uttar pradesh state road transport corporation … · 2014-09-16 · uttar pradesh state road...

19
1 UTTAR PRADESH STATE ROAD TRANSPORT CORPORATION TENDER - FORM For “PROVIDING LCD TV PANELS AT BUS-STATIONS FOR PUBLICITY” Issued By: U. P. S. R. T. C. Download from www.upsrtc.com

Upload: others

Post on 28-Mar-2020

6 views

Category:

Documents


0 download

TRANSCRIPT

1

UTTAR PRADESH STATE ROAD TRANSPORT

CORPORATION

TENDER - FORM

For

“PROVIDING LCD TV PANELS AT BUS-STATIONS

FOR PUBLICITY”

Issued By:

U. P. S. R. T. C.

Downlo

ad fro

m

www.upsrt

c.com

2

Note :- This page must accompany Envelope-A. AUTHORISED SIGNATORY OFFICIAL SEAL

a. Sale of document starts. 17.09.2014

b. Submission of Technical & Financial Bid at UPSRTC Head Quarters. 26.09.2014 up to 15:00 Hrs.

c. Opening of Technical Bid at UPSRTC Head Quarters. 26.09.2014 at 15:30 Hrs.

UTTAR PRADESH STATE ROAD TRANSPORT CORPORATION, TEHRI KOTHI, M.G.MARG, LUCKNOW

Tel.-0522-2622363 / 2628461 / 2629914, Fax. 2274578 Website – www.upsrtc.com

Sl. No……………. Cost of document: Rs. 1000 + VAT

Received Cash/D.D. ……….............

Signature with seal ………………...

Issued to M/S -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------

TENDER – FORM

For

“PROVIDING LCD TV PANELS AT BUS-STATIONS FOR PUBLICITY”

1. Name of Company/ Firm/Individual

__________________________________________ __________________________________________ __________________________________________

2. Address: (a) Permanent (b) Present

(c) e-mail address

__________________________________________ __________________________________________ __________________________________________

__________________________________________ __________________________________________ __________________________________________

__________________________________________

3. Phones

---------------------------------------------------------------------- ---------------------------------------------------------------------- ----------------------------------------------------------------------

4. Credentials of key person

Downlo

ad fro

m

www.upsrt

c.com

3

TABLE OF CONTENTS

GENERAL 1.0 SCOPE OF WORK 2.0 BIDDING PROCESS 3.0 TECHNICAL AND FINANCIAL QUALIFICATION OF BIDDERS 4.0 SOQ SUBMISSION 5.0 FORMATS FOR SUBMISSION OF SOQ (ENVELOPE-‘A’) 6.0 GUIDELINES FOR DETAILED PROPOSAL 7.0 SELECTION CRITERION 8.0 GENERAL CONDITION

8.1 Disqualification 8.2 Validity of Proposal 8.3 Bid Security 8.4 UPSRTC’s Right to Accept or Reject Proposals 8.5 Acceptance of Bid 8.6 Award of Contract 8.7 Signing of Agreement 8.8 Stamp Duty 8.9 Payment Terms

8.10 Penalty for delay in payments 8.11 Handing Over Display Spaces 8.12 Loss / Damage to media 8.13 Taxes 8.14 Termination of Contract 8.15 Exceptional circumstances and force-majeure 8.16 Regulatory Framework 8.17 Dispute Resolution 8.18 Prohibited Activity ANNEXURES-I, II & III

Downlo

ad fro

m

www.upsrt

c.com

4

TENDER DOCUMENT FOR PROVIDING LCD TV PANELS AT BUS-STATIONS FOR PUBLICITY

Uttar Pradesh State Road Transport Corporation, a U.P. Government undertaking,

having 242 bus stations of its own across the state, carries more than 54 crore passengers annually. UPSRTC in order to explore the opportunity of Advertisement/Publicity through various possible media hereby invites detailed proposals as mentioned herein, from interested bidders for participating in this proposed venture.

