Top Banner
1 Uttarakhand Tourism Development Board Pt. Deendayal Upadhaya Paryatan Bhawan Near ONGC Helipad,Garhi Cantt. Dehradun-248001, Uttarakhand (India) Phone: 0135- 2559898, Fax: 0135- 2559988 Invitation of Bids for Undertaking Techno-Economic Feasibility Studies (TEFS) & Transaction advisor for various Ropeway Projects in Uttarakhand Uttarakhand Tourism Development Board (UTDB) wishes to engage the services of eligible competent agencies for Undertaking Techno-Economic Feasibility Studies (TEFS) & Transaction Advisor for various Ropeway Projects in Uttarakhand. Offers are invited from reputed and experienced agencies for undertaking the TEFS studies & Transaction for Uttarakhand Tourism Development Board (UTDB). Details, terms and conditions for the above work and the indicative scope of work is mentioned in the bid document, which can be downloaded from website of UTDB: http://www.uttarakhandtourism.gov.in. Any corrigendum/addendum shall be only published into UTDB’s web site. Bid Processing Fee: Bids shall be accompanied by a non-refundable bid processing fee of Rs. 11,350/- (Rs. 10,000/- + 13.5% VAT)in form a Demand Draft; without which the bid will not be considered and would be rejected. Earnest Money Deposit (EMD): Bids shall be accompanied by an Earnest Money Deposit (EMD) of Rs. 2,00,000/- (Rupees Two Lakh Only) without which bid will not be considered. The EMD should be submitted in form of a Bank Guarantee/FDR. Last date of submission of bids is 24th September, 2015 up to 15:00 hours. Which shall be opened on same day at 15.30 hrs. Chief Executive Officer
32

Invitation of Bids for Undertaking Techno-Economic ...(c) Packaging of the Project: Suggest appropriate package for attracting private investors to invest, develop, operate and maintain

Feb 25, 2020

Download

Documents

dariahiddleston
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: Invitation of Bids for Undertaking Techno-Economic ...(c) Packaging of the Project: Suggest appropriate package for attracting private investors to invest, develop, operate and maintain

1

Uttarakhand Tourism Development Board

Pt. Deendayal Upadhaya Paryatan Bhawan

Near ONGC Helipad,Garhi Cantt.

Dehradun-248001, Uttarakhand (India)

Phone: 0135- 2559898, Fax: 0135- 2559988

Invitation of Bids for Undertaking Techno-Economic Feasibility

Studies (TEFS) & Transaction advisor for various Ropeway Projects

in Uttarakhand

Uttarakhand Tourism Development Board (UTDB) wishes to engage the services of eligible

competent agencies for Undertaking Techno-Economic Feasibility Studies (TEFS) & Transaction

Advisor for various Ropeway Projects in Uttarakhand.

Offers are invited from reputed and experienced agencies for undertaking the TEFS studies &

Transaction for Uttarakhand Tourism Development Board (UTDB).

Details, terms and conditions for the above work and the indicative scope of work is mentioned in

the bid document, which can be downloaded from website of UTDB:

http://www.uttarakhandtourism.gov.in. Any corrigendum/addendum shall be only published into

UTDB’s web site.

Bid Processing Fee: Bids shall be accompanied by a non-refundable bid processing fee of

Rs. 11,350/- (Rs. 10,000/- + 13.5% VAT)in form a Demand Draft; without which the bid will not

be considered and would be rejected.

Earnest Money Deposit (EMD): Bids shall be accompanied by an Earnest Money Deposit (EMD)

of Rs. 2,00,000/- (Rupees Two Lakh Only) without which bid will not be considered. The EMD

should be submitted in form of a Bank Guarantee/FDR.

Last date of submission of bids is 24th September, 2015 up to 15:00 hours. Which shall be opened

on same day at 15.30 hrs.

Chief Executive Officer

Page 2: Invitation of Bids for Undertaking Techno-Economic ...(c) Packaging of the Project: Suggest appropriate package for attracting private investors to invest, develop, operate and maintain

2

Table of Contents

Sr.No. CONTENTS Page No.

A Schedule of Bidding Process 3

B Broad Scope of Work 4

C Pre-Qualification Criteria 8

D Proposal Preparation and Submission 9

E Proposal Evaluation 11

F Key Terms and Conditions and Instructions 13

Annexures

Annexure-I: List of Various Ropeway Projects 16

Annexure-II: A. Technical Bid Cover Letter 17

Annexure-II: B. Pre-Qualification Application Form 18

Annexure-III: Format for Submission of Firm’s/Consortium Credentials 20

Annexure-IV: Previous Experience of the Agency 22

Annexure-V: Format for Curriculum Vitae (CV) of Proposed Key

Personnel 23

Annexure-VI: Format of Financial Bid 25

Annexure-VII: Declaration By Bidders 27

Annexure-VIII: Criteria For Evaluation Of Firm/Consortium/JV 28

Annexure-IX: Desired Qualification And Experience Of Key Personnel 29

Annexure-X: Criteria For Evaluation Of CVs Of Key Personnel 29

Page 3: Invitation of Bids for Undertaking Techno-Economic ...(c) Packaging of the Project: Suggest appropriate package for attracting private investors to invest, develop, operate and maintain

3

Invitation of Bids for Undertaking Techno-Economic Feasibility

Studies (TEFS) & Transaction Advisor for Various Ropeway Projects

in Uttarakhand

A. Schedule of Bidding

Sl. Event Date

1 Issue of RFP to Applicants (Download from

Website) 28

th August, 2015

2 Last Date for receiving queries 16th

September, 2015

3 Pre Proposal Meeting 11

th September, 2015; 10:30 am at

UTDB Dehradun Office

4 Last Date for Submission of Proposals 24

th September, 2015 up to 15:00

hours

5 Date of opening of bids 24

th September, 2015 up to 15:30

hours

Note:

UTDB will endeavor to adhere to the dates indicated above. However, it reserves the right to

effect changes to the above dates, if the need arises. Such change would be only uploaded on

our website: www.uttarakhandtourism.gov.in.

No separate newspaper advertisements will be published in this regard. It is the responsibility

of the bidders to keep track of the UTDB’s website for any addendum/corrigendum regarding

the bidding process.

Page 4: Invitation of Bids for Undertaking Techno-Economic ...(c) Packaging of the Project: Suggest appropriate package for attracting private investors to invest, develop, operate and maintain

4

B. Broad Scope of Work

1. Bids are invited from experienced and reputed agencies for undertaking ―Techno-Economic

Feasibility Studies (TEFS) & Transaction Advisor for various Ropeway Projects in

Uttarakhand‖ within the framework of Uttarakhand Ropeway Act-2015.

