Request for Proposal (RFP) - Uttar Pradesh Tourism
Request for Proposal (RFP) - Uttar Pradesh Tourism
Request for Proposal (RFP) - Uttar Pradesh Tourism
Create successful ePaper yourself
Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.
Selection of Consultant <strong>for</strong> setting up of passenger Ropeways through PPP Mode in <strong>Uttar</strong> <strong>Pradesh</strong><br />
DEPARTMENT OF TOURISM<br />
GOVERNMENT OF UTTAR PRADESH<br />
REQUEST FOR PROPOSAL (<strong>RFP</strong>)<br />
SELECTION OF CONSULTANT<br />
FOR<br />
INTEGRATED TOURISM PROJECT<br />
WITH<br />
WORLD CLASS PASSENGER ROPEWAYS<br />
AT THREE IDENTIFIED TOURIST PLACES<br />
IN UTTAR PRADESH<br />
MAY 2012<br />
Department of <strong>Tourism</strong>, Government of <strong>Uttar</strong> <strong>Pradesh</strong><br />
Paryatan Bhawan, C-13, Vipin Khand, Gomti Nagar, Lucknow: 226 010<br />
<strong>Request</strong> <strong>for</strong> <strong>Proposal</strong> (<strong>RFP</strong>) 1
Contents<br />
Selection of Consultant <strong>for</strong> setting up of passenger Ropeways through PPP Mode in <strong>Uttar</strong> <strong>Pradesh</strong><br />
1 INTRODUCTION .................................................................................................... 4<br />
1.1 Background ................................................................................................................. 4<br />
1.2 Objective ..................................................................................................................... 4<br />
2 SCOPE OF SERVICES ........................................................................................... 4<br />
2.1 General ........................................................................................................................ 4<br />
2.2 Primary surveys ........................................................................................................... 4<br />
2.3 Assessment of tourist traffic and regional traffic ....................................................... 5<br />
2.4 Assessment of basic infrastructure and other facilities .............................................. 5<br />
2.5 Preparation of Ropeway Alignment cum Master Plan ............................................... 5<br />
2.6 Technical Inputs .......................................................................................................... 5<br />
2.7 Land requirement ........................................................................................................ 6<br />
2.8 Viability Analysis........................................................................................................ 6<br />
2.9 Incentives from State /Central government ................................................................ 6<br />
2.10 Effective operation and management ......................................................................... 6<br />
2.11 Social and Environmental Impact Assessment .......................................................... 6<br />
2.12 Essential Documents <strong>for</strong> necessary Clearances ......................................................... 7<br />
2.13 Development strategy ................................................................................................. 7<br />
2.14 Bid Process Management ............................................................................................ 7<br />
2.15 Marketing strategy ...................................................................................................... 8<br />
3 STUDY DURATION AND DELIVERABLES ..................................................... 8<br />
4 SCHEDULE OF PAYMENT .................................................................................. 8<br />
4.1 Penalty <strong>for</strong> Delay ......................................................................................................... 9<br />
5 MINIMUM QUALIFYING CRITERIA ................................................................ 9<br />
5.1 Technical Parameters .................................................................................................. 9<br />
5.2 Financial Parameters ................................................................................................... 9<br />
6 SUBMISSION AND EVALUATION CRITERIA .............................................. 10<br />
6.1 General ...................................................................................................................... 10<br />
6.2 Selection Methodology ............................................................................................. 10<br />
6.3 Procedure <strong>for</strong> submission of bids ............................................................................. 11<br />
6.4 Financial bid .............................................................................................................. 13<br />
6.5 Undertaking by the Consultant ................................................................................. 13<br />
7 OTHER TERMS AND CONDITIONS ................................................................ 14<br />
7.1 The Bid document ..................................................................................................... 14<br />
7.2 Earnest Money Deposit ............................................................................................. 14<br />
7.3 Income tax ................................................................................................................. 14<br />
7.4 Alternative proposals by bidders .............................................................................. 14<br />
7.5 Signing of the Bid ..................................................................................................... 15<br />
<strong>Request</strong> <strong>for</strong> <strong>Proposal</strong> (<strong>RFP</strong>) 2
Selection of Consultant <strong>for</strong> setting up of passenger Ropeways through PPP Mode in <strong>Uttar</strong> <strong>Pradesh</strong><br />
7.6 Cost of Bidding ......................................................................................................... 15<br />
7.7 Amendments in the Bid Documents ......................................................................... 15<br />
7.8 Bids received Late ..................................................................................................... 16<br />
7.9 Modification of Bids ................................................................................................. 16<br />
7.10 Local Conditions ....................................................................................................... 16<br />
7.11 GOUP’s right to accept any bid and to reject any or all bids .................................. 16<br />
7.12 Per<strong>for</strong>mance Guarantee ............................................................................................. 16<br />
7.13 Consultancy Agreement ............................................................................................ 16<br />
ANNEXURE B: TECHNICAL BID<br />
ANNEXURE C: FINANCIAL BID<br />
ANNEXURE D: DRAFT CONSULTANCY AGREEMENT<br />
<strong>Request</strong> <strong>for</strong> <strong>Proposal</strong> (<strong>RFP</strong>) 3
Selection of Consultant <strong>for</strong> setting up of passenger Ropeways through PPP Mode in <strong>Uttar</strong> <strong>Pradesh</strong><br />
1 INTRODUCTION<br />
1.1 Background<br />
1.1.1 <strong>Uttar</strong> <strong>Pradesh</strong> abounds in places of tourist interest. Places of religious, historical,<br />
archeological and of natural beauty are worth-seeing. It is estimated that nearly 2000<br />
lakh tourists, both domestic and <strong>for</strong>eign, visited different places of the State in 2011.<br />
As an added attraction to the tourists, the Government of <strong>Uttar</strong> <strong>Pradesh</strong> has decided<br />
to develop Passenger Ropeways at the following three places through Public Private<br />
Partnership mode (hereinafter referred to as Project). The details of the location are<br />
given in Annexure A1.<br />
<br />
<br />
<br />
Radha Rani Temple (Ladlee ji Temple) in Barsana, Mathura in Braj Region.<br />
From Ashtabhuja to Kalikhoh in Mirzapur in Vindhyachal Region.<br />
Devangana in Chitrakut in Bundelkhand Region.<br />
1.1.2 With this view, the Government of <strong>Uttar</strong> <strong>Pradesh</strong> has constituted a Consultative<br />
Evaluation Committee (CEC) under the chairmanship of Secretary <strong>Tourism</strong> to<br />
monitor the selection of a suitable Consultant <strong>for</strong> the a<strong>for</strong>esaid project.<br />
1.2 Objective<br />
1.2.1 The objective of Consultancy services is to carry out necessary studies, preparation<br />
of a Feasibility Report including a Master Plan <strong>for</strong> each of these projects<br />
mentioned above. This would, interalia include the Bid process management <strong>for</strong><br />
setting up of the Ropeways at three identified places. The consultancy shall also<br />
focus on significant revenue generation from the project. Government of <strong>Uttar</strong><br />
<strong>Pradesh</strong> (hereinafter referred to as Client or GoUP) requires the services of a<br />
Consultant fully capable of providing comprehensive consultancy services <strong>for</strong> the<br />
project from conception till signing of Concession Agreement.<br />
2 SCOPE OF SERVICES<br />
2.1 General<br />
2.1.1 Scope of consultancy services is divided into two parts viz. Part A and Part B. Part<br />
A would cover the Feasibility Report along with a Master Plan of the Project. Part B<br />
shall consist of preparation of necessary Bid documents including carrying out entire<br />
bid process management <strong>for</strong> selection of Developer/s. Part B will start based on the<br />
outcome of Part A i.e. financial viability of the project. However, if the Client is<br />
required to implement the project under Government grant or through EPC mode,<br />
the Consultant may require preparing the necessary documents accordingly.<br />
PART: A<br />
Part A would cover the studies which could justify the location and alignment of the<br />
passenger ropeway project integrated with basic infrastructure facilities in the<br />
region. The Part A i.e. the Feasibility Report shall inter-alia includes the following:<br />
2.2 Primary surveys<br />
<strong>Request</strong> <strong>for</strong> <strong>Proposal</strong> (<strong>RFP</strong>) 4
Selection of Consultant <strong>for</strong> setting up of passenger Ropeways through PPP Mode in <strong>Uttar</strong> <strong>Pradesh</strong><br />
2.2.1 Primary Surveys, if any, shall be conducted <strong>for</strong> collecting some specific data<br />
regarding the proposed sites. Number of surveys would need to be conducted which<br />
would include but not limited to reconnaissance surveys, geo-tech surveys,<br />
topographical surveys etc.<br />
2.3 Assessment of tourist traffic and regional traffic<br />
