You are on page 1of 15

PROJECT "DEVELOPMENT AND IMPLEMENTATION OF A SUSTAINABLE

MANAGEMENT MECHANISM FOR POPS IN THE CARIBEBAN”

TERMS OF REFERENCE FOR THE PROVISION OF SERVICES RELATED TO


“CONSULTANCY SERVICES FOR THE DESIGN AND ASSESSMENT OF THE BAT/BEP
DEMONSTRATION PROJECT IN PARAMARIBO, SURINAME

UNIDO Project SAP ID: 150049 GEF ID: 5558 Activity 2.2.1.

1. GENERAL INFORMATION

These Terms of Reference (ToR) provide background information, and define the scope of services to be
provided by the selected bidder to carry out consultancy services related to the design and assessment of
the BAT/BEP demonstration project in Paramaribo, Suriname.

The full-sized project (FSP) entitled ‘Development and implementation of a sustainable management
mechanism for POPs in the Caribbean’ (Caribbean POPs Project) was submitted to the Global Environmental
Facility (GEF) for funding and the CEO endorsement document was approved by the GEF on 27 May, 2015.

UNIDO is the GEF implementing agency and the Basel Convention Regional Centre for Training and
Technology Transfer for the Caribbean (BCRC-Caribbean) is the executing agency for this project, whose
objective is to enable the participating Caribbean countries to reduce and eliminate the threats of POPs. The
project has the following components:

(i) Component 1: Create the enabling mechanism in the participating Caribbean countries for the
effective implementation of the Stockholm Convention on POPs;
(ii) Component 2: Reduce U-POPs emissions by improving poor waste management practices at
landfills;
(iii) Component 3: Assess potential contaminated sites to determine the level of contamination by POPs
and develop appropriate remediation strategies;
(iv) Component 4: Managing and disposing of PCBs;
(v) Component 5: Impact monitoring and evaluation.

2. BACKGROUND

Improper and unsafe chemical and waste management practices are important pollution sources related
with the release of persistent organic pollutants (POPs) for the countries of the Caribbean region, which
pose critical challenges to the national sustainable development agendas, particularly for the region’s small
island developing states (SIDS).
While several countries of the Caribbean are Parties to the Stockholm Convention (SC) on POPs and have
pledged to reduce or eliminate production, use, and/or release of POPs, very little substantive work has
been done so far.
Having highlighted this shortcoming in 2012, the Global Environment Facility (GEF) indicated its willingness
to work with the BCRC-Caribbean to build the capacity of the Caribbean Parties to access GEF funding in
order to effectively address their POPs management issues and implement the Stockholm Convention.

ToR, 23 November 2016 1


Subsequently, the BCRC-Caribbean hosted a GEF-funded meeting of the Caribbean National Focal Points for
the Stockholm Convention in Trinidad and Tobago from 19 to 21 February 2013 to identify the priority
projects for submission to the GEF during the GEF-5 cycle.
The outcomes of the workshop led to the preparation of the PIF document for a full-sized regional project
entitled ‘Development and Implementation of a Sustainable Management Mechanism for POPs in the
Caribbean’ which was formally submitted to the GEF by UNIDO in September 2014. The project was
included in the Work Programme approved by the GEF Council at its 45th meeting (November 2014).
UNIDO and the BCRC jointly developed the PIF document, negotiated the co-financing modalities for the
project implementation and secured national commitments from the participating countries. The full-sized
project document was approved by the GEF on 27 May 2015 and the Inception Technical Meeting for the
project was held in September 2015 in Port-of-Spain, Trinidad and Tobago.
The Project includes two demonstration projects to increase knowledge sharing among the Caribbean
Countries. One of them addresses the environmentally sound management of medical waste in Belize to
reduce releases of unintentionally produced POPs (u-POPs). The other, which concerns the present ToR is
aimed at the environmentally sound management of municipal and hazardous wastes through best
available techniques and best environmental practices (BAT/BEP) in Suriname, with similar environmental
objectives. The impacts of the demonstration projects will be measured by the achieved release reduction
of u-POPs and the selected chemical indicator for u-POPs releases will be dioxins and furans (PCDD/Fs),
which will be estimated using the latest edition of the UNEP Standardized Toolkit for Identification and
Quantification of Dioxin and Furan Releases. The demonstration projects will also assist participating
countries to transfer state-of-the-art technologies for waste management, implement regulatory changes
that will support maintaining the created infrastructures. Intensive human resource development and public
awareness activities are planned to facilitate knowledge and information sharing.
The implementation of this demonstration project by the selected Contractor will be directly supervised by
and coordinated by UNIDO through its Project Manager (PTC/ENV/SCD) with support of a Chief Technical
Advisor (CTA). The demonstration project has also a National Technical Coordinator (NTC) who is
responsible for the day-to-day project management Therefore, the selected Contractor shall perform the
corresponding duties in accordance with applicable rules and regulations of UNIDO, the GEF and this ToR,
and shall report to the CTA, NTC and UNIDO Project Manager.

