RFQ
RFQ
“Inviting Request for Qualification (RFQ) for Implementation of various sewerage schemes and
rehabilitation/ upgradation of existing STPs or construction of new STPs at Nashik on PPP/HAM
model”.
Executive Engineer
Public Health Engineering Department (Sewerage)
Nashik Municipal Corporation, Nashik
Rajiv Gandhi Bhavan, Sharanpur Road
Nashik.
I
Nashik Municipal Corporation, Nashik
Public Health Engineering Department (Sewerage)
Rajiv Gandhi Bhavan, Sharanpur Road, Nashik,422 002.
Ph. (0253) 2575631/32, 2579119 Fax: 2577936
Sd/xxx
Superintending Engineer
Public Health Engineering Department (Sewerage)
Nashik Municipal Corporation, Nashik
II
Contents
DISCLAIMER........................................................................................................................ V
GLOSSARY ........................................................................................................................ VII
1 INTRODUCTION ........................................................................................................... 1
1.1 BACKGROUND ...................................................................................................... 1
1.2 BRIEF DESCRIPTION OF BIDDING PROCESS .................................................... 4
1.3 APPLICATION DUE DATES ................................................................................... 6
2 INSTRUCTION TO APPLICANTS.................................................................................. 7
2.1 SCOPE OF APPLICATION ..................................................................................... 7
2.2 ELIGIBILITY OF APPLICANTS ............................................................................... 7
2.3 NUMBER OF APPLICANTS AND COSTS THEREOF .......................................... 11
2.4 ACKNOWLEDGMENT BY APPLICANT .................................................. 11
2.5 RIGHT TO ACCEPT OR REJECT ANY OR ALL APPLICANTS/ BIDS ............ 12
2.6 CONTENTS OF THE RFQ............................................................................... 14
2.7 CLARIFICATIONS ................................................................................................ 14
2.8 AMENDMENT TO RFQ ................................................................................... 15
2.9 LANGUAGE .......................................................................................................... 15
2.10 FORMAT AND SIGNING OF APPLICATION .................................................. 15
2.11 SEALING AND MARKING OF APPLICATIONS ............................................. 15
2.12 APPLICATION DUE DATE .............................................................................. 16
2.13 LATE APPLICATIONS ..................................................................................... 16
2.14 MODIFICATIONS/ SUBSTITUTION/ WITHDRAWAL OF APPLICATIONS ... 16
2.15 OPENING AND EVALUATION OF APPLICATIONS....................................... 16
2.16 CONFIDENTIALITY .............................................................................................. 17
2.17 TESTS OF RESPONSIVENESS ......................................................................... 17
2.18 CLARIFICATIONS ................................................................................................ 18
2.19 SHORT-LISTING AND NOTIFICATION ........................................................... 18
2.20 SUBMISSION OF BIDS ................................................................................... 18
2.21 PROPRIETARY DATA ..................................................................................... 18
2.22 CORRESPONDENCE WITH THE APPLICANT .............................................. 18
3 CRITERIA FOR EVALUATION ..................................................................... 19
3.1 EVALUATION PARAMETERS......................................................................... 19
3.2 FINANCIAL INFORMATION FOR PURPOSES OF EVALUATION ................. 19
3.3 SHORT-LISTING OF APPLICANTS ................................................................ 19
4 FRAUD AND CORRUPT PRACTICES ...................................................................... 19
5 PRE-APPLICATION QUERIES & THEIR CLARIFICATION ........................................ 20
6 MISCELLANEOUS ...................................................................................................... 21
APPENDIX I LETTER COMPRISING THE APPLICATION FOR PRE-QUALIFICATION .... 22
III
APPENDIX II POWER OF ATTORNEY FOR SIGNING OF APPLICATION ........................ 42
IV
DISCLAIMER
The information contained in this Request for Qualification document (the “RFQ”) or
subsequently provided to Applicant(s), whether verbally or in documentary or any other form,
by or on behalf of the Authority or any of its employees or advisors, is provided to Applicant(s)
on the terms and conditions set out in this RFQ and such other terms and conditions subject
to which such information is provided.
This RFQ is not an agreement and is neither an offer nor invitation by the Authority to the
prospective Applicants or any other person. The purpose of this RFQ is to provide interested
parties with information that may be useful to them in the formulation of their application for
qualification pursuant to this RFQ (the “Application”). This RFQ includes statements, which
reflect various assumptions and assessments arrived at by the Authority in relation to the
Project. Such assumptions, assessments and statements do not contain all the information
that each Applicant may require. This RFQ may not be appropriate for all persons, and it is
not possible for the Authority, its employees or advisors to consider the investment
objectives, financial situation and particular needs of each party who reads or uses this RFQ.
The assumptions, assessments, statements and information contained in this RFQ may not
be complete, accurate, adequate or correct. Each Applicant should therefore, conduct its
own investigations and analysis and should check the accuracy, adequacy, correctness,
reliability and completeness of the assumptions, assessments, statements and information
contained in this RFQ and obtain independent advice from appropriate sources.
Information provided in this RFQ to the Applicant(s) is on a wide range of matters, some of
which may depend upon interpretation of law. The information given is not intended to be an
exhaustive account of statutory requirements and should not be regarded as a complete or
authoritative statement of law. The Authority accepts no responsibility for the accuracy or
otherwise for any interpretation or opinion on law expressed herein.
The Authority, its employees and advisors make no representation or warranty and shall
have no liability to any person, including any Applicant or Bidder, under any law, statute,
rules or regulations or tort, principles of restitution or unjust enrichment or otherwise for any
loss, damages, cost or expense which may arise from or be incurred or suffered on account
of anything contained in this RFQ or otherwise, including the accuracy, adequacy,
correctness, completeness or reliability of the RFQ and any assessment, assumption,
statement or information contained therein or deemed to form part of this RFQ or arising
in any way with pre-qualification of Applicants for participation in the Bidding Process.
The Authority also accepts no liability of any nature whether resulting from negligence or
otherwise howsoever caused arising from reliance of any Applicant upon the statements
contained in this RFQ.
The Authority may, in its absolute discretion but without being under any obligation to do so,
update, amend or supplement the information, assessment or assumptions contained in this RFQ.
The issue of this RFQ does not imply that the Authority is bound to select and short-list
pre- qualified Applications for Bid Stage or to appoint the selected Bidder or Concessionaire,
as the case may be, for the Project and the Authority reserves the right to reject all or any of
the Applications or Bids without assigning any reasons whatsoever.
V
The Applicant shall bear all its costs associated with or relating to the preparation and
submission of its Application including but not limited to preparation, copying, postage,
delivery fees, expenses associated with any demonstrations or presentations which may be
required by the Authority or any other costs incurred in connection with or relating to its
Application. All such costs and expenses will remain with the Applicant and the Authority shall
not be liable in any manner whatsoever for the same or for any other costs or other expenses
incurred by an Applicant in preparation or submission of the Application, regardless of the
conduct or outcome of the Bidding Process.