2. Broad Scope of Work: The objective of undertaking techno-economic feasibility

studies & Transaction Advisor for ropeway projects is to develop financially viable projects

that can provide initial impetus to promote tourism in the region (proposed for ropeway) and

have a multiplier effect in attracting additional investments for the region thereby generating

employment for the local population and enhancing economic potential of the region. The

consultant’s job includes collecting all data regarding Rope way i.e. condition & Site

selection for project, Suggestions and recommendations for suitable options, Ropeway

technology applicable for the above along with the estimates and cost-benefit analysis,

payback period for each case, detailed technical specification of the equipments &

Transaction Advisory to attract successful bidder etc. The list of various ropeway projects

for which UTDB needs to get the TEFS & Transaction Advisory conducted as mention at

Annexure-I

The specific activities to be undertaken as part of Techno-economic Feasibility Studies &

Transaction Advisory shall be carried out in three phases as mentioned below:

A- Phase-I Activities:

In this phase bidder shall make a quick site study with evaluation to conclude if

the proposed site out of the listed is suitable for the development of Rope way.

B- Phase-II Activities :

This activity shall be only done for the projects found suitable in Phase-I

(i) Technical Surveys: The consultants are expected to carry out the following surveys

for the sites identified for specific projects:

(a) Topographic survey: The survey shall be conducted using latest technologies

available and the data shall be translated into relevant software for sharing with

the UTDB. The Consultant shall also establish long term benchmarks at the site

at necessary locations for future reference.

(b) Geo-technical investigations of the site in order to determine the

soil/rock/mountain profile. The Consultant shall prepare the geotechnical

investigation report and submit the same to the UTDB, which shall be used for

providing to the bidders as part of the bid documents.

(ii) Concept Plan: The Concept Plan shall be evolved for the specific project in context of

relevant local norms and regulations in perspective and/ or using prevalent national &

Page 5: Invitation of Bids for Undertaking Techno-Economic ...(c) Packaging of the Project: Suggest appropriate package for attracting private investors to invest, develop, operate and maintain

5

international best practices/ norms for adopting site parameters and other aspects that

are used to regulate the development in the site. The consultant shall suggest such

norms keeping view the objective to make the project viable. The concept plan shall be

prepared keeping in perspective inputs derived from tourism and hospitality sector in

such a manner such that individual sites are unique and have optimum revenue

potential to attract private interest.

The Consultant shall prepare concept plan alternatives for the identified project site. A

minimum of two alternatives shall be prepared and discussed with the UTDB

highlighting their advantages and disadvantages. The UTDB shall select a preferred

alternative and/ or preferred attributes from each alternative. The consultant shall then

prepare the final concept incorporating all comments from the UTDB. The Consultant

shall assess and forecast infrastructure demand for the site based on national and

international standards. The consultant shall prepare conceptual infrastructure plan for

the entire site that identifies infrastructure alignments and caters to requirements of the

site. The Consultant shall prepare a conceptual systems diagram for each utility

showcasing the various elements and network.

(iii) Broad Cost Estimates: The Consultant shall also prepare broad cost estimates for the

development of the project (ropeway).

(iv) Initiation of Environment Impact Assessment (EIA)

(a) The Consultant will initiate project specific EIA and a detailed report of the

same.

(b) The Consultant shall collect the baseline data information for the required

duration/ seasons as per requirements of the EIA study. The baseline information

shall include but not limited to ambient air quality, water quality, soil quality,

ecology, aesthetic/ cultural environment, and socio-economic environment.

(v) Financial & Economical Feasibility for the Project

(a) The Consultant would evolve an optimal structure for the composite project and

assess the financial & economical feasibility of its development on a Public

Private Partnership (PPP) model with VGF or without VGF.

(b) The consultant would bring out various assumptions for revenue, cost and others,

including basis thereof, which are used by it in the financial model while

apprising it on financial & economical parameters. These models shall be

prepared in MS Excel program and a simplified summary sheet of the entire

financial & economical analysis shall be prepared showing key data such as:

Project Cost, Equity, Debt, Capital Expenditure, Total Revenues, Total O&M

Expenditure, Project Cash Flows, IRR, NPV etc.

(c) The Consultant shall also undertake sensitivity analysis by identifying the most

critical factors and determine their impact on the IRR, including varying project

costs and benefits, implementation period and combinations of these factors.

(d) Risk & SWOT analysis: The consultant shall conduct a risk & SWOT analysis of

the development to determine, assess, allocate and manage/ mitigate risks (such

Page 6: Invitation of Bids for Undertaking Techno-Economic ...(c) Packaging of the Project: Suggest appropriate package for attracting private investors to invest, develop, operate and maintain

6

as, but not limited to project, commercial, financial, political, economic, and

legal risks) during all project stages.

(e) Milestones: The Consultant shall identify milestones from starting to the end of

project and shall prepare suggested time table to achieve the identified

milestones.

(f) The Consultant shall present this analysis to the UTDB and prepare at least two

iterations incorporating comments from the UTDB.

(vi) Regulatory Framework: The Consultant shall recommend appropriate institutional,

legal and regulatory framework for development of the Project through public private

partnership mode.

(vii) Project Structuring: Based on the recommended regulatory framework and the

financial feasibility, alternative project structuring models shall be assessed and the

most suitable model keeping in view the interests of the GoUK and the acceptability

and marketability to the investors shall be recommended by the consultant.

(viii) Financing Plan and Development Strategy: In case the project is not financially

viable on its own, the consultant shall carry out an assessment of all possible financing

options including but not limited to government financing. The consultant shall

develop alternate strategies for the development of the project, which could include:

(a) Phased Development: The consultant shall phase out the development so as to

optimize the investment requirement for the development of the site. For

implementation each phase, various works can be grouped into financially and

viable packages. The consultant shall keep in mind the utilization of the site area

for immediate development while phasing out the project development.

(b) Implementation: The consultant shall examine the advantage and disadvantages

of the methods by which the project could be implemented and chalk out the

implementation strategy in which the details regarding the responsibilities of

execution of major works, operation etc shall be listed.

(c) Packaging of the Project: Suggest appropriate package for attracting private

investors to invest, develop, operate and maintain the proposed system

The Consultant shall also identify and explain the various categories of risk that are

envisaged in the project. The consultant would suggest the method to evaluate the

overall chances of potential loss and the consequences. The Consultant would propose

a plan to control & monitor the risks and plan for contingencies to risks, which occur.

