57
Karnataka Road Development Corporation Limited (A Government of Karnataka Enterprise) Construction of Expressway from Outer Ring Road to International Airport in Devanahalli Taluk (BMRDA PROJECT) REQUEST FOR QUALIFICATION

RFQ Expressway

Embed Size (px)

DESCRIPTION

request for quoatation for Devenhalli Airport

Citation preview

GOVERNMENT OF KERALA

Karnataka Road Development Corporation Limited(A Government of Karnataka Enterprise)Construction of Expressway from Outer Ring Road to International Airport in Devanahalli Taluk (BMRDA PROJECT)

REQUEST FOR QUALIFICATION January 2007

16/J, 1st Floor, Miller Tank Bed Area, Bangalore 560 052

Ph : 2238 2360, 2238 2361, 2238 2362, 2238 0142, Fax : 080 - 2238 0143

E-Mail: [email protected], Web Site: www.krdcl.com

DISCLAIMER

The information contained in this Request for Qualification (RFQ) document or subsequently provided to Applicant(s), whether verbally or in documentary form by or on behalf of the Karnataka Road Development Corporation Limited (Government Representatives) or any of their employees or advisors, is provided to Applicant(s) on the terms and conditions set out in this RFQ document and any other terms and conditions subject to which such information is provided.

This RFQ document is not an agreement and is not an offer or invitation by the Government Representatives to any other party. The purpose of this RFQ document is to provide interested parties with information to assist the formulation of their Application for Qualification (AFQ). The RFQ document does not purport to contain all the information each Applicant may require. This RFQ document may not be appropriate for all persons, and it is not possible for the Government Representatives, their employees or advisors to consider the investment objectives, financial situation and particular needs of each party who reads or uses this RFQ document. Certain Applicants may have a better knowledge of the proposed Project than others. Each Applicant should conduct its own investigations and analysis, and should check the accuracy, reliability and completeness of the information in this RFQ document, and obtain independent advice from appropriate sources. The Government Representatives, their employees and advisors make no representation or warranty and shall incur no liability under any law, statute, rule or regulation as to the accuracy, reliability or completeness of the RFQ document.

TABLE OF CONTENTS

S. No.DescriptionPage No.

Schedule of Bidding Process4

Invitation for Qualification5

Main Sections

Section IIntroduction 6

Section IIInstructions to Applicants8

Section IIIEvaluation Criteria17

Annexures

Annexure 1Members of Steering Committee18

Annexure 2-AProject Profile19

Annexure 2-BConcession Outline20

Appendices

Appendix 1Format for Letter of Application22

Appendix 2-AFormat for Power of Attorney for Signing of Application23

Appendix 2-BFormat for Power of Attorney for Lead Member(s) of Consortium24

Appendix 3Details of Applicant26

Appendix 4AGuideline for Evaluating Qualification proposal 27

Appendix 4BQualification Response Sheet No:1 31

Appendix 4BQualification Response Sheet No:232

Appendix 4BQualification Response Sheet No:3.134

Appendix 4BQualification Response Sheet No:3.235

Appendix 4BQualification Response Sheet No:3.336

Appendix 4BQualification Response Sheet No:3.437

Appendix 4BQualification Response Sheet No:3.5(a)38

Appendix 4BQualification Response Sheet No:3.5(b)39

Appendix 5Site Map40

SCHEDULE OF BIDDING PROCESS

S. No.Event DescriptionDate

1Last Date for Receiving Queries19th Jan 2007

2Pre-bid meeting22nd Jan 2007 at 11 A.M

3KRDCLs Response to Queries 24th Jan 2007

4Application Due Date and Time5th Feb 2007 up to 4 P.M

Managing Director,

Karnataka Road Development Corporation Ltd.,

16/J, Miller Tank Bed Area, Thimmaiah Road Cross, Bangalore 560 052

Phone: 0091-80-2238 0141/42 Fax: 0091-80-2238 0143, E-mail : [email protected]

Cost of RFQ Document

(Inclusive of taxes)Rs.15,000/- (Rupees Fifteen Thousand only) in the form of a crossed demand draft (non-refundable) drawn in favour of Managing Director, KRDCL, on any scheduled bank, payable at Bangalore, India

Pre-bid meetingon 22nd January 2007 at the Board Room, KRDCL

Last date for submission of Applications (Application Due date)5th February 2007 up to 1600 hrs IST

TENDER NOTICE.

SECTION I

INTRODUCTION

1.1 Project Background

1.1.1 The Government of Karnataka (GOK) intends to implement expressway from existing outer ring road (ORR) of Bangalore to International Airport in Devanahalli Taluk on BOT basis for which Bangalore Metropolitan Region Development Authority (BMRDA) is the nodal agency. The implementation of this project is entrusted to Karnataka Road Development Corporation Limited (KRDCL). A Steering Committee is constituted for implementation of this project (Copy of list of members of Steering Committee is enclosed in Annexure 1). The main purpose of this expressway is to have a dedicated uninterrupted route from Horamavu on the ORR to International Airport. The proposed route starts from Horamavu on the ORR and crossing BDA limit near Bagalur and then on passing through BIAAPA (Bangalore International Airport Area Planning Authority) limits on to airport. Total length of Expressway is approximately 22 Kms.

1.1.2 The selected developer (Concessionaire) shall be responsible for the designing, financing, procurement, construction, and maintenance of the Expressway from Outer Ring Road to International Airport in Devanahalli Taluk (the Project) under the Concession Agreement to be signed between the Concessionaire and Concessioning Authority (GOK / BMRDA / KRDCL). The Concessionaire will be allowed to collect the Toll.1.1.3 The scope of work include construction of multi-lane divided carriageway along with/without service roads with access control facilities. The exact scope of work will be given in the RFP to be supplied to the qualified agencies who are interested in bidding.1.1.4 The approximate base construction cost of the Project is around Rs.400 crores. The estimated cost will be indicated in the RFP.1.1.5 A brief profile of the Project has been provided as Annexure 2-A. The outline of the proposed Concession has been provided as Annexure 2-B.

1.2 Brief Description of Bidding Process

1.2.1 KRDCL intends to follow a 2-stage process, comprising a Qualification Stage followed by the Proposal Stage for selection of the Preferred Bidder for the Project. The first stage of the process involves qualification of interested parties (Applicants). This Request for Qualification (RFQ) Document deals with the first stage (Qualification Stage), and at the end of this stage KRDCL expects to announce a shortlist of suitable Applicants for the next stage (Proposal Stage).

1.2.2 The short listed applicants would be called to submit detailed proposals (Proposal) in respect of the Project in accordance with a Request for Proposal (RFP) Document. During the Qualification stage, Applicants would be required to furnish the information specified in this RFQ Document.

1.2.3 During the Proposal Stage, Bidders would be expected to examine the Project in further detail, and carry out such studies as may be required to submit Proposals for the implementation of the Project.

1.2.4 As part of the RFP document, KRDCL would provide information pertaining/relevant to the Project available with it.

1.2.5 The Project would be awarded to the Successful Bidder after evaluating the Proposals on the basis of the bidding criteria specified in the RFP document for the Project. Further details of the process to be followed at the Proposal Stage would be spelt out in the RFP document (to be issued to Short listed Applicants).

SECTION II

INSTRUCTIONS TO APPLICANTSA. GENERAL

2.1 Scope of Application

2.1.1 KRDCL wishes to receive Applications for Qualification to shortlist experienced and capable Applicants for the Proposal stage.

