rajasthan state road transport...

51
RAJASTHAN STATE ROAD TRANSPORT CORPORATION, HEAD–OFFICE, PARIVAHAN MARG, JAIPUR – 302 001 TELEPHONE NO. 0141 – 2374644 / 2374647 BID DOCUMENTS FOR HIRING OF DELUXE 2X2 (STAR LINE)12 Mtr. BS-III BUSES 2016-17 NIB No. F-13/H.O./ Tr./PVC/2016/2045 Date 05/12/2016 A. BID FORM. (PAGE NO. 5 & 6 ) B. NOTICE INVITING BID. (PAGE NO. 7 ) C. TECHNICAL BID DOCUMENTS. (PAGE NO. 8 TO 21 ) D. FINANCIAL BID DOCUMENTS. (PAGE NO. 22 TO 49 )

Upload: dangthien

Post on 19-Apr-2018

222 views

Category:

Documents


3 download

TRANSCRIPT

RAJASTHAN STATE ROAD TRANSPORT CORPORATION,

HEAD–OFFICE, PARIVAHAN MARG,

JAIPUR – 302 001

TELEPHONE NO. 0141 – 2374644 / 2374647

BID DOCUMENTS FOR HIRING

OF DELUXE 2X2 (STAR LINE)12 Mtr. BS-III BUSES

2016-17

NIB No. F-13/H.O./ Tr./PVC/2016/2045 Date 05/12/2016

A. BID FORM. (PAGE NO. 5 & 6 )

B. NOTICE INVITING BID. (PAGE NO. 7 )

C. TECHNICAL BID DOCUMENTS. (PAGE NO. 8 TO 21 )

D. FINANCIAL BID DOCUMENTS. (PAGE NO. 22 TO 49 )

Signature and Seal of the Bidder

Page 2 of 51

About (RSRTC)

RSRTC (Rajasthan State Road Transport Corporation) is the Rajasthan State Government establishment for providing interstate and intercity bus services. Currently RSRTC is the largest intercity bus transport service provider in Rajasthan.

It was established on 1st October 1964 under Road Transport Act 1950, with headquarter in Jaipur. Initially it was started with 421 buses, running forty five thousand kilometers among 8 Depots and carried twenty nine thousand passengers daily. Right now RSRTC has 4500 buses and 52 depots which runs sixteen lacs kilometer and carrying 10 lacs passengers daily. Currently, RSRTC provide services in Rajasthan, Gujarat, Haryana, Uttar Pradesh, Delhi, Himachal Pradesh, Uttrakhand, Madhya Pradesh, Jammu & Kashmir, Chandigarh and Maharashtra.

At present RSRTC has ordinary, express, deluxe, semi deluxe, Air Condition, A/C sleeper, Volvo, Scania and Mercedes buses in its fleet.

Purpose Hiring of Deluxe 2x2 (Star Line) 12 mtr. BS-III buses in the operational area of depots under the control of RSRTC.

Bid Document Issuer Rajasthan State Road Transport Corporation (RSRTC), Head Office, Parivahan Marg, Chomu House, Jaipur - 302001, Rajasthan

Bid documents can be downloaded from online website https://eproc.rajasthan.gov.in and also on the website http://transport.rajasthan.gov.in/rsrtc/ Or http://sppp.rajasthan.gov.in

Price of Bid Document

a. The price of this Bid Document is Rs. 10,000/- (Rupee Ten Thousand Only). This amount will be Non-Refundable. Bidders have to pay the cost of the Bid Document in the form of Demand Draft (DD) which should be in favor of “Financial Adviser, Rajasthan State Road Transport Corporation” payable at Jaipur . Document should be downloaded from RSRTC website i.e. http://transport.rajasthan.gov.in/rsrtc

b. The processing fee of Rs.1000/-, to be submitted in the form of demand draft in favor of M.D., RISL, Jaipur, is non-refundable. The said demand draft has to be enclosed with the Technical Bid documents. Without submission of this fee/cost, the Bid shall be liable to rejection.

Non – Transferable Bid Document This Request for Bid is not transferable. The bidder, to whom the tender has been issued, only can participate in the bid.

Bidding Document Bidders are advised to study the Bid document carefully. Submission of bid shall be deemed to have been done after careful study and examination of the Bid document with full understanding of its implications. Failure to furnish all information required by the bidding documents or submission of a bid not substantially responsive to the bidding documents in every respect will be at the bidder’s risk & may result in rejection of the bid.

Signature and Seal of the Bidder

Page 3 of 51

Any clarification required regarding the Terms & Conditions in Bid shall be obtained from Rajasthan State Road Transport Corporation (RSRTC) office.

Bid Submission The bidders are expected to submit their offers in two parts namely, “Technical Bid and “Financial Bid” in the format given in this document.

i. Technical Bid: All the requested documents along with fee submitted by the firm will be scanned and uploaded on E-BID Portal as mentioned in the NIB.

ii. Financial Bid: Financial Bid forms must be submitted as prescribed format of BoQ.

Bid Submission & Correspondence Submission

The Executive Director (Traffic.),

Rajasthan State Road Transport Corporation,

Head Office, Parivahan Marg, Chomu House,

Jaipur - 302001, Rajasthan

Tel No — 0141-2374644 / 2374647

Website: http://transport.rajasthan.gov.in/rsrtc

Contact for Technical Issues

The Executive Manager (Engineering)

Rajasthan State Road Transport Corporation

Head Office, Parivahan Marg, Chomu House,

Jaipur - 302001, Rajasthan

Tel No — 0141-2360254

Mob. +91 95496 89444

Website: http://transport.rajasthan.gov.in/rsrtc

E-mail: rsrtc. edengg @gmail.com

Signature and Seal of the Bidder

Page 4 of 51

Eligibility Criteria The Bidders should be Indian Company(s) registered under the Indian Companies Act, and/or

any other legal entity registered in Indian Law / Indian Citizen.. In case of company / firm Registration Certificate to be submitted along with technical bid.

Blacklisting and Non-Performance a) The bidder should not be currently blacklisted or banned by any Govt. / Govt. Department /

Govt. Agency / PSU /RSRTC in India for corrupt or fraudulent practices or non-delivery or non-performance in last 3 years. An undertaking duly attested by the authorized signatory should be submitted in this regard.

b) The bidder or any of its directors should not have been convicted of a cognizable offence by any court of law with imprisonment for a term exceeding one year. An undertaking duly attested by the authorized signatory should be submitted in this regard.

c) The Bidder should not be declared insolvent and bankrupt.

The Bidder must submit documentary evidence in support of their claim for fulfilling the criteria and they should submit an undertaking on their letterheads to the fairness of these documents in support of their claim while submitting the Bids. The Bids received without documentary evidence will be out rightly rejected. Scope of work

• The successful bidder has to provide the Deluxe 2x2 (Star Line) 12 mtr. BS-III buses on hiring basis in the operational area of depots under the control of RSRTC.

• The successful bidder will ensure that the buses should be fabricated on brand new BS-III chassis from the such bus body fabricators/ Bus manufacturers who have bus code accreditation certificate of AIS 052.

• The bidder should offer the buses as per the complete requirement of the depot (i.e 5 buses as per mentioned in the table and as mentioned in the BOQ).

• Initially the period of the contract will be Five years which can be extended for One year subject to condition of bus, fitness and satisfactory service given by the successful bidder and need for RSRTC of the hired bus. The extended period can not be more than One year .

• The hired buses will be operated on any route and under the control of any depot of RSRTC. The bus will operate minimum 425 Km. per day .

Signature and Seal of the Bidder

Page 5 of 51

A. BID FORM

RAJASTHAN STATE ROAD TRANSPORT CORPORATION, HEAD OF FICE, JAIPUR.

BID FORM FOR DEPOTWISE HIRING OF DELUXE 2X2 (STAR L INE)12 Mtr. BS-III BUSES ON KILOMETER BASIS, BID FEES AND IMPORTANT DATES

Schedule of Bidding Activities

S.

No.

Item Description (Providing of buses)

Estimated quantity of buses to be hired

Cost of Bid documents (Non-refundable) Rs.

Bid processing fee Rs. (Non-refundable)

Earnest money for financial bid in Rs. (Refundable)

Last date of Bid submission/ opening date & time of technical bid

Before opening Bid Pre-bid meeting date & time

1 2 3 4 5 6 7 8

1 Hiring of DELUXE 2X2 (STAR LINE)12 Mtr. BS-III BUSES

as per the list below

10,000/-

1,000/- 60,000/- per bus

Bid submission date on 26/12/2016 up to 16.00 Hrs .

Technical Bid opening date on 27/12/2016 At 11.00 Hrs.

12/12/2016 At 11.00 Hrs.

1. All above events will be held at Head office ,Rajasthan Road State Transport Corporation (RSRTC) parivahan Marg, Jaipur.

2. In the event of the date specified above being declared as a holiday for Corporation the due date will be the following working day.

3. After pre bid meeting if any changes/ modification/ corrigendum is required will be issued on dated 15/12/2016.

4. o"kZ&2016 esa ifjogu foHkkx] jktLFkku n~okjk yksd ifjogu lsok esa tkjh vuqKk i= /kkjdksa dh clsa tks cl dksM vfØMs'ku lfVZfQdsV AIS-052 ds vuqlkj fufeZr gS] oks Hkh bl fufonk esa Hkkx ysus ds ik= gSA

Signature and Seal of the Bidder

Page 6 of 51

Note:-

1. RSRTC reserves the right to increase or decrease the estimated quantity of the buses to be hired.

2. The buses to be hired should be fabricated on brand new BS III 12 Mtr. chassis of Leylend/ Tata/ Eicher and any other suitable chassis, conforming to all india tourist permit regulation as per broad specification given with bid from such bus body fabricators who have bus code accreditation certificate of AIS 052.

3. The bidder should offer the buses as per the complete requirement of the depot (i.e 05 buses as per the table mentioned above and as mentioned in the BoQ). The cost of bid document of Rs. 10,000/- . EMD of Rs. 60,000/- per bus shall be multiplied by number of buses offered in the bid. The hired buses may be transferred from one depot to another depot by RSRTC as per requirement.

4. The technical bid without any of or all of the required cost of document/fees/EMD mentioned in column No. 4 to 6 above shall be liable to reject such Bid, for that such Bidder shall be fully responsible.

5. For further details, please see all the Bid documents at RSRTC website http://transport.rajasthan.gov.in/rsrtc/ Or http://sppp.rajasthan.gov.in and also on https://eproc.rajasthan.gov.in .

.

NAME AND ADDRESS OF THE BIDDER

IN WHOSE FAVOR THE BID FORM IS ISSUED

M/s/Shri………………………………………………

SIGNATURE OF BID ISSUING NAME

S.NO. Depot Name No. of Buses S.NO. Depot Name No. of Buses

1 Aburoad 5 21 Hindaun 5

2 Ajaymeru 5 22 Jaipur 5

3 Ajmer 5 23 Jaisalmer 5

4 Alwar 5 24 Jalore 5

5 Anoopgarh 5 25 Jhalawar 5

6 Baran 5 26 Jhunjhunu 5

7 Barmer 5 27 Jodhpur 5

8 Beawer 5 28 Khetri 5

9 Bharatpur 5 29 Kota 5

10 Bhilwara 5 30 Lohagarh 5

11 Bikaner 5 31 Matsayanagar 5

12 Bundi 5 32 Nagaur 5

13 Chittorgarh 5 33 Pali 5

14 DELUXE 5 34 Sardarsahar 5

15 Dholpur 5 35 Sikar 5

16 Didwana 5 36 Sirohi 5

17 Dungarpur 5 37 Tijara 5

18 Falna 5 38 Tonk 5

19 Ganganagar 5 39 Udaipur 5

20 Hanumangarh 5 40 Vaishali Nagar 5

Signature and Seal of the Bidder

Page 7 of 51

B. NOTICE INVITING BID RAJASTHAN STATE ROAD TRANSPORT CORPORATION,

PARIVAHAN MARG, HEAD OFFICE, JAIPUR

SHORT TERM NOTICE INVITING BID

DEPOT WISE HIRING OF DELUXE 2X2 (STAR LINE)12 Mtr. BS-III BUSES ON KM. BASIS IN RSRTC

Online Bids in the prescribed form are invited for depot wise hiring of new

DELUXE 2X2 (STAR LINE)12 Mtr. BS-III BUSES of the latest model as per the RSRTC broad specification for various Depots of RSRTC on kilometer basis. The detailed information of the Bid will be available at RSRTC website- http://transport.rajasthan.gov.in/rsrtc/ Or http://sppp.rajasthan.gov.in and also on https://eproc.rajasthan.gov.in after 06/12/2016.

Online Bids will be accepted on above website up to 26/12/2016 till 16.00 Hrs.

and will be opened on 27/12/2016 at 11.00 Hrs. in the office of the undersigned.

Executive Director(Traffic) R.S.R.T.C. Head – Office,

Parivahan Marg,

JAIPUR – 302 001.

Tel.Ph. 0141-2374644/2374647

Signature and Seal of the Bidder

Page 8 of 51

C. TECHNICAL BID DOCUMENTS

FOR HIRING OF DELUXE 2X2 (STAR LINE)12 Mtr. BS-III BUSES 2016-17

I. TECHNICAL BID APPLICATION (Page No. 9 to 10 )

II. GENERAL CONDITIONS RELATING TO TECHNICAL CAPABILITY

(Page No. 11 to 14 )

III. QUESTIONNAIRE SCHEDULES “A” & ANNXURE ‘’A” TO “C”

(Page No. 15 to 21 )

Signature and Seal of the Bidder

Page 9 of 51

I. TECHNICAL BID APPLICATION

To,

Executive Director(Traffic) Rajasthan State Road Transport Corporation

Head-Office, Parivahan Marg,

JAIPUR-302 001.

Ref: Bid notice for Hiring of DELUXE 2X2 (STAR LINE)12 Mtr. BS-III BUSES.

Dear Sir,

Having examined the Bid Documents, I/we hereby submit all the necessary information and

relevant cost of documents, fees and EMD for pre-qualifying and consideration of financial bids for

hiring of DELUXE 2X2 (STAR LINE)12 Mtr. BS-III BUSES fabricated as per broad specifications of RSRTC.

1. For hiring of DELUXE 2X2 (STAR LINE)12 Mtr. BS-III BUSES fabricated as per broad specification

conforming to all india tourist permit regulation in the following Depots :-

S. No. Name of Depot

1

2

3

4

5

2. The hired buses may be transferred for one depot to another depot by RSRTC as per their requirement. The application is made by us on behalf of ________________________ (Group of firms) in the

capacity of ____________________________ duly authorized to submit the offer.

3. We are also submitting our financial bid for the works indicated above. We understand that

Corporation reserves the right to reject any application without assigning any reason.

