You are on page 1of 74

.

(A Government of Goa Undertaking)


Saligao Plateau, Saligao, Bardez, Goa - 403511
Telephone: 7767812925, E-mail: Contact@zerowastegoa.com

Issued to M/s ______________________________________________________

______________________________________________________

PRE-QUALIFICATION DOCUMENT

Design, Engineering, Financing, Construction, Supply, Installation, Commissioning, Performance Run and
Operation and Maintenance for a period of Ten (10) years of 250 TPD capacity Solid Waste Processing Facility
based on Recycle & Sorting Line, Segregation, Bio-Methanation and Composting system at Bainguinim, Goa

Due on: 09/11/2020 up to 15:00 hrs. at:

OFFICE

The Managing Director, GWMC


Saligao Plateau,
Bardez, Goa – 403 511
Phone: +91 7767812925
E-mail: contact@zerowastegoa.com
Price: Rs. 6,000/- (Rupees Six thousand only) (online payment, Non-refundable)

Page 0 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

GOA WASTE MANAGEMENT CORPORATION


NOTICE INVITING PRE-QUALIFICATION

RFQ No. 01/2020-21 DATED: 21.09.2020

GWMC invites bids for Pre-qualification of Eligible Bidders / Joint Ventures (JVs) for “Design, Engineering,
Financing, Construction, Supply, Installation, Commissioning, Performance Run and Operation and
Maintenance for a period of Ten (10) years of 250 TPD capacity Solid Waste Processing Facility based on Recycle
& Sorting Line, Segregation, Bio-methanation and Composting System at Bainguinim, Goa and complying to all
statutory norms as per the SWM Rules, 2016, Environmental Clearance (EC) granted by SEIAA and in accordance to
the request for Proposal (RFP) issued on the later stage for the Design, Build, Finance, Operate and Transfer (DBFOT)
basis with 100% financing by the successful bidder for the work mentioned in the Column (1) below by the Managing
Director, GWMC, Goa up to 3:00 PM on the date mentioned in the schedule of Bidding Process and shall be opened on
the on the date mentioned in the schedule of Bidding Process at 3:00 PM in the office of the Managing Director, GWMC
Goa, in presence of the intending bidders or their authorized representatives.

Online Cost Online


Date of
of Pre- Last Date of Tender
Opening of
qualification issue of Pre- Pre application Processing
Name of Work the Pre-
Document qualification Conference Fee Non-
qualification
Non- Document refundable
Application
refundable
1 2 3 4 5

Design, Engineering, Financing, Rs. 6,000/- As mentioned As mentioned As mentioned Rs. 1,500/-
Construction, Supply, Installation, below in the below in the below in the
Only only
schedule of schedule of schedule of
Commissioning, Performance Run and
Bidding Process Bidding Process Bidding
Operation and Maintenance for a period Process
of ten (10) years of 250 TPD capacity
Solid Waste Processing Facility based on
Recycle & Sorting Line, Segregation,
Bio-methanation and Composting
system at Bainguinim, for GWMC and
complying to all statutory norms as per
the SWM Rules, 2016, Environmental
Clearance (EC) granted by SEIAA and
in accordance to the RFQ & RFP on a
DBFOT basis with 100% financing by
the successful bidder.

Page 1 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

TERMS AND CONDITIONS:

1. The pre-qualification of bidders shall be carried out based on the pre-qualification criteria specified in
the pre-qualification document.

2. The cost of pre-qualification document as mentioned in Column (2) in the above table must be enclosed
with the pre-qualification Application in form online paid receipt. Pre-qualification applications
received without online paid receipt shall not be considered and will be rejected. Application received
after the specified date shall not be entertained.

3. The pre-qualification document will have to be downloaded from the website


https://goaenivida.gov.in. but it will only be treated valid if an amount of Rs. 6,000 (Rupees Six
Thousand only) for tender document fee and tender processing fee of Rs. 1,500 (Rupees One Thousand
Five Hundred only) is submitted online at the time of submission along with the Pre-Qualification
Application. In case, the above amount is not received at the time of submission of the Pre-qualification
Application, the application will not be considered.

4. GWMC reserves the right to reject any or all Pre-Qualification Applications without assigning any
reason what so ever and its decision in this respect shall be final and binding.

5. Pre-qualification document with false and incomplete information shall be summarily rejected.

6. For further details, if any, please contact in the office of the Managing Director, Goa Waste Management
Corporation, Saligao Plateau, Bardez, Goa – 403 511.

Sd/-.
Managing Director
Goa Waste Management Corporation,
Saligao Plateau,
Bardez, Goa – 403 511

Page 2 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

Overview of the Framework


The Government of Goa has Constituted Goa Waste Management Corporation (hereinafter called
“GWMC” or “the Authority”) for setting up of various treatment facilities to treat various kinds of waste
within the Goa State.

The GWMC has undertaken the work for setting up of various treatment facilities to treat various kinds of
waste within the Goa State and thereby submits Request for Qualification from eligible bidder for the
Design, Engineering, Financing, Construction, Supply, Installation, Commissioning, Performance Run
and Operation and Maintenance for a period of Ten (10) years of 250 TPD capacity Solid Waste
Processing Facility based on Recycle & Sorting Line, Segregation, Bio-methanation and Composting
Facility at Bainguinim in North Goa District, Goa .
GWMC intends to carry out the above mentioned project by implementing Design, Engineering, Financing,
Procurement, Supply, Installation, Construction, Testing and Commissioning of all Civil, Mechanical,
Electrical and Instrumentation works along with 10 (Ten) years Operation and Maintenance of the entire
facility constructed under this Contract on Design, Build, Finance, Operate and Transfer (DBFOT) basis
with 100% financing by the successful bidder.

As part of this endeavour, GWMC has decided to undertake Development and Operation & Maintenance of
the project through Public Private Partnership (PPP) on a Design, Build, Finance, Operate and Transfer
(DBFOT) basis, where in the complete plant infrastructure has to be implemented by the Concessionaire along
with operations and maintenance for a period of Ten (10) years. GWMC has decided to carry out the bidding
process for selection of the bidder to whom the Project may be awarded.

GWMC shall be the “The Concessioning Authority “or also known elsewhere as “the Authority” and shall
be responsible for implementation of the project. All payments shall be made by GWMC in accordance with
the conditions stated in this tender document.

“The Concession Agreement” shall be an agreement signed between, GWMC and the successful bidder.

The Successful Bidder who will be thereafter the Concessionaire and accordingly hereinafter is also referred
to as “the Concessionaire” or “the Contractor” or “the Operator”

The successful bidder shall be responsible for designing, engineering, financing, procurement, construction,
installation, trial run, commissioning and operation and maintenance of the project under and in accordance
with the provisions of a long term Concession Agreement (“The Concession Agreement”) to be entered into
between the Concessionaire and the GWMC in the form provided by GWMC as part of the Bidding
Documents pursuant hereto.

The successful bidder will bear 100% of the project cost. The bidder has to carry out the entire scope of work
as per the project milestones listed in section 5. The project construction duration is 15 (Fifteen) months
(Including Monsoon). After the successful completion of Construction, a period of 2 (two) months shall be
provided for plant Stabilization and further a period of 1 (one) month shall be used to provide Guaranteed
Performance Run to demonstrate the performance standards. GWMC shall pay 100% towards the cost as
Capital Grant over the period of Concession of 10 years.

Payment towards 100% capital investment shall be paid in form of Annual instalments also known as
“Annual Capital Grant” divided over a period of 10 years after the successful performance run as specified
in the Concession Agreement and Price Bid in the RFP.

Page 3 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

The Annual Capital Grant shall be payable on an annual basis and the Gross Annual Operational Support
Grant (GAOSG) shall be payable on a monthly basis as per details set out in the bid document.

Two-stage Process

The bidding process for this PPP projects is divided into two stages. In the first stage, eligible and prospective
bidders will be shortlisted as per the documents submitted. This stage is referred to as Request for Qualification
(RFQ). The objective is to short-list eligible bidders based on the detailed presentation submitted to Committee
appointed by GWMC and SWM Rules, 2016 Compliant for further bidding in the stage two of the process. In
the second and final stage, which is generally referred to as the Request for Proposal (RFP) or invitation of
financial bids, Only the qualified shortlisted bidder will be given the RFP. As given in this tender document
the bidders engage in a comprehensive scrutiny and understanding of the project before submitting their
financial offers.

Request for Qualification (RFQ)

The RFQ aims to identify credible bidders who have fulfilled the requisite technical and financial criteria for
undertaking the project. The information sought for the purposes of pre-qualification should generally be
restricted to technical and financial capabilities that are relevant to this project. The bidders, who meet the
Technical and Financial qualification requirements will be shortlisted and announced by the Goa Waste
Management Corporation (GWMC). Only the shortlisted qualified bidder will be called for a detailed
Technical Presentation before the committees appointed by GWMC. Any comments, suggestions and
recommendations given by the Committees appointed by GWMC to scrutinise the documents and the detailed
design and presentation submitted by the shortlisted bidder during the Presentation will be recorded and the
selected bidders will be bound to comply to these recommendations and suggestion and do necessary changes
in the design and layout of the facility and quote accordingly.

Technical Criteria
For Technical criteria, bidders have to satisfy conditions as mentioned in this RFQ.

Financial Criteria
For Financial criteria, bidders have to satisfy conditions as mentioned in this RFQ.

Page 4 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

CONTENTS
Invitation for Qualification

Section 1. Introduction

Section 2. Instructions to Bidders

Section 3. Criteria for Evaluation

Section 4. Fraud & Corrupt Practices

Section 5. Miscellaneous

Appendix/Annexure
Appendix – 1 Consortium Agreement
Appendix – 2 (1 of 3) Statement of Legal Capacity
Appendix – 2 (2 of 3) Power of Attorney for Signing of Application
Appendix – 2 (3 of 3) Power of Attorney for Lead Member of Consortium
Annexure – 1 Affidavit for not being black listed or barred from any
earlier Project
Annexure – 2 Average Annual Turnover of the Lead Bidder
Annexure – 3 Net Worth of the Lead Bidder
Annexure – 4 Certificates from Statutory Auditor regarding PPP
Projects
Annexure – 5A Operation & Maintenance Experience
Annexure – 5B PPP Execution Experience
Annexure – 5C Similar Work Experience
Annexure – 5D Extrusion Press Experience
Annexure – 5E Composting Experience
Annexure – 6 Technology Tie-up Agreement
Annexure – 7 Information of Sole Bidder / all the Members of
Consortium
Annexure – 8 Marking System for reference plants as offered for pre-
qualification and visited by GWMC officials/members.

Page 5 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

Request for Pre-Qualification

Page 6 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

Application Letter for Pre-Qualification


To
Managing Director
Goa Waste Management Corporation (GWMC),
Saligao Plateau,
Bardez, Goa – 403 511

Subject: Application for pre-qualification of Design, Engineering, Financing, Construction, Supply,


Installation, Commissioning, Performance Run and Operation and Maintenance for a period
of Ten (10) years of 250 TPD capacity Solid Waste Processing Facility based on Recycle &
Sorting Line, Segregation, Bio-Methanation and Composting system at Bainguinim, Goa.
1. I/ We acknowledge that GWMC will be relying on the information provided in the application and
the documents accompanying such application for pre- qualification of the applicants for the aforesaid
project, and we certify that all information provided in the application and Annexures is true and
correct; nothing has been omitted which renders such information misleading; and all documents
accompanying such application are true copies of their respective originals.
2. This statement is made for the express purpose of qualifying as a Bidder for the Design, Build Finance,
Operate and Transfer of the aforesaid Project.
3. I/ We shall make available to GWMC any additional information it may find necessary or require to
supplement or authenticate the Qualification statement.
4. I/ We acknowledge the right of GWMC to reject our application without assigning any reason or
otherwise and hereby waive, to the fullest extent permitted by applicable law, our right to challenge
the same on any account whatsoever.
5. I/ We certify that in the last three years, we/ any of the Consortium Members or our/ their Associates
have neither failed to perform on any contract, as evidenced by imposition of a penalty by an arbitral
or judicial authority or a judicial pronouncement or arbitration award, nor been expelled from any
project or contract by any public authority nor have had any contract terminated by any public
authority for breach on our part.
6. I/ We declare that:
a) I/ We have examined and have no reservations to the RFQ document, including any
Addendum issued by GWMC,
b) I/ We do not have any conflict of interest in accordance with Clauses of the RFQ document;
c) I/We have not directly or indirectly or through an agent engaged or indulged in any corrupt
practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice, as
defined in Section 4 of the RFQ document, in respect of any tender or request for proposal
issued by or any agreement entered into with the GWMC or any other public
sector enterprise or any government, Central or State; and
d) I/ We hereby certify that we have taken steps to ensure that in conformity with the provisions
of Section 4 of the RFQ document, no person acting for us or on our behalf has engaged or
will engage in any corrupt practice, fraudulent practice, coercive practice, undesirable practice
or restrictive practice
7. I / We understand that you may cancel the Bidding Process at any time and you are neither bound to
accept any Bid that you may receive nor to invite the Bidders to Bid for the Project, without incurring
any liability to the Bidders, in accordance with Clause in this RFQ document.
8. I/ We believe that we/ our Consortium/ proposed Consortium satisfy(s) the Financial criteria and
meet(s) all the requirements as specified in the RFQ document and I/We are qualified to submit a Bid.

Page 7 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

9. I/ We declare that we/ any Member of the Consortium, or our/ its Associates are not a Member of a/
any other Consortium applying for pre-qualification.
10. I/ We certify that in regard to matters other than security and integrity of the country, we/ any Member
of the Consortium or any of our/ their Associates have not been convicted by a court or indicted or
adverse orders passed by a regulatory authority which could cast a doubt on our ability to undertake
the Project or which relates to a grave offence that outrages the moral sense of the community.
11. I/ We further certify that in regard to matters relating to security and integrity of the country, we/ any
Member of the Consortium or any of our/ their Associates have not been charge-sheeted by any agency
of the Government or convicted by a court.
12. I/ We further certify that no investigation by a regulatory authority is pending either against us/ any
Member of the Consortium or against our/ their Associates or against our CEO or any of our directors/
managers/ employees.
13. I/We further certify that we/ any Member of the Consortium or any of our/ their Associates are not
barred by the [Central Government/ State Government] or any entity controlled by it, from
participating in any project (DBFOT or otherwise), and no bar subsists as on the date of Application.
14. I/ We undertake that in case due to any change in facts or circumstances during the Bidding Process,
we are attracted by the provisions of disqualification in terms of the provisions of this RFQ, we shall
intimate GWMC of the same immediately.
15. The Statement of Legal Capacity as per format provided at in Appendix-2 (1 of 3) of the RFQ
document, and duly signed, is enclosed. The power of attorney for signing of Application and the
power of attorney for Lead Member of consortium, as per format provided at Appendix 2 (1 of 2 &
3) respectively of the RFQ, are also enclosed.
16. I/ We understand that the selected Bidder shall either be an existing Company incorporated under the
Indian Companies Act, 1956/2013, or shall incorporate as such prior to execution of the Concession
Agreement.
17. I/ We hereby irrevocably waive any right or remedy which we may have at any stage at law or
howsoever otherwise arising to challenge or question any decision taken by GWMC in connection
with the selection of Applicants, selection of the Bidder, or in connection with the selection/ Bidding
Process itself, in respect of the above-mentioned Project and the terms and implementation thereof.
18. I/ We agree and undertake to abide by all the terms and conditions of the RFQ document.
19. I/ We certify for satisfying technical & financial eligibility criteria as specified in RFQ.
20. In witness thereof, I/ we submit this application in accordance with the terms of the RFQ document.
Yours faithfully,

Date: (Signature, name and designation of Authorized Signatory)

Place: Name and seal of the Bidder/ Lead Member

Page 8 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

DEFINITIONS & INTERPRETATION


1.1 Definitions

In this RFQ, except to the extent that the subject or context otherwise requires, the following
expressions shall have the following meanings. Any other definitions not described here should
be as defined in SWM Rules 2016:

 “Agreement” means the signed Concession Agreement (including the Schedules, Recitals of
the Concession Agreement, the Notice of Award issued by GWMC, the bid document, the
written clarifications, addendums, amendments etc. to the bid document issued subsequently
to the bidders and all other documents and papers attached as Annexures).
 “Appendix” means any of the schedules, supplements or documents appended to this
Agreement.
 “Applicable Laws” means any statute, law, regulation, development control regulations,
ordinance, notification, rule, judgment, order, decree, bye‐law, clearance, directive, guideline,
policy, requirement, or other governmental restriction or any similar form of decision of, or
determination by, or any interpretation or administration having the force of law of any of the
foregoing, by any Government Agency or instrumentality thereof having jurisdiction over the
matter in question, as may be in force and effect during the subsistence of this Agreement.
 “Applicable Permits” means all clearances, permits, authorizations, permissions, consents,
exemptions, licenses, renewals, no‐objection certificates and approvals required to be
obtained or maintained under or pursuant to Applicable Laws, in connection with
implementation of the project during the subsistence of this Agreement. These permits
/approvals & licence fees or any other development charges will have to borne by the
successful bidder at no extra cost and GWMC will help to facilitate such
permissions/approvals.
 “Appointed Date” means the date of this Agreement.
 “Arbitration Act” means the Arbitration and Conciliation Act, 1996 as amended from time
to time.
 “Development Completion Date” or “DCD”. This period shall include the Construction
Period (15 months including monsoons) + the Plant Stabilization (2 Months) and successful
Performance Guarantee Run Period (1 Month), i.e. a total of 18 months from the date of issue
of the “Certificate of Take Over”.
 “Book Value” shall mean the capital expenditure incurred on the project as per the books of
the Concessionaire, net of depreciation charged on the basis of straight-line method and
amortized equally over the operations period, duly verified and certified by a mutually
acceptable independent auditor in accordance with IGAAP (Indian Generally Accepted
Accounting Principles). Revaluation of the assets shall not be included for calculation of book
value during the Agreement Period and at the end of Agreement Period by the Concessionaire.
 “bulk waste generator” means and includes buildings occupied by the Central government
departments or undertakings, State government departments or undertakings, local bodies,
public sector undertakings or private companies, hospitals, nursing homes, schools, colleges,
universities, other educational institutions, hostels, hotels, commercial establishments,
markets, places of worship, stadia and sports complexes having an average waste generation
rate exceeding 100kg per day;
 “Capital Grant” shall mean the annual charges payable by GWMC to the Concessionaire
post COD against the 100% capital investment made by the Concessionaire for the
Page 9 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

Development of the project.


