0% found this document useful (0 votes)
205 views50 pages

Bidding Document ENG

The document outlines the tender process for a public-private partnership agreement for the construction and operation of the Tashkent-Samarkand toll road in Uzbekistan. The project aims to create a modern, high-speed road that enhances connectivity, reduces travel time by over 40%, and supports economic growth. It includes detailed requirements for bidders, project specifications, and evaluation criteria for proposals.

Uploaded by

496153256
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
205 views50 pages

Bidding Document ENG

The document outlines the tender process for a public-private partnership agreement for the construction and operation of the Tashkent-Samarkand toll road in Uzbekistan. The project aims to create a modern, high-speed road that enhances connectivity, reduces travel time by over 40%, and supports economic growth. It includes detailed requirements for bidders, project specifications, and evaluation criteria for proposals.

Uploaded by

496153256
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

REPUBLIC OF UZBEKISTAN

TENDER DOCUMENTATION
On the right to conclude a public-private partnership agreement for the project

«CONSTRUCTION AND OPERATION OF THE TASHKENT–SAMARKAND TOLL


ROAD»

Based on PUBLIC-PRIVATE PARTNERSHIP

May 2025
Table of Contents

I. DEFINITIONS ............................................................................................................................................ 3
II. LIABILITY CLAUSE ................................................................................................................................. 6
III. PROJECT DESCRIPTION ..................................................................................................................... 7
IV. GENERAL PROVISIONS OF THE PROJECT ................................................................................... 12
V. INSTRUCTION TO BIDDERS (ITB) ...................................................................................................... 15
VI. REQUIREMENTS FOR QUALIFICATION (RFQ) ............................................................................ 23
VII. REQUEST FOR PROPOSAL (RFP) .................................................................................................... 24
7.1. TECHNICAL PROPOSAL REQUIREMENTS ........................................................................... 24
7.2. LEGAL PROPOSAL REQUIREMENTS ..................................................................................... 31
7.3. COMMERCIAL AND FINANCIAL PROPOSAL REQUIREMENTS ....................................... 32
VIII. APPENDICES ....................................................................................................................................... 34
APPENDIX 1. INFORMATION ABOUT THE BIDDER ....................................................................... 34
APPENDIX 2. FORM OF LIABILITY DISCLAIMER FOR PROVIDED INFORMATION ................ 35
APPENDIX 3. PROPOSAL SUBMISSION FORM ................................................................................ 36
APPENDIX 4. BIDDER INFORMATION SCHEDULE FORM ............................................................ 38
APPENDIX 5. BANK GUARANTEE FORM ......................................................................................... 39
APPENDIX 6. QUALIFICATION CONFIRMATION FORM ............................................................... 41
APPENDIX 7. INITIAL DATA ................................................................................................................ 46
APPENDIX 8. PPP AGREEMENT .......................................................................................................... 47
APPENDIX 9. EVALUATION CRITERIA ............................................................................................. 48
1a. Construction Period ............................................................................................................................. 48
1b. Share of Local Suppliers / (Sub)Contractors ....................................................................................... 48
1c. Proposed Design Solutions and Compliance with Technical Requirements ....................................... 49
2a. Project Capital Expenditures (CapEx) ................................................................................................. 49
2b. Shadow Tolls Amount ......................................................................................................................... 49
2c. Share of Excess Revenue in Favor of the Public Partner..................................................................... 50
3a. Readiness to Sign the PPP Agreement ................................................................................................ 50
I. DEFINITIONS

1.1. The following terms are used in this Request for Proposal:

a. «Affiliate» — means, in relation to a Participant or Consortium Member, any


person who controls (directly or indirectly) such Participant or Consortium
Member and any other person that is controlled (directly or indirectly) by such first
mentioned person, including, if the Participant or Consortium Member is a
company, its ultimate parent company, any of its parent companies and any
subsidiary (directly or indirectly controlled) of such parent company;

b. «Application» — means the formal application for proposal in electronic format


(including the Application Letter and all required forms, supporting documents and
information required, submitted by the Bidder to the Public Partner in accordance
with the terms of the specified stages for the purpose of going through the Bidding
Documents for the Project;

c. «Evaluation Score» — means the score assigned to a Participant based on the


methodology and standards set forth in Appendix 9;

d. «Bid Bond» — means the security to be provided by the Bidder when submitting
its Proposal in accordance with the terms and conditions of the Request for
Proposal;

e. «Procurement Procedure» — means a competitive procedure for the selection of


the Winning Bidder regarding the Project, including both a Request for
Qualification phase and a Request for Proposal phase;

f. «DBFOM» — public-private partnership model Design - Build – Financing -


Operate - Maintenance;

g. «Financial and Commercial Proposal» - has the meaning set forth in Section
7.3;

h. «Conflict of Interest» — a situation in which a Bidder (or any related person) has
an interest or relationship that may affect the impartiality of the procurement
procedure (see Section 6 of the Request for Qualification for details);

i. «Consortium» — means a partnership or other association of international and/or


local entities formed for the purpose of submitting an Application;

j. «Consortium Member» — means each member of the Consortium (including the


Lead Member and other participants, if applicable);

k. «Operation Commencement Date» — the date of commencement of the


operational phase following the completion of construction, commissioning, and
the transfer of usage rights to the private partner;

l. «Day» — calendar day.

m. «Debt Service Coverage Ratio» (DSCR) — a financial indicator used to assess a


legal entity's ability to generate sufficient cash flow to cover its debt obligations;
calculated as the ratio of cash flow available for debt service (CFADS) to total debt
service payments for the relevant period;
n. «Preliminary Schedule» — has the meaning set forth in Appendix 1;

o. «Investment Period» — means the period starting from the date of signing of the
PPP Agreement during which the Private Partner (in accordance with the PPP
Agreement) undertakes all necessary activities for financing, design, engineering,
construction and commissioning of the Private Partner's facilities and related
infrastructure. This period shall be up to five (5) years and shall include the entire
scope of work required for the occurrence of the Transfer Date and receiving
completion certificates or other approvals provided for in the PPP Agreement;

p. «Deadline for submission of Proposals» — deadline for submission of electronic


applications;

q. «Government» — the Government of the Republic of Uzbekistan;

r. «Award Letter» — means the Award Letter for a public-private partnership


agreement;

s. «Project» - Construction and Operation of the Tashkent–Samarkand Toll Road;

t. «Lead Participant» — means a Consortium member who: (i) has entered into or
will enter into an agreement with other Consortium members and (ii) has been
designated and authorized by all other Consortium members to be responsible for
participating in the tender procedure on behalf of the Consortium;

u. «Non-Disclosure Agreement» (NDA)— a confidentiality agreement to be signed


during the tender phase by each participant, which governs the terms of
confidentiality and access to the Virtual Data Room (VDR) for the participant and
its Authorized Persons (as defined in the text of the NDA);

v. «Operational Period» — means the period commencing on the Transfer Date and
continuing for the period set out in the PPP Agreement (unless earlier terminated
in accordance with its provisions). During this period, the Private Partner or a third
party appointed by it in accordance with the terms of the agreement shall operate
and maintain the road;

w. «PPP» — means a public-private partnership as defined in the PPP Law No. ZRU-
537 dated May 10, 2019;

x. «PPP Agreement» — means a contract concluded between the Public Partner and
the Private Partner, and after the Private Partner establishes a Special Purpose
Vehicle established by the Successful Bidder in the Republic of Uzbekistan to
implement the Project. The draft of the PPP Agreement is provided in Annex 8 to
this Tender Documentation;

y. «Special Purpose Vehicle» — means a specially established company registered


in the Republic of Uzbekistan after signing of the PPP Agreement for the purpose
of implementing the Project in accordance with the mentioned Agreement;

z. «Public Partner» — Committee for Roads under the Ministry of Transport of the
Republic of Uzbekistan;
aa. «Request for Proposal»— a part of this document, including the Request for
Proposals for the Project, prepared by the Public Partner, including all its
Appendices;

bb. «Request for Qualification» — the section of this document containing the
qualification requirements for the implementation of this Project;

cc. «Section» — means a section of this Tender Document;

dd. «Tashkent Time» — is the standard time of Uzbekistan, corresponding to


UTC/GMT+5 without daylight saving time and applied throughout the country;

ee. «Technical Proposal» - has the meaning set forth in Appendix 7;

ff. «Tender Commission» — shall mean the body authorized to make decisions in
the course of the tender process;

gg. «USD» or «US Dollar» — the official currency of the United States of America;

hh. «Uzbekistan» — Republic of Uzbekistan;

ii. «UZS» — Uzbek sum, the official currency of the Republic of Uzbekistan;

jj. «Virtual Data Room» or «VDR» — means a confidential, secure online platform
provided by the Public Partner at https://minio1.uzavtoyul.uz/browser, containing
information and documents related to the Project and the Tender Documentation,
and enabling electronic bids to be uploaded by bidders.
II. LIABILITY CLAUSE

The Public Partner sends the "Tender Documentation" to each Participant and invites them to submit
Proposals.
Neither the Public Partner nor any of its consultants or advisors:
a. make no representations or warranties (express or implied) as to the accuracy or completeness of
the information contained in this Tender Documentation or any other document provided (at any
time) to the Participant in connection with the tender procedure for the Project;

b. shall have no responsibility whatsoever for this Tender Documentation or for any other written or
oral communications given to the Participant during the Project evaluation process;

c. shall not be obligated to reimburse or compensate for any expenses incurred by the Participant in
connection with evaluating this Tender Documentation, acting on them, or otherwise in connection
with the Project described herein.

This solicitation document is an invitation to submit a Proposal. It does not constitute an offer to invest
or otherwise participate in the Project.

