Sie sind auf Seite 1von 67

REPUBLIC OF MACEDONIA

COMPETITIVE DIALOGUE NO. 1


(OJEU REFERENCE: S74 16/04/2010 111051-2010-EN)

ON ISSUING A CONCESSION FOR FINANCING, DESIGNING, BUILDING


AND OPERATING A REGIONAL LANDFILL FOR MUNICIPAL SOLID
WASTE IN THE SOUTH-EASTERN PLANNING REGION (REPUBLIC OF
MACEDONIA)
_______________________________________________________

DESCRITPIVE TENDER DOCUMENTATION

- PHASE 2 -

July 2010

1
TABLE OF CONTENTS

Contents

I. ITPD: INSTRUCTIONS & INFORMATION FOR CANDIDATES............................................4


I.1 Definitions................................................................................................................................4
I.2 The Competitive Dialogue Process.................................................................................10
I.3 The Dialogue Phase.............................................................................................................11
I.3.1 Dialogue Stage 1: Competition of ideas....................................................................12
I.3.2 Dialogue Stage 2: Cost-performance competition...................................................14
I.4 The Final Tender Phase......................................................................................................14
I.5 Manner of preparing and submitting Form of Response..........................................14
I.5.1 Language of the Form of Response...........................................................................15
I.5.2 Signing of the Form of Response...............................................................................15
I.5.3 Sealing, marking and submitting the Form of Response........................................15
I.6 Manner of preparing and submitting Outline Solutions No. 1.................................16
I.6.1 Language of the Outline Solutions No.1....................................................................16
I.6.2 Form and signing of the Outline Solution No. 1.......................................................16
I.6.3 Sealing, marking and submitting the Outline Solution No. 1..................................16
I.7 Costs for participation in the Competitive Dialogue stages 1 and 2......................17
I.8 Confidentiality.......................................................................................................................17
I.9 Modifications to the ITPD and/or ISOS 1........................................................................17
I.10 Clarification regarding ISOS 1......................................................................................17
I.11 Withdrawal and Replacement of Outline Solutions No. 1.....................................18
I.12 Clarification of Outline Solution No. 1.......................................................................18
I.13 Timetable and venues for meetings during the Dialogue phase........................19
I.14 Other relevant issues......................................................................................................19
II. ISOS 1: STATEMENT OF REQUIREMENTS....................................................................20
II.1 Introduction............................................................................................................................20
II.2 Project Scope........................................................................................................................20
II.3 Additional Information........................................................................................................26
II.3.1 Inter-municipal Agreement...........................................................................................26
II.3.2 Concession period........................................................................................................26
II.3.3 Environmental Impact Assessment (EIA)..................................................................26
III. ISOS 1: INFORMATION TO BE PROVIDED IN THE OUTLINE SOLUTION No. 1...28
III.1 Contractual Issues..........................................................................................................28
III.2 LOT I Concession for Solid Waste Disposal.........................................................29
III.2.1 Design Approach...........................................................................................................29
III.2.2 Facility Construction (Development)..........................................................................30
III.2.3 Staffing Issues...............................................................................................................31
III.2.4 Financial Aspects..........................................................................................................31
III.3 LOT II Concession(s) for Waste Collection and Transport................................31
III.3.1 Design Approach...........................................................................................................31
III.3.2 Staffing Issues:..............................................................................................................32
III.3.3 Financial Aspects:.........................................................................................................32
III.4 LOT III Closure and Remediation of non-compliant landfills and dumpsites
32
III.4.1 Design Approach, Civil Works and Phasing:............................................................32
III.4.2 Closure Financial Aspects:..........................................................................................33
IV. ISOS 1: EVALUATION OF OUTLINE SOLUTIONS NO. 1.............................................34
ISOS 1: FORM OF OUTLINE SOLUTION NO. 1............................................................................40
IV.1 LOT II Concession(s) for Waste Collection and Transport................................47
III.4 LOT III Closure and Remediation of non-compliant landfills and dumpsites
50
III.4.1 Design Approach, Civil Works and Phasing.............................................................50

2
IV.4.2 Closure Financial Aspects................................................................................................51
LIST OF CONFIDENTIAL INFORMATION......................................................................................53
CONFIDENTIALITY AND FREEDOM OF INFORMATION AGREEMENT.................................54
1.0. Introduction and Overview...................................................................................................57
2.0. Purpose of the Agreement...................................................................................................57
3.0. Stakeholders Map..................................................................................................................57
4.0. Project Scope.........................................................................................................................58
4.1. The Dialogue Process.......................................................................................................59
4.1.1. The Ideas Competition......................................................................................................59
4.1.2. The Cost Performance Competition................................................................................59
5.0. Guidelines for Confidentiality and Freedom of Information (FOI)...................................59
5.1. Confidentiality.....................................................................................................................59
5.1.1 Scope and Principles of the Dialogue.......................................................................60
5.2. Freedom of Information (FOI).........................................................................................61
6.1. Overview............................................................................................................................61
6.2. Information Flow and using the Agreement..................................................................61
7.0. Parties of this Agreement......................................................................................................62

TECHNICAL ANNEXES......................................................................................................................63

1. Waste Generation
2. Reclamation and closure of existing municipal landfills and illegal dumps
3. Waste Forecast; (please see the annexed pdf file)
4. Map: Existing non-compliant landfills and dumpsites (please see the annexed pdf
file);
5. Map: Transport distances (please see the annexed pdf file)

3
Schedule 1

I. ITPD: INSTRUCTIONS & INFORMATION FOR CANDIDATES

I.1 Definitions

Concession shall mean the right to use a good of general interest,


erect a structure of general interest or provide public services whereby
the concessionaire is entrusted with constructing and/or managing,
using and maintaining the subject of concession, with or without
payments by the concession grantor. Concession, for the purposes of
this public call, shall mean the right to provide works and public
services, i.e. facilities and services associated with regional integrated
management of solid waste.

Conceding authorities (grantors) shall include the Republic of


Macedonia and the municipalities in the south-eastern planning region.

Concessionaire shall mean a domestic or foreign (legal or natural)


entity that will be granted the concession by means of signing a
Concession Agreement or a Public-Private Partnership Contract upon
competitive dialogue completion.

Public partners shall include:

- the Republic of Macedonia;


- the municipalities in the south-eastern planning region;
- the public companies founded by the municipalities in the south-
eastern planning region, where the latter have a direct influence on
the former by virtue of the fact that they own them;
- other legal entities discharging public duties.

Private partner shall mean a domestic or foreign legal or natural entity


that has been awarded a Public-Private Partnership Contract.

Economic operator shall mean any domestic or foreign, natural or


legal entity or a group of such entities that offer goods, services or
works on the market.

An economic operator who has sought an invitation to take part in the


second phase of the competitive dialogue shall be designated a
Candidate. An economic operator who has responded to the invitation
to submit a final tender in the third phase of the competitive dialogue
shall be designated a "tenderer".

Concession agreement shall mean an agreement of financial interest


entered into between the Conceding Authorities and the
concessionaire, the subject of which is the use of a good of general
interest to the Republic of Macedonia, the erection of a structure of
public interest or the provision of public services.

4
Public-private partnership contract shall mean a contract of financial
interest concluded between a public and a private partner, the subject
of which is the design, financing, construction and maintenance of
infrastructure, supply of equipment and/or provision of services by a
private partner with the purpose of the latter being the provider of a
public service.

Other types of public-private partnership shall mean all


undertakings for cooperation, different from concession and public
procurement, wherein the public and the private partner join their
resources and professional knowledge so that a public service is
provided through an appropriate direction of the resources, risks and
benefits (hereinafter referred to as public private partnership).

Contractual concession/public-private partnership shall mean a


partnership between the concession authority/the public and the
concessionaire/the private partner established by means of a contract.

Institutional concession/public-private partnership shall mean a


partnership between the concession grantor/the public and the
concessionaire/the private partner established in the form of a joint
legal entity founded pursuant to the law.

Competitive dialogue shall mean a tender procedure for granting a


concession or establishing a public-private partnership which is
conducted in three phases: (i) launching a call for competitive dialogue
and making a pre-selection of candidates, as well as sending
invitations to the pre-selected candidates to participate in the
competitive dialogue accompanied by descriptive tender
documentation; (ii) presentation by the pre-selected candidates of their
initial bids and laying down detailed project specifications (tender
documentation); (iii) submission of the final bids by the participants in
the competitive dialogue and selection of the best candidate.

Dialogue is the second phase of the competitive dialogue procedure in


which any preselected candidate may respond to the request of the
conceding authorities to participate and whereby the conceding
authority conducts a dialogue with the aim of developing one or more
suitable alternatives capable of meeting the project requirements, and
on the basis of which the chosen candidates are invited to participate in
the third and final phase.

The dialogue will be organized in two stages: competition of ideas


and cost-performance competition stage.

The competition of ideas stage will yield conceptual solutions for the
location, size, treatment / disposal technology, project implementation
schedule, indicative overall capital costs as well as capital expenditures
for each structure and unit operating treatment / disposal costs per ton

5
of delivered waste. The candidates which will develop technically and
environmentally feasible and affordable solutions (cost-effective) will be
taken through the next stage.

The cost-performance competition stage will allow for competition of


more detailed solutions of candidates passing the previous stage.

The dialogue will consist of a series of joint and individual meetings


between the conceding authority and the candidates on the various
aspects of the concession project (for example, technical, financial and
legal).

For the first stage of the dialogue, the conceding authority requests
candidates to submit outline solutions in which they will develop
proposals to meet the authority's needs. While it will not be possible to
hold candidates to commitments proposed in outline solutions, they will
be evaluated throughout the entire process. Based on the evaluation of
the outline solutions, the conceding authority will then decide to take a
limited number of candidates forward into the second stage of
dialogue. The conceding authority will decide on filtering both, the
solutions and candidates throughout the first and second stage and
even between the individual rounds in the scope of each stage.

Joint meetings (maximum two) will be organized in the initial period of


the dialogue for discussing the dialogue schedule, providing additional
information, if applicable, on the Statements of Requirements, content
and method of the preparation of the Outline Solutions, confidentiality
and freedom of information issues etc.

Individual meetings will take place after the Outline Solutions are being
received and evaluated by the conceding authority, in order to clarify
and/or improve these.

The dialogue phase will conclude when the conceding authority is


satisfied that it has thoroughly defined and refined its requirements and
explored with the candidates all the possibilities for meeting those
requirements (including the contractual provisions that will apply). At
this point, the conceding authority will inform candidates that the
dialogue is concluded and issue a request for the third phase of the
tender procedure.

Descriptive tender documentation constitutes a substitute for the


technical specifications that are present with standard tender
procedures. Given the fact that contracting authorities are unable to
foresee the volume of technical resources needed for the
implementation of the project during the competitive dialogue
procedure, technical specifications shall have framework dimensions
and values in the descriptive tender documentation for the concession
project. It prescribes the Conceding Authority requirements and needs
(it provides information in addition to the tender documentation for pre-

6
selection and is intended to narrow the specification of the conceding
authority needs towards obtaining of comparable, affordable and
environmentally sustainable ideas / solutions to the waste management
problems). Descriptive tender documentation comprises of two parts:
Invitation to participate in the dialogue (ITPD) and Invitation to submit
outline solutions (ISOS).

Invitation to participate in a dialogue (ITPD) represents a standard


form for announcing the start up of the dialogue phase, whereby the
pre-selected candidates from the first phase are requested to provide
their response on various key elements of the dialogue phase.

Invitation to Submit Outline Solutions (ISOS) is focused on the


arrangements for the dialogue and the specification of the project
requirements (Statement of Requirements) to which the pre-selected
candidates will propose a solution. Based on the ISOS, the candidates
in their outline solutions will also express their willingness or
preparedness for taking on the risks associated with the project, and
how they propose to structure and organize the delivery of the project.
Inherent part of the ISOS is an evaluation framework for candidates
outline solutions. The evaluation of candidates outline solutions is
followed by a dialogue with each of the candidates. The ISOS provides
the schedule, structure and rules that will apply to the dialogue phase
(for example, rules for access to Committee members or how
information is disclosed by candidates during the course of meetings).
Following the anticipated two stages of the dialogue, there will be at
least two ISOS issued, one of which is the present ISOS 1 and the next
one serving a base for performing of the cost-performance
competition stage.

Outline Solutions No. 1 (competition of ideas stage) and 2 (cost-


performance competition stage) will be evaluated, followed by
individual dialogues for their improvement, and the successful
candidates from the first and second stage subsequently, will be invited
in the third phase of the competitive dialogue procedure, when they will
be offered a full suite of contractual documents including
comprehensive drafts of the Project Agreement Output Specification
and Payment Mechanism.

