Infrastructure for Growth. Guidelines for Procurement of. PPP Projects through
Swiss. Challenge proposals Route. ▻ Published by. Public Private Partnership ...
Infrastructure for Growth
Guidelines for Procurement of PPP Projects through Swiss Challenge proposals Route
Published by Public Private Partnership Cell, Infrastructure Development Department, Government of Karnataka Vikasa Soudha, Ambedkar Veedhi Bangalore - 560001 www.idd.kar.nic.in
Draft Version
December ‘09
Contents
Page No.
1. Preamble
3
2. Definition
4
3. Applicability
5
4. Procedure for Swiss Challenge
6
5. Time Frame
10
6. Miscellaneous
10
List of Annexure Annexure I Institutional Framework Annexure II Checklist for Preliminary Assessment for Swiss Challenge Proposal Annexure III Content of Preliminary Feasibility Report Annexure IV Format for Submission to SWA for ‘Permission to Proceed’ Annexure V Content of Detailed Project Report Annexure VI Format -Submission of Detailed Proposal Annexure VI-A Format for Bid Value Submission Annexure VII Notification on TA/ Consultants Annexure VIII Format for SWA/ SHLC Final Approval
2
GoK would, in the first instance, assess the
1
Preamble
public need for the Infrastructure Project. In case the Infrastructure Project is found
1.1
Under
Para
29
of
the
New
to satisfy a public need, GoK would assess
Infrastructure Policy ’07, GoK invites a
the
Private Sector Participant to submit a
Infrastructure
Project.
financial
modify the same, if required. GoK may
Proposal) to GoK/ GoK Agency for setting an
feasibility/
suitability of the Original Proposal and
suo-moto/ innovative proposal (Original
up
technical
carry out additional studies for the project,
The
if required.
guideline is developed to operationalise para 29 of the New Infrastructure Policy
After
evaluating
the
proposal
and
‘07.
considering it suitable, GoK would, put up competitive bidding for counter proposals
1.2
Swiss Challenge as covered under
(“Swiss Challenge”). The Original Proposal
para 29 of the New Infrastructure Policy
(except proprietary information and details
’07 reads as below: “Private
Sector
Initiator)
may
of the financial proposal) and contract Participant
(Proposal
principles of the Original Proposal would
suo-moto/
be made available by public notification to
innovative proposal (Original Proposal) to
interested applicants. If the competitive
GoK/ GoK Agency for setting up an
bidding process results in a superior
Infrastructure
proposal, the Proposal Initiator would be
submit
Project
a
containing
the
following: •
given
an
competing
Articulation of the public need for
opportunity counter
to
match
proposal
within
the a
stipulated time-frame, and be selected as
the project
the project concessionaire. If the Proposal •
•
Requisite
i.e.,
Initiator declines to match the superior
details of alignment/site, estimates
counter proposal, then the applicant that
of cost, etc.
has made the superior proposal would be
Requisite
technical
financial
details,
details-
selected as the concessionaire. Upon such
Toll,
selection, GoK/ GoK Agency concerned
Revenue, Costs, IRR and NPV etc.
shall cause/ arrange to reimburse to the •
Cost
incurred
by
the
Proposal
Proposal Initiator, a part or the whole of
Initiator for the development studies
the
related to the project.
upfront
3
development and
costs,
declared
as in
determined the
bidding
documents, and may recover the same
•
from the successful bidder”. 1.3
•
Sector Participant:
Undertake benchmarking of project costs, revenues and returns through
Initiative in spotting a public need
undertaking
which has not been identified and
and financial studies.
specific solutions have not been
•
defined by GoK.
Proposals
1.5
others.
These
Transparency is
a
which
Guidelines
applicability,
Ensuring
technical
are
not
result in near monopolies.
Innovation in terms of technology,
Competition
Avoid
necessary
amenable to competition and may
financing and execution among
1.4
process
Initiator.
derive the following benefits of a Private
•
procurement
without any bias to the Proposal
Through this route Govt seeks to
•
Conduct
necessity
Institutional
the
Mechanism
and processes with reference to appraisal
and in
articulate
and
Govt
approval
of
Swiss
Challenge
procurement process. Keeping the above
proposals received under para 29 of the
in view, the guideline has been developed
New Infrastructure Policy ‘07.
based on the following principles: •
A
transparent
and
competitive
2
process where the challengers have fair chance of winning the tender. •
Financial
Assistance
Definitions
2.1 New
from
In addition to the definitions in the Infrastructure
Policy
’07,
the
Government by way of Viability Gap
following additional definitions will form
Funding (VGF) not more than 20%
part of the guidelines;
of the project cost excluding land.
Administrative
department:
The
Department of GoK that has Jurisdiction •
Risks
allocation
and
Mitigation
over the affairs of the sector under which
Measures as per Schedule I of the
the project is proposed.
Infrastructure Policy ’07 should be
Challenger: Means a Person/ Company/
followed.
Consortium which responds to the RFP/ •
Application
of
principles
set
other out
touchstone in
Bids of the Swiss Challenge Project other
the
than the Proposal Initiator
Infrastructure Policy ’07. 4
Innovative
Proposal:
Means
an
plans
drafted
already,
under
infrastructure proposal submitted by a
implementation or under discussion by/ in
Private
the
Sector
Participant
that
has
department
concerned;
and
(c)
innovation in technology that is unique
Possibility of the project otherwise not
and legally owned or authorized to be used
being taken up.
by the Proposal Initiator that could result
Suo-Moto
in increased value addition; it may refer to incremental,
emergent
or
changes
products,
services
in
Proposal:
Means
an
infrastructure proposal submitted by a
revolutionary
Private Sector Participant "on its own
and/or
motion".
processes. Output based Specification (OBS): The OBS describes the output requirements for planned
investments
in
new
3
Applicability
systems
and/or services plus any constraints that
3.1
apply to the proposed solution(s), such as
Challenge will apply to all proposals that
the
local
fall in the sectors as described under
standards and the need to interface with
para 13 of the Infrastructure Policy ’07
existing systems.
namely:
need
to
meet
national
or
These
guidelines
Person/
i.
Agri-infrastructure
Company/ Consortium which submits an
ii.
Education
Proposal
Initiator:
Means
a
on
Swiss
application for development of a project as under para 29 of the Infrastructure Policy ’07. Public Need: Means a substantial or
iii.
Energy
iv.
Healthcare
v.
Industrial Infrastructure
vi.
Irrigation
obvious community need for the proposed project
based
on
all
attendant
circumstances as compared to a mere
vii.
Public Markets
viii.
Tourism
convenience. The determination of “Public Need” shall be taken by the relevant administrative
department
after
ix.
Transportation & Logistics
x.
