Nothing Special   »   [go: up one dir, main page]

Volume 1 Narmadapuram JP

Download as pdf or txt
Download as pdf or txt
You are on page 1of 50

MUNICIPAL COUNCIL NARMADAPURAM

Dist. NARMADAPURAM, MADHYA PRADESH

REQUEST FOR PROPOSAL (RFP)

For

Selection of Operator for design, supply, installation, erection and


commissioning of Municipal Solid Waste Processing Plant including civil
works with Operation & Maintenance (O&M) for 10 years in
Narmadapuram Municipal Council

Estimated Project Cost:- Rs. 10,78,70,528.00/-

VOLUME 1
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]
DISCLAIMER

The information contained in this RFP has been prepared solely to assist prospective Bidders in making
their decision of whether or not to submit a bid. The Narmadapuram Municipal Council (here in after
referred to as “the Authority” in this RFP Document) does not purport this information to be all-inclusive
or to contain all the information that a prospective Bidder may need to consider in order to submit a
proposal. The information contained in this Request for Proposal (RFP) document or subsequently
provided to Bidder, whether verbally or in documentary or any other form by or on behalf of Authority is
provided to Bidder on the terms and conditions set out in this RFP and such other terms and conditions
subject to which such information is provided.

This RFP is not an agreement and is neither an offer nor invitation by Authority to the prospective Bidder
or any other person. The purpose of this RFP is to provide interested firms with information that may be
useful to them in the formulation of their Proposals pursuant to this RFP.

Information provided in this RFP to the Bidder is on a wide range of matters, some of which depends
upon interpretation of law. The information given is not an exhaustive account of statutory requirements
and should not be regarded as a complete or authoritative statement of law. Authority, accepts no
responsibility for the accuracy or otherwise for any interpretation or opinion on the law expressed herein.

Authority also accepts no liability of any nature whether resulting from negligence or otherwise however
caused arising from reliance of any Bidder upon the statements contained in this RFP. Authority may in
its absolute discretion, but without being under any obligation to do so, update, amend or supplement the
information, assessment or assumption contained in this RFP.

The issue of this RFP does not imply that Authority, is bound to select a Bidder or to appoint the Selected
Bidder, as the case may be, for this project and Authority, reserves the right to reject all or any of the
Proposals without assigning any reasons whatsoever.

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

Page 1
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]

A. INTRODUCTION................................................................................................................................................ 3
i. Project Description ..................................................................................................................................... 3
ii. Eligible Bidder............................................................................................................................................. 4
iii. Pre-Qualification Criteria ........................................................................................................................... 5
iv. Essential Pre-Qualification Documents ...................................................................................................... 8
v. One bid per Bidder ...................................................................................................................................... 9
vi. Cost of Bidding ............................................................................................................................................ 9
vii. Site Visit and verification of Information ................................................................................................ 9
B. BIDDING DOCUMENTS ................................................................................................................................... 11
i. Content of the Bid Document..................................................................................................................... 11
ii. Pre-Bid Meeting & Clarification of Bidding Documents .......................................................................... 11
iii. Amendment in the Bidding Document ....................................................................................................... 12
iv. Conflict of Interest ..................................................................................................................................... 12
C. PREPARATION OF BIDS.................................................................................................................................. 13
i. Procedure for Participation in e-Tendering .............................................................................................. 13
ii. Key Dates .................................................................................................................................................. 13
iii. Preparation and Submission of Bids ......................................................................................................... 13
iv. Bid Validity Period .................................................................................................................................... 14
v. Bid Document Fees.................................................................................................................................... 14
vi. Earnest Money Deposit / Bid Security ....................................................................................................... 14
vii. Technical Proposal ............................................................................................................................... 15
viii. Financial Proposal / Price Bid ............................................................................................................. 16
ix. Documents Comprising the Bid ................................................................................................................. 16
x. Alternative Proposals by Bidders .............................................................................................................. 16
xi. Format and Signing of Bid ........................................................................................................................ 16
xii. Language of Bid .................................................................................................................................... 17
D. SUBMISSION OF BIDS ..................................................................................................................................... 18
i. Online submission of Bids ......................................................................................................................... 18
ii. Physical Submission of Bids (if Applicable as per Bid Data Sheet) .......................................................... 18
iii. Bid Due Date ............................................................................................................................................. 18
iv. Withdrawal, Substitution and Modification of Bids ................................................................................... 19
E. BID OPENING AND EVALUATION .................................................................................................................. 20
i. Procedure for Bid opening and Evaluation ............................................................................................... 20
ii. Clarifications ............................................................................................................................................. 20
iii. Confidentiality ........................................................................................................................................... 21
iv. Bid Evaluation Process & Criteria ............................................................................................................ 21
v. Successful Bidder....................................................................................................................................... 23
F. AWARD OF CONTRACT.................................................................................................................................. 24
i. Negotiations & Post qualification ............................................................................................................. 24
ii. Award Criteria........................................................................................................................................... 24
iii. Right to vary Quantities ............................................................................................................................. 24
iv. Authority's Right to Accept Any Bid and to Reject Any or All Bids ........................................................... 24
v. Notification of Award ................................................................................................................................ 24
vi. Performance Security ................................................................................................................................ 25
vii. Signing of Concession Agreement ......................................................................................................... 25
G. FRAUD AND CORRUPT PRACTICES ............................................................................................................... 27
H. ANNEXURE:- FORMS FOR BID SUBMISSION ................................................................................................. 29

Page 2
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]

A. Introduction

i. Project Description

1. The “Swachh Bharat Mission-Urban” (SBM-U) is a major initiative of Government of India


with a vision of a ‘Clean India’ by 2019. To achieve the objectives of the Swachh Bharat
Mission, Government of Madhya Pradesh has launched “Madhya Pradesh Swachhtta
Mission” at the state level. Urban Administration and Development Department, Government
of Madhya Pradesh is the nodal agency in urban areas for implementing the overall goals of
SBM.

2. The Government of Madhya Pradesh proposes to strengthen the entire MSWM system in all
the Urban Local Bodies (ULBs) in Madhya Pradesh so as to comply with the Solid Waste
Management Rules 2016, service level benchmarks of the Government of India (GoI) &
achieve the objectives of Swachh Bharat Mission (SBM).

3. To fulfil the objectives, Narmadapuram Municipal Council (herein after referred to as “the
Authority” in this RFP) is seeking proposals from eligible bidders to undertake the works
required for Selection of Operator for design, supply, installation, erection and commissioning
of Municipal Solid Waste Processing Plant including civil works with operation &
maintenance (O&M) for 10 years in Narmadapuram Municipal Council.

4. Facility to be provided by selected operator: The selected operator shall design Municipal
Solid Waste treatment/processing plant as per CPHEEO manual and applicable laws. The
broad scope of work is detailed as under.
i. Design, supply, installation, erection and commissioning of following Municipal
Solid Waste Processing Plant including civil works-
a. 50 TPD capacity Mechanised Processing Plant for processing of mixed
municipal solid waste based on windrow composting technology.
b. 20 TPD capacity power generation based Biomethanation Plant for processing
of organic municipal solid waste.
ii. Operation & maintenance (O&M) of the all-project assets / facility for 10 years.
iii. The power generated from the bio-methanation Plant is to be used for running the
mechanized processing plant or site facilities.
iv. Replacement and capacity augmentation of plant, machinery and equipment for all
the facilities during the operation period in accordance with the Concession
Agreement meeting latest municipal solid waste management manual published by

Page 3
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]
Government of India. Operator shall bear that extra expenditure of replacement and
capacity augmentation (if required)
v. Incur capital and revenue cost for supply, installation, commissioning and operation
and maintenance of the plants during the project term.
vi. The details of facilities and construction requirements to be provided by the selected
operator are provided in Draft Concession Agreement (Volume II).

5. Facility to be provided by Authority: The details of facility to be provided by Authority is


given in Draft Concession Agreement (Volume II).

6. Supply & Ownership of waste: Authority shall supply municipal solid waste generated in its
jurisdiction area at proposed processing plant with its own resources and expenses. However,
the “Authority” does not guarantee to supply any minimum amount of waste to the
“Operator”. The operator shall have the right to refuse any lot of waste delivered by Authority
which is defined as excluded waste in this RFP. Municipal solid waste collected and all the
byprducts derived from processing of all such waste shall be exclusive property of selected
operator.

7. Source of Fund: The expenditure on this project will be met by the Authority from the budget
of Govt. of India/ Govt. of Madhya Pradesh/ Municipal Fund etc.

8. Tipping Fees for Processing and O&M: The Authority will pay a monthly tipping fees (from
the date of commencement of operation) at the rate of Rs. 200/- Per Metric Ton which will
cover all expenses related to processing of waste and O&M of the facilities developed by the
bidder. The quoted Base Tipping Fee shall be increased at the rate as per calculations given in
Draft Concession Agreement (Volume II). The first revision of the said rates shall be
effective from the month in which O&M services commence and the same shall be valid for
12 months.