7
Tender documentation shall mean a set of documents, information
and conditions constituting the basis for developing, submitting and
evaluating the bid. It shall be submitted alongside an Invitation to
submit final tenders (ITSFT) to the selected candidates in the third
phase of the competitive dialogue. It covers the call for final tenders,
evaluation criteria and other information necessary for the development
of tenders. After one or more solutions capable to satisfy the
Conceding Authority requirements are being identified, the dialogue
phase finishes and the invitation for submission of final tenders is
commencing. It is necessary that the final tenders contain all the
elements required for the performance of the project. The final tender is
not subject to change or negotiation. The final tenders should be based
on the solutions and contractual specifications discussed and agreed
upon during the dialogue phase.

Committee for implementation of the procedure represents the


Conceding Authority through nominated members (at least three) who
are furnished with the necessary technical and administrative expertise
to carry out the competitive dialogue procedure, through pre-selecting
the applicants and giving an informed opinion on the outline solutions
and final tenders.

The best long term value (most economically advantageous tender)


is the tender proposal judged best in terms of the criteria laid down for
the contract, e.g. quality to which the technical properties, aesthetic
and functional qualities, service (performance) quality, technical
assistance, and delivery date or performance period are attributed;, in
addition the best tender shall offer acceptable costs or lowest costs.
These criteria will be published in the final tender, i.e. the third phase of
the Competitive Dialogue process.

LOT is a group of similar or identical items that are contracted out


together to one concessionaire. For the purpose of this document
under the term LOT it can be recognized a package of facilities /
services that represent a cluster of the chain of facilities / operations
required to implement a regional integrated waste management.

Waste collection shall mean a set of organized activities (gathering,


sorting and/or mixing of waste), that prepare the waste for
transportation.

Waste treatment shall mean the mechanical, physical, thermal,


chemical or biological processes, including sorting, that result in
change in the properties of the waste, with a view to reducing the
volume or hazardous nature thereof, facilitating the handling or making
it more suitable for processing.

Waste treatment facilities are facilities where the aforementioned


operations are being performed.

8
Waste recovery is defined as any waste management operation that
diverts secondary raw materials and they include procedures for the
reuse of waste for recycling and using waste as a source of energy,
and excluding the incineration as a method for its final disposal.

Recovery mainly refers to the following operations:


- material recovery, i.e. recycling (see below);
- energy recovery, i.e. re-use a fuel;
- biological recovery, e.g. composting;
- re-use.

Waste disposal shall mean the operations providing a final solution for
the waste that can not be re-used or processed, during which the
environment and human life and health are not endangered.

Landfill shall mean a facility intended for waste disposal by way of


tipping it above or under the ground; It means a waste disposal site for
deposit of the waste onto or into land (i.e. underground), including:
- Internal waste disposal sites (i.e. landfill where a producer of waste
is carrying out its own waste disposal at the place of production),
and
- A permanent site (i.e. more then one year) which is used for
temporary storage of waste,

but excluding:
- Facilities where waste is unloaded in order to permit its preparation
for further transport for recovery, treatment or disposal elsewhere,
and
- Storage of waste prior to recovery or treatment for a period less
then three years as a general rule, or
- Storage of waste prior to disposal for a period less then one year.

Reception points are the locations in the scope of the regional


integrated waste management system, where the waste is being
delivered for waste treatment and/ or transfer, and then prepared for
(internal) transportation to the disposal site. The final disposal facility
(the landfill site) also represents a reception point.

Sanitary landfill defines any landfill category (municipal landfill for


non-hazardous waste, landfill for hazardous waste or inert waste
landfill) that fulfils the criteria prescribed within the Rulebook on the
conditions that should be met by the landfills (Official Gazette of RM
No. 7/2009).

Non-compliant landfill is defined in the Article 79 of the Law on Waste


Management a Rulebook on the conditions that should be met by the
landfills (Official Gazette of RM No. 7/2009) as follows: Any landfill
which is not in accordance with the conditions prescribed in this
Rulebook shall be considered as wild, non-sanitary and non-compliant
landfill.
9
Remediation is a term that can be generally described as a procedure
of removing toxic or biohazard contaminants that pose human health
consequences or threats to the environment from an infected area.
Simply stated, remediation is a clean-up process.

The level of contamination caused by the non-compliant landfills is


usually identified based on scientific assessment of soil and
groundwater contamination as well as modelling the projected future
damage. The estimation of the level of contamination is needed in
order to define the size of remediation activities. Depending on the
contamination magnitude, the suitable remediation performances
should be undertaken (providing landfill cover to protect precipitation
from entering the waste, non-compliant landfills capping by plants
phyto-remediation etc.). For the purposes of this stage of the Dialogue,
it is not necessary to conduct a scientific assessment; it is rather more
important to assess the feasibility of alternative closure & remediation
techniques and the schedule.

I.2 The Competitive Dialogue Process

The Competitive Dialogue (CD) for the subjected project will be carried
out in three phases: (i) pre-selection, (ii) dialogue and (iii) final tender &
selection of the most advantageous tenderer.

In the table below an overview of the process is given.

Table 1. Overview of the CD process

Invitation to submit an All interested economic operators


application for participation in the completed and submitted an application,
Competitive dialogue process but only those candidates who passed
(the former, first phase) the pre-selection criteria are invited to
participate in the second, dialogue
phase.
ITPD Invitation to Participate in At this stage candidates are supplied with
Dialogue (ITPD) a descriptive tender documentation to
which they need to respond expressing
their interest for participation in the
dialogue phase.

ISOS 1 Invitation to Submit In addition, those who declared the


Outline Solution (ISOS 1) and interest in participating, are invited to
participate in the competition of submit their outline solutions no.1. The
ideas stage latter will be evaluated as per the
predetermined evaluation criteria and a
reduced number will move to the next
stage of the competitive dialogue.
ISOS 2 Invitation to Submit At this stage candidates are invited to
Outline Solution (ISOS 2) and submit their outline solutions no.2
participate in the cost- consisting of technical solutions

10
performance competition stage elaborated with sufficient level of detail.
Following evaluation, limited number will
be selected to move to the third and final
phase of the competitive dialogue.
ISFT Invitation to Submit Final The final tenderers will be invited to
Tenders (phase III) submit their final tenders prepared on the
basis of the final tender documentation
and following evaluation one of them will
be announced as the most economically
advantageous tenderer.

These ITPD and ISOS 1 represent the initiation of the Dialogue phase
of the Competitive Dialogue process.

I.3 The Dialogue Phase

The dialogue (second phase of the process) will take place over the
following two stages:

- Stage 1: Competition of ideas, for which ISOS 1 applies; and


- Stage 2: Cost-performance competition, for which ISOS 2 is
mandatory.

This is the first stage of the two stages anticipated. Dialogue meetings
with each candidate will be carried out at each stage to discuss the
Outline Solutions No. 1 and No. 2 respectively (please see Table 2
below).

Pre-selected Candidates from the first phase are firstly invited to


submit their Response to the ITPD and later, an Outline Solution No. 1
to the ISOS 1 following the joint meetings with the Committee for
implementation of the procedure (hereinafter Committee) and a field
mission.

The Form of Response to the ITPD is enclosed in Schedule 5 of this


descriptive tender documentation. The Response to this ITPD should
be sent prior to starting of the Dialogue phase, and based on
candidates careful consideration of the descriptive tender
documentation.

The Form of Outline Solution No. 1 corresponding to the ISOS 1 is


enclosed in Schedule 6 of this descriptive tender documentation. The
Outline Solution No. 1 will be submitted by the candidates after the
preliminary joint meetings and an organized field visit for all interested
candidates. Should the joint and clarification meetings yield certain
changes in the ISOS 1, the Candidates will be notified accordingly.

The indicative schedule of the Dialogue process is outlined below:

Table 2: Indicative schedule of the Dialogue Phase


11
Dialogue Phase
No Activity Deadline
(stages 1 and 2)
Initiation of the stage
1 1 (competition of Dispatch of ITPD and ISOS 1 06.08.10
ideas)
Deadline for submission Submission of Responses by interested
2 15.08.10
of Responses candidates
Meeting of candidates with the
2 Joint Meeting1 14-16.09.10
Committee and field trips
Committee clarifies outstanding issued
3 Clarification meeting prior to submission of Outline Solutions 07.09.10
No. 1
Deadline for submission
Opening of Outline Solutions No. 1 by
4 of Outline Solutions No. 17.11.10
the Committee
1
5 Evaluation Sessions of the Committee 24.11.10
Dispatch of Invitation to discuss selected
6 Dialogue First Stage 01.12.10
Outline Solutions No. 1
Individual Dialogue /
7 meetings with selected Sessions of the Committee 20-23.12.10
candidates
Initiation of the stage
8 2 (Cost-Performance Dispatch of ISOS 2 14.02.11
Competition)
Deadline for submission Opening of Outline Solutions No. 2 by
9 18.04.11
Outline Solutions No. 2 the Committee
10 Evaluation Sessions of the Committee 22.04.11
Dispatch of Invitation to discuss selected
11 Dialogue Second Stage 03.05.11
Outline Solutions No. 2
Individual meetings with
12 Sessions of the Committee 25.05.11
selected candidates
Closure of the Dialogue
13 07.06.11
phase

I.3.1 Dialogue Stage 1: Competition of ideas

The First Stage of the Dialogue is intended to obtain sufficient number


of ideas to be presented in the Outline Solutions No. 1, based on the:

- Statement of Requirements, Schedule 2 of this descriptive tender


documentation,
- Information to be provided in the Outline Solution No. 1 (Technical
Questions), Schedule 3, and
- Technical Annexes, Schedule 10.

Candidates, who confirmed their interest in participating in the Dialogue


by sending of their Responses until 25.08.2010, will have the

1
Within the period between the Joint and Clarification Meeting, the Candidates will be able to
participate / organize a field visit and data collection meetings with officials.

12
opportunity to discuss both the indicative schedule of the Dialogue
Phase (Table 2) and Schedules 2 and 3 of the ISOS 1 on 14.09.10
during a joint meeting with the Committee members. In addition, they
will be able to express their view concerning the proposed extra
scoring system mentioned in Schedule 4. Within the period 14.09.-
17.09.2010 the candidates will obtain relevant information about the
project from national & local officials and during organized field visits.
Please note that the organization of meetings and field visits will be
carried out based on your comments filled in the Form of Responses to
the ITPD. Therefore, Candidates will submit their written requests on
the scope of information they would like to receive / discuss in the
Response Form in order to allow for timely organization and delivery of
required information / clarifications.

Note that the Committee reserves the right to amend the process as it
progresses. Candidates involved in the process will be consulted and
informed of any changes.

After the initial joint meeting, field visits and clarification meeting taking
place in the period 14.09-17.09.10, interested candidates will submit
their Outline Solutions No. 1 by the deadline 17.11.10, using the form
given in Schedule 6.

The Committee will evaluate Outline Solutions No. 1 to eliminate any


unsuitable or low scoring solutions using the criteria given in Schedule
4. The evaluation results, along with the Schedule of Individual
Meetings, will be dispatched on 01.12.10. The selected candidates will
be invited to attend individual meetings during the week starting from
20-23.12.2010. The Committee will discuss candidates` Outline
Solutions No. 1 to clarify / improve their Design and Facility
Construction approach, staffing and financial aspects (please see
schedules 3 and 4).

During the individual meetings the Committee may suggest to all or


individual candidates certain changes in their Outline Solutions No. 1.
Furthermore, the Committee may request the Candidates to integrate
some parts of Outline Solutions No. 1 of other candidates into their
Outline Solutions, provided that it is technically possible and financial
viable. The method of combination of Outline Solutions No.1 will be
discussed and agreed among the Committee and the Candidates
during the Joint and Clarification meetings.

To enable the Dialogue phase to effectively take place, a Draft


Confidentiality and Freedom of Information Agreement has been
established, to regulate how the Committee will deal with the
discussions and resulting information, as well the approach to be
adopted throughout the individual meetings, as well as the information
that will need to be shared with a variety of stakeholders at certain
stages (Schedule 8).

13
After the first round of individual meetings to take place in the period
20-23.12.10, the Committee may contact and/or invite all the
Candidates in the period from 17.19.01.2011 for additional discussion
in order to develop and refine or clarify issues to further develop ISOS
2 and the corresponding Outline Solutions No. 2.

Once an appropriate solution has been identified, based on ideas of


candidates in the Outline Solutions No. 1, the Committee will declare
that the first stage of the dialogue phase has ended and will undertake
the drafting of ISOS 2 for the second stage. ISOS No. 2 will be
developed by the Committee and will be sent on 14.02.2011 to
selected candidates from the previous stage.