Urban and Municipal Infrastructure
considering (a) Common use and needs of the community; (b) Appropriateness of the project in relation to the development 5
3.2
replied in check list in Annexure –
Swiss Challenge is applicable for
II.
either an "Innovative" OR "Suo-Moto" proposal.
4
4.3
shall not be acceptable:
Procedure for Swiss Challenge
i. 4.1
The following types of proposals
Proposals relating to known public
Proposal Initiator shall submit an
needs that can, within reasonable
application for Swiss Challenge along
and practicable limits, be acquired
with details in a format as prescribed in
by
Annexure II and with a Pre-Feasibility
competitive bidding methods;
Report
as
Annexure
per -
administrative
content
III,
to
format the
department.
and
conventional
in ii.
project If
known
Proposals
requiring
Financial
Assistance from Government by way
any
of Viability Gap Funding (VGF)1 to
feasibility report or DPR is available that
the extent more than 20% of project
could also be enclosed.
cost excluding cost of land. 4.2
The department shall scrutinize the iii.
proposal on the following: i.
of
the
iv.
department’s
Whether
"Public
Need"
v.
is
Whether
there
is
any
vi.
has not been submitted by a duly representative
of
the
contravenes the provisions of any law that is in force.
addressing the same public need;
v.
services
Proposal Initiator; or
ongoing
process (PPP or otherwise), that is
iv.
or
does not comply with requirements
authorised
established; iii.
products
of para 4.2;
development plans; ii.
to
which are generally available;
Whether the project falls into the purview
relating
If response to (i) & (ii) above are in
4.4
The administrative department shall
the affirmative and response to (iii)
after
is negative, examine whether the
conditionalities
project is “innovative” or “suo-moto”;
propose
it
Annexure
Whether the proposal prima facie satisfies the public need and the
1
is
to
satisfied in
the IV
for
above IDD
in
with said
the paras,
Format
placement
of
in the
Quantum of VGF = 20% (Project Cost- Land Cost)
requirements / conditionalities, as
6
proposal
Window
plan (b) operational expenditure and
Agency for PPP headed by the Chief
Revenues (c) extent of land being
Secretary, for according ‘permission to
sought (d) Support sought from
proceed’.
Government,
4.5
The
before
the
concerned
Single
department
to
proceed
with
the
(e)
support
utility
relocation
plan
(f)
Environmental Impact Assessment
suo-moto/
(g) Social Impact Assessment
innovative proposal. 4.6
all
converted to monetary equivalents
shall
thereafter obtain exemption under KTPP Act
with
ii.
Subject to the Suo-moto/ innovative
The Proposal Initiator’s role in the proposed concessionaire company
proposal qualifying step 4.4 and 4.5, a
and its ability to construct and /or
letter shall be issued by administrative
operate
dept allowing a period of 100 days, for
the
project
as
per
the
qualification norms in the Model
undertaking detailed studies (including
RFQ
Detailed Project Report as per Annexure
published
by
GOI
and
prescribed by Gok.
V) required for bidding and submit the same to administrative department. In
iii.
Direct cost of preparing the DPR,
case the Proposal Initiator does not meet
which is certified by an audit agency
the
(broken up into external payout,
deadline
department
then
the
would,
in
administrative exceptional
internal
cost,
out-of-pocket
circumstances extend the deadline by
expenses and taxes; accompanied
another 20 days or would exercise the
by original receipts).
option to develop the project on its own
iv.
through its agencies or through any third party,
without
the
Proposal
submitted in a sealed cover in
Initiator
Format in Annexure VIA (the sealed
having any claims. 4.7
cover shall not be opened until the
Proposal Initiator shall submit a
process in para 4.12).
detailed proposal, through Annexure VI,
v.
within time period as mentioned in para
Detailed
Project
Report
Interest free Bid Security equivalent to 0.75%/ 0.5% of the estimated
4.6, to the department containing: i.
Bid Value for the project to be
project cost (Upto Rs 2000 Crore/ (DPR
above Rs 2000 Crore) through a
contents as per Annexure V). The
demand draft or bank guarantee,
DPR would establish (a) Project’s
acceptable to the authority, with a
capital expenditure and financing
validity period of not less than 180 7
days (including claim period of 60
principle
days) to be extended as may be
specification’
mutually agreed from time to time.
service objectives not favoring any
The Bid shall be summarily rejected
particular technology).
if it is not accompanied by the Bid Security.
Bid
security
forfeited
under
shall
conditions
iii.
be
prescribed in Model RFP issued by DEA, GOI.
be
for
‘output meeting
based certain
The administrative department may carry
as
shall
out
additional
studies
independently
determining
project
project
cost,
for the
revenues,
viability and risk analysis etc., if has
required including Value for Money
submitted the DPR to the department, no
test (It represents difference in costs
changes shall be permitted in the DPR,
of the service provided by public
except to offer any clarifications that may
entity and by the private entity in
be
NPV
4.8
Once
the
required
Proposal
from
the
Initiator
department.
terms)
to
ensure
proper
benchmarking.
Clarifications shall be given as addenda and NOT as changes to the DPR.
iv.
Based
on
para
4.9
(iii),
the
The administrative department shall
department shall then negotiate the
carry out, along with PPP Cell of the
cost of preparation of the DPR with
Infrastructure Development Department,
the Proposal Initiator and ensure
the following exercise2:
that such costs are reasonable and
4.9
i.
Detailed submitted
examination
of
the
justifiable subject to a limit of 0.25%
documents
by
the
of the project cost determined in 4.9 (iii) or 0.25% of project cost as
Proposal Initiator as in para 4.7.
estimated by the Proposal Initiator ii.
Examination of technical feasibility
or cost of DPR determined in 4.9 (v),
of DPR to identify aspects of the
whichever is lower.
technology,
which
is
replicable v.
through other means. (The guiding
Preparation
of
the
Transaction
Documents3 for bidding namely- (a) RFQ/RFP based on Model RFQ/RFP
2
If the department does not have in-house skills to carry out such an exercise, it shall involve Transaction Advisors/ Consultants empanelled as per GoK notification No. FD 535 EXP-12/09 dated 21-07-2009 or modified from time to time (Annexure- VII)
of GOI, (b) Reconstructed DPR with 3
It shall be declared in the bidding documents that the cost of DPR and development cost would be recovered from successful bidder.
8
output based specifications (c) Draft
4.12 The counter proposals received in
concession agreement as per Model
response to the procurement would be
Concession Agreements (MCA) or
evaluated along with the proposal from
frameworks
Proposal Initiator by the administrative
(d)
the
cost
of
department
development. vi.
administrative
results
department
(a)
bidding
to
match
the
competing
4.14 If the Proposal Initiator declines to
be
match the superior counter proposal,
requested to quote counter proposals. documents
the
project concessionaire.
