1

THANE MUNICIPAL CORPORATION,

Invites Expression of Interest (EOI)

for Operation and maintenance of 120 MLD STP at Kopri for 25 years and recycle and reuse of treated waste water.

December 2015

(This document is meant for the exclusive purpose of submitting the Expression of Interest against this EOI document and shall not be transferred, reproduced or otherwise used for purposes other than that for which it is specifically issued.)

2

INDEX

Section Page No. Description No. From To Snapshot of EOI 1 3 3 Notice Inviting Tender 2 4 5 Introduction 3 6 9 PRINCIPAL DOCUMENT 4 10 16

6 Exhibit 1: Format for Covering Letter 17 17

7 Exhibit 2: Description of the Bidder 18 18 Exhibit 3: Financial Capability of the Bidder 8 19 20 Exhibit 4: Technical Capability of the Bidder 9 21 21 Exhibit 5: Proposed Project Concept Note 10 22 23 3

1 SNAPSHOT OF EOI

Operation and maintenance of 120 MLD STP at Kopri for Name of the Project 25 years and recycle and reuse of treated waste water. Name of Development Authority Thane Municipal Corporation, Thane Last date and time for submission Before 15.00 hrs up to 04/02/2016 Eligible Entities

A registered sole proprietor OR a registered partnership firm OR a company incorporated under the Companies Act, 1956 (and if it is a foreign company, equivalent law abroad) OR an incorporated

entity under similar legislation, in case of foreign

entities OR a joint venture with a maximum of two partners allowed

Signature Authority Authorised Representative / Signatory

Thane Municipal Corporation Contact

Dy City Engineer (Drainage) Drainage Department Thane Municipal Corporation, Paachpakhadi, Thane (W) 400602

Telephone number: +91-9920105052 or Web Site : www.thanecity.gov.in +91-22-25347714 Email: [email protected]

This section provides a snapshot of the EOI document to the Bidder. The Bidder is expected to read the entire EOI document for the details.

4

“¸µ¸½ Ÿ¸í¸›¸Š¸£œ¸¸¹¥¸ˆÅ¸, “¸µ¸½. Ÿ¸¥¸¢›¸À¬¸¸£µ¸ ¢¨¸ž¸¸Š¸

¬¨¸¸£¬¡¸¸¸ú ‚¹ž¸¨¡¸Æ·¸ú (Expression of Interest)

“¸µ¸½ Ÿ¸−¸›¸Š¸£œ¸¸¹¥¸ˆ½Å ·¸û½ÄÅ ‚›¸ºž¸¨¸ú ¬¸¿¬˜¸¸/ ˆ¿Åœ¸›¸ú/ “½ˆ½Å™¸£ ¡¸¸¿¸½ ˆÅ”º›¸ ˆÅ¸½œ¸£ú ¡¸½˜¸ú¥¸ Ÿ¸¥¸œÏ¢ÇÅ¡¸¸ ˆ½¿ÅÍ 25 ¨¸«¸¸Ä¡¸¸ ˆÅ¸¥¸¸¨¸š¸ú¬¸¸“ú ™½‰¸ž¸¸¥¸ ¨¸ ™º²¬÷¸ú¬¸í ¬¸¸¿”œ¸¸µ¡¸¸¡¸¸ œ¸º›¸¨¸¸Äœ¸£ ¨¸ œ¸º›¸¸ÄÇÅúˆÅ£µ¸ ˆÅ£µ¸½ ˆÅ¹£·¸¸ œ¸¢¤¥¸ˆÅ œÏ¸¡¸¨í½’ œ¸¸’Ä›¸£©¸úœ¸ (œ¸ú.œ¸ú.œ¸ú.) ÷¸÷¨¸¸¨¸£ œÏ¸¸¥¸ˆÅ ›¸½Ÿ¸µ¸½ˆÅ£ú÷¸¸ ¬¨¸¸£¬¡¸¸¿¸ú ‚¹ž¸¨¡¸Æ·¸ú (Expression of Interest) Ÿ¸¸Š¸¹¨¸µ¡¸¸·¸ ¡¸½·¸ ‚¸−½. ¬¨¸¸£¬¡¸¸¿¸ú ‚¹ž¸¨¡¸Æ·¸ú¸¸¸·¸ ¬¸¹¨¸¬·¸£ Ÿ¸¸¹−·¸ú Ÿ¸−¸›¸Š¸£œ¸¸¹¥¸ˆ½Å¡¸¸ ‚¢š¸ˆ¼Å÷¸ ¬¸¿ˆ½Å÷¸¬˜¸§ www.thanecity.gov.in ‚˜¸¨¸¸ https://eprocurement.synise.com ¡¸½˜¸½ „œ¸¥¸¤š¸ ‚¸í½. ¬¨¸¸£¬¡¸¸¿¸ú ‚¹ž¸¨¡¸Æ·¸ú ¹™. 11.01.2016 ·¸½ 04.02.2016 £¸½¸ú 15.00 ¨¸¸¸½ œ¸¡¸ô·¸ ¹¬Á¨¸ˆÅ¸£µ¡¸¸·¸ ¡¸½·¸ú¥¸.

