Professional Documents
Culture Documents
PREPARATION OF REPORT IN RESPECT OF DEVELOPMENT OF SOLID WASTE PROCESSING PLANT AND LANDFILL
Standard
BIDDING DOCUMENT
FOR
APPOINTMENT OF CONSULTANT
Executive Engineer
Local Bodies Division-II
Jammu
Section-1
NOTICE INVITING TENDER
For and on behalf of the Governor of Jammu and Kashmir State, the Executive Engineer Local Bodies
Division-II Jammu invited online Tenders from the reputed Consulting Firms for obtaining Environmental
Clearance under EIA Notification 2006 and Preparation of Report in respect of Development of Solid Waste
Processing Plant and Landfill for 8 No clusters on behalf of Urban Local Bodies, Jammu on Lump sum basis from
NABET accredited, as per schedule as under:-
S. Name of Work Cost of Bid Security in Time
No document the shape of allowed
DD (In Rs) CDR/ FDR
(In Rs)
Obtaining Environmental Clearance under EIA Notification
Rs2000/-
2006 and Preparation of Report in respect of Development of
(Rupees two 6
1 Solid Waste Processing Plant and Landfill disposal facility for
thousand
Rs10,000/-
Waste under Clusters of Katra & Udhampur of Jammu months
only)
Division.
Obtaining Environmental Clearance under EIA Notification
Rs2000/-
2006 and Preparation of Report in respect of Development of
(Rupees two 6
2 Solid Waste Processing Plant and Landfill disposal facility for
thousand
Rs10,000/-
Waste under Clusters of Kathua, Billawar & Basohli of months
only)
Jammu Division.
Obtaining Environmental Clearance under EIA Notification
Rs2000/-
2006 and Preparation of Report in respect of Development of
(Rupees two 6
3 Solid Waste Processing Plant and Landfill disposal facility for
thousand
Rs10,000/-
Waste under Clusters of Doda, Bhaderwah & Kishtwar of months
only)
Jammu Division.
1 Scheduled / Critical Dates
Sr. Activity Description Date
No.
1. Start of bid 01.05.2018
4. Proposal submission online Due/ Last date and time 15/05/2018 upto 2.00 PM
5. Proposal submission Hard Copies Due Date and time 16/05/2018 upto 4.00 PM
6. Tentative bids opening date and time 17.05.2018 at 12.00 Noon
7. Opening of Financial Bids To be intimated later on
8 Validity of offer 180 days
In case any of the above mentioned dates is declared holiday the next working day will be considered for the purpose
mentioned above.
1. Detailed information can be seen and downloaded from the web portal www.jktenders.gov.in and www.Urban Local
Bodies Jammuammu.org.
2. Bidders are advised to quote separate bid for separate cluster.
3. The original documents in respect of cost of documents (Demand Draft) and EMD alongwith other relevant
technical bid documents must be delivered to the office of Executive Engineer Urban Local Bodies Division-II,
Jammu at 48 D/C Near Balmiki Chowk Gandhi Nagar Jammu by post / courier or by hand on or before
16/05/2018 upto 4:00 PM, if the office happens to be closed on the date of receipt as specified, the documents will be
received on the next working day at the same time and venue.
4. DD and EMD should be pledged in favour of Executive Engineer Urban Local Bodies Division-II, Jammu.
5. Bidders are advised to read carefully each and every line of bid document before submission of bids.
Sd/-
(Er. Firdous Ahmed Qazi)
No:-LB/Tech/J-II/2018/401-02 Executive Engineer
Dated:-01/05/2018 Local Bodies Division-II
Jammu
Copy to the:-
1) Commissioner/ secretary to Govt. Housing and Urban Development Department Civil Secretariat Jammu for favour of
information please.
2) Director, Urban Local Bodies, Jammu for favour of information please.
a) The Consultant should be accredited from Quality Council of India (QCI) National
Accreditation Board for Education and Training (NABET) for Common Municipal Solid Waste
Management Facility (CMSWMF).
b) The Consultant shall have done at least one similar work having Consultancy fee for
Environmental Clearance under EIA Notification 2006 (as amended upto date) not less than
Rs. 4.00 Lacs for Public Sector Undertakings / Govt. Departments in the last 3 years ending last
day of the month previous to the one in which Tenders are invited.
c) A certificate shall be submitted that they have been accredited by MoEF (list ‘A’) for
Building and Construction Projects.
d) The Consultancy firm shall have a valid PAN No. & GST Registration Number
iii) The past experience in similar nature of work should be supported by certificates issued. In
case the work experience is of Private sector the completion certificate shall be supported
with copies of Letter of Award and copies of Corresponding TDS Certificates (Form 16A).
