detailed tender document for - patnitop.nic.inpatnitop.nic.in/pdf/rfp document for ropeway...

78
K U D Detailed Tender Document For Sd/- Executive Engineer Patnitop Dev. Authority CONSTRUCTION OF IMPORTED PASSENGER ROPEWAY AT PATNITOP DISTRICT Udhampur (J&K), ON BOOT BASIS

Upload: duongdang

Post on 06-Apr-2018

243 views

Category:

Documents


6 download

TRANSCRIPT

Page 1: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

K U D

Detailed Tender Document

For

Sd/-

Executive Engineer

Patnitop Dev. Authority

CONSTRUCTION OF IMPORTED

PASSENGER ROPEWAY

AT PATNITOP

DISTRICT Udhampur (J&K), ON BOOT BASIS

Page 2: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

1

Patnitop Development Authority

Kud, Udhampur, Jammu

Issued to

.

Cost of RFP Document

Rs. 25000.00 (Rs. Twenty Five Thousand Only)

Received Vide Receipt No:

Dated:

Sd/-

Signature of Issuing Authority

Page 3: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

2

Patnitop Development Authority

PDA/Ropeway/BOOT-1 /2015

BOOT TENDER DOCUMENT

FOR CONSTRUCTION OF IMPORTED

PASSENGER ROPEWAY

AT PATNITOP

DISTRICT Udhampur (J&K), ON BOOT BASIS

CONTENTS

Section – I RFP NOTICE

CRITERIA FOR COMPETITIVE BIDDING

ABOUT RFP

SECTION – II - PRELIMINARY PROJECT

INFORMATION

SECTION – II I - INSTRUCTIONS TO BIDDERS

SECTION – IV - GUIDELINES FOR PROJECT

SECTION – V - TERM SHEET OF CONCESSION

AGREEMENT

- ANNEXURES

- DRAWINGS

- TOURIST ARRIVAL DATA

December - 2015

Sd/-

Patnitop Development Authority

Kud, District Udhampur, J&K

India 182142

Page 4: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

3

Patnitop Development Authority

Kud, Udhampur, Jammu

RFP No. 01of 2015

Dated: 20-12-2015

On behalf of Governor of J&K State, Chief Executive Officer Patnitop Development

Authority invites offers from financially sound and experienced agencies for financing, design,

supply, installation, testing and commissioning and subsequent operation and maintenance of a

passenger ropeway system in two sections (A) From Kud, near KM 99 of National NH1A to

Sangote village and (B) From Sangote to Patnitop near Hotel Vardan District Udhampur J&K

purely on Built, Own, Operate and Transfer (B.O.O.T) basis, for a concession period of 35 years as

per the specifications given below. The three terminals Upper, Lower and intermediate have been

identified and marked. The offers should be in two separate envelops super scribed as “Technical

Offer” and “Commercial Offer”. Both the envelopes should be sealed and enclosed in one pack

accompanied by Security deposit in the shape of Demand Draft for Rs. 25.00 lacs drawn in favour

of Accounts Officer Patnitop Development Authority payable at Kud / Udhampur. The Broad

specifications are as under:-

Technical specifications:

1. Type of System

Section 1st:- Monocable fixed grip pulsated

Gondola system (Group Gondola System).

Section 2nd

:-

Mono cable Detachable gondola system

2. Horizontal Length Section 1st : 1264Meters

Section 2nd

: 2618 Meters

3. Passenger Carrying capacity(Initial/final)Section 1st400/600 PPH

Section 2nd

400 /600PPH

4. Estimated Project cost Rupees 60.00 Crores

Technology:-

1. The system shall be imported as per European/Canadian /American code.

Note:- Indigenous system shall not be accepted.

Page 5: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

4

Terms & conditions:

1. In case of a joint venture group, the intending bidder should have a legally enforceable

agreement with a registered, reputed and experienced ropeway company for execution of

this project.

2. Although the technical specifications mentioned in this RFP document are tentative but any

deviation from the indicated technical parameters shall have to be discussed with the Chief

Executive Officer Patnitop Development Authority/ Consultants before submission of the

bids (on Pre-bid meeting day). The PDA may or may not agree with such deviations.

3. Land has been acquired by Patnitop Development Authority and shall be rented / leased out

for a period of 35 years in favour of successful bidder. The successful bidder shall have to

quote the rent per kanal per year for the total area he intends to use. The bidder is required to

quote the land rent separately but along with the MGA in financial bid. The land rent and

MGA put together shall determine the highest bidder subject to acceptance of his technical

bid. Apart from the rentals the land use plan needs also to be formulated and submitted

along with the technical bid.

4. The BOOT operator can dove tail additional recreational activities/ facilities if he desires so.

This shall be discussed separately with the successful bidder after the work on ropeway is

started by the operator. Patnitop Development Authority shall help in identifying the

appropriate activities and can assist in formulation of DPR. Financial aspects out of this

additional activity between successful bidder and Patnitop Development Authority can be

discussed separately and mutually between BOOT operator and Patnitop Development

Authority (PDA). Enough land is available at village Sangote (Intermediate Terminal) for

incorporating these activities.

5. All the Clarence’s related to the execution of the work have been obtain by PDA from

Ministry of MOEF Government of India, Wild Life Department, Forest Department,

Hon’ble Supreme Court of India etc.

6. The intending bidders will indicate the minimum guarantee amount as royalty/premium to

be paid towards PDA for the concession period per year in terms of percentage of revenue to

be realized from operation of the project which should not be less than 5% in any case. A

technically acceptable proposal offering maximum MGA and maximum land rent shall be

eligible for award of contract on Boot basis. The escalation per year over Minimum

Guarantee Amount and land rent needs to be indicated for the whole concession period.

7. The successful bidder shall have to enter into a formal agreement with Patnitop

Development Authority (PDA) on a proper format which will include technical interventions

from Patnitop Development Authority (PDA)/ their consultant on periodical basis as per

J&K Ropeways Act and as per the manufacturer’s recommendations and as per the

regulations in vogue and other terms & conditions for project to be executed operated and

maintained on BOOT basis.

Page 6: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

5

8. The interested parties can obtain a copy of RFP document from the office of Chief

Executive Officer Patnitop Development Authority (PDA) Kud, Udhampur against a non-

refundable payment of Rs. 25000.00 on any working day from 20.12.2015 during office

hours. The bidders are required to satisfy themselves fully after carrying out a detailed study

about the economics of the project and should apply only after satisfying themselves.

9. Conditional offers shall out rightly be rejected. The CEO Patnitop Development Authority

(PDA) reserves the right to reject any offer or all offers without assigning any reasons

thereof.

10. Patnitop Development Authority (PDA) advises the bidders to carry out the feasibility study

( Technical and commercial) in their own interest before submitting the bid

The Offers complete in all respects as per RFP document along with earnest money of Rs. 25.00

lacs should reach the office of the undersigned by or before 21.01.2016.

Sd/-

Chief Executive Officer

Patnitop Development Authority (PDA)

Kud, District Udhampur (J&K) - 182142

Page 7: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

6

Patnitop Development Authority

Kud, Udhampur, Jammu

(CRITERIA FOR COMPETITIVE BIDDING)

DEVELOPMENT OF PASSENGER ROPEWAY FROM KUD TO SANGOTE VILLAGE

AND SANGOTE TO PATNITOP NEAR HOTEL VARDEN

DISTRICT UDHAMPUR J&K

ON

BUILT – OWN – OPERATE – TRANSFER (BOOT) Basis

On behalf of the Governor J&K State, Chief Executive Officer Patnitop Development Authority

Kud, Udhampur J&K India invites, Technical and Financial proposals (two Bid system) from the

Technically and financially sound parties, companies or consortiums for Design, Engineering,

Construction, Development, Finance, Operation & maintenance of Passenger Ropeway (A) From

Kud, near KM 99 of National Highway (NH1A) to Sangote village and (B) From Sangote to

Patnitop near Hotel Vardhan District Udhampur J&K on Build, Own, Operate and Transfer (BOOT)

basis for a specified Concession period.

a) RFP Document No PDA/Ropeway/BOOT-1 /2015

b) Name of Work Design, Engineering, Construction, Development,

Finance, Operation & maintenance of Passenger

Ropeway in two sections (A) From Kud, near KM 99

of National Highway (NH-1A) to Sangote village and

(B) From Sangote to Patnitop near Hotel Vardan

District Udhampur J&K India on Built, Own, Operate

and Transfer (BOOT) basis.

c) Earnest Money Deposit or

Bid Security Rs. 25.00 lacs. In the shape of DD drawn in favour of

Accounts Officer Patnitop Development Authority

payable at Udhampur J&K

d) Concession period 35 years. Extendable by additional 10 years subject to

agreement on revised terms between the

concessionaire and Patnitop Development authority

e) Sale of RFP Document From 20.12.2015 to20.01.2016

f) Pre-bid meeting A pre-bid meeting shall be held on 12.01.2016 in the

office of the Chief Executive Officer Patnitop

Development Authority Kud (J&K) to clarify, doubts if

any, with regard to the tender document/ tendering

conditions

f) Receipt of bids & venue Upto 14.00 hrs on 21.01.2016 Office the Chief Executive

Page 8: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

7

Officer Patnitop Development Authority Kud (J&K)

g) Date, Time & venue of

opening of bids

25.01.2016 at 2.00 PM in the Office of the Chief

Executive Officer Patnitop Development Authority Kud

(J&K)

2. To qualify for the award of the contract, the bidder or his JV partners or the bidding consortium

should fulfil the following qualification requirements

Item

No.

Qualification requirement Minimum Value

A Annual Financial Turnover* in any of the last five

financial years

Rs. 10.0 Crores

B Work Experience –

a. Must have successfully designed, installed and

commissioned at least two (02) Aerial Passenger

Ropeway Systems in last (05) years.

b. Operation and Maintenance Experience: -

Should have operated and maintained 1 passenger

ropeway systems for at least one year.

Note:-

Proof to be provided from the client for

successful operation and Maintenance of these

ropeways from the clients. The address of the

clients to be mentioned specifically.

c. Local partners or local associates, if engaged by the main

contractor for buildings, civil works for foundations,

structure works (for station buildings and ancillary

works) and assistance for erection of Plant and

Machinery including towers must possess the following

credentials:

i) Must be a registered firm with Central/State

Govt. To execute contracts.

ii) Must have attained a turnover of at least Rs.

02.00 crores during last three (03) years

exclusively for civil works.

iii) The contractor should possess the requisite

infrastructure required for project

implementation to the best satisfaction of the

Patnitop Development Authority / their

consultants

iv) The main bidder shall be responsible for the

performance, work and conduct of his local

associate/ subcontractors.

d. Solvancy Rs.05 Crore

Page 9: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

8

*The turnover of 10 Crores shall be considered on flowing basis.

Either the bidder, or the firms combining to make a JV or the consortium can combine to

make a turnover of 10 crores.

3. RFP Documents can be purchased from the office of Chief executive officer (PDA) on any

working day between 10.30 hrs and 16.30 hrs on payment of a non-refundable Amount of

Rs.25,000/- (Rupees Twenty Five Thousands only) cash payment from 20.12.2015 to

20.01.2016.

OR

RFP document can be downloaded from our website www.patnitop.nic.inwith an immediate

intimation to Patnitop Development Authority through email. In such case the cost of RFP

document i.e. Rs. 25,000/- shall have to be paid by the concerned party along with his bid

document in the same manner as indicated above without which the bid document cannot be

accepted. The intimation for down loaded document can be sent on following email ID:

[email protected]

4. The bids submitted by the bidders who do not meet the qualification requirements as required or

whose Bids (both technical and Price) are not valid and open for acceptance for a period less

than 6 months from the date of opening of RFP Documents, will be rejected.

5. Issue of RFP Documents to the bidder will not mean that the bidder is qualified for the Award

of the Contract. The bidders will be required to further fulfill the Qualification Criteria given in

the RFP Document before being considered eligible for the Award of Contract. No Condition /

Deviation which is either additional or in modification of the Proposal conditions shall be

included in the bid submitted by the bidder. If the bid contains any such conditions or deviations

from the tender conditions, the bid will be rejected. The bidders are however free to discuss any

deviations or conditions in the pre bid meeting. Patnitop Development Authority / their

consultants shall incorporate such deviations and conditions in the bidding document if found

feasible.

6. The bids not accompanied by valid bid security shall be rejected. Bids duly completed in all

respects along with the requisite amount of Bid Security shall be received on 21.01.2016 upto

2PM. These will be opened on 25.01.2016 or any other day convenient to management of

Patnitop Development Authority in the presence of the bidders or their authorized

representatives, who choose to be present in the office of CEO PDA, Kud. Technical bids so

opened will be evaluated by a panel of Technical experts before finalizing. Financial bids of

only such bidders shall be opened whose technical bids are found in order. The bidders who

qualify for opening of financial bid shall be intimated about the date and time of opening of

financial bid.

7. The Bid documents are not transferable. The bidders are required to put the tender in the Tender

Box personally or through their authorized representative. RFP Notice Number and name of

work shall be super scribed on the sealed envelopes.

8. In case the date of opening of the bids as mentioned above is declared to be a holiday or the

office of the CEO PDA cannot open due to any reason on that day, the bids shall be received

and opened on the next working day at the same time and venue.

Page 10: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

9

9. A pre-bid meeting shall be held in the office Chief Executive Officer Patnitop Development

Authority Kud, Udhampur (J&K), India on 12.01.2016 at 2.00 PM hours for clarification of

any doubt on any condition of RFP document. For this reason queries, if any, must be sent to

the office of Chief Executive Officer Patnitop Development Authority by or before Pre bid

meeting.

Sd/-

Chief Executive Officer

Patnitop Development Authority

Page 11: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

10

About this RFP

The information contained in this Request for Proposal (RFP) is being issued to Bidders by

Patnitop Development Authority, to enable them to understand the basic parameters of the proposed

project. The bidder in their own interest is advised to analyze and evaluate all the pros and cons of

participation in the bid and subsequent award of contract if selected. PDA cannot be held

responsible due to any account or due to the preliminary information being provided in the RFP

document.

The RFP document is not an agreement. The purpose of this document is to provide interested

parties with information to assist the formulation of their bid.