9. The bidder shall submit proposal for the entire work as defined in this RFP. Part bidding is not
allowed. Bidders are advised to note the pre-qualification criteria specified in this RFP to
qualify for award of the contract.

ii. Eligible Bidder

10. A Bidder may be a natural person, private entity, government-owned entity or any subsidiary
of a company or any combination of them with a formal intent to enter into an agreement or
under an existing agreement to form a Consortium/Joint Venture. Trust being a private Entity
is eligible for taking part in bidding processes of said Bid. For an applicant/ bidder can submit

Page 4
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]
the Bid either individually or form a consortium. In case the Bidder is a Consortium/Joint
Venture, it shall, comply with the following additional requirements:
i. The number of members (incorporated under The Companies Act, 2013 or Partnership
firm or any subsidiary of a company) in a Consortium /Joint Venture would be limited to
2 (Two) members. The Members of the Consortium/Joint Venture shall nominate one
member as the lead member (the “Lead Member”). The said document is to be
submitted along with the technical bid documents as per the format provided in the RFP.
ii. It is clarified that the lead member of the consortium would be regarded as being
responsible for the due implementation of this Project.
iii. Combined Technical capacity and Financial Capacity of all Consortium/Joint Venture
members (“the Lead Member” and “the Technical Member”) shall be considered towards
qualifying and evaluation criteria.
iv. A Consortium/Joint Venture shall have registered agreement wherein roles and
responsibilities of Consortium members/joint venture parties clearly mentioned. The said
document is to be submitted along with the technical bid documents as per the format
provided in the RFP.
v. The Consortium/Joint Venture members shall nominate a person as the “Authorize
Signatory” from the Lead Member of the Consortium/Joint Venture who shall be
authorized to sign their bid submission, the Concession agreement or any correspondence
with the Authority. A power of Attorney in the name of “Authorized Signatory” has to be
furnished by the Consortium/Joint Venture bidder along with their technical proposal.
The said document is to be submitted along with the technical bid documents as per the
format provided in the RFP.
vi. Bidder should not be blacklisted/debarred in last 7 years by any government department
in India for any kind of work. Form 10 Format of Undertaking from the bidder for non-
Blacklisting shall be attached with the Proposal.

iii. Pre-Qualification Criteria

a) Technical Capacity

11. For demonstrating technical capacity (“the technical capacity”), the bidder / applicant must
comply the following conditions prior to the due date of this Bid submission –

Details Minimum Qualifying Criteria


(I) General Experience
The Bidder shall have construction experience in At least 07 (Seven)
design, supply, installation, erection and Years of experience for individual bidders
commissioning of Municipal Solid Waste Processing and Joint Venture Members
Plants in India

Page 5
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]
Details Minimum Qualifying Criteria
Capacity No. of Projects
- Minimum 20 Tonne At least 3 (Three)
(II) Waste Processing Experience
per Day (TPD) completed
The Bidder shall have completed design, supply, Processing Capacity projects
installation, erection/ construction and commissioned each; OR
Municipal Solid Waste Processing Plant involving any - Minimum 25 Tonne At least 2 (Two)
per Day (TPD) completed
Waste to Compost generation techniques and Processing Capacity projects
successfully operated the plant for at least 1 Year for each; OR
the following capacities during last 07 years ending, as - Minimum 40 Tonne At least 1 (One)
on last date of submission of the RFP. per Day (TPD) completed
Processing Capacity projects
each
Capacity No. of Projects
- Minimum 08 Tonne At least 3 (Three)
(III) Waste to Energy Generation Experience per Day (TPD) completed
The Bidder shall have completed design, supply, Capacity each projects
installation, erection/ construction and commissioned OR
- Minimum 10 Tonne At least 2 (Two)
Bio methanation plant involving Electricity Generations
per Day (TPD) completed
and successfully operated the plant for at least 1 Year Capacity each projects
during last 07 years ending, as on last date of OR
submission of the RFP - Minimum 16 Tonne At least 1 (One)
per Day (TPD) completed
Capacity each projects
Note:
o In case an eligible project for accessing “the technical capacity” has been jointly
executed by the Bidder (as part of a consortium), then the entity claiming such
eligibility should satisfy both of below conditions:
(a) Have held minimum 51% share in the project for which the experience is
being claimed the claiming entity shall produce proof of percentage
shareholding in the project for which experience is being claimed.
(b) The project shall be qualified as ‘eligible project’ for “the technical
capacity only if the percentage shareholding in the project multiplied with the
total Population or Project Value or Capacity or Quantity is satisfying the
criteria laid down above.
o The eligible projects claiming “the Technical Capacity” should have been
successfully completed for any Local Body/ any Government / Semi-Government
Organizations / public Sector undertakings / private organisation in India with direct
contract with them.
o For accessing “the Technical capacity” who have participated as joint venture, the
above requirement should be fulfilled jointly by the members of the consortium.

Page 6
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]

b) Financial Capacity

12. For demonstrating the financial capacity (“the Financial Capacity”), the bidder has to comply
with each of the following conditions:

Details Qualifying Criteria


(I) Turnover
Minimum Rs. 5.12 Crore
The bidder should have average turnover in the preceding
(~50% of Estimated Cost of
three financial years from the due date of submission of this Project)
bid.
(II) Networth
The bidder / applicant should have a positive Net Worth in Minimum Rs. 1.00 Cr. (~10%
the preceding three financial year from the due date of of Estimated Cost of Project)
submission of this bid
(III) Solvency
The Bidder must have a solvency duly certified by the
Banker and solvency certificate should not be more than 06
Minimum Rs. 1.00 Cr. (~10%
months old prior to the date of submission of Bid or should of Estimated Cost of Project)
have validity as on last date of submission of Bid. The
solvency certificate should be submitted in any of the
formats given in Annexure for the purpose of guidance.
Note:
o For the purpose of this RFP, turnover (“the turnover”) shall mean the average of
annual revenues from execution of the projects as listed in clause (i-above) during
the preceding three financial years from the due date of submission of this bid. This
shall not include capital grants/capital subsidies/donations /salaries/dividend/ bonus/
commission and interest income.
o For the purposes of this RFP, net worth (the "Net Worth") shall mean:
(a) In case of Private Limited/ Limited Companies incorporated under the
Companies 1956 (or the Companies Act 2013) (or equivalent Act in case of
Foreign bidder) shall mean the sum of subscribed and paid up equity and all
reserves created out of the profits and securities premium account after
deducting the aggregate value of the accumulated losses, deferred expenditure
and miscellaneous expenditure not written off, as per the audited balance sheet,
but does not include reserves created out of revaluation of assets, write-back of
depreciation and amalgamation (as prescribed in the Companies Act 2013).
(b) In case of Partnership Firms means partners’ capital plus reserve & surplus.
(c) In case of individuals means sum total of all assets less liabilities.
o For accessing “the Financial capacity” who have participated as joint venture, the
above requirement should be fulfilled jointly by the members of the consortium.
c) Other Pre-Qualification Criteria

13. The bidder should be technically capable enough to ensure the processing of Municipal Solid
Page 7
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]
Waste as per Solid Waste Management Rules (2016) published by the Government of India.
The bidder shall furnish a write up in the format as provided in this RFP document
demonstrating their proposal for executing the Works.

iv. Essential Pre-Qualification Documents

14. Bidder is required to enclose all the following documents in support of his pre -qualification
for bidding:
i. Incorporation certificate of the company/Proof of Company registration
document/MoA or Partnership Deed;
ii. Copy of first work order it has ever received for municipal solid waste treatment
facility;
iii. Copy of Agreement for projects claiming “the Technical Capacity” with the concerned
client;
iv. “Client Certificate” will be required for projects claiming “the Technical Capacity”
which are ongoing or completed. Certificate (s) from its concerned client (s) in
support of “the technical capacity” should clearly state the capacity of project (or,
quantity processed till date in case of currently running project) including performance
of the firm for the work completed during the contract period of the project in respect
of the projects whose experience is claimed.
v. Aforesaid Certificate should be issued from the officer of rank not below then
Executive Engineer/ Project Manager or equivalent) shall only be considered.
vi. In case a particular work/ contract has been jointly executed by the Bidder (as part of a
consortium/ Joint Venture), it should further support its claim for the share in work
done forth at particular work/ contract by producing a certificate from its client.
vii. Audited balance sheet of preceding three financial years from the due date of
submission of this bid and Certificate(s) from its Statutory Auditors in support of “the
Financial Capacity”
viii. Certificate specifying the “Average Turnover” & “Net Worth” of the Bidder
(Individual bidder/Lead Member of Consortium/Joint Venture) from Statutory
Auditor/ practicing Chartered Accountant in preceding three financial years from
the due date of submission of this bid.
ix. Copy of the Latest Income Tax Return (ITR) filed.
x. Copy of valid PAN, TAN, GSTIN, PF Registration etc. issued by concerned authority.