 “GWMC” shall have the meaning The Goa Waste Management Corporation It is also
designated as “The Authority” “The Concessioning Authority”.
 “Certificate of Compliance” It shall mean issue of certificate after fulfilment of the
condition’s precedent.
 “Clearance” means, as on the date of execution of this Agreement, any consents, licenses,
approvals, permits, exemptions, renewals, registrations, filings or other authorizations of
whatever nature, which is necessary for effective implementation of the Project.
 "Commercial Operation Date"(COD) shall mean the date upon which the Independent
Engineer/Consultant appointed by GWMC /authorized GWMC Engineer-in-charge or as may
be defined elsewhere in the agreement has certified that all the project mile stones have been
completed and the operation and maintenance period shall commence.
 “Competent Authority” means the concerned department, Government Instrumentality or
authority of the GWMC duly empowered and authorized to grant necessary sanctions and
approvals.
 “Compliance Date” means the date after the Appointed Date or such other date as agreed to
between GWMC and the Concessionaire by which time the Parties fulfil their Conditions
Precedent, by the issuance of “Certificate of Compliance” to each other by the respective
Parties/their authorized representatives.
 “The Concessioning Authority” is as referred to the GWMC presently and shall include any
other Department or Committee or body of persons or authority or agency as may be notified
by the government for the purpose of this Project.
 “The Concessionaire” shall have the meaning as ascribed to it on the initial page of this
Agreement.
 “Construction Requirements” shall mean the requirements as to construction, development
and augmentation of the project facilities
 “Consortium” means the Consortium Members of the SPV.
 “Construction Period” means the Development Period.
 “Contractor(s)” means a reputed person with whom the Concessionaire has entered into or
may enter into contracts/agreements for the purpose of and development of the project.
 “Cost of the Project” means the actual project cost, which the Concessionaire shall incur
towards setting up the facility as per the scope of the bid document.
 “Cost Break-up” mean the breakup of the project cost into various units and activities.
 “Critical Measurement Parameters” shall mean all the “Performance Parameters” in
which the performance of the Concessionaire shall be evaluated over the concession period
and liquidated damages/deduction/penalties shall be levied on account of non-performance of
all such parameters.
 “Debt Due” means the aggregate of the following sums expressed in Indian Rupees
outstanding and payable to the senior lender under the financing documents:
 The principal amount of the debt provided by the senior lender under the financing
documents for financing the project, which is outstanding as on the termination date,
excluding any part of the principal that had fallen due for repayment one year prior to
the termination date unless such repayment had been rescheduled with the prior consent
of GWMC; and
 All accrued interest, financing fee and charges payable on or in respect of the debt up
to the date preceding the termination date but excluding any interest or charges that had
Page 10 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

fallen due one year prior to the termination date, and penal interest or charges payable
under the financing documents to any senior lender.
 “Development Period” shall mean the period beginning from Initial Takeover Date and
ending on Development Completion Date (DCD) with issue of the “Construction
Completion Certificate”.
 “Drawings” shall mean all of the drawings, designs, calculations and documents pertaining
to the project in accordance with the construction requirements and O&M requirements.
 “Easementary Rights” means all easements, reservations, right‐of‐way, utilities and other
similar rights as to the use of the real property, which are necessary or appropriate for the
conduct of business of the Concessionaire related to the project.
 “Emergency” shall mean a condition or situation that is likely to endanger the safety of the
individuals on or about the project facilities or which poses an immediate threat of material
damage to any of the project facilities.
 “Encumbrance” means any encumbrance such as mortgage, charge, pledge, lien,
hypothecation, security, interest, assignment, privilege or priority of any kind having the effect
of security or other such obligations and shall include without limitation any designation of
loss payees or beneficiaries or any similar arrangement under any insurance policy pertaining
to the project, physical encumbrances and encroachments on the project area.
 “Engineer‐in‐Charge” includes Project Management Consultant, the Assistant Engineer,
Sub–Divisional Engineer, Sub Divisional Office-in-charge of the work or Committee or body
of persons such other subordinate who may have been specially appointed to hold an
independent charge of such work or alternatively it shall also imply the “Monitoring
Committee” or “Expert Committee” as constituted by the Government of Goa and/or
GWMC to monitor and supervise the various activities under the Concession Agreement.
 “Escrow Account” shall mean an Account, which the GWMC shall open and maintain with
a Bank in accordance with the terms of this Agreement.
 “Existing Assets” shall mean the existing facilities at the project site and such other facilities
under the jurisdiction of the GWMC and handed over to the Concessionaire as per the terms
of this Agreement.
 “Expiry" shall mean expiry of this Agreement by efflux of time at the end of 11 & 1/2 (Eleven
& half) years from the Initial Takeover Date.
 “Expiry Date” shall mean the date on which expiry occurs.
 “Financial Year” means the year commencing from 1st April of any calendar year to the 31st
March of the next calendar year except in the first and the last calendar year of the subsistence
of this Agreement. In the first year of subsistence of this Agreement, it means the period from
the Initial Takeover Date to immediately following 31st March. In the last year of subsistence
of this agreement, it means the period from 1st April to the Transfer Date.
 “Good Industry Practice” means the exercise of that degree of skill, diligence, prudence and
foresight in compliance with the undertakings and obligations under this Agreement which
would reasonably and ordinarily be expected from a skilled and experienced Person engaged
in the development, implementation, operation and maintenance or supervision or monitoring
thereof or any of them of a Project of the type and size similar to that of the Project.
 “GoI” shall mean the Government of India.
 “GoG” shall mean the Government of Goa.
 “Government Agency” shall mean GoI or GoG or any state government or governmental
department, commission, board, body, bureau, agency, authority, instrumentality, court or

Page 11 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

other judicial or administrative body, central, state, or local, having jurisdiction over the
Concessionaire, the project facilities or any portion thereof, or the performance of all or any
of the services or obligations of the Concessionaire under or pursuant to this Agreement.
 “Gross Annual Operational Support Grant” (GAOSG) shall mean the Annual Operational
Support Grant payable by GWMC to the concessionaire on monthly basis for the O&M
Period post COD against the O&M charges of the Concessionaire.
 “GWMC” shall have the meaning Goa Waste Management Corporation. Also referred to as
the “Managing Associate” and or “GWMC”.
 “Implementation Plan” shall mean the implementation plan prepared by the Concessionaire
for the implementation of the project.
 “Initial Takeover Date” shall mean the date on which the Concessionaire has taken over the
project site for commencement of the construction work.
 “Legal Entity” shall mean anybody corporate, organization, society, trust or institution
established as per the applicable laws of India, or in case of a Foreign Entity, recognized or
found eligible by Government of India to enter into any commercial trade or transaction, after
obtaining necessary approvals and sanctions from the Government of India in this regard, as
per the applicable laws of India including national security and public interest perspective.
 “Lead Member” shall mean the member who holds a minimum of 51 % equity share or and
10% of the project cost whichever is more, in the SPV.
 “Lenders” shall mean financial institutions, banks, funds and trustees for bondholders or
debenture holders, who have provided funds to the Concessionaire for financing any part of
the Project.
 “Material Adverse Effect” means consequences of events outside the control of the Affected
Party which (a) render any right vested in a Party by the terms of this Concession ineffective,
or (b) significantly impairs or frustrates the ability of any Party to observe and perform in a
timely manner its obligations under this The Concession Agreement, or (c) frustrates a
material provision of this The Concession Agreement or any of the Project Agreements.
 “Material Breach” means a breach by either Party of any of its obligations under this
Agreement which has or is likely to have a Material Adverse Effect on the project and which
such Party shall have failed to cure.
 “Movable Assets” shall mean and include all such machines, equipment’s and furniture/s of
the project facility, which are tangible in nature and that is movable (and not immovable like
the civil structure etc.), and which was owned by the Concessionaire and used as part of overall
Development, Operation and Maintenance of the project facility.
 “Monitoring Committee” shall mean an independent committee constituted by the GOG,
GWMC to certify the performance standards and liquidated damages as applicable.
 “O&M Expenses” means expenses incurred towards Operations and Maintenance of the
project facility/ies.
 “O&M Period” shall mean period commencing from issue of the “Guarantee Run
Certificate” and ending with expiry date or termination date as may be applicable.
 “O&M Requirements” shall have the meaning as set out in other requirements of bid
document.
 “Parties” means the parties to this Agreement and “Party” shall mean either of them, as the
context may admit or requires.
 “Performance Security” means the Performance Security by way of Bank Guarantee from a
scheduled Nationalized bank acceptable to GWMC.
Page 12 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

 “Performance Parameters” shall mean the minimum Performance Standards to which


compliance is to be adhered to by the Concessionaire and as set out in the RFQ document.
 “Person” unless specifically provided otherwise, shall mean any individual, company,
corporation, partnership, joint venture, trust or Government Agency or any other legal entity
as the context may admit.
 “Project” means, subject to the provisions of this The Concession Agreement, for the
Development of 250 tons ultramodern Solid Waste Management Facility with fully enclosed
double door shed system and infeed bunker system based on Recovery of Recyclables,
Segregation, Bio-methanation and Compositing system at Bainguinim Village of Tiswadi
Taluka in North Goa District, Goa by implementing Design, Engineering, Financing,
Procurement, Supply, Installation, Construction, Testing and Commissioning of all Civil,
Mechanical, Electrical and Instrumentation Works with Operation and Maintenance of the
entire Plant for the works constructed under this Contract and Transfer of project facilities, as
envisaged, to the Concessioning Authority at the end of the Concession Period or on prior
termination of the Concession Agreement by the Concessionaire/the Concessioning
Authority/GWMC Event of Default or otherwise. The Project shall also include all equipment
foundations, buildings, substructures, superstructures, constructions, additions,
augmentations or improvements thereof, landscaping, roads, pavements, walkways, drainage
facilities, sign boards, electrical, mechanical, civil, sanitation, HVAC, furnishings and other
works, equipment’s installed therein, to be used for the purposes of the Project and including
but not limited to the furniture, fixtures and equipment’s, other related facilities installed or
affixed and all additions, modifications, alterations and extensions thereto as may be effected
by the Concessionaire from time to time, as per the approved and sanctioned plans within the
project area for provision of better services, consistent with Prudent Utility Practice and as per
the terms of this Agreement as referred in Article 2.
 “Project Agreements” means collectively, this The Concession Agreement, Lease
Agreement for the Project Area, the Financing Documents, Construction Agreements and
Operation & Maintenance Agreements, including all other such agreements which are part of
the RFQ and/or bid document, in each case as amended, supplemented or otherwise modified
from time to time and any other agreements or Contract that may be entered into by the
Concessionaire with any person in connection with matters relating to, arising out of or
incidental to the project.
 “Project Assets” means all tangible and intangible assets relating to the project/project
facility.
 “Project Construction Completion Date” means a date of the completion of the Solid Waste
facility, which shall be at the end of a period of 15 (Fifteen) months from the Initial Takeover
Date or such other date (with the consent of GWMC) by which the overall development and
operationalization of the project is completed in accordance with the provisions of this
Agreement.
 “Project Area/Site” means the land area earmarked for the development of the Solid Waste
facility at Bainguinim Village of Tiswadi Taluka in North Goa District, Goa. The details
of Project Area have been laid down in the bid document, wherein the Project/Project Facility
is to be developed, constructed, implemented, established, operated, maintained and managed
by the Concessionaire in accordance with the provisions of this Agreement.
 “Project Grant” means the payment, which shall be made available to the Project, for
payment of Capital Grant and Gross Annual Operational Support Grant (GAOSG).

Page 13 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

 “Project Facilities” shall mean the existing assets if any, and any other asset comprised
therein and/or forming part thereof as on the Appointed Date and shall include new facilities
and all assets comprised therein which the Concessionaire may build, provide, refurbish,
augment, modify, demolish, alter or procure with in the Project Area for provision of better
Services, consistent with Prudent Utility Practice and the terms of this Agreement.
 “Preliminary Notice” shall mean the notice of intended termination by the Party entitled to
terminate this Agreement to the other Party setting out, inter alia, the underlying Event of
Default.
 “Prudent Utility Practice” shall mean in the absence of any express provision in the
Construction Requirements and O&M Requirements or the Performance Standards, the
methods and standards, on any particular issue of construction, operation and maintenance of
the Project Facilities (i) of any Government Agency and (ii) as would be followed by a prudent
and experienced construction contractor and/or the Concessionaire, in a project of similar
nature and magnitude to the project.
 “Raw Sewage” shall mean night‐soil and other contents of water‐closets, latrines, privies,
urinals, cesspools, or drains and polluted water from sinks, bathrooms, stables, cattle‐sheds
and other like places.
 “Readiness Certificate” shall mean the certificate issued by the Engineer-in-charge of
GWMC certifying, inter alia, that the Concessionaire has constructed and commissioned the
project facilities in accordance with the terms of this Agreement and the O&M period can
start.
 "Right of Way" means the constructive possession of the project area, together with all way
leaves, easements, unrestricted access and other rights of way, how so ever described,
necessary for construction, operation and maintenance of the project in accordance with this
The Concession Agreement.
 “Rupee(s)” or “Rs.” or “Re.” shall mean Indian Rupee(s).
 “SBI BLR” means the Base Lending Rate per annum for loans with 1 (one) year maturity as
fixed from time to time by the State Bank of India or any other arrangement that substitutes
such base lending rate as mutually agreed between the Parties.
 “Services” means, as the context may require, services to be rendered by the Concessionaire
for implementation of the project and to meet the Performance Standards in the project area
in accordance with the provisions of this Agreement.
 “Senior Lenders” means financial institutions, banks and multi-lateral lending agencies
including their successors and assigns, who have agreed to guarantee or provide finance to the
Concessionaire under any of the financing documents for meeting all or any part of the total
project cost and who hold parripasu charge on the assets, rights, title and interests of the
Concessionaire.
 “SPV” Special Purpose Vehicle. The SPV will be set up with one purpose only — to Design,
Finance, Build, Operate and maintain this project and will be in the nature of a limited
company incorporated under the companies act 2013.
 “STP” shall have the meaning as Sewage Treatment Plant.
 “State” shall mean State of Goa.
 “Successful Bidder” means the Single/Individual Bidder or the Bidder’s consortium
consisting of not more than two single business entities i.e. M/s _______________ that is
finally awarded the project and invited to enter into this The Concession Agreement.
 “Tax” shall mean and includes all taxes, fees, cess, levies that may be payable by the

Page 14 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

Concessionaire under applicable Law.


 “Tests” shall mean the tests to be carried out in accordance with the Construction
Requirements or the O&M Requirements and as finalized by the Concessionaire in
consultation with the Engineer-in-charge of GWMC.
 “Termination” means early termination of this Agreement, pursuant to Termination Notice
or non‐fulfilment of Conditions Precedent or otherwise in accordance with the provisions of
this Agreement but shall not, unless the context otherwise requires, include expiry of this
Agreement due to efflux of time in the normal course.
 “Termination Date” means the date specified in the Termination Notice as the date on which
termination occurs.
 “Termination Notice” means the notice of termination of this Agreement by either Party to
the other Party, in accordance with the applicable provisions of this Agreement.
 “Termination Payment” means the amount payable by GWMC to the Concessionaire upon
Termination in accordance with the provisions of this Agreement. the Concessionaire shall
notify to GWMC, the total project cost along with a detailed break-up of costs against various
equipment’s, units and activities and only the amounts so conveyed shall form the basis of
computing Termination Payment.
 “Third Party” or “Third Parties” means any Person, real or legal or Entity other than the
Parties of this Agreement.
 “Transfer Assets” shall mean both the movable assets and immovable assets, fully
operational and functional, of the project which are necessary or required for the performance
of services and such other assets as the Concessionaire procures in accordance with the
provisions of this Agreement and shall specifically include all land, property and structures
thereupon acquired during the term, all equipment and services, furnishings etc. in relation to
the operation of the project, as existing on the date of termination.
 “Treated Effluent” shall mean any wastewater/contaminated water stream generated during
the processing activity which is to be recycled within the plant battery limits.
 “Transfer Date” means the date immediately following the date of the expiry of the term
under this The Concession Agreement or any earlier termination thereof in accordance with
the provisions of this Agreement.
 “Users” means all the Potential Customers who use all or any part of useful products
generated from the project area, under suitable arrangement entered into by such Customers,
with the Concessionaire/the Concessionaire’s Sub‐lessees on terms and conditions as
stipulated from time to time by the GWMC in this regard.

1.2 Interpretation

In this Agreement, unless the context otherwise requires:

a. any reference to a statutory provision shall include such provision as is from time to time
modified or re‐enacted or consolidated so far as such modification or re‐enactment or
consolidation applies or is capable of applying to any transactions entered into hereunder;
b. references to Applicable Law shall include the laws, acts, ordinances, rules, regulations,
notifications, guidelines or byelaws which have the force of law in the State of Goa;
c. the words importing singular shall include plural and vice versa, and words denoting
natural persons shall include partnerships, firms, companies, corporations, joint ventures,
trusts, associations or partnerships, organizations or other entities (whether or not having
a separate legal entity);
Page 15 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

d. terms and words beginning with capital letter and defined in this Agreement shall have the
meaning ascribed there to herein, and terms and words defined in the Schedule and used
therein shall have the meaning ascribed thereto in the Schedule;
e. the headings are for convenience of reference only and shall not be used in, and shall not
affect, the construction or interpretation of this Agreement;
f. the words "include" and "including" are to be construed without limitation;
g. references to "construction" include investigation, design, engineering, procurement,
delivery, transportation, installation, processing, fabrication, testing, commissioning and
other activities incidental to the construction;
h. any reference to any period of time shall mean a reference to that according to Indian
Standard Time.
i. any reference to day shall mean a reference to a calendar day;
j. any reference to month shall mean a reference to a calendar month as per the Gregorian
Calendar;
k. reference to an individual shall include his legal representatives, successors, legal heirs,
executor and administrator;
l. the Schedules to this Agreement form an integral part of this Agreement and will be in full
force and effect as though they were expressly set out in the body of this Agreement;
m. any reference at any time to any agreement, deed, instrument, license or document of any
description shall be construed as reference to that agreement, deed, instrument, license or
other document as amended, varied, supplemented, modified or suspended at the time of
such reference;
n. references to recitals, Articles, sub‐articles or Schedules in this Agreement shall, except
where the context otherwise requires, be deemed to be references to recitals, articles, sub
articles and Schedules of or to this Agreement;
o. any agreement, consent, approval, authorization, notice, communication, information or
report required under or pursuant to this Agreement from or by any Party shall be valid
and effectual only if it is in writing under the hands of duly authorized representative of
such Party, in this behalf and not otherwise; and
p. Unless otherwise stated, any reference to any period commencing "from" a specified day
or date and "till" or "until" a specified day or date shall include either such days or dates.

1.3 Measurements and Arithmetic Conventions


All measurements and calculations shall be in metric system and calculations done to 2 decimal
places, with the third digit of 5 or above being rounded up and below 5 being rounded down.

1.4 Ambiguities and Discrepancies


In case of ambiguities or discrepancies within this Agreement, the following shall apply:

a. between two Articles of this Agreement, the provisions of specific Articles relevant to the
issue under consideration shall prevail over those in other Articles;
b. between the Articles of this Agreement and the Schedules, the Articles shall prevail, between
Schedules and Appendices, the Schedules shall prevail;
c. between the written description on the drawings and the specifications and standards, the latter
shall prevail;
d. between the dimension scaled from the drawing and its specific written dimension, the latter
shall prevail; and
e. Between any value written in numerals and that in words, the latter shall prevail.

Page 16 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

DISCLAIMER

Information contained in this Request for Qualification document (the “RFQ”) or subsequently provided to
bidder(s), whether verbally or in documentary or any other form by or on behalf of Goa Waste Management
Corporation (GWMC) or any of its employees or advisors, is provided to bidder(s) on the terms and conditions
set out in this RFQ and such other terms and conditions subject to which such information is provided.

This RFQ is not an agreement and is neither an offer nor invitation by the GWMC to the prospective Bidders or
any other person. The purpose of this RFQ is to provide interested parties with information that may be useful to
them in formulating their submission for technical and financial offers (Bids) pursuant to this RFQ (the
“Application”). This RFQ includes statements, which reflect various assumptions and assessments arrived at by
the GWMC in relation to the project. Such assumptions, assessments and statements do not purport to contain all
the information that each bidder may require. This RFQ may not be appropriate for all persons, and it is not possible
for the GWMC, its employees or advisors to consider the investment objectives, financial situation and particular
needs of each party who reads or uses this Bid Document. The assumptions, assessments, statements and
information contained in the RFQ may not be complete, accurate, adequate or correct. Each bidder should,
therefore, conduct its own investigations and analysis and should check the accuracy, adequacy, correctness,
reliability and completeness of the assumptions, assessments, statements and information contained in this RFQ
and obtain independent advice from appropriate sources.

Information provided in this RFQ to the bidder(s) is on a wide range of matters, some of which may depend upon
interpretation of law. The information given is not intended to be an exhaustive account of statutory requirements
and should not be regarded as a complete or authoritative statement of law. GWMC or its employees or advisors
accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on law expressed herein.

GWMC or its employees and advisors make no representation or warranty and shall have no liability to any person,
including any applicant or bidder under any law, statute, rules or regulations or tort, principles of restitution or
unjust enrichment or otherwise for any loss, damages, cost or expense which may arise from or be incurred or
suffered on account of anything contained in this RFQ or otherwise, including the accuracy, adequacy, correctness,
completeness or reliability of the Bid Document and any assessment, assumption, statement or information
contained therein or deemed to form part of this RFQ or arising in any way for participation in this RFQ .

GWMC or its employees or advisors also accept no liability of any nature whether resulting from negligence or
otherwise howsoever caused arising from reliance of any intending bidder upon the statements contained in this
RFQ.
GWMC or its employees or advisors may in its absolute discretion, but without being under any obligation to do
so, update, amend or supplement the information, assessment or assumptions contained in this RFQ.

The issue of this RFQ does not imply that the GWMC or its employees or advisors is bound to identify eligibility
and select a bidder or to appoint the Selected bidder, as the case may be, for the project and the GWMC or its
employees or advisors reserves the right to reject all or any of the Bidders or Bids without assigning any reason
whatsoever.