3. DEMONSTRATION PROJECT “ENVIRONMENTALLY SOUND MANAGEMENT OF MUNICIPAL AND


HAZARDOUS WASTES THROUGH BEST AVAILABLE TECHNIQUES AND BEST ENVIRONMENTAL PRACTICES
(BAT/BEP) IN SURINAME.
The National Implementation Plan (NIP) of Suriname (2011) concluded that the majority of u-POPs releases
are due to uncontrolled combustion processes; particularly open burning of waste at dump sites. The most
important cause for this seems to be the combustion of chlorine rich plastics present in waste streams that
can include burning of electrical cables, waste electrical and electronic equipment (WEEE) and scrap metals.
Once appointed the demonstration project implementation committee in Suriname, the NTC organized a
consultation meeting for the concerned stakeholders, including UNIDO and the BCRC, to facilitate the
project initiation. During the meeting, the government of Suriname announced that its waste-to-energy
facility project at the Ornamibo landfill had been cancelled, so alternative ways should be found to meet the
objectives of the GEF project; i.e., at least a 8.86g TEQ reduction in dioxin and furan releases.
Turning Ornamibo into a well-managed sanitary landfill site would not be as expensive as the waste-to-
energy facility, and would still meet the environmental and other project goals. Consequently, this option
was approved for the demonstration project and its implementation plan was developed in April 2016,
which provides detailed description on the activities and outputs of the demonstration project, under
component 2 of the Caribbean POPs Project
Other key project goals are creating at least 10 new workplaces, transferring a BAT (best available
technology), and diverting 2 tons of PBDE-containing waste to recycling. At least 3.3 million USD national

ToR, 23 November 2016 2


co-financing should be provided for the demonstration project activities and the demonstration project
should be completed in 4 years.
Currently, the public landfill Ornamibo, located in district Wanica, is approximately 20 hectares with a
expected lifetime of 20 – 25 years. Since 2002, the public landfill has been in rehabilitation to transform it
into a controlled landfill, which includes the collection and disposal of chemical waste. However, Ornamibo
is rather a dump site than a landfill and it collects mostly waste from the greater Paramaribo and the district
of Wanca. With respect to the other districts, the District Commissars has a district’s public landfill, but it is
not regularly supervised.
The following table presents the waste dumping pattern of Paramaribo; the figures are in m3, and they
show that the amount of waste disposed of at Ornamibo has decreased, while the volume of hazardous or
dangerous waste materials disposed of there has increased.

Since the demonstration project will fund civil works to rehabilitate the existing dumpsite (or develop a new
site) and provide new equipment (scales, surveillance system, compactors, etc.), the feasibility study shall
determine:
a. Whether there is an economic/environmental merit in developing a new landfill in a new location;
b. How to improve the operating efficiency of the waste management services and the technical capacity of
the landfill with the new equipment;
c. The feasibility of implementing a source separation system to recover valuable recyclable waste streams;
so, if proven feasible and economically viable, the landfill works will include the necessary infrastructure for
source separation.
d. The feasibility of a landfill gas recovery system; if proven feasible and economically viable, the landfill
renovation/construction will include the necessary infrastructure for an investment program to use landfill
gas for energy production.

4. DESCRIPTION OF THE REQUIRED SERVICES

The Work includes the following activities and objectives:


a. Carry out a detailed analysis of the current waste generation patterns and project them for the next
20 years, to select the best waste management option and disposal site location. The Contractor
will develop a multi-criteria analysis justifying the selected option, criteria and weights.
b. Review the needs for solid waste management in the demonstration area. Assess the needs of all
relevant stakeholders concerning waste management and disposal (private, public sectors, citizens).
c. Assess the technical and economic feasibility of a source separation system to recover valuable
recyclable waste streams and include the necessary infrastructure (e.g. conveyor belts, collection
bins, hydraulic presses, forklifts, etc.) in the new landfill design.
d. Assess the technical and economic feasibility of a landfill gas recovery system and include necessary