I.3.2 Dialogue Stage 2: Cost-performance competition

The second stage of the Dialogue phase is intended to proceed with


limited number of solutions, enabling for a competition among selected
candidates from the first stage, on the grounds of their cost-
performance oriented Outline Solutions No. 2. At this stage the
concepts / ideas from the selected Outline Solution(s) No. 1 will be
further developed by the Candidates with a level of detail
corresponding to a preliminary design, resulting by more precise
pricing schedule. In addition, management and contractual issues will
be further highlighted.

The Committee will evaluate Outline Solutions No. 2 to eliminate any


unsuitable or low scoring solutions. After the evaluation of the Outline
Solutions No. 2, the selected candidates will be invited to attend
individual meetings in the week starting from 25.05.2011. The Schedule
of individual meetings will be dispatched on 03.05.11.

Once an appropriate detailed solution has been identified the


Committee will declare that the Dialogue phase has ended and request
selected candidates to submit their final tenders.

I.4 The Final Tender Phase

The third phase of the CD process starts by dispatching of an Invitation


to Submit Final Tender (hereinafter: ISFT) to the selected Candidates.
This final tender is not subject to any change or further negotiation
once submitted.

Evaluation of final tenders will take place. The aim of the evaluation is
to select the solution which represents the best long term value for
money. Tender selection will be based on most economically
advantageous tender.

The Conceding Authorities are not bound to accept the lowest or any
solution and shall not be bound to use the candidate as a sole
concessionaire.

14
I.5 Manner of preparing and submitting Form of Response

The Form of Response shall be filled in using the form given in


Schedule 5. However, the Form of Response can be completed only if
the Candidate is fully familiarised with the content of other Schedules
given in the ISOS 1. Please note, that the Candidates will be able to
provide their comments on key issues regarding the timeline of the
Dialogue phase, the extra scoring system (please see Schedule 2 and
4), the confidentiality and freedom of information issues (Schedule 8),
as well as any other issues which they deem important for a successful
implementation of the Dialogue phase.

Only those Candidates who submit their Form of Response by the


given deadline (please see Table 2) will be able to proceed further in
the Dialogue phase.

I.5.1 Language of the Form of Response

The Form of Response shall be submitted in Macedonian and English.


In case there are any discrepancies between the Macedonian and
English version, the English version will prevail.

I.5.2 Signing of the Form of Response

Form of Response shall be submitted in original (Macedonian and


English) plus a copy of it, signed by the responsible person of the
candidate or a person authorized by him/her. In case a person
authorized by the responsible person signs the Form of Response, a
document signed by the responsible person on issuing authorization for
signing the Form of Response shall also be enclosed. The person
signing it should initial all the pages of the Form of Response.

Any writing between the lines, deletions or writing on an already


existing text shall be considered valid only if signed or initialled by the
person signing the Form of Response.

I.5.3 Sealing, marking and submitting the Form of Response

The candidates shall enclose the original Form of Response and the
copy thereof in a sealed envelope, which:

- Is addressed to the following address: Center for Development of


the South-eastern planning region, Boro Dzoni street No. 10, 2400
Strumica, Republic of Macedonia, with the indication: For
competitive dialogue No. 1;
- Has a warning Do not open in the upper left corner, in order for it
not to be opened before the time and the date for submission of the
Form of Response;
- Must not contain any labels of the candidate.

15
The deadline for submission of the Form of Response is 25.08.2010 at
16:00 h local time.

Any Form of Response submitted after the deadline for submission


shall be rejected as delayed.

Unless the envelope is sealed and marked as requested or arrives


after the deadline, the concession authority shall assume no
responsibility if it arrives late or incomplete at its registry, or if the Form
of Response is opened prematurely.

I.6 Manner of preparing and submitting Outline Solutions No. 1

The Outline Solutions No. 1 shall be prepared using the information


provided in Schedule 2 and 9, and answering the Technical Questions
defined in Schedule 3, using the Form of the Outline Solution No. 1
provided in Schedule 6.

I.6.1 Language of the Outline Solutions No.1

The Outline Solution No. 1 shall be submitted in Macedonian and


English. In case there are any discrepancies between the Macedonian
and English version, the English version will prevail. Please be
informed that any correspondence regarding clarifications can be
carried out in English.

I.6.2 Form and signing of the Outline Solution No. 1

Outline Solution No. 1 shall be submitted in original (Macedonian and


English) plus a copy of it, signed by the responsible person of the
candidate or a person authorized by him/her. In case a person
authorized by the responsible person signs the Outline Solution No. 1,
a document signed by the responsible person on issuing authorization
for signing the Outline Solution No. 1 shall also be enclosed. The
person signing it should initial all the pages of the Outline Solution No.
1, except those relating to the unchanged printed literature / brochures.

Any writing between the lines, deletions or writing on an already


existing text shall be considered valid only if signed or initialled by the
person signing the Outline Solution No. 1.

I.6.3 Sealing, marking and submitting the Outline Solution No. 1

The candidates shall enclose the original Outline Solution No. 1 and
the copy thereof, as well as copies of the printed editions (e.g.
brochures, photographs of waste management facilities they propose
to include in their outline solution etc.) in a sealed envelope, which:

16
- Is addressed to the following address: Center for Development of
the South-eastern planning region, Boro Dzoni street No. 10, 2400
Strumica, Republic of Macedonia, with the indication: For
competitive dialogue No. 1;
- Has a warning Do not open in the upper left corner, in order for it
not to be opened before the time and the date for submission of the
Outline Solution No. 1;
- Must not contain any labels of the candidate.

The deadline for submission of the Outline Solutions No. 1 is


17.11.2010, at 16:00 h local time.

Any Outline Solution No. 1 submitted after the deadline for submission
shall be rejected as delayed.

Unless the envelope is sealed and marked as requested or arrives


after the deadline, the concession authority shall assume no
responsibility if it arrives late or incomplete at its registry, or if the
Outline Solution No. 1 is opened prematurely.

I.7 Costs for participation in the Competitive Dialogue stages 1 and 2

It is the responsibility of the candidates to obtain for themselves at their


own expense any information necessary for the preparation of Outline
Solutions No.1 and 2 and for any costs incurred during the competitive
dialogue process.

I.8 Confidentiality

All information supplied by pre-selected interested candidates in


connection with this ITPD and ISOS 1 shall be treated as confidential,
except the information which may need to be disclosed due to the
requirements of the Law on access to information of public character
(OGRM No. 13/06). Confidentiality and Freedom of Information issues
are explained in detail in the Schedule 8.

I.9 Modifications to the ITPD and/or ISOS 1

Any modification to the ITPD and/or ISOS 1 will be notified to


candidates no less than 6 working days prior to the deadlines indicated
in Table 2. If appropriate, the Committee will revise the deadline(s) to
all candidates to accommodate this.

I.10 Clarification regarding ISOS 1

17
Please note that the clarifications to any questions will be circulated to
all candidates in the form of an information notice called a Circular
Advice Note (CAN). The closing date for candidates to raise questions
is by 05.11.2010.

Questions for clarifications shell be sent to the Ministry of Environment


and Physical Planning, attention to Mrs. Kaja Sukova, telephone
number: +389 2 3251 490, fax number: +389 2 3220 165, e-mail:
k.sukova@moepp.gov.mk

Note that confidentiality will be preserved when issuing a CAN.

Candidates should indicate if they do not want their query and


response circulated; however, the confidentiality issues will be
determined in the Agreement of Confidentiality and Freedom of
Information issues, which rules will be fully respected by the Committee
when circulating a CAN.

I.11 Withdrawal and Replacement of Outline Solutions No. 1

In the event that a candidate identifies an error in its Outline Solution


No. 1 after submission but before the deadline, the candidate may
withdraw its Outline Solution No. 1 and submit a replacement of it. This
may be done by the candidate submitting a replacement response
(marked Replacement) on the outside of the envelope and containing
a letter stating that the original Outline Solution No. 1 has been
withdrawn and that this is a replacement for the one submitted earlier.
The replaced Outline Solution No. 1 must contain the entire text, maps,
drawing, tables, graphs, etc., and not only those pages relating to the
corrected errors. Note that the withdrawn Outline Solution No. 1 will be
retained by the Committee for 10 working days after the deadline
/opening date and will then be destroyed unless collected by the
candidate. No part of the withdrawn Outline Solution No. 1 shall be
used during the evaluation process.

I.12 Clarification of Outline Solution No. 1

Committee may, at its discretion, during the evaluation process seek


clarification regarding any concerns over accuracy and completeness 2
of the Outline Solution No. 1. Candidates will not be permitted to
amend Outline Solution No. 1 after the deadline except as part of any
clarification process. Committee reserves the right to disqualify
incomplete Outline Solution No. 1 at its own discretion.

I.13 Timetable and venues for meetings during the Dialogue phase
2
Candidates may apply for one, two and three LOTs according to the Statement of Requirements
(Schedule 2). Completeness of an Outline Solution No. 1 shall mean answering of all technical
questions per specific LOT being part of Schedule 3 and 7.

18
The candidates are informed that Joint, Clarification and Individual
Meetings will be held in Strumica, within the premises of the building
Dom na ARM. The timetable for individual meetings will be
dispatched to selected candidates after the evaluation of Outline
Solutions No. 1 and 2.

I.14 Other relevant issues

Candidates shall read this Instructions and Information schedule in


conjunction with the Tender Documentation for Pre-selection from the
previous phase for issues not covered with this ITPD and ISOS 1. In
particular, it is valid for the chapters on Guarantees to participate, Legal
Protection and Annulling the Procedure issues.

19
Schedule 2

II. ISOS 1: STATEMENT OF REQUIREMENTS

The Statement of Requirements, together with any additional details and


information pertinent to the requirement specified in Schedule 10 - Technical
Annexes, determines the scope of the Dialogue requirements.

II.1 Introduction

The 10 Municipalities of South-East Region in Macedonia (hereafter: Region),


teamed up with the Ministry of Environment and Physical Planning of the
Republic of Macedonia - MoEPP (hereafter Conceding Authorities), intend to
improve the quality of Solid Waste Management in their area of responsibility,
by issuing one Concession for Solid Waste Disposal (LOT I), one or more
Concession(s) for Solid Waste Collection and Transport (LOT II), and
concluding one or more Contracts for Closure of the non-compliant landfills 3
and dumpsites4 in the Region including all necessary works to minimize their
remaining environmental risk potential (LOT III). The Conceding Authorities
plan to engage one or more private partners that will demonstrate, during a
Competitive Dialogue process, that they have both experience and technical,
financial and organizational capacity to achieve the goals and objectives of
the planned concession project as a whole or only part of it.

II.2 Project Scope

The scope of the project has been broken down in three (3) independent lots.
The parties invited to participate in the Dialogue are free to tender for all 3 lots
or to compete to win one or two only. The successful Partner(s) that will be
contracted at the end of the Competitive Dialogue is(are) expected to invest
funds, professional staff and necessary equipment for the purpose of
implementing the project, or the acquired lot(s).

Priority in the Competitive Dialog is given to the Concession for Solid Waste
Disposal (LOT I). The successful candidate for the Concession for Solid
Waste Disposal is going to be selected strictly on price-quality-basis.
However, he may opt to acquire extra value scores during the first and second
stage of the Dialogue, by proposing intelligent technical and economical
solutions regarding the other two lots and their sub-lots. For more details
regarding extra scoring please refer to Schedules 4.

It is expected that the parties invited to participate in the Dialogue are fully
aware of and familiar with the relevant Macedonian environmental and other
pertinent legislative and regulatory requirements, and that the proposed
Outline Solutions will be fully compliant with the requirements.

3
Locations where the public enterprises dispose off the waste collected in the area are neither
organized nor do they comply with national and EU standards. Therefore, they are considered as non-
compliant landfills.
4
Population which doesnt obtain an organized waste collection dump their waste at the outskirts of
villages along roads and in river beds. These areas are considered dumpsites.

20
LOT I Concession for Solid Waste Disposal

The candidate shall propose an operating-cost-optimized system of waste


treatment and waste disposal facilities, designed to cater for all municipal and
industrial5 or commercial waste generated in the area, including construction
waste but excluding agricultural waste 6 (biomass) and any type of hazardous
waste, consisting at least of the following sub-lots:

LOT I.1: Key evaluation criterion7 for this lot is Disposal Unit Costs (t/m at
disposal quantity +/- 20%)8. For the quality related criteria please see the
evaluation grid in Schedule 4.

