near KM 99 of National NH1A to Sangote village and (B)
From Sangote to Patnitop near Hotel Vardan District Udhampur J&K.
B. In pursuance of above the Concessioning Authority decided to undertake, the development
of a ropeway (A) From Kud, near KM 99 of National NH1A to Sangote village and (B)
From Sangote to Patnitop near Hotel Vardan District Udhampur J&K(J&K), India.
C. That the Concessioning Authority proposed to grant to a selected party a Concession to
design, finance, construct, operate and maintain the Passenger Ropeway and facilities in the
specified location (hereinafter called the ‘Project’) on built, own, operate and transfer basis
(BOOT).
D. That the Concessioning Authority accordingly invited proposals for selection of
Concessionaire for the Project on a competitive bidding basis through the Tender Notice
dated ---------. Based on the tenders received and after evaluation of the Bids received, the
Concessioning Authority has accepted the Bid of the Concessionaire herein and has issued
them a Letter of Acceptance (‘LOA’) bearing No. ________ dated _______.
E. That the Concessionaire has paid the Project Development Success Fee of an amount Rs-----
---- as per the conditions precedent to the signing of the Concession Agreement.
F. That the Concessionaire represents and warrants that they have duly fulfilled all other terms
and conditions necessary for the execution of this Agreement as per the terms contained in
62
the Bidding documents and are in a position to execute this Agreement and implement the
Project as envisaged in the Bid and this Agreement
Now THIS AGREEMENT WITNESSETH as follows:
1. In this agreement words and expressions shall have the same meaning as are respectively
assigned to them in the conditions of RFP document hereinafter referred to.
2. The following documents in conjunction with Addendum/Corrigendum to tender Documents
shall be deemed to form and be read and construed as part of the agreement viz.:
a) This Form of Agreement.
b) The Letter of Acceptance (LOA)
c) The Price Bid
d) The RFP document
e) The Term Sheet for Concession Agreement
f) The Instruction to Bidders
g) The project Sheet
3. The aforesaid documents shall be taken as complementary and mutually explanatory of one
another, but in case of ambiguities or discrepancies, shall take precedence in the order set
out above.
4. The land to be made available on lease by the Concessioning Authority to the
Concessionaire for a period of 35 years extendable for a further period of 10 years on
revised terms and conditions.
5. The Concessionaire will pay MGA and Land rentals to Concessioning Authority as
mentioned in LOA
In WITNESS where of the parties hereto have caused their respective common seals to be
hereinto affixed (or have herewith set their respective hands and seals) the day and year first
above written.
SIGNED, SEALED AND DELIVERED BY M/s
For and on behalf of:
Concessioning Authority
For and on behalf of:
Concessionaire
Signature ________________
Signature ________________
Name ________________
Name ________________
Designation _________________ Designation _________________
63
Date _________________
Date _________________
Witness:
Witness:
Signature ________________
Signature ________________
Name ________________
Name ________________
Address _________________
Address _________________
Signature ________________
Signature ________________
Name ________________
Name ________________
Address _________________
Address _________________
Common Seal of Common Seal of
Patnitop Development Authority Concessionaire
64
ANNEXURE 4
FORMAT FOR POWER OF ATTORNEY FOR
APPOINTING THE LEAD MEMBER
[On Requisite Stamp Paper]
KNOW ALL MEN by these presents that we, [name of the company], a company incorporated
under the Companies Act, --------------, having its Registered Office at. /. [Address of the Company]
(hereinafter referred to as Company.)
WHEREAS the Company along with _______ and ___________ (give name and registered office
address) is forming a joint venture/ consortium to submit a Technical and Financial Bid in response
to the Request for Proposal (RFP) for the --------(Name of Work)------ issued by the Patnitop
Development Auhtority (CONCESSIONING AUTHORITY) and is desirous of appointing an
attorney for the purpose thereof.
Whereas the Company deems it expedient to appoint M/s ________ (name of Company, registered
office address) as the Attorney of the Company.