VI
GLOSSARY
Applicant(s) As defined in Clause 1.2.1
Application As defined in the Disclaimer
Application Due Date As defined in Clause 2.12
Associate As defined in Clause 2.2.7
Authority As defined in Clause 1.1.1
Bids As defined in Clause 1.2.3
Bid Due Date As defined in Clause 1.3
Bid Security As defined in Clause 1.2.4
Bidders As defined in Clause 1.1.1
Bidding Documents As defined in Clause 1.2.3
Bidding Process As defined in Clause 1.2.1
Bid Stage As defined in Clause 1.2.1
[BOT] Build, Operate and Transfer
Concessionaire As defined in Clause 1.1.2
Conflict of Interest As defined in Clause 2.2.1(c)
[DBFOT] As defined in Clause 1.1.1
DEA Department of Economic Affairs
Financial Capacity As defined in Clause 2.2.2 (B)
Government Government of India
LOA Letter of Award
MLD Million Liters per Day
Net Worth As defined in Clause 2.2.3 (i)
PPP Public Private Partnership
Qualification As defined in Clause 2.2
Qualification Stage As defined in Clause 1.2.1
Re. or Rs. or INR Indian Rupee
RFP or Request for Proposals As defined in Clause 1.2.1
RFQ As defined in the Disclaimer
SPV Special Purpose Vehicle
Technical Capacity As defined in Clause 2.2.2 (A)
STP Sewage Treatment Plant
The words and expressions beginning with capital letters and defined in this
document shall, unless repugnant to the context, have the meaning ascribed
thereto herein above.
VII
1 INTRODUCTION
BACKGROUND
The Nashik Municipal Corporation is the governing body of the city of Nashik. The NMC
is headed by an officer of the Indian Administration Services (IAS) who serves as the
Municipal Commissioner wielding executive administrative powers. Noteworthy assets
under the NMC's purview include 6 Divisional Offices, 1 Headquarter, and over 150
infrastructure assets within the city.
The Nashik Municipal Corporation (NMC) by taking inspiration from Namami Gange is
implementing “Godavari Pollution Abatement Project” as an integrated approach
towards developing various Sewage infrastructures within the municipal limits of
Nashik for abatement of municipal and industrial pollution in River Godavari. In view of
upcoming ‘Simhasth Kumbh Mela’ at Nashik in 2027 and to ensure long-term effective
O&M of sewage pumping & treatment infrastructure (3 Kumbh cycles i.e. 2027, 2039
and 2051), NMC Authorities have decided to ensure 100% interception & diversion of
waste flowing into the Godavari and its tributaries, improvement of riverfront
infrastructure, sewer network etc. These initiatives will allow NMC to accommodate
and attract more visitors and improve quality of life in the city.
Vision Godavari Pollution Abatement Project
The objective of the “Godavari Pollution Abatement Project” is to create an integrated
approach towards development of various infrastructures within the Municipal limits of
Nashik for abatement of municipal and industrial pollution in river Godavari while
reviving the socio-economic & religious connection amongst citizens. Nashik Municipal
Corporation (NMC) has undertaken several measures targeted towards improving
city’s infrastructure and provide improved urban services.
Wastewater Treatment: Efficient wastewater treatment plants will be set up as a vital
component of Vision “Godavari Pollution Abatement Project”. These plants will adopt
advanced technologies for the effective treatment of sewage and industrial effluents.
The treated water will meet stringent quality standards before being discharged back
into the Godavari River or reused for various purposes such as irrigation, industrial
processes, and groundwater recharge. By adopting a comprehensive approach to
address pollution sources, including industrial waste, sewage discharge, and solid
waste management. Establishment of state of-the-art sewage treatment plants and
waste management systems to prevent contamination and improve the water quality
of the Godavari River.
1
1..1 With this background, NMC is proposing below infrastructures:
TABLE 1
1 no.,
Agar Takli-1 ASP 1 no. - 70 MLD IFAS + Disc Filter
70 MLD
1 no.,
Agar Takli-2 MBBR 31 MLD
40 MLD 1 no. - 97 MLD
SBR + Disc Filter
Kamathwada Not Available 66 MLD
2 nos.,
Chehedi UASB/ASP 1 no. - 64 MLD SBR + Disc Filter
22 & 20 MLD
3 nos.,
Panchak UASB/ASP 1 no. - 75 MLD SBR + Disc Filter
32, 7.5 & 21 MLD
1 no.,
Pimpalgaon SBR No Change No Change
32 MLD
404 MLD 547.5 MLD
1.1.1 NMC (the “Authority”) therefore, has decided rehabilitate the existing / build new
treatment infrastructure, provision for tertiary treatment infrastructure and make the
Sewage Treatment Plants Reuse Ready. Therefore, the Authority has decided to
undertake the development and operation & maintenance of the Project through
Public-Private Partnership based Hybrid Annuity Mode (the “PPP/ HAM”) on Design,
Build, Finance, Operate and Transfer (the “DBFOT”) basis, and has, therefore, decided
to carry out the bidding process for selection of bidder to whom the Project may be
awarded. The Authority intends to prequalify and shortlist suitable Applicants (the
"Bidders”) who will be eligible for participation in the Bid Stage for awarding the Project
through an open competitive bidding process in accordance with the procedure set out
herein.
1.1.2 The selected Bidder, who is either a company incorporated under the Companies Act,
1956/2013 or undertakes to incorporate as such prior to execution of the concession
agreement (the “Concessionaire”) shall be responsible for designing, engineering,
financing, procurement, construction, operation and maintenance of the Project under
and in accordance with the provisions of a concession agreement (the “Concession
Agreement”) to be entered into between the Concessionaire and the Authority in the
form provided by the Authority as part of the Bidding Documents pursuant hereto.
1.1.3 The Scope of Work for Associated Infrastructure are broadly including
Interception and diversion of sewage/ wastewater flowing in untreated nallahs
– 24 nos,
Retrofitting of existing sewage pumping stations – 18 nos
2
Construction of new sewage pumping stations – 9 nos.
Sewage mains from proposed pumping station to STPs
Rehabilitation of existing STP and allied existing infrastructure, construction of
New Sewerage Treatment Plant (STP) as mentioned in TABLE 1 - treating it to
the required quality for making it Reuse Ready. (the “Project”) in accordance
with the terms and conditions set forth in the Concession Agreement.
1.1.4 The Concessionaire shall support NMC in arranging permissions of RoW/ Road
Cutting/ Utility Shifting and Land acquisition and the Authority will procure all necessary
permissions.
The Authority Shall Novate all existing O&M contracts which are part of the said
project, the details will be provided during RFP stage.
The Concessionaire shall be having the following rights:
Store, treat, market, sell or dispose of the STP By-Products generated subject
to and in accordance with this RFQ with the approval of NMC;
Store, treat, market, sell or dispose the treated Sewage water, Sludge, Manure,
Biogas, Carbon credit, Water credit or associated derivatives from the
STP/STPs with the approval of NMC.