1.0 SCOPE OF WORK a) The selected bidder will be provided an opportunity by UPSRTC on a initial fixed term of

two years (02), to explore the possibilities of advertising / publicity by using LCD TV panels available at bus stations as per annexure-I. The agreement period may be extended for an equal term of another 02(two) years on first right to refusal basis.

The successful bidder will have the rights to use display / advertising time of maximum 320 mins./day limited up to 20 mins./hour, along with UPSRTC's public information content. UPSRTC will bear for the electricity consumption charges but does not commits in any respect to ensure uninterrupted power supply or back-up.

b) The selected bidder will procure display material through his efforts and cost.

c) The number of LCD TV panels as indicated in column no. 4 of annexure-I, are duly fitted, wherein the column no. 5 indicates the no available for fitment elsewhere in the same region. Besides this another 32 no of LCD TV panels will be at successful bidder's discretion and will be allowed for placement/deployment as per his business requirement.

d) The successful bidder will have the right to expand the number of LCD TV panels further up to another 25% with prior approval of the designated officer at UPSRTC Headquarters.

e) The participants may please note that for any important public message UPSRTC will have

the right to over right any on going commercial display/advertisement of successful bidder without any prior or post permission of successful bidder.

Note: The participants may please note that the list contains 10 no. of bus stations namely Sohrabgate (Meerut), Agra Fort, Idgaah (Agra), Transport Nagar (Agra), Alambagh (Lucknow), Jhakarkati (Kanpur), Varanasi Cant, Civil Lines (Allahabad), Kaushambi (Ghaziabad), Rasoolabad (Aligarh) wherein UPSRTC is seeking proposal for development of these bus stations on PPP model .At any stage the sites may be handed over to the selected developer along with the right of advertisement display in favour of selected developer (concessionaire). Thus these sites may not be available to the selected bidder for advertisement rights for entire agreement period.

2.0 BIDDING PROCESS The Bidders will be required to submit their Proposals in three separate

envelopes, as detailed below, at Uttar Pradesh State Road Transport Corporation, Head Quarter, M.G. Marg, Lucknow-226001 on scheduled date and time. Any proposal submitted elsewhere will not be considered. The document downloaded from website or Photostat copies, can also be submitted along with a bank draft / pay order / bankers cheque of Rs.1000+VAT (as applicable) favouring “SECRETARY, UPSRTC, payable at LUCKNOW”, towards the cost of document. The envelopes of technical and financial bids should have category code TVP duly mentioned boldly on the envelopes without which the bid will be treated as disqualified.

Downlo

ad fro

m

www.upsrt

c.com

5

Envelope-A

Submission of Technical Proposal

Submission of S.O.Q. (Statement of Qualification) page No. 2 of this document along with a bank draft of Rs25,000/- (Rupees twenty five thousand only to be submitted separately) favouring SECRETARY, UPSRTC, payable at LUCKNOW, towards the bid security (in a separate cover attached with Envelope-A, but not inside it). The bid security of the successful bidder shall be adjusted towards the payments to UPSRTC. This envelope shall necessarily be accompanied by the certified (by Chartered Accountant) copies of PROFIT/LOSS statement; BALANCE-SHEET for the period (financial year) of 2011-12, 2012-13 and 2013-14 and ITR for the assessment year of 2012-13, 2013-14 & 2014-15 as mandatory requirement of technical bid.

Envelope-B

Submission of Financial Proposal

The Financial Proposal must be given in annexure-II of this document. The financial bid form must be filled in as per instructions on it.

Note:

1-Envelope-A will be opened by the designated in-house committee, and only the qualifying bidders will be intimated to attend the opening of financial bid.

2- Envelope-B of qualified bidders on technical stage only, will be opened after processing Envelope-A and valid Bid Security as mentioned above. The date of opening of Envelope-B shall be informed to the technically qualified bidders on their e-mail address only.

3.0 QUALIFICATION OF BIDDERS The bidder should submit certified (by Chartered Accountant) copies of PROFIT/LOSS

statement and BALANCE-SHEET for the financial year 2011-12, 2012-13 & 2013-14 along with I.T.R. for the assessment year of 2012-13, 2013-14 & 2014-15 to meet following eligibility criteria—

That the bidder has a minimum average annual turnover of Rs. 10 lacs and annual average Net worth of Rs. 5 lacs during these years. The annual total bid value (Bid value divided by no. of years) should not exceed two times the average annual turnover for the years mentioned above; else financial bid of such bidder will be liable for rejection.