4. The demand drafts as details given below are enclosed herewith:-

S.No. Particulars Amount in Rs. DD/BG No. & Date Bank Name

A. Cost of Bid

documents

10,000/-

B. Bid processing fee 1000/-

C. Earnest money for

financial bid

60,000/- per bus

Signature and Seal of the Bidder

Page 10 of 51

I/ We hereby also submit that I/we have carefully read all the terms, conditions & instructions

mentioned in this Bid documents and we ensure to comply with the same.

Dated the ____________

Signature of the Bidder with stamp

Enclosures:

1. Technical Bid Documents with related terms, conditions, Schedules “A” & Annexure “A”

to “C”duly signed and stamped on each page by the Bidder and with DDs of earnest

money, Bid document cost & Bid processing fee, in a separate envelope.

2. Financial Bid documents with related terms & conditions and schedule of rates (BOQ)

duly signed and stamped by the bidder on each page, in a separate envelope.

3. The Bidder's have to pay the cost of bid document and bid proceeding fees in the form

of demand draft which is non refundable.

Signature and Seal of the Bidder

Page 11 of 51

II.GENERAL CONDITIONS RELATING TO TECHNICAL CAPABILITY

INTRODUCTION:

To judge the capability of the Bidder who are willing to undertake the work of hiring of

DELUXE 2X2 (STAR LINE)12 Mtr. BS-III BUSES IN THE OPERATIONAL AREA OF DEPOT UNDER THE

CONTROL OF RSRTC . The list of Depot wise Tentative Requirement of vehicles can be seen along

with this Bid document. Certain technical and financial information is required to be furnished

so as to consider the financial bid of such Bidder.

TECHNICAL CAPABILITY:

a. Sub-Contracting of the buses to be hired is not allowed.

b. For hiring of new buses consortium will be allowed on the following conditions:-

i. Consortium should not be more than 2 members.

ii. There should be a lead member, who has more than 51% share capital of the

consortium, and who will be authorized by the all members of consortium to

sign on bid, agreement etc. on behalf of the consortium.

iii. The remaining member of the consortium should have a minimum share

capital of 26% of the consortium. It should also be ensured that the members

of consortium shall have minimum 26% equity for complete lock in period.

iv. Agreement among consortium bidders must be submitted along with the bid

in which above point b) & c) be also clarify in the agreement.

v. Consortium should be converted into Special Purpose Vehicle (SPV) after

winning the bid.

vi. The lock-in period of such consortium should be minimum 5 years.

vii. The Consortium should be statutory registered under Companies Act or

Societies Act.

c. The bidder should offer the buses as per the complete requirement of the depot (i.e 05

buses as per the table mentioned in the bid form and as mentioned in the BoQ).RSRTC

have right to transfer these hired buses for one depot to another depot as per their

requirement of buses.

d. The Bid document cost of Rs. 10,000/- to be submitted in the form of demand draft in

favor of F.A., RSRTC, Jaipur is non-refundable. The said demand draft has to be enclosed

with the Technical Bid documents. Without submission of this cost, the Bid shall be

liable to reject.

e. The processing fee of Rs.1000/-, to be submitted in the form of demand draft in favor of

M.D., RISL, Jaipur, is non-refundable. The said demand draft has to be enclosed with the

Technical Bid documents. Without submission of this fee/cost, the Bid shall be liable to

reject.

f. An earnest money of Rs. 60,000/- per bus in the form of Demand Draft / IRREVOCABLE BANK GUARANTEE in favor of F.A., RSRTC, Jaipur, valid for one year from the date of issue, pledged in favor of RSRTC (Refundable) separately along with TECHNICAL PRE-QUALIFICATION DOCUMENTS IN SEPARATE ENVOLOPE ONLY. The EMD of Rs. 60,000/- per bus shall be multiplied by number of

Signature and Seal of the Bidder

Page 12 of 51

buses offered in the bid. Failing which the Financial Bids may not be opened even after acceptance of Pre-qualification Evaluation.

g. The information required in respect of the bidder to be furnished mandatory in

the document attached with the Technical Bid in schedules “A” & Annexure “A”

to “C”.

h. If so needed, the Bidder may enclose copy of the documents/brochures

providing the relevant additional information.

i. Each page of the Technical bid documents should be signed by the Bidder with

stamp.

j. Incomplete and inappropriately filled in applications are likely to be rejected.

k. If the Bid is made by a firm in partnership/proprietary, then, it shall be signed by

the authorized partner of the firm indicating their full names and addresses. A

certified copy of the partnership deed may also please be enclosed.

l. If the Bid is made by a Limited Company; it should be signed by the Authorized

person, holding the power of Attorney for signing the application. A certified

copy of the power of attorney must also be enclosed with the Bid documents.

Such Limited Company will be required to furnish evidence of its existence

before the contract is awarded.

m. In case of consortium, please follow the conditions mentioned as above at point

No. “b”.

n. In case the Bidder deliberately hides/ gives incorrect information about their

working capacity and performance or if they have been black listed or debarred

by another STU, RSRTC will be free to take appropriate action against such

defaulting firms.

o. Before submission of the bid for solving the grievance redressal during

procurement process, a pre-bid meeting will be called on the date mentioned in

the bid form.

p. The Managing Director, RSRTC fully reserves the right to accept or to reject any

of the pre-qualification Bid or full Bid received and will also not be liable to

explain the reason to any body for the decision taken by the Corporation.

Changes in the Bidding Document At any time, prior to the deadline for submission of Bids, the procuring entity may for any reason, whether on its own initiative or as a result of a request for clarification by a bidder, modify the bidding documents by issuing an addendum in accordance with the provisions below-

a) In case, any modification is made to the bidding document or any clarification is issued which materially affects the terms contained in the bidding document, the procuring entity shall publish such modification or clarification in the same manner as the publication of the initial bidding document.

b) In case, a clarification or modification is issued to the bidding document, the procuring entity may, prior to the last date for submission of Bids, extend such time limit in order to allow the bidders sufficient time to take into account the clarification or modification, as the case may be, while submitting their Bids.

Signature and Seal of the Bidder

Page 13 of 51

Cost & Language of Bidding -

a) The Bidder shall bear all costs associated with the preparation and submission of its Bid, and

the procuring entity shall not be responsible or liable for those costs, regardless of the conduct

or outcome of the bidding process.

b) The Bid, as well as all correspondence and documents relating to the Bid exchanged by the

Bidder and the procuring entity, shall be written only in English Language. Supporting

documents and printed literature that are part of the Bid may be in another language provided

they are accompanied by an accurate translation of the relevant passages in English/ Hindi

language, in which case, for purposes of interpretation of the Bid, such translation shall govern.

Withdrawal, Substitution, and Modification of Bids

a) If permitted on e-Procurement portal, a Bidder may withdraw its Bid or re-submit its Bid (technical and/ or financial cover) as per the instructions/ procedure mentioned at website.

b) Bids withdrawn shall not be opened and processes further.

Acceptance of the successful Bid and award of contract a) The procuring entity after considering the recommendations of the bid evaluation committee

and the conditions of Bid, if any, financial implications, trials, sample testing and test reports, etc., shall accept or reject the successful Bid. If any member of the bid evaluation committee has disagreed or given its note of dissent, the matter shall be referred to the nexthigher authority, as per delegation of financial powers, for decision.

b) Decision on Bids shall be taken within original validity period of Bids and time period allowed to procuring entity for taking decision. If the decision is not taken within the original validity period or time limit allowed for taking decision, the matter shall be referred to the next higher authority in delegation of financial powers for decision.

c) Before award of the contract, the procuring entity shall ensure that the price of successful Bid is reasonable and consistent with the required quality.

d) A Bid shall be treated as successful only after the competent authority has approved the Procurement in terms of that Bid.

e) The procuring entity shall award the contract to the bidder whose offer has been determined to be the lowest or most advantageous in accordance with the evaluation criteria set out in the bidding document and if the bidder has been determined to be qualified to perform the contract satisfactorily on the basis of qualification criteria fixed for the bidders in the bidding document for the subject matter of procurement.

f) Prior to the expiration of the period of bid validity, the procuring entity shall inform the successful bidder, in writing, that its Bid has been accepted.

g) As soon as a Bid is accepted by the competent authority, its written intimation shall be sent to the concerned bidder by registered post or email and asked to execute an agreement in the format given in the bidding documents on a non-judicial stamp of requisite value and deposit the amount of performance security or a performance security declaration, if applicable, within a period specified in the bidding documents or where the period is not specified in the bidding documents then within fifteen days from the date on which the letter of acceptance or letter of intent is dispatched to the bidder.

Signature and Seal of the Bidder

Page 14 of 51

Governing Law; Dispute Resolution This document shall be governed by, and construed in accordance with, the laws of the India; without regard to conflict of law pri nciples, and under jurisdiction of Jaipur city only.

Notice Any notice required to be given shall be in writing and delivered personally or by a nationally recognized overnight courier service, or mailed by certified or registered mail, return receipt requested, to the other party at its address.

DISQUALIFICATIONS OF BID

a. RSRTC may, for reasons to be recorded in writing, cancel the process of BID initiated by it -

i. at any time prior to the acceptance of the successful bid; or ii. after the successful bid is accepted in accordance with sub-rules (d) and

(e). b. RSRTC shall not open any bids or proposals after taking a decision to cancel

the BID and shall return such unopened bids or proposals. c. The decision of the RSRTC to cancel the BID and reasons for such decision

shall be immediately communicated to all bidders that participated in the BID process.

d. If the bidder whose bid has been accepted as successful fails to sign any written BID contract as required, or fails to provide any required security for the performance of the contract, the RSRTC may cancel the BID process.

e. If a bidder is convicted of any offence under the Act, the RSRTC may-

i. cancel the relevant BID process if the bid of the convicted bidder has been declared as successful but no BID contract has been entered into;

ii. rescind the relevant contract or forfeit the payment of all or a part of the contract value if the BID contract has been entered into between the procuring entity and the convicted bidder.

f. A BID process, once cancelled, shall not be reopened. However, this shall not prevent RSRTC from initiating a new BID process for the same BID, if required.

g. The information submitted by the bidder is found false and misrepresentation or

h. The information submitted by the bidder was materially in accurate or incomplete.

Executive Director (Traffic) RSRTC, Head Office, Jaipur

Signature and Seal of the Bidder

Page 15 of 51

III. QUESTIONNAIRE SCHEDULE “A”

1. Name of Bidder

Bidder’s Father's/Husband’s name

Residence Address

Pincode.

Telephone No.

Fax No.

Mobile No.

E-mail address

2 Name of the firm

In case of the Joint venture/ consortium, the

name of the lead firm)

3 Head-Office Address

Telephone No.

Mobile No.

Fax No.

4 Regional Office Address (If any)

Pincode.

Telephone No.

Mobile No.

Fax No.

5 Factory/ Works Address

Pincode.

Telephone No.

Mobile No.

Fax No.

6 Local Office Address in India (If any)

Pincode.

Telephone No.

Mobile No.

Fax No.

Signature and Seal of the Bidder

Page 16 of 51

7 Type of coaches/buses held with numbers.

8 Year of incorporation (attach copy of certificate

of registration)

9 Name and address of the Bank

10 Name (s) and address(s) of Principals of

Companies to be associated in the project and

whether parent/ subsidiary etc.

11 Attach an organization chart showing the

structure of the Company including names and

positions of Directors and key personnel.

Signature and Seal of the Bidder

Page 17 of 51

Annexure A : Compliance with the Code of Integrity and No Conflict of Interest

Any person participating in a procurement process shall - (a) not offer any bribe, reward or gift or any material benefit either directly or indirectly in

exchange for an unfair advantage in procurement process or to otherwise influence the procurement process;

(b) not misrepresent or omit that misleads or attempts to mislead so as to obtain a financial or other benefit or avoid an obligation;

(c) not indulge in any collusion, Bid rigging or anti-competitive behavior to impair the transparency, fairness and progress of the procurement process;

(d) not misuse any information shared between the procuring Entity and the Bidders with an intent to gain unfair advantage in the procurement process;

(e) not indulge in any coercion including impairing or harming or threatening to do the same, directly or indirectly, to any party or to its property to influence the procurement process;

(f) not obstruct any investigation or audit of a procurement process; (g) disclose conflict of interest, if any; and (h) disclose any previous transgressions with any Entity in India or any other country during the

last three years or any debarment by any other procuring entity.

Conflict of Interest:- The Bidder participating in a bidding process must not have a Conflict of Interest. A Conflict of Interest is considered to be a situation in which a party has interests that could improperly influence that party's performance of official duties or responsibili ties, contractual obligations, or compliance with applicable laws and regulations. i. 'A Bidder may be considered to be in Conflict of Interest with one or more parties in a bidding process if, including but not limited to:

a. have controlling partners/ shareholders in common; ,or b. receive or have received any direct or indirect subsidy from any of them; or c. have the same legal representative for purposes of the Bid; or d. have a relationship with each other, directly or through common third parties, that puts

them in a position to have access to information about or influence on the Bid of another Bidder, or influence the decisions of the Procuring Entity regarding the bidding process; or

e. the Bidder participates in more than one Bid in a bidding process. Participation by a Bidder in more than one Bid will result in the disqualification of all Bids in which the Bidder is involved. However, this does not limit the inclusion of the same subcontractor, not otherwise participating as a Bidder, in more than one Bid; or

f. the Bidder or any of its affili ates participated as a consultant in the preparation of the design or technical specifications of the Goods, Works or Services that are the subject of the Bid; or

g. Bidder or any of its affil iates has been hired (or is proposed to be hired) by the Procuring Entity as engineer-in-charge/consultant for the contract.