4.11 Procurement4. The Bidders through
procurement
proposal5,
superior bid value and be selected as the
Agency and State High Level Committee,
would
superior
Initiator’s bid value is within 15% of the
for approval before the Single Window
process
a
counter proposal only if the Proposal
and form as prescribed in Annexure VIII
tender
in
opportunity
placement of the proposal in the manner
include
the
Proposal Initiator would be given an
shall, then refer the proposal to IDD for
The
per
4.13 If the competitive bidding process
the project.
global
as
Economic Affairs in Government of India.
also determine development cost of
a
ranked
guideline in RFP issued by Department of
The administrative department may
4.10 The
and
then the applicant that has made the
shall
superior proposal would be selected as
document
the concessionaire.
(Combination of RFQ and RFP), (b) Draft Concession agreement and (c) Project
4.15 Upon such selection as in step 4.14
Information
(excluding
above of successful bidder other than the
proprietary information and Details of
Proposal Initiator, GoK/ GoK Agency
Financial
concerned
Memorandum
proposal
submitted
by
the
shall
cause/
arrange
to
reimburse to the Proposal Initiator, the
project Proposal Initiator).
cost of DPR as determined above and recover the same from the successful bidder. 4
The procurement documents shall be based on a single stage bid that (a) Examine technical and financial eligibility of bidders (b) Obtain technical proposals to ensure if the output based specifications are being met (c) Obtain the fee/ toll etc (d) Establish the bid parameter – premium/ VGF required/ revenue share.
5
The superior bid value will be considered as 100% and the rest bids will be benchmarked against it.
9
4.16 In case the project is not taken up
xi.
Total Time
16
by GoK/ GoK agency after the studies
6
have been undertaken, for any reason,
Miscellaneous
then no cost of project preparation would 6.1
be reimbursed to the Proposal Initiator.
The
Formats
and
other
requirements that would be sought by
5
the department, committees or IDD are
Time Frame
subject to changes with time and any The guidelines envisage the following
such changes would be notified in the
time frames for key activities (in calendar
web site (www.idd.kar.nic.in).
months):
6.2
Activity i.
Months
Preliminary Examination
have
The Single window agency would the
powers
iii.
Permission to proceed by SWA
1
(a) Submit Studies/ Documents- 4 (b) Preparation of Tender Documents, templates concurrently with iii
(a)
Finance
of
Department
(approval
issues in para. 4 of Annexure - I) iv.
Preparation for bidding
1
v.
Final approval by SWA
1
vi.
Approval by SHLC
1
vii.
Call
for
Open
tender
and
Submission of Challenger bids 3 viii. ix.
Evaluation of Bids
1
Additional Time to Proposal Initiator to match the best bid if any-
x.
Approvals:
Letter
of
concession agreement
award
relax
the
conditionalities in respect of time allowed
1
by in Para 4.6. ii.
to
1 & 2 10
[8] Principal Secretary, Urban Development Department – Member;
Annexure I
[9] Principal Secretary of the Department
Institutional
concerned with PPP Project-Member; [10]
Principal
Secretary,
Infrastructure
Framework
Development
State Level Single Window Agency
The Chairman of SLSWA may co-opt/
Department
–
Member
Secretary.
invite additional members as necessary. 1. Based on the Government Order No
The SWA shall examine and consider the
IDD/ 5 UIP/ 2006(P) Bangalore Dated 18-
Swiss Challenge proposals relating to any
06-2007, the State Level Single Window
department in the state for ‘permission to
Agency for PPP projects has been set up
proceed’
under the Chairmanship of Chief Secretary
and
give
final
approval/
recommendation as per para 40 of the New
comprising of the following members to
Infrastructure Policy ‘07.
approve projects upto 50 Crore. 3. The PPP cell in IDD will be the nodal
[1] Chief Secretary, Chairman;
agency to examine proposals in respect of [2] Additional Chief Secretary, Member;
Swiss Challenge projects and place them before
[3] ACS and Development Commissioner,
Principal
Secretary,
Principal
for
consideration
for
4. The Finance Department will be the
Planning
Department- member; [5]
SWA
permission to proceed and final approval.
Member; [4]
the
Secretary,
Finance
responsible
for
agreements
from
examining the
concession
financial
angle,
deciding on guarantees to be extended,
Department – Member;
and generally assess risk allocation from the investment and banking perspectives.
[6] Principal Secretary, Commerce and
It would also ensure that projects are
Industries Department – Member;
scrutinized
from
the
perspective
of
government expenditure.
[7] Principal Secretary, PWD Department – Member;
5. The administrative department will be responsible
11
for
receiving
proposal,
undertake
preliminary
examination,
coordinate with PPP cell for ‘permission to proceed’ and ‘final approval’, preparation of tender documents, and undertake bidding and evaluation of proposals received till award of the project to the successful bidder.
12
Annexure II: Checklist for Preliminary Assessment for Swiss Challenge Proposal
Name of the Project Proponent: Name of the Project:
Sl.No (1) I.
6
#Yes/ No6 (3)
Item (2)
Particulars (4)
Ref/ Annex (5)
General Information on the Project 1 Define the Proposal
2
Characteristics of the Project
3
Capacity, Cost Other Details
4
State the capacity that will be available for public use and that for captive use.
5
State whether it is a suomoto proposal and why. Has the Govt/ Concerned dept not specified the need? If yes, state the reasoning. Or is an innovative technology used, state.
and
The developer to indicate the response in the not-darkened cell only and provide details under particulars column.
II. 6
7
III 8
Assessment of Public Need Nature of intended public use
Justification of public use/ public interest
Details on innovative technology State details of innovative technology used for the project?
9
Is the technology proprietary and only available to a few?
10
(a) Why should govt go for this technology(ies) only? (b) What if sourcing of another technology has to be made in future during the life of the project for any reason ?
IV 11
Any Need for Govt Support Does the project require any govt support?
14
12
State what type of Govt support is required and why?
13
Will the proponent be able to raise necessary debt and equity to undertake the project? (State how)
V 14
15
VI 16
17
Qualification of the proponent to undertake the project Will the proponent be able to meet the technical and financial criteria as per Model RFQ (F. No. 24 (1)/ PF.II/ 07 Guidelines for prequalification of bidders for the PPP projects) or as amended and in currency? Is proponent planning to undertake the project on its own or through a consortium to meet the technical, financial and technological needs? Elaborate
About Studies and bidding process Has the proponent conducted prefeasibility/ feasibility DPR (state the position/ information)? Whether Preliminary Financial viability analysis of the project (as a part of Prefeasibility report) on a PPP/SWISS challenge mode has been done? (Furnish the details)
15
18
Would the proponent be able to complete any further studies in 90 Calender days time?
19
Will the proponent undertake all the studies as needed for development of the project to take it to the bidding phase?
VII 20
Project Structure What is the concession period, modality (BOT, BOOT, DBOT etc.) sought and why?
