0% found this document useful (0 votes)
63 views15 pages

Nit 800 KWP Solar Main Anx

The document outlines the requirements and forms for submitting a bid for the supply, installation, testing, and commissioning of an 800 KWP Solar Photo Voltaic Generation System at MNIT, Jaipur. It includes details such as the estimated cost, earnest money deposit, and various forms for financial information, performance reports, and certifications needed from bidders. Additionally, it specifies the obligations and declarations required from bidders regarding their qualifications and past performance.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
63 views15 pages

Nit 800 KWP Solar Main Anx

The document outlines the requirements and forms for submitting a bid for the supply, installation, testing, and commissioning of an 800 KWP Solar Photo Voltaic Generation System at MNIT, Jaipur. It includes details such as the estimated cost, earnest money deposit, and various forms for financial information, performance reports, and certifications needed from bidders. Additionally, it specifies the obligations and declarations required from bidders regarding their qualifications and past performance.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 15

RECEIPT OF DEPOSITION OF ORIGINAL EMD

(Receipt No. ………………….…../date ………………………….…..)

1 Name of work : Supply, installation, testing and commissioning of 800 KWP Solar
Photo Voltaic Generation System at MNIT, Jaipur.

2 NIT No : 10/2025/SEcumPD/MNITPC/Jaipur

3 Estimate Cost : Rs. 6,59,81,582/-

4 Amount of Earnest : Rs. 13,19,632/-


Money Deposit

5 Last date of submission : 25.04.2025 at 03:00 PM


of bid

(# To be filled by EMD receiving EE)


1 Name of Bidder :

2 Form of EMD :

3 Amount of :
Earnest Money
Deposit
4 Date of submission of :
EMD

Signature Name and Designation of EMD


receiving officer (EE/AE(P)/AE/AAO)
along with Office stamp
ANNEXURE-1
INFORMATION REGARDING BIDDER
LETTER OF TRANSMITTAL/SUBMISSION OF BID

From :
Bidder Name
Bidder Address
Bidder Contact

To
The Executive Engineer cum Senior Manager (Elect.)
MNITPED, CPWD, Jaipur.

Subject : Supply, installation, testing and commissioning of 800 KWP Solar Photo Voltaic Generation
System at MNIT, Jaipur.

Having examined details given in Tender Notice and bid document for the above work, I/we hereby
submit the bid with requisite information & documents.

1. I/We hereby certify that all the information and documents submitted with the bid are true
and correct.
2. I / We have furnished all information and details necessary for eligibility and have no further
pertinent information to supply.
3. I/We also authorize Executive Engineer cum Senior Manager (E), MNIT Project Electrical
Division, CPWD, Jaipur to approach individuals, CPWDs, firms and corporation to verify our
competence and general reputation.
4. Our Current Contact address, email and telephone number details are as under: Name of
Bidder/Authorized Person of Bidder:

Contact Address of Bidder:


Email of Bidder:
Telephone Number of Bidder:

Seal of bidder Signature(s) of Bidder(s)


Date of submission:
FORM ‘A’ FINANCIAL INFORMATION

Amount in Lacs
S. Description Financial Year
No.
2019-20 2020-21 2021-22 2022-23 2023-24

(i) SITC of Solar Photo Voltaic


Power generation system.

(ii) Profit / Loss*

* The figure of loss should be prefixed by (-) sign.

I. Financial arrangements proposed for carrying out the proposed work.

Signature of Chartered Accountant with Seal Signature of Tenderer


FORM “B” FORM FOR CERTIFICATE OF NET WORTH

FROM CHARTERED ACCOUNTANT

It is to certify that as per the audited balance sheet and profit & loss account during the financial year
......................, the Net Worth of M/s. ................................................................... (Name & Registered
Address of individual / firms / company), as on ............................. (the relevant date) is Rs.
................................. after considering all liabilities. It is further certified that the Net Worth of the
company has not eroded by more than 30% in the last three years ending on (the relevant date.

Signature of Chartered Accountant


............................................................
Name of Chartered Accountant
.....................................................
Membership No. of ICAI
Date and Seal

NOTE:
Net Worth Certificate should be on letter head of the Chartered Accountant, addressed to tendering
authority. i.e. Executive Engineer cum Senior Manager (E), MNITPED, CPWD, Jaipur
FORM "B1"
BANKER’S CERTIFICATE FROM A COMMERCIAL BANK

This is to certify that to the best of our knowledge and information that M/s./
Sh…………....................
................................................... having marginally noted address, …….as a Customer of our bank
are/ is respectable and can be treated as good for any engagement up to a limit of
Rs…………………. (Rupees… .......................................................................... )
This certificate is issued without any guarantee or responsibility on the bank or any of the
officers.