PDA, their employees and advisors make no representation or warranty and shall incur no liability

under any law, statute, rules or regulations as to the accuracy, reliability or completeness of the RFP

document.

**********

Page 12: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

11

SECTION II PREILIMINARY PROJECT INFORMATION REPORT

INTRODUCTION

The Department of Tourism, Government of Jammu and Kashmir propose to develop

a scenic spot in or around Patnitop area as a place of tourist interest by constructing a

passenger aerial ropeway. Patnitop is a popular hill resort located at a distance of

110Kms form Jammu, at an altitude of 2024 meters. The hill top is a plateau covered

with deodar forest. It is located on the Jammu-Srinagar National Highway and offers

beautiful picnic spots and breathtaking views of the mountain scape of Chenab Basin.

During winters this resort is generally covered with a thick mantle of snow providing

opportunities of various snow games including skiing. There are large number of

Huts, Tourist Bungalows and Hotels to provide accommodation to the tourists.

Patnitop is visited by tourists round the year in summer as well as winter. The

proposed ropeway will thus provide considerable impetus to the tourist importance of

the resort.

With the purpose of selecting a suitable location for construction of proposed

Ropeway, several visits have been made by the consultants and authorities. After

several visits to the site by the Consultants and a detailed survey conducted by a team

of surveyors, four alternative routes and alignments were selected for consideration

and analysis. After joint inspection with the Chief Executive Officer, PDA and the

Consultants and detailed discussions it was unanimously agreed that a suitable

alignment for the proposed ropeway should inter satisfy the following criterion.

The proposed ropeway and the associated commercial facilities are to be

constructed on BOOT basis and as such this project has to be commercially

Page 13: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

12

viable. If the location of the ropeway is such that it has very little or uncertain

commercial potential this project will not be able to attract good investors.

For a ropeway location to be popular with the tourists so as to ensure good

commercial return it will have satisfy the following minimum requirements. It

should be easily approachable from Jammu – Srinagar highway.

The base terminal or originating point where people will board. De-board the

ropeway cars should preferably be located near Jammu- Srinagar highway. This will

be the originating point of the ropeway where major commercial facilities will be

provided for the tourists. When during winter season Patnitop is covered with snow

this provide an added attraction to the tourists, as they could park their vehicles at the

base terminal and go to Patnitop enjoy the snow covered hilltop. This will

incidentally avoid congestion at Patnitop which is likely to take place if the base

terminal is located on Patnitop. This ropeway can be used by tourists who want to

visit Patnitop or even stay there of the night, as well as by tourists who reach Patnitop

direct with the purpose of staying there for few days.

In order to preserve the natural environment and beauty of Patnitop it is

considered advisable that the base terminal of the ropeway, where main commercial

facilities are to be provided is not located at Patnitop. At the upper terminal of the

ropeway to be located at Patnitop only bare minimum commercial facilities should be

provided so as to avoid congesting the hill top area.

It is therefore, decided to formulate a project proposal, which should be

technically feasible and not only economically viable but also profitable.

Page 14: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

13

SITE SURVEY AND SELECTION OF ALIGNMENT

A survey has been undertaken to determine the most suitable location for the

proposed of ropeway and the tourist facilities required. After an extensive survey of

the area around Patnitop and Kud, it was considered that it will be beneficial to locate

the base terminal of the ropeway and develop the necessary facilities in an area in the

vicinity of Kud, easily approachable from Jammu – Srinagar National Highway. Kud

is a small township at a distance of 103 Kms from Jammu on Jammu on Jammu-

Srinagar National Highway (NH1A) at an altitude of 1738 meters accommodations

are available here at the tourists Bungalow of the Tourism Development Corporation

of Jammu and Kashmir state and several private hotels. In this area several locations

with sufficient land area are available for establishing the base terminal of the

ropeway and the commercial facilities required. Considering the need of extending

the benefits of this development project to the inhabitants of the local area and

selecting a good location of the upper terminal station at Patnitop several routes were

identified. Considering the advantages/disadvantages of different locations four

alternatives were selected .The drawings of the alternatives routes are annexed at the

end of this Document.

The project report is based on the feasibility report that included

recommendation for a monocable fixed grip pulsed gondola ropeway system for

section 1st and monocable detachable system for section 2

nd to be located on the south

side of Patnitop starting from a site at KM 99 on Jammu- Srinagar National Highway

at the approach of Kud town while coming from Jammu side. This proposal will be

really attractive for the tourists as well as for any investor.

After study and joint inspections of the area at the approach of Kud town from

Jammu side, near the multiple road bends, it was found that the base terminal of the

Page 15: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

14

proposed aerial ropeway could be excellently located near km99 on the national

highway itself. From this starting point the ropeway will descend upto the foothill of

the ridge between the base point and Patnitop after crossing a hill stream. An

intermediate station of the ropeway will be established at his point near village

Sangote. From here the ropeway will proceed ultimately to the upper terminal station

at Patnitop.

Considering the type of terrain and the alignment required to be followed by

the ropeway the installation of the ropeway will have to be planned in two sections

i.e. one section from the base terminal to the intermediate station and other section

from there to the upper terminal point.

Moreover, so as to make the Kud/Patnitop development project attractive for

the tourists viz Vaishno Devi visitors, people visiting Srinagar and local population

including the armed forces personnel and their families living in Jammu, Udhampur

and Srinagar the planning of the tourists facilities can include other recreational

activities, children amusements, gaming zones, water fountains, small pond/lake park

with restaurant snack bars and gift shops etc. at the intermediate station. The

promoter/ Investor would like to develop at all the terminals of the ropeway micro-

multiple facility joints for refreshment, minor amusements for children and fast food

shops restaurants. The detailed facilities/activities shall be discussed with Patnitop

Development Authority once the work for installation of ropeway is awarded.

In a nutshell the objective behind the present project report is that the PDA is

able to plan attractive tourist spots for the travellers and tourists, which should at the

same time offer a profitable preposition for the promoter/ Investor. One must

conceive a practical plan on the lines of such development schemes promoted in

Switzerland, Austria or Germany.Utmost care has to be exercised to preserve the

Page 16: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

15

nature’s gift to Patnitop area and not to spoil the ecology of the area. The details have

been provided in this document to enable any ropeway investor/ promoter to arrive at

a decision for setting up a most suitable and economically viable ropeway system

conforming to international standards. The tourist flow data of Patnitop is annexed

with this document.

Route Alignment Recommended:

After considering the merits and demerits of the four alternative alignments, it

was considered that the most suitable alignment from technical and economic aspects

would be alternative -IV. This alternative will serve the area of Sangote Village,

where adequate area of land available will also permit various recreational and

commercial facilities to be provided which will make the project more attractive to

the tourists. The main consideration in favour of this alternative was the advisability

of having the starting point of the ropeway as near Kud town as possible. In case of

this alternative the length of the ropeway from the starting point to the intermediate

station near village Sangote will be slightly longer than in case of alternative I and the

descent from the starting point to the intermediate station will be 251 m instead of

179m as in case of alternative 1. The length between the starting point to the

intermediate point will be 1264m (approx.). This alignment will ensure that the

location of the starting point of the ropeway will be at a more prominent location and

will be more attractive to the tourists, also this alignment will enable the ropeway to

pass via an area where considerable future development is going to take place. This

was considered necessary, as the proposal of the ropeway is not only to provide a

means of transportation to Patnitop but also provide tourists complexes of

considerable interest, so that the whole project becomes financially viable.

On the basis of the preliminary study of the area, the technical features of the

ropeway system proposed and the future activities proposed, the route alignment

Page 17: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

16

chosen will have two sections of ropeways one form the starting point “A” near

KM99 on Jammu – Srinagar National Highway to Point “B” near Sangote Village i.e.

a fall of 251m at point “B” the ropeway will turn through an angle of about 1300 and

proceed towards Patnitop where the upper terminal station (Pint C) will be located

near Hotel Vardhan. The drawings of the alignments are annexed at the back of this

document.

The salient features of Terminal Points :

1. Lower Terminal Point (LTP):-

The starting point of the ropeway is just adjacent to NH 1A and is easily

accessible.

Land measuring 20 Kanals – 07 Marlas at this point stands already

Acquired to PDA. Piece of land is suitable for construction of terminal

station and related infrastructure.

In addition to the land required for construction of ropeway terminal,

enough land for parking is also available.

Page 18: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

17

2. Intermediate Terminal:-

Intermediate terminal at village Sangote shall house the Drive stations of

both the sections.

Enough land measuring 101 Kanals – 16 Marlas already transferred to

PDA is available for construction of Terminal building and related

infrastructure.

The extra recreational activities can be proposed at this location.

Page 19: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

18

3. Upper Terminal Point (UTP):-

The UTP is located near Hotel Vardhan Patnitop and shall house the

return station of Section 2.

The land measuring 09 Kanals - 01 Marla is available for construction of

terminal building and related infrastructure.

The scenic view of whole valley from this point is breathtaking.

Climatic features:-

Patnitop is located at an altitude of 2060 Meters from MSL and climate varies from

sub-montane to cool bracing temperatures.

Temperature:-

Temperature varies from -10 deg C to 35 deg. C

Humidity:-

Humidity varies from 30% - 90 %

Rain fall:-

Average rainfall is 650mm -750 mm per annum

Page 20: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

19

Snow fall:- It normally varies from 10-13 feet per annum

Seismic factors:-

Ropeway works will be located in Zone IV as per IS 1893/1984

ANALYSIS OF ROPEWAY SYSTEMS AND SPECIFICATIONS

Aerial ropeway Over view:-

Aerial Ropeway systems are used to transport goods as well as passengers where

conventional machines cannot be used due to inaccessible terrain or where high

investments for the construction of streets and railway can be reduced. Ropeways are

also constructed for summer and winter related tourism activities where people are

carried to higher reaches. Ropeway systems are capable of overcoming large

distances and major obstacles -

Including topographically demanding terrain. There can be no doubt that in modern

world the ropeway systems have become major tourist attractions at different tourist

destinations all across the Globe. The modern ropeway systems are eco friendly,

safest and reliable means of urban transport with following advantages.

Most Energy Efficient

Low Land Requirement.

High gradebility.

Low Power Requirement

Pollution Free

Types of Aerial ropeways:-

Ropeways are broadly classified as

Page 21: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

20

1. Monocable ropeway System:-

A mono cable Ropeway system comprises basically an endless rope which

acts both as the carrying as well as haulage rope to which a number of

carriages are attached at regular intervals. These carriages / cabins circulate

around the close system by continuous carrying cum haulage rope.

2. Fixed grip System

In Case of fixed grip type monocable ropeway, the carriages/ cabins are fixed

to the rope and do not disengage during boarding de-boarding operation.

Page 22: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

21

3. Detachable grip System

In detachable mono cable ropeway the carriages are automatically detached

from main rope and are transported on the rails at the stations for easy

boarding/ de-boarding of passengers.

4. Jig back System:-

It is possible to combine the characteristics of a monocable system and Jig

back system. Such a system has a single carrying-cum haulage rope to which

one or a group of cabins are attached in either direction. The attachment is

made on diametrically opposite sides of carrying-cum haulage rope. This can

be a bicable system also as in the figure above

Page 23: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

22

5. Pulsated Gondola system:-

When a cluster of gondolas are placed together and the system requires an

intermediate stoppage a pulsated system is used. In this system the system

follows the fixed grip arrangement coupled with characteristics of a jig back

system with regards to its boarding/ deboarding.

6. Bi-cable ropeways:-

This ropeway system basically consists of two stationary carrying track

ropes with connecting rails and a single endless haulage rope. The support

cables are usually terminated at two end terminals with one end provided with

a counter weight/ Hydraulic tension unit for extension and contraction. A

Page 24: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

23

number of carriages/cabins are automatically coupled to or uncoupled from the

haulage rope at the station and are transported on the rails for easy

boarding/de-boarding of the passenger

Page 25: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

24

CHOICE OF ROPEWAY SYSTEM

Considering the aspect of Geography, tourist flow and the cost involved it is felt that

following systems shall be suitable for this project.

Section I From 99km of NH1A to Village Sangote: - System proposed, Pulsated

Gondola System

System operation (Pulsated gondola system):

A pulse Gondola is a technology containing elements of fixed grip chairlifts and

detachable grip gondolas. The cabins are attached to a single continuous haul rope

that circulates between the two end terminals. The cabins are attached to the haul

rope with fixed grips, however instead of being equally spaced along the line, the

cabins are grouped in clusters and then the clusters are spaced at equal intervals along

the line. As a cluster of cabins enters either of the terminals, the haul rope speed

slows to 0.1metre per second to facilitate loading and unloading. Once the last

gondola in the cluster departs the station, the rope speed automatically increases to a

maximum speed of 5.0 meter per second. The rope speed slows down again as the

next cluster enters either of the terminals. It is this speeding up and slowing down of

the haul rope that the term “pulse” refers to.

Section II: From Sangote Village to Patnitop near Hotel Vardhan. Proposed system

Monocable Detachable Gondola System:

System Operation:

Operation cycle of the Monocable Detachable system is described below

a. The ropeway stations i.e. Tension and Drive are connected by an endless

haulage rope through Drive / Return sheaves followed by different sheaves

batteries placed on the trestles. The trestles will be placed at designed distance

along with the ropeway alignment.

Page 26: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

25

b. Each gondola will be fixed to the rope at a predetermined equal spacing along

the entire ropeway length.

c. The haulage rope along with different gondolas moves continuously in a

particular direction at a specified speed.

d. On approaching a particular station i.e. either tension or drive the gondola

detaches from the rope by a mechanism.

e. After detachment the gondola de-accelerates by a tyre mechanism and moves

on the curved rail inside the station with a speed of 0.5m/sec by a chain

arrangement / tyre arrangement.

f. During this period the door of the gondolas will be opened for de boarding and

corresponding boarding.

g. Once boarding is over the door of the gondola will be closed.

h. By some another mechanism the speed of the gondola accelerates and matches

with the rope speed. Once it is done the gondola is then allowed to attach with

the haulage rope.

i. The gondola then moves out from the station and moves towards other station.

j. Every after given spacing one gondola enters and leaves the station by

following the above (d-i) method

This is the way a gondola will travel from lower terminal and upper terminal

and vice versa.