21
Will the proponent support output based specification$ for the project in the studies? (see foot note $)
22
Will the proponent support fair competition to obtain the best bid?
23
Will the proponent agrees to standard project structure, bidding documents, concession agreement as per a similar project in the sector?
VIII 24
Project Financials Service/ Output levels (Specify)
16
25
User Fee, Tariff/ fares (Specify) and their variation with time
26
(a). Indicate the IRR details (i). Project IRR (ii). Equity IRR (b). Indicate (i). NPV of the project (ii). PV of the revenues 1) Income from operations 2) Income from other forms (Enclose a financial analysis for the investment period) Details of possible competing projects and Likely impact of your project on the competing project. Regulation Mechanism for interface with Govt/ user dept over concession period
27
IX 28
29
X
Whether the proponent agrees to come under the regulatory authority as and when formed by the Govt or through law? Any other
17
30
31
32
Would you expect reimbursement of project development cost (DPR & othr studies) in case, at DPR stage the project is found to be unviable . Pl. Specify Is this a conditional proposal? Please specify Any other item/ observation which are relevant?
Foot Note 1 While preparing the checklist, state the references, reasoning that are required to be placed; indicate the relevant references in annexure. 2
The above format could be modified or additional information sought by the Govt any time in future.
3
The above reply has to be provided in signed hard copy and soft copy
$
An Output Based Specification (OBS) focuses on the desired outputs of an infrastructure project/ service in business terms, rather than a detailed technical specification of how the project/ service is to be provided; this allows providers scope to propose innovative solutions. In OBS project, benefits(outcomes) are specified rather than project inputs. Proponent should respond to queries under 'Item' column in Yes/ No (where boxes are not dark) and where applicable should elaborate under 'Particulars' column
#
Signature and seal of the Authorised person
18
Annexure III: Content of pre-feasibility study report
1. Introduction: i. Project Idea, ii. Approach & Methodology 2. Sector Profile: i. Industry Overview, ii. Regional profile, iii. Key Issues 3. Project Concept: i. Description of the Project, ii. Components of the Project, iii. Explanation of Innovativeness/ suo-moto iv. Case Studies v. Site, vi. Development Needs, Public needs & Planning Considerations 4. Market Assessment: i. Industry outlook, ii. Opportunities & projections 5. Statutory & Legal Framework: i. Applicable laws, ii. Key Issues 6. Environmental & Social Impacts: i. Environmental Impacts, ii. Social Impacts, iii. Mitigation Measures 7. Project Financials: i. Cost Estimation, ii. Revenue Stream, iii. Viability Assessment, iv. Scenario Analysis v. Ranking of projects based on commercial viability 8. Operating Framework: i. Risks & Mitigation, ii. Indicative Project Structure, iii. Indicative Qualification & selection Criteria 9. Way Ahead i. Govt. Obligations for development ii. Project Development Framework 10. Annexure: i. Site map, ii. Indicative Layout/Concept Plan
19
Annexure IV Memorandum to SLSWA for ‘Permission to Proceed’ approval for Swiss Challenge PPP projects Sl.No.
Item
1.
General
1.1 1.2 1.3 1.4 1.5 1.6
Name of the Project Type of PPP (BOT, BOOT, BOLT, OMT etc.) Location (State/District/Town) Administrative Department Name of the Implementing Agency Concession Period
2.
Project Description
2.1 2.2 2.3 2.4
2.5 2.6
Brief description of the project Justification for the project (Public Need) Possible alternatives, if any Estimated capital costs with break-up under major heads of expenditure. Also indicate the basis of cost estimation. Phasing of investment Project Implementation Schedule (PIS)
3.
Financing Arrangements
3.1
Sources of financing (equity, debt, mezzanine capital etc.) Indicate the revenue streams of the Project (annual flows over project life). Also indicate the underlying assumptions. Indicate the NPV of revenue streams with 12% discounting Who will fix the tariff/ user charges? Please specify in detail. Have any FIs been approached? If yes, their response may be indicated
3.2
3.3 3.4 3.5
4.
IRR
4.1 4.2
Economic IRR (if computed) Financial IRR, indicating various assumptions (attach separate sheet if necessary)
Response
5.
Clearances
5.1 5.2
Status of environmental clearances Clearance required from the State Government and other local bodies Other support required from the State Government
5.3
6.
GoK Support
6.1 6.2 6.3
Viability Gap Funding, if required GOK guarantees being sought, if any Other support required from the State Government
7.
Criteria for short-listing
7.1
Is short-listing to be in one stage or two stages? Indicate the criteria for short-listing (attach separate sheet if necessary)
7.2
8.
Others
8.1
Remarks, if any
Annexure IV- Appendix A Check List for Submission of Documents for ‘Permission to Proceed’ approval from SLSWA/ SHLC (in Hard-2 Sets and Soft) Sl No
Documents to be Submitted
Applica ble (Y/N)
Submit tedHard Copy (Y/N)
Submit tedSoft Copy (Y/N)
1. Covering Letter from Head of the Organization 2. Filled in Proforma for the PPP projects for the SWA meeting 3. Preliminary Feasibility Report/ Feasibility Report/ DPR/ Environmental/ Social 4. Financial Analysis with Project Cash Flows (if not covered in the DPR) 5. Documents relating to any issues on various clearances/ Land Acquisition/ R&R 6. Presentation of 10 slides covering the project 7. Details of any Support Required for implementation (if any) 8. Action Plan (Schedule – Microsoft Project Type) for Implementation Please indicate against the points wherever applicable and submit in the above table. Soft Copy can be submitted in a CD with files numbered in the above order (ex-“3-DPR of High Speed Rail Link”).
Signature of the Head of the Administrative Department / Agency with Stamp
22
Appendix B (Annexure IV): Examination by Administrative Departments & Infrastructure Development Department to recommend the Proposal of Swiss Challenge to SWA for 'Permission to Proceed' Name of the Proposal Initiator: Name of the Project: Examination of the Original Proposal as per Clause 4.2 and 4.3 of Swiss Challenge Guideline
Sl.No Item (1) (2) 1 Whether the project falls into the purview of the department's development plans; 2
Whether "Public Need" is established (Yes/No), Explain
3
4
Whether there is any ongoing plans/ process (PPP or otherwise), that is addressed by the department for the same public need; If response to (1) & (2) are in the affirmative, examine whether the project is “innovative” or “suo-moto”;
Comments of the Administrative Department (3)
Comments of the Infrastructure Development Department (4)
5
6
Whether the proposal prima facie satisfies the public need and the requirements / conditionalities as provided in check list in Annexure – II. (i) Whether it is a suomoto proposal and why? (ii) Whether the Govt/ Concerned dept not identified the need? If yes, state the reasoning. (iii) Is it an innovative technology , state.