Page 8
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]
v. One bid per Bidder

15. A Bidder is eligible to submit only one Bid in entire bidding process either Individual
bidder/Lead Member of Consortium/Joint Venture. Applicant/Bidder shall not be entitled to
submit another bid either Individual bidder/Lead Member of Consortium/Joint Venture, as the
case may be.

vi. Cost of Bidding

16. The Bidders shall be responsible for all the costs associated with the preparation of their bids
and their participation in the bidding process. The Authority will not be responsible or in any
way liable for payment of such costs, regardless of the conduct or outcome of the bidding
process.

vii. Site Visit and verification of Information

17. Prior to submitting the proposal, the bidders are advised to visit and examine the project site
and its surroundings, obtain and ascertain for themselves all technical data, and other
information necessary for preparing their bid including carrying out necessary technical
surveys, field investigations, assets condition assessment etc. at its own cost and risk. Bidders
are encouraged to submit their respective bids after visiting the project site/area to ascertain
the ground situation, coverage, quality of assets or any other matter considered relevant by
them. The bidders shall be deemed to have full knowledge of the site conditions, whether
physically inspected or not, if bidder submits its bid for the mentioned work.

18. For the above purpose, the bidders may approach the Authority for assistance during any site
visit. The bidders shall be responsible for all arrangements and shall release and indemnify the
Authority and/or any of its agencies/consultants/advisors from and against all liability in
respect hereof and shall be solely responsible for any personal injury, loss of or damage to
property or any other loss, damage, costs or expenses, however caused, which, but for the
exercise of such permission, would not have arisen due to this RFP.

19. It shall be deemed that by submitting a bid, the bidder has:


i. Made a complete and careful examination of the bidding documents;
ii. Received all relevant information;
iii. Acknowledged and accepted the risk of inadequacy, error or mistake in the
information provided in the bidding documents or furnished by the Authority and shall
Page 9
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]
not be a basis for any claim for compensation, damages, extension of time of
performance of its obligations, loss of profit etc. from the Authority, or a ground for
termination of the Concession agreement;
iv. Satisfied itself about all matters, things and information necessary and required for
submitting an informed bid, execution of the project in accordance with the bidding
documents and performance of all of its obligations there under;

Page 10
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]

B. Bidding Documents

i. Content of the Bid Document

20. This bid document is structured to provide prospective bidders with sufficient information on
which to prepare the bid and is organized in the following manner:

VOLUME I:- Information to Bidders (ITB)

VOLUME II:- Draft Concession Agreement (DCA)

ii. Pre-Bid Meeting & Clarification of Bidding Documents

21. The bidders or their official representative are invited to attend a pre-bid meeting. The purpose
of the meeting will be to clarify issues and to answer questions on any matter that may be
raised at that stage. The date, time and address of the Pre-bid meeting is specified in the Bid
Data Sheet.

22. Bidders requiring any clarification on the bidding documents or questions on any matter that
may be raised at that stage, may send their queries in written, addressed to contact person as
mentioned in the Bid Data Sheet, latest by one day before the pre-bid meeting date mentioned
in the bid data sheet. The responses of the Authority will be uploaded only on the website
www.mptenders.gov.in and shall not be communicated separately or individually to the
bidders.

23. The Authority shall endeavour to respond to the questions raised or clarifications sought by
the bidders. However, the Authority 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 the Authority to respond to any question or to provide any
clarification which will have material adverse effect on the bidding outcome.

24. The Authority may also on its own motion, if deemed necessary, issue interpretations and
clarifications to all bidders. All clarifications and interpretations issued by the Authority shall
be deemed to be part of the bidding documents. Verbal clarifications and information given by
Authority or its employees or representatives shall not in any way or manner be binding on the
Authority.

Page 11
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]
iii. Amendment in the Bidding Document

25. At any time prior to the deadline for submission of proposals, the Authority may amend the
RFP documents, including any Concession Agreement, by issuing an Addendum.

26. Any Addendum thus issued shall be part of the RFP documents and shall be published on the
website www.mptenders.gov.in.The Authority may communicate in writing by mail or by
fax to all short-listed bidders to whom the RFP documents are issued. The Authority bears no
obligation for any bidder not receiving the information of the addendum issued to this RFP for
any reason whatsoever.

iv. Conflict of Interest

27. A bidder shall not have the conflict of interest (the “Conflict of Interest”) that affects the
bidding process. Any bidder found to have a conflict of interest shall be disqualified. In the
event of disqualification, the Authority shall forfeit and appropriate the bid security or
performance security, as the case may be. Without limiting the generality of the above, a
bidder shall be considered to have a ‘conflict of interest’ that affects the ‘Bidding Process’, if:

i. Such bidder (or any constituent thereof) and any other bidder (or any constituent
thereof) have common controlling shareholders or other ownership interest; Or;
ii. A constituent of such bidder is also a constituent of another Bidder; Or;
iii. Such bidder receives or has received any direct or indirect subsidy from any other
bidder, or has provided any such subsidy to any other bidder; Or;
iv. Such bidder has the same legal / authorised representative for purposes of this bid as
any other bidder; Or;
v. Such bidder has a direct relationship with another bidder, that puts them in a position
to have access to each other’s information about, or to influence the bid of either or
each of the other bidder.

28. A bidder shall be liable for disqualification and forfeiture of bid security or performance
security and termination of contract as the case may be, if a conflict of interest on part of
bidder is discovered by the Authority during the bidding process or at the time of issue of
letter of award (LoA) or during the execution of the contract.

Page 12
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]

C. Preparation of Bids

i. Procedure for Participation in e-Tendering

29. For participation in e-tendering module of www.mptenders.gov.in it is mandatory for


prospective Bidder to get registration on aforesaid website. Therefore, it is advised to all
prospective bidder to get registration by making on line registration fees payment at the
earliest.

30. As per the directions of the Controller of Certifying Authorities, Ministry of Communication
and Information Technology, Government of India, a Class III Digital Certificate shall be
required to bid for all tenders solicited electronically. If the Bidder does not have such a
certificate, it may be obtained from any of the registering authorities or certification
authorities mentioned on aforesaid website. Kindly note that it may take at least three-five
business days for the issue of a digital certificate. Bidders are advised to plan their time
accordingly. Authority shall bear no responsibility for accepting bids which are delayed due to
non-issuance or delay in issuance of such digital certificate.

31. If bidder is bidding first time for e tendering, then it is obligatory on the part of bidder to fulfil
all formalities such as registration, obtaining Digital Signature Certificate etc. well in advance.
For any type of clarifications bidder can visit help desk. Interested Bidder may attend the free
training programme in Bhopal at their own cost.

ii. Key Dates

32. The bidders are strictly advised to follow the time schedule (Key dates) of the bid of their side
for tasks and responsibilities to participate in the bid, as all the stages of each bid are locked
before the start time and date and after the end time and date for the relevant stage if the bid as
set by the Authority.

iii. Preparation and Submission of Bids

33. The bidders have to prepare their bid online, encrypt their bid data in the Bid forms and
submit Bid of all the envelopes and documents related to the Bid required to be uploaded as
per the time schedule mentioned in the key dates provided in this RFP document dafter
singing of the same by the Digital Signature of their authorized representatives.

Page 13
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]
Note:
i. Bidders are requested to visit our e-tendering website regularly for any clarifications and/or
due date extension or corrigendum.
ii. Bidder must positively complete online e-tendering procedure at given website.
iii. The Authority shall not be responsible in any way for delay/difficulties/ inaccessibility of the
downloading facility from the website for any reason whatsoever.
iv. In case, due date for submission & opening of bids happens to be a holiday, the due date shall
be shifted to the next working day for which no prior intimation will be given.
v. The Authority reserves the right for extension of due date of opening of technical bid.

iv. Bid Validity Period

34. The bids shall remain valid for a period specified in Bid Data Sheet from the due date of
biding as prescribed by the Authority. The validity of the bid can be extended by mutual
consent in writing.

v. Bid Document Fees

35. The Bid Document shall be available for download to concerned eligible bidders immediately
after online release of the bids and up to scheduled time and date as set in the key dates. The
bid document can be downloaded free of cost; however, the bidders have to pay bid document
fees, of the amount as mentioned in the bid data sheet, at the time of their online bid
submission. The payment for the cost of bid document shall be made online through
Debit/Credit card, Net banking or NEFT Challan as per the instruction provided on the
website. Service and gateway charges shall be borne by the Bidder.

vi. Earnest Money Deposit / Bid Security

36. The Bidders shall furnish as part of its Bid, an Earnest Money Deposit (EMD) / Bid Security
in the form of either Demand Draft from any Scheduled/Nationalized Bank or Fixed Deposit
Receipt (FDR)/ Bank Guarantee (BG) and having a validity period as mentioned in Bid Data
Sheet.