2.3.1 The Consultant shall assess the influence zone of these places, delineate this<br />
influence region by air, rail and road based transport modes, with respect to the<br />
existing and proposed Origin and Destination (O-D) pattern and the economics of<br />
the introduction of the new activities. The Consultant shall assess and present a<br />
responsible <strong>for</strong>ecast of tourist / passenger traffic. Based on the growth pattern, the<br />
base traffic estimated to be handled at these locations shall be projected over a time<br />
horizon of 20 years. The projection in intervals of five years (i.e. 5 th , 10 th , 15 th year<br />
etc.) shall be made to assess the facility requirements over a period of time.<br />
2.4 Assessment of basic infrastructure and other facilities<br />
2.4.1 Various facilities/infrastructure and logistic supports required are to be identified<br />
and estimated by the Consultant. The Consultant shall identify the activities <strong>for</strong><br />
realizing the full potential of the location in terms of the traffic, extending the stay<br />
period, creating new entertainment facilities and generating new sources of revenue.<br />
The Consultant shall approach this project keeping in mind the infrastructure and<br />
economic development of the entire region and there<strong>for</strong>e would suggest a<br />
methodology to develop a world class passenger ropeway system integrated with<br />
other tourism components.<br />
2.4.2 The Consultant shall visit the sites and prepare the layout plans <strong>for</strong> allied activities<br />
like accommodation, amusement parks, restaurants etc. The Consultant shall identify<br />
tourism and allied activities and shall define/recommend such activities which will<br />
boost tourist influx.<br />
2.5 Preparation of Ropeway Alignment cum Master Plan<br />
2.5.1 Based on the assessment of facilities, the Consultant shall prepare an alignment cum<br />
Master Plan <strong>for</strong> development of passenger Ropeways at these places. The Master<br />
Plan so prepared shall show the location of terminal stations, towers and ropeway<br />
passage and shall ensure that the other tourism development proposals are properly<br />
integrated with the ropeway development.<br />
2.6 Technical Inputs<br />
2.6.1 In addition to the alignment details of the ropeway, the Consultant would be<br />
expected to discuss in detail the most preferred route, description of the ropeway<br />
system and a detailed study on the appropriate technology as well as availability of<br />
ropeway technology suppliers both domestic and international. Consultant shall<br />
examine the available and emerging state-of-the-art technology <strong>for</strong> efficient and cost<br />
effective operation and management system <strong>for</strong> the whole project.<br />
<strong>Request</strong> <strong>for</strong> <strong>Proposal</strong> (<strong>RFP</strong>) 5
Selection of Consultant <strong>for</strong> setting up of passenger Ropeways through PPP Mode in <strong>Uttar</strong> <strong>Pradesh</strong><br />
2.7 Land requirement<br />
2.7.1 The consultant shall assess the land requirements <strong>for</strong> various components of the<br />
passenger ropeway and other activities. The Consultant shall chalk out land /space<br />
requirement <strong>for</strong> various users in the Master Plan of the proposed project. Land/Right<br />
of Way (ROW) identification and mapping shall also be done <strong>for</strong> the Consultant.<br />
Consultant shall be required to do topographical surveys that may be required <strong>for</strong> the<br />
project.<br />
2.8 Viability Analysis<br />
2.8.1 The viability analysis shall include the following:<br />
a) Cost Estimates: The Consultant shall make a cost estimate of development,<br />
operation and maintenance of the ropeway project and integrated development.<br />
b) Phasing of the Development: The Consultant shall phase out the development<br />
so as to optimize the investment requirement <strong>for</strong> the development of the<br />
project.<br />
c) Estimation of Revenue: The Consultant shall identify and estimate the various<br />
sources of revenue that can be generated from all sources during operation of<br />
the project and other property development.<br />
d) Cash Flow Analysis: The Consultant shall prepare a cash-flow statement<br />
indicating cost, other liabilities and revenue to be generated.<br />
e) Economic & Financial Analysis: The Consultant shall carry out economic and<br />
financial analysis and work out the economic and financial rate of return <strong>for</strong><br />
the project. They shall also conduct sensitivity analysis.<br />
f) Financial Feasibility: Examine and establish the feasibility of financing the<br />
project under Public-Private Partnership (PPP) in DBFOT (Design, Build,<br />
Finance, Operate and Transfer) mode with least non-cash contribution from<br />
GoUP.<br />
g) Legal & Institutional Framework: Examine and suggest suitable legal and<br />
institutional frame work <strong>for</strong> implementation, operation and maintenance of<br />
different components of the project.<br />
PART: B<br />
The Part B of the Project shall comprise of the following subject to the decision<br />
taken by the Client:<br />
2.9 Incentives from State /Central government<br />
2.9.1 The Consultant is required to do all necessary activities <strong>for</strong> availing sanctions of<br />
grants/ subsidies available under various State/Central Government schemes.<br />
2.10 Effective operation and management<br />
2.10.1 The Consultant would work out and specify minimum per<strong>for</strong>mance standards and<br />
other output specifications expected from the Developer of the project.<br />
2.11 Social and Environmental Impact Assessment<br />
<strong>Request</strong> <strong>for</strong> <strong>Proposal</strong> (<strong>RFP</strong>) 6
Selection of Consultant <strong>for</strong> setting up of passenger Ropeways through PPP Mode in <strong>Uttar</strong> <strong>Pradesh</strong><br />
2.11.1 The Consultant shall carry out the preliminary assessment of social and<br />
environmental impact assessment due to the project <strong>for</strong> identification of significant<br />
social and environmental impacts on the environment and surroundings including<br />
effect on air, noise, traffic congestion, land drainage, aesthetics, heritage monuments<br />
and impact on traditional communities etc. The Consultant shall also indicate<br />
measures to mitigate the adverse impact, if any by <strong>for</strong>mulating draft Rehabilitation<br />
Plan (RAP) and Environmental Management Action Plan (EMAP) in phases as<br />
required.<br />
2.12 Essential Documents <strong>for</strong> necessary Clearances<br />
2.12.1 The Consultant shall prepare all documents necessary to obtain environmental,<br />
social, <strong>for</strong>ests and other clearances from GoUP and the Government of India and<br />
their agencies as applicable and assist the Client in procuring all clearances<br />
necessary <strong>for</strong> bidding out the project. This activity may include besides the<br />
preparation of reports, preparation of audio-visual presentation in different <strong>for</strong>um<br />
giving additional in<strong>for</strong>mation etc. as may be required by the Client in connection<br />
with the approvals to the project.<br />
2.13 Development strategy<br />
2.13.1 The Consultant shall examine the advantages and disadvantages of different PPP<br />
mode by which the project could be implemented and chalk out the implementation<br />
strategy in which the details regarding the responsibilities of execution of major<br />
work, operation etc. shall be listed. The recommended method under which the same<br />
are to be implemented shall be given in details.<br />
2.13.2 The Consultant shall suggest an appropriate package <strong>for</strong> attracting reputed <strong>for</strong>eign<br />
or Indian Companies / Consortia in PPP mode, <strong>for</strong> developing and operating the<br />
proposed project. It shall be ensured that the project package is in consonance with<br />
the existing guidelines of the Government of India regarding tourism sector and also<br />
the guidelines issued by the GoUP in this regard.<br />
2.14 Bid Process Management<br />
2.14.1 The Consultant shall carry out the entire bid process management <strong>for</strong> inviting bids in<br />
PPP mode. On the basis of above mentioned studies, assessments and analysis, the<br />
Consultant shall prepare a Comprehensive Document on the following:<br />
a) Expression of Interest (EoI)/ <strong>Request</strong> <strong>for</strong> Qualification (RFQ)<br />
b) <strong>RFP</strong> document<br />
c) Concession Agreement<br />
d) Newspaper Advertisement<br />
2.14.2 The cost of Advertisement/ Road shows etc. has to be borne by the Client. However,<br />
the necessary assistance <strong>for</strong> bidding has to be provided by the Consultant. In<br />
addition, the Consultant shall assist the Client in Pre-bid conferences, evaluation of<br />
bids <strong>for</strong> selection of Developer/s and prepare other documents necessary <strong>for</strong><br />
execution of the Concession Agreement.<br />
<strong>Request</strong> <strong>for</strong> <strong>Proposal</strong> (<strong>RFP</strong>) 7
Selection of Consultant <strong>for</strong> setting up of passenger Ropeways through PPP Mode in <strong>Uttar</strong> <strong>Pradesh</strong><br />
2.15 Marketing strategy<br />
2.15.1 Because of its complexity, tourism draws its appeal from various agencies that build<br />
physical and social infrastructure: hotels and resorts, airlines, railways, highways,<br />
travel agents, tour operators, institutions, operatives as bus/taxi drivers,<br />
vendors, guides etc. The Consultant shall evolve a marketing strategy <strong>for</strong><br />
successfully marketing the ropeway and allied infrastructure among the developer<br />
community as well as the prospective users <strong>for</strong> successful operation of the project.<br />
The Consultant shall also list out the incentives to be provided by the concerned<br />
authorities to make the project attractive <strong>for</strong> the users and the investors. The<br />
Consultant shall also work out long term marketing strategy to enable this project to<br />
remain attractive <strong>for</strong> user agencies and demand responsive.<br />
3 STUDY DURATION AND DELIVERABLES<br />
Consultancy services shall begin from the date of issue of Letter of Intent (LOI).<br />
Split of work and sequence shall be as under:<br />
Sl.No. Activity Duration<br />
(Months)<br />
PART: A<br />
1 Project Definition Report 01<br />
2 Feasibility Report along with Master Plan of 04<br />
Integrated Area Development<br />
PART: B<br />
3 Preparation of documents <strong>for</strong> Bidding<br />
EoI/ RFQ Document 05<br />
Advertisement<br />
Pre-bid Meeting<br />
Evaluation and Short-listing of Bidders<br />