The Public Partner reserves the right to make changes to this document at any time prior to the deadline
for submission of proposals. Such changes shall be made in accordance with the provisions of the Law of the
Republic of Uzbekistan on Public-Private Partnership and the specific terms and conditions of the Tender.
III. PROJECT DESCRIPTION

Project Objective
This Project is of strategic importance for the economic growth of the Republic of Uzbekistan and its integration
with larger economies, especially China and Europe, as the country occupies a key position in the central part
of the Great Silk Road.
The Project Objective is to create a modern, safe and high-speed road between the two largest cities of the
Republic of Uzbekistan - Tashkent and Samarkand – using advanced tolling and intelligent traffic management
technologies. The project aims to:
− reduce travel time by more than 40%;
− reduce transportation and logistics costs;
− improve regional and international connectivity;
− support the development of logistics, industrial and tourist clusters along the alignment.
Brief Project Description
The project envisages design, construction, commissioning and operation of a new 282 km long road with 1A
category technical characteristics:
− three lanes in each direction,
− dividing strip,
− intersection with roads and railroads at different levels,
− fencing of the road right-of-way,
− arrangement of modern short-term parking lots,
− construction of elevated and underground pedestrian crossings and cattle creeps,
− WIM system, ITS, CCTV, lighting,
− toll collection points, emergency parking lots,
− drainage and stormwater infrastructure,
− full digital traffic dispatching.
The route bypasses densely populated areas, with minimal impact on agricultural lands and natural areas. The
project is being implemented in DBFOM (design-build-finance-operate-maintenance) format with the
involvement of a private investor selected through the tender.
Scale and Capacity of the Project

General Parameters:
⎯ Total length of the route: 282 km
⎯ Road category: 1A technical category (international highway)
⎯ Number of lanes: 6 (3 in each direction)
⎯ Permitted driving speed: 150 km/h
⎯ Expected traffic volume upon transition to the Operating Period: 60 000 vehicles per day
⎯ Guaranteed service life of the pavement: not less than 30 years (according to the structural scheme).
Key functional facilities along the alignment:
⎯ toll collection points (TCPs) - from 11 pcs;
⎯ WIM (Weigh-in-Motion) sites - minimum of 4 control points;
⎯ Service and Rest Areas - every 40-50 km;
⎯ dispatch and emergency communication, CCTV and lighting points - along the entire length;
⎯ modern interchanges - 13 pcs (approximate);
⎯ bridges - 88 pcs (approximate);
⎯ overpasses - 22 pcs (approximate);
⎯ underpasses - 42 pcs (approximate);
⎯ cattle creeps - 20 pcs (approximate);
⎯ culverts - 606 pcs (approximate).
Technological capacity and digital infrastructure:
⎯ integration with intelligent traffic management system (ITS);
⎯ equipping with fixation camera, VMS scoreboard, WIM, automatic meteorological observation
systems;
⎯ laying a fiber optic communication line along the entire route, with the possibility of future expansion;
⎯ use of a centralized dispatching platform for energy management, emergency communications, video
analytics and lighting.
Project area (region, district, city)

The Tashkent-Samarkand toll road project covers the territory of four regions of the Republic of Uzbekistan:
Tashkent, Syrdarya, Jizzak and Samarkand. The 282 km route of the road is laid mainly through undeveloped
areas, bypassing densely populated areas and minimizing the impact on agricultural land. The route
configuration was developed taking into account the relief, existing transportation network, engineering
communications, nature protection zones and zones of historical and cultural significance.
The section between Tashkent and Jizzak is predominantly flat terrain for about 190 km, with well-developed
agricultural land use and dense settlement. From Jizzak to Gallaorol, the terrain becomes more mountainous,
with a lower density of settlements for about 20 km. The route then passes through hilly terrain for about 10 km
between Gallaorol and Chuvillok. The last 62 km of the route again passes through a flat agricultural area up to
the Samarkand ring road, crossing the Zeravshan River.

Figure 1. Project Location

Tashkent Region
The initial section of the route is located within the south-eastern part of Tashkent city, in the zone of conjunction
with the Tashkent Ring Road. Here it is envisaged to connect to the existing M39 network with the organization
of a safe traffic interchange, excluding overloading of current flows.
Figure 2. Territory of Tashkent Region

Syrdarya Region
The route crosses the region from East to West through open flat terrain. The section is characterized by
irrigation and drainage systems that require special drainage design solutions, including pipe and channel
crossings.

Figure 1. Territory of Syrdarya Region


Jizzak Region
In Zominskiy district the route is located in the northern part, predominantly along agricultural lands. An
important element is the protection of existing water and drainage facilities. In Zarafshan district, the route runs
along the transit axis and will be used to accommodate key infrastructure facilities: toll collection zones, service
areas, weigh-in-motion and emergency evacuation sections. The design line of the route avoids direct passage
through populated areas and is coordinated with the regional road network.

Figure 2. Territory of Jizzak Region

Samarkand Region
In Payaryk district a tangential intersection with organization of traffic interchanges in the directions of
Samarkand and Kattakurgan is envisaged. In the Kattakurgan area, the route passes near an industrial zone,
where it is planned to connect to a future high-speed rail system and a multimodal transportation hub in the
future. The final section of the route goes to the western part of Samarkand city. Here it is envisaged to interface
with the urban road network, to build a multi-level interchange, as well as to introduce buffer green strips and
take into account the requirements of protection zones and cultural heritage sites.
Figure 3. Territory of Samarkand Region

Project Goals and Objectives, including Quantifiable Targets

Strategic goal of the Project


Creation of a modern, safe and high-speed toll road connecting the country's two largest cities - Tashkent and
Samarkand - with integration into international and regional transportation corridors and introduction of
intelligent management systems.
Task Description
Reduced travel time Reduced travel time between Tashkent and
Samarkand
Increased capacity Increase in the volume of passengers and cargo
transported
Improved security Reducing the accident rate
Development of digital infrastructure Implementation of ITS, WIM, VMS and
dispatch system
Increase in the number of communities served Expanding access to the highway
Creation of service infrastructure Construction of rest areas, stations, parking lots
Table 1. Main Objectives of the Project
IV. GENERAL PROVISIONS OF THE PROJECT

This Tender Documentation (hereinafter - "Documentation") defines the terms and conditions for
participation in the tender for the right to conclude a Public-Private Partnership Agreement. The documentation
establishes requirements to participants, procedure for submission of bids, evaluation criteria and main
obligations of the parties.

4.1. Project Initiator:

Committee for Roads under the Ministry of Transport of the Republic of


Public Partner
Uzbekistan
Address: Tashkent city, Mustaqillik str. 68

Phone: +998 71 237 03 94

e-mail: [email protected]

Official Website: www.uzavtoyul.uz

4.2. Key Project Characteristics:

Project Site Tashkent - Samarkand

Road length 282 km

Number of lanes 6 (3 in each direction)

Road category 1А
Multi-level interchanges, bridges, overpasses, flyovers and culverts, toll
collection points, Intelligent Transportation System (ITS) (video
Infrastructure Elements
surveillance, traffic management, emergency communication), Weigh-in-
Motion (WIM) system, maintenance and traffic safety zones
Projected speed 150 km/h

Pavement type Cement concrete pavement

Expected traffic by 2030 70 000 vehicle/day


Target traffic for the calculation
60 000 vehicle/day
of shadow tolls
Construction period up to 5 years
Duration of the Public-Private
40 years
Partnership Agreement
A hybrid user-pay and shadow toll model, under which payments are made
for each serviced vehicle until the target traffic volume is reached, with a
Return on Investment Model portion of revenues generated from traffic exceeding the target volume to be
allocated in favor of the public partner, as determined by the results of the
tender process. * (Hybrid user-pay and shadow toll model)
Involvement of local
Not less than 50% of the total volume of construction/(sub)contractor
construction companies (Local
works and services shall be performed during the Investment Period.
Content Requirement)
1. Provision of land with decisions on alienation, resettlement and
environmental aspects;
2. Institutional support in permit obtainment procedures and connection
Government support
to utility networks;
Provision of subsidies allocated for the payment of shadow tolls in
accordance with the terms of the Public-Private Partnership Agreement.
* Shadow toll payments will be made exclusively for actually serviced vehicles, but not exceeding 60,000
vehicles per day in both directions combined.

4.3. Projected financial parameters of the Project:

Approximate Project Cost 2.0 billion USD


Expected financing structure (borrowed funds /
80% to 20%
equity capital)
Allocation of a portion of revenues from traffic
Based on the results of the tender, but not less than
exceeding the target volume in favor of the public
35%
partner

4.4. Distribution of vehicles by types and the weighted average maximum toll rate:

Weighted average
№ Vehicles Distribution of vehicles maximum toll rate in
USD
1 Car / Taxi 81.5%
2 Minivan / Minibus 7.3%
3 Bus 0.5%
5.73
4 Light truck 1.0%
5 Medium-duty truck 5.6%
6 Heavy vehicle 3.8%
Total 100%

4.5. Actual daily vehicle traffic intensity


As of May 22, 2025

Total vehicles (both


№ Traffic counting points along the existing Tashkent–Samarkand Road
directions)

1 872 km of Road M39 (Chinoz station) 67 499

2 919 km of Road M39 (Okaltyn district) 48 280

3 1015 km of Road M39 (Sangzor station) 51 237

4 1039 km of Road M39 (highest point of Samarkand) 52 921

5 1081 km of Road M39 (entrance to the city of Samarkand) 54 121

6 Average 54 800

4.6. Recommended tariff indexation mechanism:

Permissible approaches include:


− Indexation of toll rates in accordance with the U.S. Consumer Price Index (CPI) throughout the
entire term of the Public-Private Partnership Agreement.
V. INSTRUCTION TO BIDDERS (ITB)

5.1. Introduction and Virtual Data Room

5.1.1. Participants must send a copy of the signed “Non-Reliance” letter listed in Appendix 2 to
the email address listed in Appendix 1 for communication with the Public Partner.

5.1.2. Participants are directed to Appendix 1 for a brief description of the Project. Additional
information is posted in the virtual data room, access to which is granted to each Participant
on the basis of a signed Non-Disclosure Agreement and Non-Reliance Letter.

5.1.3. Failure by the Participant to comply with the terms of the signed Non-Disclosure
Agreement may result in, among other measures, revocation of access to the Virtual Data
Room and, in the case of a serious violation (at the discretion of the Public Partner),
disqualification from the Procedure without compensation.

