You are on page 1of 19

Consultancy Services for Independent Assessment of Traffic forecasting

and Toll revenue estimation

REQUEST FOR PROPOSAL (RFP) DOCUMENT

December, 2019
Notice for inviting Proposals for Consultancy services

The Infrastructure Leasing & Financial Services Limited Group (“IL&FS Group” OR “The Group”)
seeks to form and list an Infrastructure Investment Trust (“InvIT”) under the extant SEBI guidelines and
other applicable laws (the “InvIT Transaction”) for certain road assets held by The Group (including
through IL&FS Transport Network Limited (“ITNL”)).

As part of this endeavor, The Group has decided to appoint a consultant (“Consultant”) for Independent
assessment of Traffic forecasting and Toll revenue estimation in-line with the scope of work for 6 toll
assets (“Toll Assets”):

Proposals are hereby invited from eligible Consultants as per the details provided in the RFP further.

The following schedule is to be followed for this assignment:

1. Issue of RFP documents: 26th December, 2019

2. Date for submission of Proposals: 06th January, 2020

3. Date for appointment of consultant and issue of Work Order: 10th January, 2020

4. Time Period of Assignment : 5 weeks from the Date of issue of Work Order
REQUEST FOR PROPOSAL

The Infrastructure Leasing & Financial Services Limited Group (“IL&FS Group” OR “The Group”)
seeks to form and list an Infrastructure Investment Trust (“InvIT”) under the extant SEBI guidelines
and other applicable laws (the “InvIT Transaction”) for certain road assets held by The Group
(including through IL&FS Transport Network Limited (“ITNL”)).

As part of this endeavor, The Group has decided to appoint a consultant (“Consultant”) for Independent
assessment of Traffic forecasting and Toll revenue estimation in-line with the scope of work for 6 toll
assets (“Toll Assets”) which are:
1. Moradabad Bareilly Expressway Limited – No of Toll Plazas: 2 Nos
2. Baleshwar Kharagpur Expressway Limited-– No of Toll Plazas: 2 Nos
3. Barwa Adda Expressway Limited- No of Toll Plazas: 2 Nos
4. Sikar Bikaner Highways Limited- No of Toll Plazas: 4 Nos
5. West Gujarat Expressways Limited- No of Toll Plazas: 2 Nos
6. Road Infrastructure Development company of Limited: 31 Nos (Stretch wise list of toll plazas
provided at the end of the document)

Part 1: Assets to be covered

Moradabad Bareilly Expressway Limited (MBEL) was engaged to expand the existing two-lane road
to a four-lane road in the Moradabad-Bareilly section of National Highway 24 from Km. 148.000 to
Km. 262.000 (design length of approximately 114 km) in the State of Uttar Pradesh under National
Highway Development Program Phase III on a Design-Build-Finance-Operate-Transfer basis. A
concession agreement dated February 19, 2010 was entered into between the NHAI and MBEL. The
project commenced tolling in January 6, 2015. The concession period for this project is 25 years
commencing from December 4, 2010. As per the concession agreement, MBEL is entitled to collect
fees from project highway users, subject to the National Highways fee rules.

Baleshwar Kharagpur Expressway Limited (BKEL) was engaged to construct new bridges/structures
and repair the existing four-lane highway in the Baleshwar to Kharagpur Section of NH-60 from Km.
0.000 to Km. 119.300 (design length of approximately 119.300 km) in the States of Orissa and West
Bengal under National Highway Development Program Phase I on a Design-Build-Finance-Operate-
Transfer basis. A concession agreement dated April 24, 2012 was entered into between the NHAI and
BKEL. The project commenced tolling on January 1, 2013. The concession period for this project is 24
years commencing from January 1, 2013. As per the concession agreement, BKEL is entitled to collect
fees from project highway users, subject to the National Highways fee rules.

