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