BID DOCUMENT

 

Disclaimer

Although all attempts are being made to keep the information provided in this document as per the original document, some information is subject to change at short notice. Users are requested to confirm the exactness of the prescribed information with the the BID DOCUMENTS issued by the Authority before proceeding to utilize the information.

 
INVITATION OF OFFERS FOR SELECTION OF JV PARTNER FOR DEVELOPMENT OF TAJ EXPRESSWAY PROJECT
 
Government of U.P has set-up Taj Expressway Authority (TEA) for anchoring development of Taj Expressway project. The length of the proposed expressway connecting Noida with Agra would be about 160 Kms and would pass through a virgin area along the Yamuna river.

TEA invites offers from interested parties of National / International repute for preparation of TEFR and Detailed Project Report (DPR) arrangement of finances, construction and operation  of a six lane Super Expressway between Noida and Agra, the City of TAJMAHAL.  The selected developer will form a JV company with TEA or a SPV as the case may be for development / implementation of the project.  

The JV / SPV company would be offered rights for collecting Tolls and also rights for land development of about 25 million square meters of land along the proposed Expressway.   A band of about 500 meters width of land, including the 100 meters for the Expressway, at 5 or more locations of which one location shall be Noida / Greater Noida area along the Expressway would be offered on acquisition cost along the corridor for Commercial, Amusement, Industrial, Institutional and Residential Development, as an integral part of the project.  These sites as per the Master Plan will have minimum of 1.50 FAR. 

 

Applications forms / Documents are available during the working hours from :

Ravi Srivastava
General Manager (Projects)
Taj Expressway Authority
J-3, Sector-41, Noida
Distt. Gautam Budh Nagar  (U.P.)
Ph: 91-120-4573733/ 4573707
Fax: 91-120-4501851
Mobile: 09811328884

Date of Pre-bid meeting

15-11-2002 at 1100 Hrs at Indira Gandhi Memorial Hall, Noida Administrative Office Complex, Sector-6, Noida. 

 

Last date for submission of bids

 

 23rd November, 2002 up to 3 PM.

To be submitted in the office of

Chief Executive Officer
Taj Expressway Authority
J-3, Sector-41, Noida
Distt. Gautam Budh Nagar � 201301
Uttar Pradesh (INDIA)

 

Price of bid document

Rs. 5000/- (or US $150)

(Non-refundable) to be paid by DD in favour of Taj Expressway Industrial Development Authority, payable at Gautam Budh Nagar, (U.P.)

 

For further details, please contact: Ravi Srivastava, General Manager (Projects) Taj Expressway Industrial Development Authority, Tel: Ph: 91-120-4573733/ 4573707, Fax: 91-120-4573707 Mobile: 09811328884,

 
TABLE OF CONTENTS
 

Section

Particulars

Page No.

I

PROJECT CONCEPT

 

 

INTRODUCTION

6

 

INSTRUCTION TO BIDDERS

7

II

TERMS & CONDITIONS OF BIDDING

9

 

SUMMARY OF SCOPE OF WORK

10

 

OBLIGATIONS OF TEA

10

 

BIDDING METHODOLOGY

10

 

STAGE - I: SHORTLISTING OF BIDDERS

11

 

STAGE 2 - EVALUATION OF FINANCIAL BIDS

11

 

PRE-BID MEETING

11

 

BIDDER�S RESPONSIBILITIES BEFORE BID SUBMISSION

11

 

BID SUBMISSION

12

 

GENERAL INFORMATION

13

III

FORMATS FOR BID SUBMISSION

14-21

 

ANNEXURE � I

ECONOMIC INDICATORS OF UTTAR PRADESH

22

 

SECTION � I - PROJECT CONCEPT

 

1.      INTRODUCTION

 

1.1. The absence of a major highway on the eastern side of Yamuna in U.P is resulting in longer travel time as well as inconvenience to road users. Considering this, UP Government is contemplating to provide an access-controlled expressway connecting New Delhi with Mathura and further Agra. The objectives of the proposed expressway are as follows:

(i) Provide a fast moving corridor to minimize the travel time

(ii) To connect the main townships / commercial centres on the eastern side of Yamuna

(iii) To relieve NH-2 which is already congested and runs through the heart of cities like Faridabad, Ballabgarh and Palwal.