One or more waste pre-treatment facilities, serving as reception points


of the waste disposal system 9. The treatment system shall be outlined
to meet all relevant national and EU standards for pre-treatment of
waste at minimum system operating costs;
One sanitary landfill located at Dobrashinci, including appropriate
sealing against water pollution or air pollution and eliminating of
polluting substances in gas and effluents, outlined to meet all relevant
national and EU standards for solid waste disposal at minimum system
operating costs;
Facilities for internal transport of the materials between the different
system facilities and the final disposal location.

LOT I.2: Evaluation criteria: Technical concept and Lump Sum Costs. For the
ratio between these criteria please refer to evaluation grid in Schedule 4.

Closure of the current uncontrolled and non-compliant with EU


standards dumpsite at the location of the proposed new sanitary landfill
in the village of Dobrashinci (Municipality of Vasilevo, South-East
Region in Macedonia).
The system of waste treatment and waste disposal facilities should provide for
a long-term protection of the environment and for rational utilization of
resources. It is required that the waste treatment and disposal system will
meet the requirements of a number of legislative and regulatory requirements
of Macedonia10, such as the following:

5
Industrial wastes shall bear non-hazardous properties, unless the facility/ies are in condition to treat
hazardous wastes with no harm for the environment.
6
That does not withstand to propose any sensible attempt to combine the treatment process for
municipal waste with an exploitation process, which converts the bio mass of agricultural waste into
heat, energy or any other useful resource.
7
Key evaluation criteria attached to lots and sub-lots in Schedule 2 are further elaborated in Schedule 4.
8
The bidder has to deliver a disposal (system) cost curve for the planed annual disposal quantities +/-
20%.
9
The location of the reception points are suggested to be chosen in view of optimising internal and
external transport of waste matters and in view of the acceptability of the location - preferably land
degraded by being currently used as dumpsite.
10
This does not represent an exhaustive list of relevant legislative and/or regulatory documents.

21
Rulebook on procedures and manner of operation, monitoring and
control of the landfill in the operational phase, monitoring and control of
the landfill during the closing period and after closure care for landfill,
as well as procedures and conditions for landfill care when they stop
with operation. (Official Gazette No. 156/2007)
Rulebook for acceptance of waste in landfills of each class, the
preparatory procedures for acceptance of waste, common testing
procedures, sampling and acceptance of waste (Official Gazette No.
8/2008)
Rulebook on the conditions that should be met by the landfills (Official
Gazette No. 78/2009)
Rulebook on the conditions in terms of technical means and the
equipment for performing of waste disposal activities, as well as the
conditions and the manner of the program for staff training (Official
Gazette No. 108/2009)
Rulebook on the common rules for managing of municipal and other
types of non-hazardous waste (Official Gazette No. 147/2007)
Rulebook on the quantity of biodegradable compounds that can be
disposed (Official Gazette No. 108/2009)
Rulebook on the manner and the conditions for storage of waste, as
well as conditions that should be fulfilled by the locations on which the
waste storage is carried out (Official Gazette No. 29/2007)
Rulebook on the form and the content of the application for
establishment of the landfill for non-hazardous and inert waste (Official
Gazette No. 133/2007)
Rulebook on the form and the content of the application for issuing a
permit for processing, treatment and / or storage of waste, the form and
the content of the permit and the minimum technical requirements for
performing of the processing, treatment and / or waste storage activity
(Official Gazette No. 23/2007)
Rulebook on the form and the content of the application for issuing a
permit and form and the content of the permit for landfill operator
(Official Gazette No. 140/2007)
Waste List (Official Gazette No. 100/05)
Rulebook on the form and the content of the journal for record keeping
of data on waste handling, the form and the content of the application
for identification of waste intended for transport and the form and the
content of the forms for annual reports on waste handling (Official
Gazette No. 7/2006)
Rulebook on the content and the manner of record keeping, storing
and maintaining of the records in the waste register (Official Gazette
No. 39/2009)

22
The successful tenderer will: develop comprehensive project documentation;
obtain all the necessary permits as provided by the law; hire machinery and
labor for construction of the waste treatment facilities and the sanitary landfill;
hire machinery and labor for closure of the current non-compliant dumpsite in
Dobrashinci, and will thereafter act as provider of the waste disposal service.

The Conceding Authorities will designate, or if necessary make acquisition of,


land in order to provide sufficient space for construction of all facilities
according to the design proposed by the selected tenderer.

The Conceding Authorities will provide access to all the proposed waste
treatment facilities sites and the new sanitary landfill site, as well as the
necessary infrastructure with all the connections thereto, for sanitary and
technical water supply (connection to an existing nearby water supply system
or alternatively through underground wells), electricity and
telecommunications.

LOT II Concession(s) for Waste Collection and Transport

Key evaluation criterion: Collection Unit Costs (t/m at collected quantity +/-
20%). For the quality related criteria please see the evaluation grid in
Schedule 4.

The candidate shall propose appropriate solid waste collection and transport
arrangements for the transport of municipal waste and other types of waste
generated in the area, from the doorstep of the client to the appropriate
treatment facility. Therefore, the concession project may additionally include:

Financing, designing and building waste transfer installations (waste


reception points), and supplying equipment and services required for
the regional transportation of the municipal solid waste generated in
the Region11;
Planning and organizing waste collection and providing the service of
municipal solid waste collection;
Carrying out primary segregation and marketing recyclable types of
waste.

All of the municipalities in the Region run organized collection of waste in at


least parts of their territories, i.e. mainly in the urban (municipal) centers. The
waste collection service is provided by public enterprises (each municipality
has one public enterprise), that have their own (obsolete) collection
equipment and much more important their own staff. Those municipalities
which have very limited waste collection activities, might welcome an offer for
implementation of collection activities, however, the collection cost might

11
Transfer stations can be organized as waste treatment facilities in order to reduce waste quantities
going to the disposal site; in the case the treatment facility is foreseen at the location of the landfill, the
transfer stations will be intended to optimize the external collection system.

23
become a limiting factor. Any individual new arrangement requires finding a
solution for the consequences of terminating the existing arrangement.

The candidates are advised to test the ground for the willingness to change
the existing waste collection and transport arrangement either individually in
each of the 10 municipalities, or as a minimum in one predominantly urban
and one rural municipality from the Region. The results of the candidates
research shall form the basis for discussion in the first and second stage of
the Dialogue phase.

It is required that the waste collection and transport service meets the
requirements of a number of legislative and regulatory requirements of
Macedonia, such as the following:

Rulebook on the amendments of the rulebook on the form and content


of the application, the form and content of the permit for collection and
transportation of municipal and other types of non-hazardous waste
(Official Gazette No. 133/2007)
Rulebook on the form and the content of the application, the form and
content of the permit for collection and transportation of municipal and
other types of non-hazardous waste, as well as minimum technical
requirements for performing the activity collection and transportation of
municipal and other non-hazardous waste (Official Gazette No. 8/2006)
Rulebook on the manner and the conditions for the functioning of an
integrated network for waste disposal (Official Gazette No. 7/06)
Rulebook on common rules for managing of municipal and other types
of non-hazardous waste (Official Gazette No. 147/2007)
Rulebook on the minimum technical requirements and the conditions
that should be fulfilled by transfer stations (Official Gazette No.
39/2007)
Rulebook on the manner and the conditions for waste storage (Official
Gazette No. 29/2007)
Law on communal affairs (Official Gazette No. 45/1997 +
amendments: OG No. 23/99; 45/2002; 16/2004; 5/2009)

The successful tenderer will: obtain all the necessary permits for organizing
the waste collection and transport service as required by the law; develop
comprehensive project documentation for all related facilities; hire machinery
and labor for construction of the facilities related to the service; provide the
necessary waste collection equipment and waste transportation vehicles; and
will thereafter act as provider of the waste collection and transport service.

The Conceding Authorities will designate, or if necessary make acquisition of,


land required for construction of the waste collection and transfer service-
related facilities, according to the design proposed by the selected tenderer.

24
The Conceding Authorities will provide access to the sites/facilities, as well as
the necessary infrastructure with all the connections thereto, for sanitary and
technical water supply (connection to an existing nearby water supply system
or alternatively through underground wells), electricity and
telecommunications.

LOT III Closure and Remediation of non-compliant landfills and dumpsites

There are several major non-compliant landfills located in the Region, which
are currently used by the urban municipalities for disposal of collected
municipal waste. In addition, other dumpsites exist, which accommodate
industrial or construction waste.

All non-compliant landfills do not conform to the modern EU standards for


landfilling of waste. Therefore, these non-compliant landfills, as far as they are
planned to be replaced by the new system (some industrial waste dumps
might not), are to be closed immediately, secured and re-cultivated or to be
prepared to accommodate one of the treatment plants (LOT I).

In addition to the major non-compliant landfills a vast number of small


dumpsites are distributed all over the Region, at least one in every settlement.
These dumpsites have to be eliminated gradually over a longer period (5 to 10
years), applying a priority schedule depending on their environmental impact.

The candidates shall propose the technical concept along with a schedule for
closure of non-compliant landfills and dumpsites envisaged in the following
sub-lots:

LOT III.1: Evaluation criteria: Technical concept and Lump Sum Costs. For the
ratio between these criteria please refer to evaluation grid in Schedule 4.

Closure of the current uncontrolled major non-compliant landfills in the


Region.

LOT III.2: Evaluation criteria: Organizational, technical & financing concept.


For the ratio between these criteria please refer to evaluation grid in Schedule
4.

Gradual remediation of the numerous secondary non-compliant


landfills and/or dumpsites in the Region.

Should there be a possibility to register the closure of the existing non-


compliant landfills as a project under the Clean Development Mechanism
(CDM), the successful tenderer will finance their closure through the carbon
credits that they would receive from the project.

In the event when the closure of the non-compliant landfills and/or dumpsites
is not an integral part of the concession project, the MoEPP inspectorate, in
cooperation with the local authorized inspectors for environment and the

25
communal inspectors, will ensure that all quantities of collected waste, which
will not be recycled or processed, end up at the waste disposal system (lot 1).

II.3 Additional Information

The Conceding Authorities are aware that the project success depends on
various commitments they need to make. Furthermore, they need to arrange
for various activities to minimize the construction, financial, environmental and
political risks. Therefore, they undertake inter-municipal dialogue to result into
a legally binding agreement for regulating their joint and several liabilities with
regard to the project implementation. In addition, there might be certain
unforeseen issues which may jeopardise the project success, such as
rejection of the project development by the public. Finally, the concession
period may depend on the waste treatment and disposal technology and on
the project final structure (LOTs). Highlights to these issues are given below.

II.3.1 Inter-municipal Agreement

The Concession for Solid Waste Disposal shall be issued jointly by the 10
participating municipalities. For that purpose they will sign an Inter-Municipal
Agreement. Draft inter-Municipal Agreement is enclosed in Schedule 8 for
your consideration. Its content and any needs for adjustment proposed by the
Candidates will be discussed during the Joint Meetings in September 2010.

II.3.2 Concession period

Based on Article 22 of the Macedonian Law on Concessions and Other Forms


of Public-Private-Partnership (OGRM 7/2008), a concession can be given for
a maximum period of 35 years from the date of signing the Concession
Agreement. This period, however, can be extended if conditions stated in
Article 23 of the Law encounter. The Candidates shall express their view on
the length of the Concession Agreement they would like to conclude.

II.3.3 Environmental Impact Assessment (EIA)

Based on the Decree for selection of projects and criteria for selection of
projects and criteria for determination of the need for undertaking
environmental impact assessment (EIA) analysis (OGRM 74/2005), a full
environmental impact assessment (EIA) procedure should be carried out for
LOT I activities; LOT II and LOT III activities are subject to further decision by
the MoEPP regarding the need whether full EIA or only environmental
assessment (EA) procedure is pertinent. It should be noted, however, that EIA
procedure for LOT I has not been implemented thus far. Therefore, it will be a
responsibility of the successful LOT I tenderer to prepare, as part of the
overall project design/preparation activities, all necessary documents and
carry out the EIA process according to the pertinent Macedonian standards
and requirements.

In the event that the EIA procedure results in rejection of the project by the
public, whereas the selected private partner can provide evidence that such

26
an occurrence is not a result of his professional incompetence, negligence or
any other form of inappropriate manner in which the procedure is completed,
they will be compensated for all incurred reasonable expenses borne from the
time of signing the Concession Agreement.