1.1.5 The Authority shall receive Applications pursuant to this RFQ in accordance with the
terms set forth herein as modified, altered, amended and clarified from time to time by
the Authority, and all Applications shall be prepared and submitted in accordance with
such terms on or before the date specified in Clause 1.3 for submission of Applications
(the Application Due Date”).
3
1.2 BRIEF DESCRIPTION OF BIDDING PROCESS
1.2.1 The Authority has adopted a two-stage process (collectively referred to as the
"Bidding Process") for selection of the bidder for award of the Project. The first stage
(the "Qualification Stage") of the process involves qualification (the “Qualification”)
of interested parties who make an Application in accordance with the provisions of this
RFQ (the “Applicant", which expression shall, unless repugnant to the context,).
The Applicant shall pay to the Authority a sum of Rs. 50,000 (Rupees fifty thousand
only including applicable taxes), non-refundable, as the cost of the RFQ application
fee prior to RFQ Submission.
At the end of this stage, the Authority expects to announce a short-list of suitable pre-
qualified Applicants who shall be eligible for participation in the second stage of the
Bidding Process (the “Bid Stage”) comprising Request for Proposals (the “Request
for Proposals” or “RFP”).
Applicants must satisfy themselves that they are qualified to bid, and should give an
undertaking to this effect in the form at Appendix-I.
1.2.2 In the Qualification Stage, Applicants would be required to furnish all the information
specified in this RFQ. Only those Applicants that are pre-qualified and short-listed by
the Authority shall be invited to submit their Bids for the Project in the RFP Stage. The
Authority is likely to provide a comparatively short time span for submission of the Bids
for the Project. The Applicants are, therefore, advised to visit the site and familiarize
themselves with the Project.
1.2.3 In the Bid Stage, the Bidders will be called upon to submit their financial offers (the
“Bids”) in accordance with the RFP and other documents to be provided by the
Authority (collectively the “Bidding Documents”). Those applicants who have
purchased the document by paying the necessary fees will be eligible for submission
of the documents as per requirement of the RFP.
1.2.4 In terms of the RFP, a Bidder will be required to deposit, along with its Bid, a bid
security (the “Bid Security”), refundable no later than 120 (One twenty) days from the
Bid Due Date, except in the case of the selected Bidder whose Bid Security shall be
retained till it has provided a Performance Security under the Concession Agreement.
The Bidders will have an option to provide Bid Security in the form of a demand draft
or a bank guarantee acceptable to the Authority. In case a bank guarantee is provided,
its validity period shall not be less than 180 (one hundred and eighty) days from the
Bid Due Date, inclusive of a claim period of 60 (sixty) days, and may be extended as
may be mutually agreed between the Authority and the Bidder from time to time. Where
a demand draft is provided, its validity shall not be less than 90 (ninety) days from the
Bid Due Date for the purposes of encashment thereof by the Authority. The Bid shall
be summarily rejected if it is not accompanied by the Bid Security.
1.2.5 During the Bid Stage, Bidders are invited to examine the Project in greater detail, and
to carry out, at their cost, such studies as may be required for submitting their
respective Bids for award of the concession including implementation of the Project.
1.2.6 As part of the Bidding Documents, the Authority will provide a draft Concession
Agreement prepared by the [Authority/ its consultants] and other information
pertaining/ relevant to the Project available with it.
4
1.2.7 Details of the process to be followed at the Bid Stage and the terms thereof will be
spelt out in the Bidding Documents. Bidders are suggested not to expect any
information relevant of RFP Stage during this RFQ Stage.
1.2.8 Any queries or request for additional information concerning this RFQ shall be
submitted by e-mail/ hard copy to the officer designated as below.
The envelopes / communications shall clearly bear the following identification/ title:
"Queries/ Request for Additional Information: Inviting Request for Qualification (RFQ)
for Implementation of various sewerage schemes and rehabilitation/ upgradation of
existing STPs or construction of new STPs at Nashik on PPP/HAM model”.
Executive Engineer
Public Health Engineering Department (Sewerage)
Nashik Municipal Corporation, Nashik
Rajiv Gandhi Bhavan, Sharanpur Road
Nashik.
E-mail: [email protected]
5
1.3 Application Due Date
6
2 INSTRUCTION TO APPLICANTS
A. GENERAL
2.1.2 Short-listed Applicants may be subsequently invited to submit the Bids for the Project.
2.2.2 To be eligible for pre-qualification and short listing, an Applicant shall fulfill the following
conditions of eligibility.
A. Technical Capacity:
A.1 Technical Experience:
1. The Bidder or its Associate should have experience of design, construction and
successful commissioning of at least One (1) STP of 150 MLD OR at least Two (2)
STPs of 100 MLD each based on SBR Technology and SCADA automation system for
treating municipal sewage with any state/ ULBs in India in Seven (7) Financial Years
preceding 31st March 2025. The same plant/plants should also be operated by the
bidder for at least 3 consecutive years.
The minimum capital cost of any of the aforementioned STP Project should not be less
than Rs. 144 Crs.
2. The Bidder or its Associate must tie-up with a technology provider for Cyclic Activated
Sludge Process / Sequential Batch Reactor (SBR) Technology and shall submit
Technology Tie-up Agreement as a part of their bid. The technology provider shall have
experience of providing Cyclic Activated Sludge Process / Sequential Batch Reactor
(SBR) Technology with inbuilt nutrient removal system for at least One (1) STP of 150
MLD or Two (2) nos STPs of 100 MLD each capacity for any State /ULB’s in India which
are working satisfactorily for at least three years as on date of calling of tender and
achieving the outlet parameters as per latest NGT Norms. Performance Certificate for
8
each work should be issued by the end user, duly certified by an officer not below the
rank of Executive Engineer should be enclosed. The technology provider shall be
enlisted as a SBR technology provider with any State Government, Central Government
bodies.
3. The Bidder or its Associate must tie-up with a technology provider of Tertiary
treatment based on Fibre Disc Filtration. The technology provider shall have experience
of providing Fiber disc Filtration in at least One (1) STP of 150 MLD or Two (2) STPs of
100 MLD each in India for any State/Central Government organizations /ULB’s which is
working satisfactorily for at least three years as on date of calling of tender. This referred
plant should be achieving the outlet parameters to improve the NGT Norms to achieve
final outlet parameters as BOD ≤ 5 mg/l, COD ≤ 50 mg/l, TSS ≤ 5 mg/l, TN ≤ 10 mg/l,
TP ≤ 1 mg/l and Fecal Coliforms < 100 MPN /100 ml. Performance of the referred plant
shall be demonstrated by NABL accredited lab not older than 6 months.
4. Bidder need to submit filled forms as per ANNEX II – Technical Capacity of Applicant
to claim the above Technical Experience.
ii. The Applicant should not have applied for/ nor availed Corporate Debt Restructuring
(CDR) in the last five (5) financial years.
(Collectively the “Financial Capacity”)
Note:
1) Consortium/Joint Venture are not permitted.