The Applicant shall bear all its costs associated with or relating to the preparation and submission of its application
including but not limited to preparation, copying, postage, delivery fees, expenses associated with any
demonstrations or presentations which may be required by the GWMC or its employees or advisors or any other
costs incurred in connection with or relating to its application. All such costs and expenses will remain with the
applicant and the GWMC or its employees or advisors shall not be liable in any manner whatsoever for the same
or for any other costs or other expenses incurred by an applicant in preparation or submission of the application,
regardless of the conduct or outcome of the bidding process.

Page 17 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

Invitation for Pre-Qualification

Page 18 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

SECTION 1

1. Introduction:

GWMC intends to install a State-of the-art 250 Metric Ton per day capacity Solid Waste Treatment
Facility based on recovery of recyclables, segregation of waste by organic extrusion technology, bio-
methanation and composting system at Bainguinim, North, Goa.

The Integrated Solid Waste Treatment Facility shall be constructed on DBFOT basis with 100%
financing by the successful bidder, at a site in Bainguinim Village of Tiswadi Taluka in strict
accordance with “The Solid Waste Management (SWM) Rules, 2016” prescribed by Ministry of
Environment and Forests, Government of India, Environmental Clearance (EC) Conditions issued
by SEIAA, prevailing laws and permissions and as per the RFP document to be released by GWMC
at later stage.

The selected bidder shall be responsible for the Designing, Engineering, Financing, Procurement,
Construction, Operation & Maintenance of the project under and in accordance to the RFP and a
concession agreement to be entered between the concessionaire and the authority on a later date as
provided in the bidding document. The inductive Estimated approx. cost of the project is Rupees
237.00cr (Rupees Two Hundred and Thirty-Seven Crores)

The GWMC intends to Pre-qualify the short-listed suitable applicants who will be able for
participation in the bid stage for awarding the project through the open competitive bidding process
in accordance to the minimum requirements set out here in.

Payment towards 100% capital investment shall be paid by GWMC in form of annual instalments
also known as “Annual Capital Grant” divided over a period of 10 years after the successful
performance run as specified in the Concession Agreement.

The Annual Capital Grant shall be payable on a annual basis and the Gross Annual Operational
Support Grant (GAOSG) shall be payable on a monthly basis.

Conditions:
1. The bidders will have to give costing/rate for treatment and disposal of dry and wet waste
separately in the Financial Bid separately for each category of waste and monthly payment
of (GAOSG) shall be made as per the waste received.
2. In the design capacity of 250TPD (20%) of the SWMF at Bainguinim the dry and wet waste
shall be 40% and 60% respectively. If any of the above-mentioned waste is received above
the assured proportions the same shall be paid to the concessionaire on Actual Basis.
3. Any central grant or cheaper source of money is available to the Government/GWMC for
this project, then the Government/GWMC will rework on the financials of the Concession
agreement in the Annual Capital Grant of this project.
4. The GWMC authorised bulk waste generators, segregated waste will be allowed to be
deposit at the Bainguinim facility from the surrounding areas and the same to be calculated
& tipping fee to be collected by the concessionaire from the bulk waste generators, the
money collected from these bulk waste generators waste will have to be compiled &
deducted from the monthly bills (GAOSG) of the concessionaire.

The Concession Agreement sets forth the detailed terms and conditions for grant of the concession
to the Concessionaire, including the scope of the Concessionaire’s services and obligations (the
“Concession”).
Page 19 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

The statements and explanations contained in this bid document are intended to provide a better
understanding to the Bidders about the subject matter of this document should not be construed or
interpreted as limiting in any way or manner the scope of services and obligations of the
Concessionaire set forth in the Concession Agreement or the Concessioning Authority’s rights to
amend, alter, change, supplement or clarify the scope of work, the Concession to be awarded
pursuant to this bid document or the terms thereof or herein contained.

Consequently, any omissions, conflicts or contradictions in the Bidding Documents including this
document are to be noted, interpreted and applied appropriately to give effect to this intent, and no
claims on that account shall be entertained by the Concessioning Authority.

The GWMC shall receive Applications pursuant to this RFQ in accordance with the terms set forth
herein as modified, altered, amended and clarified from time to time by GWMC, and all Applications
shall be prepared and submitted in accordance with such terms on or before the date specified above
for submission of Applications (the “Application Due Date”).

1.0 Indicative Quality of Input Solid Waste:

The proposed Solid Waste Management Facility (hereinafter also referred to as “SWMF” or “the
Facility” shall be designed by Bidder to comply with The Solid Waste Management Rules, 2016
prescribed by Ministry of Environment, Forests and Climate Change, Government of India and as
per the Environmental Clearance (EC) granted by the Goa State Environment Impact Assessment
Authority (Goa-SEIAA) letter Reference No: 3-181-2010/STE-DIR/181, dated 06/01/2020 to
GWMC and shall comply to all the conditions mentioned in the EC. The Processing facility shall be
designed to be able to treat 250 Tons Per Day of Solid Waste in a full Enclosed shed with double
door system and adequate Bio-filters for effective control of Odour.
The proposed MSW Treatment Facility shall be designed for 250 Metric Ton per day to process the following:

 Wet / Bio-degradable / Organic Waste.


 Tree Waste.
 Dry / Recyclables.
 Inerts.
The solid waste in Tiswadi and its surrounding area is generated primarily from households and commercial
establishments like offices, hotels, restaurants, vegetable market and slaughterhouse.

At present, the waste collected from the households is completely /partly segregated into dry and wet waste.
The organic or wet waste is processed decentralized composting facilities. The dry waste from households and
commercial places mainly comprising of plastic, paper, metal and glass are collected and taken to a Recycling
Centre for further sorting and baling for sale to various vendors.

Waste from hotels, restaurants and vegetable market is primarily wet and organic in nature. It is taken for
compost generation. Tree waste and construction debris are collected separately and suitably disposed.

Table 1: Indicative Waste Characteristics

Percentage of Waste by
Sr. No. Waste Component
Weight
1 Organic 54%
2 Paper 1.5%
3 Recyclable Plastic 1.80%
4 Glass (Mixed colour, Brown, Green, White) 0.50%
5 Metal (Fe / Non-Fe) 0.15%

Page 20 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

6 Styrofoam / Thermocol 0.05%


RDF (Mixed with Light Plastic & Non-recyclable thick
7 2.5%
Plastic)
8 Tree Waste 14%
9 Construction Debris 25%
2.0 Scope of Work:

The Scope of Work under this Contract includes Design, Engineering, Financing, Construction, Supply,
Installation, Commissioning, Performance Run and Operation and Maintenance for a period of ten (10) years
of 250 TPD capacity Solid Waste Management & Processing Facility based on Recycle & Sorting Line,
Segregation, Bio-methanation and Composting system at Bainguinim, for Goa and Complying all statutory
norms as per the SWM Rules, 2016 and the EC Conditions granted by Goa- SEIAA and other statutory laws.

Activities under scope of work:

1. Preparation of Process, Hydraulic, Civil, Mechanical, Piping, Electrical and Instrumentation Design and
Drawings including Construction, Architectural and As-built Drawings.

2. Financing the complete said project/ facility. Concessioning Authority shall pay the selected bidder or
“concessionaire” for capital and well as operation & maintenance activity over a period of 10 years,
commencing the acceptance of the facility and completion of 2 month of stabilization period and 1 month
of performance run.

3. Construction of Civil Works including all enclosed Process Units, Buildings, Sheds, Roads & Pathways,
Plant Drains, Storm Water Drains, Entrance gate and Sewerage system etc. as detailed in Specifications
for Civil Works.

4. Procurement, Supply, installation, testing, trial run and commissioning of all the Mechanical Equipment
as detailed in Specifications for Mechanical Works.

5. Procurement, supply, installation, testing, trial run and commissioning of interconnecting Piping,
conveyors and Valves as detailed in Specifications for Mechanical Works.

6. Procurement, supply, installation, testing, trial run and commissioning of all the Electrical Equipment’s
including HT and LT Panels, Transformers, Cables, Cable Trays, Earthing Materials, Lighting Fittings &
Fixtures, Local Push Button Stations, Junction Boxes, etc. as detailed in Specifications for Electrical
Works.

7. Procurement, supply, installation, testing, trial run and commissioning of all the Instruments as detailed in
Specifications for Instrumentation Works.

8. Procurement, supply, installation, testing, trial run and commissioning of PLC/ SCADA based Automation
System for the entire facility as detailed in Specifications.

9. Procurement, supply, installation, testing, trial run and commissioning of Fire Fighting System.

10. Procurement, supply, installation, testing, trial run and commissioning of Safety Equipment’s at required
locations including Safety Showers, Sand Buckets, Fire Extinguishers, Fire Alarms etc.

11. Gardening, Landscaping, Buffer plantation and Beautification of the Plant including maintenance of the
same.

12. Trial run and commissioning of the constructed & hydraulically tested plant followed by Operation &
Maintenance (O&M) for 10 years as per Specifications.

13. Procurement and supply of all Spares, Tools & Tackles required during Performance Run and 10-year O
& M Period.

Page 21 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

14. Preparation and submission of As-Built Drawings and Operation & Maintenance Manuals for Mechanical,
Electrical & Instrumentation Items.

15. The scope and its allied work are defined in this Document – but not limited to the following:

16. The proposed Solid Waste Management Facility (hereinafter also referred to as “SWMF” or “the Facility” shall be
designed by Successful Bidder to comply with The Solid Waste Management Rules, 2016 prescribed by Ministry of
Environment, Forests and Climate Change, Government of India and as per the Environmental Clearance (EC) granted
by the Goa State Environment Impact Assessment Authority (Goa-SEIAA) letter Reference No: 3-181-2010/STE-
DIR/181, dated 06/01/2020 to GWMC. The Processing facility shall be designed to be able to treat 250 Tons Per Day
Capacity of Solid Waste Management Facility.

17. The Detailed Engineering Survey and Joint records/documentation (before & after execution) Quality Control, work
schedule and monitoring, documentation and reporting to be provided during bidding stage as given in this tender
document.

18. The facility shall be designed in enclosed shed with biofilters to maintaining proper air and moisture in the compost
plant area also.

19. The Successful Bidder shall allocate separate fund for implementation of Environmental Protection measures /EMP
along with item wise breakup. The funds earmarked for Environment Protection measure shall not be diverted for other
purposes.

22. The detailed scope of work for project specific is described in the this RFQ & RFP. However, any item of work required
to be carried out as per the Contract for proper satisfactory completion of the work with good standard of workmanship
shall be deemed to be included in the scope of work, with no additional cost for such items, whether, or not it is
specifically included / described in the Schedule of Quantities.

23. The Successful Bidder shall ensure to meet the schedule milestones, quality and safety requirements of all Works as
mentioned in the scope of Work.

24. The Successful Bidder shall work in close co-ordination with the Engineer and Employer’s Representative and shall
attend various meetings to meet the schedule and quality requirements of the Work.

25. The Successful Bidder shall make his own arrangement for the protection and safety of his material, workers and
machine insurance and equipment at site. The Contractor shall also make his own arrangement for the electricity and
water for construction purpose.

26. The Successful Bidder is to ensure the proper housekeeping of the Site at all times as per the satisfaction of Engineer
so as to Work in a very safe and clean manner.

27. The Successful Bidder shall ensure timely submission of all reports, test results, samples to GWMC and the statutory
authorities as required by Law.

28. The Successful Bidder shall carry out all the survey & layout works in relation to the Contractor. The Contractor shall
make the reference pillars etc. required for setting out of the buildings and shall responsible for safeguarding them till
the completion of the Contract period.

29. The Successful Bidder shall submit all necessary reports and data required for monitoring the progress and quality of
Works mentioned in the Scope of Work and in the formats approved by Engineer.

30. Shop drawings for all fabrication work of permanent as well as temporary structures.

31. As Built drawings for all works mentioned in the scope of Work.

Page 22 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

32. Site safety management and Supervision.

33. Construction of labour camp at approved space.

34. Fencing, Barricading and proper illumination of the site.

35. The Successful Bidder shall include all the taxes as applicable in the rates quoted for various items specified in the bill
of quantities except for Goods & Service Tax (GST) which will be paid as per the prevailing applicable rate during
execution of work. Successful Bidders will ensure that full benefit of input tax likely to be availed by them is duly
considered while quoting rate.

36. The Successful Bidder shall include all the cost towards packing, handling, transportation and placing in position in
the rates quoted for various items.

37. The cost towards all the items listed above is deemed to be covered in the rates quoted by the contractor for the items
included in the Bill of quantities and no separate payments shall be made except for the items specifically included in
the Bill of quantities.

38. The Successful Bidder has to design the Centralized Integrated Solid Waste Management Facility (CISWMF) fully
enclosed sheds and with biofilters and infeed bunker system with provisions for Material Recovery Facility (MRF),
Bio-methanation system along with gas engines, Composting system, Sanitary Landfill, Mobile vehicles, workshop,
Facility centre for operators, having canteen, shower area and medical room, Administration building, laboratory,
Resource centre, Car & Vehicle parks, effluent treatment and recycle plant, road network, peripheral drains, green
buffer belt, site & street lighting, Environmental and Social Responsibility (ESR), fire water system, bore well, ground
water monitoring wells and plant fencing. The CISWM facility shall comply with the Solid Waste Management Rules,
2016, EC Conditions issued by Goa SEIAA and other statutory provisions and guidelines.

39. Biodegradable fraction shall be extruded, and converted into bio-gas/electricity using anaerobic Bio-methanation
technology. The residue/Sludge shall be composted using completely enclosed rotating in-vessel composting drums
followed by storage, screening and bagging operation.

40. The Successful Bidder should prioritize the issues related to health and hygiene in complying with the matters related
to waste disposal & treatment / air & water pollution / waste-water management.

41. The Successful Bidder while designing the facility should not disturb the natural drainage and as far as possible
maintain the original topography while designing for landscape development by planting local site-specific plant
species and which are not alien to the local environment. In any case, no varieties of acacia be used either as aven ue
plantations or as live-fencing.

42. The Successful Bidder in consultation with GWMC should also submit half-yearly compliance report(s) in hard as
well as soft copy format to the Authority/ Goa SEAA for the period Upto project completion so as to enable project
monitoring during the construction phase.

43. All types of waste shall be handled under closed sheds with proper lighting and ventilation (biofilters) arrangement.

44. A separate storage shed shall be provided to store RDF, Recyclable & Compost.

45. A separate Tree Mulcher and shredder shall be provided to mulch green cuts and garden waste.

Page 23 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

46. A proper drainage system shall be provided to convey the wash water & spillage from the existing as well as from the
proposed units of the facility, to the proposed ETP. There shall be no spill over of such effluent into the Storm water
drain. The Storm water drain shall be specifically for the rain water system and it shall be free from any effluent / wash
water at any point of time.

47. A Report on energy conservation measures conforming to energy conservation norms finalized by Bureau of energy
Efficiency should be prepared incorporating details about building materials and technology, R & U factors and submit
to the State Expert Appraisal Committee and a copy to GSPCB in three months’ time.

48. Water demand during construction shall be reduced by use of curing agents, super plasticizers and other best
construction practices and treated water from the STPs operated by SIDCGL.

49. The Successful Bidder shall ensure that surrounding environment shall not be affected due to construction activity.

50. Construction materials shall be covered during transportation and regular water sprinkling shall be done in vulnerable
areas for controlling fugitive emission as per Central Pollution Control Board (CPCB) guidelines.

51. The Successful Bidder should implement Dust mitigation measures for construction activities during construction in
compliance to the guidelines issued by the CPCB in this regard.

52. All required sanitary and hygienic measures shall be provided before starting the construction activities and to be
maintained throughout the construction phase.

53. First Aid Box shall be complied in letter and spirit by the Bidder.

54. The Successful Bidder shall strictly comply with the building and other construction workers (Regulation of
Employment) & conditions of service Act 1996. Local bye laws of concern Authority shall be complied in letter and
spirit.

55. Ambient noise levels shall conform to residential standard both during day and night as per Goa-PCB norms.
Incremental pollution load on the ambient air & noise quality shall closely be monitored during construction phase.
The monitoring of the same will be at no extra cost and will be borne by the operator/Successful Bidder.

56. Use of Diesel Generator (DG) sets during construction phase shall be strictly equipped with acoustic enclosure and
shall confirm to the Environment Protection Act (EPA) rules for air and noise emission standards.

57. Safe disposal of sewage and solid wastes generated during the construction phase shall be ensured by the
operator/Successful Bidder.

58. All top soil excavated during construction activity shall be used in horticultural/ landscape development within the
project site.

59. Excavated earth to be generated during the construction phase shall be utilized within the premises to the maximum
extent possible and balance quality of excavated earth shall be disposed off with the approval of the competent authority
after taking the necessary precautions of general safety and health aspects. Disposal of the excavated earth during
construction phase shall create adverse effect on neighbouring communities.

60. The Successful Bidder shall ensure use of eco-friendly building materials including fly ash bricks, fly ash paver blocks,
ready mix concrete (RMC) and lead-free paints in the project.

Page 24 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

61. Fly ash be used in the construction wherever applicable as per provisions of fly ash Notification under the Environment
Protection Act, 1986 and its subsequent amendments from time to time, regular supervision of the above and other
measures for monitoring should be in place all through the construction phase, so as to avoid disturbance to all
surroundings.

62. Personal Protective equipment’s (PPEs) shall be provided to workers and its usage shall be ensured and supervised.

63. Adequate drinking water and sanitary facilities should be provided for construction workers at the site. Provision
should be made for mobile toilets. The safe disposal of waste water and solid waste generated during the construction
phase should be ensured.

64. Rain water harvesting to make maximum use of natural rain water shall have to be adopted by the operator/Successful
Bidder.

65. All the waste water generated from various sources e.g. washing of floors/mobile machinery and centrate from sludge
dewatering equipment’s etc. Shall be treated into the proposed Effluent Treatment Plant (ETP) comprising Ammonia
Stripping System, Equalization, Physio-chemical Treatment, Biological Treatment and Filtration System. The treated
effluent shall be reused for cleaning, floor washing and gardening etc. The plant shall have zero liquid discharge.

66. Regular monitoring of scrubbing system for purification of biogas provided by the equipment vendors prior to utilize
in Biogas Genset, for power generation should be monitored to ascertain for absence of SO2 emissions. b) Biogas
Genset and flare (during emergency condition) shall be operated with minimum excess air (controlled combustion
using lox NOx burners), so that fuel combustion is optimized and emission of NOx is minimized Ambient air quality
with respect to PM10, PM2.5, SO2, NOx, Ammonia, VOC’s and CO should be monitored regularly at different
sampling stations selected in consultation with Goa State Pollution Control Board (GSPCB) within the impact zone.

67. The Successful Bidder shall select sampling stations based on the maximum ground level concentration anticipated
and keeping maximum stations in the downwind direction and at least one in the upwind direction Port holes and
sampling facilities should be provided at proper location in all the stacks for monitoring of flue gas at regular intervals.

68. A weather monitoring station (CAAQMS) shall be operated continuously and regular data logging shall be done. The
monitoring of the same will be at no extra cost and will be borne by the operator/Successful Bidder.

69. Proper moisture, oxygen and C:N ratio shall be maintained to minimize the odour and to maintain adequate temperature
in compost plant.

70. Green belt shall be provided along the internal roads and plant boundary.

71. To control fugitive emissions of VOCs / Odors, over and above the inbuilt measures of Bio-Scrubbers provided by the
vendor/operator along with the plant equipment.

72. Regular Ground water monitoring as per SWM Rules 2016 and as per compliance to consent to operate to be issued
from GSPCB. The monitoring of the same will be at no extra cost and will be borne by the operator/Successful Bidder.

73. Development of green belt with carefully selected (tolerant to air pollution) plant species is of prime importance due
to their capacity to reduce noise and air pollution impacts by attenuation/assimilation and for providing food and habitat
for local macro and micro fauna.

Page 25 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

74. For developing the greenbelt in and around proposed project site care need to be taken to plant the evergreen species.
The planting of evergreen species Survival rate of the planted trees should be closely monitored and the trees may have
certain advantages that may reduce the environmental pollution.

75. The rainwater harvesting shall be practiced to the maximum possible extent which could not survive should be replaced
by more tolerant species.

76. Allocation of land and adequate funds for strengthening of existing as well as additional plantation to create green belt
of appropriate width as per CPCB guidelines should be made in the proposed project.

77. Social awareness programme about the importance of conservation of flora and fauna need to be conducted by the
Successful bidder. The visitors at the facility should be strictly warned to avoid throwing of non-degradable waste
materials in the project area, so that ecosystem should not get harmed.