Funding support required from government, if appropriate should also be estimated.

The terms and conditions for availing financial support should be clearly identified and

listed out in the Project Report to provide for Viability Gap Funding.

(ix) Marketing Strategy: The Consultant shall evolve a marketing strategy for successfully

marketing the idea among the prospective developer as well as the prospective users of

the proposed project. The Consultant shall also list out the incentives (if required) to be

provided by the concerned authorities to make the project attractive for the users and

Page 7: Invitation of Bids for Undertaking Techno-Economic ...(c) Packaging of the Project: Suggest appropriate package for attracting private investors to invest, develop, operate and maintain

7

investors. The Consultant shall also work out long term marketing strategy to enable

this project to remain attractive for user agencies and demand responsive. The analysis

may include aspects like total available market; served available market; growth

prospects; target consumer and preferences; competition; value package; delivery that

meets consumer expectations etc.

(x) Mandatory clearances: The consultant shall apply and pursue all the mandatory

clearances from Government authorities required for the projects for entering into

phase III. GoUK shall facilitate the consultant in this regards.

C- Phase-III Activities

This phase starts post approval of Phase II of the study i.e. Techno-economic Feasibility, by

GoUK and concludes with signing of the contract by the GoUK with concessionaire / developer.

This stage involves preparation of tender and other relevant documents including Project

Information Memorandum (PIM), Request for Qualification (RFQ) Request for Proposal (RFP) and

Draft Concession/ Development Agreements and managing the entire bid process including

marketing the project to potential investors/ developers.

(i) Finalisation of EIA Report

(a) The assessment of impacts shall include land use/ activities, ecology, socio-

economic profile, ambient air/ noise, traffic and noise, etc.

(b) The EIA report shall also include relevant mitigation measures and an

Environmental Management Plan including the following but not limited to

pollution control measures, ecological conservation, health & safety,

construction management plan, and training & monitoring.

(c) If required, the Consultant will participate in the public consultation meeting

organized by relevant state authorities and assist in preparing the required pre

and post meeting documentation.

(ii) Preparation of tender documents

The Consultant shall draft the Request for Qualification (RFQ) and Request

for Proposal (RFP) document based on the development model finalized in

consultation with GoUK. Typically, the RFP document shall capture the following:

1. Envisaged PPP model/ other development model

2. Envisaged scope of the Developer/ Concessionaire /contractor

3. Approach and time Plan

4. Operational Terms and Conditions

5. Roles and Responsibilities

6. Service Level Agreements

7. Bid Evaluation Process and Methodology

8. Contractual Obligations

Page 8: Invitation of Bids for Undertaking Techno-Economic ...(c) Packaging of the Project: Suggest appropriate package for attracting private investors to invest, develop, operate and maintain

8

However, this bid document may be required to be modified based on the inputs

from the prospective bidders and after pre bid meeting. Further, the consultant shall prepare

based on the inputs on commercial structuring of the Project the Concession/ Development

Agreement to be made part of the Tender document. The bidding process must be according

to the provisions of Uttarakhand Procurement (Rules) 2008.

(iii) Marketing the project

The consultant shall carry out requisite marketing exercise to elicit adequate response

from developers and other interested parties and provide a list of renowned

developer/investors for the project. The consultant shall prepare and give presentations during

pre-bid or other meetings with developers; anchor the meetings and carry out other such

necessary efforts for maximizing participation by prospective developers in the bidding

process.

(iv) Assistance in Bidding process

The Consultant shall assist GoUK in the bid process for selection of the Developer/

Concessionaire /contractor from among the Bidders and till the signing of the Developer/

Concession/contract Agreement and Financial close of the Project. This would include (but

not limited to) preparation and issue of suitable advertisement (cost of which would be borne

by GoUK), anchoring of pre-bid conferences(s), assisting GoUK in responding to queries,

short-listing of qualified bidders, evaluating the bids received and recommending selection of

the developer. The Consultant shall render an end-to-end negotiation up to the signing of the

Development Agreement.

1. Data, Services and Facilities to be provided by the UTDB:

Data, Reports, Details of Land surveys, etc., as available with GOUK related to the

project shall be provided to the consultants.

Note:

(a) The agencies are required to prepare and submit separate financial bids for Phase-I & II

(combined).

(b) Phase-III activities will only be carried out for those ropeway projects, which after

completion of Phase-I &II activities are found to be feasible. To be executed either as

PPP/EPC or in any other business model

(c) All the items/services which are required for TEFS & Transaction Advisory are deemed

to be included in the scope of services whether specifically mentioned or not. The

consultant shall render necessary, comprehensive and effective services required in all

respects to ensure smooth and timely completion of the services.

3. Outputs and Related Payment Schedule

The payment terms are divided into two parts, the first part comprises of payments related to

activities and outputs related to Phase I & II, and second part comprises of activities and outputs

related to Phase III, as defined below.

Page 9: Invitation of Bids for Undertaking Techno-Economic ...(c) Packaging of the Project: Suggest appropriate package for attracting private investors to invest, develop, operate and maintain

9

Sr.

No.

Payment Milestones Timelines

(Months)

Payment Percentage

(%)

Phase I & II: Site study and Techno-economic Feasibility Studies

1 Mobilization advance against BG D 15%

2 Submission of Inception cum quick Site

& table Assessment report

D + 1 5%

3 Submission of Draft Techno-economic

Feasibility reports of identified projects

D + 3 50%

4 Submission of Final Techno-economic

Feasibility reports

D + 4 20%

5

Collection of secondary data and

submission of EIA application to PCB

D + 4 10%

Total 100%

Part III : Bid Process Management

1 Submission of Draft EIA report & other

mandatory clearances

D + 5

2 Submission of RFQ, RFP and Draft

Concession agreement document

D + 5

3 Approval of RFQ, RFP and Draft

Concession agreement document

D + 7

4 Bid evaluation process As per the

schedule of the

bidding process

5 Approval of EIA reports and other

clearances**

D + 12

6 Selection of Concessionaire/Developer ** As per the

schedule of the

bidding process

As per 1% of success

fee of project cost

Total 100%

**Expenditure incurred in public consultation meetings shall be reimbursed on submission of proof

of expenditure.

Note:

The consultant should submit 6 copies of all the above reports along with soft copy (MS

word, Excel, AutoCAD, PDF, others) of the report for review.

Page 10: Invitation of Bids for Undertaking Techno-Economic ...(c) Packaging of the Project: Suggest appropriate package for attracting private investors to invest, develop, operate and maintain

10

C. Pre Qualification Criteria

1. The company /Lead partner of consortium must have been in existence for at least three

years (as on last date of submission of proposal).