2) In order to support the criteria as stated in 2.2.2 B.i, and 2.2.2 B.ii applicant should
submit Net worth certificate and CDR Certificate respectively from Chartered
Accountant/ Statutory auditor.
3) The Bidder should not have been blacklisted /debarred /banned/suspended in last 7
years from any Central or State Government /Semi-government / ULB / PSUs / PHED
/ Water Boards / Water Utility departments / World Bank / Bilateral or Multi-lateral
agencies.
4) For 2.2.2.A.1.1 the Applicant shall submit a certificate from office of the rank of
Executive Engineer of the project to establish experience of Technical Experience. If
the Applicant fails to demonstrate the Technical Experience, then its application will
not be considered responsive.
2.2.3 The applicant shall enclose with its application following documents;
i. Certificate(s) from its statutory auditors specifying the net worth of the Applicant,
as at the close of the preceding financial year, and also specifying that the
methodology adopted for calculating such net worth conforms to the provisions
of this Clause 2.2.3(i). For the purposes of this RFQ, net worth (the “Net Worth”)
shall mean the sum of subscribed and paid up equity and reserves from which
shall be deducted the sum of revaluation reserves, miscellaneous expenditure
not written off and reserves not available for distribution to equity shareholders.
ii. Applicant shall provide an undertaking of not having applied for/ nor availed
Corporate Debt Restructuring (CDR) in the last five (5) financial years.
2.2.4 The Applicant should submit a Power of Attorney as per the format at Appendix-
II, authorizing the signatory of the Application to commit the Applicant.
2.2.5 Any entity which has been barred by the Central/ State Government, or any entity
controlled by it, from participating in any project (BOT or otherwise), and the bar
subsists as on the date of Application, would not be eligible to submit an Application,
2.2.6 An Applicant or its Associate, in the last 3 (three) years, have neither failed to
perform on any contract, as evidenced by imposition of a penalty by an arbitral or
judicial authority or a judicial pronouncement or arbitration award against the
Applicant, nor has been expelled from any project or contract by any public entity
nor have had any contract terminated any public entity for breach by such
Applicant.
2.2.7 For purposes of this RFQ, Associate means, in relation to the Applicant, a person
who controls, is controlled by, or is under the common control with such Applicant
(the “Associate”). As used in this definition, the expression “control” means, with
respect to a person which is a company or corporation, the ownership, directly or
indirectly, of more than 26% (twenty-six per cent) of the voting shares of such
person, and with respect to a person which is not a company or corporation, the
power to direct the management and policies of such person by operation of law.
2.2.9 While Qualification is open to person from any country, the following provisions shall
apply:
a) Where, on the date of the Application, not less than 15% (fifteen per cent) of the
aggregate issued, subscribed and paid up equity share capital in an Applicant or
its Member is held by person’s resident outside India or where an Applicant or its
Member is controlled by person’s resident outside India; or
b) if at any subsequent stage after the date of the Application, there is an acquisition of
not less than 15% (fifteen per cent) of the aggregate issued, subscribed and paid up
equity share capital or control, by person’s resident outside India, in or of the Applicant
or its Member; then the Qualification of such Applicant or in the event described in sub
clause (b) above, the continued Qualification of the Applicant shall be subject to
approval of the Authority from national security and public interest perspective. The
decision of the Authority in this behalf shall be final and conclusive and binding on the
Applicant.
The holding or acquisition of equity or control, as above, shall include direct or indirect
holding/ acquisition, including by transfer, of the direct or indirect legal or beneficial
ownership or control, by person’s acting for themselves or in concert and in determining
such holding or acquisition, the Authority shall be guided by the principles, precedents
and definitions contained in the Securities and Exchange Board of India (Substantial
Acquisition of Shares and Takeovers) Regulations, 1997,
or any substitute thereof, as in force on the date of such acquisition.
The Applicant shall promptly inform the Authority of any change in the shareholding,
as above, and failure to do so shall render the Applicant liable for disqualification from
the Bidding Process.
2.2.10 Notwithstanding anything to the contrary contained herein, in the event that the
Application Due Date falls within three months of the closing of the latest financial year
of an Applicant, it shall ignore such financial year for the purposes of its Application
and furnish all its information and certification with reference to the 3 (three) years or
1 (one) year, as the case may be, preceding its latest financial year. For the avoidance
of doubt, financial year shall, for the purposes of an Application hereunder, mean the
accounting year followed by the Applicant in the course of its normal business.
.
2.3 NUMBER OF APPLICANTS AND COSTS THEREOF
2.3.1 No Applicant shall submit more than one Application for the Project.
2.3.2 The Applicants shall be responsible for all of the costs associated with the preparation
of their Applications and their participation in the Bid Process. The Authority will not be
responsible or in any way liable for such costs, regardless of the conduct or outcome
of the Bidding Process
2.4.2 The Authority shall not be liable for any omission, mistake or error in respect of any of the
above or on account of any matter or thing arising out of or concerning or relating to the
RFQ or the Bidding Process, including any error or mistake therein or in any information
or data given by the Authority.
If such disqualification/ rejection occurs after the Bids have been opened and the
Lowest Bidder gets disqualified/ rejected, then the Authority reserves the right to:
(i) invite the remaining Bidders to match the Lowest Bidder/ submit their Bids in
accordance with the RFP; or
(ii) take any such measure as may be deemed fit in the sole discretion of the
Authority, including annulment of the Bidding Process.
2.5.3 In case it is found during the evaluation or at any time before signing of the Concession
Agreement or after its execution and during the period of subsistence thereof, including
the concession thereby granted by the Authority, that one or more of the pre-
qualification conditions have not been met by the Applicant, or the Applicant has made
material misrepresentation or has given any materially incorrect or false information,
the Applicant shall be disqualified forthwith if not yet appointed as the Concessionaire
either by issue of the LOA or entering into of the Concession Agreement, and if the
Applicant/SPV has already been issued the LOA or has entered into the Concession
Agreement, as the case may be, the same shall, notwithstanding anything to the
contrary contained therein or in this RFQ, be liable to be terminated, by a
communication in writing by the Authority to the Applicant, without the Authority being
liable in any manner whatsoever to the Applicant and without prejudice to any other
right or remedy which the Authority may have under this RFQ, the Bidding Documents,
the Concession Agreement or under applicable law.
12
2.5.4 The Authority reserves the right to verify all statements, information and documents
submitted by the Applicant in response to the RFQ. Any such verification or lack of
such verification by the Authority shall not relieve the Applicant of its obligations or
liabilities hereunder nor will it affect any rights of the Authority there under.