(Signature) For the Bank

NOTE
1. Banker’s Certificates should be on letter head of the Bank, addressed to tendering authority.
2. In case of Partnership firm, certificate should include names of all partners as recorded with
the Bank.
FORM “C”
DETAILS OF ELIGIBLE SIMILAR NATURE OF WORKS COMPLETED DURING THE LAST SEVEN YEARS
ENDING LAST DAY OF PREVIOUS MONTH TO THE MONTH OF LAST DATE OF SUBMISSION OF BIDS.

S.no. Particulars Details


1 Name of work / Project and Location
2 Owner or sponsoring organization
3 Cost of work in lacs of rupees
4 Date of Commencement as per contract
5 Stipulated date of completion
6 Actual Date of Completion
Litigation / arbitration cases pending / in
7
progress with details *
Name and address / telephone Number
8 of officers to whom reference may be
made
Whether the work was done on back to
9
back basis YES/NO
The executing agency under which the
10 work has been executed Central / State
Govt./ Autonomous body / PSU / Private

* Indicate gross amount claimed and amount awarded by the Arbitrator.

Signature of Tenderer (s)


FORM “C-1”

DETAILS OF ELIGIBLE SIMILAR NATURE OF ONGOING WORKS

S.no. Particulars Details


1 Name of work / Project and Location
2 Owner or sponsoring organization
3 Cost of work in lacs of rupees
4 Date of Commencement as per contract
5 Stipulated date of completion
6 Actual Date of Completion
Litigation / arbitration cases pending / in
7
progress with details *
Name and address / telephone Number
8 of officers to whom reference may be
made
Whether the work was done on back to
9
back basis YES/NO
The executing agency under which the
10 work has been executed Central / State
Govt./ Autonomous body / PSU / Private

* Certified that the above list of works is complete and no work has been left out and that the
information given is correct to my/ our knowledge and belief.

Signature of Tenderer (s)


FORM “C-3”

DETAILS OF EXISTING COMMITMENTS AND ONGOING WORKS

S.no. Particulars Details


1 Name of work / Project and Location
2 Owner or sponsoring organization
3 Cost of work in lacs of rupees
4 Date of Commencement as per contract
5 Stipulated date of completion
6 Actual Date of Completion
Litigation / arbitration cases pending / in
7
progress with details *
Name and address / telephone Number
8 of officers to whom reference may be
made
Whether the work was done on back to
9
back basis YES/NO
The executing agency under which the
10 work has been executed Central / State
Govt./ Autonomous body / PSU / Private

Total (B) =
Maximum turnover in last seven years =
Updated value of turnover (A) =
No. of Years (N) =
Bidding Capacity =

I certify that all the awarded and ongoing works have been included in the above list.

Signature of Tenderer (s)

Seal & Signature of chartered Accountant


FORM “D” PERFORMANCE REPORT OF WORKS REFERRED TO IN FORM "C"
1. Name of Work
Project & Location
2. Agreement No.
3. Estimated Cost
4. Tendered Cost
5. Completion Cost
6. Date of start
7. Stipulated date of completion
8. Actual date of completion
9. (a) Whether case of levy of compensation for
delay has been decided or not
(b) If decided, amount of compensation levied
for delayed completion, if any
10. Amount of reduced rate items, if any
11. Performance Report
i. Quality of work Outstanding/ Very Good/ Poor
ii. Financial soundness Outstanding/ Very Good/ Poor
iii. Technical Proficiency Outstanding/ Very Good/ Poor
iv. Resourcefulness Outstanding/ Very Good/ Poor
v. General Behaviour Outstanding/ Very Good/ Poor
12. Type of structure (RCC framed or load bearing)

13. No. of storeys


(Note: Mumty, Machine Room shall not be
counted as Storeys)
14. Whether the work executed with basement
(Yes/No)
15. Whether the work executed with Internal &
External sanitary installations (Yes/No)
16. Whether the work executed with
Internal & External electrical
installations (Yes/No)
17. Whether the work executed with Firefighting
Works (Yes/No)
18. Whether the work executed with Fire Alarm
Works (Yes/No)
19. Whether the work executed with Public address
& evacuation system (Yes/No)
20. Whether the work executed with BMS
(Building Management System) (Yes/No)
21. Whether the work executed with HVAC Works
(Yes/No)
22. Whether the work executed with Lift(s) Work
(Yes/No)
23. Remarks (if any)

Dated:
Owner/sponsoring organizations signature with date and seal (Project Manager/ Executive Engineer
or Equivalent)
FORM 'D-1'
ASSESSMENT OF QUALITY FOR COMPLETED AS WELL AS ONGOING WORKS

Name of
Work: - Date of
Inspection: -
Date of submission of report: -
A. General Observation & Operational Aspects Yes/ No
1. Availability of approval from local bodies in case of Construction
of Private Buildings
2. Availability of approved Structural drawings

3. Observation on seepage/ leakage in the Building

4. Whether Line & level Maintained

5. In case of basement, observation on seepage, if any

6. Any Structural defects / distress observed. If yes give details

7. Whether safety measures adopted at site as per CPWD Safety Code and or govt.
guidelines are adequate or not
8. Whether the Welfare facilities provided to labour as per Clause 19 H of GCC for
CPWD Works/and or govt. guidelines are adequate or not
9. Whether AHU getting automatically switched off and fire damps closed in
case of fire signal?
10. Whether thimbles used for termination of wires in DBs, EBDs & Panels?