ToR, 23 November 2016 3


infrastructure (e.g. gas extraction wells, gas header pipes, anaerobic digester) in the new landfill
design, in preparation for additional landfill gas utilization investments.
e. Present the findings to the Project Working Committee for selecting the location of the new sanitary
landfill.
f. Once the site selection has been confirmed, perform an Environmental Impact Assessment for the
site and project proposal.
g. Develop a detailed construction plan for the location.
h. Estimate potential reductions in u-POPs and greenhouse gas ("GHG") emissions arising from the
potential closure of the old landfill as well as from utilization of biogas from planned landfill site.
i. Estimate potential reductions in effluent or leachate of hazardous substances resulting from the
potential closure of the old landfill.
j. Make necessary recommendations for institutional changes in managing the new sanitary landfill
(type of organization, organization structure, including changes of human resources, etc.).
k. Conduct a financial analysis of the new sanitary landfill and waste management operations. Create a
business plan over the lifetime of the landfill, with detailed calculations of realistic revenues,
expenses, debt service coverage ratio (if applicable) and Internal Rates of Return ("IRR") (both
economic and financial). The proposed business plan should aim for either immediate or lagged (1-3
years) full cost recovery of operations. It should also generate sufficient financial resources to cover
the future expansion costs once the landfill is closed. The financial analysis shall be carried out for
the different alternatives, including the use of landfill gas for energy production.
l. Design a timetable for the construction of the landfill under each potential scenario.
m. Support and inform discussions on the new landfill proposal between the PWC, UNIDO, BCRC and
relevant stakeholders, as necessary.

5. SCOPE OF THE WORK

The overall Work can be organized into the following five tasks:
Task 5.1. Task 5.2. Task 5.3. Task 5.4. Task 5.5.

Baseline study Construction plans Environmental and Organizational Financial and


and tender social appraisal proposal and economic analysis
documents for the business plan
renovation/re-
location of the
landfill

Task 5.1. Baseline Study


The Contractor shall prepare a baseline study which covers the following:
Subtask 5.1.1. Organization of waste management in the Demonstration area
The Contractor will study the organization of solid waste management in the demonstration area and
compare its findings with best practices in solid waste operations to identify areas for improvements.

ToR, 23 November 2016 4


Subtask 5.1.2. Waste Generation
The Contractor will study and analyze the current waste generation capacity and volumes. Based on the
information gathered the Contractor shall forecast waste volumes and characteristics (e.g. organic, paper,
glass, plastic or metal content) for a 20-year period. As a basis for consultations with concerned
stakeholders, a low, a medium and a high level scenario should be developed and presented.
Subtask 5.1.3. Source Separation
The Contractor is asked to review and, if necessary, elaborate on the situation of the source separation in
the demonstration area and use this information as a basis for the work. This will include assessing the
potential separation of organic components for anaerobic digestion, as well as recycling options.
Subtask 5.1.4. Hazardous Waste
As a separate sub-task the Contractor shall investigate the generation and handling of different categories of
hazardous waste.
Subtask 5.1.5. Recycling
The Contractor is asked to review the current practices and plans for recycling and, if necessary, elaborate
on previous work made (if any) and use this as basis for its own work. The Contractor is also requested to
identify if any recycling is carried out at the household level and/or community level and if so by whom
(men, women or children). The Contractor shall make recommendations on how source separation at the
planned sanitary landfill could benefit from available recycling operations.
Subtask 5.1.6. Waste Treatment and the Existing Dumpsite
The Contractor shall study the waste treatment practices at the existing dumpsite, compare them to sound
international practices and identify areas for improvement.
Subtask 5.1.7. Biogas Emissions and Utilization
The Contractor shall assess current and anticipated levels of biogas generation from the existing dumpsite
and investigate measures to control (through flaring or any type of capture) and/or use (for energy
generation) such emissions. The Contractor shall assess the technical and economic feasibility of a potential
landfill gas recovery project in the new landfill, and asses the climate change impact mitigation for it.
Subtask 5.1.8. Paying for and Financing of Waste Management
The Contractor shall describe and assess how the current waste management system is financed and
describe it in terms of inter alia:
• Direct payments (budgeted and actual) made from the city or state budget (specifying source and
destination accounts);
• Payments (billed and actual) made by households and the proportion the payments represent
within their monthly expenditures;
• Payments (billed and actual) made by commercial entities.
The Contractor shall prepare a payment flow chart for each of the payments made by waste generators and
describe the roles and responsibilities of each of the intermediaries through which the payments pass. It
shall also describe how the funds are allocated to different functions.
The Contractor shall describe how the waste management financing and payment system provides financial
and economic incentives to the various stakeholders.
Based on the proposed waste management scenarios and the available financing mechanisms, the
Contractor shall propose financing strategies (e.g. gate fees, electricity/heat/gas sales) for the new sanitary
landfill.