Signature and Seal of the Bidder

Page 18 of 51

Annexure B :Declaration by the Bidder regarding Qualificatio ns

Declaration by the Bidder

In relation to my/our Bid submitted to ................................. for procurement of ........................... ,.. in response to their Notice Inviting Bids No .................................... Dated .........................I/we hereby declare under Section 7 of Rajasthan Transparency in Public Procurement Act, 2012, that:

1. l/we possess the necessary professional, technical, financial and managerial resources and

competence required by the Bidding Document issued by the Procuring Entity;

2. I/we have fulfi lled my/our obligation to pay such of the taxes payable to the Union and the

State Government or any local authority as specified in the Bidding Document;

3. I/we are not insolvent, in receivership, bankrupt or being wound up , not have my/our

affairs administered by a court or a judicial officer, not have my/our business activities

suspended and not the subject of legal proceedings for any of the foregoing reasons;

4. I/we do not have, and our directors and officers not have, been convicted of any criminal

offence related to my/our professional conduct or the making of false statements or

misrepresentations as to my/our qualifications 'to enter into a procurement contract within

a period of three years preceding the commencement of this procurement process, or not

have been otherwise disqualified pursuant to debarment proceedings;

5. I/we do not have a conflict of interest as specified in the Act, Rules and the Bidding

Document, which materially affects fair competition;

Date: Signature of bidder Place: Name:

Designation: Address:

Signature and Seal of the Bidder

Page 19 of 51

Annexure C : Grievance Redressal during Procurement Process The designation and address of the First Appellate Authority is MD, RSRTC The designation and address of the Second Appellate Authority is Chairman, RSRTC. In case, the Chairman, RSRTC and MD, RSRTC is held by same person then Second Appellate Authority will be BOARD OF DIRECTORS, RSRTC. (1) Fili ng an appeal If any Bidder or prospective bidder is aggrieved that any decision, action or omission of the Procuring Entity is in contravention to the provisions of the Act or the Rules or the Guidelines issued thereunder, he may file an appeal to First Appellate Authority, as specified in the Bidding Document within a period of ten days from the date of such decision or action, omission, as the case may be, clearly giving the specific ground or grounds on which he feels aggrieved:

Provided that after the declaration of a Bidder as successful the appeal may be filed only by a Bidder who has participated in procurement proceedings:

Provided further that in case a Procuring Entity evaluates the Technical Bids before the opening of the Financial Bids, an appeal related to the matter of Financial Bids may be filed only by a Bidder whose Technical Bid is found to be acceptable. (2) The officer to whom an appeal is fil ed under para (1) shall deal with the appeal as expeditiously as possible and shall endeavour to dispose it of within thirty days from the date of the appeal. (3) If the officer designated under para (1) fails to dispose of the appeal filed within the period specified in para (2), or if the Bidder or prospective bidder or the Procuring Entity is aggrieved by the order passed by the First Appellate Authority, the Bidder or prospective bidder or the Procuring Entity, as the case may be, may tile a second appeal to Second Appellate Authority specified in the Bidding Document in this behalf within fifteen days from the expiry of the period specifi ed in para (2) or of the date of receipt of the order passed by the First Appellate Authority, as the case may be. ' (4) Appeal not to lie in certain cases

No appeal shall li e against any decision of the Procuring Entity relating to the following matters, namely:- (a) determination of need of procurement; (b) provisions limiti ng participation of Bidders in the Bid process; (c) the decision of whether or not to enter into negotiations; (d) cancellation of a procurement process; (e) applicability of the provisions of confidentialit y .

Signature and Seal of the Bidder

Page 20 of 51

(5) Form of Appeal (a) An appeal under para (l) or (3) above shall be in the annexed Form along with as many

copies as there are respondents in the appeal. (b) Every appeal shall be accompanied by an order appealed against, if any, affidavit

verif ying the facts stated in the appeal and proof of payment of fee. (c) Every appeal may be presented to First Appellate Authority or Second Appellate

Authority, as the case may be, in person or through registered post or authorised representative.

(6) Fee for filing appeal (a) Fee for first appeal shall be rupees two thousand five hundred and for second appeal shall be rupees ten thousand, which shall be non-refundable. (b) The fee shall be paid in the form of bank demand draft or banker’s cheque of a Scheduled Bank in India payable in the name of Appellate Authority concerned. (7) Procedure for disposal of appeal

(a) First Appellate Authority or Second Appellate Authority, as the case may be, upon filing of appeal, shall issue notice accompanied by copy of appeal, affidavit and document, if any, to the respondents and fix date of hearing.

(b) On the date fixed for hearing the First Appellate Authority or Second Appellate Authority, as the case may be, shall,- (i) hear all the parties to appeal present before him; and (ii) peruse or inspect document, relevant records or copies thereof relating to the

matter. (c) After hearing the parties, perusal or inspection of documents and relevant records or

copies thereof relating to the matter, the Appellate Authority concerned shall pass an order in writing and provide the copy of order to the parties to appeal free of cost.

(d) The order passed under sub-clause (c) above shall also be placed on the State Public Procurement Portal.

Signature and Seal of the Bidder

Page 21 of 51

FORM No. 1 (See rule 83)

Memorandum of Appeal under the Rajasthan Transparency in Public Procurement Act, 2012

Appeal No .................of......................... Before the............................................... (First / Second Appellate Authority)

1. Particulars of appellant: (i) Name of the appellant:

. (ii) . Official address, if any:

(iii) Residential address:

2. Name and address of the respondent(s): (i)

(ii) (iii )

3. Number and date of the order appealed against and name and designation of the officer / authority who passed the order (enclose copy), or a statement of a decision, action or omission of the Procuring Entity in contravention to the provisions of the Act by which the appellant is aggrieved:

4. If the Appellant proposes to be represented by a representative, the name and postal address of the representative:

5. Number of affidavits and documents enclosed with the appeal: 6. Grounds of appeal:

......................................................................................................................................................

......................................................................................................................................................

....................................................................................................... (Supported by an affidavit)

7. Prayer: ............................................................................................................................................................................................................................................................................................................................... Place Date Appellant's Signature

Docl

Signature and Seal of the Bidder

Page 22 of 51

D. FINANCIAL BID DOCUMENTS

FOR HIRING OF DELUXE 2X2 (STAR LINE)12 Mtr. BS-III BUSES

2016-17

I. INSTRUCTIONS FOR BIDDERS (Page No. 23 TO 25 )

II. TERMS & CONDITIONS OF FINANCIAL BID (Page No. 26 TO 32 )

III. SCHEDULE OF RATES (BOQ) (Page No. 33 TO 34 )

IV. FORMAT OF AGREEMENT (Page No. 35 TO 40 )

V. PERFORMA OF JOINT BIDDING AGREEMENT FOR CONSORTIUM (Page No.

41 To 46 )

VI. SPECIFICATIONS OF THE BUS & SEATS (Page No. 47 TO 49 )

Signature and Seal of the Bidder

Page 23 of 51

I. INSTRUCTUCTION FOR THE BIDDERS

1. INSTRUCTIONS:

a) Bid must be submitted online and also submit hard copies of the full Bid documents alongwith original DD/BG of required Cost of Bid Documents/fees/EMD & schedule/annexures duly signed and stamped on each page by the Bidder with stamp on the due date and time.

b) Before the submission of Bid, the Bidder must read all the Bid documents with relevant

instructions and fill in the blank in it and the schedule annexed thereto.

c) The each page of Technical and Financial bids with related terms & conditions must be

signed with stamped by the bidder as token of their acceptance (including

SCHEDULE/ANNEXURES duly filled in all respects) should be submitted as per the

instructions given below otherwise the bid will be liable for rejection.

2. GENERAL CONDITIONS:-

Bidder should refer to the general conditions and in particulars to those relating to

completion of contract agreement and security deposit.

a) The Bidder must quote his rate for hiring of buses as per Schedule (BOQ) enclosed. The

following words should superscribed on right hand corner of the stamped envelop:

"FINANCIAL BID FOR HIRING OF DELUXE 2X2 (STAR LINE)12 Mtr. BS-III BUSES 2016-17

FOR DEPOTS OF RSRTC."

b) The Bidder must quote his rate per bus per Km. including all taxes and expenses

etc. (for each depot in which the bidder wishes to provide his bus) specified on

the schedule in figures as well as in words.

c) The HSD required for the buses to be hired in the RSRTC operational area shall

be provided by RSRTC from the HSD filling station so specified by the RSRTC.

d) The SRT, toll tax, permit fee and cost of HSD of the hired buses shall be borne by

RSRTC. Service Tax will be reimbursed by RSRTC, in case payment of service tax

made by the firm to the govt. on production of service tax payment proof for the

hired bus of operational period in RSRTC.

e) No variations in the rates such mistake, misunderstanding etc. will be allowed on

any ground after the Bid has been submitted.

f) Bidders are prohibited from making any addition or alterations in the

descriptions mentioned in the rate schedule or in the column. They should either

quote rates for the articles as described in the schedule or write the words "No

Rates"/”0” against each item.

g) The Bidders are requested not to subject their Bids to hedging conditions such as

'offer subject to the availability of buses', 'offer subject to confirmation at the

time of order', 'rates subject to market fluctuations, offer exfrier stock etc. etc.

as such conditions shall disqualify the Bid.

h) The corporation reserves the right to reduce or increase the number of buses

and have right to transfer these hired buses for one depot to another depot as

Signature and Seal of the Bidder

Page 24 of 51

per their requirement of buses to be hired at the time of placing the order and

during the tenure of the contract/agreement, which will have no corresponding

effect on the rates quoted for the Bid.

No change in the schedules of hiring of buses will be entertained by the

Corporation. However, considerations on any point in dispute, will be given by the

Managing Director, at his discretion on merits of each case.

3. EARNEST MONEY:

A sum of Rs. 60,000/- per bus in the form of DD in favor of F.A., RSRTC, Jaipur or IRREVOCABLE BANK GUARANTEE/ valid for One year from the date of issue, pledged in favor of RSRTC giving reference of the Bid Number should be paid as EARNEST MONEY ALONGWITH PRE-QUALIFICATION TECHNICAL BID. The EMD of Rs. 60,000/- per bus shall be multiplied by number of buses offered in the bid.

In case of non receipt of EARNEST MONEY as above with PRE-QUALIFICATION TECHNICAL BID, Financial Bid shall not be considered for OPENING, even if the firm is technically qualified. Bid received without EARNEST MONEY shall not be considered on any ground. Earnest money in the form of CHEQUES etc. will not be accepted. No interest shall be allowed on this deposit.

The Earnest Money of successful bidder may be adjusted in performance security.

Earnest Money deposited will be forfeited if :-

a) The Bidder fails to deposit the required security deposit as prescribed in the Bid.

b) Bid is withdrawn within the period of its validity of 12 months from the date of opening of the Bid.

EARNEST MONEY OF UNSUCCESSFUL BIDS:

Earnest money deposited by the unsuccessful Bidders will be returned as soon as possible after the Bid has been settled / finalized.

Signature and Seal of the Bidder

Page 25 of 51

ADDRESSING BID:

This financial Bid and the accompanying schedule must be submitted in an addressed

envelope which must be properly signed and stamped by the Bidder with their office stamp

and superscribed with following:-

"FINANCIAL BID FOR HIRING OF DELUXE 2X2 (STAR LINE)12 Mtr. BS-III BUSES

2016-17 FOR Depots of RSRTC"

TO,

THE EXECUTIVE DIRECTOR (TRAFFIC)

RAJASTHAN STATE ROAD TRANSPORT CORPORATION

HEAD OFFICE, PARIVAHAN MARG,

JAIPUR-302 001

The last date for online submission of Bid is 26/12/2016 up to 16.00 Hrs.

4. PRE BID MEETING: The pre bid meeting will be held at Head Office, RSRTC, Jaipur on 12/12/2016 at 11.00 Hrs.

5. OPENING OF BID: Technical bid will be opened through online on 27/12/2016 At 11.00 Hrs.

7. ACCEPTANCE OF BID:

The corporation is not bound to accept the lowest or any Bid, neither to

assign any reasons for rejection of the Bids. The Bidder or his part is bound

by his offer in part or whose at the option of the Corporation.

8. RSRTC reserves the right to increase/decrease, quantity or to reject any Bid

condition/all Bids and/or carry out any amendments in the Bid without

assigning any reason thereof.

9. DISCHARGE OF BID CONDITIONS:

The Managing Director reserves to himself the right to reject any Bid which does not confirm to any of the above mentioned instructions or which does not accept the conditions laid down by RSRTC.

************

Signature and Seal of the Bidder

Page 26 of 51

II.TERMS & CONDITIONS OF FINANCIAL BID

These conditions should be read very carefully by the Bidders while filling in their Bids:-

A. In the following general conditions and broad specifications and expression "CORPORATION"

shall mean RAJASTHAN STATE ROAD TRANSPORT CORPORATION. The Managing Director shall

be the Managing Director of RAJASTHAN STATE ROAD TRANSPORT CORPORATION, JAIPUR. The

contractor shall mean the person or persons, company of firm, whose Bid shall be accepted by

the Corporation. The "work" comprising of or referred to in these conditions, specifications,

drawings and schedules of prices, which are intended to executed and performed by the

Contractor. The singular number shall include the plural and masculine gender shall include the

feminine. The specifications are intended to be explanatory of the work required to be done but

should any discrepancies or omissions, appear or any misunderstanding arises, with regard to

intention/ meaning of anything contained in the specifications, the explanation of the Managing

Director shall be final and binding on all the parties.

I. Bid must be submitted online and also hard copy duly signed and stamped of the bidder on each

page be submitted in the office of Executive Director(Traffic). II. Financial Bids should be submitted before the prescribed date & time online/through hard

copy and must be accompanied by EARNEST MONEY of Rs. 60,000/- per bus for HIRING OF DELUXE 2X2 (STAR LINE)12 Mtr. BS-III BUSES in the form of DD in favor of F.A.,RSRTC, Jaipur/ IRREVOCABLE BANK GUARANTEE, valid for One year

from the date of issue, pledged in favor of RSRTC (Refundable) separately along with

TECHNICAL PRE-QUALIFICATION DOCUMENTS IN SEPARATE ENVELOPE ONLY, of the Bid Form. The EMD of Rs. 60,000/- per bus shall be multiplied by number of buses offered

in the bid. Failing which the Financial Bids may not be opened even after acceptance

of Pre-qualification Evaluation. The earnest money shall bear no interest. Earnest money in the form of CHEQUES etc. shall not be accepted.

III. Letter of Intent (LOI) will be given to the successful Bidder after finalization of the Bid. On receipt of LOI the successful Bidder will submit the detailed plan regarding procurement of chassis and fabrication of bus bodies conforming to all india tourist permit regulation as per broad specification given with Bid from the such bus body fabricators who have bus code accreditation certificate of AIS 052.

IV. It is also to be ensured by the Bidder that the buses to be hired should be fabricated on brand new BS-III 12 Mtr. chassis of Leylend/ Tata/ Eicher and any other suitable chassis, conforming to all india tourist permit regulation as per broad specification given with Bid from such bus body fabricators who have bus code accreditation certificate of AIS 052.

V. The two stage inspection (Structure/Final) of the bus bodies under

fabrication/fabricated shall be carried out by the inspection team of RSRTC. VI. The Bidder/Contractor shall have to provide the offered buses on hired basis within 120 days

from the date of LOI. In case the new buses are not provided by the Bidder/Contractor to the

RSRTC within 120 days from the date of LOI, then late penalty of Rs. 1000/- per day per bus up to 15 late days and after that late penalty of Rs. 1500/- per day per bus up to providing of new bus for operation would be chargeable from the contractor. RSRTC will in its discretion be entitled to forfeit

the EARNEST MONEY deposit paid by the contractor and will be entitled to deal with and enter in to an

agreement with any other successful Bidder.