Minimum experience of three years in the field of media is compulsory.

4.0 GUIDELINES FOR SUBMISSION OF STATEMENT OF QUALIFICATION (SOQ) (Envelope-A)

a) The Bidder may be a single entrepreneur, a partnership firm, a company incorporated under the Indian Companies Act-1956 or any other legal entity or a group of legal entities which is registered under specific act / regulation before the notification of this tender notice, The term 'Bidder' would therefore apply to all category of entities.

b) Any entity which has been barred by Government of India / any State Government or any of its agencies from participating in tendering or otherwise and the bar subsists as on the SOQ submission date, would not be eligible to submit any SOQ document. Any bidder who has earlier defaulted in payment to UPSRTC or has been associated as director or owner or signatory of such firm / company shall not be eligible to participate in process.

Downlo

ad fro

m

www.upsrt

c.com

6

A notarised affidavit to this effect shall have to be furnished by all bidders irrespective of their legal status.

c) The Bidder shall be responsible for all of the costs associated with the preparation of its SOQ document and its participation in the selection process. UPSRTC will not, in any way, be responsible or liable for such costs, regardless of the conduct or outcome of the selection process.

Note:-The bidder shall submit all the financial documents as Profit / Loss A/C, Balance Sheet, I.T.R., Turnover (FORMAT-B) duly certified by Chartered Accountant.

d) For any such subsidiary company which is seeking qualification on the strength of its parent company, or if such subsidiary company or special purpose company is proposed to be set up afterwards, it would be mandatory for the parent company to provide guarantees and cash security on behalf of such subsidiary company or special purpose company.

e) Qualification of a Bidder to participate further in the selection process would depend upon its meeting the general eligibility and qualification criteria.

f) In case of SOQ by a group of entities, one of the partners shall have to be nominated as

being the LEAD PARTNER (having at least 26% equity stake). Such Entity shall also have to submit a MOU / Agreement signed by all legally authorized signatories having interest in such Entity. The lead partner shall be authorized to incur liabilities and receive instructions from UPSRTC for and on behalf of any and/or all partners of the Entity. The MOU should be valid for the agreement period from the date of signing the agreement.

The MOU should include a description of individual partners along with equity stakes.

Moreover, the partners of the entity shall have to furnish an undertaking or include a clause in their MOU, so as to confirm that prior to the award of advertising space by UPSRTC, they shall form a Joint Venture or a Special Purpose Company, if any, incorporated under the provisions of the Companies Act, 1956, which would execute the project. The “concession” shall be granted to the company incorporated under the Companies Act, 1956, by way of executing the Concession Agreement, between such Company and UPSRTC, by simultaneously obtaining appropriate legal documents for ensuring personal liability of all the partners / shareholders / stakeholders, towards UPSRTC. The lead partner should hold at least 26% equity shares in the paid up capital of such entity and each of the remaining partners shall hold at least 10% equity shares in the paid up share capital. A documentary proof dully certified by a qualified company secretary shall have to be necessarily submitted in this respect.

g) Where so required, the Bidder should submit 'Power of Attorney' authorizing the

signatory of the SOQ document to commit the Bid.

h) The bidder shall furnish the required Financial and Technical details in the prescribed formats, including supporting documents.

i) The authorized signatory must sign all the pages of the SOQ along with his name and official seal.

j) The SOQ should have no overwriting except as necessary to correct errors made by the Bidders themselves, in which case such corrections must be dully signed by the person signing the SOQ.

k) An affidavit should be deposited stating that all the documents submitted along with tender document are true and if found otherwise bidder is solely responsible and is ready to face all action as per rules of land.