5.1.4. In order to ensure simultaneous opening of the Proposals and protection of information,
each Participant shall set a password on the files when uploading its Proposals to the virtual
data room. Passwords for access to files must be sent to the Public Partner on the day of the
deadline for submission of Proposals.

5.2. Proposal

5.2.1. Each Proposal and all related correspondence and documents must be submitted in the
English language. Any materials submitted in another language shall be disregarded for
all purposes.

5.2.2. Each Proposal shall consist of the following parts:

a. Part 1. Qualification (see Section 6)


b. Part 2. Technical Proposal (see Section 7, 7.1);
c. Part 3. Legal Proposal (see Section 7, 7.2);
d. Part 4. Commercial and Financial Proposal (see Section 7, 7.3).

5.2.3. Part 1. Qualification

5.2.3.1. Bidder must include and complete the Qualification Aspects in the respective bidder's
proposal (Bidder Qualification):

− (1) Copies of documents confirming the legal status of the legal entity (including
the constituent documents);
− (2) A copy of documents confirming the state registration of the legal entity
(including, but not limited to, a certificate of state registration certificate, extract from the
register of foreign legal entities in the relevant country of origin, or any other document of
equal legal force confirming the legal status of a foreign legal entity);
− (3) A copy of the document confirming the authority of the person authorized to
act on behalf of the legal entity without a power of attorney (in accordance with applicable
legislation and the entity’s formation documents);
− (4) In the case of a Consortium – a copy of the Consortium Agreement;
− (5) A copy of the document confirming the applicant’s right to participate in the
tender on behalf of the Consortium (power of attorney, consent of the partners, or any other
document in accordance with the consortium agreement);
− (6) Confirmation from the applicant/Consortium that they are not persons who
have participated, either directly or through their representatives, in the preparation of the
tender documentation, including as consultants or advisors to the public partner.

5.2.4. Part 2. Technical Proposal

5.2.4.1. Must include technical aspects of the respective Bidder's Proposal (Technical Proposal)

5.2.4.2. Each Bidder shall ensure that its Technical Proposal:


a. fully complies with the requirements set forth in Section 7, and
b. does not contain information on price or any other financial aspects of the Proposal.

5.2.5. Part 3. Commercial and Financial Proposal

5.2.5.1. Proposals must include the commercial and financial aspects of the respective Bidder's
Proposal (Financial and Commercial Proposal).

5.2.5.2. The commercial proposal must contain the following:

a. An Offer Letter following the template in Appendix 3;

b. A completed Bidder Information Schedule form in the form provided in Appendix 4,


adaptable for inclusion in the PPP Agreement (PPPA);

c. Irrevocable and unconditional bank guarantee on first demand (Bid Bond), which:
− is executed in substantial conformity with the template provided in Appendix
5, without material deviations;
− issued by a bank or financial institution with a reliable credit rating acceptable to
the Public Partner.

5.2.6. Part 4. Legal Proposal

5.2.6.1. Documents of the relevant Participant, confirming the legal capacity of the Bidder, its willingness
to enter into the PPP Agreement and the appropriate liability structure of the parties.

a. Legal status and Authorities


− Copies of constituent documents (charter, registration certificate, licenses, if
necessary);
− Power of Attorney (or other confirmation) to sign the Proposal and the PPP
Agreement on behalf of the Bidder or Lead Sponsor (in the case of a Consortium);
− Documents confirming the legal capacity of the Consortium (if applicable),
including the cooperation/intentions agreement between the Consortium members.
b. Readiness to enter into a PPP Agreement
− Confirmation of consent with the draft PPP Agreement.
− A statement that the Participant accepts the terms and conditions of the contract
without substantive comments or with a reasonable list of proposed changes (in
track-change format).

5.2.7. The Public Partner reserves the right to require additional documents and clarifications as part of
the legal portion of the Proposal in accordance with the provisions herein and applicable la.
5.2.8. Procedure

5.2.8.1. Clarifications. The Public Partner will notify Participants of the procedure for
submitting questions and requests for clarification by e-mail. Any Participant
seeking clarification of any part of this document or any of the requirements set forth
herein may submit requests at any time prior to the deadline set forth in the
Preliminary Schedule (see below). In the event the Public Partner chooses to provide
a clarification (which is not its obligation), such clarification will be published in the
Virtual Data Room (VDR) for all Participants without identifying the source of the
request. It is the responsibility of the Participants to track clarifications in the VDR.

5.2.8.2. Preliminary Schedule. A tentative timetable for the subsequent stages of the
Procedure is set out in Appendix 1 (the "Preliminary Schedule"). It is provided for
information purposes only and the Public Partner shall have no liability in
connection therewith. The Public Partner may at any time, at its sole discretion,
amend the Preliminary Schedule (and any other information contained in
Appendix 1) and in no event shall such amendments result in an acceleration of the
deadline for submission of Proposals. Notice of changes will be given to Bidders as
soon as reasonably practicable after which all references to time periods and
deadlines herein shall be deemed to have been amended accordingly.

5.2.9. Format, Signature and Submission of Proposals

5.2.9.1. Each Participant shall prepare and submit:

a. Technical, Legal and Commercial/Financial Proposals through the Virtual


Data Room (VDR) in strict accordance with the requirements of this document.

5.2.9.2. Persons duly authorized in accordance with the power of attorney submitted as part
of the pre-qualification application shall sign the Technical, Legal and
Commercial/Financial Proposals on behalf of the Bidder and initial each page.

5.2.9.3. The proposal must:

a. Be prepared in English.
b. Additional materials, documents or other data provided in a foreign language
are acceptable if an English translation is available. In case of discrepancies
between the original, English translation, English prevails;
c. Be printed in Arial or Times New Roman font, font size 12 for the main text
and 10 for tables, diagrams and charts. Page numbering is mandatory;
d. All currency amounts must be reported in U.S. Dollars;
e. In case of discrepancies between the amount expressed in figures and in words,
the amount in figures shall prevail.

5.2.9.4. The proposal must not contain significant corrections, omissions or additions. Any
handwritten text, except for signatures and initials specified in clause 5.2.9.2. shall
be ignored.

5.2.9.5. Proposals must be uploaded to the virtual data room by the Bidders no later than the
submission deadline specified in Appendix 1. Proposals uploaded after the specified
deadline shall not be accepted.

5.2.9.6. The Bidder has the right to send a written notification of withdrawal of its bid, signed
by an authorized representative, to the e-mail address of the Public Partner
([email protected]) no later than the deadline for submission.
In this case, the respective proposal shall not be considered and shall remain
unprinted.

5.2.10. Bid Opening

5.2.10.1. Tender Commission will review and evaluate each proposal in accordance with
the provisions set forth herein. The evaluation of the Bidders' proposals shall be
carried out within the framework of the procedures, evaluation criteria and
evaluation methodology set forth herein. T Tender Commission reserves the right to
use and interpret the documentation received in its sole discretion to appropriately
apply the evaluation criteria in the review of proposals.

5.2.10.2. The Public Partner shall undertake the following activities:

a. For any proposal uploaded to the Virtual Data Room after the deadline, makes
a formal statement that such proposal is considered "late submitted" and will
not be considered in the evaluation of proposals;

b. For all other proposals, checks the electronic submission time stamp and
identifies the name of the relevant Bidder and, in the case of a Consortium, all
its members.

5.2.10.3. Once all submission timestamps have been verified and proposals have been
categorized as either "Late Submitted" (in accordance with 5.2.10.2.(a) or
"Timely Submitted" (in accordance with 5.2.10.2.(b), the Public Partner shall
announce the close of the proposal acceptance process. The Public Partner shall
then:

a. For all proposals deemed "late submitted" pursuant to Section


5.2.10.2.(a), immediately remove such proposals from the Virtual Data
Room and notify the applicable Participant or Lead Sponsor (if any)
without reviewing the contents of such proposals;
b. For all proposals deemed "timely submitted" pursuant to 5.2.10.2(b),
shall promptly proceed to opening and evaluation.

5.2.11. Evaluation of Technical Proposals

5.2.11.1. The Public Partner shall open technical proposals submitted by the deadline and
determine whether they are complete in form and content.
5.2.11.2. (In the event if clarification is needed, the Public Partner may (but is not
obligated to) request additional information or documents from the Participant
(relating to the Participant itself, Consortium members, the technical proposal
or other related documents) to determine whether the submitted proposal
complies with the requirements of Section 7, sub-Section 7.1. In the event of
such a request, the Participant shall provide the required information or
documents within seven (7) calendar days (or longer if specified in the Public
Partner's request).
5.2.11.3. The Public Partner shall be entitled (but not obliged) to draw the Participant's
attention to any non-compliance of its technical proposal with the requirements
of this document and propose to eliminate such non-compliance. The Bidder,
in turn, shall be entitled (but not obliged) to respond within seven (7) calendar
days (or other period specified in the Public Partner's communication) by
confirming:
a. that he/she accepts the comments of the Public Partner and wishes to
make changes to its technical proposal with a clear indication of the
nature of the changes;
b. that he/she does not accept the comments of the Public Partner (having
provided appropriate justification) and requests to evaluate the technical
proposal in the submitted version. (In case of no response, it will be
considered that the Participant has chosen this option)
5.2.11.4. After completion of the clarification and/or adjustment process provided for in
paragraphs 5.2.11.2. and 5.2.11.3. (if applicable), the Public Partner shall
proceed with the formal evaluation of the technical proposal. Such evaluation
shall be carried out on the basis of the Evaluation Criteria and Evaluation
Methodology set out in Appendix 9.

5.2.12. Evaluation of Commercial and Financial Proposals

5.2.12.1. The Public Partner shall review the financial proposals of only those Bidders
whose technical proposals are found to be in compliance with the requirements
set out in Section 7, sub-Section 7.3, or allowed for further evaluation
according to other criteria in accordance with the decision of the Working
Group provided for in paragraph 5.2.10.5. The purpose of this review is to
establish the completeness of the financial proposal in form and content.