NOW KNOW YE ALL BY THESE PRESENTS, that ________ [name of company] do hereby
nominate, constitute and appoint [name the lead member of company] as its true and lawful
Attorney to do and execute all or any of the following acts, deeds and things for the Company in its
name and on its behalf, that is to say:
a. To act as the Lead Member of the Joint Venture/ Consortium for the Purposes of the Project.
b. In such capacity, to act as the Company’s official representative for submitting the Technical
and Financial bid for the Project and other relevant documents in connection therewith.
c. To sign all papers for bids, offers, Project documents, necessary documents, papers,
applications, representations and correspondence necessary and proper for the purpose
aforesaid;
d. To tender documents, receive and make inquiries, make the necessary corrections and
clarifications to the Project documents, as may be necessary
e. To sign and execute contracts relating to the Project including variation and modification
thereto
f. To represent the Company at meetings, discussions, negotiations and presentations with
Concessioning Authority, Competent Authorities and other Project related entities;
g. To receive notices, instructions and information for and on behalf of the Company;
h. To execute the Concession Agreement for and on behalf of the company
i. To do all such acts, deeds and things in the name and on behalf of the Company as necessary
for the purpose aforesaid.
AND the Company hereby covenant with the said Attorney to ratify and confirm all and whatever
the attorney may lawfully do or cause to be done by virtue of these presents.
IN WITNESS WHEREOF the Company puts its hand and seal to this Power of Attorney on this
[day, month & year]
65
The common seal of [name of the company] was here unto affixed pursuant to a resolution passed at
the meeting of Committee of Directors held on __ day __ of, ----(Year)---- in the presence of [name
& designation of the person] and countersigned by [name & designation of the person] of the
company of [name of the company]
The common seal of [name of the company)
[Name & designation of the person]
@@@@@@
66
ANNEXURE 5
FORMAT FOR POWER OF ATTORNEY FROM THE
LEAD MEMBER APPOINTING DESIGNATED PERSON
[On Requisite Stamp Paper]
KNOW ALL MEN by these presents that we, . [name of the company], a company incorporated
under the Companies Act, ----------, having its Registered Office at . [Address of the Company]
(hereinafter referred to as .Company.):
WHEREAS the Company has been authorized by ________ and _______ (give names and
registered office addresses), vide its respective Power of Attorney, to act as the Lead Member of the
Consortium/ Joint Venture bidding for the Project.
WHEREAS in response to the Request for Proposal (RFP) for ----(Name of Work)----, the
Company is submitting a Technical and Financial Bid on behalf of the Consortium/ Joint Venture
for the Design. Finance, Construction, Operation and Maintenance of the -----(Name of Work)-----
to the Patnitop Development Authority (CONCESSIONING AUTHORITY) and is desirous of
appointing an attorney for the purpose thereof.
Whereas the Company deems it expedient to appoint Mr. _____________ son of ______________
resident of _______________, holding the post of _______________ as the Attorney of the
Company.
NOW KNOW YE ALL BY THESE PRESENTS, that __________ [name of the lead member
company] do hereby nominate, constitute and appoint [name & designation of the person] as its true
and lawful Attorney so long as he is in the employment of the Company to do and execute all or any
of the following acts, deeds and things for the Company is its name and on its behalf, that is to say:
a. To act as the Company’s official representative for submitting the Technical and Financial Bid
for the said Project and other relevant documents in connection therewith.
b. To sign all papers for all bids, offers, project documents, necessary documents, papers,
applications, representations and correspondence necessary and proper for the purpose
aforesaid;
c. To tender documents, receive and make inquiries, make the necessary corrections and
clarifications to the Project documents, as may be necessary
d. To sign and execute contracts relating to the Project, including variation and modification
thereto
e. To do all such acts, deeds and things in the name on behalf of the company as necessary for
the purpose aforesaid.
The common seal of [name of the company] was here unto affixed pursuant to a resolution passed at
the meeting of Committee of Directors held on __ day __ of _________, in the presence of [name
& designation of the person] and countersigned by [name & designation of the person] of the
company of [name of the company]
The common seal of [name of the company)
[Name & designation of the person]
67
NNEXURE 6
FORMAT FOR FINANCIAL BID
(On the letter head of the company)
TO BE SUBMITTED IN SEPARATE SEALED ENVELOPE
Date:
To:
Chief Executive Officer,
Patnitop Development Authority,
Kud,Udhampur J&K, India
Sub.: -----(Name of work)
Dear Sir / Madam:
Being duly authorized to represent and act on behalf of.…….. and having reviewed and
fully understood all the requirements of bid submission provided vide the RFP document
No. ---------dated--------- pertaining to the -----(Name of work)----- , we hereby provide our
Financial Proposal for development and establishment of this Project on BOOT format.