Downlo

ad fro

m

www.upsrt

c.com

7

5.0 PRESCRIBED FORMATS FOR SUBMISSION (Envelope-A) The bidders shall provide evidence of their capability (both technical and financial)

and adequacy of resources to carry out the project effectively. To this end, SOQ submitted shall include the following information:

PARTICULARS FORMATS Structure & Organization A Turnover of the Bidder B Experience in similar Projects C

While submitting the formats duly filled in, the bidders may enclose latest copies of broachers and technical documentation giving any other additional information about the bidder and all the parties of the entity, if any.

FORMAT – A

STRUCTURE AND ORGANISATION

1. Name and address of Bidder/ Lead Partner 2. Percentage of holding of the lead partner in the entity. 3. Description of the entity. 4. Number of years in Operation and Principal Lines of

Business.

5. Names and details of associated companies (Parent/ Subsidiary/ Other) to be involved in the project.

SUMMARY OF PARTNERS

1. Name and address of the partner/(s) 2. Percentage of Equity Participation of each of the partners 3. Names and details of associated companies of the partners

(Parent/ Subsidiary/ Other) to be involved in the project.

To be enclosed: 1. Documents certifying Bidders’ legal status. 2. Certificate of incorporation / registration. 3. MOU & Power of Attorney signed by each partner, clearly indicating the lead partner 4. Latest brochures/ organization profiles etc.

FORMAT- B

Financial Credentials (Rs. in lacs)

DESCRIPTION 2011-2012 2012-2013 2013-2014 supporting document enclosed in Technical Bid (form A)

Avg. of 3 years

Annual Turnover

PROFIT/LOSS

Note: 1. Attach copies of the audited financial statements of last three financial years. 2. Solvency Certificate of the entity duly certified from the bankers (amount to be

disclosed by the bank).

Downlo

ad fro

m

www.upsrt

c.com

8

FORMAT – C Experience in media projects

Experience in media projects refers to the projects of Advertising / Publicity, Media buying or usage.

Name / Description of the Project

Client Experience as Contractor or / Sub-Contractor / Developer

Year Amount

Note: Certificates from the client of these projects attesting the satisfactory completion of these projects/ percentage completions of ongoing works should be enclosed in support of the eligibility claim.

6.0 GUIDELINES FOR SUBMISSION OF FINANCIAL PROPOSAL (Envelope-B) Following points should be taken care of while submitting the Proposal:

The bidder will have to submit a consolidated financial offer of annual bid value for the number of LCD TV panels as indicated in annexure-I column 4 & 5. As mentioned in clause-1(d) for any addition of LCD TV panel by the successful bidder (at his cost) he will obtain permission after making payment as applicable rates/unit basis.

7.0 SELECTION/ EVALUATION CRITERION Uttar Pradesh State Road Transport Corporation, based on the above

information furnished by the bidder and any other information provided, may award the project to one of the bidders. The criterion of selection of bidder shall be as under.

The criterion of selection of bidder will be based on the highest quoted rates by the bidder for that particular item category.

8.0 GENERAL CONDITIONS:

8.1 DISQUALIFICATION Even though the Bidder meets the pre-qualifying Criteria, they could be

disqualified if they have:

1) Submitted the tender document after stipulated time on the date mentioned in advertisement.

2) Made misleading or false representations in the forms, statements and attachments submitted in proof of the qualification requirements.

3) Record of poor performance such as abandoning the works, not properly completing the contract, inordinate delays in completion, litigation history, or financial failures are found at any stage.

4) Submitted the tender document which is not accompanied by the required documents or is non-responsive.

5) Failed to provide any clarifications related thereto.

Downlo

ad fro

m

www.upsrt

c.com

9

6) Where the bidder has already submitted the tender document and is a member of any other participating entity which has already submitted the SOQ/ tender document or vice versa.

7) If any member of an Entity is replaced, removed or withdraws, except without prior written permission of UPSRTC at any stage.

8) The successful bidder is not allowed to endorse or assigns the agreement without prior permission of authority (UPSRTC).

9) Any other condition mentioned hereinbefore/ hereinafter.