„œ¸ ›¸Š¸£ ‚¢ž¸¡¸¿÷¸¸ (Ÿ¸¥¸¢›¸À¬¸¸£µ¸ ¢¨¸ž¸¸Š¸) “¸µ¸½ Ÿ¸í¸›¸Š¸£œ¸¸¢¥¸ˆÅ¸, “¸µ¸½. “¸Ÿ¸œ¸¸/œ¸ú‚¸£‚¸½/¸¸¢í£¸÷¸/ 2015-16 ¢™. 5

Thane Municipal Corporation

(Drainage Dept)

Thane Municipal Corporation invites "Expression of Interest" from registered sole proprietor / a registered partnership firm / a registered company for " Operation and maintenance of 120 MLD STP at Kopri for 25 years and recycle and reuse of treated waste water on PPP (Public Private Participation) basis. The details of expression of interest is available on web site www.thanecity.gov.in and https://eprocurement.synise.com . expression of interest shall be accepted from 11.01.2016 to 04.02.2016 up to 15.00 hrs.

Dy City Engineer. ( Drainage.) Thane Municipal Corporation TMC /PRO/Adv/ 2015-16 dt

6

2 INTRODUCTION :

2.1 BACKGROUND

Thane is one of the major industrial cities located north of and gaining the reputation of being one of the technologically advanced cities in the . The city also governs business importance due to its proximity to the country’s commercial capital, Mumbai. City has immense potential for industrial, commercial and urban development. Thane Municipal Corporation (TMC) is making sustained efforts to develop the infrastructure facilities, which catalyses the development process of the city as a whole. In the development process TMC has undertaken project of Underground Sewerage Scheme of about 500 Cr for entire Thane city. The project has been designed to meet sewerage need of the project area up to the year 2036. Underground sewerage scheme project is taken under Jawaharlal Nehru National Urban Renewal Mission (JNNRUM). The work of Underground sewerage scheme is already started from June 2007 and most of the work is completed & balance work will be completed soon. The scheme would improve HEALTH AND ENVIORNMENT in Thane Municipal Corporation area. 2.2 GENERAL INFORMATION :

Thane Municipal Corporation (TMC) has approximate 380.0 MLD Sewage Treatment capacities based on SBR and MBBR technology. Approximate quantity of treated waste water will be available from STP at Kopri based on SBR technology is 120.0 MLD, STP at based on SBR technology is 32.0 MLD Mumbra similarly STP at various places at Kalwa and Ghodbunder is @ 100.0 MLD on MBBR technology and 128.0 MLD proposed at Diva and Upper part of the Ghodbunder area. 2.3 PROPOSAL :