<strong>RFP</strong> document along with PIM 07<br />
Draft Concession Agreement<br />
Issue of <strong>RFP</strong> bids 08<br />
Evaluation of <strong>RFP</strong> and recommendations on Award<br />
4 SCHEDULE OF PAYMENT<br />
Assistance in negotiations with preferred bidders<br />
Assistance in signing of the Concession<br />
Agreement<br />
The lump sum fees inclusive of all taxes shall be quoted <strong>for</strong> Part A and Part B.<br />
Schedule <strong>for</strong> payment of fees <strong>for</strong> Part A & Part B<br />
10<br />
Deliverables<br />
Reports<br />
Payment to be released<br />
% of agreed<br />
Total lump<br />
sum Fee <strong>for</strong><br />
Part A &<br />
Part B<br />
<strong>Request</strong> <strong>for</strong> <strong>Proposal</strong> (<strong>RFP</strong>) 8
Selection of Consultant <strong>for</strong> setting up of passenger Ropeways through PPP Mode in <strong>Uttar</strong> <strong>Pradesh</strong><br />
Part A<br />
Part B<br />
On award of work<br />
Project Definition Report<br />
Feasibility Report<br />
Issue of <strong>RFP</strong> document<br />
Evaluation of <strong>RFP</strong> bids<br />
On Final selection of Developer<br />
On signing of Concession Agreement with the<br />
selected Developer<br />
10%<br />
10%<br />
30%<br />
10%<br />
10%<br />
10%<br />
20%<br />
4.1 Penalty <strong>for</strong> Delay<br />
If the progress of the consultancy is not as per the agreed milestones, the Consultant<br />
shall be liable to pay 2% per week delay subject to the maximum of 20% of the<br />
quoted fee as penalty up to two weeks beyond the milestones fixed and in the case of<br />
delay of four weeks beyond the milestone fixed the penalty will be 10% of the<br />
quoted fee. In case of dispute, the matter will be referred to CEC, whose decision<br />
will be final and binding.<br />
5 MINIMUM QUALIFYING CRITERIA<br />
The Consultants should satisfy the following minimum parameters:<br />
5.1 Technical Parameters<br />
5.1.1 Bidder may be Proprietary Firm, Registered Partnership Firm, Company or<br />
Consortium of Companies.<br />
5.1.2 For successful project implementation, experience shall be given weightage in the<br />
selection of the Consultant (Annexure B3)<br />
5.1.3 Successful selection of Project developers on PPP basis and finalization of contract<br />
agreement during the last five years (Annexure B4)<br />
5.1.4 Availability of Technical team as under:<br />
5.1.5 The Consultant shall have a team of professionals as under with requisite<br />
background having minimum 10 years experience in their respective areas of<br />
specialization (Annexure B6).<br />
Sl. No.<br />
Name of Specialists<br />
1 Team Leader (Infrastructure Specialist)<br />
2 Transportation Planner<br />
3 Civil Engineer (with Ropeway experience)<br />
4 Architect Urban Planner<br />
5 Geo-technical Engineer/ Surveyor<br />
6 Concession Agreement Specialist<br />
The Consultant may co-opt experts in any field he deems necessary.<br />
5.2 Financial Parameters<br />
5.2.1 The Consultant should have annual average turnover of at least Rs. Five Crore<br />
(including subsidiaries/holding companies with share holding of minimum 50%)<br />
from the advisory/ consultancy services <strong>for</strong> any three years out of last 3 preceding<br />
<strong>Request</strong> <strong>for</strong> <strong>Proposal</strong> (<strong>RFP</strong>) 9
Selection of Consultant <strong>for</strong> setting up of passenger Ropeways through PPP Mode in <strong>Uttar</strong> <strong>Pradesh</strong><br />
years i.e. from FY 2010-11, 2009-10, 2008-09.<br />
5.2.2 The Consultant should have net profit after tax during last three financial years.<br />
Note: In<strong>for</strong>mation submitted on Annexure B5 and audited annual accounts <strong>for</strong><br />
relevant years should be certified by the Chartered Accountant.<br />
5.2.3 The Consultants applying in the <strong>for</strong>m of Consortium will have to submit the<br />
in<strong>for</strong>mation of 5.2.1 and 5.2.2 in respect of each consortium member individually as<br />
well as <strong>for</strong> the Consortium as a whole <strong>for</strong> the purpose of Minimum Qualifying<br />
Criteria and Evaluation Criteria.<br />
6 SUBMISSION AND EVALUATION CRITERIA<br />
6.1 General<br />
6.1.1 Bids without document fee (Rs.One Thousand), Earnest Money Deposit (Rs. One<br />
Lakh) (refer para 7.2) and undertaking (refer para 6.5) will be disqualified.<br />
6.1.2 The offers shall be scrutinized by the Consultative Evaluation Committee (CEC)<br />
constituted by the Client on the basis of details provided in Envelope A (Technical<br />
Bid) following the under mentioned criteria:<br />
Sl.<br />
No.<br />
A<br />
A1<br />
A2<br />
Criteria<br />
Manpower &<br />
Technical<br />
Experience<br />
Project<br />
Development<br />
Experience<br />
(Ropeway sector)<br />
Successful<br />
selection of project<br />
developers through<br />
PPP mode<br />
Marking System<br />
Weightage<br />
(%age)<br />
Total<br />
Marks<br />
Marking System<br />
90 90<br />
30 30 For each successfully<br />
completed project - 30 marks<br />
but <strong>for</strong> each incomplete project<br />
-15 marks<br />
30 30 For every successful selection<br />
of Developers through PPP<br />
mode: 10 marks<br />
A3 Technical Team 30 30 04 marks <strong>for</strong> each professional<br />
with 10 years experience and<br />
maximum 10 marks <strong>for</strong> Team<br />
Leader with 15 years of<br />
experience.<br />
B Financial strength 10 10<br />
B1 Annual Turnover 10 10 05 marks <strong>for</strong> minimum Five<br />
crore. For every Rs. 1.0 Cr. of<br />
turnover over and above Rs. 05<br />
Cr.- 01 mark<br />
6.2 Selection Methodology<br />
<strong>Request</strong> <strong>for</strong> <strong>Proposal</strong> (<strong>RFP</strong>) 10
Selection of Consultant <strong>for</strong> setting up of passenger Ropeways through PPP Mode in <strong>Uttar</strong> <strong>Pradesh</strong><br />
6.2.1 The offers may be submitted by Bidder in individual capacity or by Consortium of<br />
Companies.<br />
6.2.2 In case of Consortium, the Lead Member should have minimum 51% stake in the<br />
Consortium. The proposal of Consortium shall be accompanied by a certified copy<br />
of legally binding agreement signed by all members of the Consortium confirming<br />
the following therein:<br />
Date and place of signing;<br />
Purpose of Consortium (must include the details of services <strong>for</strong> which the<br />
Consortium has been invited to bid)<br />
A clear and definite description of the proposed administrative arrangements<br />
<strong>for</strong> the management and execution of the assignment.<br />
An undertaking that the members are jointly and severely liable to the GoUP<br />
<strong>for</strong> the per<strong>for</strong>mance of the services.<br />
The in<strong>for</strong>mation and address of the Lead Member of the Consortium.<br />
6.2.3 The duties, responsibilities and powers of the Lead Member shall be specifically<br />
included in the Agreement mentioned in para 6.2.2 above. It is expected that the lead<br />
partner would be authorized to meet liabilities and to receive instructions and<br />
payments <strong>for</strong> and on behalf of the Consortium.<br />
6.2.4 The minimum eligibility of the Consortium shall be evaluated on combined strength<br />
of the members of Consortium. No member in the Consortium shall be allowed to<br />
leave the Consortium without prior written permission of CEC, however, CEC may<br />
permit the substitution of any member of the Consortium by a better qualified<br />
member. No change in the Consortium will be permitted after issue of <strong>RFP</strong><br />
document.<br />
6.2.5 The Consortium will be required to submit its MOU/Agreement along with their<br />
proposal, however, if the GoUP seeks any modification in the MOU/Agreement, the<br />
Consortium shall incorporate the same accordingly. If the Consortium is not in a<br />
position to submit its MOU/Agreement at the time of submission of bid, Lead<br />
Member will have to give an undertaking to this effect. However, the<br />
MOU/Agreement amongst the Consortium members will have to be submitted<br />
be<strong>for</strong>e signing of Consultancy Agreement.<br />
6.2.6 The offers received from the Bidders would be short-listed based on the minimum<br />
qualifying criteria indicated in para 6.1.<br />
6.2.7 Bids which do not submit in<strong>for</strong>mation in prescribed <strong>for</strong>mat would be liable to<br />
rejection.<br />
6.2.8 Qualifying Criteria: Bidders securing 70% marks in Technical bid shall qualify <strong>for</strong><br />
opening of Financial bid. The least of the Financial bids shall be adjudged as the<br />
best bid <strong>for</strong> selection of Bidder as Consultant.<br />
6.3 Procedure <strong>for</strong> submission of bids<br />
6.3.1 The bid document can be obtained from the office of the Director General, <strong>Tourism</strong>,<br />
Government of <strong>Uttar</strong> <strong>Pradesh</strong>, on payment of Rs.1,000/-(non-refundable) in the <strong>for</strong>m<br />
of a Bank draft/Banker's Cheque in favour of Director General, <strong>Tourism</strong>, <strong>Uttar</strong><br />
<strong>Pradesh</strong> payable at Lucknow. The bid document can also be downloaded from the<br />
Departmental website- http://www.up-tourism.com. In case the Bidder has chosen to<br />
download the bid document from website, he shall have to enclose a Bank draft<br />
/Banker's Cheque of Rs. 1000 (non-refundable) as document fee along with its Bid.<br />
<strong>Request</strong> <strong>for</strong> <strong>Proposal</strong> (<strong>RFP</strong>) 11
Selection of Consultant <strong>for</strong> setting up of passenger Ropeways through PPP Mode in <strong>Uttar</strong> <strong>Pradesh</strong><br />
6.3.2 The time schedule <strong>for</strong> obtaining, submission, and opening of bids shall be as under:<br />
Address <strong>for</strong> obtaining and<br />
submission of bid<br />
documents<br />
Date and time <strong>for</strong> sale of<br />
<strong>RFP</strong> documents<br />
Last Date <strong>for</strong> Purchase of<br />
Bid Documents<br />
Last date and time of<br />
submission of bids<br />
Opening of Technical<br />
bids and evaluation<br />
Director General, <strong>Tourism</strong><br />
Government of <strong>Uttar</strong> <strong>Pradesh</strong><br />
C-13, Vipin Khand, Gomtinagar<br />
Lucknow -226 010<br />
Ph. No. 0522-2308916; 2308993, Fax: 0522-2308937<br />
May 04, 2012 onwards<br />
During office hours on all working days<br />
Upto 12:00 Hours of May 28, 2012<br />
Upto 15.00 Hrs. of May 28, 2012<br />
15.30 Hrs. of May 28, 2012<br />
Venue: Conference Hall, Director General <strong>Tourism</strong><br />
Office<br />
Opening of Financial bids Will be intimated later<br />
Issue of LOI to Within 7 days from the date of Financial Bid<br />
Consultant<br />
Opening<br />
For in<strong>for</strong>mation on the Manoj Panda, Project Management Unit, Department<br />