5.2.13. Selection of the Winner

5.2.13.1. The Bidder whose proposal has the highest evaluation score in accordance with
the criteria set out in Appendix 9 will be provisionally declared the Winning
Bidder.

5.2.13.2. The results of the evaluation conducted in accordance with Appendix 9 will be
published through the Virtual Data Room (VDR) to all Participants within three
(3) working days after the approval of the final minutes by the Republican
Commission.

5.2.13.3. The Public Partner will set a date (no earlier than seven (7) calendar days after
the winner is announced) and location for signing the PPP Agreement in
accordance with the provisions of Section 5.2.8. of the ITB.

5.2.14. Negotiation Procedure

5.2.14.1. Prior to signing the PPP Agreement, the Winner shall submit to the Public
Partner documents confirming the completion of all internal procedures
(including corporate approvals), as well as obtaining all necessary approvals
and permits for the execution of the PPP Agreement.

5.2.14.2. After signing the Award Letter, following the tender results or sending an offer
to the Winner to conclude a PPP Agreement, the Public Partner shall hold
negotiations with the Winner to discuss the terms and conditions of the draft
PPP Agreement and possible changes arising in the course of negotiations. The
period of negotiations shall not exceed one (1) month from the date of signing
of the Award Letter.

5.2.14.3. Negotiations are conducted in the form of working meetings between the Public
Partner (or its authorized representative) and the Winner. Upon completion of
each stage of negotiations, the Public Partner shall draw up a protocol indicating
the issues discussed and decisions made and send it to the Winner within five
(5) working days from the date of the relevant stage of negotiations.

5.2.14.4. The Public Partner and the Winner have the right to involve consultants,
authorized state bodies, experts and other persons in the negotiations. In this
case, the parties are obliged to ensure the confidentiality of the negotiation
process on the part of the involved persons.

5.2.14.5. The agenda, time and place of negotiations shall be agreed upon by the parties
in advance, no later than three (3) working days prior to the meeting, unless
otherwise agreed by the parties. Failure to comply with this deadline may serve
as grounds for one of the parties to refuse to participate in the negotiations.

5.2.14.6. Proposals for amendments to the draft PPP Agreement must be justified and
submitted in the following form:

Item number Current status Proposed change Rationale (Comments)


5.2.14.7. Based on the results of negotiations reflected in the relevant protocols, the
Public Partner prepares the final draft of the PPP Agreement taking into account
the agreements reached and sends it to the Winner for signing.

5.2.14.8. The provisions of the PPP Agreement that served as evaluation criteria or were
determined hereunder may not be amended as a result of negotiations.

5.2.14.9. In the event that during negotiations it is found that the Winner has made
unauthorized changes to the previously agreed terms and conditions of the draft
PPP Agreement, such actions will be considered as bad faith behavior and
evasion from signing the Agreement.

5.2.15. Signing of the PPP Agreement

5.2.15.1. The Public Partner and the Winner shall meet on the date and at the address
specified by the Public Partner in accordance with Clause 5.2.13.4 to sign the
PPP Agreement (for the purposes hereof, this includes only those parts of the
Agreement that can be finalized and signed on such date).

5.2.15.2. The Public Partner shall ensure participation in the meeting of representatives of
the Government of the Republic of Uzbekistan and other parties authorized to
sign the PPP Agreement.

5.2.15.3. The Winner must ensure that one or more representatives of either the
Participating Company itself (if registered and authorized to enter into contracts
as of the date of the meeting) or the Lead Sponsor, duly authorized to sign the
Agreement on behalf of the Participant or Sponsor (as applicable), attend the
meeting).

5.2.15.4. In the event that:


a. The winner did not ensure the participation of authorized representatives
in accordance with clause 5.2.15.3., or
b. such representatives have not signed the Agreement in the prescribed form
(including the Bidder Information and Financial Documents form as per
clause 5.2.15.5.) - the Public Partner shall have the right after close of
business on the day of the meeting to recover the full amount of the Bid
Bond of the Winner.

5.2.15.5. The form of the PPP Agreement to be signed at the meeting shall be substantially
identical to the project included in this document, with the inclusion of the Bidder
Information Schedule and the financial documents submitted by the Winner as
part of the commercial and financial proposals.

5.2.15.6. The Public Partner retains the right to make changes to the draft PPP Agreement
until negotiations with the Winner are completed. Such amendments shall not
affect the provisions that are the terms and conditions of the tender, except in
cases expressly provided for by the legislation of the Republic of Uzbekistan.

5.2.15.7. In the event the Winner fails to sign the PPP Agreement within 30 days of the
date of issuance of the Letter of Award, the Public Partner may enter into an
Agreement with the Reserve Winner.

5.2.15.8. If a new Winner must be selected as per Section 5.2.15.4, the Participant with the
next highest score shall be deemed to be the next Winner, and the provisions of
this Section 5.2.13 shall apply as if that Participant had originally been the
Winner.

5.2.15.9. The procedure shall be deemed completed from the date of signing of the PPP
Agreement by the Winner, after which the Bid Bond provided by the Bidder shall
be canceled in accordance with the procedure set out in Appendix 5.

5.2.16. Unacceptable Practices (Authorized Actions)

5.2.16.1. No Participant or member of the Consortium shall engage in (or authorize or


permit any Affiliate or other person acting on its behalf to engage in)
impermissible practices in the procurement process or in connection with the
Project (including the execution and performance of the PPP Agreement and the
implementation, operation and administration of the Project).

5.2.16.2. In this regard, Public Partner:

5.2.16.2.1. Rejects a proposal for award if it is determined that the company or


individual recommended for award (or any of its employees, agents,
subconsultants, subcontractors, suppliers, service providers, and/or their
employees) has directly or indirectly engaged in corrupt, fraudulent,
collusive, coercive, or obstructive practices in the relevant selection process;

5.2.16.2.2. In addition to other legal measures provided for in this document, the Party
shall have the right, to the full extent permitted by the legislation of the
Republic of Uzbekistan, to apply other measures, including declaring the
procurement invalid (mis procurement), if it is established that
representatives of the Participant or recipients of any funds related to the
Project financing were involved in such actions during the procurement,
selection, and/or contract execution process, and the Participant failed to
take timely and adequate measures to eliminate such actions, including
failure to provide relevant information to the Public Partner within a
reasonable time after becoming aware of such actions;

5.2.16.2.3. In accordance with applicable internal procedures and policies of the Public
Partner, may impose sanctions on a company or individual - indefinitely or
for a specified period of time - including publicly declaring such company
or individual unacceptable to:

i. Reception or benefaction (financially or otherwise) from any of the


Public Partner's contracts;
ii. participation as a subcontractor, consultant, supplier, manufacturer,
or service provider for Public Partner projects;
iii. other participation in the preparation or implementation of any
projects of the Public Partner.

5.2.16.3. For the purposes of this document, the following terms have the following
meanings:

5.2.16.3.1. Corrupt Practice – offering, giving, receiving or soliciting (directly or


indirectly) anything of value to improperly influence the actions of another
person;

5.2.16.3.2. Fraudulent Practice – An act or omission, including misrepresentation, that


knowingly or recklessly misleads or seeks to mislead another person to
obtain a financial or other benefit or to avoid an obligation;

5.2.16.3.3. Coercive Practice – harming or threatening to harm (directly or indirectly)


another person or their property in order to improperly influence the actions
of that person;

5.2.16.3.4. Collusive Practice – a conspiracy between two or more persons to distort the
results of a tender, including by means of sham competition, entering into
informal agreements between participants, restricting or manipulating the
principles of free and fair competition in the procurement procedure;

5.2.16.3.5. Sanctionable Practice – any corrupt, fraudulent, coercive or collusive


practices in relation to the Procedure or the Project (including the conclusion
and execution of the PPP Agreement and the implementation, operation and
administration of the Project).
VI. REQUIREMENTS FOR QUALIFICATION (RFQ)

№ Requirement Requirement Description


Eligibility The participant must not be on the UN sanctions list or other structures that may
1 affect the implementation of the project as a whole.

The participant must demonstrate sufficient financial resources that meet the
following requirements

a. Net Worth: not less than 300 million US dollars;

b. Average Annual Turnover: at least 450 million US dollars


2 Financial c. Free cash flow / positive cash flow: at least 150 million US dollars.
conditions
The granting of a Bid Bond in the amount of 4,000,000 US dollars.

Supporting Documents: Audited financial statements for the last three (3) years
(2022-2024).

a. PPP experience:
The participant should provide evidence of successful experience of
cooperation with government agencies and implementation of transport
infrastructure projects over the last 10 years within the framework of
government programs with a project value of at least 500 million USD
in the capacity of an investor or general contractor under public- private
partnership (PPP) models or other similar interaction formats
(concessions, EPC+F, user-pay BOT, etc.).

Minimum requirement is to have at least one (1) completed project.

Supporting documents: copies of signed contracts; acceptance certificates of


completed works.

b. Experience in Similar Projects:


Work The Bidder must provide evidence of experience with a minimum of two
3
experience* (2) contracts for the construction of a road infrastructure project that
complies with the following minimum technical specifications:
− The minimum length of the road is at least 100 km;
− The road category is at least 1b or an international equivalent;
− Number of lanes - at least 2×2 lanes in each direction;
− The design speed is at least 100 km/h;
− Engineering structures including bridges,
overpasses, interchanges, toll booths and service areas;
− Compliance with design standards - EN / Eurocodes,
AASHTO, SNiP, GB(JT) or equivalent international standard.

Supporting documents: official contracts, technical documentation, certificates


of conformity or other acceptable forms of evidence
* Where the application is submitted by a Consortium, the aggregated experience of all Consortium members
shall be considered during the experience assessment
VII. REQUEST FOR PROPOSAL (RFP)

This chapter sets out the requirements for the design and content of proposals submitted by bidders. It
includes a description of the mandatory components: technical, legal and commercial (financial) proposals, as
well as the criteria they must meet within the framework of the tender.

7.1. TECHNICAL PROPOSAL REQUIREMENTS

This Appendix sets out the technical requirements for the Project. Its primary purpose is to ensure that
the Project is designed, constructed, operated and maintained to a high standard.