Thane Municipal corporation, Thane has constructed 120 MLD STP at Kopri which is commissioned in Feb 2012 and about 40 to 45 MLD sewage is treated as on date. This STP is constructed on SBR technology with C-tech. This whole STP is fully automated and is well connected by SCADA. TMC intend to invites Tender from experienced and qualified bidders for Operation and maintenance of 120 MLD STP at Kopri for 25 years and recycle and reuse of treated waste water on Build Operate and Transfer (BOT) basis through Private –Public- Partnership (PPP) on Design, Build, Operate, & Transfer basis in Thane city area. 2.4TECHNOLOGY :

Being this is Build Operate and Transfer (BOT) basis proposal Thane Municipal Corporation has given “Open Technology” option to the Service provider, provided quality of Treated water (Tertiary Treatment) should meet latest standards/requirements given by the Maharashtra Pollution Control Board’s (MPCB).

2.5 FINANCIAL MODEL :

1. Cost incurred for the Design, Built/ constructions and installations of Tertiary Treatment Plant (CAPEX) will be borne by the Service Provider/ Operator. Land for this will be provided by Thane Municipal Corporation. 7

2. The Service Provider shall be responsible to provide all machineries, manpower and electric equipment as required for the Construction and Operation and Maintenance TTP.

3. The Service Provider shall be responsible for Operation and Maintenance of 120 MLD STP at Kopri for 25 years along with Operation and Maintenance TTP.

4. TMC will share the operation and maintenance cost upto 75& for the first year, 50% for second year and 25% for the third year and there after whole cost for balance 22 years will have to be borne by service provider.

5. The Service Provider shall be responsible to explore /search the assured buyer for treated waste water. Thane Municipal Corporation will also help to the Service Provider to find the assured buyer.

6. The Service Provider shall clearly quote percentage share of TMC from the Income incurred through the sale of treated waste water. Maximum share of income with TMC will be preferred.

2.6 RESPONSIBILTIES OF THANE MUNICIPAL CORPORATION:

1. Thane Municipal Corporation will provide land for construction of Tertiary Treatment Plant at Free of cost to the Service Provider/ Operator.

2. Secondary treated Sewage will be made available to the Service Provider/ Operator by the Thane Municipal Corporation. Service Provider/ Operator has to make his own arrangement for lifting and transporting to the proposed TTP.

3. Thane Municipal Corporation will help Service Provider/ Operator for getting Buyer for the Treated water (Secondary Treatment).

4. Thane Municipal Corporation will pay Electricity bills for secondary Sewage Treatment Plant only. Electricity bills of the tertiary treatment plant will have to be paid by the successful bidder.

2.7 RESPONSIBILTES OF SERVICE PROVIDER/OPERATOR :

1. It is Mandatory for Service Provider/ Operator to treat the secondary treated water upto the potable standards/requirements given by the Maharashtra Pollution Control Board’s (MPCB).

2. Cost incurred for the Design, Built/ constructions and installations of Tertiary Treatment Plant (CAPEX) will be borne by the Service Provider/ Operator. Thane Municipal Corporation will provide necessary assistance to Service Provider/ Operator for obtaining NOC’s from other department/s, if required. 8

3. Operation and maintenance cost for contact period of 25 year shall be borne by the Service Provider/ Operator.(OPEX).

4. Service Provider/ Operator cannot Mortgage the land made available for the Construction of the TTP for any reason. The Service provider shall not create any encumbrance on the said plot. Thane Municipal Corporation will not remain Guarantor for obtaining loans from the Banks or Financial organizations.

5. After service contract period of 25 years, Service Provider/ Operator should hand over the TTP Plot along with units thereon in good running condition to Thane Municipal Corporation. It will be Mandatory to the Service Provider/ Operator to give undertaking that the TTP is free from all types encumbrances /liabilities such as Financial Loans, Labour payments, Government payments, etc. and Thane Municipal Corporation shall be the only legal heir/owner of the TTP at the time of handing over the plant.