Signature and Seal of the Bidder

Page 27 of 51

VII. After fabrication of the bus bodies the Bidder/Contractor reported to the RSRTC for the buses to be put

on road on hired basis shall also submit the full details of the buses with their Registration Nos. and

seating capacity etc. within due time. Registration of the buses will be in rajasthan state only. The

lock-in period of 5 years be allowed for hiring of new buses. Accordingly bus wise agreement for 5years be

executed on non-judicial stamp paper on the cost of contractor in first instance and there after the

agreement will be extended for one year subject to condition of bus, fitness and satisfactory service given

by the contractor and need for RSRTC of the hired bus. RSRTC has reserved the right to cancel/terminate

the agreement at any time even in lock-in period, if the services being provided by contractor are found

not satisfactory by giving prior notice of 15 days to the firm.

VIII. The DELUXE 2X2 (STAR LINE)12 Mtr. BS-III BUSES of the latest model will be hired by RSRTC for

the maximum period of 6 years. Minimum operated 425 Km. per day will be given to one

hired bus for the operation in the RSRTC area during first 5 years. After 5 years the limit of 425

Km. will be revised depending on the condition of the bus for each of following year.

Accordingly agreement shall be executed. If RSRTC gives more than 425 Km. then payment of

the hired buses will be made as follows:-

1. Up to 425 Km. per day ……………..As per rates offered by the Bidder/Contractor.

2. Up to 525 Km. per day……………..15% BELOW of the rates offered by the

Bidder/Contractor.

3. More than 525 Km. per day……….........20% BELOW of the rates offered by the

Bidder/Contractor.

IX. The HSD will be given by the RSRTC at the average of 5.20 Km. per Liter for operated Km. fixed

by RSRTC. If the average of the HSD of the operated hired bus is achieved more than average

5.20 Km. per liter, the benefit will be passed on to the contractor for such bus. And if the

average of the HSD of the operated hired bus is found less than the average of 5.20 Km., then

the recovery of short fall will be made as per market price from the bill of the contractor.

X. The hired buses will be operated on any route and under the control of any depot of RSRTC. In

this regard interference of the contractor will not be permissible during the contract/agreement

period.

XI. The Driver for hired bus/s will be provided by the contractor duly uniformed and with valid

heavy passenger vehicle driving license for more than three years. The driver so provided will

abide with the rules and regulation of RSRTC.

XII. The contractor shall be deemed to have carefully examined the terms, conditions & broad specifications of the bus of RSRTC. If he has any doubt as to the meaning of any of these conditions or of the specifications of the bus before submission of Bid, he may get the clarifications from Executive Director (Traffic). The interpretation of the Managing Director on this behalf shall be final and binding on the Bidders.

B. The rate for hiring of buses should be quoted in BOQ per Km. per Bus and must not under any

circumstances be altered and the rate must be entered in words as well as in figures. C. The Bidders should sign the Bid form and all these papers, terms and conditions, in token of

having accepted all the terms and conditions of Bid and contract and should also enclose the

same with the Bid. D. The corporation reserves the right to accept any Bid or part of a Bid not necessarily the lowest

and may, similarly, reject any Bid, any part of the Bid or all the Bids without assigning any

Signature and Seal of the Bidder

Page 28 of 51

reasons. Therefore, order can be placed for the buses to be placed on hire basis to one

Contractor or can be split into more Contractors at the discretion of the RSRTC. E. PERFORMANCE SECURITY DEPOSIT

(i) (AT THE TIME OF EXECUTION OF AGREEMENT) The contractor shall pay PERFORMANCE SECURITY DEPOSIT an amount equal to 5% of the total value as calculated below:- “No. of buses on hire as per order X 425 Kms. X 365 Days X Contract Period X Rate per km. = Value of the amount for calculation of 5% SECURITY DEPOSIT”

(ii) The PERFORMANCE SECURITY DEPOSIT as calculated above deposited in the form of DEMAND DRAFT in favor of F.A.,RSRTC, Jaipur/ FDR/ IRREVOCABLE BANK GUARANTEE, of a scheduled bank valid for 78 Months from the date of issue, pledged in favor of F.A. RSRTC at the time of execution of the agreement. The SECURITY DEPOSIT will not carry any interest. All charges/fees/cost/expenses for providing the SECURITY DEPOSIT shall be borne by and paid by the Bidder/Contractor.

(iii) The Earnest Money of successful bidder may be adjusted in performance security.

(iv) The PERFORMANCE SECURITY DEPOSIT shall be refunded after successful completion of 78 months from the date of Agreement. For this purpose the contractor shall produce “No Dues” certificate from the authorities decided by RSRTC for that.

F. The Performa of the agreement is enclosed herewith with the related terms and conditions. The said terms and conditions of the agreement will be part and parcel of this bid documents.

G. Responsibilities of the Bidder:- i. To provide the bus with driver possessing valid driving licenses with P.S.V. Badge, who

shall follow the instructions of the authorities of the RSRTC. ii. The Bidder shall not employ any person as a driver for operating a bus on hire basis who

has been removed or dismissed/retired on superannuation from the service of the RSRTC. iii. The Bidder shall provide uniform to the driver as prescribed by the RSRTC. iv. The Bidder shall bear the cost of the driver including his wages, daily allowance and

meet all the other statutory obligations. v. The Bidder shall keep the buses on road worthy in terms of the MOTOR VEHICLE

ACT, 1988 and rules made there under from time to time. vi. The Bidder shall supply Lubricants, Oil, Spare parts, Tyres and tubes etc. required for

running and maintenance of the buses at his on cost. vii. The Bidder shall be responsible for damage or loss caused to the hired bus during the

period of agitation, accidents etc. under no circumstances the RSRTC will NOT be made

Signature and Seal of the Bidder

Page 29 of 51

liable or responsible to any compensation to be awarded by Motor Accident Claim Tribunal, Tribunals or courts.

viii. The Bidder/Contractor have adequate arrangement of repair and maintenance of the hired buses with their well equipped & trained technical team alongwith one nodal officer for smooth operation of buses and also manage space for parking required for the buses at the operational area of respective depot during operation of the hired buses.

ix. It is obligatory on the part of Bidder to perform related duties in case of the accidents and to inform the RSRTC the event of the accident fatal or otherwise.

x. On operation of hired bus/es RSRTC is liable to pay only decided net rate per Km., SRT, Toll tax & permit fees. HSD as decided will also be supplied by RSRTC. Service Tax will

be reimbursed by RSRTC, in case payment of service tax made by the firm to the govt.

on production of service tax payment proof for the hired bus of operational period in

RSRTC. xi. The Bidder shall abide by all statutory provisions including those made under various

labour enactments such as Workmen’s Compensation Act, Payment of wages Act, Contract labour Act, The provident fund Act, The payment of gratuity Act, ESI Scheme and all such other enactments and/or by-laws applicable to the RSRTC and defend the Driver in Criminal and/or Civil Court in any Criminal/Civil liability arising out of any action of Court on the part of the Driver.

xii. The Bidder shall ensure the insurance of all the buses covering third party risk, passengers and other property damages including the buses. The insurance should be renewed in time to time. The Bidder/Contractor shall incorporate the information in insurance proposal form that the bus is to be hired out to RSRTC for operation as Public Transport Vehicle. The Bidder/Contractor shall obtained the insurance cover note of the bus in the joint name of Bidder/Contractor and RSRTC. The Bidder/Contractor must appear in the MACT Court on filing of application by the petition in respect of his bus/es.

xiii. The Bidder/Contractor shall produce the bus/es for inspection at the time of deployment and also subsequently whenever required by the RSRTC.

xiv. The RSRTC shall pay hire charges of the bus/es for the actual operated scheduled Km. (Minimum 425 Km.) at the rate determined through this Bid process. The cancelled Km. on account of mechanical break down or cancellation of trips for any reason shall be deducted. For the purpose of reckoning the minimum guaranteed Km., the cancelled Km. on account of mechanical break downs, traffic congestion due to morchas, festivals, floods, accidents etc. being beyond the control of RSRTC shall be deducted. The guaranteed Km. will be proportionately reduced when the bus is not available on any day or part thereof.

xv. RSRTC have full right to collect the fare from passenger to be travel till the hired bus/es through its Conductor. No interference of the Bidder/Contractor is allowed in this respect.

Signature and Seal of the Bidder

Page 30 of 51

xvi. The rest period for the bus two days per month be optional for contractor. The contractor be ensure for operation of the schedule of the bus without any interruption due to rest.

xvii. The RSRTC shall be at liberty to terminate the agreement for violation/breach of the terms and conditions of the Bid/Agreement by the Bidder/Contractor. No compensation shall be paid by the RSRTC. Accordingly the Managing Director of RSRTC shall forfeit the EARNEST MONEY/PERFORMANCE SECURITY DEPOSIT either in whole or in

part thereof at his discretion without prejudice to his other rights and remedies open to the

RSRTC in this regard and it shall be binding on the Bidder/Contractor. xviii. The Earnest Money of successful bidder may be adjusted in performance security.

The PERFORMANCE SECURITY DEPOSIT shall be refunded after successful completion of 78 months from the date of Agreement. For this purpose the contractor shall produce “No Dues” certificate from the authorities decided by RSRTC for that.

xix. The contractors and their employees will not be held eligible for facility of free travel on the buses hired by RSRTC under this contract agreement and they will have to abide by the rules as are applicable to the other members of the traveling public.

xx. The Bidder/Contractor shall be liable for any traffic offences committed by his Driver . xxi. The Bidder/Contractor shall not assign or sublet this Contract/ Agreement or create any

third party interest in or under or any part thereof in any condition. xxii. The Bidder/Contractor will have to enter in to Contract/ Agreement for hiring of buses

maximum up to 6 years in favor of RSRTC. Accordingly bus wise agreement for 5 years be executed in first instance and there after the agreement will be extended for one year subject to condition of bus, fitness and satisfactory service given by the contractor and need for RSRTC of the hired bus. RSRTC has reserved the right to cancel/terminate the agreement at any time even in lock-in period, if the services being provided by contractor are found not satisfactory by giving prior notice of 15 days to the firm. The terms and conditions so mentioned in the Contract/ Agreement (Performa enclosed) are part and parcel of this Bid documents, the Bidder/Contractor is abide with them.

xxiii. In the event of Bid of partnership firm or a company or consortium being accepted, the contract agreement shall be signed by authorized partner of the firm/Director of the company/ Authorized Lead member of the consortium for which power of attorney being exercised for that purpose by the competent authority of the firm or company or consortium.

H. The Managing Director of RSRTC may from time to time delegate his powers to any officer of the RSRTC for execution of contract and all the decisions, orders issued by the said officer shall be binding on the Bidder/Contractor. If any doubt, dispute or difference arises or happens between the officers on the one hand and the Bidder/Contractor on the other hand in respect of the said contract and every such doubt, dispute and difference shall be referred to the Managing Director of RSRTC. The decision of Managing Director

of RSRTC shall be final and binding on the contractor.

Signature and Seal of the Bidder

Page 31 of 51

I. On the completion of necessary formalities of Agreement and after signing of the same

by both the parties, RSRTC will issue detailed order for operation of hired buses to the

Contractor in pursuance of this Agreement.

J. The Managing Director of RSRTC or the authorities has the Sole discretion to indentify the routes on which hired buses shall be deployed. The Bidder/Contractor shall have no right to claim any particular route for operation of these buses and any interference of the Bidder/Contractor in this regard not allowed. The Bidder/Contractor shall have no claim or right whatsoever on stage carriage permit which would be obtained by the RSRTC. The hired buses may be transferred for one depot to another depot by RSRTC as per their requirement.

K. The contractor shall arrange to carry out physical fitness and eye test of the Drivers

engaged for hired buses under this Bid as per the provisions of Motor Vehicle Act from

time to time at own cost.

L. If the contractor declares insolvency or enter into liquidation whether compulsory or

voluntary but for the liquidation for the purpose of the reconstruction or suffer an

execution for the debt to be levied against him or compounds with the creditors for the

settlement of his debts, the RSRTC would require the assigned work to be completed

and if this requisition is not satisfactorily complied with, within 7 days from the date of

his notice, the Managing Director, RSRTC may issue a notice to the contractor in writing

to rescind the contract at the cost and risk of contractor. The M.D., RSRTC shall

thereupon have the authority to enter into a fresh contract with any other person, firm

or company for the completion of the same without prejudice to his right to recover the

losses from the Contractor’s security deposit etc. Any losses or damages for the default

of the contract and the losses sustained by the corporation on account of damages

under the contract shall be recovered in all possible manners.

Nothing under the contract clauses contained shall debar the Corporation from

recovering the losses from the Contractor by suit or by other means, such extra costs,

shall also be recovered from the Contractor.

M. FORCE MAJEURE CLAUSE:- i. In the event that any of the parties hereto finds itself unable, by reason of a case of

“force majeure” to carry out its obligations hereunder in whole or in part, the obligations of such Party to the extent that they are affected by such “force majeure” shall be suspended as long as impossibility so caused shall last but not thereafter. The situation created by such “force majeure” shall be remedied as for as possible, with reasonable dispatch.

ii. The term “ force majeure” as used herein shall mean any ‘Act of God’ epidemic , earthquake, landslide volcano ,eruption ,floods cyclones lightening ,war invasion , armed conflict or any other activity of foreign enemy like blockage , embargo, terrorists attacks and other unforeseen natural disaster beyond the control of human being .

iii. If a force majeure situation arises , the bidder / contractor shall promptly notify RSRTC in writing of such condition and cause thereof. Unless otherwise directed

Signature and Seal of the Bidder

Page 32 of 51

by RSRTC the bidder/ contractor shall seek all reasonable alternative means for performance not prevented by the force majeure event.

iv. The Party affected by “force majeure” shall give notice thereof to the other party by cable or fax or telex setting forth all necessary particulars concerning the giving of the said notice, the obligations of the party giving such notice shall be suspended as said above and the Parties shall consult together with the view to determine the mutually acceptable measure to overcome the difficulties arising there from.

v. “force majeure” shall, however, not relieve any party from its obligations to effect any obligation not affected by such “ force majeure” and any contractual payment on the date when it is due except effecting of such payment is hindered by “ force majeure”.

N. In the event of any question, dispute , differences , controversy or differences arising under the agreement or in connection therewith the matter ,the same shall be referred to sole arbitrator i.e. Chairman or Chairman and Managing Director (as the case may be)RSRTC, Jaipur.

O. There will be no objection to any such appointment on the ground that the arbitrator is a Corporation Officer or that he has to deal with the matter to which the agreement relates or that in the course of his duties as a Chairman he has expressed his views on all or any of the matters in dispute. The award of the arbitrator shall be final and binding on both the parties to the agreement.

P. The Arbitration proceedings shall be governed by the Arbitration Act 1996. Q. The venue of the arbitration proceedings shall be the Office of Chairman , RSRTC

,Jaipur. R. Any legal proceedings arising between the corporation and the contractor if it is a must

shall be instituted in the courts situated in Jaipur.