1.2. The Government of Uttar Pradesh has created Taj Expressway Authority (�TEA�) for anchoring development of this project. The proposed expressway is expected to result in significant cost & time savings to the users of this road.
 

1.3. The length of the proposed Expressway would be about 160 km and would considerably shorten the distance between New Delhi and Agra, thereby reducing the travel time by about 100 minutes.  The proposed 6-lane expressway with Service Roads and associated structures would have the provision for eight -laning on increase in traffic volumes in the future,
 

1.4. The estimated cost of the project is likely to be in the range of US $ 350 million. First phase of the Expressway between Noida Toll Bridge and Greater Noida (about 25 km.) is already scheduled to be commissioned by December 31, 2002.
 

1.5. The Expressway would pass through virgin area along the river Yamuna. A band of about 500 meters width of land, including the 100 meters for the Expressway, at 5 or more locations of which one location shall be Noida / Greater Noida area along the Expressway would be offered on acquisition cost along the corridor for Commercial, Amusement, Industrial, Institutional and Residential Development, as an integral part of the project. The minimum permissible FAR of 1.50.  The land area for said development will be 25 million square meters.
 

1.6. The 50% land for development would be made available within 6 months of financial closure and the remaining 50% land for development shall be made available within 12 months thereafter.
 

1.7. TEA intends to attract interested parties with experience in construction / development of infrastructure projects including real estate development. TEA plans to select a private sector developer and form a JV company / SPV for the project. This JV company / SPV would be responsible for preparation of TEFR and Detailed Project Report (DPR), arrangement of finances, construction and operation of the 6- lane expressway with the service roads and associated facilities  for  a  specified  Concession  Period.    In return, the JV company / SPV will be given the rights to levy tolls and also rights for land development, as indicated in clause 1.5.
 

1.8. The project is offered on Joint Venture basis with 25% equity to TEA and 75% equity to the JV Partner, who would be responsible for the development, execution and operation of the Project. In this case, the cost of Expressway being commissioned between Noida and Greater Noida shall be treated as equity contribution of TEA in the JV / SPV and if the cost of Noida � Greater Noida Expressway is in excess of 25% equity, the surplus amount shall be treated as interest�free  loan  to  the JV / SPV.  Alternatively, at the option of the bidder, the project may be taken up by the bidder exclusively without any equity participation by TEA. In this case, the entire cost of the Noida � Greater Expressway shall be treated as interest - free loan  to JV / SPV. 
 

1.9.  TEA invites bids from parties with sound technical and financial strength for the project. At the end of the Concession Period, all assets of the JV/ SPV including the Expressway development rights etc. shall stand transferred / assigned to the TEA at nil value and the Private Sector partner in the JV company / SPV would divest its stake in favour of TEA at original face value i.e. par value and not nil value.  Provided that on completion of concession period, 25 million square meters of land shall be leased or released to the developer for balance period of 90 years.  The alignment of the Expressway between Greater Noida and Agra shall be finalized by the Bidder and the TEA as per the requirements of the DPR.
 

1.10.  The land offered by TEA along the expressway for development on lease at a premium equivalent to acquisition cost and lease rent of Rs.100/- per hectare per year for a period of 90 years.  The JV company / SPV could further lease out the developed / undeveloped land to sub-lessees / end � users without payment of any charges / fee etc.   The rights of sub-lessees / end �users shall not be affected at the expiry of concession period and subsequent renewals shall be granted by TEA on standard Terms and Conditions.  
 

1.11.The SPV/ JV partner shall have the option to exit, if the project is not found viable at the end of TEFR stage.  In such a case TEA shall bear 75% share of the expenditure incurred or Rs. Ten Crores, whichever is minimum.  The TEA shall have the option to terminate if the financial closure is not reached within specified time i.e. Two Years for preparation of TEFR and DPR and two years for financial closure extendable by One Year by TEA.

 
2.      INSTRUCTION TO BIDDERS
 

2.1. Interested parties of National / International repute are invited to bid as per the schedule given below. Bids received shall be evaluated in two stages.