6. It is Mandatory to Service Provider/ Operator to give training to the staff of Thane Municipal Corporation 3 months prior to the time of handing over the plant.

2.8 Brief Description of the Bid Process

The entire bid process is a follows:

Expression Of Interest (EOI) Stage

Submission by EOI bidders

Presentation by Bidder

Finalisation of Concept

2.9 Contents of the EOI Document

The EOI Document comprises the contents as listed below, and would additionally include any Addenda issued by Thane Municipal Corporation.

9

Invitation for Expression of Interest

Section 1: Key Details of EOI

Section 2: Introduction

Section 3: Principal Document

Section 4: Annexure 1: Exhibits of Formats for submission

1. Format for Covering Letter

2. Format for Description of Bidder

3. Format for Financial Capability of Bidder

4. Format for Technical Capability of Bidder

5. Format for Proposed Project Concept Note

10

3 PRINCIPAL DOCUMENT 3.1 Definitions

1. Authorised Representative/Signatory - shall mean the person who shall be duly authorized by the Bidding Company in its EOI submission to sign on the Expression of Interest. This designated person shall be authorised to perform all the tasks including, but not limited to providing information, responding to enquiries, entering into contractual commitments on behalf of the Bidder.

2. EOI Document - means this Expression of Interest document.

3. EOI / Expression of Interest Submission- Means the submission made by the Bidders in response to this EOI document.

4. EOI process - Means the entire process from issue of EOI document to the finalisation of concept note.

5. EOI Due Date - The date and time before which the EOI should be submitted by Bidders to the TMC for the Project.

6. EOI Validity Period - means the 180 (one hundred and eighty days) period from EOI Due Date.

7. Joint Venture - shall mean a joint venture of maximum two (2) partners, provided that both the partners shall in individual or cumulative fulfill the qualifying criteria as laid down in Section 4 of this EOI. The JV has to submit the proof of registered agreement of JV from an authorized Government Department or receipt of submission of agreement document for registration

8. Project - shall mean the Operation and maintenance of 120 MLD STP at Kopri for 25 years and recycle and reuse of treated waste water on PPP (Public Private Participation) basis. .

9. Responsiveness of the EOI / Non Responsive - shall have a meaning as referred in Clause 3.3 Step 1 of this EOI Document.

10. RFP Stage - The second stage that may be taken in the Bid Process which shall determine the Successful Bidder for the Project.

11. Service Provider - shall either mean a registered sole proprietor OR a registered partnership firm OR a company incorporated under the Companies Act, 1956 (and if it is a foreign company, equivalent law abroad) OR an incorporated entity under similar legislation, in case of foreign entities OR a joint venture with a maximum of two partners allowed.

12. TMC - shall mean Thane Municipal Corporation

11

3.2 Instructions to Bidders

General Information

3.2.1.1 Eligible Bidders

The Bidders eligible for participating in the EOI process shall be any of the following categories:

A registered sole proprietor OR

A registered partnership firm OR

A company incorporated under the Companies Act, 1956 (and if it is a foreign company, equivalent law abroad) OR

An incorporated entity under similar legislation, in case of foreign entities OR A joint venture with a maximum of two partners allowed.

The term Bidder used hereinafter would therefore apply to both the above-mentioned categories. Any entity, which has earlier been barred by TMC from participating in its projects, would not be eligible to submit an EOI individually, if such bar subsists as on the EOI Due Date.

3.2.1.2 Confidentiality of Bidder Provided Information

Information relating to the examination, clarification, evaluation, and recommendation for the Bidders shall not be disclosed to any person not officially concerned with the process. TMC will treat all information submitted as part of EOI in confidence and would require all those who have access to such material to treat the same in confidence. TMC will not divulge any such information unless it is ordered to do so by any authority pursuant to applicable law or order of a competent court or tribunal, which requires its disclosure.