B. Quality of Work Marks Assessed


1. Quality of plaster/ finishing

2. Quality of R C C / C C Work

3. Quality of Flooring

4. Quality of Wood Work

5. Quality of Steel Work / Aluminium Work

6. Quality of Plumbing and Sanitary Installation

7. Quality of Workmanship

8. Quality of Waterproofing

9. If cladding done, observation on efficiency/ quality of cladding / Brick


work
10. Quality of internal electrification work

11. Quality of DBs, EBDs & Panels


12. Quality of E&M equipment’s, panels & feeder pillar

13. Quality of fire alarm system/ firefighting system

14. Quality of Air Conditioning work

15. Quality of Sub-station based on complete live diagram, capacitor panel, power
factor, insulating Mat, cleanliness, cable termination, earthing pits, earthing of
transformer / DG sets
16. Any Other aspect (To be elaborated)

Average Marks (To be awarded out of 100 Marks based on average of marks assessed on each
attribute mentioned at B above).

Note:-
1. All the above parameters may be considered for assessing the overall quality of work executed
by the contractor. Each attribute shall be assessed on maximum marks of 10 under B above.
2. In case, any attribute is not applicable, the same may not be included in assessment and
mentioned are not applicable (N/A)
3. The works as assessed above shall be converted on a scale of 25/15 marks for
completed/ongoing works respectively.
FORM ‘E’ STRUCTURE & ORGINAZATION

1. Name of the bidder:


2. Address of the bidder:
3. Contact of the bidder:
4. Legal status of the bidder :
(Scan & upload copies of original document defining the legal status)
(a) An individual
(b) A proprietary firm
(c) A firm in partnership
(d) A limited Company or Corporation
5. Particular of registration with various Government bodies (San & upload attested photocopy)

Organization/Place of registration Registration No.


1.
2.
3.

6. Names and titles of Directors & Officers with designation to be concerned with this work.
7. Designation of individuals authorized to act for the organization
8. Has the bidder, or any constituent partner in case of partnership firm, limited company/Joint
Venture, ever been convicted by the court of Law? If so, give details
9. In which field of Civil Engineering construction, the bidder has specialization and interest?
10. Any other information considered necessary but not included above.

Signature of Bidder(s)
FORM "F"
UNDERTAKING ON STRUCTURAL STABILITY AND SOUNDNESS OF ALREADY COMPLETED
BUILDINGS AND INFRASTRUCTURE PROJECTS.

I/we undertake and confirm that any building / infrastructure constructed by our firm /partnership
firm/ company has not suffered any failure, making it unfit for intended use, either due to structural
design and defects or due to use of sub-standard materials or execution of sub-standard work, poor
workmanship or any other reason during the last 25 (twenty-five) years.
I/we, further, undertake that if such information comes to the notice of CPWD, then Engineering-
Charge shall be free to terminate the bid/agreement and to forfeit the entire amount of earnest
money deposit, performance guarantee and security deposits. I/we, also undertake that in addition
to above, the Engineer-in-Charge shall be free to debar us forever from tendering in CPWD.
The decision of Engineer-in-Charge or any higher authority shall be final and binding.

Signature of notary Signature of bidder or an authorized


person with seal of the firm with stamp

Note - on the stamped of 200 value


FORM-G
PROFORMA OF AFFIDAVIT FOR NON - BLACK LISTING

I/we undertake and confirm that our firm/partnership firm has not been blacklisted by any
state/Central Departments/PSUs/Autonomous bodies during the last 7 years of its operations.
Further that, if such information comes to the notice of the department, then I/we shall be
debarred for bidding in CPWD in future forever. Also, if such information comes to the notice of
department on any day before date of start of work, the Engineer-in-charge shall be free to cancel
the agreement and to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee
(Scanned copy of this notarized affidavit to be uploaded at the time of submission of bid)

NOTE: Affidavit to be furnished on a ‘Non-Judicial’ stamp paper worth Rs.100/-

Signature of Bidder(s) or an authorized


Officer of the firm with stamp
Signature of Notary with seal

You might also like