The appendix consists of two sections:

1. Technical Requirements.
2. Technical Proposal Requirements.

Pre-qualified bidders will be able to utilize the technical studies provided in Appendix 7 in preparing their
proposals.

Technical Requirements

Introduction

The technical requirements relevant to the Project are set out in the Public Private Partnership Agreement
(PPA) and in this section. Each proposal must demonstrate compliance with both the technical requirements of
the PPA and the requirements set forth in this Section 7. These technical requirements are left as flexible as
possible to allow each pre-qualified bidder to innovate and propose an optimized solution for the Project.

Bidder Responsibilities

The Participant has overall responsibility for achieving the successful commercial operation of the Project, the
following aspects are naturally within the scope of its responsibility (and are set out here to confirm that, except
as specifically provided for in the Project Agreements, they are not the responsibility of the Public Partner or the
Government of Uzbekistan):

• To carry out design, engineering survey, procurement, manufacture, installation,


commissioning and testing of the Project until transfer to the Government of Uzbekistan on
completion.

• Perform all necessary site inspections to support and verify information and necessary
engineering and construction of all work required for the Project.

• Provide all temporary and permanent facilities and services, including interfaces with
equipment, required during construction, commissioning and operations.

• Provide site security, fencing and appropriate access control system during construction,
commissioning and operation.

• Design, construct and/or improve access roads, pipelines, utilities and other infrastructure
necessary for construction, commissioning and operation of the Project.

• Performing all necessary work on and around the site including:

o preparatory and construction works (including access and internal roads);

o electrical installation works (including lightning protection, metering and earthing


systems);
o all other interfaces associated with the Project (including liaising with the relevant
authorities to identify connection points and undertaking the design, procurement,
installation and commissioning of all interconnection equipment, facilities and services,
including all software and communication requirements, from the site to the identified
connection points).

• Support work including commissioning and performance testing.

• Operation and maintenance of the Project throughout the term of the Public-Private Partnership
Agreement (PPA), including the provision of all necessary spare parts, consumables, and
specialty tools.

General Technical Requirements

The proposed Project shall be designed, installed, commissioned, tested and operated in accordance with good
practice (as defined in the Public Private Partnership Agreement - PPA), relevant national regulations and laws.

In addition, the Project shall comply with the following general technical requirements:

• The project must be designed:

o with an estimated service life of 30 years;

o in accordance with the following project standards: (highways, engineering structures,


geotechnics, drainage and others);

o taking into account climatic and ground conditions at the site;

o with the ability to comply with all requirements included in the PPA, particularly
testing and operational requirements.

• The project shall be designed, constructed, installed, operated, maintained and decommissioned
in accordance with applicable national environmental, safety, labor, social and security laws.

7.1.1. Technical Proposal Requirements

The technical proposal shall be limited to a total of [not to exceed 100] pages, not including executive summary,
professional resumes, appendices, and exhibits containing required forms, charts, matrices, graphs, drawings,
and other pertinent data.

The Technical Proposal shall consist of the following basic elements:

a. Executive Summary;
b. Project Development Plan.

7.1.2. Executive Summary

The Executive Summary should be written in a non-technical style and contain sufficient information to allow
reviewers with both technical and non-technical backgrounds to familiarize themselves with the pre-qualified
bidder's proposal and their ability to meet the financial and technical requirements of the project.

The Executive Summary shall not exceed [five single-sided pages]. It shall not include any pricing information.
Minimally, it shall include the following:

a. Explanation of proposals structure and content;


b. A summary of the project development plan.
7.1.3. Project Development Plan

The pre-qualified bidder must submit a project development plan, which must consist of the following
components:

a. Overall Project Management;


b. Design and construction management and technical solutions;
c. Operations and Maintenance Management.

The project development plan shall describe the project management philosophy, the project plan and schedule,
and the administration of related contracts and the ways in which the participant plans to achieve and meet
project requirements.

7.1.4. General Provisions for Project Management

The General Project Management section shall outline the Participant's vision for the coordination of all Project
activities, including design, construction, operation, maintenance (including planned and capital), quality
assurance, handover at the end of the agreement period, documentation, planning, testing, auditing and
reporting, risk analysis and mitigation, and community engagement. The specified information shall cover all
stages of the Works.

Management Structure and Personnel

This subsection should describe the proposed overall organizational structure for project management,
identifying the companies, organizations, and individuals involved, including:

• An organizational chart showing the participant's project management structure (including design,
construction, operations, maintenance, and quality divisions) and a description of the roles,
responsibilities, interrelationships, and scope of work performed by each team member and each
division, including identified subcontractors and major suppliers;

• Information on the inclusion of each key person in the framework, including a description of their roles
and responsibilities within the Project and the percentage of time they will devote to the Project;

• Information on the current and anticipated workload of all key team members and a description of the
Participant's ability to ensure the availability of qualified personnel, equipment and resources necessary
for successful implementation of the Project within the timeframes specified in the PPP Agreement and
Technical Requirements.

7.1.4.1. Construction Program, Cost Control and Risk Management

A description of the construction planning methodology should be provided, including:

• Approach to preparing, monitoring and updating the Construction Work Program, calculating progress
and preparing monthly payment requests in accordance with the PPP Agreement;

• An approach to preparing and updating a Schedule of Values (Schedule of Values) or equivalent fee
schedule/milestone;

• A description of the management of resources and activities (including subcontractors) to deliver the
Construction Work Program, and a strategy for addressing schedule delays;

• Initial Construction Work Program and Explanatory Note - A high-level schedule using the critical path
method from inception (e.g., Receipt of Notice to Proceed) to completion of the Project, including
milestones in between;
• The schedule shall include:

o All design works;


o All construction works;
o Details on resources and cost (if required);

• Description of document control system, costs and timelines;

• An approach to identifying, assessing, managing and allocating project risks, including:

o Risk categories: capacity, planning, design, design, construction completion, operation,


maintenance, demand, inflation, financing, policy, technology, residual value;
o Potential consequences and likelihood;
o Tools for sensitivity analysis;
o Proposed allocation of risk among team members.

7.1.4.2. Environmental and Social Management

The approach to compliance with environmental and social legislation and permitting procedures should be
outlined:

• Qualifications and experience of key personnel in environmental and social compliance;

• Approach to meeting environmental and social compliance requirements including EISA, ESMP and
LARP.

7.1.4.3. Occupational Health and Safety

A preliminary health and safety plan should be submitted in accordance with the requirements of the PPP
Agreement and Technical Requirements, including at least the following provisions:

7.1.4.4. Organizational Systems

The participant's organizational systems should be described, including:

• A detailed description of the interaction of all team members to ensure a unified approach to design,
construction, operation, maintenance and quality control.

7.1.5. Design, Construction Management and Technical Solutions

The section should describe the participant's approach to design and construction management, quality
management in design and construction, and presentation of proposed technical solutions.

7.1.5.1. Design and Construction Management

This subsection should outline the approach to design and construction work, including, at a minimum:

a. Description of the approach to managing the development and coordination of project documents,
including consideration of factors such as right of way (ROW), surveying, environmental permitting,
utilities, and community engagement;
b. Approach to the provision of project documentation: where designers will be located and how
integration and coordination of projects developed by different firms and offices will be ensured to
ensure unity and quality;
c. Construction management approach: integration of design solutions with construction, work
allocation and control;
d. Phased construction management, including concurrent construction activities and
operation/maintenance of existing facilities.
7.1.5.2. Technical Solutions for Design and Construction

This section should provide an outline and description of the participant's approach to the following aspects:

• Construction sequencing and traffic control;


• Drainage and utilities;
• Underground facilities;
• Road pavement, bridges, and utility structures;
• Charging system (tolling);
• Road markings, lighting and aesthetics.

7.1.5.2.1. Changes proposed by Participant

The Participant is responsible for optimal design. Flexibility is allowed as long as all requirements of this Annex
and the PPP Agreement are met. A special commission under the Government of RUz has been established to
review the proposed changes.

Process for reviewing changes:

• Submission: Changes must be submitted in the prescribed format with justification, impact analysis and
all supporting documents.

• Review: The Commission assesses technical feasibility, financial implications, compliance with
regulations and project objectives.

• Feedback: preliminary evaluation and comments are provided. Revision and resubmission are possible.

• Integration into the proposal: The bidder indicates what changes have been adopted and where they
are used in its proposal.

7.1.5.2.2. Construction Sequence and Traffic Organization

Description of phasing and traffic control during construction, including:

a. A general approach to traffic management;


b. Conceptual construction prioritization schemes;

7.1.5.2.3. Drainage

Includes:

a. Description of the surface water collection system, location of trunk sewers and discharge points;
b. Hydraulic calculations of drains;
c. Drainage System Drawings;

7.1.5.2.4. Engineering Structures

Description of bridges, overpasses, retaining and sound walls, including:

a. Drawings and calculations for bridge types, foundations, spans and vertical dimensions;

7.1.5.2.5. Toll Collection System

a. Description of the tolling system (tolling);


b. Tolling Management Plan;
7.1.5.2.6. Traffic Engineering

Description of systems: signs, markings, traffic signals, lighting;

7.1.5.2.7. Intelligent Transportation Systems (ITS)


Description of ITS solutions, including weight-in-motion;

7.1.5.2.8. Service Areas


Description of service areas (gas station, cafe, toilets, parking lot);

7.1.5.2.9. Avalanche Protection Systems


Description of engineering solutions against avalanches;

7.1.5.2.10. Aesthetics and Landscape Design


Description of trail aesthetics and landscaping;

7.1.5.2.11. Quality Management in Design and Construction

Includes:

a. Description of procedures for issuing project documentation, internal inspections, QA/QC functions;
b. Approach to acceptance, testing, defect and non-conformance resolution.