The proposal cannot be accepted for the following reasons 7
If the Proposal is relating to known public needs that can, within reasonable and practicable limits, be acquired by known and conventional competitive bidding methods;
8
If the Proposal requires Financial Assistance from Government by way of Viability Gap Funding (VGF) to the extent more than 20% of project cost excluding land.
9
If the proposal relates to products or services which are generally available;
10
If the proposal does not comply with 'General Information on the Project' stated at sl no 1-6.
11
If the proposal has been submitted by a duly authorised representative of the Proposal Initiator; or 24
12
If the proposal Contravenes the provisions of any law/policy/procedures that is in force. Appendix C (Annexure IV)- Examination of the Proposal as per Submitted reply based on Annexure II Format
Sl.No Item (1) (2) I. General Information on the Project 1 Define the Proposal
2
Characteristics of the Project
3
Capacity, Cost and Other Details
4
State the capacity that will be available for public use and that for captive use.
Reply of Proposal Initiator (3)
25
Comments of the Administrative Department (4)
Comments of the Infrastructure Development Department (5)
5
II. 6
7
III 8
State whether it is a suomoto proposal and why. Has the Govt/ Concerned dept not specified the need? If yes, state the reasoning. Or is an innovative technology used, state.
Assessment of Public Need Nature of intended public use
Justification of public use/ public interest
Details on innovative technology State details of innovative technology used for the project?
26
9
Is the technology proprietary and only available to a few?
10
(a) Why should govt go for this technology(ies) only? (b) What if sourcing of another technology has to be made in future during the life of the project for any reason ?
IV 11
Any Need for Govt Support Does the project require any govt support?
12
State what type of Govt support is required and why?
13
Will the proponent be able to raise necessary debt and equity to undertake the project? (State how)
27
V 14
15
VI 16
17
Qualification of the proponent to undertake the project Will the proponent be able to meet the technical and financial criteria as per Model RFQ (F. No. 24 (1)/ PF.II/ 07 Guidelines for prequalification of bidders for the PPP projects) or as amended and in currency?
Is proponent planning to undertake the project on its own or through a consortium to meet the technical, financial and technological needs? Elaborate
About Studies and bidding process Has the proponent conducted prefeasibility/ feasibility DPR (state the position/ information)?
Whether Preliminary Financial viability analysis of the project (as a part of Pre-feasibility report) on a PPP/SWISS challenge mode has been done? (Furnish the details)
28
18
Would the proponent be able to complete any further studies in 90 Calender days time?
19
Will the proponent undertake all the studies as needed for development of the project to take it to the bidding phase?
VII 20
Project Structure What is the concession period sought and why?
21
Will the proponent support output based specification$ for the project in the studies? (see foot note $)
22
Will the proponent support fair competition to obtain the best bid?
29
23
VIII 24
Will the proponent agrees to standard project structure, bidding documents, concession agreement for a similar project in the sector?
Project Financials Service/ Output levels (Specify)
25
User Fee, Tariff/ fares (Specify) and their variation with time
26
(a). Indicate the IRR details (i). Project IRR (ii). Equity IRR (b). Indicate (i). NPV of the project (ii). PV of the revenues 1) Income from operations 2) Income from other forms
27
Likely impact of your project on the raising/any competing project
30
IX 28
Regulation Mechanism for interface with Govt/ user dept over concession period
29
Whether the proponent agrees to come under the regulatory authority as and when formed by the Govt or through law?
X 30
Any other Would you expect reimbursement of project development cost (DPR & other studies) in case, at DPR stage the project is found to be unviable . Pl. Specify
31
Is this a conditional proposal? Please specify
32
Any other item/ observation which are relevant?
31
Foot Note 1 While preparing the checklist, state the references, reasoning that are required to be placed; indicate the relevant references in annexure. $
An Output Based Specification (OBS) focuses on the desired outputs of an infrastructure project/ service in business terms, rather than a detailed technical specification of how the project/ service is to be provided; this allows providers scope to propose innovative solutions. In OBS project, benefits(outcomes) are specified rather than project inputs.
Signature and seal of the Head of the Administrative Department with seal & Date
32
Annexure V: Content of Detailed Project Report
1. Executive Summary 2. Project Description: The project description shall also include, inter-alia; a. Demonstration of 'Public Need' b. Demonstration of being in compliance with plans of department c. Demonstration that project would otherwise not come up, and that there is no conflict with any departmental scheme that provides the same service 3. Demand assessment, Viability, Financial debt/Equityratio, IRR, NPV.
4. Engineering surveys and investigations 5. Layout plans and drawings: General Arrangement, Master plan, Structural Arrangements, Buildings, Toll plaza, Commercial Spaces, Area calculation statements are required. 6. Preliminary structural designs 7. System specifications and operating parameters a. This shall include identification is proprietary or patented technology, including the aspect of the technology that is proprietary or patented, and the reason why only such technology is required 8. Utility Relocation Plan 9. Land Plan Schedules 10. Social impact assessment 11. Environment impact assessment 12. Indicative BOQ and rough Cost Estimates 13. Preparation of Schedules for a. Project site: project land, additional land, commercial usage land b. Project description c. Project facilities d. Specifications and standards e. Drawings The schedules shall be prepared in a similar manner to that required for the model documents of the Government of India, duly taking into account the specific requirements of the project
33
Annexure VI Format for Submission of detailed proposal by Proposal Initiator S.No.
Item
1.
General
1.1 1.2 1.3 1.4 1.5 1.6
Name of the Project Type of PPP (BOT, BOOT, BOLT, OMT etc.) Location (State/District/Town) Administrative Department Name of the Implementing Agency Concession Period
2.
Project Description
2.1
2.5 2.6
Brief description of the project (200 words) Justification for the project (Public Need) Possible alternatives, if any Estimated capital costs with break-up under major heads of expenditure. Also indicate the basis of cost estimation. Phasing of investment Project Implementation Schedule (PIS)
3.
Financing Arrangements
3.1
Sources of financing (equity, debt, mezzanine capital etc.) Broadly Indicate the revenue streams of the Project (annual flows over project life). Also indicate the underlying assumptions. Broadly Indicate the NPV of revenue streams with 12% discounting Who will fix the tariff/ user charges? Please specify in detail. Have any FIs been approached? If yes, their response may be indicated
2.2 2.3 2.4
3.2
3.3 3.4 3.5
Response
4.
IRR
4.1
Economic IRR (if computed)
4.2
Financial IRR, indicating various assumptions (attach separate sheet if necessary)
34
5.
Clearances
5.1 5.2
Status of environmental clearances Clearance required from the State Government and other local bodies Other support required from the State Government
5.3
6.
GoK Support
6.1 6.2
Viability Gap Funding, if required GOK guarantees being sought, if any
7.
Others
7.1
Remarks, if any
35
Annexure VI- Appendix A Project Financial Summary S.No.
Item
1.