Page 27: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

26

Technical Specifications:

Particulars Section I Section II

System Monocablefixed grip

pulsated Gondola system

Monocable detachable

Gondola System

Length of track (inclined) 1264M 2618M

Vertical Rise 251M 653M

Alignment Straight Straight

Ambient temperature -10ºC to 35ºC -10ºC to 35ºC

Passenger carrying Capacity (each way) 400 initial 600 final PPH 400 initial 600 final PPH

No of cabins

06 seater 06 seater

Type of cabin Enclosed, fully

ventilated, glazed and

with automatic door

opening/closing

mechanism

Enclosed, fully

ventilated, glazed and

with automatic door

opening/closing

mechanism

Service/ maintenance cabin 01 01

Speed Variable 0-4m/sec Variable 0-5m/sec

Line speed with diesel engine 0.5-1 m/sec 0.5-1 m/sec

Drive station Sangote Sangote

Return Station Kud on KM 99 of NH1A Patnitop near Hotel

Vardhan

Tensioning Hydraulic tensioning

equipment combined

with drive

Hydraulic

Tower sheaves Aluminum casted with

rubber liners

Aluminum casted with

rubber liners

Factor of safety 05 05

Type of grip Fixed Detachable

Braking System 1. Service brake

2. Emergency brake

on main driving

sheave

3. Electric stop

1. Service brake

2. Emergency brake

on main driving

sheave.

3. Electric stop

Power supply parameters at LTP 415 V, 50 cycles ,3phase

to be supplied by

J&KPDD

415 V, 50 cycles ,3phase

to be supplied by

J&KPDD

Relevant Standard European/American/Can

adian standard code for

ropeways

European/American/Cana

dian standard code for

ropeways

Page 28: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

27

During designing of the system and if required the length and vertical rise can vary

upto ±5% only. PDA/Consultants have to approve these variations.

Capacity:

The Ropeway shall be designed for 600PPH capacity however initially it shall run at

400PPH . The final capacity shall be arrived by increasing the number of cabins only

in future.

Rescue system:

The rope way system is provided with three alternatives for its operation.

1. Electricity through Power Development Department (P.D.D).

2. Electricity through stand by DG. Set.

3. Stand by Diesel Engine directly coupled with the drive mechanism. This

system comes into play when a fault erupts in the system & cannot be rectified

immediately. The stranded passengers are brought back to stations at a very

low speed.

In case the fault is of serious nature & none of the above options are available,

a vertical rescue arrangement shall evacuate the stranded passenger by using

ropes safety belts etc.

Page 29: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

28

COST OF THE PROJECT

1. Complete ropeway system fully imported

conforming to European standard.

Turnkey job

( Section 1 and Section 2)

Rs 60.00 Crores

( Approximately)

Completion period: - 24 Months after award of contract

Page 30: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

29

SECTION-III

INSTRUCTIONS TO BIDDERS

1. PROJECT PROPOSAL:

The scope of project is designing, financing, construction, commissioning, management,

operation and maintenance of a ropeway in two sections (A) From Kud, near KM 99 of

National Highway (NH1A) to Sangote village and (B) From Sangote to Patnitop near Hotel

Vardan District Udhampur J&K on Build, Own, Operate and Transfer (BOOT) basis during

the concession period in accordance with the terms and conditions as described in this RFP

document as well as concession agreement document to be signed between the Concessioning

Authority and BOOT operator. The concession period will be 35 years extendable by

additional 10 years subject to agreement on revised terms and conditions which shall include

enhancement of MGA and rentals of land.

The project would be transferred to Concessioning Authority after the expiry of Concession

Period at nil cost. The bidder is expected to submit a detailed technical proposal as technical

bid. The salient features of the proposed project are provided to bidder along-with this

document for reference only.

1.1 Bidders should offer

1.1.1 Ropeway

The Ropeway system should be an Imported. The system shall be preferred in order as follows

1. Imported as per European/Canadian /American code.

Note:- No Indigenous system shall be accepted.

The selected system & design shall be subject to clearance from PDA/Consultants

The Technical specifications are already indicated in the previous chapter

“Choice of Ropeway System”.

Note: Operation and maintenance of ropeway system shall be carried out in accordance with the

recommendation of manufacturer of the equipment and as per relevant codes of practice.

However bidder(s) are requested to submit a technical plan as a part of technical bid.

1.1.2 Associated amenities:

The developer shall also develop & maintain the following associated facilities / public

amenities for user convenience: -

Waiting rooms / places, Covered Queuing Areas at both UTP and LTP

Well maintained Public Toilets and 1st aid room at both stations

Page 31: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

30

1.1.3 Area Management Plan / Land use plan:

Area Management Plan in Project Area: The bidder shall be responsible for general upkeep of

the Project Area. The broad activities to be taken as part of area management shall include

solid waste management, liquid waste management, provision of public conveniences and

utilities such as toilets, etc. Following activities shall form part of Area Management Plan, to

be submitted by the Bidder, in the Technical Bid henceforth termed as Project Area

Management Plan.

Provision of utilities and public convenience facilities within the Project Site

Provision of drainage system in the project influence area.

Maintenance of the project influence area (Lower Terminal, Right of Way, Upper

Terminal, intermediate terminal) by way of landscaping, laying of paths etc development

of parks etc.

The bidder shall submit a detail Area Management Plan as part of its Technical bid.

2. BIDDER’S RESPONSIBILITY FOR THE DATA:

2.1 While preparing the Technical and Financial Bids, the bidder shall consider the

information provided in this RFP, for guidance and for better understanding of subject.

The site details of the Project, given in this RFP document are based on the instrument

surveys by Concessioning Authority. However, Bidders shall be wholly responsible for

all the details of its Bid, the physical and site conditions, the execution methodology, etc.

2.2 Bidder is advised to carry out necessary technical survey, field investigations, market&

demand assessment, etc at his own cost and risk before submitting the Technical and

Financial Bid.

2.3 SITE VISIT:

The bidder is advised to visit and examine the site of works and its surroundings and

obtain for himself on his own responsibility all information that may be necessary for

preparing the bid and entering into the contract. The cost of any such visits shall be

entirely at the bidder’s own expense. The bidders are requested to satisfy themselves

regarding the availability of water, requirement of electricity and arrangement of stable

power requirements at LTP, IS& UTP, nature and location of work, the confirmation of

the ground, the character, quality and quantity of the materials, the character of

equipment and facilities needed during the progress of the works, law and order

situation, hindrances or the general and local conditions, the labour conditions prevailing

therein and all other matters which can in any way affect the works under the contract.

The contractor will be fully responsible for considering the financial effect of any or all

of the above factors in his rates. No compensation will be given on account of ignorance

of any of the factors during execution of the works.

Page 32: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

31

3. TERMINOLOGY / DEFINITIONS:

3.1 Throughout the RFP document, unless indicated otherwise by the context, the terms bid,

proposal tender and their derivatives (Bidder / Proposer / Tenderer, Bidding/ Proposing /

Tendering), and so on are synonymous; and day means calendar day, week means

calendar week, month means calendar month, and so on; and the singular also means

plural.

3.2 MGA means minimum guaranteed Amount in terms of percentage of revenue per year

generated from the ticket sale from the date of commercial operation of the project.

3.3 Land rental charges mean the rent per year for the land to be rented to successful bidder

by PDA. The rent for entire concession period to be indicated on yearly basis for 35

years.

3.4 Word ‘Bidder’ means:-

A. Ropeway Company having adequate financial and technical standings and fulfilling the

eligible criteria as given in this RFP document.

B. A financially sound party having a technical collaboration with the reputed and

experienced Ropeway Company matching technical eligibility criteria as given in the

RFP document.

C. In order to accomplish a comprehensive, expeditious and fair solicitation process,

Bidders are advised to review the contents of RFP carefully and seek clarification if any.

Bidders may obtain clarifications from the office of Chief Executive Officer Patnitop

Development Authority Kud, District Udhampur on the day of pre bid meeting.

4. AMENDMENT OF RFP DOCUMENT:

4.1 At any time prior to the deadline for submission of Bid, Concessioning Authority may,

for any reason, whether at its own initiative or in response to clarifications requested by

any Bidder, modify the RFP Document by the issuance of Addenda. Any Addenda shall

be considered part of the bidding documents. Concessioning Authority will conduct a

pre-bid meeting at Office of the Chief Excretive Officer Patnitop Development

Authority Kud, Udhampur J&K on 19.01.2016. Any Addendum thus issued will be sent

in writing to all those who have purchased the Bid Document. Those who shall down

load the document shall inform their contact details to the Office of the Chief Excretive

Officer Patnitop Development Authority Kud, Udhampur by email on following ID so

that they are informed about the addenda/ corrigendum if any issued there

[email protected]

4.2 In order to allow the Bidders a reasonable time in which to take an Addendum into

account, or for any other reason, Concessioning Authority may, at its discretion, extend

the Bid Submission date.

Page 33: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

32

5. CONSTITUTION OF BIDDERS:

5.1 The Bidder may be a single legal entity or a group of legal entities (Registered Joint

Ventures/ Consortium.), coming together to implement the Project. The term Bidder

used hereinafter would therefore apply to a single entity and a JV / Consortium as well.

5.2 The Bid Document must be purchased by the Bidder itself or any member of the

Consortium submitting the Bid.

5.3 An individual Bidder cannot at the same time be member of a Consortium applying for

this Project. Further, a member of a particular Consortium cannot be member of any

other Consortium applying for this Project;

5.4 Any entity which has been barred by State Govt. of J&K, Govt. of India or any other

state agencies or Concessioning Authority from participating in any projects (BOOT or

otherwise) and the bar exists as on the Bid date, would not be eligible to submit any Bid,

either individually or as member of a Consortium.

5.5 Number of Bids: Each Bidder shall submit only one (1) Bid, in response to this RFP.

Any Bidder, which submits or participates in more than one Bid will be disqualified and

will also cause the disqualification of the Consortium of which it is a member.

5.6 Any firm participating in this bidding process will be ineligible for being hired by the

Concessioning Authority as Independent Engineer or in any other capacity that require

neutral, unbiased opinions or judgments on this project.

5.7 Bidders shall provide evidence of their eligibility, as given in section below, in a manner

that is satisfactory to Concessioning Authority. A Bidder may be disqualified if it is

determined by Concessioning Authority, at any stage of bidding process, that the Bidder

will be unable to fulfill the requirements of the Project or fails to continue to satisfy the

qualifying criteria. Supplementary information or documentation regarding

qualifications may be sought from the Bidders at any time and must be so provided

within a reasonable time frame stipulated.

5.8 Joint Ventures (JV) / Consortiums;

Bids submitted by a JV consortium / company of two or more persons, as partners shall

comply with the following requirements as per Annexure– 10:

(a) Shareholding commitment(s) in accordance with of the RFP Document, which would enter

into the Concession Agreement and subsequently carry out all the responsibilities as

Concessionaire in terms of the Concession Agreement, in case the Concession to

undertake the Project is awarded to the JV/Consortium.

(b) The JV Agreement shall state clearly the responsibilities proposed to be shared among the

members of consortium during project execution and implementation.

(c) The Lead Member shall be authorized by all members of the Consortium to incur

liabilities and receive instructions for an on behalf of any and all members of the Joint

Page 34: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

33

Ventures / Consortium and the entire execution of the Agreement, including payments,

shall be done exclusively by the Lead member.

(d) All members of the Joint Ventures / Consortium shall be jointly and severally liable for the

execution of the Agreement in accordance with its terms & conditions, and a statement to

this effect shall be included in the Authorization mentioned above and shall be agreed to in

the other Contracts, to be entered between the Bidder and other Contractors / sub-

Contractors, Agents, should the Bidder be selected.

(e) Notwithstanding anything state in Clause below, the lead member of the JV / Consortium

shall be responsible for all the liabilities arising under or pursuant to the Concession

Agreement.

5.9 The member of the JV cannot be replaced till one year of commencement of commercial

operations. Thereafter, contracting parties can be changed with prior permission of

Concessioning Authority, with the new members of the JV taking the obligations and residual

liabilities of the Concession Agreement in continuation. Change in the composition of a

Consortium may be permitted by Concessioning Authority only where:

(a) The modified Consortium would continue to meet the Qualification criteria for Bidders.

(b) The new member(s) expressly adopt(s) the Bid already made on behalf of the consortium

as if it were a party to it originally.

(c) The modified Consortium would be required to submit a revised Memorandum of

Understanding.

(d) Approval for change in the composition of a Consortium shall be at the sole discretion of

Concessioning Authority and must be approved by Concessioning Authority in writing.

6. POWER OF ATTORNEY:

6.1 Power of Attorney duly notarized and on a stamp paper of an appropriate value, issued and

signed by each member of the bidding consortium / JV, appointing the lead member to act on

its behalf in such capacity as its representative for the implementation of the Project by

Consortium / JV shall be submitted.

6.2 Power of Attorney, duly notarized and on a stamp paper of an appropriate value, issued and

signed by the lead member in favor of the specified person to act as the official representative

of the Consortium /JV for the purpose of signing documents, making corrections /

modifications and interacting with Concessioning Authority and acting as the contact person

shall be submitted.

7. SUBCONTRACTORS:

The Bidders shall provide, in the Technical Bid, the names and relevant experience of

subcontractors, agents, and agencies to be engaged for executing the construction and other

activities on behalf of bidding consortium

8.1. PRE-QUALIFICATION CRITERIA FOR BIDDER:

The objective of Pre-Qualification criteria is to ascertain the strengths of the sole

bidder/bidding consortium. Bidders would be evaluated against the following defined Pre-

Page 35: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

34

Qualification (Financial and Technical) criteria and those found to conform to the same would

be short-listed as pre-qualified and their respective Technical bids would be opened up.

8.1.1 Financial Criteria:

Annual Turnover of the lead firm (in the case of Consortium or Bidding Firm, as the case

may be) shall not be less than Rs. 10.00 Crore in any one of the last 5 years. The last five

completed financial years for all purpose shall be 2009-10, 2010-11, 2011-12, 2012-13,

2013-14 & 2014-15.