3.2.1.3 Accuracy and Completeness of EOI document

This EOI document includes statements, which reflect various assumptions, which may or may not be correct. This document does not purport to contain all the information each Bidder may require. This EOI Document may not be appropriate for all persons, and it is not possible for Thane Municipal Corporation (TMC) to consider the investment objectives, financial situation and particular needs of each party who reads or uses this EOI document. Certain Bidders may have a better knowledge than the others for the Project. Each Bidder should conduct its own investigations and analysis and should check the accuracy, reliability and completeness of the information in this EOI document and obtain independent advice from appropriate sources. Neither TMC nor its employees or its consultants make any representation or warranty as to the accuracy, reliability or completeness of the information in this EOI document.

12

3.2.1.4 Liability

Neither TMC nor its employees or its consultants will have any liability to any Bidder or any other person under the law of contract, or, the principles of restitution or unjust enrichment or otherwise for any loss, expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document, any matter deemed to form part of this EOI Document, the award of the Project and any other information supplied by or on behalf of TMC or its employees, any of its consultants or otherwise arising in any way from the selection process for the Project.

Thane Municipal Corporation’s (TMC) Rights regarding the EOI

3.2.1.5 Right to accept or reject any EOI

Notwithstanding anything contained in this EOI, TMC reserves the right to accept or reject any EOI or to annul the Bid Process or reject all Expressions of Interest, at any time without any liability or any obligation for such rejection or annulment and without assigning any reasons. TMC reserves the right to reject the Bidder if:

a) At any time during the bid process or thereafter, a material misrepresentation is made or discovered, or

b) The Bidder does not respond promptly and diligently to requests for supplemental information required for the evaluation of the EOI.

This would lead to the disqualification of the Bidder.

3.2.1.6 Right to Change/Modify

TMC reserves the right to change/modify any or all of the provisions of this EOI. Such a change would be intimated to all the parties procuring this EOI document. TMC reserves the right to change, modify, add or alter the Bid Process at any stage under intimation to all the Bidders.

3.2.1.7 Right to request the extension of validity of EOI

In exceptional circumstances, prior to expiry of the original EOI Validity Period, TMC may request Bidders to extend the EOI Validity Period for a specified additional period. Bidders not extending the EOI Validity Period when so requested would automatically be disqualified.

3.2.1.8 No obligation to issue of RFP

TMC shall be under no obligation to issue a Request for Proposal (RFP) for the Project described in this EOI document.

3.2.1.9 Right to enter into agreement / negotiate

TMC reserves the right to enter into agreement/negotiate directly with any operator separately at any time during the Bid Process.

13

3.2.1.10 Right to cancel the EOI Process

TMC may cancel this EOI process at any stage without assigning any reasons whatsoever and will not be liable to compensate any Bidder on any grounds whatsoever. The Bidder shall not be entitled to refund of cost of documents or other costs in case the bid is cancelled for whatsoever reason or without assigning any reason.

Schedule of Bidding Process

TMC would endeavour to adhere to the following schedule:

S. No. Event Description Date

1. Issue of EOI 11.01.2016

2. Last date for submission of EOI 04.02.2016

The above dates are indicative for the information of the Bidders only. TMC reserves the right to change the schedule.

Instructions for EOI preparation

3.2.1.11 Format of EOI submission

The Bidder would provide all the information as per this EOI document. TMC would consider only those EOI submissions that are received in the required format and complete in all respects. The EOI shall be submitted online on https://eprocurement.synise.com

The EOI submitted shall consist of following: a) Covering Letter as per format specified in Exhibit 1 b) Description of the Bidder as per format specified in Exhibit 2 c) Proof of registration (incorporation) /proof of legal status of the partnership firm or company or JV along with Exhibit 2 d) Power of attorney authorizing the authorized signatory to sign EOI on behalf of the firm. This shall be submitted along with Exhibit 2 e) Financial Capability of Bidder as per format specified in Exhibit 3 f) Audited annual financial reports for the last three financial years i.e. 2012-13, 2013-14 and 2014-15, duly certified by the Statutory Auditor supporting the figures stated in Exhibit 3. g) Technical Capability of Bidder as per format specified in Exhibit 4

14

h) Work completion certificate(s) from the relevant authority(s) submitted along with Exhibit 4 i) Proposed Project Concept Note as specified in Exhibit 5

Please note that the submitted information in the EOI or any communication during the EOI process should not have any price or commercial information. Failure to comply with the requirement may result in the Bidder being dropped from consideration.