27
Schedule 3

III.ISOS 1: INFORMATION TO BE PROVIDED IN THE OUTLINE


SOLUTION No. 1
(Technical Questions)

With the aim of improving the quality of Solid Waste Management in the
South-East Region in Macedonia by issuing one Concession for Solid Waste
Disposal (LOT I), one or more Concession(s) for Solid Waste Collection and
Transport (LOT II), and one or more Contracts for Closure of the non-
compliant landfills and dumpsites in the Region (LOT III), the Conceding
Authorities are conducting a Competitive Dialogue procedure. This Invitation
to submit Outline Solutions No. 1 (ISOS 1) represents the first stage in the
Dialogue phase.

Main purpose of the Invitation to submit Outline Solutions No. 1 is to enable


the Conceding Authorities to identify and select the most appropriate technical
solution(s) to meet the objectives and expected performance standards for the
Concession project. Although proposed Outline Solutions No. 1 will be
evaluated and scored against specific evaluation criteria (provided further in
Schedule 4), they do not serve the purpose for selection of the most preferred
tenderer at this point of the Dialogue. This ISOS 1 should be read in
conjunction with the Statement of Requirements (Schedule 2) and all other
schedules enclosed in the Descriptive Tender Documentation

Candidates are invited to submit their Outline Solutions No. 1 by answering


the questions in the same order as set out in this schedule, using the form
provided in Schedule 6, and by providing all other necessary information
considered relevant as annexes.

Candidates shall also provide:


- Maps requested under the III.1 - Description of proposed waste treatment
facilities number, capacity and location of waste treatment facilities
(please use maps provided in Schedule 9, Technical Annexes);
- Outline technical drawings (i.e. for design issues requested in III.2.1, III.3.1
and III.4.1 respectively), and
- Excel or other format of tables (i.e. for the timetables of activities
requested in III.2.2, III.3.1 and III.4.1 respectively, as well as for financial
information requested in III.2.4, III.3.3 and III.4.2.).

III.1 Contractual Issues

Questions listed below and their answers to be provided in Schedule 6 by the


candidates serve the purpose of providing critical information to the
Conceding Authorities and are not subject to evaluation.
The candidates are invited to elaborate their approach to the following issues:
The project scope in terms of its division into 3 lots and their sub-lots and
your approach to it, i.e. whether your focus will be on LOT I only or you

28
would rather strive to also incorporate LOT II and LOT III into your
Outline Solution No. 1.
Please explain which major risks (e.g. risk during construction and/or
operation of planned facilities, financial risks, etc.) you anticipate for the
lot(s) that you consider applying for. Please explain your strategy how
the risks you accept to deal with will be addressed and overcome per
each lot respectively;
For LOT I, would you anticipate providing the services and other
contractual obligations in your own right, or by involving the Conceding
Authorities (i.e. contractual versus institutional concession)?
If LOT II activities are to be incorporated in your proposal, would you
anticipate providing the services and other contractual obligations in your
own right, or by involving the Conceding Authorities?
Proposed concession period (years) by lots12;
Explain how an effective liaison should be developed and maintained
with Conceding Authorities and existing public enterprises throughout the
duration of the Concession period.

III.2 LOT I Concession for Solid Waste Disposal

Answers to the questions below to be provided in Schedule 6 and supporting


material given as Annexes (e.g. maps, outline technical drawings, tables etc.)
are subject to evaluation. Candidates shall use existing information provided
in the ISOS 1 in conjunction with data provided in the tender documentation
for pre-selection (the previous phase of the competitive dialogue); however,
they are also encouraged to make additional field research in order to obtain
sufficient understanding of the regions characteristics. Please note, that
contacts and interviews with officials are limited for the period between the
Joint and Clarification Meeting (during September 2010).

The intention of the conceding authorities is to obtain sufficient number of


creative, yet, pragmatic, affordable and sustainable solutions for the
deficiencies of the present waste management system.

III.2.1 Design Approach


Please describe your approach to designing and developing of activities you
propose to match LOT I.1 and LOT I.2 requirements. Your response should
include:
Description of proposed waste treatment facilities number, capacity
and location of waste treatment facilities; types of waste to be treated,
with expected annual quantities over the concession period for each
planned facility (if relevant); waste treatment technology to be applied
and technology supplier; ability of the technology to deal with the
Regions waste characteristics; flexibility in operation for waste volume
12
Please note that for Lot III, conceding authorities will not award concession, unless it
appears through the dialogue that this Lot will constitute an inherent part of the Lot I.

29
and composition fluctuations; possibilities for modularization (phased
capacity/construction upgrading) to ensure treatment continuity;
maintenance regime and levels of redundancy; products and residues
generated; possibilities or intended uses of the treatment end-
products/residues; commissioning and testing regime; etc.
Description of proposed waste disposal method and all related facilities
and infrastructure/installations.
Description of proposed system/method for internal transport of waste
materials (if applicable) between different system facilities types and
quantities of waste transported, transportation means, etc.
Description of proposed method for closure/remediation of the existing
landfill at Dobrashinci.
Brief description of conformity of proposed waste treatment, internal
transport and disposal system with the pertinent EU and Macedonian
environmental standards and regulations, and indication of any potential
substantial environmental impacts during facility construction and
operation.
Provide outline technical drawings, brochures, etc. to support described
design approach and proposed technologies for all listed sub-lots.
State operating limits13 that you consider relevant for LOT I.1 and LOT
I.2I requirements to be agreed upon and transposed into the Concession
Agreement.

III.2.2 Facility Construction (Development)


Please outline your considerations for construction of planned facilities. The
description should be sufficiently detailed to demonstrate the practicality and
achievability of the proposed waste treatment and disposal system. Please
also address how planned construction phases of the works on each system
element (i.e. waste treatment facilities, disposal site, internal waste transport,
and closure of the existing dumpsite) will be managed, and in particular:
Outline construction strategy for minimizing the impact of potential
concurrent works on closure or remediation of existing non-compliant
landfill(s) with commencement of works on newly developed waste
treatment faculties (if applicable).
Outline construction strategy for minimizing the impact of concurrent
works on closure or remediation of the existing non-compliant landfill at
Dobrashinci with commencement of construction works and provision of
disposal services on newly developed landfill.
Propose your construction timetable (implementation schedule) for each
planned facility.

13
E.g. minimum annual waste quantity expected for treatment and/or landfilling; monthly (seasonal)
variations in waste quantity; expected waste composition characteristics; other considerations.

30
Outline specific infrastructure (e.g. water and electricity/energy supply)
and other related requirements to be supplied by the Conceding
Authorities.
III.2.3 Staffing Issues
Given the high unemployment rate in the Country, the Conceding Authorities
are highly interested in the potential for creation of employment opportunities
regarding the provision of public services envisaged with this project. Having
regard to this information, to the extent possible, please provide the following:
For the system as a whole and for each separate facility, provide
organizational structure (diagram) outlining specific skills requirements
and responsibilities for each planned job position to enable effective
operation of proposed waste treatment and disposal system. Please also
indicate the job positions that can be accommodated by local workforce.
III.2.4 Financial Aspects
Please provide the following:
Breakdown of costs and total capital investment (+/- 20% estimate) for
each proposed facility, and the waste treatment and disposal system as
a whole.
Unit operating costs (/t and/or /m3 +/- 20% estimate) per each system
component (i.e. waste treatment, waste disposal, internal waste
transport) for the planned annual waste disposal quantities.

III.3 LOT II Concession(s) for Waste Collection and Transport

III.3.1 Design Approach


Please describe your approach to designing and developing of activities you
propose to match LOT II requirements. Your response should be based on the
research of municipalities willingness to change the existing waste collection
and transport arrangement (refer to Schedule 2 concerning the minimum
requirement to analyze one predominantly urban and one rural municipality
from the Region) and include:
Description of proposed waste collection and transport system
number, capacity and location of waste transfer facilities (if applicable) ;
transfer method (if applicable); commissioning and testing regime ; waste
collection coverage at the start up opf the concession period up to a full
coverage; method and frequency of collection; waste collection and
transportation means; operational flexibility and levels of redundancy for
waste volume and composition fluctuations of the collection and
transport system; equipment maintenance and replacement regime ;
primary segregation and recycling; recycling growth during the concession
period; linkages with LOT I activities (if relevant); etc.
Provide outline technical drawings, brochures, etc. to support described
design approach.
Propose your timetable (implementation schedule) for system set up and
development.

31
State operating limits14 that you consider relevant for LOT II
requirements to be agreed upon and transposed into the Concession
Agreement.

III.3.2 Staffing Issues:


Provide organizational structure (diagram) outlining specific skills
requirements and responsibilities for each planned job position to enable
effective operation of proposed waste collection and transport system.
Please also indicate the job positions that can be accommodated by
local workforce, i.e. the potential with regard to retaining or re-deploying
any current staff employed by public enterprises in the Region.

III.3.3 Financial Aspects:


Breakdown of costs and total capital investment (+/- 20% estimate) for
each proposed facility, and the waste collection and transport system as
a whole.
Estimated unit price schedule (/t and/or /m3 +/- 20% estimate) for the
planned annual waste collection quantities.

III.4LOT III Closure and Remediation of non-compliant landfills and


dumpsites

III.4.1 Design Approach, Civil Works and Phasing:


Please describe your approach to designing and developing of activities you
propose to match LOT III.1 and LOT III.2 requirements. Your response should
include:
Description of proposed method for closure of major non-compliant
landfills in the Region model for prioritization of their closure, based on
assessed environmental impact; required construction works and any
planned permanent or temporary facilities (if applicable); environmental
impact testing and monitoring regime; linkages with LOT I and LOT II
activities (if relevant); etc.
Description of proposed method for gradual remediation of secondary
non-compliant landfills and/or dumpsites in the Region.
Brief description of the conformity of the closure method for non-
compliant landfills and/or dumpsites with the relevant EU standards.
Provide outline technical drawings, brochures, etc. to support described
design approach.
Propose your closure/remediation construction works timetable
(implementation schedule).

14
E.g. minimum annual waste quantity expected for collection and transport; monthly (seasonal)
variations in waste quantity; expected waste composition characteristics; other considerations.

32
State operating limits15 that you consider relevant for LOT III
requirements to be agreed upon and transposed into the Concession
Agreement.

III.4.2 Closure Financial Aspects:


Breakdown of costs and total capital investment (+/- 20% estimate) for
planned closure/remediation works.
Estimated increase of the unit price for solid waste management (/m 3
and/or /m2) caused by the closure/ remediation of the existing non-
compliant landfills and/or dumpsites.

15
Please provide any operating limits of the new disposal and/or waste collection and transportation
system which may impact the construction timetable and/or relevant costs.

33
Schedule 4
IV. ISOS 1: EVALUATION OF OUTLINE SOLUTIONS NO. 1

The Committee will evaluate the Outline Solutions No. 1 proposed by the
Candidates by applying the scoring system outlined in Table 3.

The outcome of the evaluation will be the basis for selecting of the most
appropriate technical solution(s), on which grounds, the selected candidates
will be further invited to proceed according to the process envisaged in
sections I.2 and I.3.

Please note that each criterion / sub-criterion is linked to specific group or a


single question from Schedule 3.

The costs, as being requested in Schedule 3, paragraphs III.2.4, III.3.3 and


III.4.2, are indicative and are not viewed as binding. Pricing will, however, be
seen as elimination criterion, in line with the stated criteria in Table 3.

The meeting of the following quality criteria will be evaluated for lots:

- System effectiveness (sections III.2.1, III.3.1 and III.4.1 of the


Schedule 3);
- Implementation schedule (sections III.3.2 and III.3.1 of the
Schedule 3);
- Staffing (sections III.2.3 and III.3.2 of the Schedule 3).

Candidates submitting solutions for one or two lots only, will not lose scores
for their lack of interest in covering of any individual lot. Hence, the final score
is not a sum of scores under specific lots, however, the logic of the lots`
interrelation will be assessed and candidates, who elaborate outline solutions
for more than one lot, thus contributing to the development of the overall
project solution, may obtain extra scores.

The extra scoring system will be developed based on the interest of


candidates to cover the lots II and III respectively. The extra scoring system
may be discussed during the Joint Meeting in September 2010, when the
candidates may express their initial interest in submitting Outline Solutions
No. 1 for Lots II and III. The candidates are encouraged to suggest their
opinion on the aforementioned extra scoring system in their Form of
Response (Schedule 5). If the majority of Candidates would appreciate an
extra scoring system, it will be developed in addition to this ISOS 1 and
dispatched by the Committee by 01.10.10, as to allow for timely adjustment of
the Candidates` proposals.