37. No interest shall be payable on the EMD. The Bidder shall bear the cost relating to providing
its EMD. Any bid not accompanied by the EMD shall be rejected by the Authority as being a
non- responsive Bid.

Page 14
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]
38. The EMD of unsuccessful bidders will be returned within 30 days (or after the date of work
order of L1 bidder, whichever is later) of the date of finalization of successful Bidder or
signing of the Concession agreement with the successful bidder whichever is later. If the Bid
is cancelled for any reason whatsoever, the EMD shall be returned to all the bidders within 30
days from the date of such cancellation.

39. The EMD of the successful Bidder will be retained by the Authority and returned after 15
days of signing of Concession agreement and furnishing the performance guarantee by the
successful bidder. The successful bidder shall ensure that its EMD remains valid during such
period.

40. The EMD will be forfeited if:


i. Any bidder withdraws its bid during the validity period of the bid;
ii. The Authority finds out that the bidder has involved in corrupt and fraudulent
practice or has given any material miss-representation in its bid knowingly or
unknowingly
iii. Any other reason thereof mentioned in this bid document.

vii. Technical Proposal

41. The Technical Proposal shall comprise of the following documents

(i) Essential Pre-Qualification Documents as specified in this RFP.


(ii) Technical Bid comprising of the following documents
• Form 1: Letter Comprising the Bid cum undertaking
• Form 2: Format for Description of Bidder
• Form 3: Power of Attorney for Signing of Bid
• Form 4: Power of Attorney for Lead Member of Consortium (Applicable for Joint
Venture / consortium applicant)
• Form 5: Format for Consortium/Joint Venture Agreement (Applicable for Joint
Venture / consortium applicant)
• Form 6: Form for Financial Pre-Qualification
• Form 7: Format For Banker’s Certificate
• Form 8 (A): Format for summary of Technical Pre-Qualification
• Form 8 (B): Details of Projects eligible for Technical Pre-Qualification
• Form 9 (A): Format for submitting municipal solid waste treatment plan
• Form 9 (B): Format of providing details of plant, machinery, vehicles & equipment to
Be Deployed for The Project
• Form 9 (C): Details of Key Personnel to be deployed for the Project
• Form 10: Format of Undertaking from the firm for Non-Blacklisting
• Form 11 (A): Format of Covering Letter for Financial Bid
• Form 11 (B): Format of Financial Bid (To be submitted online only)

Page 15
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]
42. All the documents/ information enclosed with the technical proposals should be self- attested
and certified by the Bidder.

viii. Financial Proposal / Price Bid

43. The bidder shall quote for the complete requirement of goods and services specified in the
schedule of requirements detailed in the Draft Concession Agreement (Volume II), failing
which such bid will not be taken into account for evaluation and will not be considered for
award.

44. The bidder has to bid as per format of Financial Bid submission provided in the RFP & on the
e-tender website.

45. The price quoted by the bidder shall be entirely in Indian currency (INR).

46. The Amount in the Financial Proposal shall be quoted in figures as well as in words. If any
difference in figures and words found, lower of the two shall be taken as valid and correct.

47. The rates and prices quoted by the bidder shall be fixed for the duration of the contract and
shall not be subject to any adjustments on any account.

ix. Documents Comprising the Bid

48. The Bid submitted by the bidder shall comprise of the following parts:
ENVELOPE A :- BID DOCUMENT FEES AND EMD
ENVELOPE B :- TECHNICAL PROPOSAL
ENVELOPE C :- FINANCIAL PROPOSAL

x. Alternative Proposals by Bidders

49. Bidders shall submit offers that fully comply with the requirements of the RFP, including the
conditions of contract (payments or time for completion), basic technical design as indicated
in the drawing and specifications. Conditional offer or alternative offers will not be considered
further in the process of Bid evaluation.

xi. Format and Signing of Bid

50. The Bidder shall prepare one original and one copy of the documents comprising the bid as

Page 16
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]
described in this document to Bidders, bound with the volume containing the "Technical Bid"
and "Financial Bid" in separate parts and clearly marked "ORIGINAL" and "COPY" as
appropriate. In the event of discrepancy between them, the original shall prevail.

51. The original and copy of the Bid shall be typed or written in indelible ink and shall be signed
by a person or persons duly authorized to sign on behalf of the Bidder, pursuant to Sub-
Clauses.

52. All pages of the bid where entries or amendments have been made shall be initialled by the
person or persons signing the bid.

53. The Bid shall contain no alterations or additions, except those to comply with instructions
issued by the Authority, or as necessary to correct errors made by the bidder, in which case
such corrections shall be initialled by the person or persons signing the bid.

xii. Language of Bid

54. The bid and all related correspondence and documents shall be written in the English
language. Supporting documents and printed literature furnished by the Eligible Bidder with
the Proposal may be in any other language provided that they are accompanied by an
appropriate translation into English. Supporting materials that are not translated into English
shall not be considered. For the purpose of interpretation and evaluation of the Proposal, the
English language translation shall prevail.

Page 17
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]

D. Submission of Bids

i. Online submission of Bids

55. The bidders have to submit their respective bids online, as per the instructions provided on the
website www.mptenders.gov.in for online submission of bids. The bidders shall submit their
bids dully completed in all respect on or before the due date of bid submission as per Bid Data
Sheet.

ii. Physical Submission of Bids (if Applicable as per Bid Data Sheet)

56. The bidders have to submit Technical Proposal in original physical form (“the physical bid
submission”) within the date and time for physical bid submission as mentioned in the Bid
data sheet.

57. The physically submitted bid, “The Technical Proposal”, shall be typed or written in
indelible ink and signed by the authorized signatory of the Bidder (Photocopy/ Scanned Copy
of the signature will not be accepted). The pages in Proposal should be numbered. Each page
shall be initialled by an authorized signatory of the Bidder. All alterations, omissions,
additions, or any other amendments made to the Proposal shall also be initialed by the
person(s) signing the Proposal.

58. The physically submitted bid shall be enclosed in a sealed envelope, and superscripted as
“Physical Submission of Technical Proposal For (Insert Name of Work)”. The envelope
shall bear the due date of physical bid submission, name and address of the authorized
signatory of the bidder and shall be addressed as mentioned in the Bid data sheet.

59. The Authority expects bidders to adhere to the sealing and marking instructions given above
and assumes no responsibility for the misplacement or premature opening of the contents of
the proposal submitted.

iii. Bid Due Date

60. The due date and time of the bid submission is as mentioned in the Bid data sheet. The online
bid and the physical bid should be submitted on or before the due date of bid submission. The
Authority may, in its sole discretion, extend the bid due date by issuing an Addendum in
accordance with clause in this RFP uniformly for all bidders and publish on the website
Page 18
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]
iv. Withdrawal, Substitution and Modification of Bids

61. Bidders can withdraw and modify their respective online submitted bids till the end of the due
date of bid submission. The bidder will not be able to modify a bid after the due date of
submission of these bids. The bid for which withdrawal request has been received by the
Authority after the due date of bidding shall be declined from the bidding process. In the event
of withdrawal of a Bid by the Bidder, after the due date of its submission, the authority
reserves the right to forfeit the EMD of the bidder at its sole discretion.

Page 19
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]

E. Bid Opening and Evaluation

i. Procedure for Bid opening and Evaluation

62. The Authority designated officer will open the bids online on the bid opening date and time as
specified in the Bid Data Sheet. The Authority designated officer will subsequently examine
and evaluate the bids in accordance with the provisions set out in this section.

63. Proposals shall first be checked for responsiveness with the requirements of the RFP and only
those proposals which are found to be responsive would be further evaluated for qualification
in accordance with the criteria set out in this RFP.

64. The Technical proposal shall be evaluated on the criteria set out in this RFP documents. The
Financial bids of only those bidders who qualifies the technical qualification shall be opened.
All technically qualified bidders will be notified for opening of the Financial Bids.

65. Authority have right to reject or accept any bid if there is conflict between bidder & Authority.
Authority and Bidder shall decide to appoint arbitrator if there is legal Conflict between
bidder & Authority.

ii. Clarifications

66. To facilitate evaluation of proposals the Authority may, at its sole discretion, seek
clarifications from any bidder during the evaluation period. Such clarification(s) shall be
provided within the time specified by the Authority for this purpose. Any request for
clarification(s) and all clarification (s) shall be in writing. If a bidder does not provide
clarifications sought within the prescribed time, its Proposal shall be liable to be rejected. In
case the Proposal is not rejected, the Authority may proceed to evaluate the Proposal by
construing the particulars requiring clarification to the best of its understanding, and the
Bidder shall be barred from subsequently questioning such interpretation of the Authority.

67. Bidders are advised that the evaluation of proposals will be entirely at the discretion of the
Authority. Bidders 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.

68. Any information contained in the proposal shall not in any way be construed as binding on the

Page 20
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]
Authority, its agents, successors or assigns, but shall be binding against the bidder if any
project is subsequently awarded to it under the bidding process on the basis of such
information.