General Information for Financial Analysis
1.1 1.2
1.6
Name of the Project Type of PPP (BOT, BOOT, BOLT, OMT etc.) Capacity of the Project (e.g.-for Road: Length in kM) Key Feature Linked to Capacity (E.g.-for Road: Two/Four Lane/ Six Lane with paved shoulder etc) Carrying Capacity (E.g.-for Road: Passenger Car Units) Concession Period
2.
Project Costs
2.1 2.2 2.3 2.4 2.5 2.6
Cost of Land Construction Cost of Building Cost of Plant and Machinery Interest During Construction Other Costs if any Total Project Cost
3. 3.1
Financing Arrangements Financing Structure (% of equity and debt) Interest on Debt (Assumed) Revenue streams for each Concession Year Per unit Tariff (E.g. Toll rates for Car/Bus…) Revenue from Tariff. Revenue from Advertising Other Revenue Streams Indicate the NPV of revenue streams with 12% discounting
1.3 1.4
1.5
3.2 4. 4.1 4.2 4.3 4.4 4.3
4. 4.1 4.2 4.3
Response
IRR Economic IRR (if computed) Equity IRR Project IRR
Excel Sheet Format to be provided for year wise information (as applicable) for the Concession period 36
Annexure VI- Appendix B Check List for Submission of Documents (in Hard-2 Sets and Soft) Sl No
Documents to be Submitted
Applica ble (Y/N)
Submit tedHard Copy (Y/N)
Submit tedSoft Copy (Y/N)
1. Covering Letter from Head of the Organisation 2. Filled in Proforma for the PPP projects for the SWA meeting 3. Preliminary Feasibility Report/ Feasibility Report/ DPR/ Environmental/ Social 4. Traffic Projections, (if not covered in the DPR) 5. Traffic Impact Assessment in consultation with Local authorities with Action Plan 6. Financial Analysis with Project Cash Flows (if not covered in the DPR) 7. Documents relating to any issues on various clearances/ Land Acquisition/ R&R 8. Presentation covering the project for submission to SWA. 9. Details of any Support Required for implementation (if any) 10. Action Plan (Schedule – Microsoft Project Type) for Implementation Please indicate your response wherever applicable and submit the accompanying documents in the above table. Soft Copy can be submitted in a CD with files numbered in the above order (ex-“3-DPR of High Speed Rail Link”)
37
Annexure VI- Appendix-C Certificate relating to Swiss Challenge Project Processing (To be furnished by Swiss Challenge Proposal Initiator) It is certified that: a. The … … … … … … (name of project) has been submitted by the undersigned as the duly authorised representative of … … … … … … (name of Proposal Initiator) for processing as a Swiss Challenge PPP proposal in Infrastructure as per the New Infrastructure Policy ’07 of GoK. b. The proposal initiator will support output based specification for the scope of the project during bidding. b. The proposal initiator will support fair competition through global tendering to obtain the best bid. c. The proposal initiator agrees to the standard project structure, bidding documents, concession agreement similar to other projects in the sector. d. The proposal initiator agrees to abide by the regulatory authority as and when formed by the Govt or through law. e. The proposal initiator does not expect reimbursement of project development cost (DPR & other studies) in case, the project is not taken up by GoK/ GoK agencies after the studies have been undertaken, for any reason. f. That the above statements are true to the best of my knowledge and belief.
Dated:
(Signature, Name and designation of Authorised Representative of Proposal Initiator)
38
Annexure VIA: Format for Bid Value Submission
Letter comprising the Bid (Refer Clauses 2.1.5 and 2.14 of Model RFP issued by GOI)
Dated: [The Secretary, *********** ***********] Sub: Bid for ****** Project Dear Sir,
With reference to your RFP document dated *****, I/we, having examined the Bidding Documents and understood their contents, hereby submit my/our Bid for the aforesaid Project. The Bid is unconditional and unqualified. 2. All information provided in the Bid and in the Appendices is true and correct. 3. This statement is made for the express purpose of qualifying as a Bidder for the [development, construction, operation and maintenance] of the aforesaid Project. 4. I/ We shall make available to the Authority any additional information it may find necessary or require to supplement or authenticate the Bid. 5. I/ We acknowledge the right of the Authority to reject our Bid without assigning any reason or otherwise and hereby waive our right to challenge the same on any account whatsoever. 6. We certify that in the last three years, we/ any of the Consortium Members have neither failed to perform on any contract, as evidenced by imposition of a penalty or a judicial pronouncement or arbitration award, nor been expelled from any project or contract nor have had any contract terminated for breach on our part. 7. I/ We declare that: (a) I/ We have examined and have no reservations to the Bidding Documents, including any Addendum issued by the Authority. (b) I/ We do not have any conflict of interest in accordance with Clauses 2.1.14 and 2.1.15 of the RFP document;
(c) I/We have not directly or indirectly or through an agent engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice, as defined in Clause 4.3 of the RFP document, in respect of any tender or 39
request for proposal issued by or any agreement entered into with the Authority or any other public sector enterprise or any government, Central or State; and (d) I/ We hereby certify that we have taken steps to ensure that in conformity with the provisions of Clause 4 of the RFP, no person acting for us or on our behalf has engaged or will engage in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice. 8. I/ We understand that you may cancel the Bidding Process at any time and that you are neither bound to accept any Bid that you may receive nor to invite the Bidders to Bid for the Project, without incurring any liability to the Bidders, in accordance with Clause 2.6 of the RFP document. 9. I/ We believe that we/ our Consortium/ proposed Consortium satisfy(ies) the Net Worth criteria and meet(s) the requirements as specified in the RFQ document and are/ is qualified to submit a Bid in accordance with the [guidelines for qualification of bidders seeking to acquire stakes in Public Sector Enterprises through the process of disinvestment issued by the GOI vide Department of Disinvestment OM No. 6/4/2001- DD-II dated 13th July, 2001 which guidelines apply mutatis mutandis to the Bidding Process]. 10. I/ We declare that we/ any Member of the Consortium are/ are not a Member of a/ any other Consortium submitting a Bid for the Project. 11. I/ We certify that in regard to matters other than security and integrity of the country, we have not been convicted by a Court of Law or indicted or adverse orders passed by a regulatory authority which could cast a doubt on our ability to undertake the Project or which relates to a grave offence that outrages the moral sense of the community. 12. I/ We further certify that in regard to matters relating to security and integrity of the country, we have not been charge-sheeted by any agency of the Government or convicted by a Court of Law for any offence committed by us or by any of our Associates. 13. I/ We further certify that no investigation by a regulatory authority is pending either against us or against our Associates or against our CEO or any of our Directors/ Managers/ employees. 14. [I/ We further certify that we are not disqualified in terms of the additional criteria specified by the Department of Disinvestment in their OM No. 6/4/2001-DD-II dated July 13, 2001, a copy of which forms part of the RFP at Appendix-V thereof.] 