2.1.2 Short-listed Applicants would be subsequently invited to submit the Proposal in respect of the Project.

2.2 Eligible Applicants

2.2.1 The Applicant may be a single business entity or a group of business entities (hereinafter referred to as Consortium), coming together for the purpose of this Project. The term Applicant used hereinafter would therefore apply to both a single entity and a Consortium.

2.2.2 The Applicant should submit a Power of Attorney as per the format enclosed at Appendix 2-A authorizing the signatory of the application to commit the Applicant.

2.2.3 Applications submitted by a Consortium should comply with the following additional requirements:

(a) number of members in a consortium would be limited to 3(three);

(b) the application should contain the information required for each member of the consortium;

(c) the application should include a description of the roles and responsibilities of individual members;

(d) an individual applicant cannot at the same time be a 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;

(e) members of the consortium shall nominate one member as the Lead Member. The nomination(s) shall be supported by a power of attorney as per the format enclosed at Appendix 2-B signed by all the members. The Lead Member and the ordinary Member, as the case may be, shall be required to meet the criteria specified in Appendix 4A

(f) members of the consortium shall enter into a Memorandum of Understanding (MoU) for the purpose of making the application and submitting proposal in the event of being short-listed.

The MoU shall, inter alia:

(i) Convey the intent to form a joint venture company, with shareholding commitments(s) in accordance with Appendix 4A of this RFQ, 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 Consortium.

(ii) Clearly outline the proposed roles and responsibilities of each member at each stage.

(iii) Include a statement to the effect that the members of the Consortium shall be liable jointly and severally for the execution of the Project in accordance with the terms of the Concession Agreement.

(iv) The equity stake in percentage terms proposed to be taken by each member of the Consortium.

A copy of the MoU should be submitted with the Application. The MoU entered into between the members of the Consortium should be specific to this Project and should contain the above requirements failing which the Application shall be considered non-responsive.

2.2.4 Any entity which has been barred by Public Works Department (PWD) Government of Karnataka, KRDCL, Ministry of Road Transport and Highways (MoRTH) Government of India, National Highway Authority of India (NHAI) and any other agency of Government of Karnataka from participating in road/infrastructure projects (BOT or otherwise) and the bar subsists as on the Application Due Date (as set out in Clause 2.17), would not be eligible to submit an Application, either individually or as member of a Consortium.

2.3 Change in Consortium composition

2.3.1 Change in the composition of a Consortium will not be permitted by KRDCL during the Qualification Stage.

2.3.2 Change in the composition of a Consortium may be permitted by KRDCL during the Proposal Stage, only where:

(a) the modified Consortium would continue to meet the Qualification criteria for Applicants;

(b) the proposed changes do not bring down the number of Applicants below a critical minimum considered necessary by KRDCL to preserve the spirit of competitive bidding; and

(c) the new member(s) expressly adopt(s) the Application already made on behalf of the Consortium as if it were a party to it originally, and is not a party of any other Consortium / Applicant bidding for this Project.

2.3.3 Grant of approval for change in the composition of a Consortium shall be at the sole discretion of KRDCL and must be approved by KRDCL in writing.

2.3.4 The modified Consortium would be required to submit a revised Memorandum of Understanding.

2.4 Number of Applications

Each Applicant shall submit only one (1) Application, in response to this RFQ. Any Applicant, who submits or participates in more than one Application will be disqualified and will also cause the disqualification of the Consortium of which it is a member.

2.5 Application Preparation Cost

The Applicant shall be responsible for all of the costs associated with the preparation of its Application and its participation in the Qualification process. KRDCL will not be responsible or in any way liable for such costs, regardless of the conduct or outcome of the Qualification process.

2.6 Project Inspection and Site Visit

2.6.1 It is desirable that each Applicant submits its Application after visiting the site and ascertaining for themselves the location, surroundings, traffic or any other matter considered relevant by them.

2.6.2 It would be deemed that by submitting the Application, the Applicant has:

(a) made a complete and careful examination of the RFQ, and

(b) received all relevant information requested from KRDCL .

2.6.3 KRDCL shall not be liable for any mistake or error on the part of the Applicant in respect of the above.

2.7 Right to Accept any Application and to Reject any or all Applications

2.7.1 Notwithstanding anything contained in this RFQ, KRDCL reserves the right to accept or reject any Application and to annul the bidding process and reject all Applications / Proposals, at any time without any liability or any obligation for such acceptance, rejection or annulment, without assigning any reasons.

2.7.2 KRDCL reserves the right to reject any Application/Proposal if:

(a) at any time, a material misrepresentation is made or uncovered, or

(b) the Bidder does not respond promptly and thoroughly to requests for supplemental information required for the evaluation of the Proposal

(c) subsequent to the Application Due Date (but prior to the signing of the Concession Agreement) the entity submitting the Application/Proposal either individually or as a member of a Consortium is barred by PWD / KRDCL / any other agency of GoK / NHAI / MoRTH from participating in road / infrastructure projects (BOT or otherwise).

Such misrepresentation/improper response would lead to the disqualification of the Bidder. If the Bidder is a Consortium, then the entire Consortium would be disqualified / rejected. If such disqualification/rejection occurs after the Price Proposals have been opened, then KRDCL reserves the right to take any such measure as may be deemed fit in the sole discretion of KRDCL, including annulment of the bidding process.

B.Documents

2.8 Contents of RFQ

The RFQ Document comprises the contents as listed below, and would additionally include any Addenda issued in accordance with Clause 2.10.

Main Sections

Section IIntroduction

Section IIInstructions to Applicants

Section IIIEvaluation Criteria

Annexures

Annexure 1Members of Steering Committee

Annexure 2-AProject Profile

Annexure 2-BConcession Outline

Appendices

Appendix 1Format for Letter of Application

Appendix 2-AFormat for Power of Attorney for Signing of Application

Appendix 2-BFormat for Power of Attorney for Lead Member(s) of Consortium

Appendix 3Details of Applicant

Appendix 4AGuidelines for evaluating qualification proposal: Technical and financial capability of the bidder to undertake the project

Appendix 4BQualification Response Sheets

Appendix 5Guidelines for providing information related to Experience

Appendix 6Guidelines for providing information related to Financial Capability

Appendix 7Site Map

2.9 Clarifications

A prospective Applicant requiring any clarification on the RFQ document may notify KRDCL in writing or by e-mail to [email protected]. The Applicants should send in their queries latest by the Last date of receiving the queries mentioned in the Schedule of Bidding Process. KRDCL would endeavor to respond to the queries by the date mentioned in the Schedule of Bidding Process. The responses will be sent by fax / mail / courier and posted on the website. KRDCL may forward its responses, on its own discretion, to all purchasers of the RFQ Document and Registered Applicants and would include a description of the enquiry with / without identifying its source.

2.10 Amendment of RFQ

2.10.1 At any time prior to the deadline for submission of Application, KRDCL may, for any reason, whether at its own initiative or in response to clarifications requested by an Applicant, modify the RFQ Document by the issuance of Addenda. Such Addenda would be posted on the website of the KRDCL at www.krdcl.com.

2.10.2 Any Addendum thus issued will be sent in writing to all those who have purchased the RFQ Document and to those who have downloaded the RFQ Document from the website and have duly intimated to KRDCL their particulars including address for communication by fax (Registered Applicants). Copy of the Addendum shall be submitted along with completed application duly signed by the authorized signatory.

2.10.3 In order to afford the Applicants reasonable time in which to take an Addendum into account, or for any other reason, KRDCL may, at its own discretion, extend the Application Due Date. Intimation regarding such extension in the Application Due Date would only be posted on the website of KRDCL at www.krdcl.com.