�   Stage � I    (Technical Bid): Screening of offers with a view to ascertaining the experience and resources of the JV partner for undertaking the Project. (Please refer to the section on �Terms & conditions of bidding�).

�   Stage � II (Financial Bid): Will be opened in respect of such bidders who have been found acceptable after scrutiny.   Financial Bids will be evaluated entirely on the basis of concession period demanded by the Bidder, which is the bid variable.

The Bid may be submitted by individual parties or a consortium.  In case of consortium, the leader of the consortium should have more than 50% share in the consortium.

2.2     Schedule for Invitation of Offers

�      Date of Pre-Bid Meeting                             1100 hours on 15h November, 2002

�      Last date for submission of Bids                   1500 hours on  23rd November, 2002

2.3.  Bid Documents can be obtained on payment of Rs. 5000/- (or US $ 150) in favour of �Taj Expressway Industrial Development Authority� by way of Bank Draft payable at Gautam Buddha Nagar (U.P.) from J-3, Sector-41, Noida, District Gautam Buddha Nagar � 201 301 (U.P.). Bids have to be submitted at J-3, Sector-41, Noida, District Gautam Budh Nagar � 201301 (U.P.).  Bid document  can  also  be  downloaded  from  our  website http:// www.greaternoida.com and submitted with bank draft as above.

2.4.   The contents of this Bid Document are for general information of the Bidders. The contractual obligations shall be as per the terms and conditions in the Promoter�s Agreement (if necessary) and the Concession Agreement to be entered into with the successful Bidder after the award of contract.  TEA reserves the right to alter any or all terms and conditions specified in this Bid Document by issuing necessary addendum before last date for submission of Bids i.e. dated 23rd November, 2002 up to 1500 hours. 

2.5.   TEA reserves the right to reject any or all of the bids at any time of the bidding process, without assigning any reason whatsoever.

 

SECTION � II: TERMS & CONDITIONS OF BIDDING

 
3 SUMMARY OF SCOPE OF WORK 

3.1 The project would be developed by the JV company / SPV formed by the selected party with or without TEA as the case may be.

3.2 The scope of work involves preparation of TEFR and Detailed Project Report (DPR), arrangement of finances, construction and operation of the six-lane Super Expressway along with service roads and associated structures as per requirement. This road would have provision for expansion to 8-lane in future based on traffic volumes. The scope also includes operations (including Toll Levy and Collection) and maintenance of the facilities during the length of the Concession period.

3.3 The construction & maintenance specifications for the expressway, including service roads and associated structures shall conform the relevant IRC standards.  

3.4 The bid variable for the project is only concession period. The concession period will commence after 5 years from the date of financial closure. At the end of this Concession period, all assets of the JV/ SPV including the Expressway development rights, receivables etc. shall stand transferred / assigned to TEA at nil value and equity of the selected parties shall be transferred on par value to TEA.    

4       OBLIGATIONS OF TEA 

4.1   TEA would acquire and make available to the JV company / SPV, unencumbered land, free of all encroachments, along the Right of Way for the project.  50% land for development would be made available within six months of financial closure and the remaining 50% land shall be made available within 12 months thereafter.  

4.2   TEA would grant the right to the successful bidder to levy, collect and retain tolls from vehicles using the expressway during the length of the Concession Period. 

4.3  TEA would assist, wherever possible, in getting the clearances required for the implementation of the project. The responsibility for obtaining clearance shall be jointly shared by TEA and selected joint partner.

5       BIDDING METHODOLOGY  

5.1   The bidding for the project would be in two stages.  

�   Stage � I    (Technical Bid): Screening of offers with a view to ascertaining the experience and resources of the bidder for undertaking the Project. (Please refer to the section on �Terms & Conditions of bidding�).

�   Stage � II (Financial Bid): Will be opened in respect of such bidders who have been found acceptable after scrutiny. Financial Bids will be evaluated on the basis of the concession period, (which should be specified in years, months & days), demanded by the bidder.