3.2.1.12

The Bidder is required to carefully study the contents of this EOI document and to obtain all information it may require enabling it to submit its EOI. The Bidder shall be deemed to have satisfied itself as to the correctness and sufficiency of the EOI document received. No claims whatsoever will be entertained arising out of Bidders failure to study the EOI Document. The EOI submissions that are deemed incomplete or non- responsive to the requirements of this EOI document will be rejected.

3.2.1.13 EOI Due Date

EOI should be submitted before 04.02.2016 up to 15.00 hours IST on the EOI Due Date mentioned in the Schedule of Bidding Process, to the address provided in Clause 3.2.1.12 in the manner and form as detailed in this EOI document. EOI submitted by either facsimile transmission or telex will not be acceptable. TMC shall not be responsible for any delay in receipt of the EOI submissions. Any EOI Submission received by TMC after the deadline for submission stipulated by TMC shall not be opened and shall be summarily rejected.

TMC may, in exceptional circumstances, and at its sole discretion, extend the EOI Due Date by issuing an Addendum in accordance with Clause 3.2.1.6, uniformly for all Bidders. TMC shall not accept any EOI, which has been submitted after the time and date indicated in Schedule of Bidding Process.

3.2.1.14 EOI preparation cost

The Bidder shall be responsible and shall bear all the costs associated with the preparation of its EOI and its participation in the EOI process. TMC will not be responsible or in any way liable for such costs, regardless of the conduct or outcome of the EOI process.

3.2.1.15 Project inspection and site visit

It is desirable that each Bidder submits its EOI after visiting the site (with the prior permission of TMC and ascertaining for itself the location, surroundings, or any other matter considered relevant by it. It would be deemed that by submitting the EOI, the Bidder has:

a) Made a complete and careful examination of the EOI, and

b) Received all relevant information requested from TMC.

c) TMC shall not be liable for any mistake or error on the part of the Bidder in respect of the above.

15

3.2.1.16 Proposed Project Concept

The proposed Project concept submitted by the Bidder shall need to fulfill TMC’s objective of Operation and maintenance of 120 MLD STP at Kopri for 25 years and recycle and reuse of treated waste water on PPP (Public Private Participation) basis. .

3.2.1.17 Number of Applications for EOI

Each Bidder shall submit only one EOI submission in response to this EOI. Any Bidder, who submits or participates in more than one EOI submission, will be disqualified.

3.2.1.18 Language

The EOI and all related correspondence and documents should be written in the English language. Supporting documents and printed literature furnished by the Bidder with the EOI may be in any other language provided that these are accompanied by appropriate translations of the pertinent passages in the English language. Supporting material, which are not translated into English, may not be considered. For the purpose of interpretation and evaluation of the EOI, the English language translation shall prevail.

3.2.1.19 Validity of EOI

The EOI shall remain valid for a period not less than 180 days months from the EOI Due Date (EOI Validity Period). TMC reserves the right to reject any EOI, which does not meet this requirement.

3.2.1.20 Signature Authority

A duly authorized officer of the Bidder shall sign the EOI. The EOI must be signed in the Bidder’s name and on its behalf and under seal by an Authorised Signatory of the Bidder and shall be accompanied by a notarized and legalized Power of Attorney valid for at least 12 months. The office held by the signing officer shall be clearly mentioned.

The Authorised Signatory shall initial each page of the EOI in indelible ink. All the alterations, omissions, additions, or any other amendments made to the EOI shall be initialed by the person(s) signing the EOI submission.