ToR, 23 November 2016 5


Task 5.2. Construction Plans and Tender Documents for the Renovation/Re-location of the Landfill
The Construction Plans and Tender Documents for the Renovation/Re-location of the Landfill shall contain
as a minimum the following elements:
Subtask 5.2.1. Waste management option and disposal site location
The Contractor shall carry out a detailed analysis to select the best waste management option and disposal
site location.
The Contractor shall verify the selection of landfilling as the most feasible option. The Contractor shall also
select the disposal site location with the following information:
a. The optimal location from an environmental/technical and social viewpoint.
b. Technical design that is acceptable and appropriate from a technical/environmental and social
viewpoint.
c. A design, capacity assessment and construction options for the existing landfill/dumpsite.
d. Technical options for the production of biogas from the waste (with and without source
separation).
e. Permits and licenses gotten for the proposed site/design (it shall submit copies of them with their
translations to English, if necessary).
f. List of permits, licenses or activities to be carried out (according to national, regional and local
regulations) that are required before the landfill can be upgraded, new sanitary landfill segments
built, and the landfill can start operating.
g. Investment cost estimates.
h. Annual operational cost estimates.
i. Alternatives and systems for handling and storing different categories of hazardous wastes at the
existing/new site.

The Contractor shall first assess the alternative of upgrading the existing dumpsite into an engineered
landfill. If it is not be feasible, the Contractor shall identify the optimal location for the new landfill site. A
comparative analysis shall be carried out, including justification for the chosen site, which shall be
presented and backed on evidence provided by the following information:
 Topography
The site of the new landfill and its peripheral area must be mapped with at least 1-meter level curves. The
coordinates of all the points measured during the topographic survey must be registered in an electronic file
(Excel).
 Geology and Hydro-geology
The site of the new landfill and its peripheral area must be studied through:
• Three (3) deep non-destructive boreholes reaching the deep of the water table, and equipped as
piezometers; the cores shall be carefully identified and preserved;
• Eight to ten (8-10) non-destructive boreholes (20 m depth); the cores shall be carefully identified
and preserved;
• If required, twenty to thirty (20-30) low depth (1-2 m) destructive boreholes for the recognition of
the limits of the geological layers.

ToR, 23 November 2016 6


 Geo-technical
The materials of the different geological layers of the new landfill must be analyzed and specifically must be
checked on:
• Permeability;
• Limit of plasticity (limit of Atterbergh);
• Tri-axial compression.
 Hydrology
Two water samples should be taken from the boreholes made for the geological and hydro-geological
studies described above, as well from other points as required. The underground and surface waters
(streams, ponds) sampled must be identified by site and GPS coordinates and analyzed at least for the
following parameters: pH, Magnesium , Calcium, Iron, Manganese, Nitrate-N, Sodium, Chloride, Sulfate-S,
Electrical Conductivity, and Total Dissolved Solids. It is desirable that the samples are collected during the
dry season
 Ecology
An ecological study of the site shall consider whether there is:
• Any relevant ecological designation(e.g. –site of special scientific interest, special area of
conservation, special protection area, Ramsar site, national or local nature reserve, local wildlife
site, regionally important geological site, nature improvement area, etc.)
• Any endangered species of plant and/or animal occurring;
• Any particular features of habitats (terrestrial and aquatic) that should be protected ; and
• Any records of protected plants or animals at the sites.
 Modeling of the sites
The Contractor shall build a computerized 3D model of the site of the new landfill.
The 3D modeling of the site of the new landfill shall include the geology and the hydro-geology of the site.
 Design
Based on the topographical data, the Contractor shall prepare either:
(1) detailed design for rehabilitation and upgrading of the existing dumpsite, including:
• 3D topographical model of the dumpsite;
• Design of embankments protecting the dumpsites from the erosion by the river or stream (if any)
and insulating the waste;
• Design (if feasible) of a draining system for the leachate collection;
• The optimization of the management of soils (sunken/banked);
• Cover of the dumpsite;
• The fence;
• The necessary premises;
• The ditches for the management of the rainwater;
• Design (if feasible) of a network of biogas collection.
or