Barwa Adda Expressway Limited (BAEL) was engaged for the construction of a six-lane highway in
the Barwa – Adda section of NH-2 from Km. 398.240 to Km. 521.120 (design length of approximately
122.88 km) in the States of Jharkhand and West Bengal under National Highway Development Program
Phase V on a Design-Build-Finance-Operate-Transfer basis. A concession agreement dated May 8,
2013 was entered into between the NHAI and BAEL. The project commenced tolling on April 5, 2014.
The concession period for this project is 20 years commencing from April1, 2014. As per the concession
agreement, BAEL is entitled to collect fees from project highway users, subject to the National
Highways fee rules.
Sikar Bikaner Highways Limited (SBHL) was engaged to augment the existing road from km. 340.188
to km. 557.775 of National Highway 11 via Sikar Bypass and Bikaner Bypass from km. 553.869 of
NH-11 to km. 267.325 of NH-89 on the Sikar-Bikaner section of National Highway 11 by constructing
a two-lane highway with paved shoulder on a design-build-finance-operate-transfer basis. A concession
agreement dated June 29, 2012 was entered into between Govt. of Rajasthan and SBHL. The project
commenced tolling on October 10, 2015. The concession period for this project is 25 years commencing
from February 2013. As per the concession agreement, SBHL is entitled to collect fees from project
highway users, subject to the National Highways fee rules.

West Gujarat Expressways Limited (WGEL) was engaged to convert the Jetpur - Gondal-Rajkot and
Rajkot Bypass Section of National Highway 8B into an access controlled four lane highway with service
lanes and strengthen existing lanes and improvements to Gondal - Rajkot Section in the state of Gujarat
on a BOT basis. A concession agreement dated March 22, 2005 was entered into between NHAI and
WGEL. The tolling commenced from Oct 26, 2006 for Gondal - Rajkot & March 17, 2008 for Jetpur –
Gondal section. The concession period for this project is 20 years beginning from September 27, 2005.
As per the concession agreement, WGEL is entitled to collect fees from project highway users, subject
to the National Highways fee rules.

Road Infrastructure Development Company Of Rajasthan (RIDCOR) is a joint-venture between the


GoR and IL&FS. RIDCOR was engaged to improve road corridors/road stretches, aggregating a total
length of over 1,000 km in three phases under the Mega Highway Project of GoR on a public-private-
partnership basis. A partnership and development agreement dated August 7, 2005 was entered into
among the GoR, RIDCOR and IL&FS (design length of approximately 1508 km/3071 lane km total of
three phases). The commenced tolling is from the year Dec 2007 for Phase I, Oct 2011 for Phase II and
June 2016 for Phase III. As per the concession agreement, RIDCOR is entitled to collect fees from
project highway users, subject to the fee notification issued by the Government of Rajasthan.

Part 2 - Scope of Work

 Undertaking traffic survey on the highway section as per the following:


 Seven days Videography Traffic Counts at or near the existing operational toll plaza
locations on the project road to derive the Average Daily Traffic (ADT)
 One day Origin-Destination ( O D ) survey at existing operational toll plaza locations
to assess the existing travel pattern of vehicles plying on the project road – origin
and destination, commodity carried for freight vehicles, purpose of travel for cars
 Establishing seasonality factors using available past traffic data and/or from using fuel sales
data or using the past actual traffic data or any relevant data
 Estimation of the base year Annual Average Daily Traffic (AADT) using available toll
data for the year or seasonality factors for conversion of ADT to AADT
 Reviewing past traffic studies, analysis of past traffic data and other relevant reports as may
be available to determine category wise volume of traffic for past years
 Identifying any competing route(s) and analyse network conditions, traffic characteristics &
level of toll charged and the advantage/ disadvantage of the competing road(s) and their
impact on project traffic – the extent of surveys to be carried out on alternate route(s), if needed,
will be decided after site reconnaissance. If required, three day volume counts and one (1) day
OD at one (1) location on alternate route(s) to be carried out.
 Analysing OD data – OD matrices, regional distribution of traffic, commodity composition,
top OD pairs, identification of Project Influence Area from analysis of travel pattern
 Carrying out a study of past economic performance of influence area
 Diversion analysis, if needed – cost ratio based diversion analysis to be carried for
respective potential OD pairs
 Estimation of traffic growth rates for each category of vehicle (using the perspective
growth of economic indicators and projected elasticities) under 3 scenarios – most likely,
optimistic (high) and pessimistic (low) growth scenario
 Preparation of traffic projections for the concession period in three scenarios – most likely,
high and low
 Analysis of trip frequency in Daily, Return, Monthly, Local Passenger & Local Commercial
vehicles as per their category/class as per applicable toll schedule - estimation of tollable traffic
streams by toll category
 Estimation of toll revenue as per categories of traffic streams stipulated in the tolling
schedule for the concession period
 Identifying factors which may have a positive and / or negative impact on the traffic
 Upcoming developments and future development potential of the region would be
assessed for the induced/newly generated traffic
 Scenario Analysis of toll revenue – Critical parameters of diversion (if applicable) and
three scenarios of traffic growth (most likely, low and high).