2. The minimum average turnover of the company should be minimum Rs. 25.00 Crores for

each of the last three financial years (2011-12, 12-13, 13-14). The turnover of the agency

should be clearly reflected in balance sheet. A certificate from the chartered accountant

specifically mentioning the turnover of the agency for the last three financial years (2011-

12, 12-13, 13-14) should be enclosed.

3. The company must have managed at least one TEFS or Transaction advisory assignments in

last three years (2011-12, 12-13, 13-14).

The criteria for technical evaluation of the firms is presented at Annexure-VIII

Note: In case of a Consortium/Joint Venture; the lead partner must qualify the pre-qualification

criteria

Page 11: Invitation of Bids for Undertaking Techno-Economic ...(c) Packaging of the Project: Suggest appropriate package for attracting private investors to invest, develop, operate and maintain

11

D. Proposal Preparation and Submission

1. Technical Proposal

(a) The Agency is expected to examine all terms and conditions mentioned in this

document. Failure to act or to provide all requested information will be at its own risk

and may result in rejection of the Proposal.

(b) During preparation of the Technical Proposal the Agency may give particular attention

to the following:

i. The agencies must specifically mention the ropeway project they are bidding for

ii. The agencies must specifically mention their expertise in conducting the activity

(TEFS & transaction advisory), availability of desired manpower, and financial

capability

iii. A good working knowledge of the English/Hindi language is essential for key

professional staff that would be responsible for conducting/organizing the

proposed activity

iv. The support staff proposed to be engaged for the period specified in the Proposal

should not be engaged for any other assignment. If this violation is detected, the

concerned Staff will be disqualified and remuneration of such persons will be

withheld.

v. Agencies that have been blacklisted by UTDB or any other Tourism authority or

Government Department/Agency are ineligible to apply. An undertaking to this

effect to be given along with the technical proposal (on the letter head of the

agency)

(c) The technical Proposal must not include any financial information.

(d) The envelope containing the technical envelope must be clearly marked as

"Technical Bid for Undertaking Techno-Economic Feasibility Studies (TEFS) &

Transaction advisor for Ropeway Project in Uttarakhand"

2. Financial Proposal

(a) The agencies must specifically mention the ropeway project they are bidding for

(b) The Financial Proposal should clearly mention the per site and then total overall

amount (in INR) inclusive of all taxes for Phase I & II combined. For Phase III the

bidder need not to mention the rate of success fee and shall be paid at the rate of 1 %

of project cost

"Financial Bid for Undertaking Techno-Economic Feasibility Studies (TEFS) &

Transaction advisor for Ropeway Project in Uttarakhand"

(c) The breakup-of the overall amount must be provided on separate pages

3. Submission, Receipt and Opening of Proposals

(a) The Proposal shall be prepared in indelible ink. It shall contain no inter-lineation or

overwriting, except as necessary to correct errors made by the Agency itself. Any such

corrections must be initialled by the person or persons who sign(s) the Proposals.

Page 12: Invitation of Bids for Undertaking Techno-Economic ...(c) Packaging of the Project: Suggest appropriate package for attracting private investors to invest, develop, operate and maintain

12

(b) All pages of the Proposal shall be signed by the authorized signatory.

(c) Agency must submit separate Proposals for all activities they wish to apply for.

(d) The technical and financial Proposals shall be sealed separately (with the envelopes

clearly marked as Technical/Financial Proposal) and duly marked on the envelope.

“DO NOT OPEN, EXCEPT IN PRESENCE OF THE TENDER OPENING

COMMITTE”

(e) The third outer envelope (containing technical & financial envelopes) shall be marked

as "Bid for Undertaking Techno-Economic Feasibility Studies (TEFS) ) &

Transaction advisor for Ropeway Project in Uttarakhand"

(f) The completed Proposal must be delivered at the following address stated ahead :

The Chief Executive Officer (CEO)

Uttarakhand Tourism Development Board

Pt. Deen Dayal Upadhaya Paryatan Bhawan,

Near ONGC Helipad, Garhi Cantt.

Dehradun-248001 (Uttarakhand), India

Phone: 0135- 2559898, 2559900

Fax: 0135- 2559988; E-mail : [email protected]

Page 13: Invitation of Bids for Undertaking Techno-Economic ...(c) Packaging of the Project: Suggest appropriate package for attracting private investors to invest, develop, operate and maintain

13

E. Proposal Evaluation

1. Technical Proposal Evaluation Criteria

(a) The Evaluation Committee appointed by UTDB shall carry out its evaluation as per

requirement.

(b) Agencies whose proposals are found to be responsive will be called for making a

presentation of their concept to UTDB.

(c) Only those Agencies, who qualify the pre-qualification evaluation criteria, will be

considered for technical evaluation

(d) Presentation: The agencies that clear the pre-qualification norms will be required to

make an A/V presentation at UTDB-Dehradun Office before the selection committee

(on the date so intimated separately to agencies that clear the pre-qualification norms).

The presentation shall cover the following points.

(i) Experience of agency

Brief about the similar assignments executed

Experience of working in Uttarakhand

(ii) Infrastructure of Firm

Manpower (specific to TEFS)

Network of Offices (in Uttarakhand and other states)

(iii) Minimum Average Turnover—at least Rs. 25.00 Crores in each of the last three

financial years

(iv) Others (as regards the TEFS ) & Transaction advisor for Ropeway Projects)

Note - The maximum time for presentation shall be 15 minutes. Hard copy along with

a soft copy of presentation has to be provided to UTDB at the time of

presentation.

(e) Only those agencies, who score 70 or more marks in Technical Evaluation (including

presentation); will be considered responsive for financial bid opening.

(f) The Technical Proposal for the Agency would be evaluated on the basis of parameters

mentioned at Annexure-VIII

(g) The information required to be submitted in the Technical Proposal should be as per

format provided in Annexure II, III, IV and V; and should cover all the aforesaid

evaluation criteria.

2. Evaluation of Financial Proposals

Page 14: Invitation of Bids for Undertaking Techno-Economic ...(c) Packaging of the Project: Suggest appropriate package for attracting private investors to invest, develop, operate and maintain

14

(a) The Agency would present their financial proposal as per Annexure-VI and the same

shall be used for financial evaluation.

(b) After the evaluation of Technical Proposals is completed, UTDB may notify those

Agencies whose Proposals were not considered as per conditions of RFP indicating

that their Financial Proposal will be returned ―unopened‖ along with the Bid Security.