34
Table 3: Evaluation grid
Reference
Maximum Sub-
Evaluation Criteria to
Score weighing
Questions
LOT I Concession for Solid Waste Disposal
Unit Costs [/t; /m3] 60 III.2.4
Quality 40
Waste treatment and disposal solution
25 III.2.1
effectiveness
Project implementation schedule 10 III.2.2
Staffing 5 III.2.3
LOT II Concession(s) for Waste Collection and Transport
Unit Costs [/t; /m3] 60 III.3.3
Quality 40
Waste collection coverage and
25 III.3.1
transport system effectiveness
Project implementation schedule 10 III.3.1
Staffing 5 III.3.2
LOT III Closure and Remediation of Waste Dumps
Unit Costs [/m3; /m2] or
50 III.4.2
Investment (lump-sum)
Quality 50
Environmental impact (closure method
25 III.4.1
and its effectiveness)
Project implementation schedule 25 III.4.1

35
Schedule 5
ITPD: FORM OF RESPONSE

RESPONSE RETURN LABEL

Cut Here

DELIVER TO:
ITPD Committee for implementation of the procedure
Center for Development of the South-eastern planning region
Boro Dzoni street No. 10, 2400 Strumica
Republic of Macedonia

Reference: For Competitive dialogue No. 1

Cut Here

36
ITPD: FORM OF RESPONSE

To: Ministry of Environment and From: [candidate]


Physical Planning of Republic of
Macedonia
Attn: Mrs. Kaja Sukova

RE: INVITATION TO PARTICIPATE IN DIALOGUE AND SUBMIT OUTLINE


SOLUTION No. 1 FOR:
REFERENCE: Competitive dialogue No. 1for the project Issuing a
concession for financing, designing, building and operating a regional
landfill for municipal solid waste in the South-eastern planning region
(Republic of Macedonia)

Date:

Dear Mrs. Sukova,

We acknowledge that your INVITATION was received on [date]

We are not able / do not wish to participate in the Dialogue phase due to the
following reasons16: ____________________________________________.

Analyzing the content of the Descriptive tender documentation and ISOS 1


particularly, we submit our Response and declare that we are interested to
attend the Joint Meeting as being scheduled on 14.09.10. raising the following
comments:

Comments on the Schedule 1 - Instructions & Information for Candidates,


Indicative schedule of the Dialogue Process
Comments17:

Schedule 2 Statement of Requirements


Comments:

Schedule 3 Information to be provided in the Outline Solution No. 1


(Technical Questions)
Comments:

16
Please indicate the reasons for not participating in the Dialogue stage, or erase this sentence.
17
Candidates interested in participation in the Dialogue shall comment on the understandability of
relevant schedules of this Descriptive tender documentation / ISOS and ask for additional information
and/or clarification they would like to obtain with regard to relevant schedules and/or the Confidentiality
and Freedom of Information Protocol, propose changes in the indicative timeline, as well as locations
they would like to visit prior to submitting their Outline Solutions No. 1.

Candidates shall type within the relevant cell. There is no limit of number of characters, however, they
are strongly advised to provide comments as concise as possible.

37
Schedule 4 Evaluation of the Outline Solutions No. 1 extra scoring
Comments18:

Schedule 8 Confidentiality and Freedom of Information Protocol


Comments:

Other relevant issues


Comments:

Yours sincerely,

Signature:
Name and
Surname:
Designation19:

Duly authorised to sign Responses for and on behalf of:

Name of
Candidate
Address
Telephone No.
E-mail
Date

18
Candidates will provide their opinion whether extra scoring system should be attached to prize
candidates who submit Outline Solutions No. 1 covering Lots II and/or III.
19
In case a person authorized by the responsible person signs the Form of Response, a document
signed by the responsible person on issuing authorization for signing the Form of Response shall also
be enclosed.

38
Schedule 6

ISOS 1: FORM OF OUTLINE SOLUTION

Cut Here

DELIVER TO:
ISOS No. 1 Committee for implementation of the procedure
Center for Development of the South-eastern planning region
Boro Dzoni street No. 10, 2400 Strumica
Republic of Macedonia

Reference: For Competitive dialogue No. 1

Cut Here

39
ISOS 1: FORM OF OUTLINE SOLUTION NO. 1

I. Introduction

he candidate has to ensure that the text of his/her Form of outline solution:
- does not exceed 30 full pages (A4 size) of Arial 10 characters. The length of
the text and accompanying documents (maps, tables, graphs, brochures,
photographs etc.) is not limited. The limit of 30 pages refer to the narrative
part only, while the filled in tables providing critical information on the
contractual issues to the conceding authority are excluded from the narrative
part.
- responds, in the same sequence, to the headings listed below. It is expected
that the size of each section will reflect the relative importance of each
heading (ref. max. scores in the evaluation grid provided in Schedule 4). The
evaluation will be carried out in accordance with the evaluation grid and it will
be based on the information provided by the candidate in the Form of Outline
Solution No. 1 and respective annexes provided by the candidate;
- is drafted as clearly as possible to facilitate its assessment;
- includes the following annexes20:
i. Graph (curve) illustrating the unit waste disposal 21 and or collection &
transportation costs (if applicable) at disposal and/or collected
quantity +/- 20%, based on the selected Outline Solution No. 1.
ii. Maps requested under the III.1 - Description of proposed waste
treatment facilities number, capacity and location of waste
treatment facilities (please use maps provided in Schedule 9,
Technical Annexes);
iii. Outline technical drawings (i.e. for design issues requested in III.2.1,
III.3.1 and III.4.1 respectively), and
iv. Excel or other format of tables (i.e. for the timetables of activities
requested in III.2.2, III.3.1 and III.4.1 respectively, as well as for
financial information requested in III.2.4, III.3.3 and III.4.2.).

II. Information to be provided in the outline solution

III.1 Contractual issues

The candidates are invited to elaborate their approach to the following issues 22:
- The project scope in terms of its division into 3 lots and their sub-lots and
your approach to it, i.e. whether your focus will be on LOT I only or you would
rather strive to also incorporate LOT II and LOT III into your Outline Solution
No. 1.

LOT YES23 NO Comment24

20
Material provided in Annexes is subject to evaluation.
21
If you opt for LOT I, please provide the requested graphs for overall unit disposal
costs which include operating costs for all sub-lots elements: waste pre-treatment,
internal transport, final waste disposal and closure & remediation of the existing non-
compliant landfill at Dobrasinci.
22
The answers to these questions are not subject to evaluation.

40
LOT I
LOT II
LOT III

- Please explain which major risks (e.g. risk during construction and/or
operation of planned facilities, financial risks, etc.) you anticipate for the lot(s)
that you consider applying for. Please explain your strategy how the risks you
accept to deal with will be addressed and overcome per each lot respectively;

LOT Major Risks Risks mitigation strategy


LOT I

LOT II

LOT III

- For LOT I, would you anticipate providing the services and other contractual
obligations in your own right, or by involving the Conceding Authorities (i.e.
contractual versus institutional concession)?
LOT Involvement of conceding Comments25
authorities (municipalities)
LOT I

LOT II

- Proposed concession period (years) by lots;


LOT Concession period Comments
LOT I
LOT II

23
Please thick the relevant yes/no answer.
24
You are free to comment to the proposed Lots structure and provide suggestions, if any.
25
It is not necessary to provide comments to this issue; however, it would help the
conceding authority with regard to the preparations for the development of the model
contract for the next stage of the dialogue process.

41
- Explain how an effective liaison should be developed and maintained with
Conceding Authorities and existing public enterprises throughout the duration
of the Concession period.

III.2 LOT I Concession for Solid Waste Disposal


(max. 10 pages, A4, Arial 10)
III.2.1 Design Approach:

Please describe your approach to designing and developing of activities you propose to
match LOT I.1 and LOT I.2 requirements. Your response should include:

- Description of proposed waste treatment facilities26 number, capacity and location


of waste treatment facilities; types of waste to be treated, with expected annual
quantities over the concession period for each planned facility 27 (if relevant); waste
treatment technology to be applied and technology supplier; ability of the technology
to deal with the Regions waste characteristics; flexibility in operation for waste
volume and composition fluctuations; possibilities for modularization (phased
capacity/construction upgrading) to ensure treatment continuity; maintenance regime
and levels of redundancy; products and residues generated; possibilities or
intended uses of the treatment end-products/residues; commissioning and
testing regime; etc.

Waste treatment facilities


Number, capacity and location:

Waste treatment technology and the technology supplier:

Flexibility in operation:

Maintenance regime:

Uses of the treatment end-products/residues:

Commissioning and testing regime:

26
For the description of facilities you may provide a map and outline technical drawings along
with tables illustrating their capacity and waste streams for treatment in annex, however, it is
important to provide a brief narrative description of the proposed treatment method. You may
also provide references of already implemented projects.
27
Types of waste to be treated, with expected annual quantities over the concession period for
each planned facility can be given in either narrative, or in tabular form as an annex.

42
Waste treatment facilities

Other, considered relevant:

- Description of proposed waste disposal method and all related facilities and
infrastructure/installations.
Waste disposal method:

Waste disposal facilities and infrastructure/installations 28:

Other, considered relevant:

- Description of proposed system/method for internal transport of waste


materials (if applicable) between different system facilities types and quantities
of waste transported29, transportation means, etc.

Internal transport method:

Transportation means:

28
Provide a list of disposal facilities/installations; in addition, provide outline technical drawings
for the organization of the disposal site and approximate locations of facilities. At this stage it is
not necessary to make any design; however, it is important to realize how much space is
required for this part of the disposal system.
29
For this issue you may provide information either as part of the internal transport method, or
as annex, in tabular format.

43
Other, considered relevant:

- Description of proposed method for closure/remediation30 of the existing


landfill at Dobrashinci.

Closure/remediation method:

Other, considered relevant:

- Brief description of conformity of proposed waste treatment, internal transport and


disposal system with the pertinent EU and Macedonian environmental standards
and regulations, and indication of any potential substantial environmental impacts
during facility construction and operation.

Conformity of the proposed system with the EU and Macedonian legislation 31:

Other, considered relevant:

- State operating limits32 that you consider relevant for LOT I.1 and LOT I.2
requirements to be agreed upon and transposed into the Concession
Agreement.

30
You may provide outline technical drawings to indicate the closure / remediation area and
cross sections to illustrate the capping method.
31
List relevant EU Directives and associated targets your proposed solution is able to meet.
32
E.g. minimum annual waste quantity expected for treatment and/or landfilling; monthly
(seasonal) variations in waste quantity; expected waste composition characteristics; other
considerations.

44
LOT Operating limits Comments33
LOT I.1

LOT I.2

- Provide outline technical drawings, brochures, etc. to support described design


approach and proposed technologies for all listed sub-lots.

III.2.2 Facility Construction (Development):


(max. 5 pages, A4, Arial 10)
Please, provide details which will demonstrate the practicality and achievability 34
of the proposed waste treatment and disposal system:

- Outline construction strategy35 for minimizing the impact of potential


concurrent works on closure or remediation of existing non-compliant
landfill(s) with commencement of works on newly developed waste treatment
faculties (if applicable).
Closure and remediation works` start up:

Closure and remediation works` deadline:


Waste treatment / transfer facilities works` start up:
Waste treatment / transfer facilities works` deadline:
Measures to mitigate the impact of potential concurrent works:

- Outline construction strategy for minimizing the impact of concurrent works


on closure or remediation of the existing non-compliant landfill at Dobrashinci
with commencement of construction works and provision of disposal services
on newly developed landfill.
Closure and remediation works` start up:

Closure and remediation works` deadline:


Disposal facilities works` start up:
Waste treatment / transfer facilities works` deadline:

33
You may propose any prerequisites you deem necessary for transposition in the concession
agreement to address the operating limits issue.
34
Explain the works` sequence and overlaps, e.g. the overlaps between the closure /
remediation activities required at the new treatment / transfer and disposal site(s) and the start
up of construction works.
35
You can present your outline construction strategy (implementation schedule) requested in
section III.2.2 in tabular format and provide it in annex. It is important, however, to describe any
bottlenecks and your proposals to address them.

45
Measures to mitigate the impact of potential concurrent works:

- Propose your construction timetable36 (implementation schedule) for each


planned facility.
Preparatory works Facility 1 start up:

Preparatory works Facility 1 deadline:

Facility 1 start up:

Facility 1 deadline:
Preparatory works Facility 2 start up:
Preparatory works Facility 2 deadline:
Facility 2 start up:
Facility 2 deadline:
..

- Outline specific infrastructure requirements (e.g. water and


electricity/energy supply) and other related ancillary works to be supplied by
the Conceding Authorities.
Waste treatment / transfer facilities infrastructure requirements:

Waste disposal facilities infrastructure requirements:

Other, considered relevant:

III.2.3 Staffing issues:


(max. 2 pages, A4, Arial 10)
Provide information on employment opportunities with each concession
arrangement (especially with regard to provision of public services), for each
separate facility and for the system as a whole:

Waste treatment / transfer facilities skills requirements and responsibilities 37:

36
You can present the construction timetable in other format and enclose it in annex.
37
You may provide both a list of positions along with qualifications needed and a chart /
diagram with the work force requirements for each element of the LOT 1 system. Please
indicate which job positions can be taken by local workers.