Projects and further of <strong>Tourism</strong>, Government of <strong>Uttar</strong> <strong>Pradesh</strong>, Mobile:<br />
queries<br />
7381010273, E-mail: pandamanoj@rediffmail.com<br />
6.3.3 The Bidder shall submit their proposal in a sealed envelope (ENVELOPE-1) super<br />
scribing on the top of the envelope "<strong>RFP</strong> - SELECTION OF CONSULTANT FOR<br />
SETTING UP OF PASSENGER ROPEWAYS AT THREE PLACES IN UTTAR<br />
PRADESH IN PPP MODE” positively on or be<strong>for</strong>e May 28, 2012 upto 15.00 Hrs.<br />
to the address given above on the prescribed <strong>for</strong>mat.<br />
6.3.4 The sealed envelope (i.e. ENVELOPE-1 as mentioned in para-6.3.3 above) should<br />
contain two separate sealed envelopes marked as ENVELOPE -2 with superscription<br />
“Technical Bid <strong>for</strong> SELECTION OF CONSULTANT FOR SETTING UP OF<br />
PASSENGER ROPEWAYS AT THREE PLACES IN UTTAR PRADESH IN PPP<br />
MODE" (containing documents and in<strong>for</strong>mation as given in para-6.3.5) and<br />
ENVELOPE-3 with superscription “Financial Bid <strong>for</strong> SELECTION OF<br />
CONSULTANT FOR SETTING UP OF PASSENGER ROPEWAYS AT THREE<br />
PLACES IN UTTAR PRADESH IN PPP MODE" (containing documents and<br />
in<strong>for</strong>mation as given in para-6.4).<br />
6.3.5 Technical Bid envelope shall contain:<br />
a. Copy of receipt of Rs.1000/- in the <strong>for</strong>m of a Bankdraft /Banker's Cheque<br />
(non-refundable) in favour of Director General, <strong>Tourism</strong>, <strong>Uttar</strong> <strong>Pradesh</strong>,<br />
payable at Lucknow issued to the Bidder <strong>for</strong> purchase of tender document, if<br />
purchased from the department or downloaded from the department's website.<br />
b. Earnest Money Deposit of Rs. One lakh in the <strong>for</strong>m of a Bank draft /Banker's<br />
Cheque in favour of Director General of <strong>Tourism</strong>, <strong>Uttar</strong> <strong>Pradesh</strong>, payable at<br />
Lucknow.<br />
b) Undertaking on <strong>for</strong>mat given in para-6.5.<br />
c) Application <strong>for</strong>m (Annexure B1)<br />
d) Company/Consortium details on Annexure B2 with copy of Memorandum of<br />
Association/ Article of Association in case of Companies and also copy of<br />
MOU / Agreement in case of Consortium as in para-6.2.2.<br />
<strong>Request</strong> <strong>for</strong> <strong>Proposal</strong> (<strong>RFP</strong>) 12
Selection of Consultant <strong>for</strong> setting up of passenger Ropeways through PPP Mode in <strong>Uttar</strong> <strong>Pradesh</strong><br />
e) Project development experience of Passenger Ropeways on Annexure B3.<br />
f) Experience of successful selection of project developers on PPP basis on<br />
Annexure B4.<br />
g) Details of financial strength of Company/Consortium on Annexure B5<br />
h) Details of technical team on Annexure B6.<br />
i) The copy of latest income-tax return bearing TAN/PAN submitted to the<br />
Income Tax Officer of the circle concerned <strong>for</strong> the previous three financial<br />
years.<br />
j) Audited financial accounts of last three years.<br />
6.4 Financial bid<br />
6.4.1 The Financial Bid shall be submitted in the prescribed <strong>for</strong>mat given at Annexure C.<br />
It should be unconditional and should clearly state the acceptance of terms and<br />
conditions given in this document. Financial Bid should be inclusive of all taxes.<br />
6.5 Undertaking by the Consultant<br />
6.5.1 The Consultant shall furnish the Undertaking as under as a part of the proposal, on<br />
its official letterhead duly signed with proper seal. It is to be attached with technical<br />
bid.<br />
UNDERTAKING<br />
We certify that<br />
1. I / We have gone through the bid documents and its terms & conditions and<br />
fully understood it. All the terms and conditions are acceptable to me/us.<br />
2. There has been no conviction by a Court of Law or indictment/adverse order<br />
by a regulatory authority <strong>for</strong> a grave offence against us or any of our sister<br />
concerns. It is further certified that there is no investigation pending against us<br />
or our sister concern or the CEO, Directors/Managers/Employees of our<br />
concern or of our sister concern. It is certified that if any conflict of interest<br />
arises we will intimate the "Director General, <strong>Tourism</strong>, Government of <strong>Uttar</strong><br />
<strong>Pradesh</strong>" of the same.<br />
Date : -----------<br />
Place : -----------<br />
Signature & Seal of Consultant<br />
<strong>Request</strong> <strong>for</strong> <strong>Proposal</strong> (<strong>RFP</strong>) 13
Selection of Consultant <strong>for</strong> setting up of passenger Ropeways through PPP Mode in <strong>Uttar</strong> <strong>Pradesh</strong><br />
7 OTHER TERMS AND CONDITIONS<br />
7.1 The Bid document<br />
7.1.1 Bid document purchased from Department is not transferable.<br />
7.1.2 Intending Bidders are required to carefully go through the instructions included in<br />
the document and furnish complete in<strong>for</strong>mation, necessary documents and schedules<br />
duly filled in.<br />
7.1.3 Photocopy of any document shall be acceptable if attested by the person who is<br />
authorized to sign the bid document. In case of detection of any <strong>for</strong>gery, the bid<br />
shall be liable to be rejected and Earnest Money Deposit (EMD) shall be <strong>for</strong>feited<br />
and GoUP may also resort to criminal action against the Bidder.<br />
7.1.4 In case the Bidder is a proprietary firm, it should submit the details of the proprietor<br />
with his full name and present address of the firm.<br />
7.1.5 In case the Bidder is a partnership firm it should submit the copy of the partnership<br />
deed, registration certificate and current address of all the partners of the firm.<br />
7.1.6 In case the Bidder is a Company then it should submit memorandum of association<br />
and articles of association of the company along with the latest details of Board of<br />
Directors of the Company.<br />
7.1.7 In case the Bidder is a Consortium then it should submit the copy of<br />
MOU/Agreement along with their <strong>RFP</strong>. However, if GoUP seeks any modification<br />
in the MOU/Agreement, the Consortium shall incorporate the same accordingly. If<br />
the Consortium is not in a position to submit its MOU/Agreement at the time of<br />
submission of bid, Lead Member will have to give an undertaking to the effect that<br />
they will submit the MOU be<strong>for</strong>e signing of the Consultancy Agreement.<br />
7.2 Earnest Money Deposit<br />
7.2.1 Any Bid not accompanied by an EMD shall be rejected summarily<br />
7.2.2 EMD of unsuccessful Bidders who have not been technically qualified/ short listed<br />
will be released after finalization of Technical bids and EMD of remaining Bidder<br />
shall be released only after successful Bidder has entered into an agreement with<br />
the GoUP after receiving security deposit/per<strong>for</strong>mance guarantee from the<br />
Successful Bidder on the basis of Financial bid. No interest is payable to the Bidder<br />
by the GoUP on EMD.<br />
7.2.3 The EMD shall be <strong>for</strong>feited:<br />
If the Successful Bidder withdraws the bid or modify the offer be<strong>for</strong>e or after<br />
opening of the bid, while the bid is still valid.<br />
If the Successful Bidder fails within the specified time limit to furnish the<br />
required security deposit or/and sign the Consultancy Agreement.<br />
7.3 Income tax<br />
7.3.1 Bidder shall have to submit the copy of latest Income Tax Return bearing Permanent<br />
Account Number (PAN/TAN) submitted to the Income Tax Officer of the circle<br />
concerned <strong>for</strong> the previous three financial years along with the bid.<br />
7.4 Alternative proposals by bidders<br />
7.4.1 Bidder shall submit offer, which fully complies with the requirements of the bid<br />
<strong>Request</strong> <strong>for</strong> <strong>Proposal</strong> (<strong>RFP</strong>) 14
Selection of Consultant <strong>for</strong> setting up of passenger Ropeways through PPP Mode in <strong>Uttar</strong> <strong>Pradesh</strong><br />
document, including the conditions of contract. Conditional offers or alternative<br />
offers shall not be considered in the process of bid evaluation.<br />
7.5 Signing of the Bid<br />
7.5.1 Bid shall be signed by the Bidder or by his duly authorized person holding power of<br />
attorney <strong>for</strong> signing the bid document. A copy of registered power of attorney shall<br />
accompany the bid.<br />
7.5.2 In case the bid is submitted by a proprietary firm, it shall be signed by the proprietor<br />
giving his full name and also full name of his firm with present address.<br />
7.5.3 In case the bid is submitted by a partnership firm, it shall be signed by all the<br />
partners. In such a case, the firm would have to declare one of its partners as lead<br />
partner. All the correspondence would be done in the name of lead partner only.<br />
Partnership firm should be a registered firm.<br />
7.5.4 If the bid is submitted by a company, it shall be signed by a duly authorized person<br />
holding power of attorney <strong>for</strong> signing the bid document. A certified copy of<br />
registered power of attorney shall accompany the bid.<br />
7.5.5 If the bid is submitted by a Consortium of two or more companies, the Lead<br />
Member of Consortium shall sign it. A certified copy of registered power of attorney<br />
in favour of the Lead Member, signed by legally authorized signatories of all the<br />
members of the Consortium shall accompany bid document. All members of the<br />
Consortium shall be jointly or severally liable <strong>for</strong> execution of the Agreement in<br />
accordance with the terms and conditions laid down in the bid. All the<br />
correspondence would be done in the name of Lead Member only.<br />
7.5.6 The original bid shall be printed, typed or written in ink, and shall be signed by a<br />
person or persons duly authorized to sign on behalf of the Bidder. All pages of the<br />
bid and where entries or amendments have been made shall be initialed by the<br />
person or persons signing the bid.<br />
7.5.7 All witnesses and sureties shall be persons of status and probity. Their full names,<br />
occupations and addresses shall be provided below their signatures. All signatures<br />
shall be dated.<br />
7.5.8 Overwriting shall be avoided and corrections, if any, shall be made by crossing out,<br />
initialing, marking the date and rewriting. All pages of the application shall be<br />
numbered, initialed and submitted as a package. All the in<strong>for</strong>mation/ details to be<br />
supported by authentic documents duly certified by the authorized signatory.<br />
7.6 Cost of Bidding<br />
7.6.1 The Bidder shall bear all costs associated with the preparation and submission of its<br />