78. Existing flora at site and in the quarries to be preserved to an extent possible and fencing to be provided around the
quarry. However, utilities with minimum damage to existing flora and fauna may be permitted.

79. The Successful Bidder should undertake regular environmental awareness programs to bring forth the beneficial
aspects of the projects and environmental management measures being undertaken for improving their Quality of Life.

80. Social welfare activities should be undertaken by the Successful Bidder in collaboration with the local bodies and the
information regarding the project activity and its plans. social welfare programme should be circulated in the form of
booklets and shown as audio-visually.

81. In order to improve Socio-Economic status in slum area, the Successful Bidder should consider extending welfare
measures to the local people under the community development programme.

82. In view of the close proximity of the proposed facility to the Residential project the said facility of segregation and
sorting etc. should be established in completely enclosed shed with double doors and infeed bunker system and exhaust
system with bio filters to control the odour.

83. The mitigation measures for odour control. The mitigation measures proposed to minimize odour are as follows:

a) Maintaining proper air and moisture in the compost plant area.

b) Covering the landfill area under operation daily with layer of earth, clay or a similar material.

c) After visual inspection of waste and weighing at Weighbridge, the waste shall be delivered to the dedicated
bunkers for each type of waste. It shall be a totally enclosed structure with Entry/Exit of Garbage Compactors,
Floor Washing Connections, Drainage System, Lighting, negative Ventilation and the exhaust air within the
Facility is passed through bio filters for odour control.

84. The Successful Bidder shall ensure completion of ETP, solid waste disposal facility, secured landfill green belt
development prior to occupation of the buildings. No physical occupation of allotment will be given unless all above
said environmental infra structure is installed and made functional including water requirement prior certification from
appropriate authority shall be obtained.

85. The Successful Bidder shall upload the status of the compliance of the stipulated EC conditions, including results of
monitoring data on the website and shall update the same periodically. It shall simultaneously be sent to the Regional
Office of the MoEF & CC, the respective Zonal office, Central Pollution Control Board (CPCB) and the GSPCB. The

Page 26 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

pollutant levels in respect of SPM, RSPM, SO2 and NOX (ambient levels as well as D.G. stack emissions) shall be
monitored.

86. The Successful Bidder will have to create a separate website for the facility and all the incoming waste data in different
categories, depositors name and other details including data monitoring and other compliances should be uploaded on
the website.

87. The Successful Bidder will have to submit environmental statement for each financial year ending 31st March in Form-
V is to be submitted to the GSPCB as prescribed under the Environment (Protection) Rules 1986 (as amended) and
subsequently shall also be put on the website of the facility along with the status of the compliance of the EC conditions
and shall also be sent to the respective Regional Office of the MoEF & CC.

88. The Successful Bidder shall obtain Consent to Establish & Operate from GSPCB and all other necessary permissions
required from other statutory authorities before operation, at no extra cost and the same will be borne by the
operator/Successful Bidder.

89. Utilization of Diesel power generating sets (DG set) is subject to power failure condition only. The DG sets proposed
as a source of power back up during operation phase should be of enclosed type, low Sulphur diesel run and conform
to rules made under the Environment (Protection) Act, 1986. The DG sets should be subjected to periodic noise and
stack monitoring in consultation with GSPCB. Waste/used diesel should be stored and managed as per the Hazardous
and other Wastes (Management & Transboundary Movement) Rules, 2016 as amended.

90. Noise should be controlled to ensure that it does not exceed the prescribed statutory standards both during day & night
time.

91. The ground water drawl from existing/proposed bore wells if any should be done only with the prior permission of
Ground Water Board. The ground water level and its quality should also be monitored regularly both during
construction and operation phase in consultation with Ground Water Board, at no extra cost and the cost toward the
same will be borne by the operator/Successful Bidder.

92. Traffic congestion near the entry and exit points from the roads adjoining the project site must be avoided. Parking
should be fully internalized and no public space should be utilized.

93. E-waste generated within the premises should be used properly, collected and disposed off/ sent for recycling as per
the prevailing statutory guidelines/rules of the regulatory authority as per E-Waste Management Rules 2016.

94. Status of compliance to the various stipulated environmental conditions and environmental safeguards will be uploaded
by the Successful Bidder in its website.

95. The Successful Bidder to submit Corporate Environment Responsibility (CER) prescribed by MoEF & CC circular
dated 1.5.2018 relevant to the area and people around the project or Environment Department may direct operator to
undertake CER work in identified area as identified by Environment Department, Government of Goa.

96. The Successful Bidder to submit CER plan to municipal Commissioner/District Collector and submit the
acknowledgment to Member Secretary Goa SEIAA.

97. The bidder shall ensure that any other equipment’s required for optimum performance and any statutory obligations
required shall be made part of the project. Some of the equipment’s have not been included in the tender Document
which the bidder is free to propose in the design of this facility. The bidder shall obtain all the necessary permissions

Page 27 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

required for use of any other/additional equipment’s required at the site from the Goa-SEIAA and other statutory
authorities at no extra cost and the cost toward the same will be borne by the operator/Successful Bidder.

98. All additions in respect of statute and equipment’s required to be made part of the project shall be taken into account
by the successful bidder.

99. The EC will be transferred to the concessionaire after signing of Concession Agreement.

100. All the waste coming in trucks will have to be physically inspected and verified by the concessionaire/successful bidder
before being unloaded on the tipping floor. In any event if mixed waste is found in the Trucks the same has to be
reported to the Goa State Pollution Control Board by the concessionaire with Photographic evidence for necessary
action and copy of same letter marked to GWMC for information. Also, the concessionaire will have to make provision
for treating this mixed waste and the additional cost required for treating this mixed waste will be computed with the
higher rate quoted for treatment i.e. either dry or wet waste quoted accordingly.
101. It will be responsibility of the bidders /concessionaire to check and verify that all the waste received at the facility is
in segregated form during the entire period of the contract.
102. The segregated dry waste shall be treated and stored separately.
103. In case a Waste to Energy Plant is set up within the state of Goa, the percentage of GAOSG which has been quoted
towards transportation of RDF from the Point after the trucks are loaded including transportation of loaded trucks
anywhere within Goa State shall be deducted from the amount of GAOSG.
104. The successful bidder will have to comply to all amendments in SWM rules and other state/central regulations and
laws which are statutory and issued from time to time at no extra cost to GWMC.
105. The GMWC may extend the contract for further period of Two years upon approval of GWMC Board of Directors and
on mutually agreed terms and condition.
106. Any other item not mentioned specifically but necessary as per good engineering practice, safety norms EC Conditions
and successful operation and guaranteed performance for the entire facility shall be deemed to be included within the
scope of work and provided by the contractor at no extra cost to GWMC.
107. The total design capacity of the plant should be 250TPD however the GAOSG will be paid for assured levels of waste
however as per Table provided below.

Sr. Period Assured Additional % of Total Assured level Dry Assured level
No. Capacity free Treatment Assured Waste including Wet Waste
TPD of Waste at the Capacity 20% including
same assured TPD 20%
cost dry or wet including
Combine 20%

1. Year 1 of operation 125 20% 150 60 TPD 90 TPD

2. Year 2 and Year 3 of 150 20% 180 72 TPD 108 TPD


operation

3. Year 4 till end of 175 20% 210 84 TPD 126 TPD


period of concession

The GAOSG will be paid for excess of waste processed over the assured levels of waste on the basis of rate for each
category of waste as per Letter of Award. However, the said excess GAOSG amount beyond the assured level of waste
plus additional 20% in either category will be reduced by the deficit amount paid for actual waste below assured level of
waste in either category.

Page 28 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

 DOCUMENTATION, INSTRUMENTATION

The following items shall be deemed to be included in the cost and no additional payment shall be made:

“Operational and Maintenance Manual” (During 10 years of Defect Liability Period/ operation of the plant) Manual
describing access arrangements to various portion of the Project for maintenance and repair without affecting the
intended operation of the project, important arrangements from the point of view of structural safety, procedure for
minor and major repairs of each components of the project, renewals of finishes and treatments periodically shall be
supplied by the Contractor free of cost.

The Successful Bidder shall train the persons nominated by the GWMC, Goa during handover of the equipment at site
free of cost regarding the operation and maintenance of the various equipment being erected in connection therewith.
The persons so nominated shall be supplied with a set of necessary literature, operating instructions, wiring diagrams,
etc. so as to enable them to attend to minor faults and maintenance of the equipment at a later date. For these purpose
three copies of the operating instructions, literature, wiring diagrams etc. shall be supplied to the employer soon after
the completion of Installation of the said equipment’s.

“Quality Assurance Manual” covering mix-designs, materials, testing, statistical quality control, and other
infrastructure shall be prepared and supplied by the Contractor free of cost well before starting the work.

“Construction manual” covering various aspects of construction methods, difficulties faced and how they were
overcome during execution and such ot,her aspects shall be supplied by the Contractor free of cost at the time of
completion of work.

3.0 Proposed Treatment Philosophy:

The proposed Integrated Solid Waste Treatment Facility at Bainguinim Village, Tiswadi Taluka can be divided
into four sections:

Section – 1: Treatment of Wet / Bio-degradable / Organic Waste in fully enclosed double door shed with
Biofilters for effective control of Odour.

Section – 2: Recycling Centre for Dry / Recyclables or Sorted Waste

Section – 3: Landfill for dumping of inert material not more that 10% of total Waste.

Section – 4: Other miscellaneous common facilities comprising of Weighbridges, Security cum


Weighbridge Control Office, Administration Building, Labour Welfare Centre, Roads,
Storm Drains, laboratory, Tool room, Fire Fighting System etc. and any other unit
specifically mentioned elsewhere in the tender document.

The plant shall have maximum mechanisation and automation so as to use minimum labour for operation of
the plant. The complete operation process shall ensure that there is no odour or unhygienic Solid waste dumps
anywhere in the plant area.

The wet biodegradable or organic waste shall be segregated into wet and dry fraction using an Organic
Extrusion Press. The Press will squeeze out the organic matter through an extrusion matrix at a very high
pressure. After the pressing process, the residue referred to, as the dry fraction shall be separately treated using
flip flow screens. The wet fraction from organic extrusion press shall be taken to the Bio-methanation Plant
for anaerobic digestion and generation of biogas/electricity. The digested or sludge shall be taken for further
composting in enclosed composting units.

Dry recyclable waste is collected in separate plastic bags (pink, orange, purple and yellow) and delivered at
the Solid Waste facility. All such dry waste bags shall be taken to the recycling area. The main function of the
Page 29 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

recycling area is to recover and bale maximum possible fractions of recyclables, which can be directly reused.

Construction debris (if any) shall be stored in the construction debris storage area from where it can be taken
for landfilling or recycled to be used as a filler material for filling up low lying areas. The inorganic, non-
recyclable residue generated during the plant operation shall be land filled suitably within the plant area.

4.0 Operation & Maintenance Requirements

The Bidder shall operate and maintain the plant for a period of 10 years. The Bidder shall comply with the
O&M requirements and standards and specifications as recommended by GWMC. Complete plant facility
shall be operated and maintained to include but not limited to safety of personnel deployed, performance of
statutory duties and functions, collection of data, maintenance, service, repair and replacement of any of
equipment, keeping the project facilities in a clean, tidy and orderly condition, preventive maintenance
activities and any other such activity not specifically mentioned but required during the plant maintenance.

5.0 Pre-qualification and Evaluation of Applications

The Name of Work as mentioned in the Pre-qualification Notice and the Full Name and Address of the
Applicant shall be clearly written on the application.

Each and every page of the submission shall be signed by the person authorized to do so with the
Company Seal affixed on each page.

The Pre-qualification Document shall be submitted within the time limit specified/ indicated in the Tender
Notice. GWMC reserves the right to reject any or all Request for qualifications (RFQ) without assigning any
reason whatsoever and selection shall be at the absolute discretion of the Corporation and Corporation’s
decision in this respect shall be final and binding.

Pre-qualification Document with false information shall be summarily rejected.

Pre-qualification Applications shall be evaluated based on the technical and financial eligibility criteria
mentioned in the “Pre-qualification Notice”. Bidders shall submit certificates of all works and credentials of
all such financial documents, which are required as per the pre-qualification document for the purpose of
meeting the qualification for the above-mentioned work.

RFP Tender Document for the above work shall be issued only to the pre-qualified Bidders, after the pre-
qualification process laid down in this document has been carried out by GWMC.

6.0 Brief description of Bidding Process

1. The GWMC has adopted a two-stage bidding process (collectively referred to as the “Bidding
Process”) for selection of the Bidder for award of the Project. The first stage (the “Qualification
Stage”) of the process involves qualification (the “Qualification”) of interested parties/ consortia who
make an Application in accordance with the provisions of this RFQ (the “Applicant”, which
expression shall, unless repugnant to the context, include the Members of the Consortium). Prior to
making an Application, the Applicant shall pay online a sum of Rs 6,000 (Rupees Six thousand) as
document fee and the cost of Rs 1,500 (Rupees One thousand five hundred only) for the RFQ
application processing. At the end of this stage, GWMC expects to announce a shortlist of suitable
pre-qualified.
2. Applicants who shall be eligible for participation in the second stage of the Bidding Process (the “Bid
Stage”) comprising Request for Proposals (the “Request for Proposals” or “RFP”).
3. The Applicants must satisfy themselves that they are qualified to bid, and should give an undertaking
to this effect in the form at Appendix-I.
4. In the Qualification Stage, Applicants would be required to furnish all the information specified in
this RFQ. Only those Applicants that are pre-qualified and short-listed by GWMC shall be invited to
give presentation and later upon qualification submit their Bids for the Project. The GWMC is likely

Page 30 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

to provide a comparatively short time span for submission of the Bids for the Project. The Applicants
are, therefore, advised to visit the site and familiarize themselves with the Project.
5. In the Bid Stage, the Bidders will be called upon to submit their financial offers (the “Bids”) in
accordance with the RFP and other documents to be provided by GWMC (collectively the “Bidding
Documents”). The Bidding Documents for the Project will be provided to every Bidder on payment
of a process fee for RFP. The Bid shall be valid for a period of not less than 120 days from the date
opening of the Financial Bids.
6. In terms of the RFP, a Bidder will be required to deposit, along with its Bid, a Bid Security or EMD
online (the “Bid Security” or “EMD”), refundable no later than 60 (sixty) days from the date of
selection of successful bidder, except in the case of the selected Bidder whose Bid Security shall be
retained till it has provided a Performance Security under the Concession Agreement. The Bid shall
be summarily rejected if it is not accompanied by the Bid Security.
7. During the RFP Bid Stage, Applicants are invited to examine the Project in greater detail, and to carry
out, at their cost, such studies as may be required for submitting their respective Bids for award of
the concession including implementation of the Project.
8. Details of the process to be followed at the Bid Stage and the terms thereof will be spelt out in the
RFP Bidding Documents.
9. Any queries or request for additional information concerning this RFQ shall be submitted in writing
by speed post/ courier/ special messenger and by e-mail so as to reach the officer designated before
the last date of submission of queries. The envelopes/ communications shall clearly bear the following
identification/ title:
“Queries/ Request for Additional Information: RFQ for ******* Project”.

10. The short list of pre-qualified bidders shall be initially valid for a period one year. However, GWMC
reserves the right to curtail or extend the period at its sole discretion.

10.0 Schedule of Bidding Process

The GWMC shall endeavour to adhere to the following schedule:

Sr. No Event Description Date


Qualification Stage
1. Last date for receiving queries 06/10/2020, at 3:00 pm

2. Pre-Application Conference 12/10/2020, at 2:30pm


3. Last date of issue of Pre-application document 05/11/2020, at 3:00pm
4. Last date of Submission of Application Bid Online Due 09/11/2020, at 3:00pm
Date and Time
5. Submission of (original) RFQ Document fees and Other 09/11/2020, at 3:00pm
documents as per RFQ online and in Hard Copy Due Date
and Time
6. Opening of Bid (Online) Date and Time 10/11/2020, at 3:00pm
7. Announcement of short-listed qualified bidders [To be specified]
8. Pre-Qualified bidders will be called for Presentation [To be specified]
Bid Stage Date
Sale of Bid Documents [To be specified]
Note: In case a particular date happens to be a Public Holiday of GoG, the next working day will be the applicable date
for the proposed event.

10.0 Pre-Application Conference


The date, time and venue of the Pre-Application Conference shall be: Date: 12/10/2020 Time: [14:30
pm] Venue: Conference hall of Goa Waste Management Corporation (GWMC), Saligao Bardez Goa.

1. A Pre-Application conference of the interested parties shall be convened at GWMC office. Only those
persons who have purchased the online RFQ document shall be allowed to participate in the Pre-

Page 31 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

Application conference. Applicants who have downloaded the RFQ document from the e-tender website
https://goaenivida.gov.in. should submit a online pre-receipt towards the cost of document along with
their application queries or through their representative attending the conference. A maximum of three
representatives of each Applicant shall be allowed to participate on production of authority letter from
the Applicant.

2. During the course of Pre-Application conference, the Applicants will be free to seek clarifications and
make suggestions for consideration of the Authority. The Authority shall endeavour to provide
clarifications and such further information as it may, in its sole discretion, consider appropriate for
facilitating a fair, transparent and competitive Bidding Process.

10. SALE OF APPLICATION/ BID DOCUMENTS

The bidders may view/peruse the e-Tender documents online by visiting the e-Tender website of GWMC
at https://goaenivida.gov.in.

The bidders may download the e-Tender application after paying the prescribed non-refundable application
form fee through online NEFT/RTGS facility with pre-printed challan available on the e-Tender website
and generate challan and upload the scanned copy of NEFT/RTGS challan along with the application.

GWMC reserves the right to change the last date and time of availability of e-Tender application on e-
Tender website of GWMC, Closing date and time of submission of e-Tenders and date and time of opening
of e-Tenders for administrative reasons, if any by notifying the same on the GWMC website.

11. COST OF BIDDING

The bidders shall bear all costs associated with the preparation and submission of this application and the
Employer/GWMC will in no case be responsible and liable for these costs; regardless of the conduct or
outcome of the bidding procedure.

The bidders may download the e-Tender application after paying non-refundable tender form fee of Rs.
6,000/- (Rupees Six Thousand only) and Tender Processing Fee of Rs. 1,500/- (Rupees One Thousand
Five Hundred only) before last date and time of availability of e-Tender Notice through online
NEFT/RTGS facility with pre-printed challan available on the e-Tender website upload the scanned copy
of NEFT/RTGS challan along with the application.

Page 32 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

SECTION 2
2. INSTRUCTIONS TO APPLICANTS
1. GENERAL
Scope of Application
The GWMC wishes to receive Applications for Qualification in order to shortlist experienced and capable
Applicants for the Bid Stage. The Tender Accepting Authority/GMMC shall constitute the committee for
approving the evaluation and other relevant document in all the stages for the Design, Engineering,
Financing, Construction, Supply, Installation, Commissioning, Performance Run and Operation and
Maintenance for a period of Ten (10) years of 250 TPD capacity Solid Waste Processing Facility based on
Recycle & Sorting Line, Segregation, Bio-Methanation and Composting system at Bainguinim, Goa for Goa
Waste Management Corporation, Goa and Complying all statutory norms as per the SWM (Solid Waste
Management) Rules, 2016 and in accordance to the request for Qualification (RFQ) on a design, build,
finance, operate and transfer (DBFOT) basis. After the presentation the suggestions and recommendations
submitted by the GWMC committee will have to be stickily abided by the Applicant/bidder.

1.1 AMENDMENT TO BID/RFQ DOCUMENTS

(i) At any time prior to the last date and time for submission of e-Tenders/ Application, GWMC may,
for any reason whether at its own initiative or in response to a clarification requested by a bidder,
modify the Bid Document by issuance of a common set of deviations/addendum/corrigendum.

(ii) In order to afford bidders reasonable time to take common set of deviations/addendum/corrigendum
into account for the preparation of their bids and for administrative reasons if any, GWMC may at
its discretion, extend the last date and time for submission of e-Tenders and date and time of opening
of e-Tenders by notifying the same on GWMC website in accordance with Clause 4.2.3.

(iii) The common set of deviations/corrigendum/addendum would be sent online or any suitable mode
to all prospective bidders who have purchased Bid Document.