IL&FS and/or SPV shall provide all project related documents to the Consultant for carrying out
the services including:

• Past Traffic Data and Revenue as per the toll records for last five years or COD to Till
Date
• Available Past Traffic Reports if any
Consultant shall be responsible for obtaining any approvals or permissions, if required, from
the Police, respective local authorities etc. for the purpose of site visit or collection of any
data/information as needed or required for carrying out consultancy services. IL&FS shall
provide necessary supporting letters to obtain the approval/permission from the concerned
Authority.

The Consultant’s team shall be manned by experts with relevant experience in the execution of
similar detailed assignments. The Consultant shall start and complete the work within the prescribed
time schedule and shall deploy his own manpower for the satisfactory completion of the entire
scope of works. He shall make his own arrangements for diesel, lubricants, all other consumables,
power, camping, lodging boarding transportation etc. at his own cost in case of site visits or field
investigations as defined in the scope of work;

The Consultant shall be required to attend meetings with the Client and give detailed presentation
with proper explanations for the deliverables as per the Milestone defined in TOR.

During the entire period of services, the Consultant shall interact continuously with IL&FS/SPV/
Authority’s representative for the Project and provide any clarification for the procedures and
methodology being followed for the scope of works and carryout modification as suggested by
them.

The Consultant shall submit a work programme as part of his proposal considering the deliverables
with respect to the milestones as defined in the TOR. He shall give sufficient explanation on his
approach to the assignment. Necessary modifications in the programme shall be made based on
discussions with IL&FS and project specific requirements. The final approved programme shall
then be used for monitoring the progress of consultancy works.
Part 3 - Eligibility Criteria:
The Consultancy firm may be a Private Limited Company/ Ltd. Company/ agency/ organization
fulfilling the necessary qualifications as prescribed below:-

i. Turnover :
Minimum Average Annual turnover of Rs. 10 crore from consultancy work during the
last three consecutive financial years to be supported by way of an audited annual
statements for the said three years from a Chartered Accountant.
ii. Experience :
The firm should have minimum experience of carrying out two (2) traffic assessment
studies in each financial year during last two years and minimum fifteen (10) traffic
assessment studies assignments for last five years

Note: The weightage given for experience of a firm would depend on the role of the firm in the
respective assignments. The firm’s experience would get full credit if it was the sole firm in the
respective assignment. In case it was a lead firm, it would get 75% weightage; if it was the other
partner in a Consortium of two firms it would get 40% weightage for the respective assignment.

Application from Joint Ventures shall not be accepted and eligible for the purpose of this assignment.

Part 4 – Instructions on Proposal Submission

Submission of Proposal

Interested parties are required to submit their detailed Technical Proposal with password protection as per
the terms and conditions specified in this RFP document containing all the required documents as
listed in Annexure -1 through e-mail to ts_technicalproposal@ilfsindia.com. The email shall clearly
have the subject titled as “Technical Proposal for Independent assessment of Traffic forecasting and
Toll revenue estimation ------ (Asset name)”. The password for the protected file of Technical Proposal
shall be sent through email to cs.rajan@ilfsindia.com

Bidders are requested to indicate their ability/based on bandwidth to undertake the number of assets for
the consultancy work. If the bidders had carried out traffic studies previously on any one of these
stretches to any of the bidders/agencies it is requested to disclose the type of studies carried out along
with the client /agency name.

Bidders are requested to propose the separate teams for each of the assets based on their ability/based
on bandwidth to undertake the number of assets for the consultancy work.