69. The Authority reserves the right not to proceed with the bidding process at any time without
notice or liability and to reject any proposal without assigning any reasons.

iii. Confidentiality

70. The Authority shall ensure that the rules for the bidding proceedings for the project are
applied in a non-discriminatory, transparent and objective manner. The Authority shall not
provide to any bidder information with regard to the project or the bidding proceedings, which
may have the effect of restricting competition.

71. Information relating to the examination, clarification, evaluation, and recommendation for the
short-listed pre-qualified bidders shall not be disclosed to any person who is not officially
concerned with the process or is not a retained professional advisor advising the Authority in
relation to or matters arising out of or concerning the bidding process. The Authority will treat
all information, submitted as part of proposal, in confidence and will require all those who
have access to such material to treat the same in confidence. The Authority 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 Authority.

72. Any effort by a bidder to influence Authority’s evaluation of bids or award decisions will
result in the rejection of the bidder’s Bid.

iv. Bid Evaluation Process & Criteria

73. Envelope 'A' shall be opened first online at the time and date notified and its contents shall be
checked. In cases where Envelope 'A' does not contain all requisite documents, such bid shall
be treated as non-responsive, and Envelope "B" and "C" of such bid shall not be opened.

74. In the next step of evaluation, the Envelop ‘B’ shall be opened online at the time and date
notified. The bidder shall have freedom to witness opening of the Envelope ‘B’ of the Bid

Page 21
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]
75. A detailed Technical Evaluation of the responsive bids shall be carried out and the bidder
shall be considered technically qualified if:
i. The online bid has been submitted in the manner as specified in this RFP.
ii. The technical proposal contains all the documents as specified in this RFP.
iii. Physical bid had been received by the Authority within the specified time and it contains
all the documents in original and has been submitted in the manner as specified in this
Bid Data Sheet.
iv. It is fulfilling the Pre-Qualification Criteria as specified this RFP and furnished all the
necessary support documents in support of such qualification.
v. It has provided all the other information and documents as directed in this RFP document
corresponding to the technical qualification of the bidder.
vi. The Technical Proposal will be evaluated on the basis of Prequalification Criteria Laid in
the RFP, Bidders experience, its understanding of scope of work and scope of services as
set out in the Draft Concession Agreement, proposed methodology, technology and work
plan, and the experience of Key Personnel.
76. Envelope 'C' (Financial Proposal) of bidders who are not qualified in Technical Bid
(Envelope 'B') shall not be opened.

77. Envelope 'C' (Financial Proposal) of the technically qualified bidders shall be opened online
at the date time & notified by the Authority. The bidder shall have freedom to witness opening
of the Envelope 'C'.

78. After opening Envelope 'C' the Financial proposal shall be checked for responsiveness. A
Financial Proposal shall be responsive if it has been submitted in the manner as specified in
this RFP. If the financial proposal of a bidder is non-responsive, it shall be declined from the
bidding process.

79. Financial Proposals, which are responsive, shall be evaluated for the quoted Bid Price
calculated as under:

PART 1: Cost including all taxes & GST quoted by the bidder for Design, supply,
installation, erection, commissioning of 50 TPD capacity Mechanised Processing Plant for
processing of mixed municipal solid waste based on windrow composting technology along
with civil works as per the Tender Conditions

PART 2: Cost including all taxes & GST quoted by the bidder for Design, supply,
installation, erection, commissioning of 20 TPD capacity power generation-based Bio

Page 22
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]
methanation Plant for processing of organic municipal solid waste along with civil works as
per the Tender Conditions

The total Evaluated Bid Price = PART 1 + PART 2


NOTE:

- The bidder shall not quote more than the estimated rate mentioned in the Bid Data Sheet
and in the Online Financial Format Provided. The Financial offer of the bidder quoting
more than the estimated rate will be rejected by the Authority.

80. The Financial Bids will be evaluated under Least Cost Selection (LCS) after evaluation as
indicated above. All the responsive Financial Bids would then be ranked in ascending order of
the total evaluated Bid Price, and the lowest evaluated bid price of the Bidder shall be
ranked First as “L1” and the second lowest evaluated bid price of the Bidder shall be ranked
First as “L2” and so on.

v. Successful Bidder

81. The Bidder ranked first (the “L1”) in accordance with the above procedure would be declared
as the successful Bidder.

82. In the event that two or more Bidder’s Financial Bids are exactly the same, then the Authority
reserves the right either to:
Bidder having higher experience in terms of number of eligible projects or Higher
Financial (Turn-Over and Net-Worth) will be considered as the selected bidder.

83. The Authority will notify other bidders that their proposals have not been accepted and their
EMD will be returned as promptly as possible as per provision set out in this RFP document.

Page 23
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]

F. Award of Contract

i. Negotiations & Post qualification

84. In the absence of prequalification, the Authority will determine to its satisfaction whether the
bidder that is selected as having submitted the lowest evaluated responsive bids meets the
criteria specified in this RFP and is qualified to perform the contract satisfactorily.

85. The determination will take into account the bidder's financial, technical, production
capabilities etc. It will be based upon an examination of the documentary evidence of the
bidder's qualifications submitted by the bidder, as well as such other information as the
Authority deems necessary and appropriate.

ii. Award Criteria

86. Subject to clause specified in this RFP, the Authority will award the contract to the successful
bidder whose bid has been determined to be substantially responsive and has been determined
as the lowest evaluated price, provided further that the bidder is determined to be qualified to
perform the contract satisfactorily.

iii. Right to vary Quantities

87. Usually there shall be no change in the quantity of works to be done. The selected bidder shall
have to follow the plan as submitted in the technical bid and presentation. However, during
the contract duration for better performance the selected bidder shall be free to vary quantities
after getting a written consent by the Authority. The Authority shall have a right to allot
partial works or full works based on the offer received from the bidder.

iv. Authority's Right to Accept Any Bid and to Reject Any or All Bids

88. The Authority reserves the right to accept or reject any bid, and to annul the bidding process
and reject all bids at any time prior to contract award, without thereby incurring any liability
to the affected bidder or bidders’s.

v. Notification of Award

89. Prior to the expiration of the period of bid validity, the Authority will notify the successful
bidder (the “L1”) in writing by registered letter or email that its bids have been accepted &
Page 24
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]
issue a 'Letter of Award' (LOA) as per format provided in the RFP.
90. The successful Bidder shall acknowledge his acceptance of the ‘LOA’ issued by the Authority
within 7 (seven) days as evidenced by signing and sending a copy of the ‘LOA’ issued. In the
event the duplicate copy of the ‘LOA’ duly signed by the Authorized signatory of the selected
bidder is not received within the stipulated date, the Authority may, unless it consents to
extension of time for submission thereof, appropriate the EMD of such bidder on account of
failure of the selected bidder to acknowledge the ‘LOA’.

91. The notification of award will constitute the formation of the Contract. The Draft of the
Concession Agreement is attached with the RFP.

vi. Performance Security

92. Upon issue of LOA, the successful bidder shall have to furnish Performance Security within
45 days to the Authority in the form of bank guarantee (“the Performance Bank Guarantee”
(PBG) issued by a nationalized / scheduled bank located in India or a reputable bank located
abroad having corresponding bank in India, in the format given in this RFP, for an amount
equivalent to (as per Bid Data Sheet).

93. Failure of the successful bidder to comply with the requirements of above clause, shall
constitute a breach of contract, cause for annulment of the award, forfeiture of the EMD, and
any such other remedy the Authority may take under the contract, and the Authority may
resort to awarding the contract to the next ranked bidder.

94. The PBG shall be valid for 1 Year and is required to be renewed (before expiry) annually till
the end of Project Term. The PBG shall be reduced to amount specified in Bid Data Sheet
upon the commencement of the operation period.

95. The proceeds of the PBG shall be payable to the Authority as compensation for any loss
resulting from the Bidder’s failure to complete its obligations as per the concession
agreement.

vii. Signing of Concession Agreement

96. Upon Submission of PBG as directed in clause above and the selected Bidder and authority
shall sign the concession agreement within 21 days.

97. The signing of concession agreement shall be reckoned as intimation to commencement of

Page 25
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]
work. No separate work order shall be issued by the Authority to the selected Bidder for
commencement of work.
98. In the event of failure of the successful bidder to submit PBG and or sign the concession
agreement, his EMD shall stand forfeited without prejudice to the right of the Authority for
taking action against the bidder.

Page 26
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]

G. Fraud and Corrupt Practices

99. The Bidders and their respective officers, employees, agents and advisers shall observe the
highest standard of ethics during the Bidding Process and subsequent to the issue of the LoA
and during the subsistence of the Concession Agreement. Not with standing anything to the
contrary contained herein, or in the LoA or the Concession Agreement, the Authority shall
reject a Bid, withdraw the LoA, or terminate the Concession Agreement, as the case may be,
without being liable in any manner whatsoever to the Bidder or Selected Operator, as the case
may be, if it determines that the Bidder or Selected Operator, as the case may be, 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. In such an event,
the Authority shall forfeit and appropriate the EMD or Performance Security, as the case may
be, is found by the Authority to have directly or indirectly or through an agent, engaged or
indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or
restrictive practices, as the case may be.