10) If any such information which would have entitled UPSRTC to reject or disqualify the bidder, becomes known after the bidder has been pre-qualified, UPSRTC reserves the right to cancel the pre-qualification of the bidder at any later stage, without assigning any reason thereof.

11) Where the Applicant is a Joint Venture/ Partnership firm or an entity of similar nature, UPSRTC may disqualify the entire entity for any of the reasons set out above, even if it applies in respect of only one member of the Entity.

12) Any bidder shall not be allowed to form joint venture(s) or Entity with other bidders or to change the partner or structure of the joint venture or Entity if the bidder in the first stage was a joint venture or Entity. Specific provision is as hereunder:

a. Qualified bidders shall not be allowed to amalgamate or form joint ventures with other pre-qualified bidders.

b. The Lead member of bidding Entity cannot be changed. Any such change or withdrawal of a Lead member shall result in disqualification of the Applicant except with the written permission of UPSRTC.

Bidders who canvass or attempt to influence the pre/ post-qualification or selection process shall necessarily be disqualified from the process at any stage.

8.2 VALIDITY OF PROPOSAL

The proposal submitted by the bidder shall be valid for a period of 6 (Six) months from the specified date for submission.

8.3 BID SECURITY: Proposals must be accompanied with a bid security (in a separate cover), which

will be of an amount as mentioned earlier in 2.0.

8.4 UPSRTC’s RIGHT TO ACCEPT OR REJECT PROPOSALS Notwithstanding anything contained in this Proposal, UPSRTC reserves the right

to accept or reject any or all proposals, and to cancel the bid process, at any time, without incurring any liability to the affected Bidder or Bidders and without any obligation to inform the affected Bidder or Bidders of the grounds for such rejection.

8.5 ACCEPTANCE OF BIDS:

After evaluation of the bids and approval of the award by the UPSRTC, a letter of acceptance of the bid will be issued by the UPSRTC in favour of the successful bidder(s).

Downlo

ad fro

m

www.upsrt

c.com

10

8.6 AWARD OF OPERATION

Award of the operation will be approved by a high power committee constituted for this purpose.

8.7 SIGNING OF THE AGREEMENT:

The agreement shall be signed by the bidder or its authorised signatory and the officer(s) authorized on behalf of the UPSRTC.

8.8 STAMP DUTY

The stamp duty shall be charged as per prevailing Act. Any expenditure on stamp duty, documentation etc., incurred on registration would be borne by the successful bidder

8.9 PAYMENT TERMS

a) 10% of the gross annual bid value shall have to be deposited as security money within fifteen days from the date of issue of letter of award in the form of demand draft.

b) The annual bid amount shall be payable in 12 equated advance monthly instalments, in the shape of PDCs. bearing the same date as is the date of signing the agreement, payable at par at Lucknow. The successful bidder as a mandatory condition of the agreement will provide another set of 12 PDC's at least 60 days before the completion of first year.

8.10 PENALTY FOR DELAY IN PAYMENT

In case of non- clearance or delay in realisation / clearance of the EMI of annual bid amount and / or other outstanding dues the contractor shall have to pay penalty @ 0.1% per day- but if the contractor fails to deposit the dues within seven days. The Managing Director the designated authority shall have the right to block the display/advertisement of the clients of the successful bidder and initiate the proceedings to terminate the contract after issuing a show-cause notice and providing 07 days time for its reply.

8.11 HANDING OVER OF ADVERTISING SPACE TO THE BIDDER:

a) The LCD TV panels meant for Project will remain with UPSRTC. The successful bidder will have to provide the display material to the designated officer of the UPSRTC who in turn will get it uploaded through the monitoring station for the purpose.

b) The designated officer will have the right and authority to regulate the content's quality and quantity.

c) The successful bidder will be informed on any objection (if there is any) within next working day through e-mail.

8.12 LOSS / DAMMAGE

UPSRTC shall not be responsible for any business loss / damage to the bidder. Since the successful bidder is not being assigned the rights to physically handle the TV panels so in any case if the successful bidder or his representative causes any loss or damage to the provided TV panels it shall be recovered on actual cost basis.