Financial Proposal

Parties are required to submit the financial proposal for each of the asset separately with password
protection as per the format provided at Annexure through e-mail to
ts_financialproposal@ilfsindia.com. The email shall clearly have the subject tiltled as “Financial
Proposal for Independent assessment of Traffic forecasting and Toll revenue estimation ------(Asset
name).” The password for the protected file of Financial Proposal shall be sent through email to
cs.rajan@ilfsindia.com.
Part 5 –Evaluation of Proposals

A two-stage process shall be followed in evaluation of the proposals i.e. (i) Evaluation of Technical
Proposals, and (ii) Evaluation of the Financial Proposals.

The email password to be provided to the evaluation team after the end of bid submission date and
time email proposals shall be opened as per the pre informed schedule.
The technical proposals shall be opened first and evaluated to assess whether the proposals meet the
prescribed Technical Criteria or not. The financial proposals of only those applicants, who are meeting
minimum prescribed Technical Criteria, will be opened for further evaluation.

The financial evaluation will be carried out in the second stage after the completion of Technical
Evaluation. For financial evaluation, the total cost indicated in the Financial Proposal will be taken
into account.

IL&FS will decide as to whether the Financial Proposals are complete, unqualified and
unconditional. The cost indicated in the Financial Proposal shall be deemed as final and reflecting the
total cost of services. Omissions, if any, in costing any item shall not entitle the firm to be compensated
and the liability shall rest with the applicant to fulfil its obligations.

The applicant having the lowest financial proposal shall be selected as the First Ranked Applicant.
The Second Ranked Applicant shall be kept in reserve and may be invited for negotiations to amtch
with L1 in case the first ranked Applicant withdraws, or fails to comply with the requirements
specified in various clauses, as the case may be.

Part 6 – Award of the Assignment:

The successful applicant (hereinafter referred to as the “Consultant‟) would be issued a Work Order
(W.O) awarding the assignment in its favour after negotiations, if so warranted.

The successful applicant/Consultant would be required to convey acceptance to the Work order (W.O)
within one day of the receipt of the W.O by signing on each page of the W.O

The consultant/successful applicant would be required to complete the assignment within the stipulated
period of 5 (five) weeks.

Part 7: Other Instructions and Terms

(a) Inquiries concerning this RFP should be mailed to


RaviKumar.Praveen@ilfsindia.com with a cc to Lubna.usman@ilfsindia.com and
to jasminderilfs@gmail.com

(b) All costs incurred in the preparation of a proposal responding to this RFP will be the
responsibility of the participating Consultant and will not be reimbursed by the IL&FS Group.
(c) IL&FS Group shall at its sole discretion determine the successful applicant and reserves the
right, at its sole discretion, to reject all or any of the offers, without providing any reasons or
incurring any liability whatsoever.

(d) IL&FS Tender evaluation committee have reserve the rights, at its sole discretion, for
awarding the number of assets to each of the bidder.

(e) IL&FS Group reserves the right to suspend, terminate or modify the process for selection
without providing any reasons or incurring any liability whatsoever.

(f) Please note that this request for proposal is highly confidential and once received by you, you
shall be required to maintain confidentiality of the information received as part of the process
and shall not use such information to cause any undue gain or undue loss to itself or any other
person.

Part 8: Deliverables, Timelines and Payment Schedule:

The work has to be completed in all respect including submission of reports within a total
period of 5 Weeks from the date of commencement. Date of commencement shall be
considered as date of issue of Work Order.
a. Stage Wise Payments shall be released against the bills submitted by the
consultant for the actual work done and report verified by IL&FS representatives
as per the following schedule:

Sr. Milestones Details of Deliverables Period % W.O. Value


No.
(D = Work
Order issue
date)
1. Mobilisation- Mobilisation of Survey Teams to Site D + 1 weeks 30% of Total
Commencement and Commencement of Traffic surveys W.O. Value
of Traffic
Surveys
2. Draft Report Analysis of Survey Data and Traffic D + 4 Weeks 30% of Total
Report Forecast and Revenue Estimation and W.O. Value
covering the entire scope
3. Final Report Compiled Final Traffic Report D + 5 weeks 40% of Total
incorporating all comments on the W.O. Value
Draft Report if any

Total D + 5 weeks 100% of Total


W.O. Value
Part 9: Other terms and Conditions:

1. Penalty
a. In case of non-completion of work in time as defined in scope of works, a
penalty shall be imposed @ 2% (Two Percent) per day subject to maximum of
10% (Ten Percent) of Work order value and the IL&FS shall be entitled to
terminate this assignment.
b. In case of any deficiency in any part of the services as submitted by the
consultant, penalty shall be imposed on the same and value shall be decided by In-
charge of the IL&FS.