The lead firm (in the case of Consortium or Bidding Firm, as the case may be) will submit

a solvency Certificate of minimum solvency of Rs. 5.00 Crore from the Bank as per

Annexure 11

The bidder shall be a profit (Net) making firm and shall not have made losses in any of the

last 2 financial years or any 3 out of last 5 financial years. The bidder should submit attested

copies of auditor’s report along with audited balance sheet and profit and loss statement for

the last five financial years. In case the firm is profit making for the last three financial years

continuously, the bidder may submit above document for last three financial years only.

Even though the bidders meet the above qualifying criteria, they are liable to be disqualified

if they have:-

a) Made misleading or false representation in the forms, statements and attachments

submitted in proof of the qualification requirements.

b) Records of poor performance such as abandoning the work, not properly completing the

contract, inordinate delays in completion, litigation history or financial failures etc.

c) Their business banned by any Central/State Govt. Department/Public Sector

Undertakings or Enterprises of Central/State Govt. of any country.

d) Not submitted all the supporting documents or not furnished the relevant details as per

the prescribed format.

The detail working of the Turnover is to be submitted along with the Technical Proposal

(Part I). The above mentioned information is to be submitted in format as per Annexure 9

along with the Technical Proposal (Part-I).

8.1.2 Technical Experience:

The sole bidding firm / consortium/JV would be considered as meeting the Eligibility

Criteria for technical experience, if any firm of the Consortium, fulfils the following criteria

for technical experience:

Must have successfully designed, installed and commissioned at least two (02) Aerial

Passenger Ropeway Systems in last five (05) years, (proof to be provided along with

addresses of the clients).

The successful completion certificate / other relevant certificate(s) from client / concerned

authority should be submitted in support of the eligibility claims along with the Technical

Proposal (Part I). The abovementioned information is to be submitted in format as per

Annexure 7 along with the Technical Proposal (Part-I).

Page 36: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

35

8.1.3 Operational Experience:

The bidding firm / consortium or any member in the Consortium shall be meeting the

following eligibility criteria for operational experience:

Should have successfully operated and maintained at least one passenger ropeway

system for at least 01 year.

. The certificate(s) from client / authority should be submitted in support of the eligibility

claims along with the Technical Proposal (Part I).

The abovementioned information is to be submitted in format as per Annexure 8 along

with the technical bid (Part-I).

Or

8.2 The Bidding Firm, not able to meet Technical experience on its own, can become

eligible by fulfilling the following arrangements that contractually bring in the

required technical and operational experience, as under:

a. Bidding consortium shall enter into an Engineering, Procurement and Erection &

Commissioning Contract for Ropeway System, with the supplier meeting minimum

technical eligibility criteria as per clause 6.1. However an MOU with this technology

provider can be enclosed while submitting the bid, which is to be converted to an

agreement after finalization of the bid. The bidding firm is not permitted to change the

supplier after the submission of the bid.

b. The supplier selected above and responsible for Engineering, supply, erection and

commissioning of the Ropeway system shall train the staff of the bidder for Operation

and Maintenance of the Ropeway system. Bidder shall sign an Operation and

Maintenance support Contract for Ropeway System for a period of minimum 1-year

with a provision of quarterly visits by technical staff of the supplier meeting technical

eligibility criteria. However an MOU with this supplier can be enclosed while submitting

the bid, which is to be converted to an agreement after finalization of the bid. However,

the Ropeway Inspector of the State on behalf of the Concessioning Authority will pay

monthly visit for safe and secure operation of the Ropeway system.

9. BIDDER’S RESPONSIBILITY BEFORE BID SUBMISSION:

9.1 The Bidder shall ensure that the bid is complete in all respects and conforms to all

requirements indicated in the Bid Documents.

9.2 Bidders shall be wholly responsible for all the details of its Bid, the physical and site conditions,

the execution methodology, etc.

9.3 Bidder is advised to carry out necessary technical survey, field investigations, market & demand

assessment, etc at its own cost and risk before submitting the Technical and Financial Bid.

Page 37: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

36

9.4 Bid Preparation Cost: The Bidder shall be responsible for all of the costs associated with the

preparation of its Bid and its participation in the selection process. Concessioning Authority will

not be responsible or in any way liable for such costs, regardless of the conduct or outcome of

the selection process.

9.5 Familiarity with Clearances: The Bidder should be familiar with the clearances required from

various authorities to commence the work. A Bidder shall be deemed to have carried out

preliminary checks with relevant authorities. The Concessioning Authority has already obtained

the major clearances from state and central Government. The other clearance if any required

shall be the responsibility of the successful bidder. PDA will help in getting the project cleared

from various authorities in the State/Central Government.

9.6 It would be deemed that by submitting the Bid, Bidder has:

a. Made a complete and careful examination of the Bid Document

b. Received all relevant information requested from Concessioning Authority. Concessioning

Authority shall not be liable for any mistake or error on the part of the Bidder in respect of

the above.

10. LANGUAGE OF BID:

The Technical and Financial Bid, and all correspondence and documents related to the Bid

exchanged by the Bidder and Concessioning Authority shall be written in the English

language. Supporting documents and printed literature furnished by the Bidder may be in

another language provided they are accompanied by an accurate English translation of the

relevant passages, in which case for purpose of interpretation of the bid, the English

translation shall prevail. Any material that is submitted in a language other than English, and

which is not translated into English, will not be considered.

11. CURRENCIES OF BID AND PAYMENT:

All Financial Bids shall be in Indian Rupees only.

12. VALIDITY OF BIDS:

12.1 The Bids submitted shall remain valid for 180 days from the date of submission.

12.2 In exceptional circumstances, Concessioning Authority may request the Bidders to extend the

period of validity for a specified additional period. The request and the Bidders response shall

be made in writing. Bidder may refuse the request without forfeiting its bid security. Bidder

agreeing to the request will not be required or permitted to modify its Financial Bid, but will

be required to extend the validity of the bid security for the period of extension.

13. BID SECURITY:

13.1 The Bidders shall furnish Bid Security along with the Technical Proposal in Part 1, a Bid

security amounting to Rs. 25.00 Lacs.

Page 38: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

37

13.2 Bid security shall be in the form of crossed Demand draft or pay order from a scheduled

Commercial bank in India in favour of Accounts Officer Patnitop Development Authority

Payable at Udhampur. The amount of Bid Security shall be converted into the Fixed Deposit

in J&K Bank Ltd. the FDR along with the interest acquired shall be released in favour of

bidder at appropriate time as mentioned in foregoing paras.

13.3 Concessioning Authority shall reject any bid not accompanied by an acceptable Bid Security

in the manner stated above as non-responsive. The Bid Security of a joint venture must be in

the name of the joint venture submitting the Bid.

13.4 The Bid Security will stand forfeited if:

a) Bids are withdrawn within the validity period.

b) Failure to sign Concession Agreement, in case of Preferred Bidders.

13.5 The Bid Security of the unsuccessful bidder shall be refunded within 30 days after issuance of

LOI in favour of successful bidder.

13.6 The Bid Security of the successful bidder will be retained as a part of performance security

during construction period. This Bid Security will be refunded after commissioning of

Ropeway and in case taken as part of Performance Guarantee it will be refunded after two

years of successful commissioning and commercial operation of the project.

14. Project Development Success Fee:

The successful bidder shall have to pay a non-refundable Project Development Success Fee of

Rs. 15.00 Lacs in the shape of Demand Draft drawn in favour of Accounts Officer Patnitop

Development Authority payable at Kud/Udhampur at the time of singing of Concession

Agreement. This fee covers the cost incurred by PDA for surveying, clearances, preparation of

reports (Technical), preparation of bid document, publication of bid document and other

preliminary expenses.

15. SEALING & MARKING OF BID:

15.1 Technical Bid

Each bidder will be required to submit a Technical Bid to Concessioning Authority. Technical

Bids that are responsive will be evaluated further. The bid that is not responsive with the

requirements will be rejected and the Bidder will be precluded from any further participation in

the bidding process. Responsiveness with the Technical Bid requirement is defined in Clause 23

of this section of RFP.

15.1.2 Technical submissions should be in two separate parts as indicated here below. The

responsiveness of the Technical bid would be assessed based on Responsiveness criteria

followed by a step-wise evaluation procedure indicated in Clause 23 of this Section.

(a) Part 1: Documents fulfilling Responsiveness requirements

(b) Part 2: Project proposal comprising of Project Development Plan.

15.1.3 The Technical submission shall contain the following documents:

Part 1:

a) Covering Letter (as per RFP document)

b) Checklist of enclosed documents (as per RFP document)

Page 39: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

38

c) Power of Attorney for the Lead Member (as per RFP document)

f) Power of Attorney for an authorized person in Lead Member Firm (Annexure 5)

g) Joint Venture Agreement

h) Capability Statements along with Audited Annual Reports, comprising of Balance Sheet

and Profit & Loss Account, of the lead firm, for the last Two years (Annexure 7, 8 & 9).

Part 2:

Project Development plan:

Bidder shall submit detailed Project Development Plan in the Technical Proposal. The project

development Plan shall comprise following:-

a. Requirement of Land for total project including ROW (Right of way), IS, UTP, LTP,

associated amenities etc.

b. System offered indicating salient features of project.

c. Quality Assurance Program for design, manufacture, installation, operation and

maintenance of ropeway system.

d. Implementation schedule for the project.

f. Operation and Maintenance (O&M) Plan:

This shall include approach and methodology to be adopted by the Bidder in Operation

and Maintenance Period.

The O&M plan shall have details of the staff.

Details shall be provided separately for technical (Maintenance, operation, supervision,

etc.) and non-technical (ticketing, accounting, stores, security, etc.) staff.

Details relating to Inspection tests, routine tests and Periodic tests

Operating Guidelines for Ropeway system

g. The Alignment drawings, tourist arrival data provided at the back of this RFP and land

measurement details needs to be considered while preparing the project development plan.

15.1.4 Bidders shall prepare and submit, on or before the date and time, one (1) original and one (1)

copy of both Parts of the Technical Bids. The submissions must include all documents as

specified in this RFP document.

15.1.5 The Bidder shall seal the original and copy of Part 1 and Part 2 of the Bid in separate

envelopes duly marking the envelopes as ORIGINAL and COPIES of Technical Bid as

applicable. The envelopes shall then be sealed in an outer envelope duly labeled as

TECHNICAL BID.

16. FINANCIAL BID GUIDELINES:

16.1 General: The Bidder shall prepare the Financial Bid based on the Project Development

Plan submitted in Technical Bid. The Financial Bid shall be prepared in a manner that is

consistent with the formats and requirements delineated in the section of RFP.

Page 40: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

39

16.2 Inputs for Financial Bid: The Financial Bid shall be prepared considering the following:

(a) Project Implementation Program:

The Project Construction Schedule shall not exceed 24 months.

Concession period is inclusive of construction period

(b) Project Costing:

The bidders are advised to consider the following components while computing the Project

Cost:

Development cost of entire project including but not limited to construction,

equipment, installation cost, manpower, administration cost, etc.

MGA to be paid to the Concessioning Authority long with land rental.

Project Development Success Fees as per requirement.

Cost of Independent Engineer, Independent Auditor and Ropeway Inspector to be

appointed by Concessioning Authority

(c) Tariff Structure:

Bidder is free to decide upon the tariff structure for Ropeway considering the market

acceptability and J&K Ropeways Act.

16.3 Submission of Financial Bid:

(a) Bid Variable:

The bid variable is the Minimum Guaranteed Amount (MGA) to Concessioning

Authority in year 1 and the subsequent years not below 5% of the revenue generated

per year and the rent for land as per the schedule of land rental quoted by bidder as per

Annexure 6 of this RFP document.

(b) Financial Bid Format:

Bidders are required to offer their best quotes in terms of Minimum Guaranteed

Amount (MGA) payable to Concessioning Authority annually and also the rent of land

per Kanal/ year for the full concession period. The format of financial bid submission

is given in Annexure 6.

16.3.1 Financial Bid:

Financial Bid must be submitted to Concessioning Authority in a manner specified in this RFP

document (Annexure 6). The Financial bids will be held in the safe custody with

Concessioning Authority until Technical Bids are evaluated completely. For analysis the

bidders are requested to indicate total Investment proposed and tariff from passengers.

The minimum percentage of bids have been fixed at 5% of revenue and any bid below

5% of the revenue will be rejected.

16.3.2 Submission along with Financial Bid:

The other submissions accompanying the Financial Bid are given below Bidder shall also

submit the cost and revenue estimates for the concession period. The submission(s) to include:

a) Tourist Demand Estimate;

b) Tariff structure for Ropeway;

c) Revenue estimates for each year during Concession Period;

Page 41: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

40

d) Cost estimates providing total project cost and break-up of initial construction cost of each

project component, financing cost interest during construction and other overheads;

e) Estimates for Operation & Maintenance costs for each year during Concession period;

f) Financing Plan for the project indicating sources of funding;

16.3.3 Bidders shall prepare and submit one (1) original of the Financial Bid along with the

Technical Bid. No copies of the Financial Bid are required to be submitted. The Bidder shall

seal the Financial Bid in an envelope, duly marked as FINANCIAL BID.

16.3.4 Bidder shall seal both the envelopes in an outer envelope duly marked: -

TECHNICAL & FINANCIAL BID FOR ROPEWAY PROJECT (A) From Kud, near KM 99

of National NH1A to Sangote village and (B) From Sangote to Patnitop near Hotel Vardan

District Udhampur J&K. The outer Envelop shall be addressed to:

OFFICE OF THE CHIEF EXECUTIVE OFFICER

PATNITOP DEVELOPMENT AUTHORITY

KUD, DISTRICT UDHAMPUR, J&K, 182142 INDIA

16.3.5 If the outer envelope is not sealed and marked as above, Concessioning Authority will not

assume any responsibility for the misplacement or premature opening of the bid.

17. SUBMISSION OF BIDS:

17.1 Technical and Financial Bids must be submitted, not later than 2.00 PM on the date

21.01.2016 as mentioned in notice, at the following address:

OFFICE OF THE CHIEF EXECUTIVE OFFICER

PATNITOP DEVELOPMENT AUTHORITY

KUD, UDHAMPUR, J&K, 182142 INDIA

17.2 No bid shall be received after the stipulated time of receipt of bids. It is the Bidder’s

responsibility to ensure that Concessioning Authority receives the bids by the designated date

and time.