Bid, including cost of presentation <strong>for</strong> the purposes of clarification of the Bid if any.<br />
GoUP will in no case be responsible or liable <strong>for</strong> those costs regardless of the<br />
conduct or outcome of the bidding process.<br />
7.6.2 Any Bidder wishing to undertake site visits <strong>for</strong> familiarization with site conditions<br />
may do so. For any guidance/assistance in this respect, Bidder may contact Office of<br />
Director General, <strong>Tourism</strong>, <strong>Uttar</strong> <strong>Pradesh</strong>, Lucknow. All costs towards site visits,<br />
conference and submission of documents shall be borne by the Bidders themselves.<br />
7.7 Amendments in the Bid Documents<br />
7.7.1 At any time prior to last date of submission of bid, GoUP reserves the right to<br />
<strong>Request</strong> <strong>for</strong> <strong>Proposal</strong> (<strong>RFP</strong>) 15
Selection of Consultant <strong>for</strong> setting up of passenger Ropeways through PPP Mode in <strong>Uttar</strong> <strong>Pradesh</strong><br />
modify the document by issuing an amendment.<br />
7.7.2 CEC may, at its discretion, extend the last date <strong>for</strong> the receipt of bids which shall be<br />
published in News Papers.<br />
7.8 Bids received Late<br />
7.8.1 The Bids received after date and time fixed <strong>for</strong> submission shall not be entertained.<br />
CEC is not responsible <strong>for</strong> delay, loss or non-receipt of documents sent by<br />
post/courier/or other means.<br />
7.9 Modification of Bids<br />
7.9.1 Withdrawal or modification of bid after submission of bids shall not be allowed.<br />
7.10 Local Conditions<br />
7.10.1 It will be imperative on each Bidder to fully acquaint himself /themselves with the<br />
local conditions and factors, which would have any effect on the per<strong>for</strong>mance of<br />
the Consultancy and/or the cost of the service asked <strong>for</strong> in the tender.<br />
7.11 GOUP’s right to accept any bid and to reject any or all bids<br />
7.11.1 The decision of the CEC regarding the opening of bids, evaluation and acceptance of<br />
the bid shall be final and binding on all the Bidders.<br />
7.11.2 The CEC reserves the right to accept or reject any bid, and to annul the bidding<br />
process and reject all bids at any time prior to award of Contract, without thereby<br />
incurring any liability to the affected Bidder or Bidders or any obligation to in<strong>for</strong>m<br />
the affected Bidder or Bidders of the grounds <strong>for</strong> the GoUP’s decision.<br />
7.12 Per<strong>for</strong>mance Guarantee<br />
7.12.1 The Successful Bidder shall have to deposit Per<strong>for</strong>mance Guarantee in the shape of<br />
Bank Guarantee (BG), which shall be Rs.5.00 lakh (Rs.Five lakh only) or 10% of<br />
the consultancy fee, whichever is higher. The bank guarantee shall initially be <strong>for</strong> a<br />
period of one year from the issuance date and shall, by due process, be extendable<br />
<strong>for</strong> six months beyond the period of entire consultancy. The per<strong>for</strong>mance guarantee<br />
shall be released within a week of signing of the Concession Agreement with the<br />
developer.<br />
7.13 Consultancy Agreement<br />
7.13.1 Selected Consultant shall enter into Consultancy Agreement in the Form mentioned<br />
in Annexure D<br />
<strong>Request</strong> <strong>for</strong> <strong>Proposal</strong> (<strong>RFP</strong>) 16
Selection of Consultant <strong>for</strong> setting up of passenger Ropeways through PPP Mode in <strong>Uttar</strong> <strong>Pradesh</strong><br />
ANNEXURE A1<br />
Description of Identified Places and Tourist Inflow<br />
Radha Rani Temple (Ladlee ji Temple), Barsana, Mathura<br />
It is one of the oldest temples situated on a 200 feet high hill named “Brahmasanu” or<br />
“Bhahatsanu”. Most of the pilgrims who come to Barsana prefer to visit this temple which<br />
is named after Radha Rani whose birth place is Barsana.<br />
Ashtabhuja- Kalikhoh in Mirzapur district<br />
This is one of the famous places where temples dedicated to Goddess Maha Saraswati and<br />
Goddess Kali exist. A large number of devotees visit these temples every year. It is situated<br />
in Vindhya region of the State and easily accessible from Allahabad.<br />
Devangana in Chitrakut district<br />
It is in Chitrakut district of Bundelkhand region. Lakhs of pilgrims visit this religious place<br />
Devangana every year. It is about 4 kms from Chitrakut.<br />
Tourist Traffic to the Proposed Places<br />
Place 2007 2008 2009<br />
Barsana 3124452 3164500 3194640<br />
Ashtbhuja 2406200 2407250 2408295<br />
Chitrakut 3694760 4098247 4508070<br />
<strong>Request</strong> <strong>for</strong> <strong>Proposal</strong> (<strong>RFP</strong>) 17
Selection of Consultant <strong>for</strong> setting up of passenger Ropeways through PPP Mode in <strong>Uttar</strong> <strong>Pradesh</strong><br />
APPLICATION LETTER<br />
(On the letter head of the Consultant)<br />
ANNEXURE B1<br />
To<br />
Date : ...................<br />
The Director General<br />
Department of <strong>Tourism</strong><br />
Government of <strong>Uttar</strong> <strong>Pradesh</strong><br />
C-13, Vipin Khand, Gomtinagar,<br />
Lucknow-226010<br />
Sub: Selection of Consultant <strong>for</strong> setting up of passenger Ropeways at three places in<br />
<strong>Uttar</strong> <strong>Pradesh</strong> in PPP mode (hereinafter called the “Project”)<br />
Dear Sir,<br />
Being duly authorized to represent and act on behalf of...................... (hereinafter referred to<br />
as “the Bidder”), and having reviewed and fully understood all of the requirements of the<br />
<strong>RFP</strong> <strong>for</strong> appointment of consultant and in<strong>for</strong>mation provided, the undersigned hereby apply<br />
<strong>for</strong> the project referred to above.<br />
I/We are enclosing the following in one original, with the details as per the requirement of<br />
the notice inviting <strong>RFP</strong> <strong>for</strong> your evaluation.<br />
a) Earnest Money Deposit of Rs.1.00 lakh (Rupees One lakh only) (vide Demand Draft<br />
No. ---------------------------- of ------------------------------------- (Name of Bank) dated<br />
--------------------------------- drawn in favour of Director General, <strong>Tourism</strong>,<br />
Government of <strong>Uttar</strong> <strong>Pradesh</strong> at Lucknow)<br />
b) Undertaking as per Para 6.5 of <strong>RFP</strong><br />
c) All other document/in<strong>for</strong>mation as per para 6.3.5 relating to Technical Bid.<br />
I/We understand that Director General, <strong>Tourism</strong>, Government of <strong>Uttar</strong> <strong>Pradesh</strong> reserves the<br />
right to reject any application without assigning any reason.<br />
I/We also understand that application along with annexure and <strong>for</strong>mats not completed in all<br />
respects is liable to rejection.<br />
Date : .......................<br />
Encl : .....................<br />
Yours Sincerely<br />
(Signature)<br />
Name (Authorized Signatory)<br />
Company/Consortium Name<br />
<strong>Request</strong> <strong>for</strong> <strong>Proposal</strong> (<strong>RFP</strong>) 18
Selection of Consultant <strong>for</strong> setting up of passenger Ropeways through PPP Mode in <strong>Uttar</strong> <strong>Pradesh</strong><br />
ANNEXURE B2<br />
S. N. Particulars Details<br />
1. Basic In<strong>for</strong>mation of Organization<br />
a) Name of the Company<br />
b) Status in the Project Single Bidder/<br />
Lead Consortium Member / Other<br />
Consortium Member<br />
(Strike out whichever is not<br />
applicable)<br />
c) Country of incorporation<br />
d) Date of incorporation and / or<br />
commencement of business<br />
e) Address of the corporate headquarters and its<br />
branch office(s), if any, in India<br />
f) Ownership of the Organization<br />
(List of stakeholders/members who own 10%<br />
or more stocks & their interest in the<br />
company<br />
g) List of current directors<br />
h) Other key management personnel<br />
2. Brief description of the Company including<br />
details of its main lines of business.<br />
3. Proposed role and responsibilities of the<br />
Company in this project<br />
4. Details of individual (s) who will serve as<br />
the point of contact/communication within<br />
the Company:<br />
(a) Name<br />
(b) Designation<br />
(c) Address<br />
(d) Telephone Number<br />
(e) E-Mail Address<br />
(f) Fax Number<br />
1.<br />
2.<br />
3.<br />
Note:<br />
<br />
Please attach Certificate of Incorporation and Capability Profile/Company<br />
Brochure<br />
---------------------------------------------<br />
(Signature of Authorized signatory)<br />
<strong>Request</strong> <strong>for</strong> <strong>Proposal</strong> (<strong>RFP</strong>) 19
Selection of Consultant <strong>for</strong> setting up of passenger Ropeways through PPP Mode in <strong>Uttar</strong> <strong>Pradesh</strong><br />
ANNEXURE B3<br />
Details of Project Development Experience<br />
The following in<strong>for</strong>mation should be provided in the <strong>for</strong>mat below <strong>for</strong> each Project<br />
development experience (Ropeway sector) <strong>for</strong> which your firm, either individually as a<br />
corporate entity or as one of the major companies within a consortium, was legally<br />
contracted by the Client stated below.<br />
Project name<br />
Location within country:<br />
Name of Client with Address<br />
Start date (month/year):<br />
Sub Consultants, Joint venture partner, if<br />
any:<br />
Narrative description of Project<br />
Approx. value of the Consultancy Fee (in<br />
current Rs):<br />
Duration of assignment (months):<br />
Total No of person months of the<br />
assignment:<br />
Completion date (month/year):<br />
No. of professional person months provided<br />
by the Joint venture partners/ Subconsultants<br />
Description of actual services provided in the assignment<br />
Submit Relevant Certificate to support the Claim<br />
Note:<br />
<br />
<br />
In the absence of documentary evidence in support of above claim to the satisfaction of CEC, the<br />
in<strong>for</strong>mation would be considered inadequate<br />
The Projects mentioned in Annexure B4 shall nor appear in this Annexure<br />
-----------------------------------------------<br />
(Signature of Authorized signatory)<br />
<strong>Request</strong> <strong>for</strong> <strong>Proposal</strong> (<strong>RFP</strong>) 20
Selection of Consultant <strong>for</strong> setting up of passenger Ropeways through PPP Mode in <strong>Uttar</strong> <strong>Pradesh</strong><br />
ANNEXURE B4<br />
Successful selection of Project developers on PPP<br />
The following in<strong>for</strong>mation should be provided in the <strong>for</strong>mat below <strong>for</strong> each PPP project (infrastructure<br />
sector) successfully transacted by your firm, either individually as a corporate entity or as one of the major<br />