2. Confidentiality

In consideration for the provision of the confidential information, the Consultant agrees
not to disclose or communicate any of the confidential information to any person, except
for disclosure to employees or affiliates of the Consultant who need to receive confidential
information for the purpose of executing the scope of work set out in this document. If the
Consultant has disclosed (or has threatened to disclose) confidential information in
violation of this agreement, IL&FS shall be entitled for an injunction to restrain the
Consultant from disclosing, in whole or in part, the confidential information and the
IL&FS shall not be prohibited by this provision from pursuing other remedies. The obligation
of the Consultant to maintain confidentiality shall survive for at least one year after
termination/completion of the assignment. The Consultant shall return all confidential
information to the IL&FS except those that are required to be retained by it for regulatory
purpose.

3. Conflict of Interest

The Consultant shall not have any conflict of interest that affects the liabilities, rights
and responsibilities of IL&FS and their respective stake holders.

4. Dispute Resolution

In the event of any legal disputes between the Parties as to matters arising pursuant to this
Contract which cannot be settled amicably within 5 days after receipt by one Party of
the other Party’s request for such amicable settlement, the Dispute Resolution shall be
subjected to the jurisdiction of Mumbai Court.

5. Statutory Obligations

The Consultant shall be responsible for arranging requisite manpower, and shall also fulfil the
provisions of Labour laws, PF Act and Rules, Contract Labour Laws etc., pertaining to
employment of labour and other statutes in force from time to time.

If any amount becomes payable by IL&FS as a result of any claim or application due to non-
compliance of the provisions of any Act or Rule or Regulations, Bye- laws or the Orders made
there under, applicable from time to time, such amounts shall be recoverable from the consultant/
successful applicant.

The Consultant shall indemnify the IL&FS against any claim, compensation, damage, loss,
penalty etc. for breach and/ or non-fulfilment of the prevailing Rules and Regulations and other
statutory provisions in force from time to time and applicable to the work during the currency
of the assignment.

6. Non-fulfilment of the Terms & Conditions of the Contract:

If the Consultant does not fulfill the terms and conditions of the contract and does not carry out
the work up to the entire satisfaction of IL&FS, then IL&FS shall have the right to forthwith
terminate the contract at its sole discretion, without assigning any reason. Under such events,
IL&FS shall have a right to complete the work and/ or to get the work completed at the risk
and cost of the Successful applicant.
If so warranted, for any reason, the IL&FS reserves right to cancel, terminate, amend and/ or alter
the contract conditions and / or bifurcate and / or reduce the contract work at any time by giving
3 days‟ notice to the Consultant.
7. Force Majeure:

Force majeure is herein defined as any natural phenomena such as floods, cyclone, earthquakes and
epidemics, declaration of war, accidents etc. In such conditions of Force Majeure, both the parties
can claim force majeure but they are obliged to inform the other party within 7 days in writing of
the date of commencing and again ending of the force majeure. Under the circumstances of force
majeure, the contract terms for quantum of work and period shall be extended by the period
equivalent to the loss of time due to force majeure.