1.2 GENERAL INSTRUCTIONS TO APPLICANTS

(i) The applicants shall examine carefully the application Documents, all the Instructions to applicants,
Submission of Bid, Evaluation of Bid, Conditions of Contract and Contract Data, Technical
Specifications, Scope of Work, Employer’s Requirements, Schedules, Forms, Tentative layout plan,
Price Bid etc. as given in Bid Document and Common set of deviations / corrigendum / addendum
issued in this connection. Failure to comply with the requirements of bid submissions will be at the
bidder's risk.

(ii) All applicants are cautioned that no conditional offers, rebates, variations or deviations by the
applicants in respect of any items proposed by the applicants (including advance loan for
mobilization or time for completion) shall be considered or entertained further in the process of
application evaluation. Furthermore, any deviation from the Conditions of Contracts, Contract Data,
Scope of Work, Employer’s requirements, Technical Specifications, and/or the requirements
stipulated in the application Document shall be summarily rejected as non-responsive.

1.3 SITE VISIT AND OTHER INFORMATION

The applicant must obtain for himself on his own responsibility and at his own expenses all the information
which may be necessary for the purpose of filling this application and for entering into a Contract if selected
for the execution of the same, and must examine the drawings, inspect the site of the work as well as
existing permanent and temporary features and its effect on the construction of the proposed project and
acquaint himself with all local conditions and matters pertaining thereto. If the applicant fails to acquaint
itself with the site conditions, deeming provisions shall be applicable.

Page 33 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

2. MINIMUM ELIGIBILITY OF APPLICANTS


For determining the eligibility of Applicants for their pre-qualification hereunder, the following shall
apply:

The applicant should be a single entity or a group of entities bidding in the form of a Consortium coming
together to implement the Project.

A maximum of two (2) numbers of companies can form a Consortium, by entering into a Consortium
Agreement enclosed in Annexure – 1. In case of a Consortium application, the Lead person shall meet the
financial qualification. Either the lead person or the consortium partner should meet the technical
qualifications. The members of the Consortium shall nominate one member as the “Lead Member” who
shall have an equity shareholding of 51% (Fifty One percent) or at least 10% (Ten percent) of the project
cost whichever is more, in the paid-up subscribed equity capital of the Special Purpose Vehicle (SPV),
which will be a limited Company incorporated under the Companies Act, 2013, created to implement the
Project. The nomination shall be supported by a Power of Attorney and other documents as per format
enclosed in Appendix – 2 (1,2,3), signed by all members of the Consortium.

The applicant/ or any Member of the Consortium should not have been blacklisted or barred by any State
/ Central Government Agency / Public Sector Undertaking or Local Body and / or should neither have
failed to perform or expelled or terminated from any Project or Contract, as evidenced by imposition of a
penalty by an arbitral or judicial pronouncement or arbitration award against the applicant or any of the
Consortium Member. The applicant / Consortium Members shall necessarily submit the necessary affidavit
as enclosed in Annexure – 1.

Note: In Case of Consortium none of the members should be blacklisted and affidavit shall be submitted
by all members of the Consortium.

Any applicant/ or any Member of the Consortium which has been barred by the [Central/ State
Government, or any entity controlled by it] from participating in any project (BOT or otherwise),
and the bar subsists as on the date of Application, would not be eligible to submit an Application,
either individually or as member of a Consortium.

Change in the composition of a Consortium during period of concession will not be permitted by
GWMC.

The eligible applicant / Consortium shall be evaluated based on financial and technical criteria as mention
below:

1. Financial Criteria (to be met by the sole Bidder / Lead Bidder of the Consortium):
1. The Bidder should have an average annual turnover for last three financial years of not less
than Rs. 120 Crores (Rupees One Hundred and twenty Crores only). The bidder shall submit
this information as enclosed in Annexure – 2, along with Audited Financial Statements for
last 3 years. (As per CPWD Works Manual).
2. The bidder should not have incurred any loss (profit after tax should be positive) in more
than two years during available last five consecutive balance sheet, duly audited and certified
by the Chartered Accountant. (As per CPWD Works Manual).
3. The bidder should have Solvency of Rs. 95 Crores (Rupees Ninety-Five Crores only) duly
supported by Solvency Certificate issued by Nationalised / Scheduled Bank. (As per CPWD
Works Manual).

Page 34 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

2. Technical Criteria (to be met by the sole Bidder / All Partners of the Consortium / Technology
Partner collectively as applicable)

1. EXPERIENCE IN LAST 7 YEARS


Three similar Completed works; each costing not less than the amount equal to Rs. 95.00
Crore
OR
Two similar Completed works; each costing not less than the amount equal to Rs. 140.00
Crore
OR
One similar Completed works; Costing not less than the amount equal to Rs. 190.00 Crore

2. The Bidder should have experience of Operation and Maintenance of minimum one (1) number
of Solid Waste Management Facility compliant to SWM 2016, Rules of capacity of not less than
100 TPD of Solid Waste in last Three (3) years. (Enclosed in Annexure 5A)

3. The bidder shall have successfully completed, the design, supply and installation of capacity as
mentioned below, in the last seven (7) years. The works should be in successful operation in the
last two (2) years.

i. At least one (1) work of minimum 36,000 ton/annum capacity,

or

ii. At least two (2) works of minimum 18,000 ton/annum capacity each,

or

iii. At least three (3) works of minimum 10,000 ton/annum capacity each,

“Similar Work” means Solid Waste Management Facility compliant to SWM 2016, Rules
the facility comprising of Recycle & Sorting Line, Segregation, Bio-methanation,
Composting and Scientific land-filling.

The Bidder shall submit the reference certificate(s) duly signed by authorized personnel of
the customer side along with details as enclosed in Annexure – 5B.

The Bidder shall submit the reference certificate(s) duly signed by authorized personnel of
the customer side along with details as enclosed in Annexure – 5C.

The Bidder shall submit the reference certificate(s) duly signed by authorized personnel of
the customer side along with details as enclosed in Annexure – 5D.

The Bidder shall submit the reference certificate(s) duly signed by authorized personnel of
the customer side along with details as enclosed in Annexure – 5E.

GWMC shall call eligible qualified bidders to give a presentation on their experience and
methodology to implement this Project before the Committees appointed by GWMC. To
finalize the technically qualified bidders and to verify their claims, Mandatory Documents
to be enclosed with the RFQ

Page 35 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

The bidder would be required to upload/submit online, the presentation on Proposed SWMF,
detailed project plan as per EC conditions, manpower, Material and Machinery proposed to
be deployed in the Project, Architectural Design and plant layout Compliant to all statutory
requirements to demonstrate the Approach and Methodology, concept, components and
resources proposed for implementation the project. Any other innovate enhancement
points/Factors towards (new Technology usage/innovation in SWM).

5.1 Mandatory Documents to be enclosed with the Pre-qualification Application

The Bidder / Consortium shall upload the following mandatory documents:

1. Certified true copies of Solvency Certificate, Income Tax Returns filed (FY 2016-17, 2017-18, 2018-
19), GST registration certificate, Audited Financial Statements for last 3 years (FY 2016-17, 2017-18,
2018-19).

Note: In Case of Consortium, all members of the Consortium are supposed to submit/upload
relevant document’s for verification.

2. Technical and financial data required as per qualification requirement as per formats
enclosed in varous appendix & annexures given below:
Appendix – 1 Consortium Agreement
Appendix – 2 (1 of 3) Statement of Legal Capacity
Appendix – 2 (2 of 3) Power of Attorney for Signing of Application
Appendix – 2 (3 of 3) Power of Attorney for Lead Member of Consortium
Annexure – 1 Affidavit for not being black listed or barred from any earlier
Project
Annexure – 2 Average Annual Turnover of the Lead Bidder
Annexure – 3 Net Worth of the Lead Bidder as on date of RFQ.
Annexure – 4 Certificates from Statutory Auditor regarding PPP Projects
Annexure – 5A Operation & Maintenance Experience
Annexure – 5B PPP Execution Experience
Annexure – 5C Similar Work Experience
Annexure – 5D Extrusion Press Experience
Annexure – 5E Composting Experience
Annexure – 6 Technology Tie-up Agreement
Annexure – 7 Information of Sole Bidder / all the Members of Consortium
Annexure – 8 Marking System for reference plants as offered for pre-
qualification and visited by GWMC officials/members.

Note: In Case of Consortium none of the members should be blacklisted and affidavit shall be submitted
by all members of the Consortium.
Only those Bidders who are found fulfilling the Minimum Qualification Criteria shall qualify for further
steps of the Tender and it is completely the responsibility of the Bidder to ensure this while participating
in this Tender.

The GWMC will call the eligible qualified bidders to give a presentation on their experience and
proposed methodology to implement the envisaged project meeting all guidelines and conditions as
specified in various clearances. To finalize the Technically Pre qualified bidders and to verify their
claims the GWMC, will depute officials/members appointed by GWMC to visit any one Solid Waste
Plants/facilities indicated by the bidders for qualification purpose, in India and / or abroad. If visited,
the Plants will be assessed by GWMC appointed officials/members on the basis of compliance to Solid
Waste Management Rules, 2016 based on the marking system as per Annexure 8. All logistic for the
visits shall be arranged by the bidder, however GWMC shall bear expenses towards Travel and
lodging/boarding of its members. Any plant/ facility of the bidder visited by the team found non-
compliant to SWM Rules, 2016 and scoring less than 75 marks then that bidder will be disqualified
from further process of bidding. The GWMC may further ask for additional review detailed Technical
Page 36 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

presentations if required before the Committees appointed by GWMC as per all the Terms and
Condition of the SWMF to be setup are compiled as per the RFQ document and understood by the
bidders. Only those bidders qualifying this Process/stage will be given the RFP document by GWMC.

Submission of Hard Copies of Technical Bid


One set of hard copies of the Documents enlisted to be a part of the application should be submitted in
sealed envelope to the office of the Goa Waste Management Corporation on or before the date of tender
submission.
The documents shall be properly numbered/ indexed to facilitate ease of evaluation. Only those documents
uploaded online shall be considered to be a part of the application/ Bid. Documents which are submitted only
in hard copy without uploading shall not be treated as a part of the Bid/application.

The documents shall be properly numbered/ indexed to facilitate ease of evaluation. Only those documents
uploaded online shall be considered to be a part of the application. Documents which are submitted only in
hard copy without uploading shall not be treated as a part of the application.
4. Number of Applications and costs thereof

1. No Applicant shall submit more than one online Application for the Project. An applicant applying
individually or as a member of a Consortium shall not be entitled to submit another application either
individually or as a member of any Consortium, as the case may be.
2. The Applicants shall be responsible for all of the costs associated with the preparation of their
Applications and their participation in the Bidding Process. The GWMC will not be responsible or in
any way liable for such costs, regardless of the conduct or outcome of the Bidding Process.

5. Site visit and verification of information

1. Applicants are encouraged to submit their respective Applications after visiting the Project site and
ascertaining for themselves the site conditions, traffic, location, surroundings, climate, availability of
power, water and other utilities for construction, access to site, handling and storage of materials,
weather data, applicable laws and regulations, and any other matter considered relevant by them.

The bidder/bidders must obtain for himself on his own responsibility and at his own expenses all the
information which may be necessary for the purpose of filling this bid/bids and for entering into a
Contract if selected for the execution of the same, and must examine the drawings, inspect the site of
the work as well as existing permanent and temporary features and its effect on the construction of the
proposed project and acquaint himself with all local conditions and matters pertaining thereto. If the
bidder fails to acquaint itself with the site conditions, deeming provisions shall be applicable.

6. Acknowledgement by Applicant
It shall be deemed that by submitting the Application, the Applicant has:
(a) made a complete and careful examination of the RFQ;
(b) received all relevant information requested from GWMC;
(c) accepted the risk of inadequacy, error or mistake in the information provided in the RFQ or furnished
by or on behalf of GWMC relating to any of the matters referred above; and
(d) agreed to be bound by the undertakings provided by it under and in terms hereof.

The GWMC shall not be liable for any omission, mistake or error in respect of any of the above or on
account of any matter or thing arising out of or concerning or relating to the RFQ or the Bidding Process,
including any error or mistake therein or in any information or data given by GWMC.

7. Right to accept or reject any or all Applications/ Bids

Page 37 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

1. Notwithstanding anything contained in this RFQ, GWMC reserves the right to accept or reject any
Application and to annul the Bidding Process and reject all Applications/ Bids, at any time without any
liability or any obligation for such acceptance, rejection or annulment, and without assigning any
reasons therefore. In the event that GWMC rejects or annuls all the Bids, it may, in its discretion, invite
all eligible Bidders to submit fresh Bids hereunder.

2. The GWMC reserves the right to reject any Application and/ or Bid if:
(a) at any time, a material misrepresentation is made or uncovered, or
(b) the Applicant does not provide, within the time specified by GWMC, the supplemental information
sought by GWMC for evaluation of the Application.

If the Applicant/Bidder is a Consortium, then the entire Consortium may be disqualified/ rejected. If
such disqualification/ rejection occurs after the Bids have been opened and the lowest Bidder gets
disqualified/ rejected, then GWMC shall annul the bidding process and invite fresh bids.

3. The GWMC reserves the right to verify all statements, information and documents submitted by the
Applicant in response to the RFQ. Any such verification or lack of such verification by GWMC shall
not relieve the Applicant of its obligations or liabilities hereunder nor will it affect any rights of GWMC
there under.
8. Clarifications

1. Applicants requiring any clarification on the RFQ may notify GWMC in writing by speed post/ courier/
special messenger and by e-mail. They should send in their queries before the date specified in the
schedule of Bidding Process. GWMC shall endeavour to respond to the queries within the period
specified therein. The queries email should be enclosed with online submit receipt for the document
fee. The GWMC will upload online all the queries and its responses thereto, to all purchasers of the
RFQ without identifying the source of queries.
2. GWMC shall endeavour to respond to the questions raised or clarifications sought by the Applicants.
However, the GWMC reserves the right not to respond to any question or provide any clarification, in
its sole discretion, and nothing in this Clause shall be taken or read as compelling or requiring GWMC
to respond to any question or to provide any clarification.
3. GWMC may also on its own motion, if deemed necessary, issue interpretations and clarifications to all
Applicants. All clarifications and interpretations issued by GWMC shall be deemed to be part of the
RFQ. Verbal clarifications and information given by GWMC or its employees or representatives shall
not in any way or manner be binding on GWMC.
4. As a part of Pre-bid Interaction, queries from the bidders in respect of clarification on any conditions
of Contract, technical specifications etc. shall be received along with pre-receipt by e-mail on the e-
mail address contact@zerowastegoa.com as given in the Schedule of Bidding Process. The Pre-bid
Conference will be held as given in Schedule of Bidding Process.
5. The bidders who have purchased the application only will be eligible to submit the queries and the
queries received only before the aforementioned Pre-bid Interaction period shall be replied online by
GWMC.
9. Amendment of RFQ

 At any time prior to the Bid due date, GWMC may, for any reason, whether at its own initiative or in
response to clarifications requested by a Bidder, modify the Bid/application Documents by the issuance
of Addenda.
 Any Addendum issued hereunder will be in writing and shall be sent to all the Bidders.
 In order to afford the Bidders a reasonable time for taking an Addendum into account, or for any other
reason, the GWMC may, in its sole discretion, extend the Bid Due Date.

10. PREPARATION AND SUBMISSION OF APPLICATION

10.1 Language

Page 38 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

1. The Application and all related correspondence and documents in relation to the Bidding Process shall
be in English language. Supporting documents and printed literature furnished by the Applicant with
the Application may be in any other language provided that they are accompanied by translations of all
the pertinent passages in the English language, duly authenticated and certified by the Applicant.
Supporting materials, which are not translated into English, may not be considered. For the purpose of
interpretation and evaluation of the Application, the English language translation shall prevail.
10.2 Format and signing of Application

1. The Applicant shall provide all the information sought under this RFQ. GWMC will evaluate only
those Applications that are received in the required formats and complete in all respects. Incomplete
and /or conditional Applications shall be liable to rejection.
2. The Applicant shall apart from submitting online application shall prepare 1 (one) original set of the
Application (together with the documents required to be submitted pursuant to this RFQ) and clearly
marked as “ORIGINAL”. In addition, the Applicant shall submit 1 (one) copy of such Application and
documents, which shall be marked as “COPY”. The Applicant shall also provide 2 (two) soft copies
thereof on a Compact Disc (CD). In the event of any discrepancy between the original and the copy,
the documents submitted online shall prevail. The documents submitted online only will be considered
as final submissions.
3. The Application and its copy shall be typed or written in indelible ink. It shall be signed by the
authorized signatory of the Applicant who shall also initial each page of the Application (including
each Appendix and Annex) in blue ink. In case of printed and published documents, only the cover
shall be initialled. All the alterations, omissions, additions or any other amendments made to the
Application shall be initialled by the person(s) signing the Application. The Application shall contain
page numbers and shall be bound together in a manner that does not allow replacement of any page.

10.3 Marking of Applications online


1. The Applicant shall submit the Application in the format specified at Appendix-I, together with the all
scanned documents specified online, and one with in an envelope and mark the envelope as
“APPLICATION”. The Applicant shall seal one original and the copy of the Application, together with
their respective enclosures, in separate envelopes duly marking the envelopes as “ORIGINAL” and
“COPY”. The envelopes shall then be sealed in an outer envelope which shall also be marked in
accordingly.

2. Each online application shall contain the following and one hard copy:
(i) Application in the prescribed format (Appendix-I) along with Annexes and supporting documents;
(ii) Power of Attorney for signing the Application as per the format at Appendix-II;
(iii) if applicable, the Power of Attorney for Lead Member of Consortium as per the format;
(iv) copy of the Jt. Bidding Agreement, in case of a Consortium, substantially in the format;
(v) copy of Memorandum and Articles of Association, if the Applicant is a body corporate, and if a
partnership then a copy of its partnership deed;
(vi) copies of Applicant’s duly audited balance sheet and profit and loss account for the preceding Three
years;
(vii) any other sector or project-specific requirement that may be specified by GWMC.
Each of the envelopes shall clearly bear the following identification:

“Application for Qualification: **** Project”

and shall clearly indicate the name and address of the Applicant. In addition, the Application Due
Date should be indicated on the right-hand corner of each of the envelopes.
3. Each of the envelopes shall be addressed to:

Page 39 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

ATTN. OF: Mr *******


DESIGNATION: *******
ADDRESS: *******
TELEPHONE NO: *******
E-MAIL ADDRESS: *******
4. If the envelopes are not sealed and marked as instructed above, GWMC assumes no responsibility for
the misplacement or premature opening of the contents of the Application and consequent losses, if
any, suffered by the Applicant.
5. Applications submitted by fax, telex, telegram or e-mail shall not be entertained and shall be rejected.

10.4 Application Due Date

a. The e-Tenders shall be received online as per the dates mentioned in the Tender Notice, Schedule
of Bidding Process.

b. The tenderers or their representatives may be present on the date, time and place of opening of
Financial or Technical bids.

c. If date of opening of e-Tenders is declared as a public holiday, the next official working day shall
be deemed as the date of opening of e-Tenders.

d. GWMC may, at its discretion, extend the last date and time for submission of e-Tenders and/or date
and time of opening of e-Tenders by issuing an corrigendum/addendum in accordance with Clause
3.2 in which case all rights and obligations of GWMC and bidders previously subjected to the
original last date and time and opening of e-Tenders respectively shall be subjected to the new dates
as extended.

10.5 Late Applications/bids


1. Applications received by GWMC after the specified time on the Application Due Date shall not be
eligible for consideration and shall be summarily rejected.

10.6 Modifications/ substitution/ withdrawal of Applications


1. The Applicant may modify, substitute or withdraw its Application after submission, provided that
written notice of the modification, substitution or withdrawal is received by GWMC prior to the
Application Due Date. No Application shall be modified, substituted or withdrawn by the Applicant
on or after the Application Due Date.
2. The modification, substitution or withdrawal notice shall be prepared, sealed, marked, and delivered,
with the envelopes being additionally marked “MODIFICATION”, “SUBSTITUTION” or
“WITHDRAWAL”, as appropriate.
3. Any alteration/ modification in the Application or additional information supplied subsequent to the
Application Due Date, unless the same has been expressly sought for by GWMC, shall be disregarded.
10.7 MODIFICATIONS/SUBSTITUTION/WITHDRAWAL OF BIDS
No applications/bids shall be modified, substituted or withdrawn once submitted prior or after the bid due
date.
10.8 REJECTION OF BIDS

Notwithstanding anything contained in this RFP, GWMC reserves the right to reject any Bid or to annul
the bidding process and reject all Bids at any time without any liability or any obligation for such
acceptance, rejection or annulment, and without assigning any reasons therefor. In the event that GWMC
rejects or annuls all the Bids, it may, in its discretion, invite all eligible Bidders to submit fresh Bids
hereunder.