Downlo

ad fro

m

www.upsrt

c.com

11

8.13 TAXES

Any surcharge, tax, levy or any statutory payment due toward any government agency shall be borne by the bidder. In case of service tax imposed by the government the payment of the tax shall be the liability of the bidder.

8.14 TERMINATION OF CONTRACT:

a) If the contractor fails to fulfill his obligations, the contract shall be terminated and the security money shall be forfeited without assigning any reasons.

b) Both the parties shall be free to end the agreement by giving three month advance notice.

8.15 EXCEPTIONAL CIRCUMSTANCES AND FORCE - MAJEURE:

(A) The successful bidder must get an insurance done from the insurance company established under law of the land for safety of his investment in infrastructure and related display material etc. However in circumstances such as wars, invasion, armed conflict or act of foreign enemy, riot, insurrections, act of terrorism, sabotage, criminal, damage or threat of such act nuclear explosion, radioactive or chemical contamination, any effect of the natural elements, including geological conditions which was not possible to foresee and to resist, and which are beyond the control of either party to the agreement shall be grounds enough for seeking relief in monthly due amount of annual charges. The Managing Director UPSRTC however shall have the right to allow rebate up to 10% during the entire contract period against this project .for any such situation which he deems necessary to support transparent and honest business relationship, subject to a maximum of 05% of total annual bid value during a year.

(B) That if in any condition UPSRTC could not provide LCD TV panels as indicated in annexure - I to the successful bidder than in that case under authority default the apportioned annual bid value per panel and extra 10% discount will be given to successful bidder for the period of non-display which will be adjusted against his payment to maintain the good business condition.

8.16 REGULATORY FRAMEWORK: The successful bidder will be obliged to protect the national interests like

national security whenever necessary and required. They will abide by various statutory requirements relating to display and advertisement in terms of directives, advise, rules and regulations as applicable from time to time issued by the Government or Implementing Agency or UPSRTC in this regard.

8.17 DISPUTE RESOLUTION:

Any dispute between the UPSRTC and the contractor will be settled as follows:

(a) All disputes between the parties arising out of contract, shall be referred for Arbitration to the Managing Director or an officer, not below the rank of General Manager of the corporation, and nominated and appointed by Managing Director on his behalf.

(b) The Arbitrator to whom the matter is originally referred, being transferred or vacating his office or being unable to act for any reason, the Managing Director shall be competent to appoint any other officer to act as Arbitrator. Such arbitrator shall be

Downlo

ad fro

m

www.upsrt

c.com

12

(c) Entitled to proceed with the references from stage at which was left by his

predecessor in office.

(d) Subject to as aforesaid, the provision of the Arbitration and Conciliation Act 1996 or any statutory modification or re-enactment there of and the rules made there under and for the time being in force, shall apply, to the arbitration proceeding under this clause.

(e) The party invoking arbitration clause shall specify the dispute or disputes to be referred to arbitration under this clause together with the amount claimed in respect of each such dispute.

(f) The arbitrator may, from time to time even without consent of the parties, enlarge the time for making and publishing the award.

(g) If the amount of award exceeds Rs. 50,000/- (Rupees fifty thousand only), Arbitrator shall be under obligation to pass speaking and reasoned award.

(h) All disputes shall be subjected to jurisdiction of court at Lucknow. 8.18 PROHIBITTED ACTIVITIES

The authorised firm shall not be permitted to use the display-rights, for any immoral display or the display of any adverse sentiment provoking religious, communal or political display which is contrary to the national interest or detrimental to the social and cultural values of public in general, or to the integrity or sovereignty of the country. To decide upon the effect or impact of any such display which is deemed objectionable by the designated officer or any competent authority, the decision of the corporation shall be final and binding. For any objection on quality or contents of display, by any competent authority, UPSRTC will only endorse and acknowledge the legal status of the contractor, who in turn will ensure compliance for its rectification - however no rebate or monetary compensation will be allowed for the same.