13
B. DOCUMENTS
Appendices
I. Letter comprising the Application for Pre-Qualification.
II. Power of Attorney for signing of Applicat ion
Annexure
I. Detail of Applicant
II. Technical Capacity of Applicant
III. Financial Capacity of Applicant
IV. Certificate from Statutory Auditor/ Company Secretary regarding Associate.
V. Statement of Legal Capacity
VI. Affidavit for CDR on Stamp paper from C.A.
2.7 CLARIFICATIONS
2.7.1 Applicants requiring any clarification on the RFQ may notify the Authority by e-
mail in accordance with Clause 1.2.8. They should send in their queries before the
date specified in the schedule of Bidding Process contained in Clause 1.3. The
Authority shall endeavor to respond to the queries within the period specified therein,
but no later than 3 (three) days prior to the Application Due Date. Any responses /
corrigendum of above RFQ will be published on the website
https://mahatenders.gov.in
2.7.2 The Authority shall endeavor to respond to the questions raised or clarifications sought
by the Applicants. 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.
2.7.3 The Authority may also on its own motion, if deemed necessary, issue interpretations
and clarifications to all Applicants. All clarifications and interpretations issued by the
Authority shall be deemed to be part of the RFQ. Verbal clarifications and information
given by Authority or its employees or representatives shall not in any way or manner
be binding on the Authority.
14
2.8 AMENDMENT TO RFQ
2.8.1 At any time prior to the deadline for submission of Application, the Authority may, for
any reason, whether at its own initiative or in response to clarifications requested by
an Applicant, modify the RFQ by the issuance of Addenda.
2.8.3 In order to afford the Applicants a reasonable time for taking an Addendum into
account, or for any other reason, the Authority may, in its sole discretion, extend the
Application Due Date.
2.9 LANGUAGE
2.9.1 The Application and all related correspondence and documents in relation to the
Bidding Process shall be in English language. Supporting documents and printed
literature furnished by the Applicant with the Application may be in any other language
provided that they are accompanied by translations of all the pertinent passages in the
English language, duly authenticated and certified by the Applicant. Supporting
materials, which are not translated into English, may not be considered. For the
purpose of interpretation and evaluation of the Application, the English language
translation shall prevail.
2.10.2 The Applicant shall submit his RFQ Proposal online on https://mahatenders.gov.in.
2.11.1 The Applicant shall submit the Application in the format specified at Appendix-I, together
with the documents specified in Clause 2.11.3 , and other documents required to fulfill
the pre-qualification requirement if any.
2.11.2 The Application and its copy shall be typed or written in indelible ink and signed by the
authorized signatory of the Applicant who shall also initial each page in blue ink. In case
of printed and published documents, only the cover shall be initialed. All the alterations,
omissions, additions or any other amendments made to the Application shall be initialed
by the person(s) signing the Application. The Application shall contain page numbers and
shall be submitted online.
2.11.3 All the documents shall be prepared and signed with company seal. Application shall
contain:
(i) Application in the prescribed format (Appendix-I) along with Annexes and
supporting documents;
(ii) Power of Attorney for signing the Application as per the format at Appendix II;
15
(iii) copy of Memorandum and Articles of Association, if the Applicant is a body
corporate, and if a partnership then a copy of its partnership deed;
(iv) copies of Applicant’s duly audited balance sheet and profit and loss account for
the preceding three years; and
(v) [(any other sector or project-specific requirement that may be specified by the
Authority]
(vi) All the Annexure I.e. Annex I to Annex VI
2.12.2 The Authority may, in its sole discretion, extend the Application Due Date by issuing
an Addendum in accordance with Clause 2.8 uniformly for all Applicants.
D. EVALUATION PROCESS
2.15.2 Applications for which a notice of withdrawal has been submitted in accordance with
Clause 2.14 shall not be opened.
2.15.3 The Authority will subsequently examine and evaluate Applications in accordance with
the provisions set out in Section 3.
2.15.4 Applicants are advised that pre-qualification of Applicants will be entirely at the
discretion of the Authority. Applicants will be deemed to have understood and agreed
that no explanation or justification on any aspect of the Bidding Process or selection
will be given.
16
2.15.5 Any information contained in the Application shall not in any way be construed as
binding on the Authority, its agents, successors or assigns, but shall be binding against
the Applicant if the Project is subsequently awarded to it on the basis of such
information.
2.15.6 The Authority reserves the right not to proceed with the Bidding Process at any time
without notice or liability and to reject any or all Application(s) without assigning any
reasons.
2.16 CONFIDENTIALITY
2.16.1 Information relating to the examination, clarification, evaluation, and recommendation
for the short-listed pre-qualified Applicants shall not be disclosed to any person who
is not officially concerned with the process or is not a retained professional advisor
advising 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 Application, 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 or as may be required by law or in connection with any legal process.
a) The Applicant has paid the Rs. 50,000 (Incl.GST) as the cost of the RFQ process;
b) it is received as per specified format;
c) it is received by the Application Due Date including any extension thereof
pursuant to Clause 2.12.2;
d) it is accompanied by the Power of Attorney as specified in Clause 2.2.4,
e) it contains all the information and documents (complete in all respects) as
requested in this RFQ;
f) it contains information in formats same as those specified in this RFQ;
g) it contains certificates from its statutory auditors in the formats specified at
Annexure – III, IV, VI of the RFQ for each Eligible Project;
h) The Bidder himself or his authorized representative shall carry out site visit
along with Geo-tagging, and shall submit a declaration letter as per format
attached in RFQ document to the Authority. This letter shall be duly signed by
the Tender Inviting Authority and to be uploaded in the RFQ and uploaded as
per format provided in Annexure II B.
i) it does not contain any condition or qualification; and
17
j) it is not non-responsive in terms hereof.
2.17.2 The Authority reserves the right to reject any Application which is non-responsive and
no request for alteration, modification, substitution or withdrawal shall be entertained
by the Authority in respect of such Application.
2.18 CLARIFICATIONS
2.18.1 To facilitate evaluation of Applications, the Authority may, at its sole discretion, seek
clarifications from any Applicant regarding its Application. 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) in response thereto shall be in writing.
2.18.2 If an Applicant does not provide clarifications sought under Clause 2.18.1 above within
the prescribed time, its Application shall be liable to be rejected. In case the Application
is not rejected, the Authority may proceed to evaluate the Application by construing
the particulars requiring clarification to the best of its understanding, and the Applicant
shall be barred from subsequently questioning such interpretation of the Authority.
18
3 CRITERIA FOR EVALUATION
3.1 EVALUATION PARAMETERS
3.1.1 The Applicants who satisfy the requirements under the Technical Capacity (2.2.2.A)
shall only qualify for further evaluation.
3.1.2 Only those Applicants who meet the eligibility criteria specified in Clause 2.2.2 above
shall qualify for evaluation under this Section 3. Applications of firms/ who do not meet
these criteria shall be r ejected.
3.2.2 In case the annual accounts for the latest financial year are not audited and therefore
the Applicant cannot make it available, the Applicant shall give an undertaking to this
effect and the statutory auditor shall certify the same. In such a case, the Applicant
shall provide the Audited Annual Reports for 3 (three) years preceding the year for
which the Audited Annual Report is not being provided.
3.2.3 The Applicant must establish the minimum Net Worth specified in Clause 2.2.2 (B),
and provide details as per format at Annex-III of A p p e n d i x -I.