companies within a consortium, was legally contracted by the Client stated below.<br />
Project Name<br />
Name of Client with Address<br />
Location within country<br />
Project Cost (in Rs. Crore)<br />
Duration of Project development (months)<br />
Start date (month/year):<br />
Completion date (month/year):<br />
Approx. value of the Project development<br />
Fee (in Rs Crore):<br />
Sub Consultants, Joint venture partner, if<br />
Any, give details (Name, man months<br />
provided, % of Fee shared etc.)<br />
Name of the Developers selected:<br />
Total No of person months:<br />
Experts used:<br />
Present status of the Project:<br />
Narrative description of Project<br />
Description of actual services provided in the assignment<br />
Submit Relevant Certificate to support the Claim<br />
Note:<br />
<br />
In the absence of documentary evidence in support of above claim to the satisfaction of CEC, the<br />
in<strong>for</strong>mation would be considered inadequate<br />
-----------------------------------------------<br />
(Signature of Authorized signatory)<br />
<strong>Request</strong> <strong>for</strong> <strong>Proposal</strong> (<strong>RFP</strong>) 21
Selection of Consultant <strong>for</strong> setting up of passenger Ropeways through PPP Mode in <strong>Uttar</strong> <strong>Pradesh</strong><br />
ANNEXURE B5<br />
FORMAT FOR FINANCIAL STRENGTH OF THE CONSULTANT<br />
(INCLUDING ITS 50% SUBSIDIARIES)<br />
(Rs. in Cr.)<br />
Yr<br />
ending<br />
Capital Reserves Net Worth Profit/<br />
loss<br />
Total<br />
Turnover<br />
Advisory/<br />
Consultancy<br />
Services<br />
Turnover<br />
2009 -<br />
2010<br />
2010 -<br />
2011<br />
2011 -<br />
2012<br />
______________________________<br />
(Signature of Authorized signatory<br />
This is to certify that the above in<strong>for</strong>mation has been examined by us on the basis of<br />
relevant documents, books of accounts & other relevant in<strong>for</strong>mation and the in<strong>for</strong>mation<br />
submitted above is as per record.<br />
____________________________________________________________<br />
Signature, Address, Seal & Membership No. of Chartered Accountant<br />
<strong>Request</strong> <strong>for</strong> <strong>Proposal</strong> (<strong>RFP</strong>) 22
Selection of Consultant <strong>for</strong> setting up of passenger Ropeways through PPP Mode in <strong>Uttar</strong> <strong>Pradesh</strong><br />
ANNEXURE B6<br />
FORMAT FOR TECHNICAL TEAM<br />
SI. Specialist Name<br />
1 Team Leader (Infrastructure Specialist)<br />
2 Transportation Planner<br />
3 Civil Engineer (with Ropeway experience)<br />
4 Architect Urban Planner<br />
5 Geo-technical Engineer/ Surveyor<br />
6 Concession Agreement Specialist<br />
<br />
<br />
Except as otherwise agreed / desired by the Client, no changes shall be made in the<br />
composition of the Team. If <strong>for</strong> any reason beyond the control of the Consultant, it<br />
becomes necessary to replace any personnel, then the Consultant shall <strong>for</strong>thwith<br />
provide as a replacement a person of equivalent or higher qualification and<br />
experience to the satisfaction of the Authority.<br />
Attach the detailed, signed CV (as per the attached Format) of the Key Personnel<br />
Signature<br />
Name (Authorized Signatory)<br />
<br />
Date.....................<br />
Place...................<br />
<strong>Request</strong> <strong>for</strong> <strong>Proposal</strong> (<strong>RFP</strong>) 23
Selection of Consultant <strong>for</strong> setting up of passenger Ropeways through PPP Mode in <strong>Uttar</strong> <strong>Pradesh</strong><br />
Format of Curriculum Vitae (CV) <strong>for</strong> Key Personnel<br />
ANNEXURE B6 …. Contd.<br />
1. Proposed Position:<br />
2. Name of Firm:<br />
3. Name of Staff:<br />
4. Profession:<br />
5. Date of Birth:<br />
6. Years with Firm/Entity:<br />
7. Nationality:<br />
8. Membership in Professional Societies:<br />
9. Detailed Tasks Assigned<br />
10. Key Qualifications:<br />
[Give an outline of staff member s experience and training most pertinent to tasks on<br />
assignment. Describe degree of responsibility held by staff member on relevant previous<br />
assignments and give dates and locations.]<br />
11. Education:<br />
[Summarize college/university and other specialized education of staff member, giving<br />
names of schools, dates attended, and degrees obtained.]<br />
12. Employment Record:<br />
[Starting with present position, list in reverse order every employment held. List all<br />
positions held by staff member since graduation, giving dates, names of employing<br />
organizations, titles of positions held, and locations of assignments. For experience in last<br />
ten years, also give types of activities per<strong>for</strong>med and client references, where appropriate.]<br />
13. Languages:<br />
[For each language indicate proficiency: excellent, good, fair, or poor; in speaking,<br />
reading, and writing]<br />
14. Certification:<br />
I, the undersigned, certify that to the best of my knowledge and belief, these data correctly<br />
describe me, my qualifications, and my experience.<br />
Date:<br />
[Signature of staff member and authorized representative of the Firm]<br />
Day/Month/Year<br />
Full name of staff member: ______________________________________<br />
Full name of authorized representative: __________<br />
Signature of Authorized Representative:<br />
<strong>Request</strong> <strong>for</strong> <strong>Proposal</strong> (<strong>RFP</strong>) 24
Selection of Consultant <strong>for</strong> setting up of passenger Ropeways through PPP Mode in <strong>Uttar</strong> <strong>Pradesh</strong><br />
FORMAT FOR FINANCIAL BID<br />
(On the letterhead of the Bidder)<br />
ANNEXURE C<br />
To<br />
The Director General<br />
Department of <strong>Tourism</strong><br />
Government of <strong>Uttar</strong> <strong>Pradesh</strong><br />
C-13, Vipin Khand, Gomtinagar,<br />
Lucknow-226010<br />
Sub: Selection of Consultant <strong>for</strong> setting up of passenger Ropeways at three places in<br />
<strong>Uttar</strong> <strong>Pradesh</strong> in PPP mode<br />
Sir,<br />
I/We have perused the <strong>RFP</strong> document <strong>for</strong> subject Project and other details and am/are<br />
willing to undertake and complete the Project as per terms and conditions stipulated in the<br />
<strong>RFP</strong> document.<br />
I/We quote the lump-sum cost inclusive of all taxes <strong>for</strong> setting up of Passenger Ropeways<br />
and integrated development of Infrastructure at three identified places in the State of <strong>Uttar</strong><br />
<strong>Pradesh</strong> in Public Private Partnership (PPP) mode as under:<br />
Lumpsum cost <strong>for</strong> Part A<br />
Lump-Sum cost <strong>for</strong> Part B<br />
Total Lumsum cost <strong>for</strong> undertaking the Project<br />
*Please write the amount in Figures also<br />
I/We also hereby agree to all terms and conditions set out with the <strong>RFP</strong> documents.<br />
The Bidders quoting the lowest total lumsum cost <strong>for</strong> undertaking the Project shall be<br />
declared as the Selected/Preferred Bidder.<br />
This offer is valid <strong>for</strong> a period of 90 days from the date of opening of the bid (Bid due date).<br />
We understand you are not bound to accept any <strong>Proposal</strong> you receive.<br />
Signature of Authorized Signatory<br />
Name:<br />
Address:<br />
<strong>Request</strong> <strong>for</strong> <strong>Proposal</strong> (<strong>RFP</strong>) 25
Selection of Consultant <strong>for</strong> setting up of passenger Ropeways through PPP Mode in <strong>Uttar</strong> <strong>Pradesh</strong><br />
ANNEXURE D<br />
CONSULTANCY AGREEMENT<br />
<strong>Request</strong> <strong>for</strong> <strong>Proposal</strong> (<strong>RFP</strong>) 26
Selection of Consultant <strong>for</strong> setting up of passenger Ropeways through PPP Mode in <strong>Uttar</strong> <strong>Pradesh</strong><br />
AGREEMENT FOR CONSULTANCY SERVICES FOR<br />
DEVELOPMENT OF PASSENGER ROPEWAYS AT THREE LOCATIONS IN<br />
UTTAR PRADESH THROUGH PPP MODE<br />
This Agreement <strong>for</strong> consultancy services <strong>for</strong> Development of passenger ropeways at three<br />
locations in <strong>Uttar</strong> <strong>Pradesh</strong> through Public Private Partnerships mode (“Agreement”) is made<br />
on the ………..day of ………..,2012<br />
By and between<br />
The Governor of <strong>Uttar</strong> <strong>Pradesh</strong> in its executive capacity and represented herein through<br />
Secretary, Department of <strong>Tourism</strong>, Government of <strong>Uttar</strong> <strong>Pradesh</strong>, having its office at<br />
Lucknow (hereinafter referred to as “GoUP”, which expression shall mean and include its<br />
successor in office) of the ONE PART<br />
and<br />
M/s __________________, _________ , a Company duly incorporated under the<br />
Company’s Act 1956 (1 of 1956) and having its Registered Office at<br />
(________________________________________) through ........... ............ (name)<br />
(designation) (hereinafter referred to as “Consultant” which expression shall, unless<br />
repugnant to the context thereof, include its successors) of the OTHER PART<br />
“GoUP” and “Consultant” are hereinafter individually referred to as “THE PARTY” and<br />
collectively as “THE PARTIES”.<br />
WHEREAS<br />
A. In order to provide added attraction to the tourists, the GoUP has decided to develop<br />
Passenger Ropeways at the following three places through PPP mode (“Project”):<br />
<br />
Radha Rani Temple (Ladlee ji Temple) in Barsana, Mathura in Braj Region.<br />
<strong>Request</strong> <strong>for</strong> <strong>Proposal</strong> (<strong>RFP</strong>) 27
Selection of Consultant <strong>for</strong> setting up of passenger Ropeways through PPP Mode in <strong>Uttar</strong> <strong>Pradesh</strong><br />
<br />
<br />
From Ashtabhuja to Kalikhoh in Mirzapur in Vindhyachal Region.<br />
Devangana in Chitrakut in Bundelkhand Region.<br />
B. GoUP invited proposals from various interested parties through a single stage<br />
transparent and competitive bidding process to assist GoUP in preparation of<br />
feasibility reports and manage the bid process management of the Project. In response<br />
thereto, GoUP received proposals from various parties <strong>for</strong> the Consultancy Services.<br />
Pursuant thereto, after evaluation of all the proposals, GoUP accepted the proposal of<br />
___________ and accordingly issued a Letter of Intent bearing No.<br />
____________________, dated ________________ requesting M/s<br />
________________ to execute the Agreement, which the Consultant has<br />
acknowledged through the Letter of Acceptance dated _________________.<br />
C. M/s ____________________ is a Company engaged in providing consultancy<br />
services across diverse sectors on a commercial basis. It specializes in providing<br />