1. The Minimum Guaranteed Amount (MGA) payable by us (name of Consortium) to
Concessioning Authority for the Concession Period shall be:
__________% of the Revenue realized from operation of the ropeway project year. The
escalation per year on MGA shall be _______% of annual revenue realized (Break up
year wise for 35 years)
___________________________________________________________ (in words)
2. The rent for the land payable by us shall be Rs. ___________ per Kanal for 1st year
and shall be escalated by _______% per year (Break up year wise for 35 years.)
We agree to bind by this offer if we are the selected BOOT operator for this project.
For and on behalf of:
3. We undertake to handover all the land to Patnitop Development Authority for which we
shall pay rent as per the rates quoted by us in this format, at the end of concession
period.
Signature:
Name of the Person:
Designation:
Instructions:
1. No conditions should be attached.
2. In case of difference between the words and figures, words would prevail.
3. Should be given in a sealed envelope.
68
ANNEXURE 7
EXPERIENCE OF THE BIDDER IN DEVELOPMENT / COMMISSIONING OF ROPEWAYS
Name of the Project
Name Client
Project Location
Project Type
Completion Date
Technical parameter
Project Cost
(Rs. Crores)
Equity held in case of JV partner in BOOT project
Single entity
Bidder Consortium
Member 1
Member 2
Member 3
Note:
1) Certificates from the clients stating satisfactory completions and satisfying Operation and
Maintenance of the project to be enclosed in the support of the eligibility claim
@@@@@@
69
ANNEXURE 8
EXPERIENCE OF THE BIDDER IN OPERATION &
MAINTENANCE OF ROPEWAYS
Project Name and Location
Name of the Client
Project details (Tech. Parameters)
Completion Date
Project Cost
(Rs Crores)
Equity held in case of SPV partner in BOT project
Single entity
Bidder Consortium
Member 1
Member 2
Member 3
Note:
1) Certificates from the clients stating satisfactory operating and maintaining of the project to be
enclosed in the support of the eligibility claim
@@@@@@
70
ANNEXURE 9
FINANCIAL CAPABILITY OF THE BIDDER
A. Turnover
All values in Rs Crores
Bidder Turnover (For qualifying year)
Between 2009-2010,2013- 2014 and 2014 - 2015
Single entity Bidder
Consortium Member 1
Consortium Member 2
Consortium Member 3
Instructions:
1. Attach copies of audited financial statements for qualifying year
2. The Bidder’s statutory auditor shall certify all figures quoted above. A detail working of the
figures quoted should be submitted along with the certificate.
3. In case of a JV/ consortium the financial capability of the main bidder and that of the JV
partner (s) consortium has to meet the PQ requirement either collectively or individually in
such a way that the lead member should possess at least 50% of the PQ requirements
individually. Number of JV partners or the number of partners in consortium shall in no way
be more than 3
***********
71
ANNEXURE 10
Format for Memorandum Of Understanding (MoU)
(To be drawn on Non – judicial stamp paper of Rs 100.0 if in India or such equivalent document
duly attested by Notary Public)
This Memorandum of Understanding (MOU) entered into this _____day of _______ at ______
among
M/s _______________(hereinafter referred to as”________”) and having registered office
at_____________, Member of the First Part
and
M/s _______________(hereinafter referred to as”__________”) and having registered office
at____________, Member of the Second Part.
and
M/s _______________(hereinafter referred to as”__________”) and having registered office
at____________, Member of the Third Part.
The expressions of ------------and ------------- (which expression shall unless repugnant to the
context or meaning thereof mean and indicate its successors and assignees) shall collectively be
referred to as”The Consortium” and / or “the Members” as the case may be and individually as “the
Member”
WHEREAS Patnitop Development Authority, Kud, Udhampur (herein after called “Concessioning
Authority ”) has called RFP documents for the work of construction of ------------------------(name of
the work) (herein after called the “Project”) on BOOT basis.
AND WHEREAS the Members have studied the Tender documents and had discussions for
formation of a Consortium / JV for jointly bidding for the said Project and execution and
completion of the Project (in case successful) and have reached an understanding on the following
points with respect to the Members’ rights and obligations towards each other and their working
relationship.