46
Waste disposal facilities skills requirements and responsibilities:

Internal transport skills requirements and responsibilities:

Closure and remediation activities skills requirements and responsibilities:

Other, considered relevant:

III.2.4 Financial aspects:

Please, provide estimations (for a range +/- 20 % waste quantities) on following


issues:

LOT I Estimated capital Estimated unit operating


investment () costs
[/t] or [/m3]
Annual waste38 quantity:

LOT I.1

LOT I.2
Facility 1:

Facility 2:

IV.1 LOT II Concession(s) for Waste Collection and Transport


(max. 7 pages, A4, Arial 10)
The candidates are advised to test the ground for the willingness to contract out
the waste collection & transportation individually in each of the 10 municipalities,
or as a minimum, in one predominantly urban and one rural municipality from the
Region at your own choice. Urban municipalities are Strumica, Radovis,
Gevgelija and Valandovo while others are rural.

III.3.1 Design Approach:

- Description of proposed waste collection and transport system


number, capacity and location of waste transfer facilities (if applicable);
transfer method (if applicable); commissioning and testing regime; waste
collection coverage at the start up of the concession period up to a full
coverage; method and frequency of collection; waste collection and
transportation means; operational flexibility and levels of redundancy
for waste volume and composition fluctuations of the collection and transport
system; equipment maintenance and replacement regime; primary

38
Please give the baseline (annual) waste quantities to which your estimate relates.

47
segregation and recycling; recycling growth during the concession
period; linkages with LOT I activities (if relevant); etc.
- .
Waste collection and transport system in the municipality X 39
Number, capacity and location of waste transfer facilities40:

Commissioning and testing regime:

Service Coverage in the first operational year:

Full service coverage target year:

Waste collection and transportation means41:

Waste collection method42 and frequency:

Flexibility of operations:

Equipment maintenance and replacement regime:

Primary segregation and recycling targets over the concession period:

Linkages with LOT I if relevant:

Other, considered relevant:

- Provide outline technical drawings, brochures, etc. to support described


design approach43.

39
You may either provide brief information for each municipality or as a minimum for one urban
and one rural municipality.
40
For the description of facilities you may provide a map and outline technical drawings along
with tables illustrating their capacity and waste streams for treatment in annex, however, it is
important to provide a brief narrative description of the proposed treatment method. You may
also provide references of already implemented projects.
41
Containers, trucks, other collection and transportation means.
42
Curb side and/or central collection; any other collection method.
43
Same as for LOT I.

48
- Propose your timetable (implementation schedule) for system set up and
development44.
- State operating limits45 that you consider relevant for LOT II requirements to
be agreed upon and transposed into the Concession Agreement.

III.3.2 Staffing issues:


- Provide organizational structure (diagram)46 outlining specific skills
requirements and responsibilities for each planned job position to enable
effective operation of proposed waste collection and transport system. Please
also indicate the job positions that can be accommodated by local workforce,
i.e. the potential with regard to retaining or re-deploying any current staff
employed by public enterprises in the Region.

Job positions that can be accommodated by local workforce:

Potential with regard to retaining or re-deploying any current staff employed by


public enterprises:

III.3.3 Financial aspects:


- Breakdown of costs and total capital investment (+/- 20% estimate) for each
proposed facility, and the waste collection and transport system as a whole.

LOT II, municipality X Estimated capital Estimated unit operating


investment () costs
[/t] or [/m3]
Annual waste47 quantity:

Waste collection and
transportation means
Waste transfer facilities
Other, please specify

44
Timetable may provide information on the service growth up to a full service coverage (for all
or selected two municipalities) and construction timetable for transfer facilities, if relevant. It
can be given in a similar tabular format as being given under the LOT I, or attached as an
annex.
45
E.g. minimum annual waste quantity expected for collection and transport; monthly
(seasonal) variations in waste quantity; expected waste composition characteristics; other
considerations.
46
Diagrams are provided in annexes.
47
Please give the baseline (annual) waste quantities to which your estimate relates.

49
III.4 LOT III Closure and Remediation of non-compliant landfills and
dumpsites
(max. 6 pages, A4, Arial 10)

III.4.1 Design Approach, Civil Works and Phasing


- Description of proposed method for closure of major non-compliant landfills in
the Region model for prioritization of their closure, based on assessed
environmental impact; required construction works and any planned permanent
or temporary facilities (if applicable); environmental impact testing and monitoring
regime; linkages with LOT I and LOT II activities (if relevant); etc.

Closure method48:

Prioritization model49:

Required construction works50:

Monitoring regime51:

Linkages with LOT I and LOT II:

- Description of proposed method for gradual remediation of secondary non-


compliant landfills and/or dumpsites in the Region.

Closure method for secondary non-compliant landfills and dumpsites 52:

Prioritization model53:

48
The closure method can be the same or it can differ from the method proposed for the non-
compliant landfill in Dobrasinci. If it is the same, you may refer to the method given under the
section III.2.1. without repeating it.
49
Please see the closure prioritization criteria given in Annex 10. These are given as an
illustration only while you are free to propose any other method which considers both the
environmental and financial impacts as prioritization criteria.
50
List and scope of construction works, if relevant.
51
Environmental indicators, number and frequency of samples.
52
The closure method can be the same or it can differ from the method proposed for the non-
compliant landfill in Dobrasinci. If it is the same, you may refer to the method given under the
section III.2.1. without repeating it. You should also provide a list of secondary non-compliant
landfills and dumpsites with a schedule for their closure.
53
Please see the closure prioritization criteria given in Annex 10. These are given as an
illustration only while you are free to propose any other method which considers both the
environmental and financial impacts as prioritization criteria. As a result of the proposed

50
Required construction works54:

Linkages with LOT I, LOT II and LOT III.1:

- Brief description of the conformity of the closure method for non-compliant landfills
and/or dumpsites with the relevant EU standards.

Conformity of the proposed system with the EU and Macedonian legislation 55:

Other, considered relevant:

- Provide outline technical drawings, brochures, etc. to support described design


approach.
- Propose your closure/remediation construction works timetable 56 (implementation
schedule).
- State operating limits57 that you consider relevant for LOT III requirements to be
agreed upon and transposed into the Concession Agreement.

IV.4.2 Closure Financial Aspects


- Breakdown of costs and total capital investment (+/- 20% estimate) for planned
closure/remediation works.
- Estimated increase of the unit costs for solid waste management (/m 3 and/or /t
caused by the closure / remediation of the existing non-compliant landfills and/or
dumpsites.

method you will provide a timetable of the closure with a list of landfills for closure.
54
List and scope of construction works, if relevant.
55
List relevant EU Directives and associated targets your proposed solution is able to meet.
56
Timetable may provide information on the service growth up to a full service coverage (for all
or selected two municipalities) and construction timetable for transfer facilities, if relevant. It
can be given in a similar tabular format as being given under the LOT I, or attached as an
annex.
57
Please provide any operating limits of the closure and remediation of non-compliant landfills
and dumpsites which may impact the construction timetable and/or relevant costs.

51
LOT III Estimated capital Estimated increase of
investment () unit operating costs
caused by te closure
[/t] or [/m3]
Closure and remediation
of major non-compliant
landfills
Closure and remediation
of secondary non-
compliant landfills
Other, considered
relevant

52
Schedule 7

LIST OF CONFIDENTIAL INFORMATION

Reference: Competitive dialogue No. 1 for the project Issuing a concession


for financing, designing, building and operating a regional landfill for municipal
solid waste in the South-eastern planning region (Republic of Macedonia)
We would ask that the Committee withhold the following information from
release as appropriate:

Proposed Time the


Information Not to be Reason why it should Restriction Should
Disclosed not be disclosed Apply For

Signature:
Name and
Surname:
Designation:

Duly authorised to sign Response for and on behalf of:

Name of
Candidate:
Date

53
Schedule 8

CONFIDENTIALITY AND FREEDOM OF INFORMATION AGREEMENT.

54
DRAFT
Confidentiality and Freedom of Information
Agreement

July 2010

55
Contents

CONFIDENTIALITY AND FREEDOM OF INFORMATION AGREEMENT.........................54


1.0. Introduction and Overview...................................................................................................57
2.0. Purpose of the Agreement...................................................................................................57
3.0. Stakeholders Map..................................................................................................................57
4.0. Project Scope.........................................................................................................................58
4.1. The Dialogue Process.......................................................................................................59
4.1.1. The Ideas Competition......................................................................................................59
4.1.2. The Cost Performance Competition................................................................................59
5.0. Guidelines for Confidentiality and Freedom of Information (FOI)...................................59
5.1. Confidentiality.....................................................................................................................59
5.1.1 Scope and Principles of the Dialogue.......................................................................60
5.2. Freedom of Information (FOI).........................................................................................61
6.1. Overview............................................................................................................................61
6.2. Information Flow and using the Agreement..................................................................61
7.0. Parties of this Agreement......................................................................................................62

56
V. 1.0. Introduction and Overview

The Conceding authorities intend to fully embrace the opportunities that


Competitive Dialogue provides to all parties and intend to engage in open and
constructive discussions with all Candidates regarding the development of
their Outline Solutions No. 1 and 258.

However, the Conceding Authorities represented by the Evaluation Committee


(hereinafter: the Committee) recognise that to enable this to effectively take
place a clear and precise Agreement needs to be established to define how it
will deal with Joint and Individual Meetings with Candidates and resulting
information, as well the approach to be adopted within the Dialogue itself and
information that will need to be shared with a variety of stakeholders at certain
stages.

2.0. Purpose of the Agreement

The purpose of this Agreement is to provide guidance on matters of


Confidentiality and Freedom of Information to all stakeholders within the
process and in particular during the Dialogue sessions. This Agreement does
not replace professional legal advice but aims to give a clear indication at
each stage as to which stakeholder should have information at that stage.

3.0. Stakeholders Map

There are numerous stakeholders within the process, both internal and
external, that will need to be aware of the Confidentiality Agreement and will
need to comply with the guidelines.

Committee
58
Please see the ISOS 1, Schedule 1: Instructions and Information for Candidates.

57
Center for Development of South-eastern
Planning Region
Advisors (external members
Candidates Public Enterprises
of the Committee)

General Public
Ministry of Environment and
Physical planning

South-eastern planning region


Concession for Solid Waste Disposal (LOT I);
one or more Concession(s) for Solid Waste Collection and
Transport (LOT II); and
one or more Contracts for Closure of the non-compliant
landfills and/or dumpsites.

Councils of 10
municipalities
Council for development of the
South-eastern planning region
rs Media
Local administration of
10 municipalities

4.0. Project Scope

The 10 Municipalities of South-East Region in Macedonia (hereafter: Region),


teamed up with the Ministry of Environment and Physical Planning of the
Republic of Macedonia - MoEPP (hereafter Conceding Authorities), intend to
improve the quality of Solid Waste Management in their area of responsibility,
by issuing:
- one Concession for Solid Waste Disposal (LOT I),
- one or more Concession(s) for Solid Waste Collection and Transport (LOT
II), and
- one or more Contracts for Closure of the non-compliant landfills 59 and
dumpsites60 in the Region including all necessary works to minimize their
remaining environmental risk potential (LOT III).

59
Locations where the public enterprises dispose off the waste collected in the area are neither organized nor do
they comply with national and EU standards. Therefore, they are considered as non-compliant landfills.
60
Population which doesnt obtain an organized waste collection dump their waste at the outskirts of villages along
roads and in river beds. These areas are considered dumpsites.

58
4.1. The Dialogue Process

The Dialogue is an instrument to involve experienced Solid Waste


Management (SWM) Operators in finding the optimum SWM solution for this
particular Region. The Dialogue is to be carried out in at least two stages:

1. The Ideas Competition, and


2. The Cost-Performance-Competition.

4.1.1. The Ideas Competition

In the optimum case the Ideas by the Candidates` Competition furnish the
following results:

A) Disposal concepts with regard to:

Optimised waste pre-treatment


Optimised logistic and transport
Optimised waste disposal

B) Technical concepts of facilities outline

To deliver the optimum, the candidate obtains clear instructions by the


Committee on the following:

- Evaluation criteria regarding the ratio between the price/quality of Outline


Solutions No.1 in order to select an economically advantageous tender in
the end of the process, and
- Proposed risk sharing mechanisms.