The decision regarding the occurrence of force majeure to be considered shall be taken jointly by
the Consultant and IL&FS.
ANNEXURE-1

Part-I
TECHNICAL PROPOSAL
List of Documents to be submitted
Self-attested copies, carrying seal of the Applicant, of the following documents shall be submitted
along with Part-1 (Technical Proposal) of the Proposal. Applicants have to mention the Enclosure
Nos. and Page Nos. of the documents.
Sr. Documents
No.
1. Covering letter on the letter head as per Annexure-2
2. Particulars to be furnished by the Applicant as per Annexure-3.
3. Letter of declaration in the prescribed format by the applicant of not being
blacklisted/ debarred by any Government / Govt Organisation at the time of
submission of Proposal As per Annexure-4.
4. Details of the Assignments undertaken as per formats given in Annexure-5.
5. Turnover: Duly Certified Certificate from the Chartered Accountant/ Auditor of the
Company giving the figures of turnover through consultancy work for the last three
consecutive financial years i.e. as per Annexure-6.
6. Work programme for the assignment along with details of the Key Personnel to be
assigned on the
Project along with their CVs highlighting requisite qualification and experience of
various Key Personnel proposed

7. PAN No.

Note: In case of any dispute in respect of the figures, the figure in “words” shall be
accepted.

Seal of the Company/ Firm Signature of the Applicant with name


ANNEXURE 2

TECHNICAL PROPOSAL

FROM:

To
: L&FS Limited
Bandra Kurla Complex, Mumbai

No. Date:

Subject: Submission of Proposal for Independent assessment of Traffic forecasting and Toll
revenue estimation ----- (Asset Name)
Sir,

Having carefully examined the details given in Notice inviting Proposals in respect of
the above project, I/ we hereby submit the relevant information for considering our application
for the proposal:

1. I/ We agree to abide by all the instructions, terms and conditions mentioned in the
RFP Document.

2. I/ We hereby certify that all the statements made and information supplied in the
enclosed Annexures mentioned in the RFP Document and other information/
documents/ other accompanying statements are true and correct.

3. I/ We have furnished all information and details necessary for participation in the
process and have no further pertinent information to supply.

4. I/ We authorize IL&FS, or their authorized representatives to approach individuals,


employers and firms to verify our claims/ credentials, competence and general
reputation.

5. I/ We acknowledge the right of the Client to reject our application without assigning any
reason or otherwise and hereby waive our right to challenge the same on any ground,
whatsoever.

6. Also, I/ we have fully understood the financial terms and conditions, work schedule and
penalty provisions applicable for non-adherence to the time Schedule in respect of the
work, if awarded.

Authorized Signatory (In full and initials) with seal


Name and Title of
Signatory Name of the Firm and
Seal of the Firm
Address
ANNEXURE -3
(TECHNICAL PROPOSAL)

Particulars to be furnished by the Applicants as part of the RFP Document

1. Name of the Applicant:

2. Please indicate status of the Applicant whether it is a:

 Company Registered under Companies Act, 1956 attach Certificate


of incorporation and Memorandum & Articles of Association.
 Partnership Firm (copy of Registration to be attached)
 Propriety (Name of the Proprietor to be given along with duly notarized/
affidavit for the purpose)

3. Turnover from Consultancy business, year-wise, during the last three consecutive
financial years (Average Annual turnover of above also to be indicated)

4. Number of Projects for which the Applicants carried out traffic assessment studies in
each financial year for last five years

5. Please indicate PAN No. of the Applicant

6. Duly signed declaration in the appended format.

Notes:
(i) Proposal submitted without complete information and cost of RFP Document shall be
liable to be rejected.

(ii) IL&FS reserves the right to reject a Proposal at any stage without any financial liability
if the Applicant is found to have given wrong/ incorrect information or suppressed any
information which may have a bearing on the acceptance of his Proposal/offer.

1. Signature of the Applicant


2. Name of the Applicant
3. Designation of Applicant Documented
with Seal

Date: Place:
ANNEXURE - 4

Declaration
(On letter head of the Applicant)

Date:

From:

To:
IL&FS Limited
Bandra Kurla Complex,
Mumbai

Dear Sir,

I/we hereby solemnly declare that I/We – Directors or Partners, jointly or severally and/or
individually or our firm/company have not been black listed or debarred by the Central Govt.
or any State Govt. or its undertakings for doing any consultancy work.