Signature of the Bidder

With Official Stamp.

Signature and Seal of the Bidder

Page 33 of 51

III. SCHEDULE OF RATES (BOQ) FOR HIRING OF DELUXE 2X2 (STAR

LINE)12 Mtr. BS-III BUSES AS PER BROAD SPECIFICATIONS OF RSRTC

Item Rate BoQ Bid Inviting Authority: Executive Director(Traffic) Nature of Work: Providing of DELUXE 2X2 (STAR LINE)12 Mtr. BSIII BUSES for hiring as per RSRTC Broad specification Contract No: RSRTC/ Executive Director(Traffic), 0141-2374644/ (G.M. Tr.-2374647) Bidder Name :

Schedule of Works (This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is li able to be rejected for this Bid. Bidders are allow ed to enter the Bidder Name and Values only ) Sl. No.

Item Description: Providing of DELUXE 2X2 (STAR LINE)12 Mtr. BSIII BUSES for hiring as per RSRTC Broad specification for the following depots ( wit h requirements)

RATE in figures to be entered by the bidder Rs( Net Rate per KM per bus including all taxes and expenses etc) Figures

Words

1 Aburoad Depot (05buses)

2 Ajaymeru Depot (05buses)

3 Ajmer Depot (05buses)

4 Alwar Depot (05buses)

5 Anoopgarh Depot (05buses)

6 Baran Depot (05buses)

7 Barmer Depot (05buses)

8 Beawer Depot (05buses)

9 Bharatpur Depot (05buses)

10 Bhilwara Depot (05buses)

11 Bikaner Depot (05buses)

12 Bundi Depot (05buses)

13 Chittorgarh Depot (05buses)

14 DELUXE Depot (05buses)

15 Dholpur Depot (05buses)

16 Didwana Depot (05buses)

17 Dungarpur Depot (05buses)

18 Falna Depot (05buses)

19 Ganganagar Depot (05buses)

20 Hanumangarh Depot (05buses)

21 Hindaun Depot (05buses)

22 Jaipur Depot (05buses)

23 Jaisalmer Depot (05buses)

24 Jalore Depot (05buses)

Signature and Seal of the Bidder

Page 34 of 51

25 Jhalawar Depot (05buses)

26 Jhunjhunu Depot (05buses)

27 Jodhpur Depot (05buses)

28 Khetri Depot (05buses)

29 Kota Depot (05buses)

30 Lohagarh Depot (05buses)

31 Matsayanagar Depot (05buses)

32 Nagaur Depot (05buses)

33 Pali Depot (05buses)

34 Sardarsahar Depot (05buses)

35 Sikar Depot (05buses)

36 Sirohi Depot (05buses)

37 Tijara Depot (05buses)

38 Tonk Depot (05buses)

39 Udaipur Depot (05buses)

40 Vaishali Nagar Depot (05buses)

Signature and Seal of the Bidder

Page 35 of 51

IV. FORMAT OF AGREEMENT vuqcU/k Ik= dk izk:i

¼MhyDl 2x2 ¼LVkj ykbZu½ okguksa ds fy,½ ;g vuqcU/k Ik= jktLFkku jkT; iFk ifjogu fuxe ds vf/kd̀r izfrfuf/k ftls vkxs **fuxe** vFkok

**izFke Ik{k** esa mYysf[kr fd;k tkosxk ,ao eSllZ @Jh---------------------------------------------------------------iq= Jh -----------------------------------------------------------------irk---------------------------------------------------------------------------------------futh cl ekfyd vFkok futh cl ekfyd }kjk vf/kd`r izfrfu/kh Jh ------------------------------------------------iq++= Jh --------------------------------irk-----------------------------------------------------------------------------¼ ftlds ekfyd ds mRrjkf/kdkjh] fgr/kkjh vlkbZuht ftuds uke vf/kd`r ikWoj vkWQ vVksuhZ gks lEefyr gksxas ½ ftls bl vuqcU/k Ik= esa **f}rh; Ik{k** ds #Ik es mYYksf[kr fd;k tkosxk] ds e/; ikjLifjd lgefr ls fcuk fdlh nckc ds vafdr ,ao fu"ikfnr fd;k tkrk gSA bl vuqcU/k esa of.kZr okgu Lokeh vFkok mlds vf/kd`r O;fDr ds vfrfjDr fdlh vU; O;fDr dks fuxe }kjk O;ogkj gsrq Lohdkj ugha fd;k tkosxkA bl vuqcU/k Ik= ds vuqlkj fuxe] eSllZ@Jh --------------------------------------------------------------------------}kjk iznRr dh xbZZ okgu la0-------------------------ekWMy----------------------dks jktLFkku jkT; iFk ifjogu fuxe ds vf/kuLFk -----------------------------fMiks ds lapkfyr ekxksZ ij ;k=h okgu ds #Ik esa iz;ksx djus ds fy, vf/kd`r gksxkA vuqcU/k dh ’krsZ fuEu izdkj gSa %& 1- ;g fd cl ekfyd eSllZ@Jh-------------------------------------------------iq= Jh------------------------------------------------------------vuqcU/k ij

nh xbZ cl esa Lo;a dh vksj ls ykbZlsUl/kkjh pkyd fu;qDr djsxk rFkk pkyd ds iwjs [kpsZ tSls osru] izksfoMsUV QUM] vU; lHkh ns;rk;as tks Je dkuwu ds rgr~ ns; gSa] f}rh; i{k }kjk ns; gksaxh A blds vfrfjDr cl ds lapkyu esa gksus okys lEiw.kZ [kpsZ mnkgj.kkFkZ %& Mhty ds vfrfjDr rsy] ejEer] VwV&QwV] chek rFkk ;kf=;ksa dh lqj{kk lacaf/kr leLr mRrjnkf;Ro f}rh; i{k }kjk ogu fd;k tkosxk A vf/kd̀r O;fDr dks okgu Lokeh ds }kjk uksVsjh ifCyd ls lR;kfir vf/kdkj i=@ ikWoj vkWQ vVksuhZ nsuk gksxk ,oa vf/kd`r O;fDr dks gVkus ij fuxe dks lwpuk nsus dk mRrjnkf;Ro okgu Lokeh dk gksxkA

2- fuxe }kjk vuqca/k ij yh xbZ okgu ds U;wure 425 fd-eh- izfrfnu lapkfyr fd-eh- dk fdjk;k fu/kkZfjr nj---------------:i;s ls ns; gksxkA rFkk 425 fd-eh- ls vf/kd dqy 525 fd-eh- izfrfnu okgu ds lapkyu ij 425 fd-eh- ls vfrfjDr fd-eh- lapkyu dk mDr fu/kkZfjr nj ls 15 izfr’kr de dh nj ls Hkqxrku ns; gksxk rFkk 525 fd-eh- izfrfnu ls vf/kd okgu ds lapkyu ij 525 fd-eh- ls vfrfjDr fd-eh- lapkyu dk mDr fu/kkZfjr nj ls 20 izfr’kr de dh nj ls Hkqxrku ns; gksxk A

3- uohure ekWMy dh vuqcaf/kr okgu dks U;wure 425 fd-eh- vFkok vf/kd izfrfnu lapkfyr fd;k tkosxkA pkj o"kZ i'pkr~ okgu dh fLFkfr larks"kizn gksus ij lapkfyr fd;k tkosxkA ;g ’krZ vkxkj vFkok fuxe ds deZpkfj;ksaa ds gMrky ij pys tkus vFkok fdlh izkd̀frd ladV ds le; vFkok fdlh LFkku ij dkuwu ,ao O;oLFkk ls mRiUu fLFkfr;ksa vFkok ,sls fdlh dkj.k] tks fuxe ds fu;U=.k esa u gks] ls lapkyu esa gksus okys O;o/kku dh fLFkfr esa ykxw ugh gksxh A vkxkj izHkkjh dks ;g vf/kdkj gksxk fd og fuxe fgr esa okgu dks fo’ks"k ifjfLFkfr;ksa esa fu/kkZfjr ls vf/kd ifjpdz lapkfyr dj lds ijUrq ,sls vf/kd lapkyu ds dkj.k vkofUVr vuqlwfpr lsok dk fujLrhdj.k ;k foyEc ls izLFkku Lohdk;Z ugh gksxkA fo"ke ifjfLFkfr;ksa esa f}rh; Ik{k dh okgu dk lapkyu Hkh fcuk iwoZ lwpuk ds cUn fd;k tk ldsxk vkSj blds fy, dksbZ Hkqxrku nsa; ugh gksxk A

4- vuqcfU/kr okgu dks 5-20 fd-eh- izfr yhVj ds vk/kkj ij Mhty miyC/k djok;k tkosxkA blls vf/kd Mhty vkSlr izkIr gksus ij] gksus okyh cpr dk ykHk okgu Lokeh dks gksxk rFkk 5-20 fd-eh- izfr yhVj ls Mhty vkSlr de vkus dh fLFkfr esa vf/kd fy;s x;s Mhty jkf'k dh olwyh okgu Lokeh ls cktkj nj ls dh tkosxhA

5- cl ds laca/k esa uxjikfydk LVs.M Qhl] Vksy VSDl] fo'ks"k iFk dj] ijfeV Qhl] i;ZVd vuqKk i= ij ns; dj o vU; jkT;ksa dks ns; dj dk Hkqxrku fuxe }kjk fd;k tkosxkA fuxe esa vuqca/k ij cl lapkyu dh vof/k ds fy;s vuqca/kdRrkZ }kjk ljdkj dks fuxe esa vuqcaf/kr cl ds fo:} pqdk;sa x;s lfoZl VSDl dh jlhn izek.k ds :Ik esa izLrqr djus ij bldk iquZHkj.k fuxe }kjk fd;k tkosxkA jksM VSDl rFkk vU;

Signature and Seal of the Bidder

Page 36 of 51

dksbZ Hkh dj tks orZeku esa ykxw gS vFkok Hkfo"; esa ykxw gks] dh ns;rk cl ekfyd dh gksxhA 6- f}rh; Ik{k dh vuqcfU/kr dh gqbZZ okgu ds lapkyu gsrq ifjpkyd dh fu;qfDr izFke i{k fuxe }kjk dh tkosxh rFkk

fuxe }kjk fu;qDr ifjpkyd ;kf=;ksa dks fVfdV tkjh djus] fdjk;k olwy djus] ;kf=;ksa dks okgu esa cSBkus@mrkjus rFkk fuxe }kjk fu/kkZfjr cl LVki ij xkMh dks jksdus o le; lkfj.kh ds vuqlkj okgu dk lapkyu dk;Z djsxk A mDr ifjpkyd dks fVdV] os&fcy o vU; LVs'kujh fuxe }kjk miyC/k djokbZ tkosxhA

7- ;g fd f}rh; i{k vuqcU/k i= ds ek/;e ls tks cl jktLFkku ifjogu fuxe dks cl lapkyu djus gsrq nsxk mldh Comprehensive chek ikfylh ¼ftlesa naxk] Qlkn] ;q)] ck<] HkwdEi bR;kfn ls gksus okyh fjLd Hkh ’kkfey gksxh½ f}rh; Ik{k }kjk Hkkjr dh fdlh Hkh vf/kd̀r chek dEiuh ls vuqcU/k vof/k fgr izR;sd o"kZ ds fy;s f}rh; i{k ds [kpsZ ij djokbZ tkosxh A bl dfEizgsfUlo chek ikfylh esa izFke i{k fuxe tks fd cl dk Hirer gS] dk uke Hkh vko’;d #i ls Benificiary Insurer ds #Ik esa vafdr djk;k tkosxk ftlls okgu ds nq?kZVukxzLr gksus ij cl ds deZpkfj;ksa o cl ds ;kf=;ksa o fdlh Hkh lEifRr dk dksbZ Hkh uqdlku] gtkZuk]C;kt o Dyse dh jkf’k dh vnk;xh dh ftEesnkjh chek dEiuh }kjk fuxe dh vksj ls nh tkuh lfEefyr gksxhA cl dh ;g ewy dfEizgsfUlo chek ikfylh f}rh; i{k }kjk izFke i{k dks miyC/k djokbZ tkosxh] tks vuqca/k vof/k esa izFke i{k ds vkf/kiR; o vf/kdkj esa jgsxh A cl dh Comprehensive chek ikfylh dk uohuhdj.k Hkh ikfylh esa vafdr vafre frfFk ls ,d ekg iwoZ cl ekfyd }kjk vko’;d #Ik ls djok fy;k tk;sxk bl chek dh leLr jkf'k f}rh; i{k }kjk vius [kpsZ ij Hkkjr dh vf/kd̀r chek dEiuh ds lkFk tek dj ewy ikfylh izFke i{k dks miyC/k djkbZ tkosxhA tks vuqca/k vof/k esa izFke i{k ds vkf/kiR; o vf/kdkj esa jgsxh A f}rh; i{k }kjk ewy chek ikfylh izFke i{k dks u nsus o le; ij uohuhdj.k u djkus ij f}rh; i{k dh okgu dk lapkyu rqjUr can dj vuqca/k lekIr djrs gq;s f}rh; i{k dh cdk;k jkf'k tCr djus gsrq izFke i{k vf/kd`r jgsxk A

foyEc ls chek uohuhdj.k djkus ij 1000@& :Ik;s izfrfnu izfr cl ds tqekZus ij cl vuqca/k ij Lohdkj djus gsrq izFke i{k dks vf/kdkj gksxk] ysfdu foyEc fnol ds nkSjku ?kfVr nq?kZVuk ds laca/k esa fdlh Hkh izdkj dh {kfriwfrZ dh lEiw.kZ ftEesnkjh f}rh; i{k cl ekfyd dh gksxh A