GWMC reserves the right not to proceed with the Bidding Process at any time, without notice or liability,
and to reject any Bid without assigning any reasons.

10.9 CONFIDENTIALITY
Page 40 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

Information relating to the examination, clarification, evaluation and recommendation for the Bidders
shall not be disclosed to any person who is not officially concerned with the process or is not a retained
professional advisor advising GWMC in relation to or matters arising out of, or concerning the Bidding
Process. GWMC will treat all information, submitted as part of the Bid, in confidence and will require
all those who have access to such material to treat the same in confidence. GWMC may not divulge any
such information unless it is directed to do so by any statutory entity that has the power under law to
require its disclosure or is to enforce or assert any right or privilege of the statutory entity and/or the
Concessioning Authority/GWMC or as may be required by law or in connection with any legal process.

10.10 CORRESPONDENCE WITH THE BIDDER


Save and except as provided in this Bid Documents, GWMC shall not entertain any correspondence with
any Bidder in relation to acceptance or rejection of any Bid.

11. EVALUATION PROCESS


11.1 Opening and Evaluation of Applications
1. GWMC shall open the online Applications as mentioned in the schedule of bidding on the Application
Due Date, at the place specified above and in the presence of the Applicants who choose to attend.
2. Online Applications for which a notice of withdrawal has been submitted in accordance to above shall
not be opened.
3. GWMC will subsequently examine and evaluate Applications/bids in accordance with the provisions
set out in this document.
4. Applicants are advised that pre-qualification of Applicants will be entirely at the discretion of GWMC.
Applicants will be deemed to have understood and agreed that no explanation or justification on any
aspect of the Bidding Process or selection will be given.
5. Any information contained in the Application shall not in any way be construed as binding on GWMC,
its agents, successors or assigns, but shall be binding against the Applicant if the Project is subsequently
awarded to it on the basis of such information.
6. GWMC reserves the right not to proceed with the Bidding Process at any time without notice or liability
and to reject any or all Application(s) without assigning any reasons.
7. If any information furnished by the Applicant is found to be incomplete, or contained in formats other
than those specified herein, GWMC may, in its sole discretion, exclude the relevant project from
computation of the Experience of the Applicant.
8. In the event that an Applicant claims credit for an Eligible Project, and such claim is determined by
GWMC as incorrect or erroneous. GWMC shall reject such claim and exclude the same from
computation of the Experience, and may also, while computing the aggregate Experience of the
Applicant, make a further deduction equivalent to the claim rejected hereunder. Where any information
is found to be patently false or amounting to a material misrepresentation, GWMC reserves the right to
reject the Application and/ or Bid in accordance with the provisions mentioned above.
9. Initially, Earnest Money shall be opened. The Employer will verify whether the bid is accompanied by
the requisite Earnest Money as stipulated in the bid document.
10. Thereafter, the Technical Bids of only those bidders who submitted Earnest Money in correct form and
amount shall be opened. The Employer will verify whether all the stipulations as mentioned in the Bid
Document are fulfilled and all required documents are submitted. GWMC will subsequently examine
and evaluate the technical documents as enclosed in the Bids in accordance with the provisions set out
in the tender.

11.2. Confidentiality

Information relating to the examination, clarification, evaluation, and recommendation for the short-
listed pre-qualified Applicants shall not be disclosed to any person who is not officially concerned with
the process or is not a retained professional advisor advising GWMC in relation to, or matters arising
out of, or concerning the Bidding Process. GWMC will treat all information, submitted as part of
Application, in confidence and will require all those who have access to such material to treat the same
in confidence. GWMC may not divulge any such information unless it is directed to do so by any

Page 41 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

statutory entity that has the power under law to require its disclosure or is to enforce or assert any right
or privilege of the statutory entity and/ or GWMC or as may be required by law or in connection with
any legal process.

11.3 Tests of responsiveness

1. Prior to evaluation of Applications, GWMC shall determine whether each Application is responsive to
the requirements of the RFQ. An Application shall be considered responsive if:
(a) it is received as per format at Appendix-I;
(b) it is received by the Application Due Date including any extension thereof pursuant to Clause
mentioned above;
(c) it is signed on all documents, sealed, bound together in hard cover, and marked as stipulated.
(d) it is accompanied by the Power of Attorney as specified, and in the case of a Consortium, the
Power of Attorney as specified;
(e) it contains all the information and documents (complete in all respects) as requested in this RFQ;
(f) it contains information in formats same as those specified in this RFQ;
(g) it contains certificates from its statutory auditors in the formats specified at Appendix-I of the
RFQ for each Eligible Project;
(h) it contains an attested copy of the receipt of GWMC towards the cost of the RFQ process as
specified;
(i) it is accompanied by the Jt. Bidding Agreement (for Consortium), specific to the Project, as
stipulated
(j) it does not contain any condition or qualification; and
(k) it is not non-responsive in terms hereof.

2. GWMC reserves the right to reject any Application which is nonresponsive and no request for
alteration, modification, substitution or withdrawal shall be entertained by GWMC in respect of such
Application. Provided, however, that GWMC may, in its discretion, allow the Applicant to rectify
any infirmities or omissions if the same do not constitute a material modification of the Application.

12. QUALIFICATION AND BIDDING


12.1 Short-listing and notification

1. After the evaluation of Applications/bids, GWMC would announce a list of shortlisted pre-
qualified Applicants (Applicants) who will be eligible for participation in the Bid Stage. At
the same time, GWMC would notify the other Applicants that they have not been short-listed.
The GWMC will not entertain any query or clarification from Applicants who fail to
qualify.

12.2 Submission of Bids

The Bidders will be requested to submit a Bid in the form and manner to be set out in the
Bidding Documents.
Only pre-qualified Applicants shall be invited by GWMC to submit their Bids online for the
Project. The GWMC is likely to provide a comparatively short time span for submission of the
Bids online for the Project. The Applicants are therefore advised to visit the site and familiarise
themselves with the Project by the time of submission of the Application. No extension of time
is likely to be considered for submission of Bids pursuant to invitation that may be issued by
GWMC.
12.3 Proprietary data

All documents and other information supplied by GWMC or submitted by an Applicant to the
GWMC shall remain or become the property of GWMC. Applicants are to treat all information
as strictly confidential and shall not use it for any purpose other than for preparation and
submission of their Application. The GWMC will not return any Application or any
information provided along herewith.

Page 42 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

12.4 Correspondence with the Applicant

Save and except as provided in this RFQ, GWMC shall not entertain any correspondence with
any Applicant in relation to the acceptance or rejection of any Application.

13. ASSOCIATION WITH MEMBER OF GWMC

A Bidder shall be liable for disqualification and forfeiture of EMD if any legal, financial or technical
adviser of GWMC in relation to the Project is engaged by the Bidder, its Members or any Associate thereof,
as the case may be, in any manner for matters related to or incidental to such Project during the Bidding
Process or subsequent to the (i) issue of the Letter of Acceptance (LoA) or (ii) execution of the Concession
Agreement. In the event any such adviser is engaged by the Selected Bidder or the Concessionaire, as the
case may be, after issue of the LoA or execution of the Concession Agreement for matters related or
incidental to the Project, then notwithstanding anything to the contrary contained herein or in the LoA or
the Concession Agreement and without prejudice to any other right or remedy of GWMC, including the
forfeiture and appropriation of the Bid Security or Performance Security, as the case maybe, which the
Concessioning Authority or GWMC may have thereunder or otherwise, the LoA or the Concession
Agreement, as the case may be, shall be liable to be terminated without the Concessioning Authority or
GWMC being liable in any manner whatsoever to the Selected Bidder or Operator for the same. For the
avoidance of doubt, this disqualification shall not apply where such adviser was engaged by the Bidder, its
Member or Associate in the past but its assignment expired or was terminated 6 (six) months prior to the
date of the bid document for the Project. Nor will this disqualification apply where such adviser is engaged
after a period of 3 (three) years from the date of commercial operation of the Project.

14. CHANGE IN COMPOSITION DURING AND AFTER BID STAGE

No Change in Ownership/ Composition will be allowed during Bid Stage, after award of LoA and during
the entire period of Concession Agreement.

15. DEEMED UNDERSTANDING

It shall be deemed that by submitting the application, the Bidder has:


(a) Made a complete and careful examination of the RFQ Documents;
(b) Received all relevant information requested from the Concessioning Authority or GWMC
(c) Accepted the risk of inadequacy, error or mistake in the information provided in the RFQ documents
or furnished by or on behalf of GWMC relating to any of the matters referred to
(d) Satisfied itself about all matters, things and information including matters referred to in Clause 3.12
here in above necessary and required for submitting an informed Bid, execution of the Project in
accordance with the RFQ Documents and performance of all of its obligations thereunder
(e) Acknowledged and agreed that inadequacy, lack of completeness or incorrectness of information
provided in the Bidding Documents or ignorance of any of the matters referred to in Clause3.12
here in above shall not be a basis for any claim for compensation, damages, extension of time for
performance of its obligations, loss of profit sets. From GWMC, or a ground for termination of the
Concession Agreement by the Concessionaire;
(f) Acknowledged that it does not have a Conflict of Interest; and
(g) Agreed to be bound by the undertakings provided by it under and in terms hereof.
Further GWMC shall not be liable for any omission, mistake or error in respect of any of the above or on
account of any matter or thing arising out of or concerning or relating to RFQ, the Bidding Documents or
the Bidding Process, including any error or mistake therein or in any information or data given by GWMC.

Page 43 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

16. VERIFICATION AND DISQUALIFICATION

GWMC or the Concessioning Authority reserves the right to verify all statements, information and
documents submitted by the bidder in response to the bidding documents and the bidder shall, when so
required by GWMC, make available all such information, evidence and documents as maybe necessary
for such verification. Any such verification or lack of such verification, by GWMC shall not relieve the
Bidder of its obligations or liabilities here under nor will it affect any rights of GWMC there under.

Page 44 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

SECTION 3
3. CRITERIA FOR EVALUATION
3.1 Evaluation parameters
1. Only those Applicants who meet the eligibility criteria specified in Clauses 2.2. shall qualify
for evaluation under this Section 2
2. Applications of firms/ consortia who do not meet these criteria shall be rejected.
3. The Applicant’s competence and capability is proposed to be established by the following
parameters:
(a) Technical Capacity; and
(b) Financial Capacity.
3.2 Technical Capacity for purposes of evaluation:

1. EXPERIENCE IN LAST 7 YEARS (As per CPWD Works Manual)


Three similar Completed works; each costing not less than the amount equal to Rs. 95.00 Crore
OR
Two similar Completed works; each costing not less than the amount equal to Rs. 140.00 Crore
OR
One similar Completed works; Costing not less than the amount equal to Rs. 190.00 Crore

2. The Bidder should have experience of Operation and Maintenance of minimum one (1) number of Solid
Waste Management Facility compliant to SWM 2016, Rules of capacity of not less than 100 TPD of Solid
Waste in last Three (3) years. (Enclosed in Annexure 5A)

3. The bidder shall have successfully completed, the design, supply and installation of capacity as mentioned
below, in the last seven (7) years. The works should be in successful operation in the last two (2) years.

i.At least one (1) work of minimum 36,000 ton/annum capacity,


or
ii.At least two (2) works of minimum 18,000 ton/annum capacity each,
or
iii.At least three (3) works of minimum 10,000 ton/annum capacity each,

The Bidder / lead member of Consortium Member shall claim experience with respect to a
particular eligible Project under Sr No. B-1 or B-2 only once. Double counting for a particular
Project shall not be permitted in any form. The award date of the said reference Project(s) shall
be within ten (10) years from the date of this Request for Qualification (RFQ). The applicant shall
submit the reference certificate(s) duly signed by authorized personnel of the customer side along
with details as enclosed in Annexure – 5A.

“Similar Work” means Solid Waste Management Facility compliant to SWM 2016, Rules the
facility comprising of Recycle & Sorting Line, Segregation, Bio-methanation, Composting and
Scientific land-filling.

The Bidder shall submit the reference certificate(s) duly signed by authorized personnel of the
customer side along with details as enclosed in Annexure – 5B.

The Bidder shall submit the reference certificate(s) duly signed by authorized personnel of the
customer side along with details as enclosed in Annexure – 5C.

The Bidder shall submit the reference certificate(s) duly signed by authorized personnel of the
customer side along with details as enclosed in Annexure – 5D.
Page 45 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

The Bidder shall submit the reference certificate(s) duly signed by authorized personnel of the
customer side along with details as enclosed in Annexure – 5E.

3.3 Financial information for purposes of evaluation


Financial Criteria (to be met by the sole Bidder / Lead Bidder of the Consortium):
1. The Bidder should have an average annual turnover for last three financial years of not less than Rs.
120 Crores (Rupees One hundred and Twenty Crores only). The bidder shall submit this information
as enclosed in Annexure – 2, along with Audited Financial Statements for last 3 years. (As per CPWD
Works Manual).
2. The bidder should not have incurred any loss (profit after tax should be positive) in more than two
years during available last five consecutive balance sheet, duly audited and certified by the Chartered
Accountant. (As per CPWD Works Manual).
3. The bidder should have Solvency of Rs. 95 Crores (Rupees Ninety-Five Crores only) duly supported
by Solvency Certificate issued by Nationalised / Scheduled Bank. (As per CPWD Works Manual).

Only those Bidders who are found fulfilling the Minimum Qualification Criteria shall qualify for further steps of
the Tender and it is completely the responsibility of the Bidder to ensure this while participating in this Tender.
The GWMC will call the eligible qualified bidders to give a presentation on their experience and proposed
methodology to implement the project as per the guidelines and conditions as set in various clearances. To finalize
the Technically Pre qualified bidders and to verify their claims the GWMC, will depute officials/members
appointed by GWMC to visit any one Solid Waste Plants/facilities indicated by the bidders for qualification
purpose, in India and / or abroad. If visited, the Plants will be assessed by GWMC appointed officials/members
on the basis of compliance to Solid Waste Management Rules, 2016 based on the marking system as per Annexure
8. All logistic for the visits shall be arranged by the bidder, however GWMC shall bear expenses towards Travel
and lodging/boarding of its members. Any plant/ facility of the bidder visited by the team found non-compliant to
SWM Rules, 2016 and scoring less than 75 marks then that bidder will be disqualified from further process of
bidding. The GWMC may further ask for additional review detailed Technical presentations if required before the
Committees appointed by GWMC as per all the Terms and Condition of the SWMF to be setup are compiled as
per the RFQ document and understood by the bidders. Only those bidders qualifying this Process/stage will be
given the RFP document by GWMC.

3.4 EMPLOYER’S RIGHT TO ACCEPT ANY BID OR TO REJECT ANY BID OR ALL BIDS
Notwithstanding anything contained above, the Employer/GWMC reserves the right to accept or
reject any bid or to reject all bids without assigning any reasons and without any obligation to
inform the bidders of the grounds for the Employer’s action.

3.5 The Selection of bidder during the RFP stage will be based on the Least Cost system (LCS) with
respect to the Submission and commitments made in the Technical presentations during RFQ stage.
Once the Financial bids are opened the Lowest bidder (L-1) will be assigned the Work or will be
selected bidder.

Page 46 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

SECTION 4

4. FRAUD AND CORRUPT PRACTICES


1. The Applicants and their respective officers, employees, agents and advisers shall observe
the highest standard of ethics during the Bidding Process. Notwithstanding anything to the
contrary contained herein, GWMC may reject an Application without being liable in any
manner whatsoever to the Applicant if it determines that the Applicant has, directly or
indirectly or through an agent, engaged in corrupt practice, fraudulent practice, coercive
practice, undesirable practice or restrictive practice in the Bidding Process.

2. Without prejudice to the rights of GWMC under Clause 4.1 hereinabove, if an Applicant is
found by GWMC to have directly or indirectly or through an agent, engaged or indulged in
any corrupt practice, fraudulent practice, coercive practice, undesirable practice or
restrictive practice during the Bidding Process, such Applicant shall not be eligible to
participate in any tender or RFQ issued by GWMC during a period of 2 (two) years from
the date such Applicant is found by GWMC to have directly or indirectly or through an
agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice, as the case may be.

3. For the purposes of this Clause 4, the following terms shall have the meaning hereinafter
respectively assigned to them:
(a) “corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly or
indirectly, of anything of value to influence the actions of any person connected with the
Bidding Process (for avoidance of doubt, offering of employment to, or employing, or
engaging in any manner whatsoever, directly or indirectly, any official of GWMC who is or
has been associated in any manner, directly or indirectly, with the Bidding Process or the
LOA or has dealt with matters concerning the Concession Agreement or arising there from,
before or after the execution thereof, at any time prior to the expiry of one year from the date
such official resigns or retires from or otherwise ceases to be in the service of GWMC, shall
be deemed to constitute influencing the actions of a person connected with the Bidding
Process); or (ii) save and except as permitted under sub clause (d) of Clause 2.2.1, engaging
in any manner whatsoever, whether during the Bidding Process or after the issue of the LOA
or after the execution of the Concession Agreement, as the case may be, any person in
respect of any matter relating to the Project or the LOA or the Concession Agreement, who
at any time has been or is a legal, financial or technical adviser of GWMC in relation to any
matter concerning the Project;

(b) “fraudulent practice” means a misrepresentation or omission of facts or suppression of


facts or disclosure of incomplete facts, in order to influence the Bidding Process;

(c) “coercive practice” means impairing or harming or threatening to impair or harm,


directly or indirectly, any person or property to influence any person’s participation or action
in the Bidding Process;

(d) “undesirable practice” means (i) establishing contact with any person connected with
or employed or engaged by the GWMC with the objective of canvassing, lobbying or in any
manner influencing or attempting to influence the Bidding Process; or (ii) having a Conflict
of Interest; and

(e) “restrictive practice” means forming a cartel or arriving at any understanding or


arrangement among Applicants with the objective of restricting or manipulating a full and
fair competition in the Bidding Process.

Page 47 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

SECTION 5

5. MISCELLANEOUS

1. The Bidding Process shall be governed by, and construed in accordance with, the laws of India
and the courts in the State of Goa in which GWMC has its headquarters shall have exclusive
jurisdiction over all disputes arising under, pursuant to and/ or in connection with the Bidding
Process.
2. GWMC in its sole discretion and without incurring any obligation or liability, reserves the right,
at any time, to;
(a) suspend and/ or cancel the Bidding Process and/ or amend and/ or supplement the Bidding
Process or modify the dates or other terms and conditions relating thereto;
(b) consult with any Applicant in order to receive clarification or further information;
(c) pre-qualify or not to pre-qualify any Applicant and/ or to consult with any Applicant in order
to receive clarification or further information; retain any information and/ or evidence
submitted to GWMC by, on behalf of, and/ or in relation to any Applicant; and/ or
(e) independently verify, disqualify, reject and/ or accept any and all submissions or other
information and/ or evidence submitted by or on behalf of any Applicant.
3. It shall be deemed that by submitting the Application, the Applicant agrees and releases GWMC,
its employees, agents and advisers, irrevocably, unconditionally, fully and finally from any and
all liability for claims, losses, damages, costs, expenses or liabilities in any way related to or
arising from the exercise of any rights and/ or performance of any obligations hereunder and the
Bidding Documents, pursuant hereto, and/ or in connection with the Bidding Process, to the
fullest extent permitted by applicable law, and waives any and all rights and/ or claims it may
have in this respect, whether actual or contingent, whether present or in future.
4. The Selection of bidder in the RFP stage will be based on the Least Cost system (LCS). Once the
financial bids are opened the Lowest bidder (L-1) will be assigned the Work or will be
selected/successful bidder.