6       STAGE - I: SHORTLISTING OF BIDDERS

6.1    In the first step, all the bidders would go through a short-listing process, based on technical and financial criteria.  The bids shall be short listed on the basis of technical competence, experience of implementing / executing construction works and financial parameters, such as, networth, ability to raise resources including debt funds, cash flows, etc.

6.2    For construction experience :

a) Bidder must have an annual turnover of Rs.750 crores in India or US$ 400 million outside India in any year during last 3 years connected with civil construction.   

b) Bidder must have an executed or be executing works against a single contract worth over Rs.750 crores in India or US $ 400 million outside India connected with civil construction.

6.3 All the short listed bidders will qualify for the second stage i.e opening of Financial Bids.

6.4 In case of bids by consortium, all information required from the bidder must be submitted in respect of all the members of the consortium and the short listing of the bidders shall be done on the basis of information in respect of the leader of the consortium who should have more than 50% participation in the consortium.   A legally binding agreement between the members of the consortium shall also be submitted along with the Stage-I (Technical Bid)

7. STAGE 2 - EVALUATION OF FINANCIAL BIDS

7.1 The  financial  bids  of  the  short listed bidders after Stage-I only would be opened. The financial bids of the bidders who have not been shortlisted in Stage-1 would be returned unopened.

7.2 The bid variable (i.e. the parameter on the basis of which the financial bids would be evaluated) is the Concession Period, to be specified in years, months & days.

8.       PRE-BID MEETING

8.1 TEA shall hold a pre-bid meeting (which all Bidders who purchase the Bid Documents are eligible to attend), to enable the bidders to seek any further clarifications & replies to their queries in regard to the project.

8.2  The Pre-Bid Meeting shall be held on 15h November, 2002 at 1100 hours in the Indira Gandhi Memorial Hall, Noida Administrative Office Complex, Sector-6, Noida, Distt. Gautam Budh Nagar � 201301.

8.3  Non-attendance at the pre-bid meeting will not be a cause for disqualification of the Bidder. However, all clarifications and replies given during the Pre- Bid meeting will be legally binding on all the Bidders irrespective of their attendance or otherwise at the Pre-Bid meeting.

9 BIDDER�S RESPONSIBILITIES BEFORE BID SUBMISSION:

9.1 The Bidder shall ensure that the bid is complete in all respects and conforms to all requirements indicated in this Bid Document.

9.2 Site Visit, Traffic Study and Soil Investigations: The Bidders shall visit and examine the Site of Works and obtain for themselves, at their own cost & responsibility, all the information and data that may be necessary for preparing the bid. TEA will provide the necessary assistance in this regard.

10  BID SUBMISSION  

10.1      Details to Accompany Bids: The Bidder shall ensure that the following are part of the bid:

10.2      Financial and Technical details in the prescribed formats, supporting documents including;

a)   Power of Attorney authorizing the signatory of the bidder to sign on behalf of the bidding firm.

b)   In case of consortium, Agreement between the members of the consortium.

10.3   Bid security.

10.4  The Bidder shall submit one original bid in a sealed envelope marked clearly as �Original�, and one copy in a separate sealed envelope marked clearly as �Duplicate�.

10.5      Each envelope shall contain two inner sealed envelopes.

(a)          One envelope shall be sealed and clearly marked �Technical Bid� and shall contain all information and certifications which is relevant to qualify the bidder for the next stage of evaluation, as explained in the �Bidding Methodology� Section. The information shall be furnished as outlined in the formats provided in Section III (�Formats for bid submission�).

(b)          The second envelop shall be sealed and clearly marked �Financial Bid�, and shall contain the Concession period in years, months & days desired by the bidder.

10.6      The outer envelopes containing the above items shall bear the name and address of the Bidder and name of the project, and shall be addressed to the Chief Executive Officer, Taj Expressway Authority.

10.7      In the event of any discrepancy between the original and copies of the bids, the original shall govern. The original and copies of the pre-qualification information and financial bid must be prepared in indelible ink and must be signed by the authorized representative of the Bidder. The authorized representative must initial all pages of the bid document.

10.8      The bid must contain no overwriting except as necessary to correct errors made by the Bidders themselves, in which case such corrections must be initialled by the person signing the bid.