7.1.5.2.12. Utility Network Management

Approach to interfacing with utilities, including:

a. Identification, verification and documentation of existing underground networks;


b. Communication with grid owners, notification of changes and work schedule;
c. Design and methods of network migration/protection;
d. Minimizing conflict and governance;

7.1.6. Operation and Maintenance

This section should present the participant's vision in the following areas: management of operation and
maintenance, organization of the execution of these works, and quality assurance.

7.1.6.1. Operation and Maintenance Management

This subsection should outline the proposed approach to operation and maintenance of the Project, including at
a minimum:

a. A preliminary Operational Management Plan outlining the Participant's approach to meeting the
operational obligations of the PPP Agreement / Technical Requirements and a description of the
procedures for monitoring the condition and performance of the Project;
b. A preliminary Maintenance Management Plan, outlining the approach to meeting maintenance
obligations during the term of the Agreement, including the organization of processes and
procedures;
c. Approach to operation and maintenance during construction and during the transition to the
operational phase.

7.1.6.2. Organization of Operation and Maintenance Works

Information should be provided on the approach to managing road maintenance, planned maintenance and
capital works during the life cycle of the Project.
7.1.6.2.1. Highway Operation

It is necessary to describe how the day-to-day functions of road maintenance will be organized, including:

a. Highway patrol;
b. Detecting and responding to emergencies, adverse weather conditions, breakdowns, accidents
and incidents;
c. Interaction with first responders;
d. Traffic management [and toll collection system];
e. Analyze traffic accidents and implement measures to improve user safety.

7.1.6.2.2. Operation of Toll Collection System

A preliminary plan for the operation of the tolling system should be submitted that includes, at a minimum:

7.1.6.2.3. Scheduled Maintenance

For routine maintenance, the following aspects need to be covered:

a. Information on the locations and characteristics of repair bases and technical facilities;
b. A preliminary list of specialized equipment planned for use throughout the life of the operation;
c. An approach to the supply and management of spare parts;
d. Approach to traffic management during repair works;
e. Approach to inspection and testing of Project elements, identification, classification and correction
of defects;
f. A system for maintaining up-to-date "as-built" drawings as well as inspection and maintenance logs;
g. Training program for operation and maintenance personnel, including training in identifying
potential hazards;
h. Plan for transition from construction to maintenance;
i. Approach to different types of maintenance: planned, capital, preventive, emergency and
emergency (including weather events), interaction with emergency services, and record keeping;
j. Description of the Maintenance Management System (MMS) and compliance of its functionality
with the requirements of the Technical Requirements.

7.1.6.2.4. Capital Repair Works

The approach to major repairs and refurbishment should be presented, including the processes for preparing the
Lifecycle Works Plan for the life of the Agreement. It should reflect:

• Principles of Work Programming;


• Cost Calculation;
• Ensuring that the Handback Requirements of the facility are met (Handback Requirements);
• A preliminary version of the plan with a breakdown by component, facility, and justification for the
calculations.

7.1.6.3. Quality Assurance in Operation and Maintenance

The approach to quality assurance in the operation and maintenance phases should be outlined:

a. Operational Quality Management Approach: Description of the quality assurance (QA/QC) functions,
reporting structure and responsibilities, including oversight by the Public Partner and (if available) the
Independent Engineer. Processes for preparing and analyzing reports on incidents, deviations, accidents
and technical works, as well as mechanisms for corrective action should also be described;

b. Maintenance Quality Management Approach: description of QA/QC functions, reporting structure and
responsibilities, including integration of the quality system into maintenance inspection processes to
make improvements in procedures and operational performance.
7.2. LEGAL PROPOSAL REQUIREMENTS

It assesses the willingness of the participant to enter into a PPP agreement, the completeness and
relevance of the legal documents provided, the ownership structure and responsibilities of the parties (in the
case of a consortium), and the extent to which the terms and conditions of the project are accepted without
significant legal reservations or deviations.

Participant must submit (including, but not limited to):

a. Certificate of registration of a legal entity or an equivalent extract from the state register;

b. Charter, memorandum of association or similar constituent document certifying the legal


capacity of the organization to carry out project-related activities;

c. Document confirming the authority of the person signing the proposal and possible
agreement - power of attorney, decision of the Board of Directors, order or other act;

d. Ownership structure, including Ultimate Beneficial Owners and participation of foreign


legal entities or individuals (if applicable);

− For Consortium:
A consortia agreement signed by all parties, defining:
− Lead Member;
− each party's participation shares and roles;
− responsibility to apply for and enter into an agreement;
− provisions for dispute resolution, governance and withdrawal of the parties.

Readiness to sign the Agreement

Participant must submit (including, but not limited to):

▪ Written confirmation with the main provisions of the PPP Agreement, in the form of:
− cover letter,
− completed confirmation form (if provided in the tender documentation),
− annexes with a list of accepted and/or proposed conditions (in a clearly structured manner).

▪ No significant objections or deviations on the following key points:


− a hybrid user-pay and shadow toll model, under which payments are made for each
serviced vehicle until the target traffic volume is reached, with a portion of revenues from
traffic exceeding the target volume allocated in favor of the public partner (hybrid user-
pay and shadow toll model);
− allocation of project risks, including construction, operational, financial, environmental,
regulatory;
− force majeure, termination and dispute resolution procedures, including consent to
arbitration, as defined in the draft agreement.

▪ Internal consistency of the legal part with other parts of the sentence:
− no conflicts between financial and technical assumptions and legal terms;
− harmonization of timelines, structures and commitments.
7.3. COMMERCIAL AND FINANCIAL PROPOSAL REQUIREMENTS

The financial stability, viability, and economic justification of the investment return model proposed by
the participant are assessed, provided that a hybrid user-pay and shadow toll model is applied, under which
payments are made for each serviced vehicle until the target traffic volume is reached, with a portion of revenues
from traffic exceeding the target volume allocated in favor of the public partner (hybrid user-pay and shadow
toll model).

Special attention is paid to the feasibility of the presented approach without providing state guarantees,
sustainability under negative scenarios and balance of key parameters (CapEx, OpEx, IRR, payback period).

Tolling Model

The participant must submit:

1. Amount of tariff by vehicle category:

i. A table with proposed tariffs for different categories: cars, light-duty and heavy-duty
trucks, buses and others.
ii. Specifies the unit of tariffication (per km, per section, fixed rate).

2. Tariff structure:

i. Logic of tariff construction: zonal system, cost per 1 km, hybrid model, etc.
ii. Feasibility of implementation:
iii. contactless payment (ETC),
iv. prepaid systems and discounts (including for public transport, frequent users, local
residents),
v. subscription programs.

3. Mechanism of tariff indexation:

i. Description of the tariff adjustment system during the PPP agreement period.
ii. Allowable Approaches:
▪ Consumer Price Index (CPI-US),
4. Rationale for the tariff model:
i. Linking rates to traffic forecast, revenue model and cost structure (CapEx/OpEx).
ii. If available, sensitivity analysis (e.g., elasticity of demand as a function of tariff
changes).
iii. Justification of estimated profitability and payback period.

The Participant must provide a justification of capital expenditures (CapEx) in accordance with the
submitted Bill of Quantities (BoQ) in the Appendix 7.

Financial Model and Sensitivity Analysis

The participant must submit:

A financial model that includes, at a minimum:

a. Full cash flow schedule for the entire project life: construction + operation;
b. Toll Revenue Forecast:
▪ by vehicle category,
▪ by years, taking into account traffic growth and tariff indexation;
c. Operating expenses (O&M) by line item and project phase;
d. Financial indicators:
▪ internal rate of return (IRR),
▪ net present value (NPV),
▪ payback period;
e. If debt financing is available, debt service indicators:
▪ DSCR (Debt Service Coverage Ratio),
▪ CFADS (Cash Flow Available for Debt Service);
f. Accounting:
▪ tax burden, VAT rates, profit tax;
▪ inflation and tariff indexation;
▪ exchange rate risks and hedging mechanisms (if foreign capital is expected to be
attracted).

Sensitivity Analysis:

a. The model should include an analysis of the impact of key variables:


▪ traffic changes,
▪ increase/decrease in CapEx or OpEx,
▪ change in inflation rate, exchange rate (if applicable),
b. The participant should provide scenario tables or graphs showing the impact of each factor on:
▪ IRR,
▪ DSCR.
▪ the overall stability of the model.
VIII. APPENDICES
APPENDIX 1. INFORMATION ABOUT THE BIDDER
General Information

Construction and Operation of the Tashkent-


Project name
Samarkand Toll Road
Committee for Roads under the Ministry of
Name of Public Partner
Transport of Republic of Uzbekistan
Public Partner address Tashkent, 68, Mustaqillik str.

Contact details of the Public Partner [email protected]


Contact details of the person responsible for the Dzhurakulov Javohir
virtual data room (VDR) phone: +998 99 605 91 19
Language of correspondence English
VDR room accessible to all participants
A digital copy should also be submitted to the
Method of Proposal Submission
following e-mail address:
[email protected]
Proposal language English

Public-Private Partnership Agreement (PPP) See Appendix 8

Amount of competitive bank guarantee 4 000 000.00 US Dollars

Term of validity of the bank guarantee 180 days

Bid validity period 180 days

Preliminary Schedule (period)

Publication of the Tender Documentation 27 May 2025

Deadline for submission of requests for clarification 14 June 2025


26 June 2025
Deadline for submission of proposals
by 6:00 PM Tashkent time
26 June, 2025
Opening of Bids
by 6:30 PM Tashkent time
Announcement of the Winner 26 July 2025
APPENDIX 2. FORM OF LIABILITY DISCLAIMER FOR PROVIDED INFORMATION

FORM OF THE NON-RELIANCE LETTER


[provided in the virtual data room]

This Letter of Non-Reliance ("Letter") is issued in connection with the Bidding Documents published
on [date of publication of the Bidding Documents], under the Construction and Operation of Tashkent-
Samarkand Toll Road Project (the "Project"). The purpose of this letter is to clarify the position and
responsibilities with respect to the information provided during the Tender Documentation procedure.