okgu ekfyd viuh okgu ds nq?kZVukxzLr gksus ds uqdlku@gtkZuk ds Dyse o gtkZus ds leLr nkf;Roksa dh vnk;xh ds fy;s Hkh bl vuqca/k ds mDr fcUnq ds vuqlkj dfEizgsfUlo chek ikfylh esa chek dEiuh ds mRrjnk;h gksus dh 'krZ vafdr djok;sxk vkSj bl izdkj nq?kZVuk laca/kh dksbZ nkf;Ro fdlh Hkh izdkj dk fuxe ij ugha gksxk vkSj fdlh Hkh U;k;ky; vFkok vf/kdj.k esa okgu ds nq?kZVukxzLr gksus ij fdlh Hkh O;fDr }kjk dksbZ Hkh okn] Dyse vkosnu i= izLrqr fd;s tkus ij okgu ekfyd o okgu dh chek dEiuh gh vius [kpsZ ij odhy fu;qDr dj iSjoh dh leLr O;oLFkk djsxk o bl laca/k esa fuxe dks fdlh Hkh izdkj dk O;; ;k Hkqxrku djuk iMk rks ,slh /kujkf'k okgu ds ekfyd o okgu dh chek dEiuh }kjk gh ns; gksxh vkSj bl laca/k esa okgu dks vuqca/k eqDr djus ls iwoZ o ckn esa Hkh okgu ekfyd dks ns; jkf'k esa ls vFkok chek dEiuh ls olwy djus ds fy;s fuxe l{ke gksxkA okgu nq?kZVukxzLr gksus ij ?kk;y O;fDr;kasa ds izkFkfed mipkj ij tks jkf'k O;; gksxh mldk mRrjnkf;Ro Hkh vuqca/k ds bl DykWt ds vk/kkj ij okgu Lokeh o chek dEiuh dk gh gksxk A ;fn okgu Lokeh vFkok chek dEiuh }kjk bl izdkj O;; dh xbZ o vU; ns; jkf'k dk iquHkZj.k ugha fd;k x;k rks ;g jkf'k fuxe }kjk okgu Lokeh o chek dEiuh ls ihMhvkj ,DV ds vUrxZr dkfcy olwy gksxh A nq/kZVuk ds dkj.k fuxe ij vk;s fdlh Hkh vkfFkZd nkf;Ro dh olwyh izFke i{k }kjk f}Rrh; i{k dks ns; bl vuqcU/k vFkok vU; vuqcU/k vFkok fuxe ds ikl f}Rrh; i{k dks ns; jkf'k esa ls dkV yh tkosxhA jkf'k dkVus vFkok lek;ksftr djus ckn Hkh fuxe dks f}Rrh; i{k }kjk ns; jkf'k 'ks"k jgrh gSa rks izFke i{k olwy djus ds fy, vf/kdr̀ gksxkA chek dEiuh ls vuqcU/k vof/k ds nkSjku nq/kZVuk dk nkf;Ro ogu djus dh v.MjVsfdax ysdj chek doj izi= ds lkFk okgu Lokeh ds }kjk izLrqr djuk gksxkA v.MjVsfdax fu/kkZfjr ukWu T;wfMf'k;y LVkWi isij ij izLrqr djuk gksxkA fdlh lsok nks"k d`R; ds fy, eap }kjk ikfjr iapkV ds Hkqxrku ds fy, okgu Lokeh ftEesnkj gksxkA

8- vuqcfU/kr okgu ds pkyd dks izR;sd fu/kkZfjr cl LVsUM ij jksddj Mh,l, izkIr djuk gksxkA ;fn cqfdax ds Mh,l, izkIr ugha djrk gS rks izfr cqfdax LVsUM Mh,l, #Ik;s 50@& dh olwyh f}rh; Ik{k dks ns; Hkqxrku esa ls dh tkosxh A

9- ;fn okgu fdlh fo"ke ifjfLFkfr esa fcuk ifjpkyd vkWu Mh-,l-,- lapkfyr fd tkrh gSa rFkk okgu esa fcuk fVfdV ;k=h ik;s tkrs gSa rks f}rh; i{k blds fy;s iw.kZ :is.k nks"kh ekuk tkosxk rFkk izR;sd fcuk fVfdV ;k=h ds ;k=h fdjk;s dh nksgjh jkf'k e; izfr fcuk fVfdV ;k=h ,d gtkj :i;s 'kkfLr jkf'k dh olwyh f}rh; i{k dks ns; Hkqxrku ls dh tk ldsxhA blesaa f}rh; i{k dk dksbZ cpko@dFku Lohdkj ugh gksxkA

10- f}rh; i{k dk ;g mRrjnkf;Ro gksxk fd okgu dks iw.kZr;k pkyw gkyr esa j[ks okgu dh lQkbZ rFkk eksVjokgu vf/kfu;e 1988 ,oa vkWy bf.M;k V~;wfjLV ijfeV jsX;wys’ku~l ds vUrxZr cuk;s x;s fu;eksa rFkk jkT; ljdkj }kjk

Signature and Seal of the Bidder

Page 37 of 51

tkjh vf/klwpuk@lacaf/kr vkns'kksa ds vUrxZr fu/kkZfjr Js.kh dh lhVs lqUnj vkSj lkQ gkyr esa j[ksa A okgu esa Vwy ckWDl] QLVZ ,M ckWDl] LVsiuh vkfn j[ksxas rFkk eksVj okgu vf/kfu;e ds mYysf[kr fu;eksa esa fufnZ"V lHkh izdkj ds midj.kksa dh lQkbZ rFkk vU; ,sls leLr [kpsZ tks okgu dks lgh gkyr esa j[kus ds fy;s vko';d gS okgu LOkkeh dks gh ogu djus gksaxs A

11- f}rh; i{k }kjk uohure ekWMy dh okgu gh miyC/k djkbZ tkosxhA okgu ds pSfll esa jsfM;y Vk;j yxkus gksaxsA okgu dh cl ckWMh dk fuekZ.k izFke i{k fuxe ds fu/kkZfjr czkWM Lisf'kfQds'ku ,oa fMtkbZu ds vuq:Ik cl dksM vfdzMs’ku lfVZfQdsV ,vkbZ,l 052 /kkfjr cl ckWMh fuekZrkvksa ls u;s ch,l AAA pSfll ij djkuk gksxk A

12- okgu ds pkyd o ekfyd nksuksa dks fuxe vFkok muds }kjk fu;qDr vf/kdkfj;ksa ds lHkh vkns’kksa@funsZ’kksa dk iw.kZ #Ik ls ikyu djuk gksxk A le; le; ij fuxe }kjk izlkfjr vkns’kksa@funsZ’kksa dh tkudkjh izkIr djus ,ao mudh vuqikyuk djus dk mRrjnkf;Ro futh okgu Lokeh dk Lo;a dk gksxkA vkns’kksa@funsZ’kksa ,ao vuqcU/k dh ’krksZ dh vogsyuk djus ij ,oa uksfVl ds ckotwn lq/kkj ugh djus ij okgu dks lapkyu ls gVk;k tk ldsxk rFkk vuqcU/k fujLr fd;k tk ldsxk A

13- okgu ds pkyd dks ifjpkyd ds ,sls lHkh vkns’kksa@funsZ’kksa dk ikyu djuk gksxk tks mls fuxe ds }kjk tkjh funsZ’kksa dss vUrZxr gks tks fu;ekUrZxr okgu lapkyu gsrq vko’;d gSaA

14- izR;sd okgu dk ekg esa nks fnol dk LosfPNd foJke okgu Lokeh dks ns; gksxk tks fd ,d fnol iwoZ Lohd`fr ls foJke fnol ekU; fd;k tkosxk A okgu Lokeh dks ;g lqfuf’pr djuk gksxk fd foJke ds dkj.k okgu ds ifjpdz dk lapkyu ckf/kr ugh gks A fu/kkZfjr foJke fnol nks fnu ls vf/kd le; ds fy, fcuk eq[; izcU/kd dh Lohd̀fr ds gVkbZ tkrh gS rks fuxe dks ;g vf/kdkj gksxk fd og bl okgu ds LFkku ij fuxe dh okgu ls fu/kkZfjr lsok dk lapkyu vuqcfU/kr okgu Lokeh ds [kpsZ ij fjLd ,oa dkLV ij djsa] ftlds fy, fuxe }kjk okgu ds izca/k djus ,oa lapkyu ls gksus okyh gkfu dh {kfriwfrZ okgu Lokeh ds fcy ls dh tkosxh ftlds fy;s okgu LOkkeh }kjk lacaf/kr ekg ds fy, izfrfnu vuqikfrd nj ls ns; ,l-vkj-Vh- ds lkFk lkFk 1000@& #Ik;s izfrfnu dh nj ls {kfriwfrZ jkf’k fuxe dks ns; gksxh] tks mlds ekfld fcy esa ls dkV yh tk;sxh A

15- okgu Lokeh okgu ds vanj ;k ckgj vuqca/k ds nkSjku fdlh izdkj dk dksbZ foKkiu vius Lrj ij ugha Niok;sxk ijUrq fuxe dks ;g vf/kdkj gksxk fd og vuqcaf/kr okgu ds vanj ;k ckgj foKkiu Niok lds ,oa mlls gksus okyh vk; fuxe dh gksxhA

16- f}rh; Ik{k bl vuqcU/k Ik= ds vuqlkj ftl fnu ls fuxe dks lapkyu gsrq okgu miyC/k djk;sxk ml fnu ls izR;sd ekg esa vf/kdre rhu fnu ds fy, ;kaf=d ejEer o VwV&QwV ,ao vU; fdlh Hkh dk;Z] tks okgu dks lgh fLFkfr esa djus ds fy, vko’;d gks] vkxkj izHkkjh dh 24 ?kUVs iwoZ lgefr ls okgu dks ekxZ ls gVk ldsxk ysfdu ekxZ ls ,d ckj okgu gVkus ij ,d fnu ¼48 ?kUVs½ ls vf/kd okgu dks vyx ugha j[kk tk ldsxk A nwljs ’kCnksa esa ejEer vkfn ls gVk;s tkus ds ckn 48 ?kUVs ds vUnj okil ekxZ ij lapkyu gsrq miyC/k djkuh gksxh ]vU;Fkk vuqcU/k ds vuqPNsn 12 ds vUrZxr dk;Zokgh dh tkosxh A blds vykok ,d dys.Mj ekg esa ;fn f}rh; i{k dh okgu ekg esa fdlh Hkh vU; dkj.k ls lapkyu ls fcuk iwoZ lwpuk ds vuqifLFkr jgrh gS rks leLr vuqifLFkr vof/k ds fy;s 'krZ la0 14 ds vUrxZr ,lvkjVh- o {kfriwfrZ jkf'k dh olwyh f}rh; i{k ls dh tkosxh A

17- okgu dh lkef;d ejEer@j[kj[kko vkfn dh vof/k ;k fd-eh- iwoZ esa gh fu/kkZfjr gksxsa rFkk bu fnuksa dh fuf’pr lwpuk lacaf/kr vkxkj izHkkjh dks vuqcU/k izHkkoh gksus ds lkFk lkFk gh nsuh gksxh A ,sls fu/kkZfjr fnu ij okgu ds ekfyd }kjk lacaf/kr vkxkj izHkkjh dks de ls de 24 ?kUVs iwoZ lwfpr djuk gksxk A

18- ftu fnuksa cl lapkyu ls gVkbZ tkosxh mu fnuksa ds fy, okgu ekfyd dks fuxe }kjk okgu dk fdjk;k vFkok fdlh izdkj dh jkf’k ns; ugh gksxh A

19- ;fn f}rh; i{k viuh okgu dks Hkkjh ejEer ds fy, ,d fnu ls vf/kd dh vof?k ds fy, gVkuk pkgrk gS rks izFke Ik{k dks nks fnu iwoZ fyf[kr esa okgu dks gVkus dk uksfVl nsuk vfuok;Z gSA ,slh vof/k vf/kdre 10 fnol dh gks ldrh gS A bl gsrq eq[; izcU/kd lgefr nsus gsrq l{ke gksxsaA bl vodk’k vof/k dh vkuqikfrd ,l-vkj-Vh- jkf’k izFke Ik{k }kjk f}rh; Ik{k ls olwy dh tkosxh ]ijUrq /kkjk 14 esa of.kZr {kfriwfrZ okgu Lokeh ls olwy ugh dh tkosxh A nl fnol ls vf/kd vof/k dh n’kk esa ,l-vkj-Vh- ds lkFk lkFk ’krZ&14 esa of.kZr {kfriwfrZ Hkh olwyh ;ksX; gksxh A

20- vuqcaf/kr okgu ds nq?kZVukxzLr gksus dh fLFkfr esa 24 ?k.Vs ds vanj nq?kZVuk dh lwpuk e; nq?kZVuk izek.k ds f}rh; i{k }kjk lacaf/kr eq[; izca/kd dks nsuh gksxh A blds lkFk gh 3 fnol ds vUnj&vanj vuqcaf/kr okgu dks ejEer i'pkr~ lapkyu gsrq miyC/k djkus dh fnukad ckcr~ eq[; izca/kd dks fyf[kr esa lwfpr djuk vfuok;Z gksxkA ;fn okgu dks miyC/k djkus dh lwpuk 3 fnol esa izFke i{k dks ugha nh tkrh gS rks izFke i{k }kjk vuqcaf/kr okgu ds lapkfyr ugha gksus dh vof/k ds fy;s vuqca/k i= dh 'krZ la[;k 14 ds vuqlkj fu/kkZfjr {kfriwfrZ jkf'k ,oa ,lvkjVh dh jkf'k izfrfnu dh nj ls f}rh; i{k ls olwy dh tkosxh A

Signature and Seal of the Bidder

Page 38 of 51

nq?kZVuk dh fLFkfr esa okgu dsk ejEer gsrq f}rh; i{k }kjk ;fn okgu dks jksdk tkosxk rks vf/kdre 15 fnol dh vof/k ds vodk'k Lohd`fr gsrq lacaf/kr eq[; izca/kd l{ke vf/kdkjh gksaxs rFkk blls vf/kd vof/k ds fy;s dk;Zdkjh funs'kd ¼;krk;kr½ l{ke vf/kdkjh gksaxs A ijUrq bl izdkj ds leLr vodk'k Lohd`fr ds fy;s nq/kZVuk ds iq[rk izek.k vko';d gksaxs tSls fd ,Q-vkbZ-vkj- dh izfr] chek Dyse] Hkkjh ejEer dk fcy vkfn A ,sls Lohdr̀ vodk'k dh vof/k dh ,lvkjVh- jkf'k f}rh; i{k ls olwy dh tkosxh ijUrq 'krZ la[;k 14 dss rgr of.kZr 'kkfLr@{kfriwfrZ jkf'k olwy ugha dh tkosxh A

21- f}rh; Ik{k dk ;g mRrjnkf;Ro gksxk fd okgu dks cl LVsUM vFkok fu/kkZfjr LFkku ij lapkfyr le; ls vk/kk ?kUVk iwoZ izLrqr djsa A fuxe ds vf/kdkjh dks ;g vf/kdkj gksxk fd og okgu dk ,ao okgu ds fy, vko’;d lkexzh dh miyfC/k dk fujh{k.k dj lds A ;fn okgu izLFkku le; ls vk/kk ?kUVk iwoZ cl LVsUM ij ugh igqWprh gS rks izfr 20 feuV rd foyEc ds fy;s 100@& :i;s dh {kfriwfrZ jkf'k fuxe dks ns; gksxh ,oa 20 feuV foyEc ds i'pkr~ okgu dks lapkyu ds fy;s Lohdkj ugha fd;k tkosxk ,oa vuqPNsn 14 ds vUrxZr dk;Zokgh dh tkosxh A ;fn vuqcaf/kr okgu vius fu/kkZfjr le; ls viuk vuqlwfpr ifjpdz iw.kZ ugha djrh gS vFkkZr~ xUrO; LFkku ij ugha igqWprh gS rks f}rh; i{k ,sls foyEc le; ds fy;s 'kkfLr :i;s 150@& izFke i{k dks nsus ds fy;s ck/; gksxkA ;g jkf'k mldks ns; Hkqxrku esa ls dkVh tkosxh A ;fn vifjgk;Z dkj.kksa ls foyEc gksrk gS rks ifjpkyd ds izek.khdj.k ds vk/kkj ij izFke i{k ,slh 'kkfLr dks fujLr djus gsrq vf/kdr̀ gksxk A