3.2.1.21 Confidentiality

TMC requires that Bidder limits the disclosure of information given in this EOI Document to those in Bidders organization who have a need to know in order to respond to this EOI. The information contained in the EOI document may not be disclosed, published, or advertised in any manner without TMC’s written authorization. All information contained in the EOI documents is to be treated as proprietary regardless of whether the documents are labeled as such or not.

3.3 Expression of Interest (EOI)

As a part of the first stage, TMC is issuing an EOI document, inviting prospective Bidders to express their interest by submitting EOI. The EOI submissions submitted by the Bidders in response to this EOI document shall be evaluated based on the Evaluation Criteria. The information to be provided by the Bidders is highlighted in this EOI document.

16

Evaluation of Project Concept Note

An Evaluation Committee shall be constituted by TMC in order to assess the responsiveness of the EOI with respect to practicality of implementation. The evaluation shall be done by the Evaluation Committee based on the proposal provided, which will be followed by a presentation by the bidder.

Each of the pre-qualified bidders would be expected to make a presentation to the Evaluation Committee constituted for the purpose of this project. The broad terms of the presentation shall be to assess :

1. Project concept in terms of its adherence to TMC’s vision of Operation and maintenance of 120 MLD STP at Kopri for 25 years and recycle and reuse of treated waste water on PPP (Public Private Participation) basis. .

2. Scope of technology proposed to be provided and conformance to quality .

The bidders shall make a presentation to TMC evaluation committee on their proposed notes and as per TMC’s requirement.

17

4 ANNEXURE

EXHIBITS OF FORMATS FOR SUBMISSION Exhibit 1: Format for Covering Letter

[On the Letter head of the Bidder]

Date:

To Deputy City Engineer Drainage Department Thane Municipal Corporation Panchpakhadi Thane West - 400 602

Ref: Operation and maintenance of 120 MLD STP at Kopri for 25 years and recycle and reuse of treated waste water on PPP (Public Private Participation) basis. Sir,

Being duly authorized to represent and act on behalf of…………………………………. (Hereinafter referred to as “the Bidder”), and having reviewed and fully understood the evaluation criteria and information provided, the undersigned hereby apply in response to the EOI document for the Operation and maintenance of 120 MLD STP at Kopri for 25 years and recycle and reuse of treated waste on PPP (Public Private Participation) basis. . We are enclosing our Expression of Interest in one (1) original plus two (2) duplicate, with the details as per the requirements of the EOI, for your evaluation.

We confirm that our EOI is valid for a period of 180 days from EOI due date.

Yours faithfully,

(Signature of Authorised Signatory)

(Name, Title and Address)

18

Exhibit 2: Description of the Bidder

1. Name, country of incorporation, address of the registered office, corporate headquarters, and its branch office(s), if any, in and date of incorporation and/or commencement of business.

2. Brief description of the Bidder 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 with Thane Municipal Corporation:

Name Designation Company Address Telephone Number E-Mail Address Fax Number Mobile Number

4. Name, Designation, Address and Phone Numbers of Authorised Signatory of the Bidder:

Name Designation Company Address Telephone Number E-Mail Address Fax Number Mobile Number

Bidders to submit proof of registration (incorporation) /proof of legal status of the sole proprietorship, partnership firm or company along with this exhibit.

Bidders are requested to submit a power of attorney authorizing the authorized signatory to sign EOI on behalf of either the partnership firm or company or joint venture.

19

Exhibit 3: Financial Capability of the Bidder

This statement should be submitted on the bidder’s letterhead and duly certified by the Bidder’s Statutory Auditor.

Sr. No. Parameters Financial Year

2012-13 2013-14 2014-15

1 Turnover

2 Total Assets

3 Current Assets

4 Total Liabilities

5 Current Liabilities

6 Profit before tax

7 Profit after tax

8 Net worth*

Please attach the audited annual reports supporting the figures stated.

The Bidder should provide information regarding the above based on audited annual accounts for the respective financial years. The information to be provided as stated above, shall be certified by a statutory auditor. The financial year would be the same as the one normally followed by the Bidder for its annual financial statement.