18. OPENING OF TECHNICAL BIDS:

Concessioning Authority will open the Technical Bids in the presence of Bidders designated

representative who choose to attend, at the time, date, and location given in RFP. The

Bidders representative shall sign a register evidencing their attendance.

19. OPENING OF FINANCIAL BIDS:

The Evaluation Committee shall open the financial Bids after completing the evaluation of

Technical Bids, in the manner specified in this RFP document. The Financial Bids will be

opened only for those bidders who pass the technical evaluation criteria. The opening shall be

undertaken in the same manner as the Technical Bids. The Financial Bids of technically non-

responsive bids will be returned unopened. The bidders shall be informed about the date and

timing of opening so that they can consider to be present.

Page 42: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

41

20. PROCESS TO BE CONFIDENTIAL:

Information relating to the examination, clarification, evaluation and comparison of proposal

and recommendations for the award of a contract shall not be disclosed to Bidders or any other

persons not officially concerned with such process until the award to the Preferred Bidder has

been announced. Any effort by a Bidder to influence Concessioning Authority’s processing of

bids or award decisions may result in the rejection of the bid.

21. CLARIFICATION OF BIDS:

To assist in the examination, evaluation, and comparison of proposal, Concessioning

Authority may, at its discretion, ask any Bidder for clarification. Concessioning Authority

may utilize services of any consultant or other advisor to assist in the examination, evaluation

and comparison of proposals. However, clarifications if any required from bidder, shall be in

written form and will be communicated to bidder by Concessioning Authority.

22. CORRECTIONS OF ERRORS:

Bids determined to be substantially responsive will be checked by Concessioning Authority

for any arithmetic error. Wherever there is discrepancy between the amounts in figures and in

words, the amount in words will govern.

23. EVALUATION & COMPARISON OF TECHNICAL BIDS:

23.1 Responsiveness of the Technical Bid:

Prior to the detailed evaluation of Technical Bid, Concessioning Authority will determine if

the Bidders submission is Responsive with the Technical Bid requirements. If the submission

is Responsive, Evaluation Committee will review and evaluate the Technical Bid. If the

submission is not responsive, the submission will be rejected and the Bidder will be

eliminated from the further evaluation process. The right to determine the Responsiveness or

otherwise will rest solely with the Concessioning Authority and no correspondence and / or

representation towards this will be entertained. Responsiveness of the Bid shall be assessed

on the basis of following:

a) Bid is received by the due date

b) It includes requested information for evaluation and / or is in the formats specified.

c) It is signed and sealed in the manner and to extent indicated.

d) It is accompanied with a valid Bid Security.

e) The financial / technical / operational capability of the sole bidder / Bidding consortia

meets the pre-qualification criteria as specified in this document.

f) The bids have been submitted unconditional and in terms of RFP only.

23.2 Evaluation of Technical Bid

a) The Technical Proposals of the bidders, whose bids are found responsive as per

abovementioned process would be opened and evaluated as per the following.

Criteria to Evaluation of the Technical Proposal

No. Parameters Maximum Marks

PROJECT DESIGN / CAPITAL ITEMS

1. Technology (System & Design) Proposed Fully imported:50

Page 43: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

42

Conformity with applicable standards

International

2. Total Investment proposed 10

3 + 4 Provision of Public amenities / support

infrastructure

Land requirement for project and area

management plan.

10

OPERATION & MAINTENANCE OF PROJECT

5. Basic Operational Plan for project including

staffing, Repair& maintenance Plan (Minimum

of Max down time, etc)

10

6. Safety/ emergency / rescue plan 10

7. Experience in O&M of ropeway projects 10

TOTAL 100

b) Based on the evaluation of the technical proposals, the bidders shall be ranked from

highest to lowest (H1, H2, etc) in accordance with the total points obtained.

c) For the bids that do not meet the technical guidelines provided for each sub-component,

Concessioning Authority may seek clarifications or modifications to the same.

d) The bidder, who have highest technical scores hall be in contention for technical

suitability. However, the decision regarding acceptance of system lies with the PDA/

consultants.

24. EVALUATION AND COMPARISON OF FINANCIAL BIDS:

24.1 The financial bids of all the technical qualified bidders, based on 23.2 (d) above, shall be

opened. The Bidder would be ranked in the descending order of the MGA offered in the

financial bid (F1, F2, F3, etc).

24.2 Bidders are required to submit the Financial Bid in the form of Minimum Guaranteed

Amount (MGA) to be paid to Concessioning Authority per in terms of %age of revenue

realized from operation of lift till the completion of Concession Period and the land rentals

for complete concession period (format provided in Annexure 6).

25. NEGOTIATIONS:

25.1 The bidder quoting the highest MGA (F1) shall be declared as most competitive financial bid and

shall be invited for negotiations on technical as well as financial Proposal. If the financial bid of

more then one party is equal, then party having higher technical score shall be invited for

negotiation. Negotiations will be held at the office of the Concessioning Authority, Kud, District

Udhampur, J&K.

25.2 Negotiations will include a discussion of the proposal, the proposed ropeway, technology /

equipment to be used, work management plan / environment management plan. The

Page 44: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

43

Concessioning Authority and selected BOOT operator will then work out agreed final scope of

work, development, operation & maintenance of ropeway / associated infrastructure, staffing,

and bar charts indicating activities and reporting.

25.3 The negotiations will conclude with a review of the draft form of the concession agreement. To

complete negotiations the Concessioning Authority and the bidder will initial the agreed contract.

25.4 If the negotiation succeeds the selected bidder shall be invited to sign the concession agreement.

25.5 If negotiations fail, the Concessioning Authority will invite the bidder quoting second-highest

MGA (F2) for negotiations. The process shall be repeated till negotiation is successful and

preferred bidder has been identified.

26. AWARD OF CONCESSION:

The intention to sign Concession Agreement would be conveyed by Concessioning Authority to

the Preferred Bidder with whom negotiation concluded successfully and who satisfies all other

compliance requirement. Prior to expiration of the period of proposal validity, Concessioning

Authority will notify the preferred Bidder by fax/E-mail confirmed by registered letter/email that

its bid has been accepted.

27. CONCESSIONING AUTHORITY’S RIGHT TO ACCEPT AND REJECT ANY OR ALL

PROPOSALS:

Concessioning Authority reserves the right to accept or reject any proposal, and to annul the

bidding process and reject all proposals, at any time prior to the award of Concession, without

thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the

affected Bidder or Bidders of the grounds for Concessioning Authority’s action.

28. PRE-CONDITION FOR SIGNING THE CONCESSION AGREEMENT:

After completing the evaluation of Financial Bid and identify the Preferred bidder,

Concessioning Authority shall issue a Letter of Intent (LOI) to the Preferred Bidder, indicating

its intention for signing the Concession Agreement. The preferred bidder shall submit a Letter of

Acceptance (LOA) within seven (7) days of issue of Letter of Intent (LOI). Concessioning

Authority shall then invite the preferred bidder to sign the agreement.

29. SIGNING OF CONCESSION AGREEMENT (CA):

Term Sheet detailing main Term and Condition of CA has been provided as Section 4 of RFP.

Bidders may provide their comments on the Term Sheet of CA in a written form. Concessioning

Authority will sign the CA with the Preferred Bidder after the necessary pre-condition has been

fulfilled.

*********

Page 45: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

44

SECTION IV

GUIDELINES FOR PROJECT

Page 46: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

45

SECTION IV

GUIDELINES FOR PROJECT

1. INTRODUCTION:

1.1 Section III of RFP contains guidelines for the bidders relating to different project components.

Bidders are advised to follow these Guidelines for preparing the project designs, cost

estimates and project development plan and bid document.

1.2 Design Considerations:

The proposed ropeway will have the following:

LTP: Kud, at Km99 of NH1A

UTP: Patnitop near Hotel Vardhan

Intermediate Station: Village Sangote

Bidders are advised to carry out all such surveys that are necessary to arrive at detailed design

and cost estimates for the Project. The bidder shall use the information provided in this section

for reference purpose only and shall be solely responsible for all the data, information,

assumptions used for technical designs of different project components. The bidder, while

designing the system, shall consider following:

(a) Tourist inflow both during winter and summer, to arrive at the design capacity of

ropeway system.

(b) Ropeway Capacity and system:- (present requirement) – 400-600PPH.

Section 1st:- Monocable fixed grip pulsated system

Section 2nd

:-Monocable detachable gondola system

Ropeway System shall be Imported as per international standards The system

technology shall be preferred in following order.

1. Imported as per European/Canadian /American code.

Note:- No Indigenous system shall be accepted.

(c) Ropeway capacity must be flexible so that not only it meets the current traffic but also

estimated traffic for entire Concession period.

(d) Geotechnical investigations shall be carried out by successful bidder for designing of the

system.

(e) Protection work at LTP,IS, UTP and line structures, were ever required along ropeway

alignment shall be done by the successful bidder at his own cost.

Page 47: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

46

2 Aerial Ropeway:

2.1 Specifications for Design and Construction:

Implementation of the complete project, preparation of detailed layouts, designs and

engineering drawings would be undertaken by the selected Bidder. The each sub components

of Ropeway shall be designed as per European / American/ Canadian code. Factor of safety

for the whole system or sub system or individual component of the ropeway system shall be as

per European/ American Canadian codes for fully imported system.

1.1.1 Details of Electro Mechanical items:

Note:-This chapter needs to be studied very thoroughly by the bidder. Certain items are

required to be explained and mentioned specifically in the bid along with technical

specifications.

a) All Electro-Mechanical items shall be from the Original Equipment Manufacturer either

directly manufactured by him or from the sources of international repute. The bidders to

mention the make of critical items like rope, brakes, grips, cabins, main electric motor,

gear boxes, rubber liners, safeties electronic control and command system etc. etc. The

maintenance procedure (preventive), Inspection frequency, servicing, overhauling

procedures of all these items need to be provided by the contractor. Towers, DG sets, or

any other item as may be approved by Engineer-in-Charge/independent engineer can be

arranged indigenously. Subject to availability of the required material indigenously.

b) Aluminum extruded Cabin ,hanger and grip: cabins (back to back seats or front facing

seats) to be specified in the bid and to be approved by Engineer-in-Charge enclosed, well

ventilated, with guides to prevent swing during boarding and deboarding in stations,

with automatic door opening and closing mechanisms, with wide wind screens in front

and back, colour as per PDA choice, with vertical rescue attachment to hold rescue rope,

type of suspension to be specified, with antiswing springs/friction washers., shall be

provided by the bidder / manufacturer.

c) Hanger of seamless pipe, galvanized, with seats for friction washers to prevent swing of

cabin, connection with cabin through an axle and a bush.

d) Grip: A fixed grip /detachable grip of a highly reputed design, make and performance.

e) Drive Station: The drive station shall be the intermediate station and shall be housed in

a common terminal. The hydraulic tensioning unit mounted on lorry too can be at Upper

Terminal Point. f) ACCELERATION & DECELERATION MECHANISM FOR

SECTION –II ONLY

The accelerator / decelerator mechanism is provided to achieve the required speed in line

and at station. The mechanism will also facilitate to prevent jamming of the cabin with

the station rails. The design of the system shall make it possible to ensure not to cause

high noise level or other nuisance like oil drips etc. This mechanism is to get drive either

from main bull wheel with power takeoff pulley system or alternatively from

Page 48: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

47

independent motor suitably synchronized with rope speed.

g) Return Station: The Upper Terminal Point shall be the return station.

h) Brakes: Three types of stopping systems has to be incorporated in the system:-

i) Electrical stop

ii) Service Brake - Electro Magnetic

iii) Emergency Brake - Hydraulic

The Service brake and Emergency Brake have to be synchronized .

The braking sequence and brake timings for all the brakes under different conditions of

loading to be specified and have to be as per relevant codes.

i) Ropes: Splices shall be provided on the rope. The pre-stretched preformed rope from

Arcelor Mittal shall be preferred. The core has to be the compact plastic. However ropes

from other internationally reputed manufacturers can also be considered.

j) Rescue Drive: A geared rim provided on the outer periphery of the bull wheel and

driven by a pinion and electric motor arrangement must attain a speed of 1 m/sec. Or a

diesel drive involving direct coupling of Diesel engine with the drive system. An

independent DG set shall be required for this driving arrangement.

k) Vertical Rescue Arrangement: The ropeway system should be provided with suitable

means of Rescue arrangements to facilitate the rescue of passengers who might remain

trapped on the line on account of unforeseen stopping of the installation; the use of such

equipment shall not require the help of the passengers. The passenger should be rescued

in a reasonably short time and in the easiest and safest manner.

Wherever a situation occurs in which operation of the Ropeway is not possible but the

carriers are stopped on the line between the stations and in which anticipated time to

repair the cause of the shutdown is greater than the estimated time for rescue operation,

vertical evacuation must take place.

The chosen rescue equipment shall be such that the rescue operation can be carried out

in a perfect manner even at the most critical points of the route. The vertical rescue

scheme and equipment is to be approved by PDA/ Consultants.

l) Electronic Control & Surveillance system: Computerized automatic operation close

circuit TV at terminals giving coverage of important area like boarding and de-boarding

of passengers is proposed. Monitoring inside stations and on towers to be provided. The

operator’s desk should display the No. of the tower and the nature of fault in case of any

line fault.

m) Control System: The ropeway shall operate at variable speed by means of DC/AC

electrical motor VVVF drive system. VVVF drive system should be maintained at 0.85

p.f at different load condition by providing power factor correction system.

Visual display unit system indicating the faults and procedure for detection of faults

Page 49: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

48

shall be provided. The bidder shall provide details in the bid.

There will be smooth controlled start and stop of the ropeway. Different sensors, safety

devices feedback element and annunciation will be provided.

Necessary safety devices and stop push button in stations to make the system complete

safe. The safety and monitoring devices installed will not be only ensured at Lower

stations but will also be ensured at Upper stations and Line. The main drive motors will

be tripped automatically and safely in case of any safety fault occurred at Line or at

stations and shall also activate the braking system.

Control relays and interlocks should be provided for rescue, emergency motor and brake

operation.

AC/DC drive should be provided with forward reverse operation, speed variation (auto and manual) and inching facilities.

Both the brakes and line safety devices will also be operative during operation on Rescue mode.

Accessibility for the maintenance of all structures and equipment shall be provided.