IT IS HEREBY AS MUTUAL UNDERSTANDING OF THE MEMBERS AGREED AND
DECLARED AS FOLLOWS:
1. That the Members will jointly submit the Tender Proposal for the said Project, execute and
complete (in case successful) the same as per the terms & conditions, specifications and other
obligations as per the Agreement with the Concessioning Authority
2. M/s ------------------ shall be the Lead Member of the CONSORTIUM / JV for all intents and
purpose and shall:
a) Be authorized for all or any of the acts, deeds or things necessary or incidental for
submission of the offer, responding to queries and submission of information/ documents,
execute and complete (in case successful) the Project as per the terms & conditions,
specifications and other obligations as per the Agreement with the Concessioning Authority
with regard to the same on behalf of the consortium
b) Represent the Consortium in its dealing with the Concessioning Authority and receive
instructions for and on behalf of any or all Members of Consortium.
72
3. All Members of the Consortium / JV shall be jointly and severally liable for the execution and
due performance of the contract with the Concessioning Authority in accordance with the
contract terms.
4. ROLES AND RESPONSIBILITIES Following distribution of responsibilities will be followed in the event of the CONSORTIUM
Proposal is accepted by.
Sl. No. Activities Responsibilities
a)
b)
c)
.
.
..
5. That this MOU shall be governed in accordance with the laws of India and courts in Udhampur/
Jammu J&K shall have exclusive jurisdiction to adjudicate disputes arising from the terms
herein.
6. That this MOU shall remain valid for the period of validity of the Offer submitted by the
Consortium / JV and in case successful, till signing of the detailed Contract Agreement for the
due performance of the Contract with the Concessioning Authority for the said Project.
In witness whereof the Parties affirm that the information provided is accurate and true and
have caused this MOU to be duly executed on the date and year above mentioned.
Signed by Witness:
1. First Party 1.
2. Second Party 2.
3. Third Party 3.
73
ANNEXURE - 11
SOLVENCY CERTIFICATE
(On the letter head of Bank)
This is to certify that M/s --------------------------------------------is a reputed Company with a good
financial standing and solvent to the extent of Rs.-------------------------.
Sd/-
Name of the Bank/Branch
With Seal
************
74
DRAWINGS SHOWING DIFFERENT ALIGNMENTS
75
76
TOURIST FLOW DATA OF PATNITOP
Months
Tourists Flow to Patnitop Avg. Tourists
Flow 2007 2008 2009 2010 2011
January 10245 39473 30864 17764 40253 27719.8
February 9894 21758 19431 13796 18929 16761.6
March 8322 25961 14731 17999 20944 17591.4
April 8901 23487 13494 22084 25942 18781.6
May 18357 54331 42114 71939 56282 48604.6
June 26393 54296 51602 73973 58270 2906.8
July 23709 20388 20388 50387 28533 28681
August 13982 3784 17027 18536 13234 13312.6
September 18416 2564 20712 13762 13139 13718.6
October 16595 7871 22449 15271 14070 15251.2
November 17139 6125 21725 15711 13152 14770.4
December 25187 8231 28807 22599 - 16964.8
Total 197140 268269 303344 353821 302748 285064.4
Avg. Tourists flow/
Month 16428.3 22355.7 25278.7 29485 25229 23755.4
Months
Tourists Flow
Avg. Tourists Flow 2012 2013 2014 2015
January 11026 13866 16050 6540 47482
February 19285 11078 20602 11245 62210
March 38448 13692 206470 11394 270004
April 45384 12986 24806 6473 89649
May 65031 22693 44735 12931 145390
June 74004 37047 78907 84578 274536
July 66120 31250 84829 160562 342761
August 30157 20069 55830 185438 291494
September 17637 24626 18623 59261 120147
October 21615 23327 20191 - 65133
November 16932 20785 9408 - 47125
December 19563 18447 7424 - 45434
Total 425202 249866 587875 538422 1801365
Avg. Tourists flow/
Month 35433.50 20822.16
48989.58 59824.66 150113.75
77
Patnitop Development Authority,
Kud District Udhampur,
Jammu & Kashmir (India)
Pin – 182 142
Tele-fax: 01992-288146
www.patnitop.nic.in
email: [email protected]