10.9      Bids will be received up to 1500 Hours (IST) on November 23rd, 2002.  Any bid received by TEA after the deadline prescribed shall be returned unopened.

10.10   The Envelope �1 (Technical Bid) will be opened immediately afterwards on the same day (i.e. 23rd November, 2002 at 1500 Hours).  The Envelope- 2 (Financial Bid) of the shortlisted bidders will be opened at 1500 hours on the 30th November, 2002.

10.11   The Bidders shall keep their Bids valid for a minimum period of 180 days from the last date for submission of Bids. In exceptional circumstances TEA may request that the Bidders extend the period of validity for a specified additional period. The request and the Bidders response shall be made in writing. A Bidder may refuse the request without loosing his bid security. A Bidder agreeing to the request shall not be permitted to modify his bid, but will be required to extend the validity of his bid as well as the bid security for the period of the extension.

10.12    Each Bidder shall submit only one bid.

10.13   At any time before the submission of bids, TEA may, for any reason, whether at its own initiative or in response to a clarification requested by any Bidder, modify the Bid document by amendment before last date for submission of Bids i.e. dated 23rd November, 2002 up to 1500 hours. The amendment will be notified in writing to all parties who purchase the Bid document and shall be binding on them. Bidders shall acknowledge receipt of each addendum in writing to TEA.

10.14   The Bidder shall furnish, as part of the bid, a Bid Security amount of Rupees Ten Million in the form of a certified cheque or bank draft and Rupees Ninety Million in the form of a Bank Guarantee in favour of TEA.

10.15   Any bid not accompanied by an acceptable bid security shall be rejected by TEA. The bid security of the unsuccessful Bidders would be returned within 180 days from the last date of submission of the bid.

10.16   The bid security of the successful Bidder will be discharged when the Bidder has signed the Promoter�s Agreement.

10.17   The bid security will be forfeited under the following conditions:-

(a)          If the Bidder withdraws the bid during the period of bid validity.

(b)          In the case of a successful Bidder, if the bidder fails to sign the Promoter�s Agreement (if necessary) and the concession agreement within the stipulated time.

11.        GENERAL INFORMATION

11.1      No bid can be modified after the deadline for submission of bids.

11.2      The bids should be addressed to : 

Chief Executive Officer
Taj Expressway Authority
J-3, Sector-41, Noida
District Gautam Buddha Nagar � 201306 (U.P.)
Tel: 91-120-4573733/ 457307
Fax: 91-120- 4501851

 
SECTION � III FORMATS FOR BID SUBMISSION
 
FORMAT � I STRUCTURE AND ORGANISATION
 

1.

Name and address of Firm/Lead Consortium Member

2.

Description of the Company (For Example, General Civil Engineering Contractor)

3.

Number of years in Operation and Principal Lines of Business

4.

Names and details of associated companies (Parent/Subsidiary/Other) to be involved in the project

5.

Names of principals who sign documents on behalf of the company

6

Name and address of Consortium partners (Applicable for a consortium bid only)


To be enclosed:

1. Documents certifying Bidder�s legal status

2. Certificate of incorporation / registration

3. For Consortium Bids, MoU signed by each JV partner.

4. Power of Attorney in favour of authorized signatory

5. Latest Brochures

 

FORMAT � II FINANCIAL STATEMENT OF FIRM / CONSORTIUM MEMBERS

 
A. Summary of assets and liabilities on the basis of the audited financial statements of the last three financial years (ending March 31, 2002)
 
Figures in Rs. Crores

S.No.

Description

1999-2000

2000-2001

2001-2002

1.

Total Assets

 

 

 

2.

Total Liabilities

 

 

 

3.

Net worth

 

 

 

4.

Annual Turn Over

 

 

 

5.

Turnover from Construction of Real Estate projects

 

 

 

6.

Turnover from Construction in Road Projects

 

 

 

7.

Depreciation

 

 

 

8.

Profit before Taxes

 

 

 

9.

Profit after Taxes

 

 

 

10.