2.1.2 SAFETY PROVISIONS:

Safety provisions will follow the Euro standard/ other internationally accepted standards.

All the safeties for smooth and safe operation and in case manual evaluation of

passengers is required shall be as per the European/ American/ Canadian codes.

2.1.3 STANDBY POWER SUPPLY ARRANGEMENT:

Normally the ropeway system shall work on power supply , but in case regular power supply

fails, the system shall operate on standby Diesel Generator (DG) power supply. It shall be

capable for full capacity load requirement of the passenger ropeway system and related

buildings and shall be suitable to operate on required thyristor load including during

regeneration period. The DG power system shall be noise-free and air pollution free as per

code of Practices, and all the safeties shall be available for operation on D.G mode as shall

be available on normal power supply.

2.2 COMMUNICATION, FIRE PRECAUTION AND PUBLIC ADDRESS:

a. Control and Communication Wires Communication system should be available at all the terminal stations and should be

interlinked (two way telephones)

Multicore communication cable is required to be provided between the station for

connection and between LTP & UTP

Page 50: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

49

The wireless system will be provided to communicate while maintenance / rescue

operation on line and for other reasons, when communication through telephone

system will not be possible.

b. Fire Precautions

Special precautions should be taken to protect any part of the ropeway from fire

as per National Building Code (NBC).

Provision for arresting and mitigating fire hazards due to storage of fuel for DG

sets should be as per practices for such fuel storage.

c. Public address system and signages:-

At all the terminal stations at each section shall be provided with a Public

Address System, i.e. microphone, amplifier, speakers and able to operate during

power failure. Appropriate signages displaying different instructions for

operators and General public are necessarily required to be provided at

appropriate places.

4 Project Implementation Program:

(a) The construction schedule for the complete project is envisaged as 24 months. Bidders are

advised to submit the project scheduling in line with their proposed Project Development

Plan.

(b) Bidders are advised to note that the Concession Period of 35 years is inclusive of

Construction Period.

5 Inspection, Testing and Commissioning for Ropeway System:

The Bidder shall provide an Inspection, Testing, Operation and Maintenance

Plan for each component of the Project. The ropeway maintenance shall be provided in line

with the applicable codes and specifications.

(a) Before the ropeway is commissioned, it shall be submitted to installation tests to check

that it meets the requirements of the approved plans and specifications.

(b) Operation tests shall be made under full load and partial loads .

(c) The installation, routine and periodic tests shall be carried out in line with the European

standards and specifications. In case of absence of European standards, suitable /

applicable international Standards for Ropeway and other relevant standards for other

project components shall be followed. The concessionaire shall be allowed to operate / run

ropeway system only after obtaining completion certificate from designated authority.

Page 51: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

50

6 Project Monitoring:

During construction and operation phase of Project, the Independent Engineer (IE) and

Independent Auditor, appointed by the Concessioning Authority, shall monitor the project

performance.

7 Performance Standards and Monitoring:

During construction and operation phase of Project, the Independent Engineer appointed by

Concessioning Authority shall monitor the project performance. The Performance standards for

the Project are set out as follows:

(a) Carrying capacity of the Ropeway system at the time of commencement of Operations

shall not be less than 400/600 PPH.

(b) Ropeway should be in daily operation throughout the year, unless otherwise instructed by

IE (during heavy snowfall or similar unfavorable conditions) excluding the maintenance

period(s).

(c) Performance of the system at boarding and de boarding areas.

The speed of ropeway system at boarding and deboarding areas should enable safe

passenger movement.

Waiting time for the passengers shall be minimum.

(d) Performance of standby equipment. The rating of standard DG set should be equal to the

main electrical power system. Care should be taken for altitude affect on the equipment.

(e) Performance of Rescue systems and carrier evacuation system. The efficiency and number

of rescue and evacuation system shall be measured in terms of following:

Response time to mishap detected by automatic detection system should be minimum.

Evacuation/ mitigation time period up to terminal stations should be kept at minimum

as per code.

********

Page 52: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

51

SECTION V

TERMSHEET OF CONCESSION AGREEMENT

No Terms Details

1. Parties to

Concession

Agreement (CA)

Government of J&K through Patnitop Development Authority

(Concessioning Authority) and Private Sector Developer

(Concessionaire) in the Agreement

2. Obligation of

Concessionaire

Design, Engineering, construction, Development, finance,

operation and maintenance of Passenger Ropeway in two

sections (A) From Kud, near KM 99 of National Highway

(NH1A) to Sangote village and (B) From Sangote to Patnitop

near Hotel Vardan District Udhampur J&K on Built, Own,

Operate and Transfer (BOOT) Basis based on the following:

a. Complete the design and detailed engineering of the Project; The

BOOT operator shall assess the land requirement for project

including for ROW, UTP,IS, LTP, support infrastructure, etc as

per its technical proposal.

b. The major clearances from MOEF, Wild Life and Forest

Department have been obtained by the Concessioning Authority.

The other clearances if any shall be arranged by BOOT operator

PDA shall assist in obtaining the clearances. Expenses of all sorts

that may be required for obtaining these clearances are to be

borne by the concessionaire.

c. The BOOT operator shall procure all machinery, plant, and

equipment. Complete installation, testing and commissioning of

all machinery, plant, and equipment.

d. The BOOT operator shall follow the guidelines for different

project components, as set out in Section III of this RFP.

e. The BOOT operator shall complete the construction and

installation within the stipulated time frame i.e. 24 months.

f. Commercial operations of the facilities to commence only upon

full completion as certified by Independent Engineer /designated

authority.

g. The BOOT Operator shall enter into Engineering Procurement

Contract (EPC), Supply and Erection Contract and Operation &

Maintenance (O&M) contract, by inducting the EPC contractor(s)

and maintenance operators for different project activities and

service contracts.

h. Maintain and operate the project assets/ facilities in accordance

with the prudent utility practices and technical and performance

standards.

i. Maintain the requisite insurance on the facilities particularly

Passenger Liability Insurance for accidents, in accordance with

Prudent Utility Practices.

Page 53: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

52

j. Allow representatives of Concessioning Authority, members of

the Regulatory Panel, reasonable access to the Project Site for

monitoring and supervision.

k. Make timely payment of MGA and rental of land on quarterly

basis to Concessioning Authority as given in the Financial Bid of

Concessionaire.

l. The professional fees, costs and expenses of the Independent

Engineer and the Independent Auditor shall be borne by the

concessionaire.

m. The cost of Ropeway Inspection shall be borne by the

Concessionaire.

n. In the event upon inspection and in consultation with the

Independent Engineer, the Ropeway Inspector determines that the

Aerial Ropeway or part thereof may not be used without danger

to the public or that it is no longer fit for the carriage of

passengers, Concessioning Authority may order closing of the

Aerial Ropeway or part thereof to the traffic and the same may be

reopened to traffic only after inspection and Concessioning

Authority sanction to reopen after removal of defects.

o. The BOOT operator shall transfer the project assets to

Concessioning Authority after the expiry / termination of

Concession Period at nil value i.e. without any cost obligation on

Concessioning Authority. At the time of transfer of project

/project facility, the Concessioning Authority shall conform to the

following requirement:

p. All project assets including ropeway, structure, equipment etc must

have been renewed and cured of all defect and deficiencies as

necessary so that the project is compliant with specification and

standards as per the concession agreement.

q. The concessionaire shall deliver all the records and reports

pertaining to the project and its engineering, construction,

operation and maintenance

r. The concessionaire shall execute such deeds of conveyance,

documents and other writings as the Concessioning Authority

may reasonably require to convey, divest and assign all the rights,

title and interest of the concessionaire in the project free from all

encumbrances absolutely and free from any charge or tax to

Concessioning Authority.

2.1 Right of

Concessionaire

Concessionaire shall be given the right to:

a. Implement the project as detailed in this document,

b. The BOOT operator will be authorized by Concessioning

Authority to collect fee / tariff / charge from the users of different

Project facilities as per Concession Agreement (to be signed

between Concessioning Authority and BOOT operator) and

appropriate the part of the collection to recover the investments

made in the Project.

c. The selected concessionaire shall have the right to decide on the

Page 54: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

53

user charges for the project facilities / services subject to existing

provisions under law / Rules

d. The selected concessionaire can be allowed to sub contract the

project facility / a part of it to the third party after taking approval

from Concessioning Authority, but shall continue to remain solely

liable for all its obligations. The decision of concessioning

authority in this regard shall be final and conclusive.

3. Conditions of

Agreement (CA)

The obligations and rights of the Concessionaire shall be subject to the

satisfaction in full of the following condition to be fulfilled unless any

such condition has been waived by Concessioning Authority

3.1 CA for

Concessioning

Authority

a. To facilitate requisite government orders/ gazette notification

necessary for project implementation, in the manner most

feasible. Concessionaire shall submit the list of permission /

clearances required for the project to Concessioning Authority.

b. Ensure the availability of project sites, free of encumbrances

3.2 CA for

Concessionaire

a. Concessionaire shall pay the Project Development Fees as specified

in this document at the time of signing of agreement.

b. Concessionaire to furnish constitutional documents, board

resolutions, certified copies of project agreements, general

engineering designs / drawings, project plans, financing plan, etc

to Concessioning Authority for approval. BOOT operator shall

commence the installation / construction only after approval of

the above.

c. Certified true copies of all Project Agreements, in particular, the

Financing Documents, the EPC Contract, O&M Contract, etc as

well as the shareholder’s funding agreement have been delivered

by the Concessionaire to Concessioning Authority.

d. Concessionaire shall have obtained all such Applicable Permits

unconditionally or if subject to conditions then all such conditions

have been satisfied in full and such Applicable Permits are and

shall be kept in full force and effect for the relevant period during

the currency of the Concession Agreement.

e. Submission to the Concessioning Authority a legal opinion from

the Indian legal counsel with respect to the authority of the

Concessionaire to enter into this Agreement and the Project

Agreements and the Financing Documents and the enforceability

of the provisions thereof.

3.3 Period for CA

compliance

60 days from the date of issue of LOI, for both the parties. Each Party

shall bear its respective cost and expense of satisfying above conditions.

However, CA may, without any obligation, waive fully or partially any

of the conditions at anytime or extend the time period, on its sole

discretion.

Page 55: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

54

3.4 Compliance Date The date of the letter, on which Concessionaire and Concessioning

Authority’s Conditions Agreement are fulfilled, shall be the compliance

date. Obligations of Parties under CA commence from this date.

3.5 Non-fulfillment

of CA by either

party

Non-defaulting party may terminate CA. If terminated by

Concessionaire due to non-fulfillment of CA by Concessioning

Authority, Bid security and Project Development Fees furnished by

Concessionaire shall be returned to it. If Concessionaire fails to fulfill

the CA and Agreement is terminated by Concessioning Authority, the

bid security and the Deposit for Project development fees shall be

forfeited by Concessioning Authority.

4. Concession

Period

35 years inclusive of Construction Period with effect from the

Compliance Date extendable for a further period of 10 years on revised

terms and conditions.

5. Regulatory Panel 1. The parties agree that within 30 days of execution of CA, a

Regulatory Panel will be created to monitor and oversee the

implementation and operation & maintenance of the Project. The

Regulatory Panel shall comprise the Commissioner-

Concessioning Authority, Chief Executive Officer, the Ropeway

Inspector of Concessioning Authority and the Independent

Engineer.

2. The Regulatory Panel shall, during the Concession Period,

including extensions thereof, if any, inspect the Project Site, at

reasonable intervals to determine the progress of construction,

operation and maintenance of the project and the extent of

compliance of the Concessionaire with the Terms and Conditions

of clearances, Technical Bid of Concessionaire and the relevant

project agreements.

6. Payout to

Concessioning

Authority

a. The Minimum Guaranteed Amount shall be more than5% of the

revenue per year and the land rent charges.

b. The Concessionaire shall make the payments of MGA in advance

on quarterly basis, within seven days of commencement of the

respective quarter; the first such payment shall be made at the

time of commissioning of Ropeway or 24 months after signing of

Concessioning agreement whichever is earlier. Land rentals are to

be paid before commencement of construction work and after

every three months thereafter.

7. Transfer of

Project

1. At the end of Concession period/ termination of CA, transfer the

project facilities and assets to Concessioning Authority at zero

cost.

2. Concessionaire shall be responsible for the costs and expenses,

including stamp duties, taxes, legal fees and expenses incurred in

connection with the transfer of the Project Assets and the Project

Page 56: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

55

to Concessioning Authority or its nominated agency. These costs

can be borne by the concessioning authority as well if the

concessionaire is found to deliberately delaying the transfer of

assets. The concessioning authority shall recover such costs from

concessionaire by adopting the ways and means available.

3. Concessioning Authority or its nominated agency shall at its own

cost obtain or effect all clearances and take such other actions as

may be necessary for such transfer.

8. Force Majeure

(FM)

a. Lightning, earthquake, landslides, tempest, cyclone, hurricane,

whirlwind, storm, flood, and other unusual or extreme adverse

weather or environmental conditions (including, without

limitation, any such conditions at sea affecting the delivery of

equipment to the Project) or other events of natural disaster of

rare severity.

b. Meteorites or objects falling from aircraft or other aerial devices,

the occurrence of pressure waves caused by aircraft or other aerial

devices traveling at high speeds.

c. Fire or explosion, chemical or radioactive contamination or

ionizing radiation.

d. Epidemic or plague.

e. Strikes, lock-outs or other industrial action or labour disputes

excluding those by the Concessionaire or its Employees or

Agents, or the Contractors of the Concessionaire or their

Employees/ Agents, in any such case employed on the

implementation of the Project or the supply of goods or services

in so far as they materially and adversely affect the

implementation of the Project.

f. Act of war (whether declared or undeclared), threat of war,

invasion, armed conflict or act of foreign enemy, unexpected call

up of armed forces, revolution, religious strife, bombs, sabotage,

terrorism or threat of such acts or other similar events of a

political or social nature.

g. Expropriation, confiscation, nationalization or requisition of the

Project by GOI or Concessioning Authority.

h. The imposition of any blockade, embargo, import restrictions,

rationing or allocation by any Competent Authority.

i. Transporter’s agitation, merchant agitation, riots,

j. Any decision or order of a court or tribunal which has the effect

of restraining all or any part of the activities concerning the

construction, operation or maintenance of the Project including

the determination, levy, demand, collection, retention and

appropriation of Financials.

k. Any other act by any Competent Authority which has a Material

Adverse Effect or materially adversely affects the rights of

Construction Contractor or the O&M Contractor (regardless of

whether such act is within the reasonable control of

Concessioning Authority).