Value of work will be considered equivalent to the amount of TDS Certificates (Form 16A).
iv)The value of executed Consultancy assignments shall be brought to the current level by
enhancing the actual value of Consultancy fee done at a simple rate of 7% per annum,
calculated from the date of completion to last day of the month previous to the one in which
applications are invited.
v) Joint-venture / consortia of firms / companies is allowed, however lead partner must fulfill
all the criteria laid down in the EOI. The associate partner must enclose Registration
certificates and work orders of the work executed in consultancy.
B. Financial Strength:
1. The Average annual financial turnover for last 3 years shall be at least 50.00 Lacs. The
requisite Turnover shall be duly certified by a Chartered Accountant with his Seal/ signatures
and registration number.
Sign & Stamp of Bidder Page 4
BID DOCUMENT FOR APPOINTMENT OF CONSULTANT FOR OBTAINING ENVIRONMENTAL CLEARANCE UNDER EIA NOTIFICATION 2006 AND
PREPARATION OF REPORT IN RESPECT OF DEVELOPMENT OF SOLID WASTE PROCESSING PLANT AND LANDFILL
2. The bidders are required to submit summarized Balance Sheet (Audited) and also
summarized Profit & Loss Account (Audited) for last three years.
3. The intending tenderer(s) must read the terms and conditions of Contract carefully. He
should only submit his bid if eligible and in possession of all the documents required.
4. Information and Instructions for tenderers posted on website shall form part of bid
document.
5. The bid document consisting of scope of work and the set of terms and conditions of the
contract to be complied with and other necessary documents can be seen and downloaded
from website https://jktenders.gov.in/free of cost.
6. Notwithstanding anything stated above, URBAN LOCAL BODIES JAMMU reserves the right
to assess the capabilities and capacity of the tenderers to perform the contract in the overall
interest of URBAN LOCAL BODIES JAMMU /H&UDD.
7. The tenderer(s) is/ are required to quote strictly as per the terms and conditions,
specifications, standards given in the tender documents and not to stipulate any deviations.
8. The tenderer (s) if required, may submit queries, if any, through E-mail and in writing to the
tender inviting authority to seek clarifications within 07 days from the date of uploading of
Tender on website. URBAN LOCAL BODIES JAMMU will reply only those queries which are
essentially required for submission of bids. URBAN LOCAL BODIES JAMMU will not reply the
queries which are not considered fit like replies of which can be implied /found in the NIT/
Tender Documents or which are not relevant or in contravention to NIT/Tender Documents,
queries received after 07 days from the date of uploading of Tender on website, extension of
time for opening of technical bids, etc. Technical Bids are to be opened on the scheduled
dates. Requests for extension of opening of Technical Bids will not be entertained. The email
IDs for submitting queries are dlbjammu@gmail.com / xenlbdiv.ii@gmail.com .
9. URBAN LOCAL BODIES JAMMU reserves the right to reject any or all tenders or cancel/
withdraw the Invitation for Bids without assigning any reason whatsoever and in such case no
tenderer / intending tenderer shall have any claim arising out of such action.
The EMD shall be valid for a minimum period of 6 months from the original last day of
submission of bid as per NIT. The EMD shall be deposited in original in the office of Executive
Engineer Local Bodies Division-II Jammu.
10.1 The EMD shall be payable to Executive Engineer Local Bodies Division-II Jammu without
any condition(s), recourse or reservations.
i) The Bid will be rejected by URBAN LOCAL BODIES JAMMU as non-responsive and shall not be
considered in case EMD is not received in physical form.
ii) The EMD of bidders other than L1 will be returned within 30 days, after opening of Financial
Bid.
iii) The EMD of the successful consultant will be discharged after the consultant has furnished
the required acceptable Performance Guarantee.
iv) No interest shall be paid by URBAN LOCAL BODIES JAMMU on the EMD.
v) The EMD may be forfeited:
• if a consultant withdraws the bid after bid opening during the period of validity;
• If, any unilateral revision in the offer is made by the tenderer during the validity of the
offer.
• Upon non acceptance of LOI/ LOA, if and when placed
• In the case of a successful consultant; if the consultant fails to Sign the Agreement with
in the 25 days from the date of issue of LOA or furnish the required performance
security or fail to commence the work within the stipulated time period prescribed in
the contract.