I/we hereby further declare that if the above declaration is found to be false, IL&FS shall be
entitled to take any action against us severally and/or individually or our firm/company in this
regard in any manner that may be deemed fit by IL&FS

Yours faithfully,

Signature and Stamp of the Applicant


ANNEXURE -5

Number and details of Projects for which the Applicants have prepared

(i) List of Traffic Studies Carried out for last five years

S. Name Name Total Cost of Date of Start Date of Start Brief Name of
No. of & length/ Consultan and Date and scope the key
th address of No of cy (in of Actual of persons
e Client Toll Rs.) Completio Date of work Deploye
Project with Plazas (Actual/ n (as per Completio d
Billed) contract) n
tel.no.

Signature of the Applicant / Authorized representative


Seal/ stamp of the Firm
Date:

Note: The applicants are required to provide Proof of award of work / completion
certificate (on the client‟s letter head).
ANNEXURE -6

FINANCIAL STATUS

Sr. Particulars F.Y. 1 F.Y. 2 F.Y. 3


No (audited) (audited) (audited)
1. Total Turnover
2. Turnover from
Consultancy business
3. Average Annual
Turnover during the last
three Financial Years
from
Consultancy Business.

Signature of the Applicant / Authorized representative

Date:

Certified:

Signatures & Seal/ stamp of the Chartered Accountant/ Auditor

Date:
ANNEXURE – 7

Part-II
Financial Proposal

(On Applicant‟s letter head)

To

IL&FS Limited
Bandra Kurla Complex,
Mumbai

Re: Financial Quote, inclusive of all fee/taxes/charges/expenses

Lump Sum fee offered by the Consultant for Independent assessment of Traffic
forecasting and Toll revenue estimation ----- (Asset Name)”, inclusive of all Taxes and Out-
of-Pocket expenses.

In Figures (INR):
………………………………………………………………………………………………………

In Words (INR):
……………………………………………………………………………………………………….

Note:

1. No conditional proposals will be accepted.


2. In case of discrepancy in figures & words, amount quoted in words will
be accepted.
3. This cost is inclusive of professional fee, travel, taxes (including GST), and
boarding and lodging, communication and all other out of pocket expenses,

DATE: Signature of the Applicant / Authorized representative


Seal/ stamp of the Firm
Stretch wise List of Toll Plazas – RIDCOR

S Length
Description TP No. Toll Plaza Location
No. (Km)
Phase I

TP -1 Kolu Pabuji
1 Phalodi to Pachpadra (PR -1) 154
TP -2 Kelan Kot

TP -3 Bhuka Bhagat Singh


2 Pachpadra to Ramji ka Gol (PR – 2) 138
TP -4 Naya Nagar

TP -1 Kolha

3 Hanumangarh to Ratangarh (HK -1) 200 TP -2 Rekh Rakhansar

TP -3 Malasar

TP -4 Padihara

4 Ratangarh to Kishangarh (HK -2) 207 TP -5 Chhapri Kalan

TP -6 Kasari

TP -1 Mahwa Khurd
5 Alwar to Sikandra (AS) 81
TP -2 Banganga Bridge

TP -1 Bagdi

TP -2 Bhadoti
6 Lasot to Kota (LJ -1) 195
TP -3 Indergarh

TP -4 Gudla

7 Baran Jhalawar (LJ -2) 78 TP -1 Ladaniya

Phase II

TP -1 Alwar

8 Alwar to Bhiwadi (4 lane) (AB) 85 TP -2 Tijara

TP -3 Bhiwadi

9 Arjansar to Pallu (AP) 38 TP -1 Jaitpur

10 Jhalawar to Jhalawar Road (JJ) 31 TP -1 Ralayti


S Length
Description TP No. Toll Plaza Location
No. (Km)
TP -2 Jhalawar

11 Hanumangarh to Sangaria (HS) 22 TP -1 Sangaria


Jhalawar to Ujjain (Rajasthan Border)
12 30 TP -1 Binda
(JU)
13 Khushkhera to Kasola Chowk (KK) 9 TP -1 Birandas

Phase III

14 Mathura to Bharatpur 24 TP -1 Gundwa

15 Gangapur to Bhatodi 42 TP -1 Nawadiya

TP -1 Topariya
Rawatsar - Nohar - Bhadra to Haryana
16 117 TP -2 Gogameri
Border
TP -3 Amarpura

You might also like