5.3.6 Tentative Design Capacity of the Plant


The proposed Solid Waste Management Facility shall be designed as follows:
The Solid Waste shall be collected and delivered at the plant site for 365 days per annum.
Sufficient downtime provision shall be inbuilt in the design of the plant machinery and
equipment’s to ensure adequate and proper serviceability. The design shall be based on the design
capacity provided under each individual stream given below:
 The plant shall be designed for the waste received per annum (365 days) on the basis of
effective working of the plant for 320 days per annum only to account for downtime and plant
maintenance. Please refer sample calculation as given below. The sorting and segregation
activities shall be carried out on a daily two-shift basis. Each shift shall be of 8 hours/day
comprising 6 hours of waste processing and 2 hours of cleaning and housekeeping activities.
 The Composting and Bio-methanation Section shall be operated on 24 hrs./day basis.
 Activities like maintenance of plants and equipment’s, loading/unloading/dispatch of the
Containers from the Container Storage Yard to the recycling vendors can be carried out in the
3rd shift, after processing time is over. However, GWMC’s prior permission shall be taken
for any such additional working hours.
 The bidders shall design the system for possible variations during the seasons. The figures and
calculations in the tender document are indicative only. The bidders shall provide and take

Page 48 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

into account the complete energy balance for worst case scenario considering seasonal
variations.
5.3.7 Proposed Scheme and Input Waste Streams
The proposed Solid Waste (Management Facility at Bainguinim can be divided into four
Sections:
Section – 1: Material Segregation & Recovery Centre
Section – 2: Treatment of Wet/Bio-degradable/Organic Waste along with Sludge Dewatering
and Composting
Section – 3: Landfill of inert residue generated in the Processing Plants
Section – 4: Other miscellaneous common facilities
Table: Tentative Composition of Input Waste
Sr. Qty.
Description %
No. (TPD)
1 Organic / Biodegradable Fractions 65.00% 162.50
2 Glasses 0.50% 1.25
3 Metals 0.50% 1.25
4 Papers, Cardboards, Tetra packs 4.00% 10.0
Mixed Plastic comprising Bottles, Cups,
5 6.00% 15.00
Cartons, Food Packets, coated Plastics etc.
6 Thermocol, Styrofoam 1.00% 2.50
7 Clothes, Rags & Textile 1.50% 3.75
8 Rubber Items 0.50% 1.25
9 Inerts 10.00% 25.00
10 Mulched Tree Waste 11.00% 27.50
Total…..A+B 100% 250

Typical Sample Calculation for arriving at the hourly capacity of Units:


Quantity of daily input waste : 250 tons per day (TPD)
No. of days per annum : 365 days
No. of days of effective treatment per annum : 320 days
No. of shifts per day : 2 Nos.
No. of hours of operation per shift : 6 hrs.
No. of hours for maintenance &cleaning per shift : 2 hrs.
Capacity : (250 x 365)/ (320 x 2 x 6) = 23.76 tons per
hour (TPH)
5.3.8 Site Conditions
A tentative site at Bainguinim in North Goa District, Goa has been identified to set up the new
integrated MSW Treatment Facility. The total site measures an area of 1,71,312 Sq. m
approximately. The plot also contains deep quarries (approx. 5 hectares). This site shall be
used by the bidder to set-up a state-of-the-art Solid Waste Treatment Facility and a landfill for
inert and residue which shall be generated from the proposed new Facility. (Site Plan Enclosed)
Note: The bidder shall inspect the above site and have first-hand assessment of the site conditions
and the area available before bidding.
5.3.9 Climatic Conditions

Page 49 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

mSr.
Parameter Minimum Maximum
No
1 Temperature 200 C 350 C
2 Humidity 50% 90%
3 Rainfall 3,200 mm average
4 Wind speed 2 mph 20 mph
4 Wind direction WSW to ENE
5 Earthquake Zone Zone III

5.3.10 Facility Development


The bidder shall carry out development of complete infrastructure within the battery limit of Solid
Waste Treatment Facility. This shall include but not limited to the following items,
1. Internal Sewerage Network and termination of the same to the Effluent Treatment Plant.
2. Internal Water Supply and Distribution Network for human usage, flushing and cleaning
requirements and operation & maintenance of the Facility.
3. Internal Power Supply for Construction as well as Operation of the Facility including
street lighting and building lighting.
4. Main Gates and Entry / Exit of the Plant
5. Internal Roads, Pathways, Plant Drains and Storm Water Drains.
6. Approach Road up to the Site.
7. Landscaping.
DESIGN BASIS
1.1 Quantity of Input Waste:
Table 1: Plant Capacity Design Basis
Sr. Design Plant Maximum Maximum Type
no. Basis Capacity Variation Waste of waste
(TPD) (%) handling
Capacity *
(TPD)

1 Proposed 250 TPD +20% 300 Segregated


Condition
a - Dry Waste 100 TPD +20% 120 - less than 10%
Bio-degradable fraction
b - Wet Waste 150 TPD +20% 180 - less than 10%
Non- biodegradable
fraction

Note:
1. The maximum waste handling capacity (300 TPD) indicates waste which can be handled in the plant.
2. Overall capacity of the plant is 250 TPD, subject to the sub –limit of dry and wet waste as listed above.
Further other fraction like tree waste is part of wet waste.
3. Hazardous waste, Slaughter waste, construction debris or bio-medical waste shall be sent to specific
facilities of GWMC for treatment and disposal and should not be allowed at the facility and shall not
be mixed with the solid waste. The cost of transportation and the cost of disposal of all such waste
shall be borne by bidder if any any such waste is found mixed/permitted entry inside the facility.
4. All Waste will be brought in through GWMC authorized closed trucks by ULB’s, the trucks carrying
wet waste shall have leachate collection system.

Page 50 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

1.2 Design Capacity of the Treatment plant


Sr. No. Description Unit Value
1 Dry waste
A Maximum Quantity of Dry Waste processed in a day TPD 120
B No. of Operating shifts per day No. 2
C No. of Operating Hours per shift No. 6
D No. of Operating hours per day= (B) x (C) Hr./day 12
E Design capacity of Dry line required = (A) ÷ (D) TPH 120/12 = 10

G Capacity of Dry line provided TPH 10.0

2 Wet waste
A Maximum Quantity of Wet Waste processed in a day TPD 180
B No. of Operating shifts per day No. 2

C No. of Operating Hours per shift No. 6


D No. of Operating hours per day= (B) x (C) Hr./day 12

E Design capacity of Wet line required = (A) ÷ (D) TPH 180/12 = 15

G Capacity of Wet line provided TPH 15.0

Note:
1. The treatment capacity of each of the above lines (dry as well as wet lines) is based on total capacity
mentioned above.

3. Audit and Inspection by the Monitoring Committee


 The “monitoring committee” as authorized by the GWMC /the Concessioning
Authority shall conduct joint audit and inspection of the facility on a quarterly basis,
along with the Concessionaire. All aspects of the plant pertaining to, proper functioning
of all the equipment’s, level of spares maintenance, general housekeeping, safety
aspects and all other such aspects shall be audited.
 Based on the audit findings, the monitoring committee shall issue checklist and points to
the Concessionaire, which must be implemented by Concessionaire with immediate effect
or before the next meeting of the Monitoring Committee at no extra cost to GWMC.
4. Ambient Air Quality & Leachate Management should conform to the standards as
mentioned in Schedule – 4 of The SWM Rules, 2016.

1.3 Other Miscellaneous Minimum required Common Facilities


This Section comprises following Units:
1. Sheds:
 Fully Enclosed Shed with double doors for Material Segregation & Recovery Centre
 Fully Enclosed Shed with double doors for Compost Storage, Screening and Bagging
 E-Waste Storage Shed
2. Building:
 Security Cabin and Weighbridge Control Station
 HT Substation Building
Page 51 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

 Building for Biogas Gensets / Containers for Micro Turbines


 Adequate Odor Control System
 Pump House for Fire Fighting Pumps
 Workshop & Spare Building
 Administration Building
 Labour Facility and Resource Centre
3. Other Infrastructure Works:
 Container Storage Yard
 Truck Parking Terminal & Truck Washing Area
 2-Wheeler and Car Parking Area
 Main Gates at Entry / Exit points.
 Internal Water Distribution system
 Flushing Water System
 Fire Fighting System
 Internal Roads & Pathways
 Internal Sewerage Network
 Plant Drains & Storm Water Drains
 Landscaping

Page 52 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

Appendix -1
Joint bidding consortium agreement
(To be executed on Rs. 100/- Stamp Paper and notarized)
This Consortium Agreement is made and entered into this _______________________________
(Date).
1 Among (Name of all the members of the Consortium with Registered Address as
applicable):

1. Person A – Lead Bidder


2. Person B – Second Party
Hereinafter jointly referred to as the “Parties” and individually as “Each Party” or “a Party”
as the case may be.

WHEREAS
GWMC has invited request for bids from reputed agencies who have completed the work of similar nature
and magnitude for “Design, Engineering, Financing, Construction, Supply, Installation, Commissioning,
Performance Run and Operation and Maintenance for a period of Ten (10) years of 250 tons/day
capacity Solid Waste Processing Facility based on Recycle & Sorting Line, Segregation, Bio-
methanation and Composting system at Bainguinim in North Goa District, Goa.” on Design, Build,
Finance, Operate and Transfer (DBFOT) basis.
The Parties hereto have formed a Consortium (hereinafter referred to as the “Consortium”) to jointly execute
the above project in all respect.

NOW THEREFORE IT IS HEREBY AGREED as follows:


1: CONSORTIUM
1.1 The Parties hereto agree to form a Consortium with __________________ (Name of Person A),
designated as the Lead Member. The parties hereby undertake to bid only through this Consortium and
not individually and / or through any other Consortium constituted for this project, directly or indirectly
through any of their associates.
2: NAME OF CONSORTIUM
In the event the Consortium is declared as the selected bidder, the Consortium shall make a Special
Purpose Vehicle (SPV) registered under Indian Companies Act, 1956/2013 prior to signing the
Concession Agreement to implement the project.
3. JOINT AND SEVERAL LIABILITY
The Parties hereto shall, for the above referred Project, be jointly and severally liable to the GWMC /
the Authority for the execution of the Project in accordance with the Request for Proposal (RFP) and
the Concession Agreement till such time as the financial closure for the project is achieved.
4: JOINT EFFORT AND SHARE HOLDING STRUCTURE
4.1 The Parties shall participate as a Consortium in the submission of bids and further negotiations with the
Employer and shall cooperate and contribute their respective expertise and resources to secure and
execute the project.
(Scope of Work and role of each Party shall be defined in the Consortium Agreement. The lead bidder
shall be responsible for __________, the 2nd bidder shall be responsible for __________ etc.)
4.2 The shareholding in the SPV shall be as follows:
 Lead Bidder: __ %)
 Second member: __ %
The Parties undertake that a minimum of 51% of the subscribed and paid-up equity share capital and /
or 10% of the project cost (whichever is more) shall be held by the lead member of the Consortium in
the SPV for a period of 2 years from the date of commercial operation of the project.
5: SECURITIES
On award of the Contract, the Parties shall give the necessary Performance Security in the agreed
manner as may be acceptable to the Employer.
6: CHANGE IN CONSORTIUM MEMBERS

Page 53 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

The Consortium undertakes that no change in the composition of the Consortium shall be carried out
during any stage of the project and during the period of the Concession.
7. CONFIDENTIALITY
In the course of working as associates, the Consortium Partners will be sharing information with each
other (one another), which may be proprietary / confidential information / knowledge acquired by each
other. It is hereby agreed that both (all) the Parties will maintain complete secrecy regarding such
information / knowledge and will not divulge to any Party for any other purpose except for the success
of the joint execution of the Contract. All the Parties will also indemnify each other (one another)
against any claim that may arise out of using information, which are being claimed proprietary.
8. VALIDITY OF THIS CONSORTIUM AGREEMENT:
8.1 This Consortium Agreement shall be effective from the date of this Agreement mentioned on Page 1
and shall continue in full force and effect until the financial closure of the project is achieved as per the
Concession Agreement, in case the project is awarded to the Consortium. This Agreement shall be
terminated in the following conditions:
a) If the Parties mutually confirm that the Consortium’s bid has not been finally accepted by GWMC
and all rights and obligations of the Parties under or in connection with this Consortium
Agreement have ceased, or
b) If the date of this Consortium Agreement is extended for a further period on demand of GWMC
and mutual consent of the Parties and the same is extended vide a fresh Consortium Agreement,
or
c) If GWMC / the Authority abandons the project.
9: ARBITRATION:
Any dispute resulting from this Agreement shall be settled amicably by mutual consultation by the
Managing Directors of the Partners without making any reference to the arbitration. In the event that an
amicable settlement is not reached within 60 days in any particular case, the dispute shall be referred to
arbitration and shall be resolved in accordance with and subject to the provisions of the Indian
Arbitration and Conciliation Act, 1996 and any statutory modifications and enactment hereof for the
time being in force. The number of arbitrators shall be three. Each Party shall nominate their respective
arbitrator and both the nominated arbitrators shall appoint the third arbitrator who shall act as the
presiding arbitrator. The venue of arbitration shall be Goa and the language used shall be English. The
arbitral award shall be final and binding upon the Parties. Neither Party shall be released from its
obligations to comply with any of the provisions of this Agreement, the Contract and the detailed
Agreement as a result of reference of disputes to arbitration or during the course of arbitral proceeding.
The decision of the arbitrators shall be final and binding upon both parties.
10: GOVERNING LAWS:
This Agreement shall in all respects be governed by and interpreted in accordance with the Indian Laws.
11: ADDRESS OF CONSORTIUM
Any and all correspondence from GWMC / the authority to the Consortium shall be addressed to
__________________________________________________________ (Office of the Lead Bidder) at
the address stated herein below. The address of the Consortium Office of the partner companies will be
deemed to be the address for the purpose of communication.
The notice, if any, required to be served on a Party by the other Party will be deemed to be served, if
the said notice / communication is delivered by Registered Post at the respective address.
Address of Lead Bidder: ____________________________________________________________
Name of Contact Person: ___________________________________________________________
12: ASSIGNABILITY
The interests and rights of a Party in the Contract and as a Party of the Consortium shall not be
transferable or assignable without the written consent of the GWMC / the Authority and other Parties.
13: INTERPRETATION OF HEADINGS:
The headings of each of the Articles herein contained are inserted merely for convenience of reference
and shall be ignored in the interpretation and Construction of any of the provisions herein contained.
14: OTHERS:
Any other matters not contained in this Agreement shall be discussed and amicably agreed upon by the
Parties in the spirit of mutual trust and cooperation for timely completion of project.
Page 54 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

15: REPRESENTATION OF THE PARTIES


Each Party represents to the other Parties as of the date of this Agreement that:
a) Such Party is duly organised, validly existing and in good standing under the laws of its
incorporation and has all requisite power and authority to enter into this Agreement;
b) The execution, delivery and performance by such Party of this Agreement has been authorised
by all necessary and appropriate corporate or governmental action and a copy of the extract of
the charter documents and board resolution / power of attorney in favour of the person executing
this Agreement for the delegation of power and authority to execute this Agreement on behalf of
the Consortium Member is annexed to this Agreement and will not to the best of its knowledge:
I. Require any consent or approval not already obtained;
II. Violate any applicable law presently in effect and having applicability to it;
III. Violate the Memorandum and Articles of Association, by-laws or other applicable
organisational documents thereof;
IV. Violate any clearance, permit, concession, grant, license or other governmental authorisation,
approval, judgement, order or decree or any mortgage agreement, indenture or any other
instrument to which such Party or by which such Party or any of its properties or assets are
bound or that is otherwise applicable to such Party;
V. Create or impose any liens, mortgages, pledges, claims, security interests, charges or
Encumbrances or obligations to create a lien, charge, pledge, security interest, encumbrances
or mortgage in or on the property of such Party, except for encumbrances that would not,
individually or in the aggregate, have a material adverse effect on the financial condition or
prospects or business of such Party so as to prevent such Party from fulfilling its obligations
under this Agreement.

c) This Agreement is the legal and binding obligation in accordance with its terms against it;
d) There is no litigation pending or, to the best of such Party’s knowledge, threatened to which
it or any of its affiliates is a Party that presently affects or which would have a material adverse
effect on the financial condition or prospects or business of such Party in the fulfilment of its
obligations under this Agreement.
IN WITNESS WHEREOF the Parties hereto have caused this Agreement to be executed by each of the
duly authorized representatives as appearing below: -
For and on behalf of Company (Lead Bidder, Second & Third Bidder)

(Stamp and Signature of Authorized Signatory)


Name:
Designation:
Note:
 The Consortium Agreement will be signed by an authorized person who is authorized by way of a
Power of Attorney / Board Resolution, delegating the power to the person to sign on behalf of the
company and also on behalf of the Consortium.
 For a Consortium Agreement executed and issued overseas, the document shall be legalized by the
Indian Embassy and notarized in the jurisdiction where the Power of Attorney has been executed.

Page 55 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

Appendix – 2 (1of 3)

Statement of Legal Capacity


(To be forwarded on the Letterhead of the Sole Bidder / Lead Member of Consortium)

Date: ____________

To:

______________________________

______________________________

______________________________

Dear Sir,

We hereby confirm that we / our members in the Consortium (constitution of which has been described in the
Application), satisfy the terms and conditions laid out in the Request for Proposal (RFP) document.

We have agreed that _______________________________________________ (Name of Lead Member) will


act as the Lead Member of our Consortium. *

We have agreed that ____________________________ (Name of Person) will act as our representative / as
the representative of the Consortium on its behalf* and has been duly authorized to submit the RFP. Further,
the authorised signatory is vested with requisite powers to furnish such letter and authenticate the same.

Thanking you.

Yours faithfully,

For and on behalf of ______________________________ (Name of Sole Bidder / Consortium)

(Signature of Authorised Signatory)

Name:

Dsignation:

Note:

* Please strike out whichever is not applicable.

Page 56 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

Appendix – 2 (2 of 3)
Power of Attorney for Signing of Application
Know all men by these presents, we _______________________________________________________
(Name of the firm and address of the Registered Office) do hereby irrevocably constitute, nominate, appoint
and authorise Mr/Ms _____________________________________________________ (Name),
Son/daughter/wife of ___________________________________________________________________
and presently residing at ________________________________________________________ (Address),
who is presently employed with us / the Lead Member of our Consortium and holding the position of
______________________________, as our true and lawful attorney (hereinafter referred to as the
“Attorney”) to do in our name and on our behalf, all such acts, deeds and things as are necessary or required
in connection with or incidental to submission of our bid for “Design, Engineering, Financing,
Construction, Supply, Installation, Commissioning, Performance Run and Operation and Maintenance
for a period of Ten (10) years of 250 tons/day capacity Solid Waste Processing Facility based on Recycle
& Sorting Line, Segregation, Bio-methanation and Composting system at Bainguinim in North Goa
District, Goa.” proposed or being developed by _______________________________ (hereinafter referred
to as the “Authority”) including but not limited to signing and submission of all applications, bids and other
documents and writings, participate in Pre-bid and other conferences and providing information / responses to
the Authority, representing us in all matters before the Authority, signing and execution of all Contracts
including the Concession Agreement and undertakings consequent to acceptance of our bid and generally,
dealing with the Authority in all matters in connection with or relating to or arising out of our bid for the said
Project and / or upon award thereof to us and / or till the entering into of the Concession Agreement with the
Authority.

AND we hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things done
or caused to be done by our said Attorney pursuant to and in exercise of the powers conferred by this Power
of Attorney and that all acts, deeds and things done by our said Attorney in exercise of the powers hereby
conferred shall and shall always be deemed to have been done by us.

IN WITNESS WHEREOF WE, THE ABOVE-NAMED PRINCIPAL HAVE EXECUTED THIS POWER
OF ATTORNEY ON THIS ____ DAY OF _______________ YEAR ____.

For and on behalf of _____________________________________.

(Signature)
Name:
Designation:
Address:
Witness:
1. ____________________ 2. ____________________
(Signature) (Signature)
Name: Name:
Address: Address:
Notes:
 The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, down
by the applicable law and the charter documents of the executant(s) and when it is so required, the same
should be under common seal affixed in accordance with the required procedure.
 Wherever required, the Applicant should submit for verification the extract of the charter documents and
documents such as a Board or Shareholders’ Resolution / Power of Attorney in favour of the person
executing this Power of Attorney for the delegation of power hereunder on behalf of the Applicant.
 For a Power of Attorney executed and issued overseas, the document will also have to be legalised by the
Indian Embassy and notarised in the jurisdiction where the Power of Attorney is being issued. However,
the Power of Attorney provided by Applicants from countries that have signed the Hague Legislation
Convention, 1961 are not required to be legalised by the Indian Embassy if it carries a conforming
Appostille certificate.
Page 57 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

Appendix – 2 (3 of 3)

Power of Attorney for Lead Member of Consortium

Whereas __________________________________________ (hereinafter referred to as “the Authority”) has


invited applications form interested parties for “Design, Engineering, Financing, Construction, Supply,
Installation, Commissioning, Performance Run and Operation and Maintenance for a period of Ten
(10) years of 250 tons/day capacity Solid Waste Processing Facility based on Recycle & Sorting Line,
Segregation, Bio-methanation and Composting system at Bainguinim in North Goa District, Goa.”
(hereinafter referred to as “the Project”).