ToR, 23 November 2016 7


(2) detailed design for the new landfill/other waste management option in the proposed site, including: The
design of the successive rows/cells/roads;
• The optimization of the management of soils (sunken/banked);
• The areas of temporary storage of the different qualities of soils;
• The permanent roads and temporary tracks for the waste trucks, the waste compactors, the civil
surveys trucks, the employees and controllers, the visitors;
• The ditches for the management of the rainwater;
• The network for leachate collection;
• The leachate treatment plant;
• The biogas collection network (if applicable);
• The biogas pumping, burning and power station/heat/gas storage (if applicable);
• The fence;
• The tree/vegetation plantation areas;
• The required premises.
 Equipment
In the design documents, the Contractor shall present the list and specifications of the technical equipment
and mobile equipment including those used for separating, moving, handling, pre-processing or compacting
recyclable waste streams.
 Costs
The Contractor shall estimate either: (1) the volume of waste to be removed and the associated costs of
such a removal; or (2) costs for the construction of the landfill/another waste management option and for
the equipment.
 Standards
The Contractor shall address the relevant requirements of the EU waste management directives, including
the EU Waste Framework Directive (Directive 2008/98/EC on waste), Industrial Emissions Directive (Directive
2010/75/EU), IPPC Directive (Directive 2008/1/EC concerning integrated pollution prevention and control),
EU Landfill Directive (Directive 99/31/EC of 26 April 1999 on the landfill) and the relevant BAT reference
documents (BREFs).
Subtask 5.2.2. Transfer stations (if required)
For any proposed transfer stations, the Contractor shall assess the following:
• Is the location acceptable from an environmental/technical viewpoint?
• Is the technical design acceptable from a technical/environmental and social viewpoint?
• Describe the permitting procedure that has been carried out (or that is needed) including details of
any studies and public participation activities.
• Which permits/licenses have been received for the proposed site/design?
• Which permits/licenses or activities (according to national, regional and local regulations) are still
required before the facility can be constructed and can start operation?
• Review investment cost estimates.
• Review annual operational cost estimates.

ToR, 23 November 2016 8


• Calculate the appropriate tipping fee for the facility.
 Design
The Contractor shall select the sites for the implementation of the transfer stations in the demonstration
area. Graphical documents (maps, drawings) of these sites shall be collected. The transfer stations shall be
either newly built or fitted out in existing premises. The Contractor shall provide a general design of the
transfer stations.
 Equipment
The Contractor shall prepare the list and the specifications of the technical equipment and mobile
equipment.
The transportation of the waste between the transfer stations and the landfill shall be done with specialized
trucks. The Contractor shall calculate the necessary parking space, garage and repair and maintenance
facilities needed for the proposed trucks and establish the type, quantity and specifications of these trucks.
 Costs
The Contractor shall make an estimation of costs for the construction of the transfer stations and for the
equipment.
Subtask 5.2.3. Transfer Trucks (if needed)
For the transfer trucks the Contractor shall:
• Define specifications and number of trucks and the expected lifetime of these trucks.
• Review investment cost estimates.
• Review annual operational cost estimates.
• Calculate the appropriate fee for the transfer transport service.
Subtask 5.2.4. Biogas Production, Landfill Gas Recovery, Organic Content Management Approach
and Utilization
The Contractor shall analyze the level of biogas production expected during the operating life of the landfill
and assess biogas recovery options, its potential end-use (gas, heat and electricity), technical and economic
feasibility, and its impact on GHG emissions. Based on this analysis the Contractor shall indicate the carbon
finance alternatives and level of Emissions Reduction Units which may be generated by the demonstration
project. This analysis will also take in to account any additional measures proposed for existing landfill
facilities.
The Contractor shall calculate the GHG Emissions and assess their impact on climate change mitigation from
a Rio marker perspective. The Contractor will estimate the PCDD/Fs releases as well.