100. For the purposes of Clause above, the following terms shall have the meaning hereinafter
respectively assigned to them:

i. 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 the Authority
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 there of, 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 the Authority, shall be deemed to constitute influencing the actions of a
person connected with the Bidding Process) ; or (ii) 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 the Authority in relation to any matter
concerning the Project;
ii. 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;
Page 27
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]
iii. 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;

iv. Undesirable Practice means (i) establishing contact with any person connected with or
employed or engaged by the Authority 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

v. Restrictive practice means forming a cartel or arriving at any understanding or


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

Page 28
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]

H. Annexure:- Forms For Bid Submission

Page 29
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]
Form 1: Letter Comprising the Bid Cum Undertaking
(On Letterhead of the Bidder/Applicant, or Lead Member in case of Consortium of Firms)

Date:
To,
The Chief Municipal Officer,
Narmadapuram Municipal Council
Narmadapuram, Dist.- Narmadapuram, Madhya Pradesh

Dear Sir,

Sub: RFP Reference No.___________dated___________ for project entitled [Name of Work]

With reference to your RFP referenced above I/we, have examined the Bidding Documents and
understood their contents, hereby submit my/our Bid for the aforesaid Project and state as under:

1. The Bid is unconditional and unqualified.

2. All information provided in the Bid and in the Appendices is true and correct.

3. This statement is made for the express purpose of qualifying as a Bidder for the Project as
explained in this RFP document.

4. I/We shall make available to the Authority for any additional information it may find necessary or
require to supplement or authenticate the Bid.

5. I/We acknowledge the right of the Authority to reject our Bid with out assigning any reason or
otherwise and hereby waive our right to challenge the same on any account whatsoever.

6. We certify that in the last three years, we/ any of the Joint Venture Members have neither failed to
perform on any contract, as evidenced by judicial pronouncement or arbitration award, nor been
expelled from any project or contract nor have had any contract terminated for breach on our
part.

7. I/We declare that:


a. I/We have examined and have no reservations to the Bidding Documents, including any
Addendum issued by the Authority.
b. I/We do not have any conflict of interest in accordance with the Clauses specified in the
RFP document.
c. I/We have not directly or indirectly or through an agent engaged or indulged in any
corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive
practice, as defined in the RFP document, in respect of any tender or request for proposal
issued by or any agreement entered into with the Authority or any other public sector
enterprise or any government, Centre or State; and
d. I/We here by certify that we have taken steps to ensure that in conformity with the
provisions of Clause of the RFP, no person acting for us or on our behalf has engaged or
will engage in any corrupt practice, fraudulent practice, coercive practice, undesirable

Page 30
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]
practice or restrictive practice.

8. I/ We understand that you may cancel the Bidding Process at any time and that you are neither
bound to accept any Bid that you may receive nor to invite the Bidders to Bid for the Project,
without incurring any liability to Bidders

9. I/We believe that we/ our Joint Venture/proposed Joint Venture satisfy (ies) the pre-qualifying
criteria and meet(s) the requirements as specified in the RFP document and am/are qualified to
submit this Bid.

10. I/We declare that we/any Member of the Joint Venture am/are not a Member of any other Joint
Venture submitting a Bid for the Project.

11. I/We certify that we have not been convicted by a Court of Law or indicted or adverse orders
passed by a regulatory authority which could cast a doubt on our ability to undertake the Project
or which relates to a grave offence that out rages the moral sense of the community.

12. I/ We further certify that in regard to matters relating to security and integrity of the country, we
have not been charge-sheeted by any agency of the Government or convicted by a Court of Law
for any offence committed by us or by any of our Associates.

13. I/We undertake that in case due to any change in facts or circumstances during the Bidding
Process, we are attracted by the provisions of disqualification in terms of the guidelines referred
to above, we shall intimate the Authority of the same immediately.

14. We acknowledge that our Joint Venture/ proposed Joint Venture shall bear the following
composition:
(a) Lead Member: M/s…………………………………………….
(b) JV Partner: M/s……………………………….

And we further undertake that above Joint Venture composition shall be maintained till the
end of this contract period or extension thereof. We further acknowledge that the lead member
takes the full responsibility towards execution of the project and the terms and condition laid
down in the contract agreement. (Individual Bidder to strike out this point).

15. I/We here by irrevocably waive any right which we may have at any stage at law or howsoever
otherwise arising to challenge or question any decision taken by the Authority in connection with
the selection of the Bidder, or in connection with the Bidding Process itself, in respect of the
above mentioned Project and the terms and implementation thereof.

16. In the event of my/our being declared as the Selected Bidder, I/We agree to enter into a Contract
Agreement in accordance with the draft that has been provided to me/us prior to the Bid Due
Date. We agree not to seek any changes in the afore said draft and agree to a bid by the same.

17. I/We have studied all the Bidding Documents carefully and also surveyed the project area. We
understand that except to the extent as expressly set for thin the Contract Agreement, we shall

Page 31
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]
have no claim, right or title arising out of any documents or information provided to us by the
Authority or in respect of any matter arising out of or concerning or relating to the Bidding
Process including the award of Contract.

18. The Financial Bid has been quoted by me/us after taking into consideration all the terms and
conditions stated in the RFP and draft Contract Agreement, our own estimates of costs and
careful assessment of the site and all the prevailing and expected conditions that may affect the
Bid.

19. I/We offer to the Authority a Bid Document Fees of INR ----------- (INR --------------------------)
and EMD of INR-----------------) submitted online through the website
“https://mptenders.gov.in”as specified in this RFP document.

20. I/We agree and understand that the Bid is subject to the provisions of the Bidding Documents. In
no case, I/We shall have any claim or right of whatsoever nature if the Project/ Contract is not
awarded to me/us or our Bid is not opened.

21. I/We hereby submit our Bid in the form as specified in the RFP document for undertaking the
aforesaid Project in accordance with the Bidding Documents and the Contract Agreement.

22. I/We agree to keep this offer valid for 180 (One Hundred Eighty) days from the Due Date of
online Bid submission as specified in the RFP document or any other such duration as directed
by the Authority.

23. I/We agree and undertake to abide by all the terms and conditions of the RFP document. In
witness thereof, I/we submit this Bid under and in accordance with the terms of the RFP
document.

24. I/we have received all the clarifications issued by the Authority.

25. I/we will abide by the terms and condition set forth in the RFP document, condition of contract
and draft Contract agreement and a copy of the same bearing initial of the undersign on every
page is attached herewith.

26. Notwithstanding any qualification or conditions, whether implied or otherwise, contained in our
Proposal we hereby represent and confirm that our Proposal is unqualified and unconditional in
all respects.

Yours faithfully,

(Signature of the Authorized signatory)


(Name and designation of the Authorized signatory) Name and Seal of Bidder/Lead Firm
Place: Date:

Page 32
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]
Form 2: Format for Description of Bidder

Lead Member Other


Individual
Sr. of Member of
Particulars / Details Bidder Company
No. Consortium Consortium
(1) (2) (3)
1. Name of the Bidding company
2. Date of incorporation and /or
Commencement of Business
3. Brief description of the Bidder's main
line of business
4. Details of individual (s) who will serve
as the point of contact/ communication
for Authority with the Bidder:
a. Name
b. Designation
c. Company/Firm
d. Address:
e. Mobile Number
f. Email Address
g. Fax Number
5. Details of Authorized Signatory of
Bidder
a. Name
b. Designation
c. Company/Firm
d. Address:
e. Mobile Number
f. Email Address
g. Fax Number
Note: Column ‘1’ to be filled by the Individual Bidder and Column ‘2’ & ‘3’ to be filled by the respective
members of the consortium

Page 33
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]
Form 3: Power of Attorney for Signing of Bid

Know all men by these presents, we,________________________________(name of the firm and


address of the registered office) do hereby irrevocably constitute, nominate, appoint and authorize Mr ./
Ms. ________________________________ (Name), son/daughter/wife of
________________________________and presently residing at 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 our behalf , all such
acts, deeds and things as are necessary or required in connection with or incidental to submission of our
bid for the [Name of the Work] Project proposed or being developed by the Narmadapuram Municipal
Council (the “AUTHORITY”) including but not limited to signing and submission of all applications,
bids and other documents and writings, participate in bidders' and other meetings 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 undertaking 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 here by agree to ratify and confirm and do here by ratify and confirm all acts, deeds and things
law fully 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 power shear by conferred shall and shall always be deemed to have been done by us.

IN WITNESS WHERE OF WE__________ THE ABOVE NAME DPR IN CIPAL HAVE EXECUTED
THIS POWER OF ATTORNEY ON THIS_______DAY OF___________, 2019.