4.1.1 The Applicants and their respective officers, employees, agents and advisers shall
observe the highest standard of ethics during the Bidding Process. Notwithstanding
anything to the contrary contained herein, the Authority may reject an Application
without being liable in any manner whatsoever to the Applicant if it determines that the
Applicant has, directly or indirectly or through an agent, engaged in corrupt practice,
fraudulent practice, coercive practice, undesirable practice or restrictive practice in the
Bidding Process
4.1.2 Without prejudice to the rights of the Authority under Clause 4.1.1 herein above, if an
Applicant 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 practice during the Bidding Process, such Applicant
shall not be eligible to participate in any tender or RFQ issued by the Authority during
a period of 2 (two) years from the date such Applicant is found by the Authority to have
directly or indirectly or through an agent, engaged or indulged in any corrupt practice,
19
fraudulent practice, coercive practice, undesirable practice or restrictive practice, as
the case may be.
4.1.3 For the purposes of this Clause 4, the following terms shall have the meaning
hereinafter respectively assigned to them:
(a) “corrupt practice” means (i) the offering, giving, receiving, or soliciting,
directly or indirectly, of anything of value to influence the actions of any
person connected with the Bidding Process (for avoidance of doubt, offering
of employment to, or employing, or engaging in any manner whatsoever,
directly or indirectly, any official of 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 therefrom, before or after the execution thereof, at any time prior to
the expiry of one year from the date such official resigns or retires from or
otherwise ceases to be in the service of the Authority, shall be deemed to
constitute influencing the actions of a person connected with the Bidding
Process); or (ii) save and except as permitted under sub clause (d) of Clause
2.2.1, engaging in any manner whatsoever, whether during the Bidding
Process or after the issue of the LOA or after the execution of the Concession
Agreement, as the case may be, any person in respect of any matter relating
to the Project or the LOA or the Concession Agreement, who at any time has
been or is a legal, financial or technical adviser of the Authority in relation to
any matter concerning the Project;
(b) “fraudulent practice” means a misrepresentation or omission of facts or
suppression of facts or disclosure of incomplete facts, in order to influence
the Bidding Process;
20
6 MISCELLANEOUS
6.1.1 The Bidding Process shall be governed by, and construed in accordance with, the
laws of India and the Courts at Nashik shall have exclusive jurisdiction over all disputes
arising under, pursuant to and/ or in connection with the Bidding Process.
6.1.2 The Authority, in its sole discretion and without incurring any obligation or liability,
reserves the right, at any time, to:
(a) suspend and/ or cancel the Bidding Process and/ or amend and/ or
supplement the Bidding Process or modify the dates or other terms and
conditions relating there to;
(b) consult with any Applicant in order to receive clarification or further
information;
(c) pre-qualify or not to pre-qualify any Applicant and/ or to consult with any
Applicant in order to receive clarification or further information;
(d) retain any information and/ or evidence submitted to the Authority by, on
behalf of, and/ or in relation to any Applicant; and/ or
(e) independently verify, disqualify, reject and/ or accept any and all submissions
or other information and/ or evidence submitted by or on behalf of any
Applicant.
6.1.3 It shall be deemed that by submitting the Application, the Applicant agrees and
releases the Authority, its employees, agents and advisers, irrevocably,
unconditionally, fully and finally from any and all liability for claims, losses, damages,
costs, expenses or liabilities in any way related to or arising from the exercise of any
rights and/ or performance of any obligations hereunder and the Bidding Documents,
pursuant hereto, and/ or in connection with the Bidding Process, to the fullest extent
permitted by applicable law, and waives any and all rights and/ or claims it may have
in this respect, whether actual or contingent, whether present or in future.
21
APPENDICES
APPENDIX I
LETTER COMPRISING THE APPLICATION FOR PRE-QUALIFICATION
(Refer Clause 2.11.1)
To,
Executive Engineer
Public Health Engineering Department (Sewerage)
Nashik Municipal Corporation, Nashik
Rajiv Gandhi Bhavan, Sharanpur Road
Nashik.
1. With reference to your RFQ document dated ********, I/ we, having examined
the RFQ document and understood its contents, hereby submit my/ our
Application for Qualification for the aforesaid project. The Application is
unconditional and unqualified.
2. I/ We acknowledge that the Authority will be relying on the information
provided in the Application and the documents accompanying such
Application for prequalification of the Applicants for the aforesaid project, and
we certify that all information provided in the Application and in Annexes I to
IV is true and correct; nothing has been omitted which renders such
information misleading; and all documents accompanying such Application
are true copies of their respective originals. We shall abide ourselves and fulfill
all obligations in accordance with the law in force in India, in case during
award of contract or even before (or) after the award of contract, at any stage
it is observed / found that any document furnished by us is forged / fabricated
/ false / deviating / incorrect, then in addition to the action being taken against
us by the Owner in accordance with the provisions of law in force in India, we
also agree for cancellation of the contract and the contract shall be deemed
as having been abandoned by us and the Owner shall take suitable action in
accordance with the terms of the contract and as per Owner’s rules.
3. This statement is made for express purpose of qualifying as a Bidder for
design, engineering, finance, construction and operation & maintenance of
aforesaid Project.
4. I/ We shall make available to the Authority any additional information it may
find necessary or require to supplement or authenticate the Qualification
statement.
5. I/ We acknowledge the right of the Authority to reject our Application
without assigning any reason or otherwise and hereby waive, to the fullest
extent permitted by applicable law, our right to challenge the same on any
account whatsoever.
6. I/ We certify that in the last three years, we/ or Associates have neither failed
to perform on any contract, as evidenced by imposition of a penalty by an
arbitral or judicial authority or a judicial pronouncement or arbitration
award, nor been expelled from any project or contract by any public
22
authority nor have had any contract terminated by any public authority for
breach on our part.
7. I/ We declare that:
a) I/ We have examined and have no reservations to the RFQ
document, including any Addendum issued by the Authority;
b) I/ We do not have any conflict of interest in accordance with Clauses 2.2.1
c) and 2.2.1 (d) of the RFQ document;
Date:
Place:
Name and seal of the Applicant
24
ANNEX-I
Details of Applicant
1. a) Name:
a) Country of incorporation:
b) Address of the corporate headquarters and its branch office(s), if any, in India
c) Date of incorporation and/ or commencement of business:
2. Brief description of the Company including details of its main lines of
business and proposed role and responsibilities in this Project
3. Details of individual(s) who will serve as the point of contact/ communication
for the Authority:
a) Name:
b) Designation:
c) Company:
d) Address:
e) Telephone Number:
f) E-Mail Address:
g) Fax Number:
4. Particular of the Authorized Signatory of the Applicant:
a) Name:
b) Designation:
c) Address:
d) Phone Number:
e) Fax Number:
Name of Applicant/
25
ANNEX – II -Technical Capacity of the Applicant
ANNEX II A - Technical Experience - Part 1
(Refer Clause 2.2.2 A.1)
Applicant’s Name: ................................................. Date:
Note:
$ The Applicant shall submit a certificate from office of the rank of Executive Engineer of
the project to establish experience of Technical Experience.