1. Refusal to rely on the Provided Information

The Public Partner provides all information, materials, specifications, data and other details
("Information") included in the tender documents solely for the purpose of preparing and submitting bids by
potential bidders. By receiving this Information, the Bidder acknowledges and agrees that:

The information is provided "as is" without warranty of any kind, express or implied, as to its accuracy,
completeness or reliability;

The Public Partner shall not be liable for any errors or omissions in the provided Information;

The Participant is fully responsible for conducting its own due diligence, analysis and evaluation of
the Tashkent-Samarkand Toll Road PPP project, including (but not limited to): technical, financial, legal and
environmental aspects. Participants are strongly encouraged to independently verify all information and
assumptions made.

2. Refusal of Legal, Financial or Technical Advice

No information contained in the tender documents or provided as part of the Procedure shall be
construed as legal, financial or technical advice.

3. No obligation to update the information. The Public Partner is under no obligation to update or
clarify the Information provided. Any use of such Information shall be at the sole risk of the Participant.

4. Limitation of Liability. The Public Partner, its representatives, consultants and affiliates shall not
be responsible for any inaccuracies, omissions or misrepresentations in the bid documents or related
materials. The Bidder acknowledges that it cannot rely solely on information provided by the Public Partner
in preparing its bid.

5. No Obligation. This letter is not an offer and does not create contractual obligations. Participation
in the Bidding Document Procedure does not guarantee selection or award of the PPP contract for the
Tashkent-Samarkand Road Construction Project.

6. Acknowledgment Participant expressly agrees to the terms and conditions set forth in this letter and
waives any claims related to the accuracy or completeness of the information provided.

Respectfully,
[Participant]
[Contact Info]
APPENDIX 3. PROPOSAL SUBMISSION FORM

PROPOSAL LETTER FORM

(On Participant / Lead Sponsor letterhead)

To: Committee for Roads of the Republic of Uzbekistan


Regarding: Construction and Operation of Tashkent-Samarkand Toll Road

Dear Sirs,

We refer to your Request for Proposal from [company name] regarding this Tender Documentation.
Capitalized terms used but not defined in this letter shall have the meanings given in the Tender Documentation.

Having examined the contents of the tender documents and having fully understood them, we hereby
submit our Project Proposal. In this regard, we confirm the following:

Our Proposal is unconditional and final. In particular, we confirm acceptance of the terms and conditions
of the project agreements in the forms attached to the tender documents.

We confirm that the Public Partner will rely on the information contained in our Proposal and related
documents in selecting the Preferred Winner. We confirm that all information provided by us is true and
complete and that no information has been omitted that could be misleading.

We recognize the right of the Public Partner to reject our Proposal and/or all proposals without cause and
waive any and all claims in this regard.

We confirm that in the last three (3) years we have not been found to be in default under any contract (as
evidenced by the imposition of a fine by an arbitration or judicial body, court judgment or arbitration award),
have not been excluded from the project or contract by governmental authorities and have not had a contract
terminated by governmental authorities for breach of terms by us or, in the case of the Consortium, by any of
its participants.

We confirm that as of the date of this letter we are not debarred from participating in public procurement
by the Government of Uzbekistan or other governmental bodies or agencies in the Republic of Uzbekistan.

We state that:

a. we are familiar with the Tender Documentation and have no objections to them, including any
published addenda;
b. we have no conflict of interest, actual or potential, in connection with participation in the Project;
c. neither we nor any other person acting on our behalf has directly or indirectly engaged in
Sanctionable Practices in relation to this Project or the Procedure;
d. we have taken steps to ensure that no person acting on our behalf is or will be involved in authorized
activities with respect to the Project or the Procedure;
e. we understand that you may cancel the Procedure at any time and are under no obligation to accept
any of the offers, without any liability to the Participants.

We confirm that we continue to meet all the requirements set out in the tender documents, including the
financial and legal qualifications reflected in our Pre-qualification Application (including the Legal
Qualification Confirmation Letter) and no material events have occurred that would affect our legal capacity or,
in the case of the Consortium, the legal capacity of its participants.
Until the Project Agreements are signed and, if necessary, novated to the SPV, there will be no changes
to the information provided in respect of the SPV that have not been notified to and approved by the Public
Partner.

In the case of the Consortium, we confirm that there have been no changes in the composition of the
Consortium that have not been communicated to or approved by the Public Partner.

We hereby confirm the right of the Public Partner to recover the amount of our Bid Bond in all cases
provided for in the tender documents and the PPP Agreement.

We undertake to comply with all terms and conditions contained in the tender documentation.

We confirm that the signing of the Project Agreements entails the Public Partner's obligation to pay [●] for
the successful completion of the Procedure. We confirm that we have included this amount in the calculation of
the price underlying our quotation and, should we be selected as the Preferred Bidder, we will pay this amount
[●] on behalf of the Public Partner as a condition of entry into force of the Agreement. We understand that in
the event of a breach of this obligation, the Public Partner will be entitled to recover the relevant amount from
our tender guarantee as well as the costs incurred by it.]

Respectfully,

_________________________________

[Authorized person or representative under power of attorney]

On behalf of [Participant]
APPENDIX 4. BIDDER INFORMATION SCHEDULE FORM

BIDDER DETAILS

Section А. Bidder Details

Bidder Details: Name: [●]


Legal status: [●]
Country of incorporation: [●]
Legal address: [●]
Registration Number: [●]
Contact information for Address: [●]
notifications: Attention: [●]

Section B. Bidder Information

1 Anchor sponsor(s) and share of beneficial Name: [●] Percentage of


economic interest as of the Effective Date Name: [●] participation: [●] %
Name: [●] Percentage of
participation: [●] %
Percentage of
participation: [●] %
2 Lead Sponsor Name: [●]
APPENDIX 5. BANK GUARANTEE FORM

BANK GUARANTEE

To: Committee for Roads (Public Partner)


Number:
Date of Issue: [date] (Date of Issue)

SINCE:

Referring to the tender documents dated [●] published by the Public Partner for the purpose of selecting
a private investor to design, construct, finance, operate and maintain a toll road between Tashkent and
Samarkand in the Republic of Uzbekistan (the Project),

Terms defined in the tender documents (or related documents) and used in this guarantee but not defined
herein shall have the meaning set forth in the relevant documents.

[Name of Participant / Consortium] (hereinafter referred to as the Participant) submitted a Proposal for
the Project to the Public Partner in response to the bidding documents.

In accordance with the requirements of the tender documentation, the Participant shall provide an
irrevocable tender guarantee in favor of the Public Partner upon first request.

We, [name of guarantor bank] (hereinafter referred to as the Bank), hereby agree to issue this tender
guarantee (hereinafter referred to as the Guarantee) in order to secure certain obligations of the Participant under
the tender documents and, in case the Winner is recognized, obligations of the SPV under the Public-Private
Partnership Agreement between the Bidder and the Public Partner (PPP Agreement).

The Bank agrees to the following:

1. Under the terms of this Guarantee, the Bank irrevocably and unconditionally agrees to pay to the Public
Partner upon first written demand (each a "Requirement") stating that:
i. The Participant, having been notified by the Public Partner that it has been declared the
Winner, failed to ensure that a duly authorized representative of the JVC or Lead Sponsor
was present at the meeting convened to sign the Project Agreements;
ii. The said representatives did not sign the project agreements in the form attached to the
Tender Documentation;
iii. If an assignment in favor of a legal entity registered in Uzbekistan is required, such
assignment has not been made within 30 (thirty) days;
iv. [Failure to fulfill the obligation to pay [●] provided for in the PPP Agreement];

The Bank undertakes to make immediate payment of the amount specified in such Requirement without
providing evidence or additional terms and conditions.

2. Any such Requirement shall be conclusive evidence of the Bank's obligations and of the amount
payable, regardless of objection by the Participant, the JVC or others.

3. The Bank's obligation to pay under this Guarantee shall be primary, independent and absolute and the
Bank shall not be entitled to delay or refuse payment for any reason whatsoever.

4. All payments under this Guaranty shall be made in [U.S. Dollars - subject to confirmation] to the
following account or other account designated in writing by the Public Partner and shall be made
without withholding, set-off, tax, fee or any deduction whatsoever regardless of the nature or source
thereof:

Account details: [insert]


5. The Bank's maximum aggregate liability under this Guarantee shall not exceed the sum of [U.S. dollar
amount as per the tender documents], exclusive of interest and legal costs (Guarantee Amount).

6. This Guarantee shall be effective as of the Issue Date, shall be a continuing obligation, and shall survive
(and not terminate due to any circumstance unless otherwise expressly stated) until the occurrence of
any of the following events:
a. For Winner:
i. payment by the Bank of an amount equal to the Guarantee Amount;
ii. upon expiration of thirty (30) days from the date of termination of the Procedure
by decision of the Public Partner;
iii. the Closing Date of the transaction;
b. For Reserve Winner: after three (3) months from the announcement of the Shortlisted
Bidders;
c. For other Participants: after thirty (30) days from the date of the announcement of the list of
finalists.

Thereafter, the Guarantee shall cease to have effect regardless of its actual return to the Bank.

7. All Requirements submitted in accordance with Clause 1 must be in writing and sent to the Bank in
person, by courier or by e-mail to the following details:

Address: [address]
Email: [email]
Contact Person: [FULL NAME]
8. Requirements directed at:
a. by mail or courier, shall be deemed delivered seven (7) days from the date of shipment
(unless proven otherwise);
b. by e-mail - at the moment of receipt of delivery confirmation. If the e-mail is sent not on a
working day or after 16:00, it is considered delivered at 10:00 of the next working day.

9. The Bank may change the address or contact person for receiving the Requirements by sending a written
notice by courier five (5) business days prior to the effective date of the change.

10. This Guarantee and all obligations arising out of it shall be governed by [English law - subject to
confirmation]. All disputes shall be subject to the exclusive jurisdiction of the courts of England and
nothing in this clause shall limit the right of the Public Partner to enforce judgment in any other
jurisdiction.