M/S________________________

(Signature)
(Name, Title and Address)

Witnesses:
Accepted [Notarized]

(Signature)
(Name, Title and Address of the Attorney)
Notes:
• The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid
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.

• Also, wherever required, the Bidder should submit for verification the extract of the charter documents and
documents such as a resolution/power of attorney in favor of the person executing this Power of Attorney
for the delegation of power here under on behalf of the Bidder.

• To be executed on a Stamp PaperofRs.100/-, duly notarized.

Page 34
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]
Form 4: Power of Attorney for Lead Member of Consortium

Whereas Narmadapuram Municipal Council (the “AUTHORITY”) has invited bids for the Project
titled [Insert Name of the Work]

Whereas, M/S___________________________ and M/S_________________________ (Collectively


“the Consortium”)

Members of the Consortium are interested in bidding for the Project in accordance with the terms and
conditions of the Request for Proposal (RFP) 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, M/S____________________________ having our registered office at__________________; AND


M/S_______________________________ having our registered office at__________________;
[the respective names and addresses of the Consortium members] (Collectively referred to as
Consortium), constitute, appoint and authorize M/s____________________________, being one of
the Members of the Consortium, as the Lead Member and true and lawful attorney of the Consortium
(herein after referred to as “Attorney”) and hereby irrevocably authorize the Attorney(with power to sub-
delegate) to conduct all business 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 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 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 meetings, 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 here by agree to ratify and confirm and do here by ratify and confirm all acts, deeds and
things lawfully 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
Page 35
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]
exercise of the powers here by conferred shall and shall always be deemed to have been done by us/
Consortium.

IN WITNESS WHERE OF WE THE PRINCIPALS ABOVE NAMED HAVE EXECUTED THIS


POWER OF ATTORNEY ON THIS___________DAY OF_______________, 2020

FOR

1. “LEAD MEMBER”
M/S________________________

(Signature)
(Name, Title and Address)

2. “TECHNICAL MEMBER”
M/S________________________

(Signature)
(Name, Title and Address)

Witness 1:

(Signature)
(Name, Title and Address)

Witness 2:

(Signature)
(Name, Title and Address)

Notes:
• To be executed by all the members of the consortium
• The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid
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.
• Also, wherever required, the Bidder should submit for verification the extract of the charter documents and
documents such as are solution/ power of attorney in favor of the person executing this Power of Attorney
for the delegation of power here under on behalf of the Bidder.
• To be executed on a Stamp Paper of Rs.100/-duly notarized.

Page 36
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]
Form 5: Format for Consortium/Joint Venture Agreement

The Joint Venture Agreement executed ON THIS___________DAY OF_______________, 2019


between
1. M/S____________________________ having our registered office
at__________________(herein after called the LEAD MEMBER, which expression shall
include its successors, Executers and permitted Assigns); AND
2. M/S____________________________ having our registered office
at__________________(herein after called the JV PARTNER, which expression shall
include its successors, Executers and permitted Assigns); AND

for the purpose of making a Bid and entering into a contract (in case of award) for "[insert Name of
Work]” Vide RFP No.___________ Dated_____________ invited by Narmadapuram Municipal Council,
Herein after referred to as “Authority”.
WHEREAS, the Authority Invited Bids as per above mentioned RFP Document for the "[insert Name of
Work]”
WHEREAS in accordance with Instruction to Bidders of the Tender Specification. A Bidder may be a
private entity or a government-owned entity or any combination of such entities with the intent to enter
into an agreement supported by a letter of intent or under an agreement in the form of a Joint Venture or
Joint Venture

NOW THIS INDENTURE WITNESSETH AS UNDER

In consideration of the above premises and agreements all the partners to this Joint Venture do hereby
now agree as follows:

1. In consideration of the award of the Contract by the Authority to the Joint Venture partners, we, the
Partners to the Joint Venture Agreement do hereby agree that M/s_______________________shall act as
LEAD MEMBER and further declare and confirm that we shall jointly be bound unto the Authority
for the successful performance of the Contract and shall be fully responsible for the works in terms of
quality requirements and timeliness in performance in accordance with the Contract. Irrespective of
Joint responsibility, it is expressly understood that LEAD MEMBER will be present at the site of the
works, through its authorized representative at all times and play lead role in mobilizing resources
and execution of the contract. The LEAD MEMBER will incur liabilities and receive instructions for
and on behalf of any or all partners of the Joint Venture and entire execution of the contract shall be
done by the LEAD MEMBER and will be the sole responsibility of the lead partner of the Joint
Venture and payment under the contract shall be received by the LEAD MEMBER. The precise

Page 37
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]
responsibility of the members of the Joint Venture in respect of planning, quality, execution of the
works is as under-
[Provide Roles & Responsibility of Each Member Of Joint Venture]

2. If in the determination of the Authority that the LEAD MEMBER is unable to fulfill its responsibility
as above, the Authority shall be at liberty to terminate the contract which shall be binding on all partners
of the Joint Venture.

3. In case of any breach of the said Contract by the LEAD MEMBER or JV PARTNER of the Joint
Venture Agreement, the Partner(s) do hereby agree to be fully responsible for the successful performance
of the Contract and to carry out all the obligations and responsibilities under the Contract in accordance
with the requirements of the Contract.

4. Further, if the Authority suffers any loss or damage on account of any breach in the Contract or any
shortfall in meeting the performance guaranteed as per the works Contract, the Partner(s) of these presents
undertake to promptly make good such loss or damages caused to the Authority, on its demands without
any demur. It shall not be necessary or obligatory for the Authority to proceed against LEAD MEMBER
to these presents before proceeding against or dealing with other Partner(s).

5. The financial liability of the Partners of this Joint Venture agreement to the Authority, with respect to
any of the claims arising out of the performance or non- performance of the obligations set forth in the
said Joint Venture Agreement, read in conjunction with the relevant conditions of the Contract shall,
however, not be limited in any way so as to restrict or limit the liabilities of any of the Partners of the
Joint Venture agreement.

6. It is expressly understood and agreed between the Partners to this Joint Venture agreement that the
responsibilities and obligations of each of the Partners has been delineated in clause no. 1 herein above to
this agreement. It is further agreed by the Partners that the above sharing of responsibilities and
obligations shall not in any way be a limitation of joint responsibilities of the Partners under this Contract.

7. This Joint Venture Agreement shall be construed and interpreted in accordance with the laws of India,
courts of NARMADAPURAM, MADHYA PRADESH, shall have the exclusive jurisdiction in all
matters arising there under.

8. It is further agreed that the Joint Venture agreement shall be irrevocable and shall form an integral part
of the contract, and shall continue to be enforceable till the Authority discharges the same. It shall be
effective from the date first mentioned above for all purposes and intents.

Page 38
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]

9. IN WITNESS WHEREOF, the Partners to the Joint Venture Agreement have through their Authorized
Representatives executed these presents and affixed Common Seals of their companies, on the day, month
and year first mentioned above.

FOR

1. “LEAD MEMBER”
M/S________________________

(Signature)
(Name, Title and Address)

2. “JV PARTNER”
M/S________________________

(Signature)
(Name, Title and Address)

Witness 1:

(Signature)
(Name, Title and Address)

Witness 2:

(Signature)
(Name, Title and Address)
Notes:
• The mode of the execution of the Joint Bidding Agreement should be in accordance with the procedure, if any,
laid down by the Applicable Law and the charter documents of the executants (s) and when it is so required, the
same should be under common seal affixed in accordance with the required procedure.
• Each Joint Bidding Agreement should attach a copy of the extract of the charter documents and documents such
as 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.
• For a Joint Bidding Agreement executed and issued overseas, the document shall be legalised by the Indian
Embassy and notarized in the jurisdiction where the Power of Attorney has been executed.

Page 39
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]
Form 6: Format For Financial Pre-Qualification

Financial Year Annual Turnover (in INR) Net Worth (in INR)
Year 1
Year 2
Year 3
Average

(Signature of the Authorized signatory)

Note:
• The financial year shall mean the period commencing from April 1 of any given year to March 31 of the
succeeding year.
• The Bidders shall provide the Audited Annual Financial Statements of the corresponding years. In case the
annual accounts for the latest financial year are not audited and therefore cannot make it available, the
applicant shall give an undertaking, to this effect and the statutory auditor shall certify the same. In such
case, the applicant shall provide the audited annual reports for five years preceding the year for which
audited annual report is not being provided.
• A certificate from Statutory Auditor should be provided as supporting document certifying the Financial
Pre-Qualification.
• Provide the above details separately if Joint Venture / Consortium is applicable.

Page 40
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]
Form 7: Format for Solvency Certificate
[from any Nationalised Bank]

Date:

To,
The Chief Municipal Officer,
Narmadapuram Municipal Council
Narmadapuram, Dist.- Narmadapuram, Madhya Pradesh

This is to state that to the best of our knowledge and information,Mr. / Ms. / M/s ………….. a
customer of our Bank is respectable and can be treated as good up to a sum of Rs……….
(Rupees in words ………………………………….). It is clarified that this information is
furnished without any risk and responsibility on our part in any respect whatsoever more
particularly either as guarantor or otherwise. This certificate is issued at the specific request of
the customer.