11. Interested Consultant who wish to participate in the bidding process shall also make
following payments in the form of Demand Draft of any Nationalized Bank within the period of
bid submission:
• Cost of Bid Document: Demand Draft or should be drawn in favour of Executive
Engineer Local Bodies Division-II Jammu payable at Jammu for amounting to Rs2000/-.
(d) All the eligibility documents like Turnover Certificate, Profit & Loss Statements, Balance
Sheets, PAN card, GST Registration, Experience Certificates etc.
(f) Power of Attorney of the person for signing /submitting the tender. This should be
supported by Board Resolution (in case of a company registered under the Companies Act).
iii) Both the above envelopes i.e. ‘Earnest Money, Cost of Bid Document’ and Other
Documents’. Then both these envelopes shall be put in a separate sealed cover superscripted
as ‘Technical Bid’ and name of work and due date of opening of the bid also mentioned
thereon. This envelope shall be addressed to Executive Engineer Local Bodies Division-II
Jammu
iv) The ‘Financial Bid’ envelope shall contain the Quoting Sheet/ Financial Bid and should only
be submitted online. The value quoted must be inclusive of all taxes.
The bidders are advised to submit complete details with their bids. The Technical Bid
Evaluation will be done on the basis of documents submitted by the bidders with the bids. The
information should be submitted in the prescribed proforma. Bids with Incomplete/
Ambiguous information will be rejected. Technical bid documents submitted by intending
tenderers shall be opened only if Earnest Money Deposit, Cost of Bid Document other
documents placed in the envelope are found in order.
14. The bid for the works shall remain open for acceptance for a period of 180 days from the
last date of submission of bid including the extension given, if any. In case any tenderer
withdraws his bid before the said period or issue of letter of acceptance, whichever is earlier,
or makes any modifications in the terms and conditions of the bid which are not acceptable to
URBAN LOCAL BODIES JAMMU, then URBAN LOCAL BODIES JAMMU shall, without prejudice to
any other right or remedy, be at liberty to forfeit the said earnest money as aforesaid. Further
the tenderers shall not be allowed to participate in the re-bidding process of work.
15. The acceptance of any or all tender(s) will rest with URBAN LOCAL BODIES JAMMU who
does not bind itself to accept the lowest tender and reserves to itself the right to reject any or
all of the tenders received without assigning any reason thereof. The Consultant shall be
required to mobilize his monitoring and study teams simultaneously for all designated sites (If
allotted multiple sites), so as the same can be completed in shortest possible time. Time
compliance is essence of this contract and same may be given utmost priority, while
implementation of the contract.
16. On acceptance of tender, the name of the accredited representative(s) of the Consultant
who would be responsible for taking instructions from Engineer-in-Charge or its authorized
representative shall be intimated within 07 days of issue date of Letter of Award (LOA)/ Letter
of Intent(LOI) by URBAN LOCAL BODIES JAMMU.
17. Date of Start of work shall be reckoned from the 10th day after issue of the letter of
Award (LOA)/ Letter of Intent (LOI)by URBAN LOCAL BODIES JAMMU.
18. The award of consultancy work, execution and completion of work shall be governed by
tender documents consisting of (but not limited to) NIT, Terms & Conditions of Contract,
Technical bid, Price bid, etc. The tenderers shall be deemed to have gone through the various
conditions while making/preparing their technical & financial proposals & submitting the
Bid(s) including site conditions, topography of the land and accessibility etc. or any other
condition which in the opinion of tenderer will affect his price/rates before quoting their rates.
19. The bidder/ tenderers should sign on every page of the bidding Documents as acceptance
of the General direction and conditions of contract and other laid down norms. The rate
quoted should be both in figures and words and should be inclusive of all Taxes and Levies.
Over writing and correction should be avoided and if made should be authenticated. In the
incidence of discrepancy in figures, the rates given in words shall prevail.
Incomplete/conditional bids shall be rejected forthwith.
20. As regards the project in question, the eligible and interested bidders may inspect the area
and review the DPRs before submission of their bid.
21. The Consultancy assignment shall be based on review of records and discussions with
officials of URBAN LOCAL BODIES JAMMU/H&UDD, supplemented with other information
collected during physical visit, measurements taken & data collected.
22. The Consultant’s report should be in line with the Government report and regulations and
relevant to such kind of assignments.
23. The report shall consist of executive summary, description of the methodology adopted
and its rationale, sources of information, factors influencing the consultancy assignment and it
should be in line with reports for Govt. projects & sound engineering practices.