(c) The UTDB shall simultaneously notify the technically qualified Agencies indicating

the date and time set for opening of the Financial Proposals.

(d) The Financial Proposals shall be opened in the presence of the Agency’s

representatives who choose to attend. The name of the Agency and the proposed prices

shall be read aloud and recorded when the Financial Proposals are opened. UTDB

shall not have any obligation to demonstrate to anybody on the Technical Evaluation

process carried out.

(e) All amounts should be quoted in Indian Currency only.

Note:

(a) The financials proposals of only those firms will be opened, who score minimum 70

or more marks in technical evaluation

(b) Financial Evaluation Criteria: The agency offering the lowest financial bid for

individual ropeway project will be considered for awarding the work related to that

ropeway project. (L-1 Basis)

Page 15: Invitation of Bids for Undertaking Techno-Economic ...(c) Packaging of the Project: Suggest appropriate package for attracting private investors to invest, develop, operate and maintain

15

F. Key Terms and Conditions and Instructions

Note : Bidders should read these conditions carefully and comply strictly while submitting their

Bids.

1. As per the Procurement rules of the Government of Uttarakhand, evaluation of bids will be

done only for those ropeway projects, for which a minimum of three bids have been

received.

2. Evaluation of the bids submitted by agencies shall be done on the basis of criteria

enumerated in the bid notice and different terms and conditions stated as below.

3. Bidders shall furnish their bids as per the formats provided at Annexure-II, III, IV, V, VI

and VII of this document.

4. Interested agencies can either bid for empanelment individually or in form of consortium.

However, the number of consortium partners shall not be more than three.

5. In case of Consortium, the members of the consortium shall submit a detailed consortium

agreement (in original) outlining the scope of work for each member of the consortium. The

Consortium Agreement shall incorporate a clause which shall mention that all the members

of the Consortium shall be jointly and severally liable to the Authority for the performance

of the services under the Consultancy Agreement.

6. Applicant or the Lead Partner (in case of a consortium) must be registered in India as

required by law with minimum three years’ of continuous operation (as on last date of

submission of proposal).

7. In case of consortium, the Pre-qualification Eligibility Criteria should be met by the Lead

Partner

8. Any agency whether applying individually can not apply as a partner agency in consortium

with other agencies. Similarly, any partner agency of a consortium applying for

empanelment cannot apply for empanelment individually.

9. Any Change in the constitution of the firm/consortium, shall be notified forth with by the

firm/consortium in writing to the UTDB and such change shall not relieve any former

member of the firm, etc. from any liability under the contract.

10. Service Tax Registration: Any bidder, who does not have the service tax registration, shall

not be eligible for submitting the bid. Copies of Service Tax Registration Certificate and

returns of the last three financial years to be enclosed with the bid; without which the bid

would be rejected.

11. The agency can bid for more than one ropeway projects. However, if the agency is

submitting bids for more than one ropeway projects, then separate bids (technical &

financial both) will need to be submitted for each project.

12. Phase-III activities will only be carried out for those ropeway projects, which after

completion of Phase-I & II activities are found to be feasible to be undertaken as PPP or

other business model.

Page 16: Invitation of Bids for Undertaking Techno-Economic ...(c) Packaging of the Project: Suggest appropriate package for attracting private investors to invest, develop, operate and maintain

16

13. All the quotes (financial) must be FOR destination and should be all inclusive quote

(including all incidental charges and taxes). The amount must be quoted in Indian Rupees

only (both I words and figures)

14. Bid form shall be filled in ink or typed. Bids filled in pencil shall not be considered. The

bidder shall sign the tender form at each page.

15. Validity of Bids: The bids submitted should be valid for a period of one year from the last

date of proposal submission as mentioned in the schedule of bidding.

16. Inspection : The UTDB or his its authorized representative shall at all reasonable time have

access to the bidders premises and shall have the power at all reasonable time to inspect and

examine the infrastructure, manpower, services, etc. during the evaluation process or

afterwards as may be decided.

17. Direct or indirect canvassing on the part of the bidder or his representative will be a

disqualification.

18. Bid Processing Fee (Tender Fee): Tender shall be accompanied by a non-refundable Bid

Processing Fee of Rs. 11,350/- (Rs. 10,000/- + 13.5% VAT); without which tenders will not

be considered. Bid processing fee should be in form of a Demand Draft, payable at

Dehradun and made in favour of The Chief Executive Officer, Uttarakhand Tourism

Development Board (UTDB)

19. Earnest Money Deposit (EMD): Bids shall be accompanied by an Earnest Money Deposit

(EMD) Rs. 2,00,000/- (Rs. Two Lakhs) made in favour of The Chief Executive Officer,

Uttarakhand Tourism Development Board (UTDB); and should be valid for a period of 180

+ 28 days from the proposed due date inclusion from a claim period of 28 days and may be

extended as mutually agreed by from time to time. The EMD needs to be submitted in form

of a Bank Guarantee/FDR made in favour of the Chief Executive Officer (CEO),

Uttarakhand Tourism Development Board.

(i). The amount should be deposited in the following form of a Bank Guarantee/FDR, in

favour of The Chief Executive Officer (CEO), Uttarakhand Tourism Development

Board

(ii). The Bank Guarantee/FDR should be valid for a period of 12 months from the last

date of bid submission

(iii). Refund of Earnest Money: The earnest money of unsuccessful bidders shall be

refunded soon after empanelment of all qualified firms.

(iv). The earnest money/security deposit lying with the UTDB in respect of other tenders

awaiting approval or rejection or on account of contracts being completed will not be

adjusted towards earnest money/security money for this bid. The earnest money of

this bid may however, be taken into consideration in case tenders are re-invited.

(v). No interest shall be payable on earnest money deposited with the UTDB

20. Forfeiture of Earnest Money Deposit (EMD): The earnest money will be forfeited in the

following cases:

Page 17: Invitation of Bids for Undertaking Techno-Economic ...(c) Packaging of the Project: Suggest appropriate package for attracting private investors to invest, develop, operate and maintain

17

(I) When bidder withdraws or modifies the offer after opening of tender but before

acceptance of bidder.

(II) When bidder does not execute the agreement (if awarded), prescribed within the

specified time.

(III) When the bidder does not deposit the security money after the work is awarded (if

any).

(IV) When bidder fails to commence the execution of assignment (if awarded) as per

contract agreement/timelines specified.