Date:
Place:

For BANK MANAGER

Page 41
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]
Form 8 (A): Format for Summary of Technical Pre-Qualification

(List only those works, which are similar to the proposed works for which the Qualification Information is
submitted)

Name of Applicant/Member of Consortium (in case of consortium) Claiming the Project Experience
Project Unit Claiming
Project
Cost mentioned Entity’s
Completion
Brief (in Project in PQ Share in
Sr. Date/
Project Location Lakh) Award NOS/ the Effective
No. expected
Description Date TPD/ KW Qty. Project Handled
completion
etc Claimed (%) Capacity
date
(A) (B) (A x B)

(Signature of the Authorized signatory)

Note

• The details of each of the works mentioned in the above table must be provided separately in Form 8 (A).

Page 42
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]
Form 8 (B): Details Of Projects Eligible For Technical Pre-Qualification
(Provide Details for Only those Projects listed in Form 8, use separate sheet for each project)

Name of Applicant/Member of Consortium (In case of Consortium) Claiming the Project


Experience :
1. Name of Project
2. Location of Project
3. Name of the Client
4. Client’s Address & Telephone Number, Fax Number and e mail ID of contact
person
5. Project Cost (in INR Cr)
6. Nature of works and special features relevant to this project.
(Details pertinent to the Technical Criteria of this RFP shall be submitted)
7. Contract role (check one)
1. Sole Contractor 2. Consortium/Joint Venture 3. Sub-Contractor
8. a) Project Capacity:
b) Your Company’s share in the Project (%):
9. Date of Award
10. Contract duration years Months
11. Date of Completion
12. Whether Completed in specified duration, If No, reason for delay
13. Specified requirements
14. Name and professional qualifications of applicant’s Engineer-in-Charge of the work:
15. Were there any penalties/fines/stop-notice/compensation/liquidated damages imposed? (Yes or No).
If yes, give amount and explanation.

(Signature of the Authorized signatory)

Note

• Use a separate sheet for each member in case of a consortium.


• Provide attested copies of Work Orders and Completion Certificates for each project. Work
orders/testimonials will be verified if required.
• Each certificate of experience shall be duly signed/ confirmed by a representative of the client.

Page 43
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]
Form 9 (A): Format for Submitting Municipal Solid Waste Treatment Plan
The Bidder will submit Technical Approach & Methodology in response to the conditions of Contract
covering Following Topics:

1. Municipal Solid Waste Management Plan: Present the proposed Site development, processing sequence
on, general arrangement of machineries, screening, sorting, storing, packing areas.

2. Processing, Screening & Resource Recovery Plan: Indicate number, type and capacity of
equipment’s/machinery to be deployed for the purpose of processing, segregating, sorting, retrieving
recoverable materials, storing, baling, packing, selling, provide the basis for deciding the number and
justify the time period estimated for the activity and operation and maintenance details.

3. Plan for Bio-methanization plant: Indicate number, type and capacity of equipment’s/machinery to be
deployed for the purpose of Biomethanization plant and its utilization/output for the plant. Provide the
basis for deciding the number and justify the time period estimated for the activity and operation and
maintenance details.

All of the above should be suitably supported with the engineering drawings, manpower requirement,
fuel/ power requirement and explanation of estimated time schedule.

(Signature of the Authorized signatory)

Note
• List only the key equipment for construction, standby power, material handling and vehicles for site, etc.,
which the Company proposes to use for the proposed works at the site. It should be in in line with the
requirements mentioned in the scope of works and conditions of the contract.
• It should be in in line with the requirements mentioned in the scope of works and conditions of the contract.
• Bidders shall submit offers that comply with the requirements of the bidding documents, including the
basic technical design as indicated in the drawing and specifications. Alternatives will not be considered
and liable for rejection.
• The bidder shall attach the flow chart and detailed proposed processing plant for dry and wet waste in the
technical bid.

Page 44
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]
Form 9 (B): Format of Proposed Facility to be Developed for the Project
Description of Proposed Proposed Remarks
Proposed Facilities
Proposed Facility Specifications Quantity (if any)
(A) Civil Works

(B) Plant & Machinery

(C) Equipments

(D) Vehicle

(E) Others

(Signature of the Authorized signatory)

Note

• The above plan should be in in line with the minimum requirements mentioned in the scope of works and
conditions of the Draft Concession Agreement (Volume II).
• No Price or rate should be mentioned in the Technical Bid.

Page 45
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]
Form 9 (C): Details of Key Personnel To Be Deployed For The Project
(Use separate Sheet for each key personnel)

Name of Bidder
Company/Consortium members’
company (in case of consortium):
Proposed Position
Key Personnel Information 1. Name
2. Date of Birth
3. Contact Number
4. Professional Qualification
5. Current Designation
6. Years With Present Employer
Experience Summary Relevant to
this Project
Professional Experience over the last From To Company/Project/Position/Relevant Technical
10 Years (in chronological order) and Management Experience

Note
• List only the key Personnel which the Company proposes to deploy for the proposed works at the site
during construction period should be in line with the Draft Concession Agreement (Volume II).

Page 46
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]
Form 10
Format of Undertaking from the firm for Non-Blacklisting

(Notarized on Rs. 500 Stamp Paper)

To, Date:
Chief Municipal Officer,
Narmadapuram Municipal Council,
Narmadapuram, Dist. – Narmadapuram, Madhya Pradesh.

I / We hereby agree and undertake that my / our Firm / Company nor any of my Employee is not
under any penal action such as debarred / Black-listed / Suspended / De-registered, etc., by any
Government (Central / State Government / Local Government), Semi-Government and Government
Undertaking, any Multilateral Funding Agency and Urban Local body in last 3 years in India.

Authorized Signatory
(Name and details of the company)

Page 47
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]
Form 11 (A): Format of Covering Letter for Financial Bid

(On Letterhead of the Bidder/Applicant, or Lead Member in case of Consortium of Firms)

Date:
To,
The Chief Municipal Officer,
Narmadapuram Municipal Council
Narmadapuram, Dist.- Narmadapuram, Madhya Pradesh

Dear Sir,

Sub: Financial Proposal for [Insert title of assignment]


Ref: RFP Reference No._____________ dated _________

Dear Sir

With reference to your RFP document dated*****, I/we, have examined the Bidding Documents and
understood their contents, hereby submit my/our Bid for the aforesaid Project.

I/We, ................................. (Applicant’s name) are submitting our Financial Proposal online for selection
of my/our Company/Joint Venture/Consortium as Concessionaire for above.

We confirm that we accept the Conditions of Concession Agreement provided in the Request for Proposal
(RFP). Our offer is inclusive of applicable GST and inclusive of all other applicable taxes and duties as
per rules and regulation of Government of India & Madhya Pradesh.

Our financial proposal shall be binding upon us subject to the modifications resulting from contract
negotiations, up to expiration of the validity period of the Proposal (180 Days from Proposal Due Date
PDD) i.e., [insert date].

We understand you are not bound to accept any Proposal you receive.

Yours faithfully,

Date: (Signature of the Authorized signatory)


Place: (Name and designation of the of the Authorized signatory)
Name and seal of Bidder/Applicant/Lead Firm
Contact No:
E mail id:

(* Do not mention any details of price or quote. If done than the Tender will be rejected)

Page 48
RFP for Selection of Operator for design, supply, installation, erection and commissioning of Municipal Solid Waste
Processing Plant including civil works with operation & maintenance (O&M) for 10 years in Narmadapuram Municipal Council
[Volume 1: Information to Bidders]
Form 11 (B): Format of Financial Bid

The bidder has to bid as per format of Financial Bid submission provided on the e-tender website,
https://mptenders.gov.in, for two (2) separate parts as under-

Estimated Rate Amount


Details In Words
No. (in Rs.) *
1 Design, supply, installation, INR –
erection, commissioning of 10,78,70,528.00
(A) 50 TPD capacity Mechanised including GST
Processing Plant for
processing of mixed
municipal solid waste based
on windrow composting
technology along with civil
works as per the Tender
Conditions
(B) 20 TPD capacity power
generation based
Biomethanation Plant for
processing of organic
municipal solid waste along
with civil works as per the
Tender Conditions
*-Inclusive of GST

NOTE:
- The bidder shall not quote more than the estimated rate mentioned in the Bid Data Sheet and in the Online Financial
Format Provided. The Financial offer of the bidder quoting more than the estimated rate will be rejected by the Authority.

Note
• Prices to be filled in the separate Price bid (Excel Sheet) attached in separate file available online in the
website mentioned in the Bid Data Sheet.

*********************************END OF VOLUME 1********************************

Page 49

You might also like