C. Preparation and Submission of Application

2.11 Language

The Application and all related correspondence and documents should be written in the English language. Supporting documents and printed literature furnished by the Applicant with the Application may be in any other language provided that they are accompanied by appropriate translations of the pertinent passages in the English language. Supporting materials, which are not translated into English, may not be considered. For the purpose of interpretation and evaluation of the Application, the English language translation shall prevail.

2.12 Currency

The currency for the purpose of the Application shall be the Indian Rupee (INR). The conversion to Indian Rupees for each Financial Year shall be based on the closing exchange rate published by the Reserve Bank of India as on March 31 of each such Financial Year or the nearest prior date for which the RBI rate is available. In all such cases, the original figures in the relevant foreign currency and the INR equivalent thereof must be given. The exchange rate(s) applied shall be clearly stated by the Applicant in the relevant Bid Response Sheets. KRDCL reserves the right to use any other suitable exchange rate for the purpose of uniformly evaluating all Applicants.

2.13 Validity of Application

Application shall remain valid for a period not less than nine (09) months from the Application Due Date (Application Validity Period). KRDCL reserves the right to reject any Application, which does not meet this requirement.

2.14 Extension of Validity of Application

In exceptional circumstances, prior to expiry of the original Application Validity Period, KRDCL may request Applicants to extend the Application Validity Period for a specified additional period.

2.15 Format and Signing of Application

2.15.1 The Applicant would provide all the information as per this RFQ. KRDCL would evaluate only those Applications that are received in the required format and complete in all respects.

2.15.2 The Applicant shall prepare one original of the documents comprising the Application and clearly marked ORIGINAL. In addition, the applicant shall make one (1) copy of the Application, clearly marked COPY. In the event of any discrepancy between the original and the copy, the original shall prevail.

2.15.3 The Application and its copy shall be typed or written in indelible ink and the Applicant shall initial each page. All the alterations, omissions, additions, or any other amendments made to the Application shall be initialed by the person(s) signing the Application.

2.16 Sealing and Marking of Applications

2.16.1 The Applicant shall seal the original and the copy of the Application in separate envelopes, duly marking the envelopes as ORIGINAL and COPY. The envelopes shall then be sealed in a single outer envelope.

2.16.2 The envelope marked as Original shall contain:

(a) Covering letter stating clearly the validity of the Application;

(b) Power of Attorney as per the format enclosed at Appendix 2A;

(c) Power of Attorney as per the format enclosed at Appendix 2B, in case of Consortium;

(d) Copy of the MoU in case of a Consortium;

(e) Application in the prescribed format (Appendix 3) along with supporting documents;

(f) Bank Draft towards cost of RFQ document (in case the same has been downloaded from the website). In case the document is purchased from KRDCL, a photocopy of the receipt of the payment is to be enclosed.

The envelopes shall clearly bear the following identification:

Application for Qualification: Construction of Expressway from Outer Ring Road to International Airport in Devanahalli Taluk

2.16.3 The envelope shall be addressed to:

ATTN. OF:

Managing Director,

Karnataka Road Development Corporation Ltd,

ADDRESS:

16/J, I Floor, Miller Tank Bed Area,

Thimmaiah Road Cross,

Bangalore 560 052

Telephone: 0091- 80- 22380141/42, Fax: 080 22380143

2.16.4 If the envelope is not sealed and marked as instructed above, KRDCL assumes no responsibility for the misplacement or premature opening of the contents of the Application submitted.

2.17 Application Due Date

2.17.1 Applications should be submitted before 1600 hours IST on the Application Due Date mentioned in the Schedule of Bidding Process, at the address provided in Clause 2.16.3 in the manner and form as detailed in this RFQ. Applications submitted by either facsimile transmission or telex will not be accepted.

2.17.2 KRDCL may, in exceptional circumstances, and at its sole discretion, extend the Application Due Date in accordance with Clause 2.10.

2.18 Late Applications

KRDCL may, at its sole discretion, accept any Application received after the Application Due Date. Any such Application accepted shall be deemed to have been received by the Application Due Date.

2.19 Modifications/ Substitution/ Withdrawal of Applications

2.19.1 The Applicant may modify, substitute, or withdraw its Application after submission, provided that written notice of the modification, substitution, or withdrawal is received by KRDCL by the Application Due Date and Time. No Application shall be modified, substituted, or withdrawn by the Applicant after the Application Due Date.

2.19.2 The modification, substitution, or withdrawal notice shall be prepared, sealed, marked, and delivered in accordance with Clause 2.16, with the envelopes being additionally marked MODIFICATION, SUBSTITUTION or WITHDRAWAL, as appropriate.

D. Evaluation of Application

2.20 KRDCL would open the Applications on any working day within 45 days of the Application Due Date for the purpose of evaluation.

2.21 Applications for which an acceptable notice of withdrawal has been submitted in accordance with Clause 2.19 shall not be opened.

2.22 KRDCL would subsequently examine and evaluate Applications in accordance with the criteria set out in Section III.

2.23 KRDCL reserves the right to reject any Application, if:

(a) at any time, a material misrepresentation is made or uncovered; or

(b) the Applicant does not respond promptly and thoroughly to requests for supplemental information required for the evaluation of the Application.

(c) subsequent to the Application Due Date (but prior to the signing of the Concession Agreement) the entity submitting the Application/Proposal either individually or as a member of a Consortium is barred by PWD / KRDCL / any other agency of GoK / NHAI / MoRTH from participating in road/infrastructure projects (BOT or otherwise).

2.24 Confidentiality

Information relating to the examination, clarification, evaluation, and recommendation for the short-listed Applicants shall not be disclosed to any person not officially concerned with the process. KRDCL will treat all information submitted as part of Application in confidence and would require all those who have access to such material to treat the same in confidence. KRDCL will not divulge any such information unless it is directed to do so by any authority that has the power under law to require its disclosure.

2.25 Tests of responsiveness

2.25.1 Prior to evaluation of Applications, KRDCL will determine whether each Application is responsive to the requirements of the RFQ. An Application shall be considered responsive if the Application:

(a) is received /deemed to be received by the Application Due Date including any extension thereof pursuant to Clause 2.17.2.

(b) is signed, sealed and marked as stipulated in Clause 2.16.

(c) is accompanied by the power(s) of attorney as specified in Clause 2.2.

(d) contains all the information as requested in the RFQ.

(e) contains information in formats same as those specified in this RFQ.

(f) mentions the validity period as set out in Clause 2.13.

(g) is accompanied by the MOU (for consortium), specific to this Project, as stipulated in Clause 2.2.3(f).

(h) is accompanied by payment towards cost of the RFQ document in case the same has not been paid while procuring the RFQ document. 2.25.2 KRDCL reserves the right to reject any Application which is non-responsive and no request for alteration, modification, substitution or withdrawal shall be entertained by KRDCL in respect of such Applications.

2.26 Clarifications

To facilitate evaluation of Applications, KRDCL may, at its sole discretion, seek clarifications in writing from any Applicant regarding its Application.

E. Qualification and Notification

2.27 After the evaluation of Applications, KRDCL would announce a list of successful Applicants (Bidders) who meet the Qualification Criteria.