Note: Bids without Tender Fee and/or EMD will not be considered and will be rejected

summarily

21. If a bidder imposes conditions which are in addition to or in conflict with the conditions

mentioned herein, his bid is liable to summary rejection. In any case, none of such

conditions shall be deemed to have been accepted unless specifically mentioned in the Letter

of Empanelment issued by the UTDB.

22. All legal proceedings, if necessary arise to institute by any of the parties (UTDB or Bidder)

shall have to be lodged in courts situated in Dehradun and no elsewhere.

23. Number of ropeways may be added at the discretion of Chief Executive Officer (CEO),

Uttarakhand Tourism Development Board, Government of Uttarakhand on the mutual

agreed cost of Phase I & II for such additional work to any of successful bidder.

24. The team leader plus 50% key experts based on whom the bidder got qualified, shall have to

be present in any meeting/presentation held during the course of contract period.

25. All the terms & Conditions laid down in General Finance and Accounts Rules of

Government of Uttarakhand shall be binding and acceptable to the Bidder.

26. Bid Submission Address: The bids complete in all respect and clearly super-scribed ―Bid

for Undertaking Techno-Economic Feasibility Studies (TEFS)& Transaction Advisor

Ropeway Project in Uttarakhand‖ shall be submitted at the below mentioned address—

The Chief Executive Officer (CEO),

Uttarakhand Tourism Development Board,

Pt. Deendayal Upadhaya Paryatan Bhawan

Near ONGC Helipad,Garhi Cantt.

Dehradun-248001, Uttarakhand (India)

Phone: 0135- 2559898, Fax: 0135- 2559988

Page 18: Invitation of Bids for Undertaking Techno-Economic ...(c) Packaging of the Project: Suggest appropriate package for attracting private investors to invest, develop, operate and maintain

18

Annexure-I

List of Various Ropeway Projects

Sl No District Place

1 Chamoli Van to Vedni

2 Chamoli Aali Bugyal

3 Pauri Ma Bugi Devi To Haldukhal

4 Tehri Guttu to Pawanli & Pawanli to Helsi

5 Uttarkashi Goee Barnala to Dayara Bugyal (Ski lift)

6 Nainital Snow view to Naina Peak

7 Nainital Ranibagh to Nainital or Kaladhungi to Nainital

8 Pithoragarh Ulka devi to Chandika devi to Asarchula temple

9 Pithoragarh Dharchula to Dharchula Kot(Chana)

10 Almora Collectrate to Kasar devi, Bandi Devi and Syahi

Devi

Page 19: Invitation of Bids for Undertaking Techno-Economic ...(c) Packaging of the Project: Suggest appropriate package for attracting private investors to invest, develop, operate and maintain

19

Annexure-II

A. Technical Bid Cover Letter

(to be submitted on the letter head of the Firm)

Subject: Submission of Technical Proposal for Undertaking Techno-Economic Feasibility

Studies (TEFS) ) & Transaction advisor for Ropeway Project in Uttarakhand).

Dear Sir,

We, the undersigned, offer to provide the services for Undertaking Techno-Economic Feasibility

Studies (TEFS) ) & Transaction advisor for Ropeway Project in Uttarakhand).in accordance with

your Invitation for Bids.

We are hereby submitting our Proposal, which includes this Technical Proposal and a Financial

Proposal sealed in two separate envelopes for the above mentioned work.

Our Proposal is binding upon us and we understand you are not bound to accept any Proposal you

receive.

We remain,

Yours sincerely,

Authorized Signatory*

Name of the firm

Address

*Lead Partner in case of Joint Venture

To,

The CEO,

Uttarakhand Tourism Development Board

Pt. Deen Dayal Upadhaya Paryatan Bhawan,

Near ONGC Helipad, Garhi Cantt.

Dehradun-248001 (Uttarakhand), India

Phone: 0135- 2559898, 2559900

Fax: 0135- 2559988

From

Page 20: Invitation of Bids for Undertaking Techno-Economic ...(c) Packaging of the Project: Suggest appropriate package for attracting private investors to invest, develop, operate and maintain

20

Annexure-II

B. Pre-Qualification Application Form

1. Name & Address of the firm/consortium, Tel

/Fax/email details :

2.

Date of Establishment of Company/Lead Partner

of Consortium (enclose copy of registration

certificate)

:

3.

Type of firm: Proprietorship / Partnership or

registered under the Companies Act/Consortium

Please give details & enclose copy of

Registration Certificate

:

4. Branches (Enclose details with address &

telephone no.) :

5. Office in Uttarakhand, details if any :

6.

Details of Income Tax Registration*:

Enclose PAN details,

Enclose IT Certificate of Last Three Financial

Years (2011-12, 12-13, 13-14)

*: Lead partner in case of Consortium

:

7.

Service – Tax Registration details*:

Enclose Service Tax Registration Certificate

Enclose copy of latest service tax clearance

certificate of Last Three Financial Years (2011-

12, 12-13, 13-14)

*: Lead partner in case of Consortium

:

8.

Annual turnover in last three financial years*:

Enclose balance sheet and CA's Certificate

specifying the turnover in Last Three Financial

Years (2011-12, 12-13, 13-14)

*: Lead partner in case of Consortium

:

2011-12: Rs….

2012-13: Rs….

2013-14: Rs….

9.

Details of at least one similar assignment

executed in last three years (2011-12, 12-13, 13-

14).

Use the format provided at Annexure-IV

Please attach work orders/completion certificate

for all assignments (mentioning the assignment

details and contract vale); without which the

assignment will not be considered for evaluation

:

Page 21: Invitation of Bids for Undertaking Techno-Economic ...(c) Packaging of the Project: Suggest appropriate package for attracting private investors to invest, develop, operate and maintain

21

This is to certify that I/we have read and understood the enclosed brief and other Terms &

conditions. I/we have enclosed all the supporting documents required for the bid, and the

information given by me/us in the bid is true to the best of my/our knowledge.

Signature of the Bidder with

Name, Designation and Seal.

Date:

Place:

Page 22: Invitation of Bids for Undertaking Techno-Economic ...(c) Packaging of the Project: Suggest appropriate package for attracting private investors to invest, develop, operate and maintain

22

Annexure-III

Format for Submission of Firm’s/Consortium Credentials

The following information related to the firm should be provided in the Bid.

i. Year of establishment of firm *

Agency Year of

Establishment

Country Type of Organization

Individual Partnership Corporation Other

Individual / Lead

Partner (of Joint

Venture)

NOTE:-Year of Establishment of Lead Partner of Joint Venture shall be considered.