For any further detail/ enquiry or clarifications, please contact:

GENERAL MANAGER (C.A.M.D.), UPSRTC, PRIVAHAN BHAWAN,

M.G. MARG, LUCKNOW. PHONE: 0522-2262363

Downlo

ad fro

m

www.upsrt

c.com

13

Annxure-I

Region

(1)

LCDs for Bus Stations

(2)

LCD Planned

(3)

LCD Installed

(4)

LCD Pending

(5) LUCKNOW 24 24 24 0 Alambagh 14 14 Barabanki 3 3 Kaiserbagh 5 5 Raibareilly 2 2 Haidargarh 0 Bachhrava 0 GHAZIABAD 23 23 16 7 Anand Vihar 7 4 Sarai Kale khan 5 Kashmirigate 5 Ghaziabad 0 2 Sikandrabad 2 2 Khurja 2 2 Bulandshahar New 0 2 Bulandshahar 2 2 Kaushambi 0 1 Hapur 0 1 MEERUT 16 16 7 9 Meerut 7 4 Sohrab Gate 5 3 Garhmukteshwar 2 0 Baraut 2 0 MORADABAD 22 22 25 -3 Moradabad 2 5 Rampur 2 5 Nazibabad 2 2 Katghar (Pital Nagri) 2 2 Bijnore 2 4 Dhampur 2 2 Nagina 2 1 Noorpur 2 2 Chandausi 0 0 Nahtaur 2 0 Chandpur 2 1 Amroha 2 1 SAHARANPUR 15 15 7 8 Muzaffarnagar 5 3 Saharanpur 2 1 Dehradun 2 Khatauli 2 1 Chutmalpur 2 1 Shamli 2 1

Downlo

ad fro

m

www.upsrt

c.com

14

AGRA 24 24 24 0 Agra Fort 2 3 Jaipur 2 0 Bah 2 1 Govardhan 2 1 Idgaah 7 4 Mathura 2 1 Transport Nagar ISBT 5 11 Butheshwar 2 3 ALIGARH 16 16 14 2 Aligarh (Gandhi Park) 5 3 Etah 5 2 Hathras 2 3 Kasganj 2 3 Kher Aligarh I Masudabad 2 3 Sadabad Sasni Soron BARELLY 18 18 18 0 Bareilly 7 8 Badaun 2 2 Pilibhit 2 1 Rohailkhand 5 Bisauli 1 Satellite 2 6 HARDOI 14 14 14 0 Hardoi 2 2 Sitapur 2 2 Sidhauli 2 1 Lakhimpur 2 2 Gola 2 2 Mohmadi 1 Shahjahanpur 2 2 Kannauj 2 2 KANPUR 15 15 13 2 Rawatpur 2 0 Unnao 2 2 Fatehpur 2 2 Kanpur Central (Jhakarkati) 7 6 Chunniganj 2 3 ETAWAH 18 18 16 2 Mainpuri 2 2 Firojabad 2 2 Chibramau 2 1 Auraiya 2 1 Sikohabad 2 1

Downlo

ad fro

m

www.upsrt

c.com

15

Saifai 2 2 Etawah 2 3 Bewar 2 1 Farrukhabad 2 3 JHANSI 4 4 3 1 Orai 2 1 Jhansi 2 2 DEVIPATAN 8 8 6 2 Gonda 2 2 Bahraich 2 2 Balrampur 2 2 Rupediya 2 0 FAIZABAD 17 17 14 3 Faizabad 5 6 Sultanpur 2 5 Akbarpur 2 2 Amethi 2 1 Ayodhya 2 0 Jagdishpur 2 0 Musafirkhana 2 0 GORAKHPUR 19 19 16 3 Deoria 2 2 Gorakhpur 5 5 Basti 2 2 Mahrajganj 2 1 Padrauna 2 1 Sonauli 2 1 Kasya 1 Naugarh(Siddharthnagar) 2 1

Raptinagar (Kutcheri Bus Station Gkp) 2 2

AZAMGARH 12 12 10 2 Azamgarh 2 3 Shahganj 2 1 Mau 2 1 Dohrighat 2 2 Ballia 2 2 Belthra Road 2 1 VARANASI 26 26 18 8 Jaunpur 5 4 Ghazipur 2 2 Chakiya 2 Jamniya 2 Aaurai 2 Mugalsarai 2 Robertsganj (Sonbhadra) 2 2 Shaktinagar 2 2 Varanasi Cannt. 5 8