15. I/ We undertake that in case due to any change in facts or circumstances during the Bidding Process, we are attracted by the provisions of disqualification in terms of the guidelines referred to above, we shall intimate the Authority of the same immediately. 16. [We acknowledge that our Consortium/ proposed Consortium was pre-qualified and shortlisted on the basis of Technical Capacity and Financial Capacity of those of its Members who will own at least 26% of the equity of the Concessionaire and undertake that each of such Consortium Members shall continue to hold at least 26% of the equity of the Concessionaire until the Commercial Operation Date of the Project is achieved under and in accordance with the provisions of the Concession Agreement. We further agree and acknowledge that the aforesaid obligation shall be in addition to the obligations contained in the Concession Agreement in respect of Change in Ownership.] 17. [I/We acknowledge and agree that in the event of a change in control of an Associate whose Technical Capacity and/ or Financial Capacity was taken into consideration for the purposes of short-listing and pre-qualification under and in accordance with the RFQ, I/We shall inform the Authority forthwith along with all relevant particulars and the Authority may, in its sole 40
discretion, disqualify our Consortium or withdraw the Letter of Award, as the case may be. I/We further acknowledge and agree that in the event such change in control occurs after signing of the Concession Agreement but prior to Financial Close of the Project, it would, notwithstanding anything to the contrary contained in the Agreement, be deemed a breach thereof, and the Concession Agreement shall be liable to be terminated without the Authority being liable to us in any manner whatsoever.] 18. I/ We understand that the Selected Bidder shall either be an existing Company incorporated under the Indian Companies Act, 1956, or shall incorporate itself as such prior to execution of the Concession Agreement. 19. I/We hereby irrevocably waive any right which we may have at any stage at law or howsoever otherwise arising to challenge or question any decision taken by the Authority in connection with the selection of the Bidder, or in connection with the Bidding Process itself, in respect of the above mentioned Project and the terms and implementation thereof. 20. In the event of my/ our being declared as the Selected Bidder, I/We agree to enter into a Concession Agreement in accordance with the draft that has been provided to me/us prior to the Bid Due Date. We agree not to seek any changes in the aforesaid draft and agree to abide by the same. 21. I/We have studied all the Bidding Documents carefully and also surveyed the [project highway and the traffic]. We understand that except to the extent as expressly set forth in the Concession Agreement, we shall have no claim, right or title arising out of any documents or information provided to us by the Authority or in respect of any matter arising out of or concerning or relating to the Bidding Process including the award of Concession. 22. The [Premium / Grant] has been quoted by me/us after taking into consideration all the terms and conditions stated in the RFP, draft Concession Agreement, our own estimates of costs [and traffic] and after a careful assessment of the site and all the conditions that may affect the Bid. 23. I/We offer a Bid Security of Rs._____________ (Rupees ___________________________________ only) to the Authority in accordance with the RFP Document.
24. The Bid Security in the form of a Demand Draft/ Bank Guarantee (strike out whichever is not applicable) is attached. 25. I/We agree and understand that the Bid is subject to the provisions of the Bidding Documents. In no case, I/We shall have any claim or right of whatsoever nature if the Project / Concession is not awarded to me/us or our Bid is not opened. 26. I/We hereby submit our Bid and [offer a Premium in the form of ____per cent (in words) of the gross revenues of the Project as share of the Authority/ require a Grant of Rs. _________ (Rupees __________________________________ only) (Strike out whichever is not applicable)] for undertaking the aforesaid Project in accordance with the Bidding Documents and the Concession Agreement. 27. I/We agree to keep this offer valid for 120 (one hundred and twenty) days from the Bid Due Date specified in the RFP. 28. I/We agree and undertake to abide by all the terms and conditions of the RFP document. In witness thereof, I/we submit this Bid under and in accordance with the terms of the RFP document. 41
Yours faithfully,
Date: Place:
(Signature of the Authorised signatory) (Name and designation of the of the Authorised signatory)
Name and seal of Bidder/Lead Firm
Note: Paragraphs in square parenthesis may be omitted, if not applicable, or modified as necessary.
42
Annexure VII: Notification on TA/ Consultants
43
44
45
46
Annexure VIII: Examination by Administrative Departments & Infrastructure Development Department based on the final proposal Name of the Proposal Initiator: Name of the Project: Examination of the Original Proposal as per Clause 4.2 and 4.3 of Swiss Challenge Guideline
Sl.No Item (1) (2) 1 If the department has obtained exemption under KTPP Act to proceed with the suo-moto/ innovative proposal 2
Comments of the Transaction Advisor (3)
If the Proposal Initiator has met the deadline for the submission of the proposal
3 If the DPR contains all the elements for undertaking the project to bidding stage as per project requirement and the format in the guideline.
47
Comments of the Administrative Department (4)
Comments of the Infrastructure Development Department (5)
4
Is the proposal initiator is bidding on its own or through a consortium? If the Proposal Initiator (along with any consortium) has ability to construct and /or operate the project as per the qualification norms in the Model RFQ published by GOI and prescribed by GoK.
5
State the Direct cost of preparing the DPR, which is certified by an audit agency (broken up into External payout, internal cost, out-of-pocket expenses and taxes; accompanied by receipts)
6
If the Bid Value has been submitted in a sealed cover in the prescribed Format.
7
Post submission of the DPR, please state if any changes have been made to the same.
8
Please indicate if there has been any changes in the final submission w.r.t the initial submission of proposal by the Initiator
48
9
Please state the output based specification for undertaking an open and competitive bidding
10
Please state of additional studies were carried out by the administrative department for the project, project cost, project revenues, viability and risk analysis etc. and if required including Value for Money test
11
Please indicate DPR cost and how the same was arrived based on Swiss Challenge guideline
12
a) Is the TA selection based on the FD approved panel adopted by GoK. b) Provide the TA contact detailsc) Please indicate if the transaction documents are as per the DEA recommended Model documents and; d) What is the cost of Transaction Advisorye) Indicate any other Costs undertaken by the Department
13
Please indicate if the department is observing all the norms as per the Swiss Challenge Guideline
49
Foot Note 1 While preparing the reply on this format, state the references, reasoning that are required to be placed; indicate the relevant references in annexure.
Signature and seal of the Head of the Administrative Department with seal Date
50
Annexure VIII- Appendix A Format for State Level Single Window Agency (for Final approval) Sl.No.
Item
1.
General
1.1 1.2 1.3 1.4 1.5 1.6
Name of the Project Type of PPP (BOT, BOOT, BOLT, OMT etc.) Location (State/District/Town) Administrative Department Name of the Implementing Agency Concession Period
2.