Net worth shall be defined as:

For Company = (Subscribed and Paid-up Capital + Reserves) - (Revaluation reserves + Miscellaneous expenditure not written off + Intangible assets + accumulated losses)

The definition of “Paid-up Capital ‟, “Reserves ‟, “Intangible assets ‟, “Accumulated losses ‟, shall be as per the accounting code of the Bidder’s country in which the Bidder has the registered office.

20

The EOI must be accompanied by the audited annual financial statements of the Bidder for the last three completed financial years.

In case the annual accounts for the latest financial year are not audited and therefore the Bidder could not make it available, the Bidder shall give an undertaking to that effect and the statutory auditor shall certify the same. In such a case, the Bidder may provide the un-audited Annual Accounts (with Schedules) for the latest financial year. In any case, the Audited Annual Financial Statements for two years preceding the latest financial year would have to be provided, failing which the EOI will be rejected as non-responsive.

21

Exhibit 4: Technical Capability of the Bidder

[On the letter head of the Bidder]

While demonstrating any kind of technical experience, Bidders are expected to submit their work completion certificate(s) signed by the relevant authority . Additionally, the bidder needs to fill up the format given in Exhibit 4 of this EOI document duly signed and stamped on its official letterhead .

Item Project Details

Name of the project Location and complete address of the Authority Description of the Project Project period

Number of STPs operated and maintained and Quantum of recycle and reuse of treated waste water Date of commencement of the project Accreditation Role of the Bidder in the project

Instructions:

1. Bidders are expected to provide information in the table given above with respect to their technical experience. Bidders should also refer to the instructions below. 2. The date of commencement of the project should be indicated.

3. In case work completion certificates for technical experience are unavailable with the Bidder, then the Bidder must furnish a Certificate from its statutory auditor as per format below for each project.

Certificate from the statutory auditor regarding project Based on its books of accounts and other published information authenticated by it, this is to certify that …………………….. (Name of the Bidder) is/was ……………………………. (describe project) for ………………… (name of client) from …………... (Date) to …………….. (Date). The project commenced on ……………. (Date of commissioning of the project) and currently …………. (Current status of the project).

Name of the audit firm: Seal of the audit firm: (Signature, name and designation of the Authorized Signatory) Date:

22

Exhibit 5: Proposed Project Concept Note

A brief write-up on the proposed project concept containing the following details shall be submitted as part of this note. This list is not exhaustive and additional details may be provided:

1. Quantum of waste water that can be recycled and reused. 2. Details of erecting tertiary treatment plant a. Period required to set up tertiary treatment plant b. Land requirement for tertiary treatment plant c. Proposed Users for treated waste water d. Power requirements e. Any other details 3. Details of location and amount of space required for erecting tertiary treatment plant for for recycle and reuse of waste water. 4. Detailed technical specifications for recycle and reuse of waste water. 5. Details on R&D, patenting and licensing of technology 6. Equipment manufacturing and sourcing 7. Manpower requirement (skilled and unskilled) 8. Plans for sourcing manpower 9. Details of business model comprising of investment, revenue and ROI 10. Risk mitigation mechanisms 11. Any other information relevant for the successful implementation of the project

The firms are expected to make a presentation to the TMC evaluation committee covering all the above.

The bidders may at their discretion provide any supporting documents which enhances the clarity of the project and technology. Please do not submit any financial bid with the EOI.

23

Bidder shall also have to submit one hard copy in sealed with the following inscription at Citizen facilitation center, Thane Municipal Corporation, Paachpakhadi, Thane 400602:

Please note that in the event of any discrepancy between the hard copies and Online submitted copies, the online submitted copies shall prevail.

Proposal for Expression of Interest

From To,

Dy City Engineer Bidders Name Drainage Department

Thane Municipal Corporation, Thane Paachpakhadi Thane 400602

Bidders Address and Contact Number) Due date Project