24. The consultant shall maintain strict confidentiality towards all information/documents
during the course of carrying his work unless such information is available in public domain.
25. If the consultant does not adhere to time frame and terms and conditions stipulated,
URBAN LOCAL BODIES JAMMU shall have a right to cancel the assignment and reserves the
right to assign any and/or part of the work to different consultant(s).
26. The Consultant shall clarify the queries raised, if any, by URBAN LOCAL BODIES JAMMU at
any stage or even after submission and before acceptance of the final report without any extra
charges.
Sign & Stamp of Bidder Page 8
BID DOCUMENT FOR APPOINTMENT OF CONSULTANT FOR OBTAINING ENVIRONMENTAL CLEARANCE UNDER EIA NOTIFICATION 2006 AND
PREPARATION OF REPORT IN RESPECT OF DEVELOPMENT OF SOLID WASTE PROCESSING PLANT AND LANDFILL
27. The Consultant is required to obtain Environmental Clearance under EIA notification 2006
(as amended upto date) and submit Report within 6 months from the Date of start of the
work.
28. The Consultants are required to obtain the relevant details/information from respective
authorities for completion of the assignment. The consultant is required to make a
presentation to the Members of URBAN LOCAL BODIES JAMMU before submitting final report
to URBAN LOCAL BODIES JAMMU. The final report duly signed by the consultant is to be
submitted in Five bound copies and also in electronic form (pen drive or floppy) to URBAN
LOCAL BODIES JAMMU.
29. The consultant shall submit their offers by downloading the details from website. The Price
Bids of only qualified bidders will be opened.
30. Confidentiality; The consultant shall maintain strict confidentially of all the documents,
information, data coming in possession of the consultant as a result of awarding the contract
and also any oral, written or other information disclosed for evaluation or for any other
purpose shall be considered as confidential information passed on to the agency.
31.Usage of data / documents / information; So far as applicable, the consultant shall ensure
that the documents, data, information etc. if imparted by URBAN LOCAL BODIES JAMMU or if
come to the knowledge of the consultant, are / is not used or permitted to be used in any
manner (directly or indirectly) incompatible or inconsistent with that authorized by URBAN
LOCAL BODIES JAMMU in writing. The confidential information will be safeguarded and the
consultant shall take all necessary actions to protect URBAN LOCAL BODIES JAMMU, its
subsidiaries, and State Government’s interest against misuse, loss, destruction, alterations or
deletions thereof. Any violation of the same will be liable for action under the law which shall
entitle URBAN LOCAL BODIES JAMMU to claim damages from the consultant.
Section-2
TERMS
&
CONDITIONS
OF CONTRACT
3.0Payment of Remuneration: The above Scope of Work is indicative (not exhaustive) & it is
deemed to include expenditure on (but not limited to) personnel /experts, their visits, any
study required, coordination with URBAN LOCAL BODIES JAMMU/H&UD/any other
bodies/statutory authorities, obtaining approval from any authority including statutory
authority etc. so as to obtain environmental clearance under EIA notification of 2006 (as
amended upto date) of MoEF and submission of report to URBAN LOCAL BODIES
JAMMU/statutory authority as the case may. Nothing extra shall be paid in this regard.
Statutory deductions shall be made from the payment released to the consultant. All
payments shall be made in Indian currency only.
5.0 Taxes
a) All taxes, income tax and any other leviable tax including Goods & Services Tax in
connection with the execution of the contract levied by the statutory
Authorities/State/Central Govt. of India/State Govt. or any local authorities on the consultant
in accordance with the applicable law shall be borne by the consultant and are deemed to be
included in their bid price. The tenderers shall note that the Tax Deduction at Source (TDS) as
per applicable law shall be made from the payments due/made to the consultants and which
shall not be reimbursed.
b) Any enhancement of taxes/duties by the authorities/ Government of India/ State
Government, during currency of this contract shall be borne by the Consultant only and which
shall not be reimbursed by URBAN LOCAL BODIES JAMMU.
6.2 The Bank Guarantee shall be in favour of Executive Engineer Local Bodies Division-II
Jammu, payable at Jammu. The Bank Guarantee should be issued from any Nationalized Bank.
6.3 It is expressly understood and agreed that the performance security is intended to secure
the performance of entire contract.
6.4 The performance security will be discharged by URBAN LOCAL BODIES JAMMU and
returned to the consultants after successful completion of the project and submission of final
report and Environmental Clearance documents to URBAN LOCAL BODIES JAMMU and
statutory bodies.