# If the Applicant fails to demonstrate the Technical Experience, then its application will not be
considered responsive.
26
.
ANNEX – II -Technical Capacity of the Applicant
27
(To be made on Rs. 500 stamp paper and notarized to be submitted along with
RFQ)
AND
), a company
incorporated under the Companies Act 1956 with a
Registered Office at
.........................................................................................................
WITNESSETH
WHEREAS is in the business of Design, Engineering and Supply of Components for Cyclic
Activated Sludge Process / Sequential batch Reactor (SBR) Technology for Sewage / Wastewater
Treatment Plants.
28
This Tie-up Agreement is executed specifically for the above mentioned work and cannot be used
for any other Works/ Project and this tie-up Agreement does not apply or constitute a Joint
Venture.
AND
is submitting its bid and has decided to enter into an Tie- up Agreement with to
engage them exclusively as Technology Provider for the biological treatment section using Cyclic
Activated Sludge Process / SBR Technology as a part of the above mentioned Work for which RFQ
is invited by NMC .
4. will be the main contractor and the authority to sign the agreement with NMC and accept
responsibility and obligation for the Works will rest with main contractor and shall be responsible
to the client viz. . , in turn, shall be responsible and liable to for their scope
of work. Further shall furnish bank guarantees for due Security, Performance and O&M and
all other such obligations under the Project as a whole.
5. shall provide and commit such resources as are necessary to perform their scope of work
for the successful completion of the Project. shall also attend all review meetings over the
Project as and when called for by NMC till the completion of the Project.
29
6. shall make all payments due to or to their accredited representative as per their Offer.
7. Each Party hereto in relation with the other is solely responsible and liable for their respective
scope of work, to be mutually agreed between the Parties and incorporated in a detailed
Agreement / Purchase Order to be entered into between the Parties before start of work for the
above mentioned Work. Such detailed Agreement / Purchase Order shall deal with technical and
financial aspects of the Project.
8. Each Party agrees to and undertakes to indemnify and hold harmless the other Party against any
liability, loss, cost, damages or expenses sustained as a result of negligent or improper
performance or disturbance caused by itself or by any of its sub-contractors, suppliers or associates
in connection with its share of Works as per the Contract. If any third party enforces any claim,
which is attributable to the scope of work of a certain party, that Party shall settle such claims.
The Parties agree to indemnify each other against all claims made by any third party in respect of
any infringements of any rights protected by patents, designs or copyrights or trademarks
employed in the Project by any Party.
9. In the course of working as associates, / will be sharing information with each other
which may be proprietary /confidential information / knowledge acquired by each other. It is
hereby agreed that both the parties will maintain complete secrecy regarding such information /
knowledge and will not divulge to any party for any other purpose except for the success of the
joint execution of the contract.
10. Disputes if any arising in connection with this agreement shall, at the first place, be referred and
settled mutually and amicably between the Parties herein through their respective senior
executive without making reference to the arbitration. In the extreme unlikely case, where no
reconciliation is reached within sixty (60) days from reference for the dispute to the other party
by the dispute raising party, such dispute shall be settled by arbitration in accordance with the
provisions of the Arbitration & Conciliation Act, 1996 and/or any statutory amendments thereto.
The number of arbitrators shall be three. Each Party shall nominate their respective arbitrators
and both the nominated arbitrators shall appoint the third arbitrator who shall act as the Presiding
arbitrator. The venue of arbitration shall be Nashik and the language used shall be English. The
arbitral award shall be final and binding upon the Parties. Neither Party shall be released from its
obligations to comply with any of the provisions of this Agreement, the contract and the detailed
agreement as a result of reference of disputes to arbitration or during the course of arbitral
proceeding.
11. This Tie-up Agreement shall be effective from the date as mentioned in the first page of the Tie-
up Agreement and shall remain valid till the project completion and shall terminate on the
happening of any of the following:
a. The RFQ submitted by is rejected or is unsuccessful in the bid.
b. The Contract for the Works has been awarded to other Third Parties.
c. The client notifies the Parties that they will not proceed with the Project.
d. Any of the Parties to the Agreement is declared insolvent by a Court of Competent
Jurisdiction.
30
12. This Tie-up Agreement shall be subject to the laws in India and shall be subject to the jurisdiction
of the court at Nashik.
13. For the sake of correspondence, following Addresses and the Persons concerned are to be
contacted:
Address: Address:
For For
Name: Name:
Designation: Designation:
31
ANNEX – II -Technical Capacity of the Applicant - Technology Tie Up
Agreement for Fiber Disc Filtration
(Refer Clause 2.2.2 A.1)
(To be made on Rs. 500 stamp paper and notarized to be submitted along with
RFQ)
AND
), a company
incorporated under the Companies Act 1956 with a
Registered Office at
.........................................................................................................
WITNESSETH
WHEREAS is in the business of Design, Engineering and Supply of Components for Fiber
Disc Filter for Tertiary Treatment Plant.
32
This Tie-up Agreement is executed specifically for the above mentioned work and cannot be used
for any other Works/ Project and this tie-up Agreement does not apply or constitute a Joint
Venture.
AND
is submitting its bid and has decided to enter into an Tie- up Agreement with to
engage them exclusively as Technology Provider for Fiber Disc Filter for Tertiary Treatment Plant.
as a part of the above mentioned Work for which RFQ is invited by NMC .
17. will be the main contractor and the authority to sign the agreement with NMC and accept
responsibility and obligation for the Works will rest with main contractor and shall be responsible
to the client viz. . , in turn, shall be responsible and liable to for their scope
of work. Further shall furnish bank guarantees for due Security, Performance and O&M and
all other such obligations under the Project as a whole.
18. shall provide and commit such resources as are necessary to perform their scope of work
for the successful completion of the Project. shall also attend all review meetings over the
Project as and when called for by NMC till the completion of the Project.
33
19. shall make all payments due to or to their accredited representative as per their Offer.
20. Each Party hereto in relation with the other is solely responsible and liable for their respective
scope of work, to be mutually agreed between the Parties and incorporated in a detailed
Agreement / Purchase Order to be entered into between the Parties before start of work for the
above mentioned Work. Such detailed Agreement / Purchase Order shall deal with technical and
financial aspects of the Project.
21. Each Party agrees to and undertakes to indemnify and hold harmless the other Party against any
liability, loss, cost, damages or expenses sustained as a result of negligent or improper
performance or disturbance caused by itself or by any of its sub-contractors, suppliers or associates
in connection with its share of Works as per the Contract. If any third party enforces any claim,
which is attributable to the scope of work of a certain party, that Party shall settle such claims.
The Parties agree to indemnify each other against all claims made by any third party in respect of
any infringements of any rights protected by patents, designs or copyrights or trademarks
employed in the Project by any Party.
22. In the course of working as associates, / will be sharing information with each other
which may be proprietary /confidential information / knowledge acquired by each other. It is
hereby agreed that both the parties will maintain complete secrecy regarding such information /
knowledge and will not divulge to any party for any other purpose except for the success of the
joint execution of the contract.