22- vuqcU/k dh vof/k esa f}rh; Ik{k okgu dks fcuk fuxe dh iwokZuqefr ds LFkkukUrfjr] gLrkukUrfjr vFkok fodz; ugh dj ldsxk vkSj u gh vU; dksbZ ,slh dk;Zokgh djsxk ftldk izHkko fuxe ds fgrksa ds fo#) gks A bldh ikyuk u djus ij vuqcU/k Lor% lekIr le>k tkosxk rFkk fuxe dks ns; jkf’k okgu Lokeh dh vksj cdk;k jkf’k@cSad xkj.Vh ls vFkok ih-Mh-vkj- ,DV ds vUrZxr olwy djkbZ tk ldsxh A

23- okgu esa fdlh Hkh izdkj dh deh] nLrkostksa esa dksbZ deh@nks"k”rFkk pkyd ls lacaf/kr fdlh deh ls fuxe dks gksus okyh gkfu ds fy, futh okgu Lokeh ftEesnkj gksxk A bl laca/k esa okgu Lokeh dks viuh okgu dk f}rh; pktZ fuxe ds Ik{k esa laikfnr djuk gksxk rFkk ml pktZ ls okgu rHkh eqDr fd;k tkosxk tcfd fuxe dks okgu ekfyd ls fdlh izdkj dk Hkqxrku izkIr ugh djuk gksxk ftlds fy, og fuxe ls uks&M;wt lfVZfQdsV izkIr djsxk A

24- vuqca/k ls lacaf/kr nksuksa i{kksa dk ;g vf/kdkj gksxk fd og ,d ekg dh iwoZ lwpuk nsdj bl vuqca/k dks fujLr dj nsa ijUrq izca/k funs'kd dks ;g vf/kdkj gksxk fd ,slh lwpuk dh vof/k 30 fnol ds fy;s c<k ldsaA fuxe }kjk okgu Lokeh dks uksfVl fn;s tkus ls iwoZ O;fDrxr lquokbZ dk ekSdk fn;k tkosxk rFkk okgu dk vuqca/k v/;{k@izca/k funs'kd egksn; dh vuqefr ds i'pkr~ gh lekIr fd;k tk ldsxkA ijUrq ;fn okgu Lokeh le; ls iwoZ vuqca/k lekIr djrk gS rks mlds }kjk tek djkbZ x;h izfrHkw@lqj{kk jkf'k fuxe }kjk tCr dj yh tkosxh A

25- f}rh; Ik{k dh okgu fuxe }kjk vkofUVr ekxZ vFkok f’kM;wy ij gh py ldsxh A blds vfrfjDr okgu dk iz;ksx okgu ekfyd }kjk vU;= ugh fd;k tk ldsxk A ;fn f}rh; Ik{k ,slk djrs ik;k x;k rks fuxe dks vf/kdkj gksxk fd og fcuk lwpuk fn;s vuqcU/k fujLr dj ns rFkk lkFk gh cdk;k ns; jkf’k tCr dj ys vFkok f}rh; Ik{k dks **Cysd fyLV** dj ns A

26- eq[; izcU/kd }kjk okgu dk lapkyu fdlh Hkh ekxZ ij fd;k tk ldsxk] ftl ij f}rh; i{k fdlh izdkj dh vkifRr ugha djsxkA

27- fdjk;s dh jkf’k dk Hkqxrku cl lapkyu ij nsus ds ckn gj Ik[kokMs fd;k tkosxk c’krsZ okgu Lokeh vius fcy eghus ds izFke Ik[kokMs o f}rh; Ik[kokMs ds dze’k% 17 o 2 rkjh[k dks izLrqr dj nsxk A ns; jkf’k dk Hkqxrku vxys ,d lIrkg esa dj fn;k tkosxkA Hkqxrku lacaf/kr vkxkj ds ys[kkf/kdkjh@lgk;d ys[kkf/kdkjh }kjk gh ,dkmUV isbZ dzksl pSd@MhMh }kjk okgu Lokeh dks ns; Hkqxrku ls Mh-Mh-@pSd dk deh’ku dkVdj okgu Lokeh ;k mlds }kjk vf/kdr̀ O;fDr dks ftlds uewuk gLrk{kj ¼Lislhesu flxuspj½ lacaf/kr eq[; izcU/kd }kjk izekf.kr gks] rks gh fd;k tkosxk ysfdu ,dkmUV isbZ dzkl pSd@Mh-Mh- gj fLFkfr esa okgu Lokeh ds uke dk gh gksxk A Hkqxrku laca/kh dk;Zokgh lacaf/kr vkxkj }kjk gh dh tkosxh A

28- vuqcaf/kr okgu dh U;wure vuqca/k vof/k 5 o"kZ gksxhA rRi'pkr~ okgu dh fLFkfr larks"kizn ik, tkus] okgu dh fQVusl gksus ,oa vuqca/kdRrkZ }kjk nh tk jgh lsokvksa ds larks"ktud ik;s tkus ij gh fuxe dh vko’;drkuqlkj ,d o"kZ dh o`f) dh tk ldsxhA vuqca/k vof/k ds nkSjku ;fn cl 5 o"kZ ls igys 8-00 yk[k fdeh- lapkfyr gks tkrh gSa rks 8-00 yk[k fdeh- lapkfyr gksus ds ckn cl ds fujarj lapkyu dk fu.kZ; fuxe dh rduhdh desVh }kjk cl dk fujh{k.k dj rduhdh desVh dh flQkfj’k ds vk/kkj ij fy;k tkosaxk A vuqca/kdRrkZ }kjk nh tk jgh lsokvksa ds vlarks"ktud ik;s tkus ij fdlh Hkh le;] ;gkW rd fd ykWd&bu vof/k esa Hkh 15 fnu dk iwoZ uksfVl nsdj vuqca/k ij yh xbZ clksa dk vuqca/k fujLr@lekIr djus dk vf/kdkj fuxe ds ikl lqjf{kr gS a A vuqcU/k dk

Signature and Seal of the Bidder

Page 39 of 51

izkjEHk dysUMj ekg dh izFke frfFk ls fd;k tkosxk o lekiu vafre frfFk dks gh fd;k tk ldsxkA okgu Lokeh dh fdlh =qfV] okgu dh ;kWf=d fLFkfr] lapkyu laca/kh =qfV] vafdr vuqcU/k dh fdlh ’krZ ds mYya?ku ds dkj.k ;fn vuqcU/k ekg ds e/; dh frfFk esa lekIr gksrk gS rks ekg ds ’ks"k fnolksa dh ,lvkjVh dk Hkqxrku f}Rrh; i{k dh vksj ls fuxe dks ns; gksxk vkSj ;g jkf’k cdk;k Hkqxrku ls olwy dh tk ldsxhA

29- ;fn dksbZ okgu ekxZ esa czsdMkmu gks tkrh gS ,oa vius ifjpdz dks iw.kZ ugh dj ikrh gS rks ml okgu }kjk r; fd;s x;s fd-eh- dk Hkqxrku gh ns; gksxkA ysfdu nwljs fnu Hkh vius f’kM;wy ij okgu miyC/k ugh djkus ij le; ls iwoZ jsLV Lohdkj djkuk gksxk vU;Fkk okgu dks vuqifLFkr ekudj vuqPNsn 21 ds vuqlkj {kfriwfrZ jkf’k olwy dh tkosxhA bl izdkj ekxZ esa czsdMkmu ekg esa ,d ckj gh Lohdkj fd;k tkosxkA nwljh ckj czsdMkmu gkssus ij ml f’kM;wy ds rgr lapkfyr fd-eh- dk Hkh Hkqxrku ugh fd;k tkosxk rFkk nwljs fnu f’kM;wy ij okgu miyC/k u djkus ij oSdfYid O;oLFkk fuxe }kjk okgu ekfyd dh *fjLd ,.M dksLV* ij dh tkosxh rFkk vuqcU/k ds fcUnw 14 ds vuqlkj 'kkfLr Hkh olwy dh tkosxh A okgu dks czsd Mkmu rHkh ekuk tkosxk tc okgu ds ;kf=;ksa dks nwljh okgu esa LFkkukUrfjr dj xUrO; ds fy;s Hkstk tkosxkA ;fn okgu vius xUrO; LFkku ij ,d /kaVk foyEc rd igqWap tkrh gS rks czsd Mkmu ugha ekuk tkosxk vfirq 'krsZ la[;k&21 esa of.kZr izko/kkukuqlkj foyEc ls vkokxeu ds fy;s 'kkfLr jkf'k olwy dh tkosxhA

30- ekxZ esa ;fn fuxe dh Lo;a dh okgu ;k fuxe dh vU; dksbZ vuqcfU/kr okgu czsdMkmu vFkok nq?kZVukxzLr gks tkrh gS rks ml okgu ds ;kf=;ksa dks vuqcfU/kr okgu ls Hkstus dk vf/kdkj fuxe dks vFkok mlds deZpkjh dks gksxk A vfrfjDr ;kf=;ksa ds fy, fdlh izdkj dk vfrfjDr Hkqxrku fuxe }kjk ns; ugh gksxk ysfdu ;k=h u mBkus dh f’kdk;r ij fuxe vuqcfU/kr okgu dks vuqcU/k ls gVk ldsxk rFkk Hkfo"; ds fy, ml okgu dks rFkk ml okgu ekfyd ds vU; okgu dks fuxe }kjk vuqcfU/kr ugh fd;k tkosxk A

31- vkxkj izHkkjh vFkok fuxe eq[;ky; }kjk vf/kdr̀ dksbZ vf/kdkjh vFkok deZpkjh ;kf=;ksa dh lqfo/kk dks /;ku esa j[krs gq, vuqcfU/kr okgu ds lapkyu lacaf/kr le; lkfj.kh esa ifjorZu dj ldsxk rFkk bl laca/k esa ,sls vf/kdkjh }kjk tkjh fd;s x;s funsZ’kksa dk ikyu f}rh; Ik{k dks djuk gksxkA vkns’kksa dh vogsyuk djus ij vkxkj izHkkjh ,sls okgu ds lapkyu dks cUn dj ldsxkA ftlds fy;s 'krZ la[;k 14 ds vuqlkj fu/kkZfjr jkf’k f}rh; i{k ds ns; Hkqxrku ls olwyh dh tk;sxh A okgu iqu% fuxe eq[;ky; ds vkns’kksa ls gh lapkyu esa okfil yh tk ldsxh A

32- bl vuqcU/k dks iathc) djokus ls lacaf/kr uksu T;wfMfL;y LVkEi isij Qhl o vU; lHkh izdkj ds O;; f}rh; Ik{k }kjk ogu fd;s tkosxsa A

33- ;fn vuqcfU/kr okgu dk ekfyd vFkok okgu pkyd fdlh Hkh vokafNr dk;Z esa fyIr vFkok mlls lacaf/kr ik;k x;k rks vU; dkuwuh dk;Zokgh ds lkFk lkFk fuxe fcuk iwoZ lwpuk fn;s vuqcU/k fujLr dj ldsxk A

34- vk;dj laca/kh fu;eksa ds vUrZxr f}rh; Ik{k dks fn;s tkus okys fdjk;s dh jkf’k esa ls fu/kkZfjr izfr’kr ds vuqlkj vk;dj lacaf/kr vkxkj izHkkjh }kjk fdjk;s dk Hkqxrku djrs le; dkVk tkosxk A ;fn f}rh; Ik{k lacaf/kr vk;dj vf/kdkjh ls vk;dj u dkVus ds ckjs esa izek.k Ik= izLrqr dj ns rks ,sls futh okgu ekfydksa ls vkxkj izHkkjh vk;dj ugh dkVsxasA lsokdj dh ns;rk okgu Lokeh dh gksxhA okgu Lokeh }kjk tek ugha djkus ij ;fn fuxe dks Hkqxrku djuk iM+s rks okgu Lokeh dks Hkqxrku fd;s tkus okys fdjk;s esa ls e; tqekZus ds izFke i{k }kjk dkVk tkosxkA

35- cl ij fy, x;s dtZ@_.k ,ao vU; leLr nsunkfj;ksa ,ao vU; fdlh Hkh izdkj dh ftEesnkjh ds fy, okgu Lokeh Lo;a gh ftEesnkj gS] fuxe blesa dksbZ e/;LFk ugh gS A

36- **jktLFkku jkT; iFk ifjogu fuxe ** ’kCn okgu lapkyu ls iwoZ okgu ds nksuks rjQ pkj bUp ds eksVs v{kjksa‘esa fy[kokus gksxsa A blds vfrfjDr okgu ds vxzHkkx ¼foUMLdzhu½ dh ckWbZ fn’kk esa vkxkj dk uke] ekxZ dk uke] ifjpdz dh le; lkfj.kh rFkk vU; ’kCn tks fuxe ds fu;ekuqlkj okgu ds fdlh Hkh Hkkx ij fy[kokuk vko’;d le>k tkos] fy[kokus gksxasa A bl ij gksus okyk O;; f}rh; Ik{k dks gh ogu djuk gksxk A f}rh; i{k dks fuxe }kjk fu/kkZfjr MsLVhus’ku cksMZ vkofUVr lsok ds ekxZ ds fy, vius O;; ls cuokuk gksxk A vuqcU/k lekIr gksus ij okgu dk dyj Ldhe ,oa mDr fy[kkoV vfUre Hkqxrku ls iwoZ ifjofrZr djkus ¼gVkus½ dk nkf;Ro okgu Lokeh dk gksxkA ;fn okgu Lokeh }kjk larks"kizn :i ls bls ugh ifjofrZr fd;k x;k rks f}Rrh; i{k dh ykxr ij fuxe }kjk djk fn;k tkosxk A

37- fuxe }kjk tkjh fd;s tkus okys lHkh izdkj ds uksfVl nLrkost rFkk vU; dh tkus okyh dk;Zokgh izcU/k funs’kd] jktLFkku jkT; iFk ifjogu fuxe vFkok fuxe ds vU; vf/kdr̀ vf/kdkjh }kjk dh tkosxh A