*Copy of Certificate of incorporation shall be submitted.

ii. Registered Office Address :

iii. Address for Correspondence :

iv. Telephone nos./Fax No. :

v. Email

vi. PAN

Copy of Certificate to be enclosed

vii. Service Tax Registration

Copy of Certificate to be enclosed

viii. Narrative description of Firm/Consortium (Not more than 2 sheets) :

ix. Financial Statement of the last 3 years. **

Particulars 2013-14 2012-13 2011- 12

Annual turnover

a) Audited balance Sheet/ Auditor Certificate of last 3 years (2010-11, 2011-12 & 2012-

13) shall be submitted as evidence of Annual Turnover.

x. Details of assignment of similar nature handled

a) As per format provided at Annexure-IV

b) Work Order/Completion Certificate of the Assignment to be enclosed

xi. CVs of Key Personnel (as per the format provided at Annexure-V)

xii. Documents to be annexed with the Bid (Copies of )—

i. Incorporation/Registration Certificate*

ii. MoU for Forming the Consortium (clearly specifying the Lead partner)— In Original#

iii. Power of Attorney in Name of the Lead Partner in Original#

iv. Power of Attorney in Names of Authorised Signatory from Each Consortium Partner#

Page 23: Invitation of Bids for Undertaking Techno-Economic ...(c) Packaging of the Project: Suggest appropriate package for attracting private investors to invest, develop, operate and maintain

23

v. Power of Attorney in the Name of the Authorised Signatory of Lead Partner Agency to

Sign the Bid Document and for entering into contract with UTDB#

vi. PAN

vii. Service Tax Registration Certificate

viii. IT Returns for FY 2011-12, 12-13, 13-14

ix. Service Tax Returns for FY 2011-12, 12-13, 13-14

x. Audited Balance Sheets for FY 2011-12, 12-13, 13-14*

xi. CA Certificate clearly specifying the turnover for FY 2011-12, 12-13, 13-14*

*: In case of a Consortium, details of the Lead Partner

#: On standard applicable formats (on stamp paper duly notarised) to be prepared by the

applicants

Page 24: Invitation of Bids for Undertaking Techno-Economic ...(c) Packaging of the Project: Suggest appropriate package for attracting private investors to invest, develop, operate and maintain

24

Annexure-IV

Previous Experience of the Agency

The agency needs to present their experience of executing similar assignments using the format

presented below—

Sr. No. Particulars Details

1. Project Name

2. Client (Name and contact details)

3. Date of Commencement of the Assignment

4. Date of Completion of the Assignment

5. Type of Services Rendered

6. Sole Agency/Lead Agency of Joint Venture

/Partner Agency of Joint Venture /

7. Brief Narrative of the Assignment

8. Safety Measures adopted

9. Details regarding requisite licenses/clearance

taken by the agency for undertaking the

assignment

10. Value of Assignment (Rs.)

11. Current Status of the Project (Completed/

Ongoing/ Not yet started)

Note:

1. The Agency should provide all the aforesaid details for all the projects they wish to be

considered for evaluation; failing which the assignment will not be considered for evaluation

2. Only those projects, for which clients certificates from the concerned authorities (Work

Orders/Agreements/Completion Certificates) are enclosed with the Proposal, will be considered

for evaluation

Page 25: Invitation of Bids for Undertaking Techno-Economic ...(c) Packaging of the Project: Suggest appropriate package for attracting private investors to invest, develop, operate and maintain

25

Annexure-V

Format for Curriculum Vitae (CV) of Proposed Key Personnel

Proposed Position: ………………………………………………………………….

Name of Firm...................................................................

Name of Staff .....................................................

Profession..........................................................

Date of Birth:

Years with Firm/Entity: ...........................................

Nationality: ..................

Membership of Professional Societies ..................................................

Education:

[Summaries college/university and other specialized education of staff member, giving their names,

year of passing out, and degrees obtained. Use about one quarter of a page]

Detailed Tasks Assigned .................................................

Key Qualifications:

[Give an outline of staff member’s experience and training most pertinent to tasks on assignment.

Describe degree of responsibility held by staff member on relevant previous assignments and give

dates and locations. Use about half a page.]

Employment Record:

A. Total Years of Experience

B. [Starting with present position, list in reverse order every employment held. List all

positions held by staff member since graduation, giving dates, name of employing

organizations, titles of positions held, and locations of assignments. For experience in last

ten years, also give types of activities performed and client references, where appropriate.]

Experience of Working in Uttarakhand:

[please mention specific assignments undertaken by the person in Uttarakhand, if any]

Languages Known:

[For English and Hindi languages indicate proficiency: excellent, good, fair, or poor; in speaking,

reading, and writing]

Page 26: Invitation of Bids for Undertaking Techno-Economic ...(c) Packaging of the Project: Suggest appropriate package for attracting private investors to invest, develop, operate and maintain

26

Certification by the Candidate

I, the undersigned, (Name and Address) certify that I have not left any assignment with the

consultants engaged by UTDB/ contracting firm (firm to be supervised now) for any continuing

work of GOUK / UTDB without completing my assignment. I will be available for the entire

duration of the proposed project. If I leave this assignment in the middle of the completion of the

work, UTDB would be at liberty to debar me from taking any assignment in any of the UTDB

works for an appropriate period of time to be decided by UTDB. I have no objection if my services

are extended by UTDB for this work in future. I certify that all information presented in the CV are

true to the best of my knowledge.

Name & Address……………………….. Date: (Day/Month/Year)

[Signature of staff member]

Certification by the firm

The undersigned on behalf of ----------( name of consulting firm) certify that Mr./Ms. ------(name of

the proposed personnel) to the best of our knowledge has not left his assignment with any other

consulting firm engaged by UTDB/ Contracting firm (firm to be supervised now) for the ongoing

projects. We understand that if the information about leaving the past assignment is known to

UTDB, UTDB would be at liberty to remove the personnel from the present assignment and debar

him for an appropriate period to be decided by UTDB.

Date: (Day/Month/Year)

[Signature of staff member or authorized representative of the Firm]

Note:

a) Personnel are to affix his recent photograph on first page of CV.

b) Complete address and phone number of the Personnel is to be provided.

c) Document for proof of qualification is to be enclosed.

d) Document for proof of age is to be enclosed. Age of the personnel shall not be more than 65

years.

e) CVs without signature of staff member and/or authorized representative of the firm;

and/or without documentary evidence in support of Point b, c & d above; and/or

photograph of the person; will not be considered for evaluation

Page 27: Invitation of Bids for Undertaking Techno-Economic ...(c) Packaging of the Project: Suggest appropriate package for attracting private investors to invest, develop, operate and maintain

27

Annexure-VI-A

Format of Financial Bid for Phase-I Activities (to be submitted on the letter head of the Firm)

Subject: Submission of Financial Proposal for Undertaking Techno-Economic Feasibility

Studies (TEFS) ) & Transaction advisor for Ropeway Project (Phase-I II activities)

in Uttarakhand.