4.1.2. The Cost Performance Competition

The optimum results of this Dialogue stage are seen in the developing further
of selected disposal and technical concept(s) in respective Outline Solutions
No. 2, at a level which allows for setting a Final Tender by the Committee.

5.0. Guidelines for Confidentiality and Freedom of Information (FOI)


5.1. Confidentiality

Where the Committee and a Candidate agree that information is to be treated


as confidential, the following safeguards shall apply:
(i) Legal protection: The Law on access to information of public character
(OGRM No. 13/06) prohibits the disclosure of information that has been

59
provided in circumstances that create an obligation of confidence and
which has the necessary quality of confidence about it.
(ii) Individual meetings: Dialogue takes place in a series of parallel
individual discussions between the Committee and Candidates. The
resulting information will not be disclosed by the Committee in any
circumstances to other Candidates and/or any stakeholder participating
in the process.
(iii) Confidentiality Agreements: To provide an added safeguard, the
Committee will enter into confidentiality agreements with Candidates
and countersign Minutes of Meeting from each individual session.
(iv) Internal Code of Conduct: The Committee establishes procedures,
internally and with external members, to protect confidential
information, whereas every Committee member signs a Code of
Conduct.

5.1.1 Scope and Principles of the Dialogue

Parties of this Agreement, exchange and share, in line with their legal
authority, data and information which are necessary to develop jointly the
preferred project scope, in terms of its technical and Concession Agreement
specifications.

The Dialogue shall cover all aspects of the contract. Dialogue sessions will
cover Candidates design approach, planning strategy (implementation
schedule), environmental and technical issues, financial proposals, as well as
contractual and legal structures including the allocation of risk and reward.

For a successful Dialogue, the following principles will be adhered to:

- At all times the Committee will employ principles of transparency, equality


of treatment and non-discrimination.
- All candidates will be treated the same and allowed equal time to discuss
the issues during the dialogue sessions.
- Individual meetings with Candidates will be rotated to ensure that no one
candidate is favoured over another.
- There will be no cherry picking of the best ideas from each candidates
proposal without the consent of all candidates.
- The Committee shall also prevent the cross fertilisation of ideas among the
candidates, unless the ideas` exchange is fruitful for the process and
favoured by the committee and/or candidates.
- The dialogue phase will be conducted in two stages but once it is over, the
fine-tuning of the Concession Agreement with the winning candidate will
only be permissible if it does not impose any substantial new
requirements, or have the effect of modifying substantial aspects of the
tender, and thus does not risk distorting competition or causing
discrimination (basic EU Treaty obligations).

60
5.2. Freedom of Information (FOI)

The Committee is bound by the Law on access to information of public


character (OGRM No. 13/06) which provides a duty on the Committee to
respond to a request for information from any member of the public (applicant)
by telling the applicant whether it holds that information and supplying a copy
to the applicant.

There are a number of exemptions to the disclosure of information under the


Law. For the purposes of the Dialogue, the following exemptions are the most
relevant:

Disclosure would be likely to prejudice the commercial interests of any


Candidate;
The information is a trade secret.

In practice, confidential information provided during the Dialogue, will be


exempt from disclosure.

6.0. Committees approach to Confidentiality and FOI


6.1. Overview

Each stage of the process will have its own issues relating to Confidentiality
and FOI. Committee is required by the terms of the Competitive Dialogue
process, to maintain confidentiality with Candidates as to their proposals in
Outline Solutions No. 1 and 2.

Committee will however wish to advise both the Government of The Republic
of Macedonia and municipal councils from the Region on the progress. In
addition the Committee has taken into account current policy and law in
relation to Freedom of information and makes its own recommendations for all
stakeholders at each stage of the process.

The Committee shall make available to the media and to the general public
the evaluation results (names of candidates passing the previous stage) when
appropriate. However, details of the evaluation procedure shall not be
disclosed whatsoever.

Through the project, the Committee and its external members will have an
access to national and international, technical, financial and legal expertise, to
be employed at various stages of the process. The Committee members, both
the internal and external (experts), sign a Code of Conduct.

6.2. Information Flow and using the Agreement

Confidential information may only be communicated to authorised persons.


These will be those to whom the information has been provided and any

61
others who the provider of the confidential information has authorised to
receive the confidential information.

Under no circumstances should confidential information be disclosed to an


unauthorised person, while the only holder of such information shall be a
Committee member who signed a Code of Conduct.

If someone claims to be entitled to see confidential information, reference


should be made to this Agreement.

Outline Solutions No. 1 and 2 will be kept and locked at the premises of the
Centre for development of the South-eastern planning region. An access to
the key shall be restricted to the persons authorized by the President of the
Committee. Under no circumstances should the key be shared with anybody
who is not duly authorized for its use.

The email communication will be accessed electronically and will be password


protected with the password being known to persons authorized by the
President of the Committee. Under no circumstances should passwords be
shared with anybody who is not duly authorized for its use.

7.0. Parties of this Agreement

Evaluation Committee:

Member
..

Candidates:
Authorized person:

62
Schedule 9

TECHNICAL ANNEXES

1. Waste Generation;
2. Reclamation and closure of existing municipal landfills and illegal
dumps;
3. Waste Forecast (please see the annexed pdf file);
4. Map: Existing non-compliant landfills and dumpsites (please see the
annexed pdf file);
5. Map: Transport distances (please see the annexed pdf file)

63
Annex 1: MSW Generation Forecast

As noted before, the information regarding current waste generation provided by the
municipalities during the Survey are unreliable. The forecast of expected solid waste
generation throughout the analyzed project period is based on the following assumptions:

Unit waste generation rate for urban areas equals 300 kg x capita/year; for rural
areas: 200 kg x capita/year. These rates are adopted based on information from
other/previous waste management studies carried out in the country that included
analysis of current waste generation, following widely accepted and proven
methodology61;
The unit waste generation rates are assumed to be constant over the analyzed
period.
Population growth for the region of 0.22% annually, adopted based on official
statistical information;
The rural areas currently not covered with waste collection service will be gradually
introduced into the system, starting from 2010 and over a period of 5 years;
Extension of existing recycling activities carried out by the private and informal
sectors, combined with initiation (to a minor degree) of formal recycling by the public
sector, that will result in reduction of waste quantities to be transported and landfilled
will start in 2010 with a 1% waste reduction in the first year, and will gradually
increase to a maximum of 10% over a 5-year period;

Summarized information regarding forecasted municipal solid waste generation in the region
is given in Table 6.1.

Municipality 2010 2015 2020 2025 2030 2035


Radovis t/year 6,026 6,991 7,069 7,147 7,224 7,304
Konce t/year 720 728 736 744 752 760
Strumica t/year 12,715 14,013 14,168 14,325 14,484 14,643
Vasilevo t/year 2,467 2,495 2,522 2,550 2,578 2,607
Bosilovo t/year 2,903 2,935 2,967 3,000 3,033 3,067
Novo Selo t/year 2,354 2,380 2,407 2,433 2,460 2,487
Valandovo t/year 2,961 3,137 3,172 3,206 3,242 3,278
Gevgelija t/year 5,489 5,958 6,023 6,089 6,157 6,224
Bogdanci t/year 2,094 2,264 2,288 2,314 2,339 2,364
Dojran t/year 727 847 855 865 874 885
TOTAL t/year 38,456 41,748 42,207 42,672 43,145 43,619

Table 4: Waste generation forecast for the SE Region (2010 2035)

As regards composition of the MSW, for purposes of this Study and since analyses of the
composition was not in the scope of activities for this pre-feasibility project assessment, the
values are adopted from the previously mentioned EAR-funded Feasibility Study for the
Central-East Region in Macedonia (Table 6.2 and Fig 6.1, below). The percentages of waste
components shown in the table are based on thorough assessment following proven

61
E.g.: Regional Waste Management Plan and Feasibility Study for Central-East Macedonia; Study financed by
the EAR (2005).

64
methodology, and are considered to be representative for the SE region as well as for other
regions in the country.

Waste Single Multi-story Household Commercial % of Total


component dwellings buildings waste Waste Waste
Organic 29.5 22.2 27.6 22.4 26.2
Wood 4.1 2.4 3.2 1.4 2.7
Paper and cardb. 5.9 13.0 7.8 21.8 11.6
Plastics 7.1 11.8 8.6 12.5 9.6
Glass 2.0 3.9 2.6 6.0 3.5
Textile 3.2 4.1 3.5 1.3 2.9
Metals 2.2 2.2 2.3 3.5 2.6
Hazardous waste 0.1 0.0 0.0 0.5 0.2
Composites 2.1 2.5 2.1 2.2 2.2
Complex products 0.0 0.0 0.0 1.1 0.3
Inert 4.8 1.9 4.4 1.6 3.6
Other categories 3.9 4.8 4.2 2.1 3.6
Fines 35.2 31.1 33.6 23.7 30.9
Total 100.0 100.0 100.0 100.0 100.0

Table 5: Waste composition

65
Annex 2: Reclamation and closure of existing municipal landfills and illegal dumps

It is concluded that current waste disposal practices at both official municipal landfills and
illegal dumps are at an extremely low level, resulting in deposits of waste disposed of
improperly and causing significant threat to human health and environmental pollution.
Hence, the need for reclamation, closure (clean-up) of existing municipal landfills operated by
PEs and illegal village dumps is identified as one of the imminent problems that need to be
addressed.

A total of 1262 (official/authorized) municipal landfills operated by responsible PEs are


identified in the Region and analyzed.

The hazard potential of the municipal landfills is defined by the following parameters:

1. Area of the landfill and volume of waste deposits;


2. Characteristics (toxicity and mobility/leachability) of waste deposited;
3. Containment (leachability/permeability) of the site;
4. Distance to aquifer;
5. Precipitation values;
6. Presence of nearby surface water and the beneficial use of the resource;

The key hazards associated with the landfills are:

(1) contamination of ground waters;


(2) contamination of surface waters;
(3) potential for landfill-gas generation; and
(4) direct exposure to contaminated soil, sharp objects or hazardous gasses.

The risk due to each hazard is a function of the probability of occurrence and
consequence of occurrence, which are a function of:

Contaminant source: quantity/size of the landfill and characteristics of the waste


deposits;
Containment: absence or presence of soil cap, and the characteristics of the cap
(permeability) if present;
Transport pathway: distance to ground/surface water, rainfall values, etc.;
Receptor model: type of beneficial use of surface/ground water (low, for irrigation,
stock water, etc.).

In order to classify the environmental risk of the municipal landfills, above-listed hazard
potential parameters (1 to 7) have been quantified and their potential hazard expressed with
values 0.4 to 1 depending on assessed influence potential for each of the four hazard areas.
The assessment is based on site visits, and information from hydro-geological, geological and
topography maps. Average value of all analyzed parameters for each hazard area is
consequently calculated, as well as an average value for the landfill as a whole, based on
which prioritization of the need for remediation of the existing landfills is determined. The
ranking/prioritization is assumed to be:

62
The Dobrosinci landfill in Vasilevo is not taken into consideration here, since it is proposed to be
upgraded to regional landfill.

66
Priority for
Average risk value Risk categorization
reclamation
0.2 0.4 High Risk I
0.1- <0.2 Medium Risk II
0.001 - <0.1 Low Risk III

Table 6: Risk categories for closure of existing landfills and dumps

Summary of the ranking of the existing municipal landfills in the Region is shown in Table 7.

Hazard Area

Gas Risk

Average
Contact
Surface

Surface
Ground

Priority
Water

Water

score
Municipal Landfill

Suva Reka, Gevgelija 0.202 0.288 0.288 0.288 0.266 I


Karac, Dojran 0.288 0.288 0.202 0.288 0.266 I
Dikiltas, Dojran 0.202 0.202 0.202 0.202 0.202 I
Brdanov Kamen, Bogdanci 0.076 0.003 0.141 0.202 0.105 II
Vasilevo 0.136 0.091 0.043 0.151 0.105 II
Bosilovo 0.136 0.091 0.043 0.151 0.105 II
River Susica, Radovis 0.090 0.014 0.125 0.179 0.102 II
Krst Cuka, Konce 0.121 0.081 0.027 0.134 0.091 III
Suva Reka, Valandovo 0.081 0.060 0.040 0.058 0.060 III
Suva Reka, Gevgelija 0.050 0.072 0.036 0.036 0.049 III
Solena Reka, Novo Selo 0.022 0.073 0.030 0.043 0.042 III
Trkanja, Strumica 0.050 0.050 0.025 0.025 0.038 III

Table 7: Summary of priority ranking for closure of existing municipal landfills in SE Region

67

Das könnte Ihnen auch gefallen