23. Disputes if any arising in connection with this agreement shall, at the first place, be referred and
settled mutually and amicably between the Parties herein through their respective senior
executive without making reference to the arbitration. In the extreme unlikely case, where no
reconciliation is reached within sixty (60) days from reference for the dispute to the other party
by the dispute raising party, such dispute shall be settled by arbitration in accordance with the
provisions of the Arbitration & Conciliation Act, 1996 and/or any statutory amendments thereto.
The number of arbitrators shall be three. Each Party shall nominate their respective arbitrators
and both the nominated arbitrators shall appoint the third arbitrator who shall act as the Presiding
arbitrator. The venue of arbitration shall be Nashik and the language used shall be English. The
arbitral award shall be final and binding upon the Parties. Neither Party shall be released from its
obligations to comply with any of the provisions of this Agreement, the contract and the detailed
agreement as a result of reference of disputes to arbitration or during the course of arbitral
proceeding.
24. This Tie-up Agreement shall be effective from the date as mentioned in the first page of the Tie-
up Agreement and shall remain valid till the project completion and shall terminate on the
happening of any of the following:
a. The RFQ submitted by is rejected or is unsuccessful in the bid.
b. The Contract for the Works has been awarded to other Third Parties.
c. The client notifies the Parties that they will not proceed with the Project.
d. Any of the Parties to the Agreement is declared insolvent by a Court of Competent
Jurisdiction.
34
25. This Tie-up Agreement shall be subject to the laws in India and shall be subject to the jurisdiction of
the court at Nashik.
26. For the sake of correspondence, following Addresses and the Persons concerned are to be contacted:
Address: Address:
For For
Name: Name:
Designation: Designation:
35
ANNEX II B – DECLARATION/AUTHORITY LETTER FOR SITE VISIT AND GEO-TAGGING
NAME OF WORK: RFQ for Implementation of various sewerage schemes and rehabilitation/
upgradation of existing STPs or construction of new STPs at Nashik on PPP/HAM model.
Place: -
Time: -
I myself / authorized representative have personally inspected the work site on the
date___ time _____PM/AM and have made myself / our self-acquainted, satisfied with the
site condition. The details of Geo-Tagging as mentioned in the RFQ r will be uploaded in
the Bid.
Date: -
Place: -
Time: -
Certified by
Executive Engineer,
Nashik Municipal Corporation
36
ANNEX – III
Year 1
Year 2
Year 3
Single entity Applicant
TOTAL
AVERAGE
.
€
The Applicant should provide details of its own Financial Capacity or of an Associate
specified in Clause 2.2.7.
Instructions:
1. The Applicant/ shall attach copies of the balance sheets, financial statements
and Annual Reports for 3 (Three) years preceding the Application Due Date.
The financial statements shall:
a)reflect the financial situation of the Applicant or Associates where the
Applicant is relying on its Associate’s financials;
b) be audited by a statutory auditor;
c) be complete, including all notes to the financial statements; and
d) correspond to accounting periods already completed and audited (no
37
statements for partial periods shall be requested or accepted).
2. Net Worth shall mean (Subscribed and Paid-up Equity + Reserves) less
(Revaluation reserves + miscellaneous expenditure not written off +
reserves not available for distribution to equity shareholders).
3. Year 1 will be the latest completed financial year, preceding the bidding. Year
2 shall be the year immediately preceding Year 1 and so on. In case the
Application Due Date falls within 3 (three) months of the close of the latest
financial year.
4. The applicant shall also provide the name and address of the Bankers to the
Applicant.
5. The Applicant shall provide an Auditor’s Certificate specifying the net worth
of the Applicant and also specifying the methodology adopted for calculating
such net worth in accordance with Clause 2.2.3 (i) of the RFQ document.
38
ANNEX – IV - Certificate from Statutory Auditor/ Company Secretary regarding Associate.
Certificate from the Statutory Auditor/ Company Secretary regarding Associate$
Based on the authenticated record of the Company, this is to certify that more than 26%
(twenty-six per cent) of the subscribed and paid up voting equity of
.......................... (name of the Associate) is held, directly or indirectly£,
by........................................(name of Applicant/ Consortium Member). By virtue of the
aforesaid share-holding, the latter exercises control over the former, who is an Associate
in terms of Clause 2.2.7 of the RFQ.
A brief description of the said equity held, directly or indirectly, is given below
$ In the event that the Applicant/ Consortium Member exercises control over an
Associate by operation of law, this certificate may be suitably modified and copies of
the relevant law may be enclosed and referred to.
1. It may be noted that in the absence of any detail in the above certificates, the
information would be considered inadequate.
39
ANNEX – V
Statement of Legal Capacity
Ref.
Date
:
To,
Executive Engineer
Public Health Engineering Department (Sewerage)
Nashik Municipal Corporation, Nashik
Rajiv Gandhi Bhavan, Sharanpur Road
Nashik.
Dear Sir,
We hereby confirm that we satisfy the terms and conditions laid out in the RFQ
document.
Thanking
you,
Yours
faithfully,
authorized signatory)
40
ANNEX – VI
The Bidder shall submit an Affidavit in the following format on Rs.500.00 non-judicial
stamp paper along with the certificate from the Applicant's Statutory Auditor.
AFFIDAVIT
Address of the
Applicant
Date
41
APPENDIX II
POWER OF ATTORNEY FOR SIGNING OF APPLICATION
Know all men by these presents, We… ......... (name of the firm and address of the registered
office) do hereby irrevocably constitute, nominate, appoint and authorize Mr./ Ms.
(name), ………………….; son/daughter/wife of………………… and presently residing
at…,who is presently employed with us and holding the position of………………………, as
our true and lawful attorney (hereinafter referred to as the “Attorney”) to do in our name and
on our behalf, all such acts, deeds and things as are necessary or required in connection
with or incidental to submission of our application for pre-qualification and submission of
our application for (RFQ) for Implementation of various sewerage schemes and
rehabilitation/ upgradation of existing STPs or construction of new STPs at Nashik on
PPP/HAM model proposed or being developed by NMC (the “Authority”) including but not
limited to signing and submission of all applications, bids and other documents and
writings, participate in Pre-Applications and other conferences and providing information/
responses to the Authority, representing us in all matters before the Authority, signing and
execution of all contracts including the Concession Agreement and undertakings consequent
to acceptance of our bid, and generally dealing with the Authority in all matters in connection
with or relating to or arising out of our bid for the said Project and/ or upon award thereof to
us and/or till the entering into of the Concession Agreement with the Authority.
AND we hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds
and things done or caused to be done by our said Attorney pursuant to and in exercise of the
powers conferred by this Power of Attorney and that all acts, deeds and things done by our
said Attorney in exercise of the powers hereby conferred shall and shall always be deemed
to have been done by us.
For
(Signature, name, designation and address)
Witnesses:
1. 2.
(Notarized)
Accepted (Signature)
(Name, Title and Address of the Attorney)
42
Notes:
43