Downlo

ad fro

m

www.upsrt

c.com

16

Vindhyanagar 2 ALLAHABAD 17 17 14 3 Civil Lines 5 2 Zero Road 2 1 Pratapgarh 2 0 Mirzapur 2 2 Lalganj 2 0 Leadar Road Badshahpur 2 1 Prayag 2 8 CHITRAKOOT 10 10 7 3 Banda 2 2 Mahoba 2 1 Rath 2 2 Hamirpur 2 2 Karvi 2

Total 318 266 52

Downlo

ad fro

m

www.upsrt

c.com

17 Annexure-II

FINANCIAL BID FORM: FOR LCD TV PANEL (AS PER ANNEXURE-I)

Name of the bidding firm: -------------------------------------------------------------------------------

Address of the bidding firm:-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------

We hereby offer Rs............................. (..............................................) per annum as consolidated bid rates for bill of quantity as provided in Annexure-I of this document.

SIGNATURE:

NAME: DESIGNATION:

Downlo

ad fro

m

www.upsrt

c.com

18

Annexure-III

Tender No:-…………………………… for………………………………………

TECHNICAL BID

PARTICULARS OF THE TENDERER

Sr. No.

Name and Address of the Firm/Company

Yes No

1. Whether D.D. of Rs. 1000+VAT (Rs. 1050) is provided. 2. Whether Earnest Money of Rs. 25,000.00 with page no 2 is

provided.

3. Whether I.T.R. of 2012-13, 13-14, 14-15 is provided (duly certified by Chartered Accountant).

4. Whether B.S. of 2011-12, 12-13, 13-14 is provided (duly certified by Chartered Accountant).

5. Whether the P/L of 2011-12, 12-13, 13-14 is provided (duly certified by Chartered Accountant).

6. Whether Solvency Certificate (mentioning the amount by the bank) is provided.

7. Whether Experience Certificate for 3 years is provided. 8. Whether Notarized Affidavit stating that documents are correct is

provided.

9. Whether Notarized Affidavit stating that the Firm / Company is not black listed is provided.

10. Whether minimum average annual Turnover of Rs 10 lacs for the year 2011-12, 12-13, 13-14 (duly certified by Chartered Accountant).

11. Whether all the pages of tender form duly signed with seal. 12. Whether minimum average Net Worth of Rs 5 lacs for the year

2011-12, 12-13, 13-14 (duly certified by Chartered Accountant).

Note: Required proof must be enclosed.

Signature of the Tenderer Name Designation Date Stamp

Downlo

ad fro

m

www.upsrt

c.com

19

U.P. State Road Transport Corporation Tehri Kothi, M.G. Marg, Lucknow.-226001 (U.P.)

Tel.- 0522-2622363, 2628461, 2629914, Fax. 2274578 web site – www.upsrtc.com

Tender No.: 360 CAMD/14-71CAMD/14 Dated : 15.09.2014 Tender Notice

PUBLICITY/ADVERTISEMENT ON L.C.D. TV PANELS Uttar Pradesh State Road Transport Corporation invites tender for PROVIDING L.C.D. TV PANELS at bus stations for publicity.

a. Sale of document starts 17.09.2014

b. Submission of Technical & Financial Bid at UPSRTC Head Quarters. 26.09.2014 up to 15:00 Hrs.

c. Opening of Technical Bid at UPSRTC Head Quarters. 26.09.2014 at 15:30 Hrs.

Tender document can be downloaded from our website www.upsrtc.com. Corrigendum / Addendum if any shall be uploaded on our website only. Tenderers are advised to visit the website frequently till the date of bidding. All tender programs will be held at UPSRTC Hqr. TEHRI KOTHI, M.G. MARG, Lucknow-226001 as per mentioned schedules.

G.M. (Marketing)

Downlo

ad fro

m

www.upsrt

c.com