2.28 The Bidders would be requested to submit a detailed Proposal in the form and manner set out in the RFP Document.

SECTION III

CRITERIA FOR EVALUATION

3.1 Evaluation Parameters

3.1.1 Qualification Proposal is to judge the Bidders capability and is proposed to be established by the following parameters

(a) Technical capability

(b) Financial capability

(a)Technical capability: The Bidder should have executed Eligible Projects in the Road and / or Core Infrastructure Sector over the last 5 years immediately preceding the Application Due Date with an aggregate experiences score equal to at least 100% of the Total Project Cost of this Project (Ref. ANNEX 4B Response Sheet No. 1 and Response Sheet No. 2). This is a pass/fail criteria and no bid capacity assessment would be carried out based on technical capability of the Bidder.

(Total project cost to be considered is Rs. 440 Crores)

(b)Financial capability: The financial capability of the Bidder shall be evaluated in terms of three criteria (Ref. APPENDIX 4B Response Sheet No. 3.1, 3.2, 3.3 and 3.4):

(i) Net Worth: The average aggregate net worth of the bidder (either single entity or consortium) over the last three financial years should be at least 25% of the total project cost of this project.

And

(ii) Net Cash Accruals: The average aggregate Net Cash Accruals of the Bidder (either Single Entity or Consortium) over the last 3 years should be at least 10% of the Total Project Cost of this Project. In addition, the Net Cash Accruals of the individual Consortium Members or the Single Entity should be positive for each of the last 3 financial years.

The Bidders to note that average aggregate Net Cash Accruals may be calculated by taking into consideration the period of Financial Year.

The criteria as set out in (i) and (ii) above are pass / fail criteria and the Bidder must qualify on both these criteria for its Equity Financing Plan to be evaluated.

(iii) Equity Financing Plan: The Bidder must provide a committed and unencumbered Equity financing plan for financing the Equity for the Project as per this RFQ.

The bidding capacity of the Bidder would be based only on the amount of committed aggregate Equity Financing it is able to mobilize for executing the Project.

During evaluation of bids, the Financial Capability of the bidder (Single Entity/each Member of the Consortium) shall be arrived by adjusting the amount towards his earlier commitments made for BOT (TOLL)/BOT (Annuity) Projects in Highway Sector as well as any other BOT Project in other Infrastructure Sectors which are either already in hand (i.e. LOA has been issued) or likely to be in hand of the Bidder.

3.1.2 On each of these parameters, the Bidder would be required to meet the evaluation criteria as detailed in APPENDIX 4A. Bidders meeting all the criteria subject to provisions of this RFQ will be qualified and invited for bidding.

Annexure 1

Members of the Steering Committee:

1.Shri Sudhir Krishna, IAS,

Metropolitan Commissioner, BMRDA

CHAIRMAN

2.Shri Ramesh Bindurao Zalki IAS,

Managing Director, KRDCL

MEMBER CONVENER

3.Shri M.K. Shankarlinge Gowda IAS,,

Commissioner, BDA

MEMBER

4.Shri R. Jaiprasad, Retd. Engineer-in chief (NH &BMP)

MEMBER

5.Professor C.E.G Justo

Emeritus Prof. Bangalore University

MEMBER

6.Shri D.K. Rangaswamy, IAS,

Deputy Commissioner, Bangalore (Rural)

MEMBER

7.Shri B.K. Singh, Chief Executive Officer

Lake Development Authority

MEMBER

8.Shri K. Jaiprakash, Chief Engineer, (C&B) South

MEMBER

9.Shri P.V. Ravi, Chief Executive Officer

M/s. iDeCK, Bangalore

MEMBER

10.Shri R.N. Reddy, Member Secretary, BIAAPA

MEMBER

11.Shri V.P. Baligar, IAS, Principal Secretary,

Infrastructure Development Department

MEMBER

12.Shri. M.A. Sadik, Deputy Commissioner, Blore (Urban)

MEMBER

13.Dr. H.C. Sharath Chandra, Chairman, KSPCB

MEMBER

14.Shri Albert Brunner, Chief Executive Officer, BIAL

MEMBER

15.Shri V.M Hegde, Director, Town Planning

MEMBER

16.Regional Commissioner, Bangalore

MEMBERAnnexure 2-A

PROJECT PROFILE

The Bangalore Metropolitan Region Development Authority (BMRDA) intends to implement expressway from BDA outer ring road to International Airport in Devanahalli Taluk on BOT basis through KRDCL. The main purpose of this expressway is to have a dedicated uninterrupted route from Horamavu on the ORR to International Airport. The proposed route starts from Horamavu on the ORR and crossing BDA limit near Bagalur and then on passing through BIAAPA (Bangalore International Airport Area Planning Authority) limits on to airport. The proposed Expressway shall be fully access controlled and high speed facility.

Total length of Expressway is approximately 22 Kms.

The Expressway will have 6 lane divided carriageway in the I stage which will be widened to 8 lane divided carriageway subsequently in the II stage. Access control has to be provided by raising the formation level or by providing fencing on both sides. The exact requirements will be given in the RFP. The first 2.5 to 3 Kms of the road will be elevated structure with 4 lane divided carriageway in the I stage which will be widened to 8 lane divided carriageway in II stage.

Suitable underpasses / overpasses across the main carriageway for cross traffic to be provided. Suitable surface level roads in the grade separated sections to be provided.

There will be a minimum of 3 major Interchanges and 1 ROB. Actual numbers of will be indicated in RFP. Appropriate cross drainage structures across the nala, stream and river crossings are envisaged in the project. Appropriate integration with the various major road crossings including provision / construction of loops have also been envisaged in the project.

The Concessionaire would need to provide various facilities for the users of the Expressway and for its efficient operation. The details of the facilities to be provided would be contained in the RFP documents.

The Concessionaire would also be responsible for providing adequate safety measures by way of crash barriers, other traffic user facilities etc. and appropriate landscaping.

The preparation of Feasibility report is under progress. The cost may vary depending on construction of elevated road / tunnel for some stretches.

Annexure 2-B

CONCESSION OUTLINE

The following is an outline of the proposed concession terms for the Project. The proposed Concession Agreement would form part of the RFP and would be provided to bidders at the Proposal Stage.

Concession Period

The Concession Period for the Project would vary between 15 to 30 years and will be indicated in the RFP, 18 months as Construction Period and balance as Operations Period.

Tolling rights & Payment Mechanism

The Project is structured on BOT basis and tolling rights will be given to Concessionaire.

Delivery of Site

KRDCL would deliver the Project site, free of all encumbrances consistent with the Project completion schedule.

Environmental and Social Issues

Environment clearance, if any, required for implementation of this Project would be obtained by KRDCL. KRDCL / BMRDA would also be responsible for the rehabilitation/resettlement and payment of compensation, if any, in respect of acquired land as per applicable guidelines.

Financial Close

The Concessionaire would be required to achieve financial close within a specified period from signing the Concession Agreement.

VGF

Viability gap, if any, will be made up with Gap Funding.(This will be indicated in RFP after the viability studies are completed)

Design and Construction

The responsibility for design, construction and quality assurance of the Project facility in accordance with the Specifications and Standards prescribed would be that of the Concessionaire. KRDCL will provide the Feasibility Report, Broad design parameters and Specifications which shall be taken as a guideline for the Project by the Concessionaire.

Operation & Maintenance

The Concession Agreement would set out the O&M requirements and standards . The Concessionaire would be required to maintain the Project Facility in accordance with such specifications and standards.

Independent Engineer

An independent engineer would be appointed to monitor the Project during the Concession Period.

Minimum Equity Stake

The Successful Bidder would maintain a minimum aggregate equity stake in the Project equivalent to 51% till the expiry of 3 years from the Commercial Operations Date (COD) and 26% for balance period of the concession.