integrated and comprehensive professional services towards development of<br />
infrastructure projects and related components. M/s _______________________ has<br />
the necessary experience to render advice, develop concepts, identify prospective copromoters/<br />
strategic partners, structure PPP transactions and prepare contractual<br />
document(s).<br />
D. It is deemed expedient and necessary to enter into this Agreement being these presents<br />
to record their understanding, terms, covenants and conditions of the said Agreement<br />
between the Parties.<br />
Now, there<strong>for</strong>e, in consideration of the premises a<strong>for</strong>esaid, the Parties hereby agree, as<br />
follows:<br />
<strong>Request</strong> <strong>for</strong> <strong>Proposal</strong> (<strong>RFP</strong>) 28
Selection of Consultant <strong>for</strong> setting up of passenger Ropeways through PPP Mode in <strong>Uttar</strong> <strong>Pradesh</strong><br />
ROLE OF THE CONSULTANT<br />
M/s _________________________ shall provide Consultancy Services to GoUP towards<br />
development of three identified passenger ropeways through PPP and other terms and<br />
conditions to be adhered to is more particularly set out in Annexure E.<br />
ROLE OF GOUP<br />
a. Ensure payment of fees to M/s ________________________ in accordance with<br />
this Agreement<br />
b. Provide the Consultant with, and/or give access to, all such in<strong>for</strong>mation which is<br />
relevant <strong>for</strong> the purpose of the Project<br />
c. Subject to the applicable law issue all such instructions as may be necessary or<br />
appropriate <strong>for</strong> the prompt and effective implementation of the services.<br />
PROJECT DURATION AND DELIVERABLES<br />
The deliverables and time schedule <strong>for</strong> the Project shall be as under:<br />
Sl.No. Activity Duration<br />
(Months)<br />
PART: A<br />
1 Project Definition Report 01<br />
2 Feasibility Report along with Master Plan of 04<br />
Integrated Area Development<br />
PART: B<br />
3 Preparation of documents <strong>for</strong> Bidding<br />
EoI/ RFQ Document 05<br />
Advertisement<br />
Pre-bid Meeting<br />
Evaluation and Short-listing of Bidders<br />
<strong>RFP</strong> document along with PIM 07<br />
Draft Concession Agreement<br />
Issue of <strong>RFP</strong> bids 08<br />
Evaluation of <strong>RFP</strong> and recommendations on Award<br />
Assistance in negotiations with preferred bidders<br />
Assistance in signing of the Concession<br />
Agreement<br />
The consultancy services require close interaction with the PMU Cell, Department of<br />
<strong>Tourism</strong> <strong>for</strong> timely inputs, feedbacks on proposals, and approval of intermediate stages.<br />
The Consultant shall interact with the PMU Cell, with each meeting attended by at least<br />
one Key Personnel, <strong>for</strong> presenting the work completed and obtaining PMU Cell feedback.<br />
In addition, the Consultant shall make <strong>for</strong>mal presentations to GoUP at Lucknow as part<br />
of the interactive process as and when mutually agreed upon. Consultant shall actively<br />
associate in GoUP’s reviews of various submissions and provide necessary clarifications,<br />
documents and backup in<strong>for</strong>mation <strong>for</strong> conducting the reviews.<br />
10<br />
<strong>Request</strong> <strong>for</strong> <strong>Proposal</strong> (<strong>RFP</strong>) 29
Selection of Consultant <strong>for</strong> setting up of passenger Ropeways through PPP Mode in <strong>Uttar</strong> <strong>Pradesh</strong><br />
SCHEDULE OF PAYMENT<br />
The GoUP has agreed to pay the Consultant a Lumpsum consultancy fee of Rs<br />
_________________ (Rupees __________________ only), (hereinafter referred to as<br />
“Lump sum Consultancy Fee”) the details of which are as follows:<br />
Deliverables<br />
Reports<br />
Part A<br />
Part B<br />
Payment to be released<br />
On award of work<br />
Project Definition Report<br />
Feasibility Report<br />
Issue of <strong>RFP</strong> document<br />
Evaluation of <strong>RFP</strong> bids<br />
On Final selection of Developer<br />
On signing of Concession Agreement with the<br />
selected Developer<br />
% of agreed<br />
Total lump<br />
sum<br />
Consultancy<br />
Fee<br />
10%<br />
10%<br />
30%<br />
10%<br />
10%<br />
10%<br />
20%<br />
TERMINATION OF THE AGREEMENT<br />
a. The GoUP shall have a right to terminate the Consultancy Agreement if the<br />
Consultant commits breach of any conditions by giving a notice of 30 days to the<br />
Consultant. Breach of Contract include, but are not limited to, the following:<br />
It is found that the time schedule of Project is not being adhered to.<br />
The Consultant stops work <strong>for</strong> a period exceeding 30 days and such stoppage<br />
has not been authorized by the GoUP.<br />
In case the Consultant fails to carry out the instructions/orders issued by the<br />
GoUP from time to time during the period of the Consultancy Agreement and<br />
fails to comply with the laws applicable in the State of <strong>Uttar</strong> <strong>Pradesh</strong>.<br />
The Consultant fails to deliver any or all of the obligations within the time<br />
period(s) specified in the Consultancy Agreement, or any extension thereof<br />
granted by GoUP.<br />
The Consultant fails to depute required manpower/key personnel as agreed in<br />
<br />
the <strong>RFP</strong><br />
The Consultant fails to per<strong>for</strong>m any other obligation(s) under the Consultancy<br />
Agreement. In case of termination of Consultancy Agreement GoUP shall have<br />
the right to <strong>for</strong>feit the security deposit and invoke the per<strong>for</strong>mance Bank<br />
Guarantee.<br />
b. If the work on the assignment is stopped <strong>for</strong> period of atleast 30 days, the Consultant<br />
may also terminate the Consultancy Agreement by giving a notice of 30 days to<br />
GoUP.<br />
c. The Consultancy Agreement may also be terminated at any time by mutual consent.<br />
DISPUTE AND SETTLEMENT<br />
In case of any dispute with respect to the terms of Consultancy Agreement, the matter<br />
may be represented to Director General, <strong>Tourism</strong> by the Consultant after giving a notice<br />
of 30 days. The matter shall be examined and put up to Secretary <strong>Tourism</strong>, Government of<br />
<strong>Request</strong> <strong>for</strong> <strong>Proposal</strong> (<strong>RFP</strong>) 30
Selection of Consultant <strong>for</strong> setting up of passenger Ropeways through PPP Mode in <strong>Uttar</strong> <strong>Pradesh</strong><br />
<strong>Uttar</strong> <strong>Pradesh</strong> <strong>for</strong> decision. In case the dispute is not resolved at the level of the Secretary<br />
<strong>Tourism</strong>, Government of <strong>Uttar</strong> <strong>Pradesh</strong>, the matter shall be referred to the Infrastructure<br />
and Industrial Development Commissioner (IIDC). If after 30 days from the<br />
commencement of such direct negotiations at the level of IIDC, the dispute is not<br />
resolved, it shall then be settled by the arbitrator under the Arbitration and Conciliation<br />
Act, 1996 and his decision would be final and binding on both the parties. The Arbitration<br />
and Conciliation Act 1996 and the rules made thereunder and any statutory modification<br />
or re-enactments thereof, shall apply to the arbitration proceedings. The venue of the<br />
arbitration shall be Lucknow, <strong>Uttar</strong> <strong>Pradesh</strong>. Pending the submission of and/or decision on<br />
a dispute, difference or claim or until the arbitral award is published; the Consultant shall<br />
continue to per<strong>for</strong>m all its obligations under Agreement without prejudice of final<br />
adjustment in accordance with such award.<br />
LEGAL JURISDICTION<br />
Any legal dispute arising out of the Consultancy Agreement shall be settled at the Court of<br />
Law located at Lucknow.<br />
GOVERNING LAW<br />
This Agreement shall be governed by and constructed in accordance with the laws of<br />
India. Neither the GoUP nor the Consultant shall have the right to transfer or assign their<br />
responsibilities resulting from this Agreement<br />
AMENDMENTS AND MODIFICATIONS<br />
This Agreement constitutes the entire understanding between both the parties relating to the<br />
Consultancy and it shall not be amended or modified except as agreed in writing by both the<br />
Parties<br />
NOTICE<br />
Any notice or other communications required to be given pursuant to this Agreement shall<br />
be in writing and shall be sufficiently given or served if delivered by hand or courier with<br />
acknowledgement or faxed at the numbers given below or sent by registered post to the<br />
representative persons at the address given below:<br />
PERIOD<br />
Director General <strong>Tourism</strong><br />
Paryatan Bhavan<br />
C-13, Vipin Khand<br />
Gomti Nagar, Lucknow 226 010<br />
Phone: 0522 – 2307074<br />
Fax: 0522 – 2308937<br />
The Consultant shall be expected to have completed the entire process of consultancy<br />
services completed by the end of 12 months from the date of execution of this Agreement<br />
which period may be extended by 6 months.<br />
<strong>Request</strong> <strong>for</strong> <strong>Proposal</strong> (<strong>RFP</strong>) 31
Selection of Consultant <strong>for</strong> setting up of passenger Ropeways through PPP Mode in <strong>Uttar</strong> <strong>Pradesh</strong><br />
IN WITNESS WHEREOF, the Parties have caused this Agreement to be signed in their<br />
respective names as of the day and year first above written<br />
SIGNED SEALED AND DELIVERED<br />
For and on behalf of Governor of <strong>Uttar</strong><br />
<strong>Pradesh</strong><br />
Authorized Signatory<br />
SIGNED SEALED AND DELIVERED<br />
For and on behalf of<br />
M/s ___________________________<br />
Authorized Signatory<br />
Name<br />
Designation<br />
Witnesses ( name and address)<br />
Name<br />
Designation<br />
Witnesses ( name and address)<br />
1 1<br />
2 2<br />
<strong>Request</strong> <strong>for</strong> <strong>Proposal</strong> (<strong>RFP</strong>) 32
Selection of Consultant <strong>for</strong> setting up of passenger Ropeways through PPP Mode in <strong>Uttar</strong> <strong>Pradesh</strong><br />
SCOPE OF SERVICES<br />
Annexure E<br />
General<br />
Scope of consultancy services is divided into two parts viz. Part A and Part B. Part A<br />
would cover the Feasibility Report along with a Master Plan of the Project. Part B shall<br />
consist of preparation of necessary Bid documents including carrying out entire bid<br />
process management <strong>for</strong> selection of Developer/s. Part B will start based on the outcome<br />
of Part A i.e. financial viability of the project. However, if the Client is required to<br />
implement the project under Government grant or through EPC mode, the Consultant may<br />
require preparing the necessary documents accordingly.<br />
PART: A<br />