Page 57: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

56

l. Any event or circumstances of a nature analogous to the

foregoing.

8.1 Procedure for

Force Majeure

a. a. Obligation of the parties shall remain suspended during the period of

FM events.

b. If following FM, either Party elects to terminate CA, Concessioning

Authority shall refund to the Concessionaire the Performance Security,

but Concessioning Authority shall not be liable to pay any

compensation to the Concessionaire or its employees, agents and

contractors.

9. Events of Default

(EOD)

9.1 Concessionaire

Events of Default

(EOD)

a. Material Breach of its obligations under the Agreement, including

without limitation the operation and maintenance of the facilities

in terms hereof, which materially adversely affects Concessioning

Authority or the Project and such breach is not remedied within

120 days of receipt for written notice from Concessioning

Authority, specifying such breach and requiring the

Concessionaire to remedy the same.

b. Such events as have been specified as Concessionaire EOD under

the provisions of CA.

c. A breach of any express representation or warranty by the

Concessionaire which has a Material Adverse Effect and such

breach is not remedied within 120 days of receipt of written

notice from Concessioning Authority specifying such breach and

requiring the Concessionaire to remedy the same.

d. Any actions or omissions attributable to Concessionaire,

including delay on the part of the Concessionaire to discharge any

of its obligations that has a Material Adverse Effect on the

implementation of the Project.

e. Failure of the Concessionaire to achieve Project Construction

Completion within 24 months.

f. Dissolution of the company pursuant to Law, except for the

purpose of a merger, consolidation or reorganization that does not

affect the ability of the resulting entity to perform all the

obligations of the Concessionaire under CA and provided further

that such resulting entity expressly assumes all such obligations.

g. Repudiation of CA or Abandonment of the Project by the

Concessionaire.

h. The Independent Engineer and the Ropeway Inspector notifies the

Parties of a material failure by the Concessionaire or its

employees or agents or the Construction Contractor(s) or the

O&M Contractor(s) or contractor(s) to develop implement,

finance, design, construct and operate and maintain the Project/

Aerial Ropeway, as the case may be, in accordance with the

Project Development Plan and the terms and conditions of

Clearances and of CA and further issues a notification to the

Parties of the failure to remedy such non-compliance within the

Page 58: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

57

time frame as may reasonably have been specified by the

Independent Engineer/ Ropeway Inspector, as the case may be,

for rectifying the same.

i. Transfer pursuant to Law of either the rights and/or obligations of

Concessionaire or all or substantial portion of the Project Assets

or undertakings of the Concessionaire, except where such

transfer, in the opinion of Concessioning Authority, does not

affect the ability of the transferee to perform all the obligations of

the Concessionaire under CA and provided further that such

transferee expressly assumes all such obligations.

9.2 Concessioning

Authority’s Event

of Default

a. Material Breach by Concessioning Authority of its obligations

under CA which is not remedied within 120 days of receipt of

written notice from the Concessionaire specifying such breach

and requiring Concessioning Authority to remedy the same.

b. Any defect in the title, ownership and possession of

Concessioning Authority with respect to the Project Site that has

a Material Adverse Effect on the Project as certified by the

Independent Auditor.

c. Any change in the policies of Concessioning Authority or a

Change in Law which has a Material Adverse Effect on the

Concessionaire’s ability to implement the Project.

d. A breach of any express representation or warranty by

Concessioning Authority which has a Material Adverse Effect

and such breach is not remedied within 120 days of receipt of

written notice from the Concessionaire specifying such breach

and requiring Concessioning Authority to remedy the same.

e. Repudiation of CA by Concessioning Authority

10. Termination 1. Upon Events of Default (EOD) as detailed above and failure of

defaulting party to rectify the same within in the cure period of

120 days.

2. Upon subsisting FM: In case party’s performance is prevented or

impeded for longer than 180 days from commencement of FM.

11. Termination

Payments

11.1 Termination by

Concessioning

Authority for a

Concessionaire’s

Event of Default

a. Concessionaire shall transfer the Project Assets and Project to

Concessioning Authority.

b. Project Development Success Fee (as may be applicable at the

time of termination) of the Concessionaire shall be forfeited.

11.2 Termination by

Concessionaire

for a

a. Concessionaire shall transfer the Project Assets and Project to

Concessioning Authority.

b. Concessioning Authority shall compensate the Concessionaire for

Page 59: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

58

Concessioning

Authority Event

of Default

the value of the Project as determined by the Independent Auditor

for the remainder of the Concession Period.

c. Concessioning Authority shall refund the Project Development

Success Fee to the Concessionaire.

12. Insurance Concessionaire shall maintain at its own expense, insurance policies as

per good industry practices. The insurance shall cover the following:

All the capital expenses incurred on the Project

Ropeway passengers and employers liability for accidents

Workers engaged during construction period

13. Dispute All questions and disputes of any kind what so ever the parties here to

arising out of or in connection with the contract or execution of works ,

whether during the execution of works, operation of lift or after

cancellation, termination, determination, completion of abandonment

thereof other than excepted matters shall be referred to arbitration of a

person to be nominated/ appointed by CEO PDA whose decision shall

be final and binding upon the parties. Any of the parties may apply to

CEO PDA for appointment of arbitrator in the event of any dispute /

difference. On receipt of such request it shall be lawful for CEO PDA

to appoint an arbitrator to adjudicate upon the disputes/ differences.

The arbitrator so appointed shall enter upon the reference and decide the

dispute in accordance with J&K Arbitration and conciliation act 1997.

All disputes arising out of or in any way connected with this contract

shall be assumed to have arisen in Udhampur/ Jammu and only courts in

Udhampur/ Jammu shall have jurisdiction to deal with the same.

Resolution of disputes by mutual consultation and negotiations between

the representatives on the regulatory Panel. If dispute resolution by

mutual consultations and negotiations fails, either party can approach

the courts in the jurisdiction of the state of J&K.

14. Independent

Engineer

Independent Engineer shall be nominated by concessioning

authority. The Independent engineer shall have ample experience in

installation , operation and maintenance of ropeway systems

.Independent engineer can be assisted by the engineers of other

disciplines from PDA/Consultants And will carry out the following:

Finalize route selection.

Supervise/ inspect fabrication and procurement, supply and

erection of material.

Trial runs , load test etc

Checking of ropeway system & design drawing

Quality assurance during manufacturing/procurement

Supervision during execution

Issue of commissioning/ completion certificate

Technical auditing of the ropeway after commissioning as per

provision of the Ropeway Act.

Ropeway inspector shall be appointed by PDA/ Government

15 Ropeway

Inspector

Ropeway inspector shall be appointed by Government of J&K and

shall certify that the project is safe for public use.

Page 60: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

59

ANNEXURES

ANNEXURE 1

FORMAT FOR THE COVERING LETTER

(On the letter head of the company)

Dated…………...,

To:

Chief Executive Officer,

Patnitop Development Authority,

Kud, Udhampur, Jammu

Sub.: ---------(Name of Work)----------

Dear Sir / Madam:

Please find enclosed our Technical and Financial Bids, in respect to the selection of a BOOT

Operator for design, finance, construction, operation and maintenance of Ropeway Project between

--------------------------------------------------------------------------- J&K., in response to the Request for

Proposal (RFP) document issued by PDA, Government of J&K, dated ______.

We hereby confirm the following:

1. We have read and examined the RFP documents in totality, provided to us to enable submission

of Technical and Financial Bids for the implementation of Proposed Project on BOOT format.

2. Having examined the RFP documents, we the undersigned, submit our proposal to design,

develop, finance, construct, operate and maintain the project in conformity with all the

documents and drawings.

3. We hereby submit that our proposals would be valid for 180 days from the date of submission

and it shall remain binding upon us and may be accepted at any time before the expiration of

this period. Concessioning authority may request for extension of bid validity in case bid

evaluation is delayed due to any reason. The bidder (s) shall extend the bid validity

without altering the prices. 4. We agree to treat the proposal, drawings and other enclosures connected with this project as

secret and confidential documents. We shall not communicate the information described therein

to any person other than the person authorized by Concessioning Authority, or use the

information in any manner pre-judicial to the safety of the project.

5. We have not enclosed any conditions in financial proposal

6. We understand that Concessioning Authority is not bound to accept our proposal or any proposal

it may receive in response to issue of RFP documents Signature of Lead Member/ Authorized

Signatory of Bidding Firm:

(Authorized signatory)

@@@@@@

Page 61: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

60

ANNEXURE 2

CHECKLIST OF ENCLOSED DOCUMENTS

Part 1st

1. Covering letter as per RFP.

2. Check list of enclosed documents

3. Power of attorney for the lead member.

4. Power of attorney for an authorized person in lead member firm.

5. JV agreement / MOU

6. Capability statement along with audited annual reports comprising of Balance

Sheet, Profit and Loss Account of lead member firm / bidder for last 5 years

as a proof of being profitable firm with requisite financial turn over

7. EMD in the shape of Demand draft amounting to Rs. 25.00 lacs

8. Solvency certificate.

9. All documents pertaining to Experience of bidder in developing/

commissioning of ropeways.

10. Documents pertaining to proof of successful O&M of ropeways.

11. Credentials of local associate/ sub contractor for civil/ ancillary works.

12. Undertaking from the bidder that all statutory clearances required for

execution of the project shall be obtained by him.

13. RFP document duly signed and stamped by the bidder on every page.

14. Receipt obtained from PDA against deposited cost of RFP document

Part 2nd

1. Detailed Project Development Plan and offered System

2. Land Use pan / requirement of land

3. Quality assurance plan.

4. Implementation schedule of project

5. Operation and Maintenance plan

6. Staff details

7. Safety, Emergency/ rescue plan

Part 3rd

1. Cost and revenue estimates for concession period.

2. Tourist demand estimate

3. Tariff structure for ropeway.

4. Revenue estimates for each year during concession period.

5. Cost estimates as asked in RFP.

6. Financing Plan for project.

7. Sealed financial bid. @@@@@@

Page 62: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

61

ANNEXURE 3

CONCESSION AGREEMENT

This Agreement is executed on this the _____ day of ___________(Month), Two Thousand and ----

---- at ------

BY AND BETWEEN

Patnitop Development Authority, having its registered office at Kud, Udhampur, Jammu, India

(hereinafter referred to as “Concessioning Authority ” which expression shall unless repugnant to

the context include its successors and assigns) of the One Part,

AND

M/s-----------, having its registered office at -----------------., and ----------------M/s--------------a

company incorporated under the provisions of the Companies Act, 1956, having its registered office

at -------------- who form a consortium for the purposes of this Agreement and Project to be

implemented under this Agreement (hereinafter collectively referred to as the “Concessionaire”

which expression shall unless repugnant to the context include their respective successors and

permitted assigns including any Special Purpose Company that may be permitted by Concessioning

Authority to be established as detailed in this Agreement) of the Other Part

WHEREAS:

A. That the Concessioning Authority has been authorized by the state government to develop a

ropeway project (A) From Kud, near KM 99 of National NH1A to Sangote village and (B)

From Sangote to Patnitop near Hotel Vardan District Udhampur J&K.

B. In pursuance of above the Concessioning Authority decided to undertake, the development

of a ropeway (A) From Kud, near KM 99 of National NH1A to Sangote village and (B)

From Sangote to Patnitop near Hotel Vardan District Udhampur J&K(J&K), India.

C. That the Concessioning Authority proposed to grant to a selected party a Concession to

design, finance, construct, operate and maintain the Passenger Ropeway and facilities in the

specified location (hereinafter called the ‘Project’) on built, own, operate and transfer basis

(BOOT).

D. That the Concessioning Authority accordingly invited proposals for selection of

Concessionaire for the Project on a competitive bidding basis through the Tender Notice

dated ---------. Based on the tenders received and after evaluation of the Bids received, the

Concessioning Authority has accepted the Bid of the Concessionaire herein and has issued

them a Letter of Acceptance (‘LOA’) bearing No. ________ dated _______.

E. That the Concessionaire has paid the Project Development Success Fee of an amount Rs-----

---- as per the conditions precedent to the signing of the Concession Agreement.

F. That the Concessionaire represents and warrants that they have duly fulfilled all other terms

and conditions necessary for the execution of this Agreement as per the terms contained in

Page 63: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

62

the Bidding documents and are in a position to execute this Agreement and implement the

Project as envisaged in the Bid and this Agreement

Now THIS AGREEMENT WITNESSETH as follows:

1. In this agreement words and expressions shall have the same meaning as are respectively

assigned to them in the conditions of RFP document hereinafter referred to.

2. The following documents in conjunction with Addendum/Corrigendum to tender Documents

shall be deemed to form and be read and construed as part of the agreement viz.:

a) This Form of Agreement.

b) The Letter of Acceptance (LOA)

c) The Price Bid

d) The RFP document

e) The Term Sheet for Concession Agreement

f) The Instruction to Bidders

g) The project Sheet

3. The aforesaid documents shall be taken as complementary and mutually explanatory of one

another, but in case of ambiguities or discrepancies, shall take precedence in the order set

out above.

4. The land to be made available on lease by the Concessioning Authority to the

Concessionaire for a period of 35 years extendable for a further period of 10 years on

revised terms and conditions.

5. The Concessionaire will pay MGA and Land rentals to Concessioning Authority as

mentioned in LOA

In WITNESS where of the parties hereto have caused their respective common seals to be

hereinto affixed (or have herewith set their respective hands and seals) the day and year first

above written.