In case of a consortium with a Lead Member, the Lead Member would maintain a minimum equity stake equal to 51% of the aggregate shareholding of the Consortium in the Project during the entire period of concession.

A member, who is not a Lead Technical Member would maintain a minimum equity stake equal to 10% of the aggregate shareholding of the Consortium in the Project during the entire period of concession.

Transfer of Project

The Project facility in accordance with the requirements and standards specified in Concession Agreement, to be executed with the successful bidder, would be transferred to KRDCL at zero cost upon expiry of the Concession Period.

Force Majeure

Protection in respect of certain force majeure events would be available. The list of events and the consequences thereof shall be set out in the Concession Agreement.

APPENDIX 1

FORMAT FOR LETTER OF APPLICATION

[On the Letter Head of the Applicant (in case of Single Applicant) or Lead Member (in case of a Consortium)]

Date:

Managing Director,

Karnataka Road Development Corporation Ltd,

16/J, I Floor, Miller Tank Bed Area,

Thimmaiah Road Cross,

Bangalore - 560052

Construction of Expressway from Outer Ring Road to International Airport in Devanahalli Taluk Sir,

Being duly authorized to represent and act on behalf of _________________ (hereinafter referred to as "the Applicant"), and having reviewed and fully understood all of the pre-qualification requirements and information provided, the undersigned hereby apply for qualification for the Project referred above.

We are enclosing our Application for Qualification (AFQ), in one Original and one Copy, with the details as per the requirements of the RFQ, for your evaluation.

We confirm that our AFQ is valid for a period of time of nine (9) months from ______________ (Application Due Date).

The undersigned hereby also declares that the statements made and the information provided in the AFQ are complete, true and correct in every detail.

Yours faithfully,

(Signature of Authorised Signatory)

(Name, Title and Address of the Bidder)

APPENDIX 2-A

FORMAT FOR POWER OF ATTORNEY FOR SIGNING OF APPLICATION

(On a Stamp Paper of relevant value)

POWER OF ATTORNEY

Know all men by these presents, we ______________(name and address of the registered office) do hereby constitute, appoint and authorize Mr./Ms. ______________________(name and address of residence) who is presently employed with us and holding the position of __________ _________________ as our attorney, to do in our name and on our behalf, all such acts, deeds and things necessary in connection with or incidental to our bid for the Construction of Expressway from Outer Ring Road to International Airport in Devanahalli Taluk, including signing and submission of all documents and providing information/ responses to Karnataka Road Development Corporation (KRDCL), representing us in all matters before KRDCL, and generally dealing with KRDCL in all matters in connection with our bid for the said Project.

We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall and shall always be deemed to have been done by us.

(Signature)

(Name, Title and Address)

I Accept

___________________(Signature)

(Name, Title and Address of the Attorney)

Notes:

1. To be executed by the sole Applicant or the Lead Member in case of a Consortium as the case may be.

2. The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid down by the applicable law and the charter documents of the executant(s) and when it is so required the same should be under common seal affixed in accordance with the required procedure.

3. Also, where required, the executants(s) should submit for verification the extract of the charter documents and documents such as a resolution / power of attorney in favour of the Person executing this Power of Attorney for the delegation of power hereunder on behalf of the Bidder.

4. In case the Application is signed by an authorised Director of the Applicant, a certified copy of the appropriate resolution / document conveying such authority may be enclosed in lieu of the Power of Attorney.

APPENDIX 2-B

FORMAT FOR POWER QF ATTORNEY FOR LEAD MEMBER(S) OF CONSORTIUM

(On a Stamp Paper of relevant value)

POWER OF ATTORNEY

Whereas the Karnataka Road Development Corporation Ltd (KRDCL), has invited Applications from interested parties for the Construction of Expressway from Outer Ring Road to International Airport in Devanahalli Taluk ("the Project").

Whereas, the members of the Consortium are interested in bidding for the Project and implementing the Project in accordance with the terms and conditions of the Request for Qualification (RFQ Document), Request for Proposal (RFP Document) and other connected documents in respect of the Project, and

Whereas, it is necessary under the RFQ Document for the members of the Consortium to designate one of them as the Lead Member with all necessary power and authority to do for and on behalf of the Consortium, all acts, deeds and things as may be necessary in connection with the Consortiums bid for the Project

NOW THIS POWER OF ATTORNEY WITNESSETH THAT:

We, M/s. __________________, M/s. ___________________M/s. __________________and M/s. __________________ (the respective names and addresses of the registered office) do hereby designate M/s. ________________________ being one of the members of the Consortium, as the Lead Member of the Consortium, to do on behalf of the Consortium, all or any of the acts, deeds or things necessary or incidental to the Consortiums bid for the Project, including submission of application/proposal, participating in conferences, responding to queries, submission of information/documents and generally to represent the Consortium in all its dealings with KRDCL, any other Government Agency or any person, in connection with the Project until culmination of the process of bidding and thereafter till the Concession Agreement is entered into with KRDCL.

We hereby agree to ratify all acts, deeds and things lawfully done by Lead Member our said attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall and shall always be deemed to have been done by us/Consortium.

Dated this ________Day of ____________ 2007.

_______________________

(Executants)

(To be executed by all the members of the Consortium)

Note:

1. The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid down by the applicable law and the charter documents of the executant(s) and when it is so required the same should be under common seal affixed in accordance with the required procedure.

2. Also wherever required, the executant(s) should submit for verification the extract of the charter documents and documents such as resolution/ power of attorney in favour of the person executing this power/ of attorney for the designation of power hereunder on behalf of the bidder.

APPENDIX 3

DETAILS OF APPLICANT

1.(a)Name

(b) Country of Incorporation

(c) Address of the corporate headquarters and its branch office(s), if any, in India

(d)Date of incorporation and / or commencement of business

2Brief description of the Company including details of its main lines of business and proposed roles and responsibilities in this Project.

3 Name, Designation, Address and Phone Nos. of Authorized Signatory of the Applicant:

(a) Name:

(b) Designation:

(c) Company:

(d) Address:

(e) Telephone No:

(f) E-mail Address:

(g) Fax No:

4Details of individual (s) who will serve as the point of contract/communication for KRDCL within the Company

(a) Name:

(b) Designation:

(c) Address:

(d) Telephone No.

(e) E-mail address:

(f) Fax No.

5In case of Consortium:

(a) The information above (1-4) should be provided for all the members of the Consortium

(b) Information regarding role of each member should be provided as per table below:

Sl. No. Name of MemberRole of the Member*

1

2

3

4

* Specify whether Lead Member or Member

Appendix 4A

GUIDELINES FOR EVALUATING QUALIFICATION PROPOSAL: TECHNICAL AND FINANCIAL CAPABILITY OF THE BIDDER TO UNDERTAKE THE PROJECT

A.Evaluation Parameters for Qualification Proposal

The Qualification Proposal is to judge the Bidders competence and capability and will be established by the following parameters:

(a)Experience as developer and /or contractor (step 1)

(b)Financial capability in terms of (step 2)

(i) Net Worth

(ii) Net cash accruals

(iii) Equity Financing Plan (step 3)

On each of these parameters, the Applicant would be required to meet the evaluation criteria as detailed in this Appendix 4A. Step 1 and Step 2 are pass/fail criteria, whereas Step 3 assesses the Bidders plan to provide financials into the Project.