Part A would cover the studies which could justify the location and alignment of the<br />
passenger ropeway project integrated with basic infrastructure facilities in the region. The<br />
Part A i.e. the Feasibility Report shall inter-alia includes the following:<br />
Primary surveys<br />
Primary Surveys, if any, shall be conducted <strong>for</strong> collecting some specific data regarding the<br />
proposed sites. Number of surveys would need to be conducted which would include but<br />
not limited to reconnaissance surveys, geo-tech surveys, topographical surveys etc.<br />
Assessment of tourist traffic and regional traffic<br />
The Consultant shall assess the influence zone of these three places, delineate this<br />
influence region by air, rail and road based transport modes, with respect to the existing<br />
and proposed Origin and Destination (O-D) pattern and the economics of the introduction<br />
of the new activities. The Consultant shall assess and present a responsible <strong>for</strong>ecast of<br />
tourist / passenger traffic. Based on the growth pattern, the base traffic estimated to be<br />
handled at these three locations shall be projected over a time horizon of 20 years. The<br />
projection in intervals of five years (i.e. 5th, 10th, 15th year etc.) shall be made to assess<br />
the facility requirements over a period of time.<br />
Assessment of basic infrastructure and other facilities<br />
Various facilities/infrastructure and logistic supports required are to be identified and<br />
estimated by the Consultant. The Consultant shall identify the activities <strong>for</strong> realizing the<br />
full potential of the location in terms of the traffic, extending the stay period, creating new<br />
entertainment facilities and generating new sources of revenue. The Consultant shall<br />
approach this project keeping in mind the infrastructure and economic development of the<br />
entire region and there<strong>for</strong>e would suggest a methodology to develop a world class<br />
passenger ropeway system integrated with other tourism components.<br />
The Consultant shall visit the sites and prepare the layout plans <strong>for</strong> allied activities like<br />
accommodation, amusement parks, restaurants etc. The Consultant shall identify tourism<br />
and allied activities and shall define/recommend such activities which will boost tourist<br />
influx.<br />
<strong>Request</strong> <strong>for</strong> <strong>Proposal</strong> (<strong>RFP</strong>) 33
Selection of Consultant <strong>for</strong> setting up of passenger Ropeways through PPP Mode in <strong>Uttar</strong> <strong>Pradesh</strong><br />
Preparation of Ropeway Alignment cum Master Plan<br />
Based on the assessment of facilities, the Consultant shall prepare an alignment cum<br />
Master Plan <strong>for</strong> development of passenger Ropeways at these places. The Master Plan so<br />
prepared shall show the location of terminal stations, towers and ropeway passage and<br />
shall ensure that the other tourism development proposals are properly integrated with the<br />
ropeway development.<br />
Technical Inputs<br />
In addition to the alignment details of the ropeway, the Consultant would be expected to<br />
discuss in detail the most preferred route, description of the ropeway system and a detailed<br />
study on the appropriate technology as well as availability of ropeway technology<br />
suppliers both domestic and international. Consultant shall examine the available and<br />
emerging state-of-the-art technology <strong>for</strong> efficient and cost effective operation and<br />
management system <strong>for</strong> the whole project.<br />
Land requirement<br />
The consultant shall assess the land requirements <strong>for</strong> various components of the passenger<br />
ropeway and other activities. The Consultant shall chalk out land /space requirement <strong>for</strong><br />
various users in the Master Plan of the proposed project. Land/Right of Way (ROW)<br />
identification and mapping shall also be done <strong>for</strong> the Consultant. Consultant shall be<br />
required to do topographical surveys that may be required <strong>for</strong> the project.<br />
Viability Analysis<br />
The viability analysis shall include the following:<br />
a) Cost Estimates: The Consultant shall make a cost estimate of development, operation<br />
and maintenance of the ropeway project and integrated development.<br />
b) Phasing of the Development: The Consultant shall phase out the development so as to<br />
optimize the investment requirement <strong>for</strong> the development of the project.<br />
c) Estimation of Revenue: The Consultant shall identify and estimate the various sources<br />
of revenue that can be generated from all sources during operation of the project and<br />
other property development.<br />
d) Cash Flow Analysis: The Consultant shall prepare a cash-flow statement indicating<br />
cost, other liabilities and revenue to be generated.<br />
e) Economic & Financial Analysis: The Consultant shall carry out economic and<br />
financial analysis and work out the economic and financial rate of return <strong>for</strong> the<br />
project. They shall also conduct sensitivity analysis.<br />
f) Financial Feasibility: Examine and establish the feasibility of financing the project<br />
under Public-Private Partnership (PPP) in DBFOT (Design, Build, Finance, Operate<br />
and Transfer) mode with least non-cash contribution from GoUP.<br />
g) Legal & Institutional Framework: Examine and suggest suitable legal and institutional<br />
frame work <strong>for</strong> implementation, operation and maintenance of different components<br />
of the project.<br />
<strong>Request</strong> <strong>for</strong> <strong>Proposal</strong> (<strong>RFP</strong>) 34
PART: B<br />
Selection of Consultant <strong>for</strong> setting up of passenger Ropeways through PPP Mode in <strong>Uttar</strong> <strong>Pradesh</strong><br />
The Part B of the Project shall comprise of the following subject to the decision taken by<br />
the Client:<br />
Incentives from State /Central government<br />
The Consultant is required to do all necessary activities <strong>for</strong> availing sanctions of grants/<br />
subsidies available under various State/Central Government schemes.<br />
Effective operation and management<br />
The Consultant would work out and specify minimum per<strong>for</strong>mance standards and other<br />
output specifications expected from the Developer of the project.<br />
Social and Environmental Impact Assessment<br />
The Consultant shall carry out the preliminary assessment of social and environmental<br />
impact assessment due to the project <strong>for</strong> identification of significant social and<br />
environmental impacts on the environment and surroundings including effect on air, noise,<br />
traffic congestion, land drainage, aesthetics, heritage monuments and impact on traditional<br />
communities etc. The Consultant shall also indicate measures to mitigate the adverse<br />
impact, if any by <strong>for</strong>mulating draft Rehabilitation Plan (RAP) and Environmental<br />
Management Action Plan (EMAP) in phases as required.<br />
Essential Documents <strong>for</strong> necessary Clearances<br />
The Consultant shall prepare all documents necessary to obtain environmental, social,<br />
<strong>for</strong>ests and other clearances from GoUP and the Government of India and their agencies<br />
as applicable and assist the Client in procuring all clearances necessary <strong>for</strong> bidding out the<br />
project. This activity may include besides the preparation of reports, preparation of audiovisual<br />
presentation in different <strong>for</strong>um giving additional in<strong>for</strong>mation etc. as may be<br />
required by the Client in connection with the approvals to the project.<br />
Development strategy<br />
The Consultant shall examine the advantages and disadvantages of different PPP mode by<br />
which the project could be implemented and chalk out the implementation strategy in<br />
which the details regarding the responsibilities of execution of major work, operation etc.<br />
shall be listed. The recommended method under which the same are to be implemented<br />
shall be given in details.<br />
The Consultant shall suggest an appropriate package <strong>for</strong> attracting reputed <strong>for</strong>eign or<br />
Indian Companies / Consortia in PPP mode, <strong>for</strong> developing and operating the proposed<br />
project. It shall be ensured that the project package is in consonance with the existing<br />
guidelines of the Government of India regarding tourism sector and also the guidelines<br />
issued by the GoUP in this regard.<br />
<strong>Request</strong> <strong>for</strong> <strong>Proposal</strong> (<strong>RFP</strong>) 35
Selection of Consultant <strong>for</strong> setting up of passenger Ropeways through PPP Mode in <strong>Uttar</strong> <strong>Pradesh</strong><br />
Bid Process Management<br />
The Consultant shall carry out the entire bid process management <strong>for</strong> inviting bids in PPP<br />
mode. On the basis of above mentioned studies, assessments and analysis, the Consultant<br />
shall prepare a Comprehensive Document on the following:<br />
a) Expression of Interest (EoI)/ <strong>Request</strong> <strong>for</strong> Qualification (RFQ)<br />
b) <strong>RFP</strong> document<br />
c) Concession Agreement<br />
d) Newspaper Advertisement<br />
The cost of Advertisement/ Road shows etc. has to be borne by the Client. However, the<br />
necessary assistance <strong>for</strong> bidding has to be provided by the Consultant. In addition, the<br />
Consultant shall assist the Client in Pre-bid conferences, evaluation of bids <strong>for</strong> selection of<br />
Developer/s and prepare other documents necessary <strong>for</strong> execution of the Concession<br />
Agreement.<br />
Marketing strategy<br />
Because of its complexity, tourism draws its appeal from various agencies that build<br />
physical and social infrastructure: hotels and resorts, airlines, railways, highways, travel<br />
agents, tour operators, institutions, operatives as bus/taxi drivers, vendors, guides etc.<br />
The Consultant shall evolve a marketing strategy <strong>for</strong> successfully marketing the ropeway<br />
and allied infrastructure among the developer community as well as the prospective users<br />
<strong>for</strong> successful operation of the project. The Consultant shall also list out the incentives to<br />
be provided by the concerned authorities to make the project attractive <strong>for</strong> the users and<br />
the investors. The Consultant shall also work out long term marketing strategy to enable<br />
this project to remain attractive <strong>for</strong> user agencies and demand responsive.<br />
7.13.2<br />
<strong>Request</strong> <strong>for</strong> <strong>Proposal</strong> (<strong>RFP</strong>) 36