Task 5.3. Environmental and Social Review


Subtask 5.3.1. Environmental and Social Management Review
The Contractor shall carry out a review of the environmental and social management policies and practices
at the current landfill. Key issues to be covered under the environmental and social review shall include:
a. A review of the existing environmental and social management systems, policies and practices of
the current landfill and demonstration area;
b. Assessment of the organizational capacities and resources at the landfill;
c. Assessment of the human resources and employment policies (e.g. non-discrimination and equal
opportunity, workers, organizations, contractor management); data related to the respective

ToR, 23 November 2016 9


numbers of women and men at different levels of the organization (at the current landfill).
d. Occupational health and safety issues;
e. Assessment of pollution prevention activities and initiatives;
f. Community health, safety and security as it relates to the existing waste management operations
and the contracted solid waste companies, if any;
g. Avoidance of third party intrusion into potentially hazardous areas (fences, security, personnel,
others);
h. Management of potentially hazardous activities and works (like handling hazardous, or infectious
materials, assisting in extinguishing landfill fires, etc.);
i. Assessment and consideration of how equal opportunities at the work place might be enhanced
(gender-wise);
j. Assessment of noise and vibrations;
k. Assessment of land acquisition (compensation policy, consultation activities related to land
acquisition including grievance management), if needed;
l. Assessment of the supply chain (e.g. suppliers of materials and resources ) and identification of
relevant environmental, social, labor and/or reputation issues; and
m. Assessment of public interaction, including historical responsiveness to public comments,
complaints and questions.
Subtask 5.3.2. Environmental and Social Analysis.
The preparation of the environmental and social analysis shall include the following tasks and elements:
a. Early stakeholder identification and engagement
The environmental and social analysis process shall include engagement with stakeholders and affected
groups to identify stakeholders for the new sanitary landfill operation and management.
b. Environmental and Social Baseline
The Contractor shall identify the environmental and social baseline conditions for the existing dump site,
and selected waste disposal site, including the following:
• Climate (annual temperature distribution, annual rainfall and wind strength and wind patterns for
the area, precipitation and evapotranspiration);
• Topography;
• Existing soil and groundwater contamination at the planned new landfill site;
• Biological environment (flora and fauna in the planned new landfill site, including potentially
protected or endangered species;
• Hydro-geology (type and distribution of aquifers, thickness and depth of the aquifers together with
the permeability or transmissivity of the aquifers and direction of flow. The importance of the
groundwater resource shall be established including protection zones, beneficial uses and the
interaction between groundwater and surface water resources);
• Structure and characteristics of the solid strata (the type of rock, the state of weathering, the extent
and distribution of structural features such as faults, joints and bedding planes, the effects of
karstification and the permeability of strata);
• Composition and distribution of the subsoils (composition, the lateral and vertical continuity of the
strata, the permeability, resistance to erosion and the stress deformation behavior);

ToR, 23 November 2016 10


• Risks of flooding, subsidence, or landslides;
• Any natural or man-made features that may pose a substantial risk to the integrity of the landfill
structure (areas directly underlain by karstified limestone; areas prone to subsidence caused by
previous mining activity; areas underlain by weak or unstable subsoils not capable of remediation;
areas prone to landslip or slope failure, etc.);
• Proximity to the existing national / regional road or rail network and expected vehicle movements;
• Condition of the existing dump site (size, depth of waste, occurrence of fires, any leachate
generation, odor, distance to houses, etc.);
• Protected areas if any (including but not limited to national or natural reserves, sanitary protection
zones), with an analysis of:
(i) their current and/or proposed legal status;
(ii) applicable requirements that may be of relevance to the construction and operation phases;
(iii) Administrative subdivisions and potentially affected communities;
• Current situation of noise levels and air quality;
• Emergency planning and preparedness;
The sources of information shall be described (primary or secondary with sources and dates) and potential
limitations shall be mentioned and analyzed. Where relevant the need for further investigations shall be
assessed and these shall be included in the Environmental and Social Action Plan. A brief analysis of
potential contamination risks affecting soil or groundwater in or near the construction area shall be
conducted.
c. Impact Assessment
The Contractor shall undertake an impact assessment focusing on the new landfill including the associated
facilities (access roads, necessary infrastructure, etc.).
Impacts on the different components of the physical, biological and human environment shall be assessed
in terms of:
• Direction (positive or negative) - positive socio-economic impacts shall be assessed as well
particularly in terms of employment during the construction and operations phases;
• Magnitude or significance and likelihood;
• Duration;
• Reversibility.
The Contractor shall carry out an assessment of whether or not women, children or the elderly are dis-
proportionally affected by the construction phase and shall identify any opportunities addressing
specifically women’s and others’ needs and concerns so as to enable them to benefit to an even greater
extent.
Any material climate change resilience/adaptation issues shall also be considered by the Contractor.
Subtask 5.3.3. Proposed Implementation Timetable
The Contractor shall detail the tasks required for project implementation and a likely timetable.