B.Eligible Experience for Technical Qualification Capability

The Technical Qualification criteria are only pass/fail criteria. The following experience would qualify as Eligible Experience:

(i) Category 1: Developer and/or Contractor Experience in the Road sector

(ii) Category 2: Developer and/or Contractor Experience in Core Infrastructure Sector

For the purpose of this document:

i. Road sector would be deemed to include roads, highways, expressways, bridges, airfields, tunnel for roads and railways (Other tunnels are excluded);

ii. Core Infrastructure sector would be deemed to include power, telecom, ports, railways, industrial parks and other such parks, petroleum and natural gas, petrochemicals, steel, cement, fertilisers, mining, pipelines, irrigation, water supply and sewerage, township and real estate and tunnels for other sectors.

B.1Eligible Experience would be measured only for Eligible Projects.

For a Project to qualify as an Eligible Project, at current prices, the minimum threshold size is given below:

Project CategoryThreshold Size as a percentage of the Total Project cost

Category 130% of the Total Project Cost

Category 2 40% of the Total Project Cost

For any Project, under both categories, it should have been completed / substantially completed during the 5 year period immediately preceding the Application due date. The escalation factors for relevant Projects under both categories are given below.

YearEscalation Factor

2005 061

2004 051.08

2003 041.17

2002 031.26

2001 02 & Earlier1.36

Eligible Project Cost = Project cost (in crores) * Escalation factor

Total Score = sum of the eligible Project Costs

Note

For foreign currency conversion rate, the exchange rate (RBI reference rate) as was applicable at the time of completion / substantial completion of the project shall be taken. The Bidder should submit proof of the applicable exchange rate along with the proposal.

An Applicant quoting experience as Developer of a Project should have a minimum 26% shareholding in the Project at the time of completion / substantial completion of that Project.

Applicant shall quote experience in respect of a particular eligible Project under any one category only, even though the Applicant (either individually or along with a member of the Consortium) may have played the role of both in the cited Project

In the event that two or more members of a Consortium have participated in the same Project as Developers, only one member should mention the Project. In case more than one Member mentions the same Project, the experience of the Member having the higher equity holding at the time of commissioning of the Project shall be considered and the experience of the other Member(s) shall not be considered for the purpose of evaluation.

In the event two or more Members have construction experience in the same Project, their billing will not be added unless the two experiences are from different scope of work and billing of one is not a part of the other Member(s).

B.2Evaluation Criteria for Technical Qualification Capability (Step 1)

Any Applicant who achieves an Experience Score of 100% of Project Cost (Threshold Experience Score) or above would be deemed to meet the experience criterion for Proposal for Qualification Stage.

Details of Experience

The Applicant should furnish the details of Eligible Experience as on Application Due Date.

The Applicant should furnish adequate evidence to support its claim as per Appendix 4B, Qualification Response Sheet 1 and Qualification Response Sheet 2.

C. Financial Qualification Capability assessment

Financial capability of the Applicants would be judged on the basis of the following:

(a) Average Aggregate Net Worth during the last three financial years (Qualification Response Sheet No 3.1)

(b) Average Aggregate Net Cash Accruals during the last three financial years (Qualification Response Sheet No 3.1). Also the Net Cash Accruals of the individual members of the Consortium, or the sole Bidder should be positive for each of the last 3 financial years.

(c) Equity Financing Plan

Dates and conversion rate to be used for currency conversion For conversions, the exchange rate would be the exchange rate (RBI rate) as applicable 7 days prior to Application Due Date. The date and the exchange rate used must be mentioned.

Criteria (a) and (b) of Financial Capability are pass/fail criteria only. The Response Sheets must be supported by a certificate from the Applicants statutory auditor.

The Application must be accompanied by the Audited Annual Report including balance sheets, Profit and Loss Sheets and Cash Flow Statements of the Applicant (of each member in case of a consortium) for the last three (3) financial years.

C.1Evaluation Criteria for Financial Qualification Capability (Step 2 and 3)

For the purpose of financial qualification, an Applicant would be required to demonstrate the Threshold Financial Capability measured on the following criteria:

Step 2

a) The Average Aggregate Net Worth of the Bidder (either sole or consortium) over the last three financial years should be at least 25% of the Total Project Cost of this Project.

b) The Average Aggregate Net Cash Accruals of the Bidder (either sole or consortium) over the last 3 years should be at least 10% of the Total Project Cost of this Project. In addition, the net cash accruals of the individual members of the Consortium, or the sole Bidder should be positive for each of the last 3 financial years.

The Bidders to note that the Average Aggregate Net Cash Accruals may be calculated by taking into consideration the period of financial year.

Step 3

c) Equity Financing Plan of the Applicant is explained in detail in section C.3.

The first two criteria viz. Step 2 (a) and Step 2 (b) are a pass/fail test whereas, the third criteria is to assess the financial bidding capacity of the Bidder (sole/consortium). The Bidder has to pass both the first two criterion, to be eligible for assessment of the financial bidding capacity.

C.2Evaluation Criteria for a Consortium

In case the Applicant is a Consortium, Eligible Experience and Financial Capability would be taken as an arithmetic sum of the respective Eligible Experience and Financial Capability of each member of the Consortium. The Consortium would be required to meet the threshold criteria on the basis of aggregate figures subject to provisions of APPENDIX 4A section C.2.

The consortium would need to specify a Lead Member for the Project.

(a)Each Member (either Lead member or any other member) would be required to:

(i) Demonstrate at least 50% of the Threshold Technical Experience Score as specified in APPENDIX 4A section B;

OR

(ii) Demonstrate at least 50% of Threshold Financial Capability specified under APPENDIX 4A section C.1

(b)Percentage Equity Stake required by the members:

(i)The Lead member shall commit to hold a minimum equity stake equal to 51% of the aggregate shareholding of the Consortium at all times during the Concession Period.

(ii)The Member of the consortium, who is not the Lead Member, shall Commit to hold a minimum equity stake equal to 24% of the aggregate shareholding of the Consortium in the SPV at all times during the Concession Period

C.3Equity Financing Plan of the Bidder (Step 3)

The Equity Financing Plan will judge the Bidders ability to access funds and be able to successfully mange and implement the Project.

The Bidder will have to furnish a minimum Equity Financing Plan of 30% of the Total Project Cost (TPC).

The Equity financing plan should be substantiated by documents under the categories as given below attached in qualification response sheet 3.2. The formats for the documents are provided at Appendix 5B, qualification response sheet 3.3 and qualification sheet 3.4.

CategoryMeans of Financing Documents Required

1Reserves & SurplusStatutory Auditor certificate as per Qualification Response Sheet No. 3.3

2Bank FacilityBank / Financial Institution Certificate as per Qualification Response Sheet No. 3.4

3Disposable and Unencumbered Real Estate Liquidation Certificate of a Registered Real Estate Valuer certifying the value of the real estate and non encumbrance certificate from the lead lender

4Advances from the Parent Company/ Group CompanyBoard Resolution of the Parent/ Group Company and a Charted Accountant Certificate similar to the format provided at Qualification Response Sheet 3.3

Any other source of financing should be supported by authenticated documents.

APPENDIX 4B

Qualification Response Sheet No. 1

FORMAT FOR SUBMISSION FOR PROVIDING INFORMATION REGARDING QUALIFICATION CAPABILITY OF THE BIDDER

Experience of the Bidder

Name of Member. Role of Member.

Category 1:

Project NameExperience

in Rs Crores (a)Escalation Factor (b)Experience

Score (a*b)

Category 2:

Project NameExperience

in Rs Crores (a)Escalation Factor (b)Experience

Score (a*b)

NOTE :

1. Total Score = (Sum of Experience Scores of the eligible projects)

2. Category 1 (Experience in Road Sector) and Category 2 (Experience in Core Infrastructure Sector)

3. For each Project submit Qualification Response Sheet No. 2.

4. The Bidder should provide the experience details of Projects undertaken by it only. Project experience of the Single Entitys parent company or its subsidiary or Consortium Members parent company or its subsidiary (who are not Members of the Consortium) will not be considered.