38- jkT; ljdkj ds ;krk;kr foHkkx@eksVj xSjst }kjk fujh{k.k djkdj izek.k Ik= izkIr djus ds ckotwn Hkh izcU/k funs’kd }kjk vf/kd̀r fdlh Hkh vf/kdkjh@ deZpkjh }kjk f}rh; Ik{k ds okgu dk fujh{k.k djkus dk lokZf/kdkj fuxe dk lqjf{kr gS A

39- vuqPNsn 28 esa of.kZr izFke vof/k ds lkFk lkFk le; ij c<kbZ xbZ vof/k iw.kZ gksus ij gh izfrHkw jkf'k uks&M~;wt izek.k i= izkIr djus ds i'pkr~ ykSVk;h tk ldssxh A

40- fuxe }kjk okgu dh f’kdk;r ;k ;kafU=d] ckWMh ,oa lhVks dh fLFkfr [kjkc gksus ij ;fn f}rh; i{k mlesa lq/kkj ugh djokrk gS rks fuxe fcuk fdlh uksfVl ds vuqcU/k lekIr dj okgu gVk ldsxk ,oa blls gq;s uqdlku dh HkjikbZ okgu Lokeh ds fcy ls fuxe }kjk dj yh tkosxh A

41- fuxe vkxkj] dsUnzh; dk;Z'kkyk o Vk;j IykUV esa vko';drkuq:i Vk;j ys tkus o ykus ds fy;s f}rh; i{k dh okgu dks mi;ksx esa fy;k tk ldsxk A Vk;j ykus o ys tkus esa fuxe ds ifjpkyd o vuqcfU/kr okgu ds pkyd nksuksa gh leku :i ls ftEesokj gksaxs A

42- f}rh; Ik{k fcuk izFke Ik{k dh iwoZ fyf[kr vuqefr ds viuh okgu esa lhVsa c<kus] de djus vkfn dk dksbZ ifjorZu

Signature and Seal of the Bidder

Page 40 of 51

ugha djsxk A 43- f}rh; Ik{k ij tkjh fd;s tkus okys uksfVlksa dh rkehy iw.kZ le>h tk;sxh A ;fn ,sls uksfVl vuqcfU/kr okgu ds

pkyd vFkok ekfyd dks fn;k tkos vFkok jftLVªh ds tfj;s f}rh; i{k vFkok mlds }kjk vf/kd̀r O;fDr ds irs ij tks fuxe dk;kZy; esa miyC/k gks] Hksts tkos] f}rh; i{k ;k muds vf/kd`r O;fDr }kjk O;fDrxr #i ls dksbZ Ik= ysus ls bUdkj djus dh fLFkfr esa okgu lapkyu ls gVkus ds fy, fuxe vf/kd̀r gksxk A

44- vkosnudrkZ vuqcaf/kr okgu dk Lo;a ekfyd gksuk pkfg,A 45- vuqcaf/kr okgu ds ykHk&gkfu esa lapkfyr gksus ds fy;s okgu Lokeh dks ftEesnkj ugha ekuk tkosxkA 46- f}rh; Ik{k }kjk fn;s x;s uksfVlksa dh rkehy fuxe ij rc gh iw.kZ le>h tkosxh tcfd ,sls uksfVl dh jlhn fuxe

ds lacaf/kr vf/kdr̀ vf/kdkjh ds }kjk tkjh dj nh tkrh gS vFkok izcU/k funs’kd] jktLFkku jkT; iFk ifjogu fuxe dks jftLVªh ds tfj;s uksfVl Hkst fn;k tkrk gS ysfdu U;kf;d izdj.k esa uksfVl Vsyhxzke ¼rkj½ ls rHkh ekU; gksxk tc blesa iw.kZ fooj.k lfgr vk’k; Li"V gks o fuxe }kjk vf/kd`r O;fDr us izkIr fd;k gksA

47- okgu Lokeh dks vuqca/k ds le; fufonk 'krksZa ds vuqlkj 5 izfr’kr lqj{kk jkf’k fMekaM MªkQ~V@78 ekg ds fy;s oS?k cSad xkjUVh@,Q-Mh-vkj- ds #i esa fuxe dks nsuh gksxh ftl ij fdlh izdkj dk C;kt ,oa [kpZ bR;kfn fuxe }kjk ns; ugh gksxk A lQy fufonknkrk dh vjusLV euh lqj{kk jkf’k esa lek;ksftr dh tk ldsxh A 5 izfr’kr lqj{kk jkf’k dh x.kuk fuEu jkf’k ij dh tkosxh %& vkns’kkuqlkj vuqca/k ij yh tkus okyh clksa dh la[;k x 425 fdeh- x 365 fnol x vuqcU/k dh vof/k x izfr fdeh- fu/kkZfjr nj ¾ 5 izfr’kr lqj{kk jkf’k dh x.kuk gsrq dqy jkf’k

48- bl vuqca/k ds vUrxZr ** QkslZ estj DykWt^^ foRrh; fcM dh 'krksZa ds fcUnq la[;k ,e ¼i½ ls ¼v½ ds vuq:Ik nksuks i{kksa dks ekU; gksxk A

49- ;fn vuqcU/k ds fdz;kUo;u ds laca/k esa nksuksa Ik{kksa ds chp esa fdlh izdkj dk fookn mRiUu gks tkrk gS rks ekeys ds fuiVkjs ds fy, izFke Ik{k fuxe ds v/;{k@v/;{k ,oa izcU/k funs'kd (As the case may be) vFkok muds }kjk euksfur vf/kdkjh ;g tkurs gq;s fd os izFke i{k fuxe ds vf/kdkjh gSa] ,dy iap fu.kkZ;d gksxsaa ,oae~ iap fu.kkZ;d dk fu.kZ; nksuksa i{kksa dks ck/;dkjh ,oa vfUre gksxk] dksbZ Hkh i{k ekeys dks iap fu.kZ; ds fy;s izLrqr fd;s fcuk fdlh Hkh U;k;ky; esa ugha tk ldsxk A rFkk lEkLr U;kf;d fooknksa dk U;k; {ks= t;iqj gksxk A

50- fufonk esa of.kZr lHkh 'krsZ Hkh vuqcU/k dk Hkkx gksxhA 51- vuqcU/k Hkkjr esa izpfyr dkuwuksa ds vUrxZr ekU; gksxkA 52- mijksDr vuqcU/k rFkk fufonk izi= esa vafdr leLr izko/kkuksa o ’krkZas ¼tks fd bl vuqca/k dk Hkkx gksxh ½dh Lohd̀fr

ekurs gq, nksuks Ik{k vkt fnukad &&&&&&&&&&&& dks gLrk{kj vafdr djrs gSa A ;g vuqcU/k LosPNk ls fcuk fdlh ncko ,oa iw.kZ gks'k&gokl ls fu"ikfnr fd;k gS A

gLrk{kj gLrk{kj

eq[; izca/kd okgu Lokeh

xokg % xokg%

1- 1-

Signature and Seal of the Bidder

Page 41 of 51

Signature and Seal of the Bidder

Page 42 of 51

Signature and Seal of the Bidder

Page 43 of 51

Signature and Seal of the Bidder

Page 44 of 51

Signature and Seal of the Bidder

Page 45 of 51

Signature and Seal of the Bidder

Page 46 of 51

Signature and Seal of the Bidder

Page 47 of 51

V. BROAD SPECIFICATIONS FOR DELUXE 2X2 (STAR LINE)12 Mtr. BS-III BUSES

1 Design of the coach (model

latest like Super luxury

segment buses )

Latest like Super luxury segment buses ie Volvo/ Scania/ Mercedes

design conforming to All India Tourist Permit Regulation and Broad

Specifications of RSRTC to the extent possible.

2 Type of chassis on which

coach to be fabricated.

The buses to be hired should be fabricated on brand new BS III 12 Mtr. chassis of Leylend/ Tata/ Eicher and any other suitable chassis

with rear air suspension & front webller / air suspension .

3 No. & type of passenger &

driver seats:

1. 2x2 reclining readymade passenger bus seats of Harita make .

No. of passenger seats should be as per AIS 052.

� Driver seat should also be provided of Harita make.

4 Back to back seat distance

and leg space

As per All India Tourist Permit Regulations.

5 Over all height /width/

length of bus and clear width

of passenger door

Conforming to All India Tourist Permit Regulation –

6 Flooring 12mm high density BWR plywood with non-skid Vinyl flooring “Ecoflex

Gamma (Gerflor)” 1.9 +/- 0.15mm thickness.

7 Width of gangway Minimum 410 mm

8 Type of rear dickey As per design of the firm providing sufficient luggage room. Appx.

1620x2380mm/ HT 2480x855/1130 mm. Floor should be of CR MS 14G

sheets or GI 16G sheet. Telescopic shock absorber should be heavy duty

and additional stay rod should be provided with door.

9 Side dickey As per design of the firm on LH side.

10 Spare wheel carrier To be provided on left side of the vehicle with proper opening duly covered

and opening for chassis number be provided.

11 Type of front wind screen

glasses (laminated)

Front wind screen should be in one piece laminated of size 98”x67” and

glass should be as prescribed in All India Tourist Permit Regulation with the

provision of colour film on top thereby allowing some shade to the driver.

Thickness of the glass should be as per firm’s own design preferably 9 mm

thick (4.0+0.76+4.0). The wind screen glass should be fixed with EPDM

rubber glazing preferably.

12 Rear wind screen glasses Rear wind screen glass in one piece duly rubber glazed as per firm’s own

design conforming to the provision of All India Tourist Permit Regulations.

13 Window glasses Top fixed glasses and at bottom sliding type in single conforming to the

provision of All India Tourist Permit Regulations, thickness of glasses as per

Signature and Seal of the Bidder

Page 48 of 51

firm’s own design preferably of 5 mm & size should be preferably suitable

for 1500 mm window bay size centre to centre. All window glasses should

be gap free and rattle free & Mazda bend type.

14 Type of structure As per firm’s own design integral type duly mig welded, MS (CR) GI Tubular

structure conforming to the dimensions of the All India Tourist Permit

Regulations.

15 Interior decoration Complete interior finishing of passenger & driver compartment shall be of

ABS 3 MM thickness with proper beading at joints.

16 Passenger door Manually operated swivel type like VOLVO door matching with the body

design. Location of door to be at ahead of front axel. The opening system

should be of heavy duty type for smooth, gap and rattle free operation of

passenger gate. The width of the gate shall be as per provision of All India

Tourist Permit Regulations.

17 Emergency door To be provided as per All India Tourist Permit Regulations and as per AIS-

052.

18 Parcel rack Spacious parcel racks of size 550x230 mm, it should also have the provision

of reading light above each on twin seat, speaker, call bell switches,

trimmed in ABS plastic.

19 Outer paneling a. Roof in GP sheet duly mig welded.

b. Sides of galvanized pre-coated stretch panel of 1 mm

thick between waist rail to floor level.

c. With the provision of folding type lower side panel of 10G

thick aluminium sheet.

d. Rest as per design of the firm.

20 Wiper machine 2 Nos. Electric wiper motors to be provided, one each separately for driver

and conductor side. Wiper shall be heavy duty type fitted with Pantograph

Arms and Blades.

21 Type of bonnet This should be so designed, that it may facilitate, easy maintenance,

removal and fitment of FI pump and air cleaner and should have proper

dust proofing arrangement.

22 Skirt height Skirt height to be maintained 18” from ground level without compromising

appearance and get up of the bus.

23 Wheel Arch There should be adequate gap between, tyre in the inflated position and

wheel arch, without compromising “get up” of the bus.

24 Driver door hinges Driver door hinges should be provided in front position. Driver door should

be half.

25 Tool box To be provided on LH side of vehicle and should have provision for

accommodating tomy bar and jack along with other tools.

26 Lighting arrangement Adequate Nos. of Fancy tube lights with in built night lamp to be provided

for proper light inside passenger saloon. Rest light arrangement as per

provisions of All India Tourist Permit Regulations. Back light to be chamber

Signature and Seal of the Bidder

Page 49 of 51

NOTE-

1 The material should be as per specifications of AIS 052. 2 No. of passenger seats should be as per AIS 052. 3 In case of any ambiguity between the specifications/drawings mentioned in this RFP

/Bid & AIS-052, the later would prevail.

GENERAL MANAGER (Engineering)

type.

27 Front grill As per dimensions recommended by chassis manufacturer for sufficient and

adequate air intake.

28 Window latches Window latches should be “Heavy Duty Type”/Superior Quality for proper

and “deep gripping”; so that the glasses may not open automatically while

negotiating bump and speed breaker.

29 Ventilators To be provided As per All India Tourist Permit Permit, Regulations with

water and dust proof arrangement.

30 Driver cabin partition Full partition with provision of gate to be provided between driver &

passenger cabin with door closure.

31 Provision of coach fans 13 Nos. of heavy duty fans of 8” size “Remi” make preferably without

carbon brushes/maintenance free to be provided (12 Nos. in saloon and 1

No. in driver cabin)

32 Head light 4 Nos. rectangular/elliptical types.

33 Battery box To be provided on the left side of the vehicle.

34 Colour scheme As per All India Tourist Permit Regulations. PU paint of Asian PPG

(DELTRON)/Akzonobel (SIKKENS) be used.

35 Miscellaneous fittings to be

provided

a. Sun visor

b. Low tone air pressure horn

c. Conductor seat folding type and adjustable

d. First aid box

e. Suggestions box

f. Curtains velvet

g. New design wheel caps

h. Fire extinguisher as per AIS -52.

i. Fog lamps-2 Nos.

j. Half seat covers

36 others � Provision for installation of CC camera and GPS system be

made in each vehicle.

� LED Destination display board with connection should be

provided at front & rear wind screen. � Socket should be provided on each piller in saloon for charging

of Mobile/Laptop

Signature and Seal of the Bidder

Page 50 of 51

Signature and Seal of the Bidder

Page 51 of 51

RAJASTHAN STATE ROAD TRANSPORT CORPORATION, JAIPUR

U.O.NOTE

Please find enclosed herewith a NIT for hiring of 500-3X2 SUPER EXPRESS BLUE LINE BUSES, 200 DELUXE 2X2 (STAR LINE) and 100 SLEEPER 2X1 Non-A/C 12 Mtr. BS-III BUSES ON KM. BASIS for various Depots of RSRTC to publish in One National level daily English news paper and One state level daily news paper on 6th December 2016. The detailed information of the Bid will be available at RSRTC website- http://transport.rajasthan.gov.in/rsrtc/ Or http://sppp.rajasthan.gov.in and also on https://eproc.rajasthan.gov.in after 06.12.2016.

Online Bids will be accepted on above website up to 26.12.2016

till 16.00 Hrs. and will be opened on 27.12.2016 at 11.00 Hrs. in the

office of the undersigned.

Executive Director (Traffic)

Executive Manager (PR) RSRTC, Head Office, Jaipur U.O.Note No.: F13/Tr./PVC/16/2048 Dated 05-12-2016