Task 5.4. Organizational proposal and Business Plan


The Contractor shall provide recommendations for the organizational changes required to improve the
technical and financial situation of solid waste operations.
ToR, 23 November 2016 11
The Contractor shall prepare a comprehensive business plan for solid waste operations at the new landfill
which covers the expected life of the facility. The business plan shall include the cost of funding, potential
energy (gas, heat, electricity) sales from the waste conversion, proposed tariff increases including a study on
the current tariff levels and to what extent tariff increases are required plus current and future affordability
problems potentially caused by tariff increases and expected collection rates using all the findings and
assumptions developed through the execution of the above mentioned tasks.
The objective is to create a sustainable waste management service for the entire population, or at least for
most of it in the demonstration area.

Task 5.5. Financial and Economic Analysis


Subtask 5.5.1. Financial Analysis and Projections
The financial viability of the new landfill must be demonstrated by means of financial projections for the 20
year period. These projections shall be fully consistent with the operational projections, clearly showing
how the operations will develop in the future.
Financial projections shall include annual balance sheets, income and cash flow statements. The model shall
be prepared to accommodate variations in the real exchange rate and shall address the issue of fixed vs.
variable costs.
The Contractor shall assess the financial impact of the demonstration project by comparing its incremental
costs (capital and recurrent) with the incremental revenues or savings it will generate and estimating the
financial IRR. The financial analysis shall include a calculation and discussion of sensitivity to changes in key
income and expenditure variables, including foreign exchange and interest rates, and assess the risks for the
landfill operating entity.
Subtask 5.5.2. Tariffs and Affordability
The Contractor shall assess:
• The current tariff level of waste collection as it relates to cost recovery and determine to what
extent all recurrent costs shall be included;
• The possibility of salary increases and performance bonuses for the staff of solid waste operations.
These increases shall be funded through savings from specific improvements in the
financial/technical performance of solid waste operations. The objective is to retain or attract top
technical/managerial talent. The Contractor shall identify specific operating/financial metrics
against which solid waste operations can be tested and recommend ways to incorporate these into
tariff calculations;
• Current billing and collection methodologies, and provide an opinion in accordance with
international industry best practices;
• Potential alternatives for the orderly phasing-out of cross-subsidies, ensuring that tariffs remain
affordable;
• Potential sales of gas/heat/electricity, existing tariffs and regulatory changes required to scale up
waste-to-energy technologies in the country;

6. PREREQUISITES FOR THE WORK OF THE CONTRACTOR, DELIVERABLES AND SCHEDULE OF PAYMENTS

Throughout the execution of its activities, the Contractor shall report to the CTA/UNIDO and NTC while
working in close co-operation with the staff of the Cabinet of the President/Ministry of Public Works, and
other stakeholders, such as the general public, media and the consumers of solid waste management
services.

ToR, 23 November 2016 12


6.1. Prerequisites for the Work of the Contractor
The Ministry of Public Works shall:
a. Provide free of charge to the Contractor an office with cooling, lighting, daily cleaning and security.
b. Provide copying and printing facilities to the extent such facilities can be shared with the regular
activities of the Ministry. The Contractor shall provide its own consumables for this purpose.
c. Provide free of charge transport for the Contractor's staff to visit facilities and other local
institutions of relevance to the Work, during normal working hours. The Contractor shall provide all
other local transportation required by its staff throughout the terms of the Work.
d. Provide, free of charge to the Contractor, resources to carry out solid waste disposal habits and
affordability surveys as required in these Terms of Reference. The local personnel and organization
shall be made available to the Contractor at a time and to the extent relevant to the specified
surveys. The Contractor is required to detail the requirements in due time prior to the mobilization
of the resources by the Ministry.
e. Make available all of its related records, plans (which are not classified), reports, designs and other
documents as appropriate, but it is the Contractor’s responsibility to copy and/or translate these
documents.
f. Provide access to all of its facilities and employees for consultation, questioning or assistance
relative to the understanding of the functioning of its systems and facilities.
The Contractor is responsible for paying for all international telephone connections, computers, and office
equipment supplies that are not provided by the Ministry. The Ministry is also responsible for providing
suitably qualified interpreters/translators to work with the Contractor.
6.2. Deliverables and Schedule of Payments