5. In case Bidder is a consortium, the above information should be provided for each Member.

6. In Role of Member specify whether Single Entity, or in case of Consortium specify whether Lead Member or Member

APPENDIX 4B (contd.)

Qualification Response Sheet No. 2

ELIGIBLE PROJECT DETAILS

Name of Member:

Role of Member

Project Name:

Category..

(in Rs crores)

Refer

InstructionBidder to fill up the details here

Category 4

Title & Nature of the Project

Entity for which the Project was Developed / Constructed6

Location

Project Cost / Certified Billings 7Date Cost in original currencyExchange rateRs equivalent

Date of Commencement of Project / Contract

Date of Completion / Commissioning8

Equity Shareholding9

Status in the Project10

Instructions:

1. Bidders are expected to provide information in respect of Eligible Projects in this section. The Projects cited must comply with the eligibility criteria specified in APPENDIX 4A section B.1. Information provided in this section is intended to serve as a back up for information provided in accordance with Qualification Response Sheet No. 1

2. A separate sheet should be filled for each of the Eligible Projects.

3. Role of Member would be Single Entity or in case of Consortium would be Lead Member or Member

4. Category of the Projects would be Category 1 (Experience in Road sector), Category 2 (Experience in Core Infrastructure Sector).

5. Figures may be provided for the past 5 years immediately preceding the Application due date.

6. Projects carried out for: Government Agency (Concession Grantor, Counterparty to PPA, etc.) / Self or own company (parent company / group company). Details such as name, address and contact details need to be provided.

7. For Development experience, Project Cost should be provided. For Construction experience, Certified Billings at the time of completion / substantial completion should be provided.

8. For Development experience, date of completion / substantial completion* should be provided. For Construction experience, date of completion should be provided.

9. For Development experience, the equity shareholding of the Single Entity or the Consortium Member in the Project as on date of commissioning needs to be given. In case of construction experience, the percentage share of the Single Entity or the Consortium Member in that construction work has to be provided.

10. For Development experience, the Single Entity or the Consortium Member has to provide his status in the Project i.e Lead Member, Lead Technical Member or Lead Financial Member or Member as applicable on the date of commissioning of the Project.

11. Certificate from the Client in case of Construction contracts or a certificate from the Single Entity or the Consortium Members statutory auditor in case of Development Projects must be furnished stating the following details:

(i) Date of completion / substantial completion / date of commissioning of the Project

(ii) Certified billings at the time of completion / substantial completion / cost of Project

(iii) Equity shareholding as on date of completion / substantial completion (only for Project Development experience).

It should be noted that in the absence of any one of the above, the information would be considered inadequate and would lead to exclusion of the relevant Project in computation of the Experience score.

* Substantially completed projects means that Projects which are at least 90% completed as on 31-12-2006 and are not abandoned and continuing satisfactorily.

APPENDIX 4B (contd.)

Qualification Response Sheet No. 3.1

FINANCIAL CAPABILITY OF THE MEMBER (TO BE SUBMITTED BY EACH MEMBER OF THE CONSORTIUM)

Name of Member:

Role of Member.

(Equivalent Rs. Crores)

S.N.Financial information in Rupee equivalent, with exchange rate, at the end of concerned year2005 - 20062004 -2005 2003 -2004

1Total Assets

2Current Assets

3Paid up Equity

4Reserves

5Revaluation Reserves & Special Reserves if any

6Miscellaneous Expenditure not written off

7Total Liabilities

8Current Liabilities

9Depreciation

10Profit Before Tax

11Profit After Tax

12Other Non Cash Expenses*

13Net Worth = (Paid up equity + Reserves) - (Revaluation Reserves + Miscellaneous Expenditure not Written Off)

14Net Cash Accruals = Profit After Tax + Depreciation + Other Non Cash Expenses

* details of the items incuded in the non cash expenses have to be provide.

Note: This information should be extracted from the Annual Financial Statement / Balance Sheet which should be enclosed and this response sheet shall be certified by the Statutory Auditor of the Single Entity or the Consortium Member The Single Entity or the Consortium Member should provide the Financial Capability of its own. Financial Capability of the Single Entity or the Consortium Members parent company or its subsidiary (who are not members of the Consortium) will not be considered.

In Role of Member specify whether it is a Single Entity, Lead Member or Member of the Consortium.

APPENDIX 4B (contd.)

Qualification Response Sheet No. 3.2

SAMPLE FORMAT FOR SUBMISSION OF EQUITY FINANCING PLAN

Name of the Consortium Member..

Name of the Lead Member......

(In Rs crores)

S.No.SourceMember 1Member 2Member 3Member 4

1Reserves & Surpluses

2Bank Facility

3Real Estate Liquidation

4From Parent / Group Company

5Any other Source

6Total committed equity financing

Note :

1. Write the name of each Member below the table and indicate if it is Lead Member/Member.

2. In case of Single Entity, its particulars to be shown in column under Member 1 and name written below the table.

3. In case of Single Entity, columns under Member 2, Member 3 & Member 4 shall remain vacant. In case of No. of Members of a Consortium is less than 4, appropriate No. of Column from right side shall remain vacant.

4. The Single Entity/each Member of the Consortium shall furnish details of all the BOT (TOLL) and BOT (Annuity) Projects in Highway Sector for which the Letter of Acceptance (LOA) has been issued or likely to be issued. Details provided shall also include any other BOT Infrastructure Projects in other Sectors which are in hand or likely to be in hand of the bidder. Such details shall be furnished by the firm(s) as per Response Sheet 3.5(a) and (b) duly certified by its statutory auditors.

5. Before signing of the Agreement for this Project, the successful bidder (Single Entity/each Member of the Consortium) shall furnish a declaration giving details of BOT (TOLL) and BOT (Annuity) Projects in Highway Sector and details of Infrastructure BOT Projects in other Sectors awarded for the firm(s) since submission of Proposal by the Successful Bidder for this Project. The Successful Bidder shall demonstrate that the Single Entity/each Member of the Consortium has adequate Equity Financing Plan to meet the aggregate fund requirement of all such Projects already awarded to them including this Project.

APPENDIX 4B (contd.)

Qualification Response Sheet No. 3.3

EVIDENCE OF RESERVES / CASH FOR PARTICIPATION IN THE EQUITY CONTRIBUTION TO THE PROPOSED PROJECT

(On the letterhead of the Statutory Auditors of the firm)

This is to certify that M/s. ________________________________________ is having unencumbered reserves and surpluses of Rs._____________ in its accounts.

After reducing the future committed capital investments (till one month before the Proposal Due Date), M/s ________________________ will be having Rs._____________ for investment in new Capital investments.

Signed

__________ Name of Statutory Auditor

Reg. No. of Statutory Auditor

Note :

Qualification Response Sheet No. 3.3 to be submitted separately each for the Single Entity/ Member of the Consortium showing Reserves & Surpluses in Qualification Response Sheet No. 3.2.

APPENDIX 4B (contd.)Qualification Response Sheet No. 3.4

EVIDENCE OF ACCESS TO OR AVAILABILITY OF CREDIT FACILITIES EQUITY PARTICIPATION IN THE PROPOSED PROJECT

BANK / FINANCIAL INSTITUTION CERTIFICATE

This is to certify that M/s. ________________________________________ is a reputed company with a good financial standing.