Dear Sir,

We, the undersigned, offer to provide the services for Undertaking Techno-Economic Feasibility

Studies (TEFS) ) & Transaction advisor for Ropeway Project (Phase-II Activities) in Uttarakhand

in accordance with your Invitation for Bids.

Our attached financial Proposal is as under :

Sl. Particular Amount in

Rs

1 (name of Rope way….)

2

3

4

5

6

7

8

9

10

2 Taxes

Grand Total

(....................Amount in words..............)

Our financial Proposal shall be binding upon us up to 1 year after the last date of proposal

submission.

To,

The CEO,

Uttarakhand Tourism Development Board

Pt. Deen Dayal Upadhaya Paryatan Bhawan,

Near ONGC Helipad, Garhi Cantt.

Dehradun-248001 (Uttarakhand), India

Phone: 0135- 2559898, 2559900

Fax: 0135- 2559988

From

Page 28: Invitation of Bids for Undertaking Techno-Economic ...(c) Packaging of the Project: Suggest appropriate package for attracting private investors to invest, develop, operate and maintain

28

We understand and hereby confirm that you are not bound to accept any Proposal you receive for

the above.

We remain,

Yours sincerely,

Authorized Signatory*

Name and address of the firm

*Lead Partner in case of Joint Venture

Page 29: Invitation of Bids for Undertaking Techno-Economic ...(c) Packaging of the Project: Suggest appropriate package for attracting private investors to invest, develop, operate and maintain

29

Annexure-VI-B

Format of Financial Bid for Phase-II Activities (to be submitted on the letter head of the Firm)

Subject: Submission of Financial Proposal for Undertaking Techno-Economic Feasibility

Studies (TEFS) for .....location...... Ropeway Project (Phase-II Activities) in

Uttarakhand.

Dear Sir,

We, the undersigned, offer to provide the services for Undertaking Techno-Economic Feasibility

Studies (TEFS) for .....location...... Ropeway Project (Phase-II Activities) in Uttarakhand in

accordance with your Invitation for Bids.

Our attached financial Proposal is as under :

Sl. Particular No. of Units

1 Consultancy Fee

2 Taxes

Grand Total

(....................Amount in words..............)

Our financial Proposal shall be binding upon us up to 1 year after the last date of proposal

submission.

We understand and hereby confirm that you are not bound to accept any Proposal you receive for

the above.

We remain,

Yours sincerely,

Authorized Signatory*

Name and address of the firm

*Lead Partner in case of Joint Venture

Note: The agency must submit the break-up of the above quoted amount using separate pages in

the financial proposal.

To,

The CEO,

Uttarakhand Tourism Development Board

Pt. Deen Dayal Upadhaya Paryatan Bhawan,

Near ONGC Helipad, Garhi Cantt.

Dehradun-248001 (Uttarakhand), India

Phone: 0135- 2559898, 2559900

Fax: 0135- 2559988

From

Page 30: Invitation of Bids for Undertaking Techno-Economic ...(c) Packaging of the Project: Suggest appropriate package for attracting private investors to invest, develop, operate and maintain

30

Annexure-VII

Declaration By Bidders

I/we declare that I am/we are eligible and authorized to provide the

goods/services/equipments for which I/we have submitted my/our bid.

We also declare that I/our agency/consortium or any member of the consortium has not been

blacklisted by any Government agency anywhere in India and neither is any case registered against

us in any Court of India.

If this declaration is found to be incorrect then with prejudice to any other action that may

be taken, my/our security deposit may be forfeited in full and the tender to any extent accepted may

be cancelled.

Signature of the Bidder with Name, Designation and Seal.

Date:

Place:

Page 31: Invitation of Bids for Undertaking Techno-Economic ...(c) Packaging of the Project: Suggest appropriate package for attracting private investors to invest, develop, operate and maintain

31

Annexure-VIII

Criteria For Evaluation Of Firm/Consortium/JV

Sl. Parameter Details Marks Maximum

Marks

1 Registration of the Organization

More than 10 Years 5

5 7-9 Years 4

3-6 Years 3

2 Turnover of the Organization

> 100Crore 10

10 >50-100 Crore 7

25-50 Crore 5

3 Network of Offices

In more than 5 States 5

5 3-4 States 4

1-2 States 3

4 Office in Uttarakhand 5 5

5 Experience of the Organization

More than 5 Assignments 25

25 4-5 Assignments 20

3-4 Assignments 15

1-2 Assignments 10

6 Manpower

Team Leader 5

25

Infrastructure Expert 4

Finance/Economics Expert 4

Mechanical Engineer 3

Electrical Engineer 3

Geology Expert 3

Marketing Expert 3

8 Quality of the presentation 25 25

TOTAL 100

Note: The financials proposals of only those firms will be opened, who score minimum 70

or more marks in technical evaluation

Page 32: Invitation of Bids for Undertaking Techno-Economic ...(c) Packaging of the Project: Suggest appropriate package for attracting private investors to invest, develop, operate and maintain

32

Annexure-IX

Desired Qualification And Experience Of Key Personnel

Sl. Personnel Qualification Experience

1 Team Leader Engineering Graduate with MBA 15 Years

2 Infrastructure Expert M.E./M tech (Civil ) 10 years

3 Finance/Economics Expert MBA (Finance)/CFA/CA 10 years

4 Mechanical Engineer M.E./M.Tech (Mechanical) 10 years

5 Electrical Engineer M.E./M.Tech (Electrical) 10 years

6 Geology Expert M.Sc/MS/M.Tech. (Geology) 10 years

7 Marketing Expert Post Graduation in Management

(MBA/PGDBM/PGDM) 10 years

Annexure-X Criteria For Evaluation Of CVs Of Key Personnel

CV of each Key Personnel will be evaluated on the following parameters

Sl. Parameter Percentage of Marks

1 Educational Qualification 30%

2 Overall Experience (Years) 20%

3

Experience of working on similar assignments (at least three)

3 or more similar assignments—40%

1-2 similar assignments—20%

30%

4 Experience of Working in Uttarakhand 10%

5

Association with the Firm (in which currently employed)

10% More than 3 years—10%

1-3 years— 5%

TOTAL 100%