The Work shall be carried out within seven (7) calendar months (210 days). A detailed 7 months’ work plan
corresponding to the below deliverables shall be submitted by the bidder. Reports for submission to
UNIDO shall be prepared in English and be made available in both hardcopies and electronic formats. The
Contractor shall be paid through three (3) installments upon receipt and acceptance of UNIDO of the
corresponding sets of deliverables as listed below:
Deliverables Time Schedule

1st set of deliverables: Upon receipt and acceptance by UNIDO of the Approximately 21 days (3 weeks)
following: after countersignature of the
contract
Final Brief Inception Report, including:

i) Detailed work plan including a timetable for the implementation


of the Work;

ii) Key issues (relating to the Work) identified;

The following reports shall be delivered in accordance with the requirements under Section 3:

Final Report No. 1: Baseline study Approximately 60 days after


countersignature of the contract
Task 5.1. Baseline study of the solid waste sector

Final Report No. 2 Construction plans and tender documents for the Approximately 150 days after
renovation/re-location of the landfill countersignature of the contract

ToR, 23 November 2016 13


Task 5.2. Proposal for the Engineered Landfill

Task 5.3. Environmental and Social Appraisal

Final Report No. 3 Institutional reform proposal and financial and Approximately 210 days after
economic analysis countersignature of the contract

Task 5.4. Institutional reform proposal

Task 5.5. Financial and economic analysis

The Contractor is invited to propose specific payment installments in the commercial part of its proposal as
indicated above. Said payment installments shall be in line with the costs incurred during each reporting
period. UNIDO however reserve the right to request amendments to Contractor’s proposed payment
schedule.
All draft reports shall be submitted in digital format to UNIDO for further distribution to the CTA and the
Ministry of Public Works approximately 14 days (2 weeks) prior to the above timetable. It is expected that
all main conclusions are discussed beforehand with the key stakeholders. All documents and reports shall
be prepared in English.
Two copies of the final reports in English shall be prepared within two weeks after receiving final comments
from UNIDO, both in digital form and as hard copy.
Dutch translation, if needed, will be provided by the Ministry of Public Works as part of its co-financing. So,
UNIDO will share the documents with the Ministry once they become available.
The Contractor shall liaise with UNIDO throughout the execution of work to ensure that data presented are
realistic and valid.
The Contractor shall provide technical specifications for each part of the project, so they can be easily used
for calls for tenders for the works,
The Contractor will forward to UNIDO and seek its clearance with regards to significant articles to be
published in national or local newspapers and magazines about this contract or about the demonstration
project that have been discussed at the local level with the Contractor, both in the local language and in
English. Also, relevant policy statements issued by the local or national government, if any, in the local
language, and in English, if a translation is available.
Laws, regulations and other instruments relevant to the project, which explain or detail/support
Contractor’s recommendations, shall also be attached to the reports in the local language, and in English if a
translation is available.

7. CONTRACTOR’S PROFILE AND PERSONNEL PROFILE

The Contractor and its sub-Contractors, if any, shall be able to demonstrate through the submission of
project references the following expertise:
 Previous project experience in developing feasibility studies for solid waste management facilities;
 Deep knowledge of international technical and environmental standards for waste disposal and
experience in designing landfills.
 Demonstrated experience in the institutional and legal aspects of the solid waste sector;
 Expertise is also required in establishing financial management standards for solid waste
management, public procurement and disbursement policies;

ToR, 23 November 2016 14


Based on the fields of expertise and the tasks requested above, the Contractor's expert team should
include the following international and/or local experts, preferably with advanced university degrees in the
relevant field(s):
a) Individual requirements
Expert 1: Team Leader, preferably with 10 years or more of professional experience in the field of solid
waste management, and comprehensive experience in projects similar to the one under these Terms of
Reference.
Expert 2: Waste management expert, preferably with 5 years or more of professional experience.
Expert 3: Financial analyst with extensive experience on financial modeling;
Expert 4: Environmental expert preferably with at 5 or more years of project experience on solid waste and
in addressing environmental and social requirements in landfill infrastructure and other similar projects.
Expert 5: Architect or engineer with experience on landfill design and construction;
b) Collective/ team requirements
The experts should collectively/as a team have experience in:
(i) developing waste management projects and practices (design or construction of landfills),
(ii) tackling financial and technical sectoral issues,
(iii) project-based understanding of investment and operating costs and practices, relevant
environmental laws and standards (both international and national/local ones),
(iv) Ability of the Contractor's team to communicate in Dutch will also be considered an additional
collective advantage.

ToR, 23 November 2016 15

You might also like