6.5 URBAN LOCAL BODIES JAMMU reserves the right of forfeiture of the performance
guarantee in additions to other claims and penalties in the event of the consultant’s failure to
fulfill any of the contractual obligations or in the event of termination of contract as per terms
and conditions of contract.
6.6 Should the stipulated time for completion of work, for whatever reason be extended, the
consultant, shall at his own cost, get the validity period of Bank Guarantee in respect of
performance security furnished by him extended and shall furnish the extended / revised Bank
Guarantee to NBCC before the expiry date of the Bank Guarantee originally furnished.
b. Escalation/ Price Variation: No Claim / additional fees on account of any price variation/
Escalation on whatsoever ground shall be entertained at any stage of works. Quoted fees shall
be firm and fixed for entire contract period as well as extended period for completion of the
works.
ii) If at any time after start of work, the client decides to abandon or reduce the scope of work
for any reason whatsoever and hence not required the whole or any part of the works to be
carried out, URBAN LOCAL BODIES JAMMU shall give notice in writing to this effect to the
Consultant and the consultant shall have no claim for any payment of compensation, or
otherwise whatsoever, on account of any profit or advance which he might have derived from
the execution of works in full but which he did not derive in consequence of the foreclosure of
the whole or part of the work.
12.0 Termination
URBAN LOCAL BODIES JAMMU without any prejudice to its right against the consultants in
respect of any delay or otherwise or to any claims or damages in respect of any breaches of
the contract and without prejudice to any right or remedies under any of the provisions of this
contract may terminate the contract by giving one month’s notice in writing to the consultants
and in the event of such termination, the consultants shall be liable to refund the excess
payment, if any, made to them over and above what is due in terms of this agreement on the
date of termination. URBAN LOCAL BODIES JAMMU may make full use of all or any of the
reports/documents prepared by the consultants.
In case due to any circumstances, URBAN LOCAL BODIES JAMMU decides to curtail the scope
of work or totally abandon the work, the payment to the consultants would be made based on
Clause 3.0 above up to the stage of work executed immediately before taking such a decision,
provided equivalent payment is made by the client to URBAN LOCAL BODIES JAMMU.
18.0 JURISDICTION
The agreement shall be governed by the Laws of the State of Jammu and Jammu for the time
being in force and the Courts in J&K alone will have jurisdiction to deal with matter arising
there from.
19.0 GENERAL
1. The scrutiny of the data, modeling, reports etc. by URBAN LOCAL BODIES JAMMU’s own
supervisory staff, if any, does not absolve the consultant of their responsibility under the
agreement. The consultant shall remain solely responsible for obtaining Environmental
Clearance and other services for all provisions of the contract.
2. The consultant hereby agree that the fees to be paid as provided herein (clause 3.0) will be
in full discharge of function to be performed by him and no claim whatsoever shall be against
URBAN LOCAL BODIES JAMMU in respect of any proprietary rights or copy rights on the part of
any party relating to the data, modelling, reports etc.
3. While providing consultancy services, the consultant shall ensure that there is no
infringement of any patent or design rights and he shall be fully responsible for
consequences/any actions due to any such infringement. Consultant shall keep URBAN LOCAL
BODIES JAMMU indemnified all the times and shall bear the losses suffered by URBAN LOCAL
BODIES JAMMU in this regard.
4. Consultant shall appoint and notify a team of two senior officials of his organization as
nodal officers to represent the consultant in all the meetings/presentations with Local
Municipal Committee Authorities/State/ Client / URBAN LOCAL BODIES JAMMU/Central Govt.
or any other agency.
5. All reports / documents shall be the property of URBAN LOCAL BODIES JAMMU. The name
and logo of URBAN LOCAL BODIES JAMMU shall be predominantly displayed on all the reports
/documents. The consultant shall not put his name or firms name on any of the
report/document. The name of consultant shall be written as Associate Consultant on all
reports/documents only after approval is obtained from all the concerned authorities.
6. The consultant shall be required to sign an Agreement with URBAN LOCAL BODIES JAMMU
within 25-days of the receipt of LOA based on these terms & conditions.
9. Recovery/Penalties can be recovered from the consultancy fee/EMD/BG of the other works
that the consultant is doing or would be doing for URBAN LOCAL BODIES JAMMU at that time.
