Draft Swiss Challenge Guidelines - Infrastructure Development ...

25 downloads 46 Views 976KB Size Report
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

Suggest Documents