If the contract for the work, namely ___________________________________ is awarded to the above firm, as Single Entity/ Member of the Consortium comprising of M/s. _________________, M/s. _________________, M/s. _________________ & M/s. _________________ (write the name of Members of the Consortium and strike down the portion not applicable) we shall be able to provide credit facilities to the extent of Rs. _____________________ to meet their capital requirements for equity participation in the Project of Construction of Expressway from Outer Ring Road to International Airport in Devanahalli Taluk.

We are aware that the above firm has availed Bank Facility of similar nature for Projects _____ (Name of the Projects) amounting to Rs. ___________ Crores.

This certificate is issued with the approval of Head Office of the Bank / Financial Institution.

Signature

Name and Designation of the Competent Authority of the Bank / Financial Institution

Name, Address and Phone number of the Issuing Branch

Note: For the purpose of the certificate, Bank / Financial Institution will be defined as under:

1. State Bank of India and its subsidiaries

2. Any Indian Nationalized Bank

3. IDBI or ICICI Bank

4. Financial Institutions as approved by RBI

5. Investment Institutions (e.g. LIC, GIC etc.)

6. NBFCs approved by RBI and having a Net Worth of more then Rs 250 crores

7. Foreign Bank (issued by a branch outside India) with a counter guarantee from SBI or its subsidiaries or any Indian Nationalized Bank

8. Any scheduled Commercial Bank approved by RBI having a net worth of not less than Rs 1000 crores as per the latest Annual Report of the Bank. In case of a Foreign Bank (issued by a branch in India), the net worth in respect of Indian operations shall only be taken into account.

9. The capital adequacy of the Bank shall not be less than the norms prescribed by RBI

10. The Bank Certificate issued by a Cooperative Bank shall not be accepted

APPENDIX 4B (contd.)

Qualification Response Sheet No. 3.5(a)

DETAILS OF COMMITTED EQUITY FUNDS ON BOT (TOLL) / BOT (ANNUITY) PROJECTS ALREADY IN HAND OF THE BIDDER WHERE FINANCIAL CLOSE HAS NOT BEEN ACHIEVED

(Rs. In Crore)

Particulars of ProjectDate of Award /Signing of AgreementTotal Project Cost

Equity Funds Committed as per bidSource of Equity Financing envisaged as per bidSchedule Date of Financial Close

Reserve & SurplusBank FacilityFrom Parent/ Group CompanyAny other source (specify)Total

12345678

Project 1

Project 2

Project

Note :

1. The Single Entity/each Member of the Consortium shall furnish statement of all the BOT (TOLL) and BOT (Annuity) Projects in Highway Sector for which the Letter of Acceptance (LOA) has been issued or likely to be issued. Details provided shall also include any other BOT Infrastructure Projects in other Sectors which are in hand or likely to be in hand of the bidder. Such details shall be furnished by the firm(s) as per Response Sheet 3.5(a) and 3.5(b) duly certified by its statutory auditors.

2. In case of projects where Financial Closure is yet to be achieved, committed equity amount shall be indicated in Qualification Reponses Sheet No. 3.5 (a). In case of projects where Financial Closure has been achieved, actual requirement of equity amount shall be indicated as per the Financing Documents in Qualification Reponses Sheet No. 3.5 (b).

3. Write the name of each Member below the table and indicate if it is Lead Member/Member.

APPENDIX 4B (contd.)

Qualification Response Sheet No. 3.5(b)

DETAILS OF COMMITTED EQUITY FUNDS ON BOT (TOLL) / BOT (ANNUITY) PROJECTS ALREADY IN HAND OF THE BIDDER WHERE FINANCIAL CLOSE HAS BEEN ALREADY ACHIEVED

(Rs. In Crore)

Particulars of ProjectDate of Award /Signing of AgreementTotal Project Cost as per Bid DocumentEquity Funds Committed as per bid with source of equity financingTotal Project Cost as per Financing DocumentsEquity Funds Committed as per Financing Document with source of equity financingEquity funds actually deployed for the project So farBalance equity funds requiredTotal Funds Spent so far

Equity Loan

12345678910

Project 1

Project 2

Project 3

Note :

1. The Single Entity/each Member of the Consortium shall furnish statement of all the BOT (TOLL) and BOT (Annuity) Projects in Highway Sector for which the Letter of Acceptance (LOA) has been issued or likely to be issued. Details provided shall also include any other BOT Infrastructure Projects in other Sectors which are in hand or likely to be in hand of the bidder. Such details shall be furnished by the firm(s) as per Response Sheet 3.5(a) and 3.5(b) duly certified by its statutory auditors.

2. In case of projects where Financial Closure is yet to be achieved, committed equity amount shall be indicated in Qualification Reponses Sheet No. 3.5 (a). In case of projects where Financial Closure has been achieved, actual requirement of equity amount shall be indicated as per the Financing Documents in Qualification Reponses Sheet No. 3.5 (b).

3. Write the name of each Member below the table and indicate if it is Lead Member/Member.

APPENDIX 5

SITE MAP

Visit : http://www.krdcl.com

No. KRDCL/IFB/2007/01 Dated: 02-01-2007

KARNATAKA ROAD DEVELOPMENT CORPORATION LIMITED

(A Government of Karnataka Enterprise)

16/J, 1st Floor, Miller Tank Bed Area, Bangalore 560 052 INDIA

Telephone: 0091-80-2238 0141/42, 2238 2360/62 Fax: 0091-80-2238 0143

The RFQ Document will also be available on the website: HYPERLINK "http://www.krdcl.com" www.krdcl.com and same can be downloaded from 10th January 2007 onwards. In case of any difficulty in downloading the document from the above website, information may be obtained by sending an E-mail to HYPERLINK "mailto:[email protected]" [email protected].

If the document is downloaded from the above website, the demand draft for the amount payable towards the cost of document would have to be paid at the time of submission of the Application and should be enclosed along with the Application.

After downloading the document, an intimation to this effect together with details of address for communication, telephone and fax numbers should be sent to Managing Director, KRDCL by Letter / Fax to the above address or by E-mail to HYPERLINK "mailto:[email protected]" [email protected]. This is required for any further communication .

All subsequent notifications, changes and amendments with regard to the bidding process will be posted only on the aforesaid website.

Karnataka Road Development Corporation Ltd. (KRDCL), on behalf of Bangalore Metropolitan Region Development Authority (BMRDA) invites applications from interested parties in accordance with the Request for Qualification (RFQ) Document in order to shortlist private developers /Construction Agencies who could subsequently bid for Construction of Expressway from Outer Ring Road to International Airport in Devanahalli Taluk (BMRDA PROJECT).

The scope of work includes Construction of new Expressway from Outer ring Road (ORR) of Bangalore to International Airport at Devanahalli on BOT Basis.

The approximate construction cost of the Project is estimated as INR: 400.00 Crores.

The RFQ document containing the project profile, instruction to applicants and criteria for evaluation may be obtained in person from 10th January 2007 in the office of:

Superintending Engineer

Karnataka Road Development Corporation Ltd.,

TENDER NOTICE

CONSTRUCTION OF EXPRESSWAY FROM OUTER RING ROAD TO INTERNATIONAL AIRPORT IN DEVANAHALLI TALUK (BMRDA PROJECT)

TENDER NOTICE

EMBED AutoCAD.Drawing.16

A company incorporated under Indian Companies Act, 1956 or under any equivalent law in case of foreign company

indicative in nature

_1230559978.dwg