[Guaranteeing Bank]

___________________________

Authorized Representative
APPENDIX 6. QUALIFICATION CONFIRMATION FORM

Form ELI -1 Information List of Participant

Information about the Bidder

Official name
of Bidder

In the case of a Joint Venture


(JV)/Consortium, the official name of
each partner

Country of Incorporation of Bidder

Year of Incorporation
of Bidder

Official address of Bidder in the country


of Incorporation

Authorized representative of the Bidder


(full name, address, telephone and fax
numbers, e-mail address)

Copies of the following documents are attached.

❑ 1. In the case of a single organization, the certificate of registration or establishment of the legal entity named
above
❑ 2.Power of attorney to represent the firm or JV/Consortium named above
❑ 3. In the case of a state organization, any additional documents not included in item 1 above are required
Form ELI - 2: Joint Venture (JV) / Consortium Information Sheet

Each partner must complete this form individually. The subcontractor must complete this form.

Information about the Bidder


Official name
of Bidder

Country of Incorporation of Bidder

Year of Incorporation
of Bidder

Official address of Bidder in the country


of Incorporation

Authorized representative of the Bidder


(full name, address, telephone and fax
numbers, e-mail address)

Copies of the following documents are attached.

❑ 1. In the case of a JV/Consortium, a letter of intent to establish the JV/Consortium or the JV/Consortium
Agreement
❑ 2. Power of attorney to represent the firm or JV/Consortium named above
❑ 3. In the case where one or more state-owned entities participate in the Joint Venture/Consortium, any additional
documents not included in Item 1 above shall be required
Form FIN - 1: Historical Financial Data

Each Bidder must complete this form.

In case of a JV/Consortium, each JV/Consortium partner must complete this form separately, indicating the
name of the JV/Consortium partner:

JV Partner / Consortium: ___________________

Financial data for the past 3 years (USD equivalent)

Year 1: 2022 Year 2: 2023 Year 3: 2024


Balance sheet data of the company
Total assets (TA)

Total liabilities (OP)

Own Enterprise
capital = OA- OP

Current assets (TA)

Current liabilities (TP)

Working capital = TA-TP

The latest data on Last year's data to be included in Form FIN-3 line 1; in
turnover capital case of JV/Consortium, in the form of the respective JV
partner FIN-3
Information from the Income Statement
Total income

Profit before tax

Profit after tax payments

❑ Enclosed are copies of audited financial statements (balance sheets, including all relevant entries, and income statements) for
the last years, as indicated above, in accordance with the following conditions.
❑ Unless otherwise required by Section 3 of the Bidding Documents, all such documents reflecting the financial condition of
the legal entity or persons constituting the Bidder, but not the parent, subsidiaries, or affiliates thereof
❑ Prior period financial statements must be audited by a licensed auditor
❑ Prior period financial statements must be complete, including all notes to the financial statements
● Prior period financial statements must be consistent with the reporting periods, complete and audited by the auditor
(incomplete period statements are not requested or accepted)
Form FIN - 2: Average Annual Turnover

Each Bidder must complete this form.

The information provided shall show the annual turnover of the Bidder or each JV/Consortium Participant in
the form of amounts invoiced to customers for each year for work in progress or completed, converted to U.S.
dollars at the exchange rate indicated.

In case of a JV/Consortium, each JV/Consortium partner must complete this form separately, indicating the
name of the JV/Consortium partner:

JV Partner / Consortium: ___________________

Annual turnover data for the last 3 years

Year Amount in Currency Exchange Rate Equivalent in USD

Average annual turnover

Form EXP-1: Contracts of a similar scope and nature

The exchange rate to be used to calculate the contract value for conversion to a particular currency shall be
the Employers national bank's selling rate on the date of contract award.

A contract of similar scope and nature

Contract No…of Name of contract

Date of award Completion date

Role in the contract ❑ Manufacturer ❑ Supplier ❑ Subcontractor

Total contract amount USD

For partners in a
JV/Consortium or
subcontractors, the share of % of total cost Amount
the total contract value
should be indicated.

Name of the Employer


Address
Tel:
Fax:
Email:
Description of similar aspects
Form EXP-2: Experience in key areas of activity

Contract with similar key activities

Contract No. . . . . . .. Name of contract


from

Date of award Completion date

Role in the contract ❑ Contractor ❑ General Contractor ❑ Subcontractor

USD
Total contract amount

For partners in a JV /
Consortium or
subcontractors, the share % of total cost Amount
of the total contract value
should be indicated.

Name of the Customer


Address
Tel:
Fax:
Email:

Description of key activities

Contact Person of the Bidder:


Full Name: _________________________
Position: ____________________________
Phone: _____________________________
E-mail: _______________________________
Fax: _____________________________
Appendices: [specify the number of documents attached to the Bidder's application and the number of
pages in them].
Representative of the Bidder
_________________________________________
(Position, full name, signature and stamp)
APPENDIX 7. INITIAL DATA

Technical Documentation

9.2.1 Route Map + КМZ file


9.2.2 Typical cross section
9.2.3 Pavement design
9.2.4 Bridges and overpasses
9.2.5 Transport interchanges
9.2.6 Soil improvement measures
9.2.7 Description of Geological Surveys
9.2.8 Roadside service facilities
9.2.9 Toll collection points
9.2.10 Bill of Quantities (BoQ)
9.2.11 Technical specification
APPENDIX 8. PPP AGREEMENT
APPENDIX 9. EVALUATION CRITERIA

The State Commission evaluates proposals on a point system.

№ Criteria Weight (%) Score (0-100) Weighted Score


1 Qualification Requirements pass/fail
2 RFP (Request for Proposal) 100%
Commercial and Financial Proposal
(Shadow Toll amounts, profit-sharing mechanism for excess
2.1. 75%
revenues, Capital Expenditures (CapEx), Financial Model, and
Sensitivity Analysis).
Technical Proposal
(Construction period, construction quality, share of local
2.2. 20%
suppliers/(sub)contractors, technologies, innovations, operation
and maintenance)
Legal Transparency
2.3. (Risk allocation, legal status and authority, readiness to sign the 5%
agreement, completeness and reliability of legal documentation)

1a. Construction Period


The construction period refers to the time from the signing of the PPP Agreement to the commissioning of the facility (excluding any delays attributable to the
public partner), and includes the design and financing mobilization phases.

The score is calculated using the following formula:

S1а = Tmin / Ti * k * W1а, where:


S1а – Score of participant i under criterion 1a,
Tmin – Shortest construction period proposed among all participants,
Ti – Construction period proposed by participant i,
W1а – Weight of criterion 1а (5%).

if the construction period proposed by the participant exceeds the target value (60 months), k = 0, i.e., the participant will receive 0 points under this criterion.

1b. Share of Local Suppliers / (Sub)Contractors


The score is calculated using the following formula:
S1b = Li / Lmax * W1b, where:
S1b – Score of participant i under criterion 1b,
Lmin – Highest share of local suppliers/(sub)contractors proposed among all participants
Pi – Share of local suppliers/(sub)contractors proposed by participant i,
W1b – Weight of criterion1b (5%).

1c. Proposed Design Solutions and Compliance with Technical Requirements


The evaluation under this criterion is conducted by expert review, taking into account the proposed solutions and their compliance with the technical
requirements specified in Section 7 of the Tender Documentation. The weight of criterion 1c is 10%, including:

• 5% is awarded for compliance with all key technical requirements outlined in Section 7 of the Tender Documentation. In case the Participant’s score
under this criterion is below 3%, such Participant’s proposal is automatically declined and shall not be further evaluated.
• An additional up to 5% may be awarded for innovative or optimized solutions proposed by the participant that reduce costs or enhance the efficiency
of the Project.

2a. Project Capital Expenditures (CapEx)


The capital expenditures include all costs directly related to the development of the PPP asset, excluding financing costs and similar expenses.

The score is calculated using the following formula:

S2a = Pmin / Pi * (1 – k) * W2a, where:


S2a – Score of participant i under criterion 2а,
Pmin – Lowest amount of capital expenditures proposed among all participants,
Pi – Amount of capital expenditures proposed by participant i,
W2a – Weight of criterion 2а (15%).

If a participant’s proposed capital expenditures exceed the target maximum value (2 billion USD), their score under this criterion will be reduced using the
coefficient k:

k = (Pi – Pt) / Pt, where:


Pt – Target maximum value.

2b. Shadow Tolls Amount


“Shadow tolls” refer to the compensation paid by the Public Partner for each vehicle traveling on the road (up to the target traffic volume of 60,000 vehicles
per day). For evaluation purposes, this amount is considered only for vehicles that travel the entire length of the route. If a vehicle travels only part of the route,
the payment amount is proportionally reduced based on the distance traveled relative to the total route length.
The score is calculated using the following formula:

S2b = STmin / STi * W2b, where:


S2b – Score of participant i under criterion 2b,
STmin – Minimum shadow toll amount proposed among all participants,
STi – Shadow toll amount proposed by participant i,
W2b – Weight of criterion 2b (40%).

The maximum allowable shadow toll amount is USD 4.00 per vehicle, regardless of vehicle type. If a participant’s proposed amount exceeds this maximum
limit, that participant will receive 0 points under criterion 2b.

If a Participant requires no shadow tolls, he/she shall set it at “0” value – in such case he/she will receive the maximum score under this criterion, while other
participants that set higher values will receive 0 points.

2c. Share of Excess Revenue in Favor of the Public Partner


Excess revenue refers to all revenue collected from users exceeding the target traffic volume of 60,000 vehicles per day. The toll revenue collected from such
users is shared between the private and public partners.

The score is calculated using the following formula:

S2с = SPi * W2с * (1 – k), where:


S2с – Score of participant i under criterion 2c,
SPi – Share of excess revenue proposed by participant i,
W2c – Weight of criterion 2c (20%).

If a proposal of one or several participants is below the minimum required value (35%), score of such participants shall be decreased by the coefficient k
calculated as follows:

k = (Pt – Pi) / Pt, where:


Pt – target minimum value of the criterion.

3a. Readiness to Sign the PPP Agreement


The evaluation under this criterion is conducted by expert review, taking into account the number of comments or proposed amendments to the PPP Agreement.
The weight of criterion 3a is 5%.

You might also like