Project Description
2.1
2.5 2.6
Brief description of the project (200 words) Justification for the project (Public Need) Possible alternatives, if any Estimated capital costs with break-up under major heads of expenditure. Also indicate the basis of cost estimation. Phasing of investment Project Implementation Schedule (PIS)
3.
Financing Arrangements
3.1
Sources of financing (equity, debt, mezzanine capital etc.) Broadly Indicate the revenue streams of the Project (annual flows over project life). Also indicate the underlying assumptions. Broadly Indicate the NPV of revenue streams with 12% discounting Who will fix the tariff/ user charges? Please specify in detail. Have any FIs been approached? If yes, their response may be indicated
2.2 2.3 2.4
3.2
3.3 3.4 3.5
Response
4.
IRR
4.1
Economic IRR (if computed)
4.2
Financial IRR, indicating various assumptions (attach separate sheet if necessary)
51
5.
Clearances
5.1 5.2
Status of environmental clearances Clearance required from the State Government and other local bodies Other support required from the State Government
5.3
6.
GoK Support
6.1 6.2
Viability Gap Funding, if required GOK guarantees being sought, if any
7.
Concession Agreement
7.1
Is the Concession Agreement based on MCA? If yes, indicate the variations, if any, in a detailed note (to be attached) Details of Concession Agreement (Attached at Appendix-A)
7.2
8.
Criteria for short-listing
8.1
Is short-listing to be in one stage or two stages? Indicate the criteria for short-listing (attach separate sheet if necessary)
8.2
9.
Others
9.1
Remarks, if any
52
Annexure VIII- Appendix B Brief particulars of the Concession Agreement A. Administrative Department:
B. Name and location of the Project:
C. Legal Consultant:
D. Financial Consultant:
S.No.
Item
1.
General
1.1
Scope of the Project (in about 200 words) Nature of Concession to be granted Period of Concession and justification for fixing the period Estimated capital cost Likely construction period Conditions precedent, if any, for the concession to be effective Status of land acquisition Construction and O&M
1.2 1.3 1.4 1.5 1.6 1.7 2. 2.1 2.2 2.3 2.4 2.5 3. 3.1 3.2 3.3 3.4 3.5
3.6 3.7
Response
Monitoring of construction; whether an independent agency/engineer is stipulated Minimum standards of Operation and Maintenance Penalties for violation of prescribed O&M standards Safety related provisions Environment related provisions Financial Maximum period for achieving financial close Nature and extent of capital grant/ subsidy stipulated Bidding parameter (capital subsidy or other parameter) Provisions for change of scope and the financial burden thereof Concession fee, if any, payable by the Concessionaire User charges/ fee to be collected by the Concessionaire Indicate how the user fee has been 53
determined; the legal provisions in support of user fee (attach the relevant rules/ notification); and the extent and nature of indexation for inflation 3.8 3.9 3.10 3.11
3.12 3.13 3.14
3.15
4. 4.1 4.2 4.3 4.4
Provisions, if any, for mitigating the risk of lower revenue collection Provisions relating to escrow account, if any Provisions relating to insurance Provisions relating to audit and certification of claims Provisions relating to assignment/ substitution rights relating to lenders Provisions relating to change in law Provisions, if any for compulsory buy-back of assets upon termination/ expiry Contingent liabilities of the government (a) Maximum Termination Payment for Government/ Authority Default (b) Maximum Termination Payment for Concessionaire Default (c) Specify any other penalty, compensation or payment contemplated under the agreement Others Provisions relating to competing facilities, if any Specify the proposed Dispute Resolution Mechanism Specify the proposed governing law and jurisdiction Other remarks, if any
54
Annexure VIII- Appendix C Evaluation of Risks and Mitigation Measures S.No.
Risk Category
1.
Project Development
Risk Description
Consequence
Mitigation
Assigned to
1.1 1.2 1.3 2.
Construction
2.1 3.
Operations
3.1 4.
Financing
4.1 5.
Other Risks
The Administrative department shall submit the Evaluation of Risks and Mitigation Measures as per the above format (Refer Schedule I of Infrastructure Policy 2007), highlighting any deviation from the prescribed Schedule I of the GoK’s Infrastructure Policy.
55
Annexure VIII- Appendix D Project Financial Summary* S.No.
Item
1.
General Information for Financial Analysis
1.1 1.2
1.6
Name of the Project Type of PPP (BOT, BOOT, BOLT, OMT etc.) Capacity of the Project (e.g.-for Road: Length in Kms) Key Feature Linked to Capacity (E.g.-for Road: Two/Four Lane/ Six Lane with paved shoulder etc) Carrying Capacity (E.g.-for Road: Passenger Car Units) Concession Period
2.
Project Costs
2.1 2.2 2.3 2.4 2.5 2.6
Cost of Land Construction Cost of Building Cost of Plant and Machinery Interest During Construction Other Costs if any Total Project Cost
3. 3.1
Financing Arrangements Financing Structure (% of equity and debt) Interest on Debt (Assumed) Revenue streams for each Concession Year Per unit Tariff (E.g. Toll rates for Car/Bus…) Revenue from Tariff. Revenue from Advertising Other Revenue Streams Indicate the NPV of revenue streams with 12% discounting
1.3 1.4
1.5
3.2 4. 4.1 4.2 4.3 4.4 4.3
4. 4.1 4.2 4.3
Response
IRR Economic IRR (if computed) Equity IRR Project IRR
Excel Sheet Format to be provided for yr wise information (as applicable) for the Concession period 56
Annexure VIII- Appendix E Check List for Submission of Documents for Final approval from SLSWA/ SHLC (in Hard-2 Sets and Soft) Sl No
Documents to be Submitted
Applica ble (Y/N)
9. Covering Letter from Head of the Organization 10. Filled in Proforma for the PPP projects for the SWA meeting 11. Preliminary Feasibility Report/ Feasibility Report/ DPR/ Environmental/ Social 12. Project Information Memorandum 13. Traffic Projections, (if not covered in the DPR) 14. Traffic Impact Assessment in consultation with Local authorities with Action Plan 15. Financial Analysis with Project Cash Flows (if not covered in the DPR) 16. Risk Assessment and Mitigation Matrix based on project risks 17. RFQ, RFP 18. Draft Concession Agreement and any changes undertaken to MCA 19. Filled in VGF format (if Submitted to GOK) 20. Documents relating to any issues on various clearances/ Land Acquisition/ R&R 21. Presentation of 10 slides covering the points on the Proforma for SWA 22. Details of any Policy Changes Required for implementation (if any)
57
Submit tedHard Copy (Y/N)
Submit tedSoft Copy (Y/N)
23. Action Plan (Schedule – Microsoft Project Type) for Implementation Please indicate your response wherever applicable and submit in the above table. Soft Copy can be submitted in a CD with files numbered in the above order (ex-“3DPR of High Speed Rail Link”)
Signature of the Head of the Administrative Department/ Agency with Stamp
58