SIGNED, SEALED AND DELIVERED BY M/s

For and on behalf of:

Concessioning Authority

For and on behalf of:

Concessionaire

Signature ________________

Signature ________________

Name ________________

Name ________________

Designation _________________ Designation _________________

Page 64: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

63

Date _________________

Date _________________

Witness:

Witness:

Signature ________________

Signature ________________

Name ________________

Name ________________

Address _________________

Address _________________

Signature ________________

Signature ________________

Name ________________

Name ________________

Address _________________

Address _________________

Common Seal of Common Seal of

Patnitop Development Authority Concessionaire

Page 65: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

64

ANNEXURE 4

FORMAT FOR POWER OF ATTORNEY FOR

APPOINTING THE LEAD MEMBER

[On Requisite Stamp Paper]

KNOW ALL MEN by these presents that we, [name of the company], a company incorporated

under the Companies Act, --------------, having its Registered Office at. /. [Address of the Company]

(hereinafter referred to as Company.)

WHEREAS the Company along with _______ and ___________ (give name and registered office

address) is forming a joint venture/ consortium to submit a Technical and Financial Bid in response

to the Request for Proposal (RFP) for the --------(Name of Work)------ issued by the Patnitop

Development Auhtority (CONCESSIONING AUTHORITY) and is desirous of appointing an

attorney for the purpose thereof.

Whereas the Company deems it expedient to appoint M/s ________ (name of Company, registered

office address) as the Attorney of the Company.

NOW KNOW YE ALL BY THESE PRESENTS, that ________ [name of company] do hereby

nominate, constitute and appoint [name the lead member of company] as its true and lawful

Attorney to do and execute all or any of the following acts, deeds and things for the Company in its

name and on its behalf, that is to say:

a. To act as the Lead Member of the Joint Venture/ Consortium for the Purposes of the Project.

b. In such capacity, to act as the Company’s official representative for submitting the Technical

and Financial bid for the Project and other relevant documents in connection therewith.

c. To sign all papers for bids, offers, Project documents, necessary documents, papers,

applications, representations and correspondence necessary and proper for the purpose

aforesaid;

d. To tender documents, receive and make inquiries, make the necessary corrections and

clarifications to the Project documents, as may be necessary

e. To sign and execute contracts relating to the Project including variation and modification

thereto

f. To represent the Company at meetings, discussions, negotiations and presentations with

Concessioning Authority, Competent Authorities and other Project related entities;

g. To receive notices, instructions and information for and on behalf of the Company;

h. To execute the Concession Agreement for and on behalf of the company

i. To do all such acts, deeds and things in the name and on behalf of the Company as necessary

for the purpose aforesaid.

AND the Company hereby covenant with the said Attorney to ratify and confirm all and whatever

the attorney may lawfully do or cause to be done by virtue of these presents.

IN WITNESS WHEREOF the Company puts its hand and seal to this Power of Attorney on this

[day, month & year]

Page 66: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

65

The common seal of [name of the company] was here unto affixed pursuant to a resolution passed at

the meeting of Committee of Directors held on __ day __ of, ----(Year)---- in the presence of [name

& designation of the person] and countersigned by [name & designation of the person] of the

company of [name of the company]

The common seal of [name of the company)

[Name & designation of the person]

@@@@@@

Page 67: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

66

ANNEXURE 5

FORMAT FOR POWER OF ATTORNEY FROM THE

LEAD MEMBER APPOINTING DESIGNATED PERSON

[On Requisite Stamp Paper]

KNOW ALL MEN by these presents that we, . [name of the company], a company incorporated

under the Companies Act, ----------, having its Registered Office at . [Address of the Company]

(hereinafter referred to as .Company.):

WHEREAS the Company has been authorized by ________ and _______ (give names and

registered office addresses), vide its respective Power of Attorney, to act as the Lead Member of the

Consortium/ Joint Venture bidding for the Project.

WHEREAS in response to the Request for Proposal (RFP) for ----(Name of Work)----, the

Company is submitting a Technical and Financial Bid on behalf of the Consortium/ Joint Venture

for the Design. Finance, Construction, Operation and Maintenance of the -----(Name of Work)-----

to the Patnitop Development Authority (CONCESSIONING AUTHORITY) and is desirous of

appointing an attorney for the purpose thereof.

Whereas the Company deems it expedient to appoint Mr. _____________ son of ______________

resident of _______________, holding the post of _______________ as the Attorney of the

Company.

NOW KNOW YE ALL BY THESE PRESENTS, that __________ [name of the lead member

company] do hereby nominate, constitute and appoint [name & designation of the person] as its true

and lawful Attorney so long as he is in the employment of the Company to do and execute all or any

of the following acts, deeds and things for the Company is its name and on its behalf, that is to say:

a. To act as the Company’s official representative for submitting the Technical and Financial Bid

for the said Project and other relevant documents in connection therewith.

b. To sign all papers for all bids, offers, project documents, necessary documents, papers,

applications, representations and correspondence necessary and proper for the purpose

aforesaid;

c. To tender documents, receive and make inquiries, make the necessary corrections and

clarifications to the Project documents, as may be necessary

d. To sign and execute contracts relating to the Project, including variation and modification

thereto

e. To do all such acts, deeds and things in the name on behalf of the company as necessary for

the purpose aforesaid.

The common seal of [name of the company] was here unto affixed pursuant to a resolution passed at

the meeting of Committee of Directors held on __ day __ of _________, in the presence of [name

& designation of the person] and countersigned by [name & designation of the person] of the

company of [name of the company]

The common seal of [name of the company)

[Name & designation of the person]

Page 68: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

67

NNEXURE 6

FORMAT FOR FINANCIAL BID

(On the letter head of the company)

TO BE SUBMITTED IN SEPARATE SEALED ENVELOPE

Date:

To:

Chief Executive Officer,

Patnitop Development Authority,

Kud,Udhampur J&K, India

Sub.: -----(Name of work)

Dear Sir / Madam:

Being duly authorized to represent and act on behalf of.…….. and having reviewed and

fully understood all the requirements of bid submission provided vide the RFP document

No. ---------dated--------- pertaining to the -----(Name of work)----- , we hereby provide our

Financial Proposal for development and establishment of this Project on BOOT format.

1. The Minimum Guaranteed Amount (MGA) payable by us (name of Consortium) to

Concessioning Authority for the Concession Period shall be:

__________% of the Revenue realized from operation of the ropeway project year. The

escalation per year on MGA shall be _______% of annual revenue realized (Break up

year wise for 35 years)

___________________________________________________________ (in words)

2. The rent for the land payable by us shall be Rs. ___________ per Kanal for 1st year

and shall be escalated by _______% per year (Break up year wise for 35 years.)

We agree to bind by this offer if we are the selected BOOT operator for this project.

For and on behalf of:

3. We undertake to handover all the land to Patnitop Development Authority for which we

shall pay rent as per the rates quoted by us in this format, at the end of concession

period.

Signature:

Name of the Person:

Designation:

Instructions:

1. No conditions should be attached.

2. In case of difference between the words and figures, words would prevail.

3. Should be given in a sealed envelope.

Page 69: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

68

ANNEXURE 7

EXPERIENCE OF THE BIDDER IN DEVELOPMENT / COMMISSIONING OF ROPEWAYS

Name of the Project

Name Client

Project Location

Project Type

Completion Date

Technical parameter

Project Cost

(Rs. Crores)

Equity held in case of JV partner in BOOT project

Single entity

Bidder Consortium

Member 1

Member 2

Member 3

Note:

1) Certificates from the clients stating satisfactory completions and satisfying Operation and

Maintenance of the project to be enclosed in the support of the eligibility claim

@@@@@@

Page 70: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

69

ANNEXURE 8

EXPERIENCE OF THE BIDDER IN OPERATION &

MAINTENANCE OF ROPEWAYS

Project Name and Location

Name of the Client

Project details (Tech. Parameters)

Completion Date

Project Cost

(Rs Crores)

Equity held in case of SPV partner in BOT project

Single entity

Bidder Consortium

Member 1

Member 2

Member 3

Note:

1) Certificates from the clients stating satisfactory operating and maintaining of the project to be

enclosed in the support of the eligibility claim

@@@@@@

Page 71: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

70

ANNEXURE 9

FINANCIAL CAPABILITY OF THE BIDDER

A. Turnover

All values in Rs Crores

Bidder Turnover (For qualifying year)

Between 2009-2010,2013- 2014 and 2014 - 2015

Single entity Bidder

Consortium Member 1

Consortium Member 2

Consortium Member 3

Instructions:

1. Attach copies of audited financial statements for qualifying year

2. The Bidder’s statutory auditor shall certify all figures quoted above. A detail working of the

figures quoted should be submitted along with the certificate.

3. In case of a JV/ consortium the financial capability of the main bidder and that of the JV

partner (s) consortium has to meet the PQ requirement either collectively or individually in

such a way that the lead member should possess at least 50% of the PQ requirements

individually. Number of JV partners or the number of partners in consortium shall in no way

be more than 3

***********

Page 72: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

71

ANNEXURE 10

Format for Memorandum Of Understanding (MoU)

(To be drawn on Non – judicial stamp paper of Rs 100.0 if in India or such equivalent document

duly attested by Notary Public)

This Memorandum of Understanding (MOU) entered into this _____day of _______ at ______

among

M/s _______________(hereinafter referred to as”________”) and having registered office

at_____________, Member of the First Part

and

M/s _______________(hereinafter referred to as”__________”) and having registered office

at____________, Member of the Second Part.

and

M/s _______________(hereinafter referred to as”__________”) and having registered office

at____________, Member of the Third Part.

The expressions of ------------and ------------- (which expression shall unless repugnant to the

context or meaning thereof mean and indicate its successors and assignees) shall collectively be

referred to as”The Consortium” and / or “the Members” as the case may be and individually as “the

Member”

WHEREAS Patnitop Development Authority, Kud, Udhampur (herein after called “Concessioning

Authority ”) has called RFP documents for the work of construction of ------------------------(name of

the work) (herein after called the “Project”) on BOOT basis.

AND WHEREAS the Members have studied the Tender documents and had discussions for

formation of a Consortium / JV for jointly bidding for the said Project and execution and

completion of the Project (in case successful) and have reached an understanding on the following

points with respect to the Members’ rights and obligations towards each other and their working

relationship.

IT IS HEREBY AS MUTUAL UNDERSTANDING OF THE MEMBERS AGREED AND

DECLARED AS FOLLOWS:

1. That the Members will jointly submit the Tender Proposal for the said Project, execute and

complete (in case successful) the same as per the terms & conditions, specifications and other

obligations as per the Agreement with the Concessioning Authority

2. M/s ------------------ shall be the Lead Member of the CONSORTIUM / JV for all intents and

purpose and shall:

a) Be authorized for all or any of the acts, deeds or things necessary or incidental for

submission of the offer, responding to queries and submission of information/ documents,

execute and complete (in case successful) the Project as per the terms & conditions,

specifications and other obligations as per the Agreement with the Concessioning Authority

with regard to the same on behalf of the consortium

b) Represent the Consortium in its dealing with the Concessioning Authority and receive

instructions for and on behalf of any or all Members of Consortium.

Page 73: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

72

3. All Members of the Consortium / JV shall be jointly and severally liable for the execution and

due performance of the contract with the Concessioning Authority in accordance with the

contract terms.

4. ROLES AND RESPONSIBILITIES Following distribution of responsibilities will be followed in the event of the CONSORTIUM

Proposal is accepted by.

Sl. No. Activities Responsibilities

a)

b)

c)

.

.

..

5. That this MOU shall be governed in accordance with the laws of India and courts in Udhampur/

Jammu J&K shall have exclusive jurisdiction to adjudicate disputes arising from the terms

herein.

6. That this MOU shall remain valid for the period of validity of the Offer submitted by the

Consortium / JV and in case successful, till signing of the detailed Contract Agreement for the

due performance of the Contract with the Concessioning Authority for the said Project.

In witness whereof the Parties affirm that the information provided is accurate and true and

have caused this MOU to be duly executed on the date and year above mentioned.

Signed by Witness:

1. First Party 1.

2. Second Party 2.

3. Third Party 3.

Page 74: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

73

ANNEXURE - 11

SOLVENCY CERTIFICATE

(On the letter head of Bank)

This is to certify that M/s --------------------------------------------is a reputed Company with a good

financial standing and solvent to the extent of Rs.-------------------------.

Sd/-

Name of the Bank/Branch

With Seal

************

Page 75: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

74

DRAWINGS SHOWING DIFFERENT ALIGNMENTS

Page 76: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

75

Page 77: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

76

TOURIST FLOW DATA OF PATNITOP

Months

Tourists Flow to Patnitop Avg. Tourists

Flow 2007 2008 2009 2010 2011

January 10245 39473 30864 17764 40253 27719.8

February 9894 21758 19431 13796 18929 16761.6

March 8322 25961 14731 17999 20944 17591.4

April 8901 23487 13494 22084 25942 18781.6

May 18357 54331 42114 71939 56282 48604.6

June 26393 54296 51602 73973 58270 2906.8

July 23709 20388 20388 50387 28533 28681

August 13982 3784 17027 18536 13234 13312.6

September 18416 2564 20712 13762 13139 13718.6

October 16595 7871 22449 15271 14070 15251.2

November 17139 6125 21725 15711 13152 14770.4

December 25187 8231 28807 22599 - 16964.8

Total 197140 268269 303344 353821 302748 285064.4

Avg. Tourists flow/

Month 16428.3 22355.7 25278.7 29485 25229 23755.4

Months

Tourists Flow

Avg. Tourists Flow 2012 2013 2014 2015

January 11026 13866 16050 6540 47482

February 19285 11078 20602 11245 62210

March 38448 13692 206470 11394 270004

April 45384 12986 24806 6473 89649

May 65031 22693 44735 12931 145390

June 74004 37047 78907 84578 274536

July 66120 31250 84829 160562 342761

August 30157 20069 55830 185438 291494

September 17637 24626 18623 59261 120147

October 21615 23327 20191 - 65133

November 16932 20785 9408 - 47125

December 19563 18447 7424 - 45434

Total 425202 249866 587875 538422 1801365

Avg. Tourists flow/

Month 35433.50 20822.16

48989.58 59824.66 150113.75

Page 78: Detailed Tender Document For - patnitop.nic.inpatnitop.nic.in/pdf/RFP Document for Ropeway Project.pdf · Detailed Tender Document For Sd/- Executive Engineer ... Gondola system (Group

77

Patnitop Development Authority,

Kud District Udhampur,

Jammu & Kashmir (India)

Pin – 182 142

Tele-fax: 01992-288146

www.patnitop.nic.in

email: [email protected]