Annual cash flows (PAT + Depreciation)

 

 

 

Note:

1. Attach copies of the audited financial statements of the last three financial years

2. In case of Consortium Bid, Financial details of all consortium members to be provided in the format above.

 
FORMAT � III RELEVANT PAST EXPERIENCE 

List of Relevant Projects with Contract Value Completed/ Still Continuing, during the Last Three Years

 

Name of Employer / Client

Name, Location, Brief Description and Date of Commencement of Work

Indicate whether �Infrastructure projects� Including �Real Estate Works�

Total Value of Works
(Rs. Crores)

Percentage of contract executed by firm/ consortium members

Indicate type of Participation � Contractor/Sub-contractor/ BOT Developer

Status of Project � Completed/ Works in Progress

Percentage Completed, if Works are in Progress

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Notes:

1. Certificates from the Employers/Clients are to be attached in respect of information furnished

2. Attach additional information qualifying the above, if required

 

FORMAT � IV: EXPERIENCE IN RAISING DEBT FINANCE OVER PAST THREE YEARS

 
Year

Project Name

Brief Description of the Project

Total Project Cost (Rs. Cr.)

Total Debt (Rs. Cr.)

Sources of Debt

Quantum of Debt Raised from each source (Rs. Cr.)

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Note:

1. Authenticated Statements from Financial Institutions / Banks / Merchant Banks to be attached.

 
FORMAT � V INFORMATION REGARDING CURRENT LITIGATION, DEBARRING / BLACKLISTING, EXPELLING OF BIDDER OR ABANDONMENT OF WORK BY BIDDER.
 

1.         (a)       Is the bidder currently involved in any
                        arbitration / litigation related to any contract                                Yes / No

            (b)                If yes, give details 

2.         (a)        Has the bidder or any of its JV
                        partners been debarred / expelled by any
                        Agency in India, during the last 7 years                                       Yes / No

            (b)                If yes, details

3.         (a)        Has the Bidder or any of its JV
                        partner failed to complete any contract work
                        in India during the last 7 years to any  reason

            (b)        If yes, give details                                                                      Yes / No

The bidder is required to fill up the accurate details of arbitration / litigation during last seven years with their outcome.

 

Details of dispute

Year

Award for or against bidder

Name of client, cause of litigation & matter of dispute

Disputed Amount

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Note : if any information in this schedule is found at a later date to be incorrect or concealed, participation of Bidder will be summarily rejected at any time
 
FORMAT � VI LETTER OF TRANSMITTAL
 

To,

The Chief Executive Officer
Taj Expressway Authority

Dear Sir,

Having examined the bid document and the scope of work thereof, I / We submit all the necessary information and relevant documents for the project.

The application is made by me / us, on behalf of�������������������. ����������������������������.������������. (Group of firms) duly authorized to submit this bid.

I, the undersigned, do hereby certify that all the statements made in the required attachment are true and correct to be best of my knowledge.

The undersigned understands and agrees that further qualifying information may be requested, and agrees to furnish any such information at the request of TEA.

I / We understand that TEA reserves the right to reject any bid without assigning any reason.

 

   ������������������������..

      (Signed by an Authorised Officer of the Firm)

 

     ������������������..

      Title of the Officer

 

      ������������������..

      Name of the Firm / Leader of Consortium

 

       ������������������..

      Date

 
FORMAT � VII FORMAT FOR FINANCIAL BID
 

The financial quote for the said project is a concession period of ��������.. years, ����.months & �����.days.  We certify that this quote is unconditional and valid through out the execution till completion of the project.

������������������������..

 (Signed by an Authorised Officer of the Firm)

 

������������������..

Title of the Officer

 

 ������������������..

Name of the Firm / Leader of Consortium

 

 ������������������..

Date

 

ANNEXURE � I - ECONOMIC INDICATORS OF UTTAR PRADESH

 

Please contact our office for more information regarding this section

 

Plot Holders / Allotees can obtain details of their up-to-date account status from our specially constructed web site.   
Please click here to browse to the web site

  

 
Disclaimer: Although all attempts are being made to keep the information provided on this web site current, some information is subject to change at short notice. Users are requested to confirm the current status of the prescribed information with the Authority before proceeding to utilize the information.
  

Copyright Greater Noida Industrial Development Authority.
Site Designed and Maintained By Univall

Wednesday, November 06, 2002 12:34:28 AM