Whereas ________________________________________________________________ (Lead Member)


and _______________________________________________________ (collectively the “Consortium”),
being Members of the Consortium are interested in bidding for the Project in accordance with the terms and
conditions of the Request for Proposal (RFQ) and other connected documents in respect of the Project, and

Whereas, it is necessary for the Members of the Consortium to designate one of them as the Lead Member
with all necessary power and authority to do for and on behalf of the Consortium, all acts, deeds and things as
may be necessary in connection with the Consortium’s bid for the Project and its execution.

NOW THEREFORE KNOW ALL MEN BY THESE PRESENTS:

We, _____________________________________ (Name of Lead Bidder) having our registered office at


____________________________________________________________________________ (Address),
along with _____________________________ (Name of Second Member) having our registered office at
____________________________________________________________________________ (Address),
(hereinafter collectively referred to as the “Principals”) do hereby irrevocably designate, nominate,
constitute, appoint and authorise M/s _____________________________ having its registered
office at
________________________________________________________________________________
____, being one of the Members of the Consortium, as the Lead Member and true and lawful attorney
of the Consortium (hereinafter referred to as the “Attorney”). We hereby irrevocably authorise the
Attorney (with power to sub-delegate) to conduct all businesses for and on behalf of the Consortium
and any one of us during the bidding process and in the event the Consortium is awarded, the
Concession / Contract, during the execution of the Project and in this regard, to do on our behalf and
on behalf of the Consortium, all or any of such acts, deeds or things as are necessary or required or
incidental to the qualification of the Consortium and submission of its bid for the Project, including
but not limited to signing and submission of all applications, bids and other documents and writings,
participate in bidders and other conferences, respond to queries, submit information/ documents, sign
and execute contracts and undertakings consequent to acceptance of the bid of the Consortium and
generally to represent the Consortium in all its dealings with the Authority, and / or any other
Government Agency or any person, in all matters in connection with or relating to or arising out of
the Consortium’s bid for the Project and / or upon award thereof till the Concession Agreement is
entered into with the Authority.

AND we hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things done
or caused to be done by our said Attorney pursuant to and in exercise of the powers conferred by this Power
of Attorney and that all acts, deeds and things done by our said Attorney in exercise of the powers hereby
conferred shall and shall always be deemed to have been done by us / Consortium.
Page 58 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

IN WITNESS WHEREOF WE, THE ABOVE NAMED PRINCIPAL HAVE EXECUTED THIS POWER
OF ATTORNEY ON THIS ____ DAY OF _______________ YEAR ____.

For and on behalf of ____________________ (Lead Member)


(Signature)
Name:
Designation:
Address:

For and on behalf of ____________________ (Second Member)

(Signature)
Name:
Designation:
Address:

For and on behalf of ____________________ (Third Member)

(Signature)
Name:
Designation:
Address:
Witness:
1. ____________________ 2. ____________________
(Signature) (Signature)
Name: Name:
Address: Address:

Notes:
 The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, down
by the applicable law and the charter documents of the executant(s) and when it is so required, the same
should be under common seal affixed in accordance with the required procedure.
 Wherever required, the Applicant should submit for verification the extract of the charter documents and
documents such as a Board or Shareholders’ Resolution / Power of Attorney in favour of the person
executing this Power of Attorney for the delegation of power hereunder on behalf of the Applicant.
 For a Power of Attorney executed and issued overseas, the document will also have to be legalised by the
Indian Embassy and notarised in the jurisdiction where the Power of Attorney is being issued. However,
the Power of Attorney provided by Applicants from countries that have signed the Hague Legislation
Convention, 1961 are not required to be legalised by the Indian Embassy if it carries a conforming
Appostille certificate.

Page 59 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

Annexure – 1

Affidavit for not being Blacklisted or Barred from any earlier Project
(Rs. 100/- Stamp Paper and notarized)

We, _____________________________________ (Name of Lead Bidder) having our registered office at


____________________________________________________________________________ (Address),
alongwith _____________________________ (Name of Second Member) having our registered office at
____________________________________________________________________________ (Address),
and ____________________________________ (Name of Third Member) having our registered office at
____________________________________________________________________________ (Address),
have jointly bid as a Consortium for “Design, Engineering, Financing, Construction, Supply, Installation,
Commissioning, Performance Run and Operation and Maintenance for a period of Ten (10) years of
250 tons/day capacity Solid Waste Processing Facility based on Recycle & Sorting Line, Segregation,
Bio-methanation and Composting system at Bainguinim in North Goa District, Goa.” (hereinafter
referred to as “the Project”).

We hereby undertake that neither of us has been blacklisted, barred by any State / Central Government Agency
/ Public Sector Undertaking or local body and / or neither has M/s ________________________ (Name of the
lead member) or any of its members ___________________________________________ (Name of the
Second / Third Member) has failed to perform or expelled or terminated from any Project or Contract, as
evidenced by imposition of a penalty by an arbitral or judicial pronouncement or arbitration award against the
bidder or any of the consortium members.
For and on behalf of ____________________ (Lead Member)

(Signature)
Name:
Designation:
Address:

For and on behalf of ____________________ (Second Member)

(Signature)
Name:
Designation:
Address:

For and on behalf of ____________________ (Third Member)

(Signature)
Name:
Designation:
Address:

Page 60 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

Annexure – 2

Average Annual Turnover of the Lead Bidder

Sr. Annual Turnover


Year Remark
No. (Rs. in Lakhs)

1 2016 – 17

2 2017 – 18

3 2018 – 19

Average Turnover for above 3 years

Note:
Please Attached audited statement of Profit & Loss.
For and on behalf of ____________________

(Signature)
Name:
Designation:
Date:
Place:

Certified by Chartered Accountant

(Signature)
Name:
Designation:
Date:
Place:

Page 61 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

Annexure – 3

Net Worth of the Lead Bidder as date of RFQ

Sr. Net Worth


Date
No. (Rs. in Lakhs)

Note:
Please Attached audited Balance Sheet.

For and on behalf of ____________________


(Signature)
Name:
Designation:
Date:
Place:
Certified by Chartered Accountant
(Signature)
Name:
Designation:
Date:
Place:

Page 62 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

Annexure – 4
Certificate from Statutory Auditor regarding PPP Projects
(Please make separate certificates as applicable as per Clause B.1 or and B.2)

Certificate from Statuary Auditor regarding PPP Project

Based on the books of accounts and other published information authenticated by it, this is to certify that
M/s ______________________________ (Name of Member) is / was an equity shareholder in
______________________________ (Name of the Project Company / SPV) and holds/ held Rs. _______
(Rupees _________________________________________________________________________ only)
of equity which constitutes as __% of the total paid-up and subscribed equity capital of the Project Company
/ SPV from __________ (Date) to __________ (Date).
The Project was / is likely to be completed on __________ (Date of Completion).
We further certify that the total estimated capital cost of the Project is Rs. ________________________
(Rupees _________________________________________________________________________ only)
of which Rs. ______________________________ (Rupees ________________________________ only)
of capital expenditure was incurred during the last seven (or as applicable) financial years as per year-wise
break-up (as applicable):
Year _______:
Year _______:
Year _______:
We also certify that the eligible annual revenue collected and appropriated by the aforesaid Project
Company / SPV in terms of Clause B.1 or and B.2 (Please make separate certificates as applicable) of the
Request for Proposal (RFP) during the last seven financial years were Rs. __________________________
(Rupees _________________________________________________________________________ only)
as per year-wise (as applicable) details noted below:
Year _______:
Year _______:
Year _______:
Name of the Audit Firm/ Auditor:
Seal of the Audit Firm / Auditor:
Signature of the Authorized Signatory of the Audit Firm / Auditor:
Date:
Place:
_______________
Signature of Bidder
Date:
Place:

Page 63 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

Annexure – 5A

Details Operation and Maintenance of Solid Waste Management Facility in last Three Years

Name of Name & Description Duration Value of Contract Date of Actual Actual
Work Address of Work of Work No. Award date of Date of
of Client Contract Start of Completion
Rs.
Work
Lakhs

Note:

Pleae Attach Certificate(s) from the Department / Client.

_______________
Signature of Bidder
Date:

Place:

Page 64 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

Annexure – 5B

Details of PPP Construction Experience of Solid Waste Management Projects including Civil,
Mechanical, Electrical, Instrumentation, PLC & SCADA based Automation Work in last Three
Years

Name of Name & Description Duration Value of Contract Date of Actual Actual
Work Address of Work of Work No. Award date of Date of
of Client Contract Start of Completion
Rs.
Work
Lakhs

Note:

Pleae Attach Certificate(s) from the Department / Client.

_______________
Signature of Bidder
Date:

Place:

Page 65 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

Annexure – 5C

Details of Similar Works Done by the Sole Bidder / Consortium Member / Technology Partner
(as applicable) in last three Years

Capacity of the
Name & Address of List of Equipment Plant
Name of Project Year of Installation
Client in the Plant
ton/hr, ton/annum

Note:

Pleae Attach Certificate(s) from the Department / Client.

_______________
Signature of Bidder
Date:

Place:

Page 66 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

Annexure – 5D

Experience of Primary Segregation via Extrusion Press System by the Sole Bidder / Consortium
Member / Technology Partner (as applicable) in last Three Years

Name & Address of Capacity of the Plant


Name of Project Year of Installation
Client ton/hr, ton/annum

Note:

Pleae Attach Certificate(s) from the Department / Client.

_______________
Signature of Bidder
Date:

Place:

Page 67 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

Annexure – 5E

Experience of Composting System by the Sole Bidder / Consortium Member / Technology


Partner (as applicable) in last three Years

Name & Address of Capacity of the Plant


Name of Project Year of Installation
Client ton/hr, ton/annum

Note:

Pleae Attach Certificate(s) from the Department / Client.

_______________
Signature of Bidder
Date:

Place:

Page 68 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

Annexure – 6
Technology Tie-up Agreement
(Separate Tie-up Agreements shall be executed on Rs. 100/- Stamp Paper and notarized for separate
Technologies)
This Technology Tie-up Agreement is entered into on __________ (Date) by and between ______________
_______________________________________________________ (Name of Sole Bidder / Consortium)
(hereinafter referred as “XXXX”), a company incorporated under the Companies Act, 1956 with a Registered
Office at ________________________________________________________________________________
(Address of Sole Bidder / Lead Partner of Consortium).
AND
________________________________________________________ (Name of Technology Provider)
(hereinafter referred as “YYYY”), a company with a Registered Office at _______________________
__________________________________________________________________________________
(Address of Technology Provider).
WITNESSETH
WHEREAS XXXX is in the business of Designing, Providing, Constructing, Installation, Commissioning and
Operation & Maintenance of Solid Waste Management Plants / Infrastructure PPP/BOOT Projects and YYYY
is in the business of providing technology / equipment for providing __________________ (Please indicate
the technology for which this Technology Tie-up Arrangement is being made i.e. Similar Work / Extrusion
Press Sytem / Composting System etc.) for Solid Waste Management Plants.
AND
Goa Waste Management Corporation, having its Registered Office at Saligao, Plateau, Saligao Bardez, Goa
(hereinafter referred as “GWMC” or “the Concessioning Authority” (hereinafter referred to as the
“Work”)has invited “ONLINE” Lump Sum Bids from reputed, experienced and eligible prospective bidders
who have completed the Work of similar nature and magnitude for “Design, Engineering, Financing,
Construction, Supply, Installation, Commissioning, Performance Run and Operation and Maintenance
for a period of Ten (10) years of 250 tons/day capacity Solid Waste Processing Facility based on Recycle
& Sorting Line, Segregation, Bio-methanation and Composting system at Bainguinim in North Goa
District, Goa.” vide Notice Inviting Tender No. _____________________________.
Now, this Technology Tie-up Agreement is executed specifically for the above-mentioned work and cannot
be used for any other Work / Project and this Technology Tie-up Agreement does not imply or constitute a
Joint Venture.

1. XXXX is submitting its Bid and XXXX has decided to enter into an exclusive Technology Tie-up
Agreement with YYYY to engage them exclusively as Technology Partner for Solid Waste
Management and Treatment Facility for _______________________________________________
(Please indicate the technology for which this Technology Tie-up Agreement is being made i.e. Similar
Work / Mechanical Recycling Line / Organic Extrusion Segregation / Composting system etc.) as a
part of the above mentioned work for which Bids have been invited by GWMC.

2. As part of the Technology Tie-up Agreement, YYYY shall support XXXX with complete technological
details, which shall include all design and engineering aspects, supply of all key components,
mechanical guarantee for the technological components, supervision of erection & commissioning,
operation, maintenance and services of all the Technology Partner related equipment’s for the period of
this Contract with GWMC.

3. YYYY shall review and stamp the overall drawings and engineering documents of XXXX, prior to
submission of the same to GWMC in order to ascertain that the overall plant design is in line with the
YYYY’s requirements. Such approvals are mandatory in order to ensure XXXX meets the performance
guarantee of the equipment’s as well as the overall plant in accordance to the YYYY’s requirements.

4. YYYY shall support XXXX during the complete Operation & Maintenance Contract with respect to
the supervision of the technological equipment and its service requirements. In turn, XXXX shall

Page 69 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

design, supply, install, operate and service the equipment’s related with the specific Technology Partner
in complete accordance with the YYYY’s requirements specification.

5. XXXX will be the main Contractor and the authority to sign the Agreement with GWMC. XXXX shall
accept complete responsibility and obligation for the works and shall be responsible to GWMC. YYYY,
in turn, shall be responsible and liable to XXXX for its scope of work. Further, XXXX shall furnish
bank guarantees for due Security, Performance, O&M and all other such obligations under the Project
as a whole.

6. Qualified personnel of YYYY shall also attend all review meetings over the Project as and when called
for by GWMC till the completion of the Project.

7. As the qualification of XXXX is based on qualification of YYYY, the Technology Tie-up Agreement
between XXXX and YYYY shall be valid throughout the project completion and XXXX cannot change
the Technology Tie-up Partnership after the award of the Contract. Such a step shall be considered as
an annulment of this Agreement and XXXX shall be summarily rejected.

8. Each Party XXXX and YYYY hereto in relation with the other is solely responsible and liable for their
respective scope of work, to be mutually agreed between the Parties and incorporated in a detailed
Agreement / Purchase Order to be entered into between the Parties before start of work for the above-
mentioned Work. Such detailed Agreement / Purchase Order shall deal with technical and financial
aspects of the Project.
9. Also it is agreed by both the parties in this Agreement that in the event the bidder is the selected bidder,
then prior to Awrad of the Contract, all such Technology Tie-up Agreements shall be assigned to
GWMC by way of a separte Agreement between the Lead Bidder, Technology Partners and GWMC
and will be valid throughout the duration of the Contract so that GWMC has direct access to the
technology as provided by the Technology Parteners.

10. Each Party agrees to and undertakes to indemnify and hold harmless the other Party against any liability,
loss, cost, damages or expenses sustained as a result of negligent or improper performance or
disturbance caused by itself or by any of its sub-contractors, suppliers or associates in connection with
its share of works as per the Contract. If any third Party enforces any claim, which is attributable to the
scope of work of a certain Party, that Party shall settle such claims. The Parties agree to indemnify each
other against all claims made by any third Party in respect of any infringements of any rights protected
by patents, designs or copyrights or trademarks employed in the Project by any Party.

11. In the course of working as associates, XXXX / YYYY will be sharing information with each other
which may be proprietary / confidential information / knowledge acquired by each other. It is hereby
agreed that both the Parties will maintain complete secrecy regarding such information / knowledge and
will not divulge to any Party for any other purpose except for the success of the joint execution of the
Contract.

12. Disputes, if any arising in connection with this Agreement shall, at the first place, be referred and settled
mutually and amicably between the Parties herein through their respective senior executive without
making reference to the arbitration. In the extreme unlikely case, where no reconciliation is reached
within sixty (60) days from reference for the dispute to the other Party by the dispute raising Party, such
dispute shall be settled by arbitration in accordance with the provisions of the Arbitration & Conciliation
Act, 1996 and/or any statutory amendments thereto. The number of arbitrators shall be three. Each Party
shall nominate their respective arbitrators and both the nominated arbitrators shall appoint the third
arbitrator who shall act as the presiding arbitrator. The venue of arbitration shall be Goa and the
language used shall be English. The arbitral award shall be final and binding upon the Parties. Neither
Party shall be released from its obligations to comply with any of the provisions of this Agreement, the
Contract and the detailed Agreement as a result of reference of disputes to arbitration or during the
course of arbitral proceeding.
Page 70 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

13. This Technology Tie-up Agreement shall be effective from the date as mentioned in the first page of
the Agreement and shall remain valid till the project completion and shall terminate on the happening
of any of the following:
1. The bid submitted by XXXX is rejected or XXXX is unsuccessful in the Bid or disqualified.
2. The Contract for the Work has been awarded to other Third Parties.
3. The Authority/ GWMC notify the Parties that they will not proceed with the Project.
4. A Court of Competent Jurisdiction declares any of the Parties to the Agreement insolvent.

This Technology Tie-up Agreement shall be subject to the laws in India and shall be subject to the jurisdiction
of the court at Panaji - Goa

IN WITNESS WHERE OF the Parties here to have caused this Agreement to be executed by each of the duly
authorized representatives as appearing below:

For and on behalf of XXXX

(Stamp and Signature)


Authorized Signatory
Name:
Designation:
Name:
Date:
Place:

For and on behalf of YYYY

(Stamp and Signature)


Authorized Signatory
Name:
Designation:
Name:
Date:
Place:

Page 71 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

Annexure – 7

Information of Sole Bidder / all Members of Consortium


(Please fill separate sheets for Sole Bidder / each Member of Consortium

Sr.
Description Details
No.
1 Name of Contractor / Company
2 Full Address
3 Address of Registered Office
4 Telephone No.
5 Fax No.
6 Web Site / E-mail
7 Mobile No.
Whether the firm is a Joint Stock Company, Undivided
Hindu Family, Individual or registered Partnership Firm
8
(Attested Photocopy of Affidavit or Partnership Deed or
Articles and Memorandum of Association be enclosed)
9 Year of Incorporation
Name of Sole Proprietor / Partners / Directors with
10 Particulars / Liabilities (Attested Photos of Proprietor /
Partners / Directors be enclosed)
Name of person holding the Power of Attorney
11
(Attested Photocopy of Power of Attorney be enclosed)
Registration & Classification with State PWD, CPWD,
12
GWMC and PWD of State other than Goa.
13 Name of Bankers with full Address of Branch.
Present Arrangement / Organization Set-up and Office
14
Facilities Available
15 Pan Card No. and photocopy of the PAN Card
16. GST Registration no. & Certificate Copy

_____________
Signature of Bidder
Date:
Place:

Page 72 of 74
Pre-qualification Document – 250TPD Solid Waste Processing Facility at Bainguinim, Goa

Goa Waste Management Corporation

Annexure – 8

Marking System for reference plants as offered for pre-qualification and visited by GWMC
officials/members.

Sr. No Category for Evaluation Maximum No of marks per


Category

1. Type of Mechanical units being used for segregation 10

2. Quantum in Percentage of Recyclables recovered during 10


Plant operation

3. Percentage Quantum and Quality of Compost generation 10

4. Percentage Quantum and Quality of RDF generation 10


including calorific value

5. Efficiency of power generation from bio-methanation 10


(Kw/hr/ton)

6. Percentage Quantum of Waste being send to landfill type 10


of waste being sent to landfill

7. Storage method of raw waste and Produced goods / 5


products

8. General housekeeping and Hygiene Standards 10

9. Odour control and Leachate Treatment in the plant 10


premises

10. Any innovative technology adopted at plant 5

11. Compliance to SWM Rules 2016 5

12. Landscaping and buffer maintained 5

Note: Bidder to obtain a minimum of 75 marks to qualify for the next stage of bidding i.e. RFP. GWMC
reserves the right to evaluate and allot marks to the solid waste management facility of the bidder,
operated by the bidder.

Page 73 of 74

You might also like