(b) If the suspension is ordered for reasons (ii) and (iii) in Sub-PARA (a) above.
i. The consultant shall be entitled to an extension of the time equal to the period of
every such suspension plus 25%. No adjustment of contract price will be allowed for
reasons of such suspension.
Sign & Stamp of Bidder Page 16
BID DOCUMENT FOR APPOINTMENT OF CONSULTANT FOR OBTAINING ENVIRONMENTAL CLEARANCE UNDER EIA NOTIFICATION 2006 AND
PREPARATION OF REPORT IN RESPECT OF DEVELOPMENT OF SOLID WASTE PROCESSING PLANT AND LANDFILL
ii. In the event of the consultant treating the suspension as an abandonment of the
Contract by URBAN LOCAL BODIES JAMMU, he shall have no claim to payment of any
compensation on account of any profit or advantage which he may have derived from
the work in full or part.
Section-3
FINANCIAL PROPOSAL
FINANCIAL BID
NIT NO.: 8-LBJ(II) 2018-19 dated 01/05/2018
NAME OF WORK: Obtaining Environmental Clearance under EIA Notification 2006 and
Preparation of Report in respect of Development of Solid Waste Processing Plant and Landfill
for Katra and Udhampur or Kathua and Billawar or Doda, Bhaderwah & Kishtwar Clusters on
behalf of URBAN LOCAL BODIES JAMMU/ H&UDD
NAME OF CONSULTANT:
Section-4
Appendix I: Format for Covering Letter Cum Project Under taking Date:
To
……………..
……………..
……………….
Dear Sir,
Sub: Bid Document for Appointment of Consultant for obtaining Environmental Clearance under EIA
Notification 2006 and Preparation of Report in respect of Development of Solid Waste Processing Plant
and Landfill for ______________ Cluster.
We have read and under stood the Bid Document in respect of the Project provided to us by
the Department of Urban Local Bodies, Jammu. We hereby submit our Proposal for the
captioned project.
We are enclosing our Proposal in one (1) original with the details as per the requirements of the Bid
Document, for your evaluation.
We confirm that our Proposal is valid for a period of three (3) months from…………(Proposal Due Date).
We hereby agree and undertake as under:
Notwithstanding any qualifications or conditions, whether implied or otherwise, contained in our
Proposal we hereby represent and confirm that our Proposal is unqualified and unconditional.
Name:
Address of the corporate headquarters and its branch office(s),if any, in India:
A statement by the Bidder (where applicable) or any of their Members disclosing material non-
performance or contractual non-compliance in past projects, contractual disputes and litigation/
arbitration in there cent past is given below (Attach extra sheets, if necessary):
Instructions:
The Bidder/ shall attach copies of the balance sheets, financial statements and Annual Reports for
3(Three) years preceding the Proposal Due Date.
24
BID DOCUMENT FOR APPOINTMENT OF CONSULTANT FOR OBTAINING ENVIRONMENTAL CLEARANCE UNDER EIA NOTIFICATION 2006 AND
PREPARATION OF REPORT IN RESPECT OF DEVELOPMENT OF SOLID WASTE PROCESSING PLANT AND LANDFILL
Location
Project cost
Date of commencement of project
Instructions:
Bidders are expected to provide information in respect of each Eligible Project in this Annex. The
projects cited must comply with the eligibility criteria specified. Information provided in this section is
intended to serve as a back-up for information provided in the Proposal. Bidders should also refer to
the Instructions below.
Certificate from respective clients must be furnished as per formats below for each Eligible Project.
25
BID DOCUMENT FOR APPOINTMENT OF CONSULTANT FOR OBTAINING ENVIRONMENTAL CLEARANCE UNDER EIA NOTIFICATION 2006 AND
PREPARATION OF REPORT IN RESPECT OF DEVELOPMENT OF SOLID WASTE PROCESSING PLANT AND LANDFILL
Ref. Date:
To
The Director,
Dear Sir:
We hereby confirm that we the terms and conditions laid out in the Bid document.
We have agreed that …………………..(Insert individual's name) will act as our representative and has been
duly authorized to submit the Bid Document. Further, the authorized signatory is vested with requisite
powers to furnish such letter and authenticate the same.
26
BID DOCUMENT FOR APPOINTMENT OF CONSULTANT FOR OBTAINING ENVIRONMENTAL CLEARANCE UNDER EIA NOTIFICATION 2006 AND
PREPARATION OF REPORT IN RESPECT OF DEVELOPMENT OF SOLID WASTE PROCESSING PLANT AND LANDFILL
27