Downloaded from

Similar documents
TENDER FOR EMPANELMENT OF MANUFACTURERS/SUPPLIERS FOR SUPPLY & INSTALLATION OF MODULAR FURNITURE AT BANK S VARIOUS OFFICES/BRANCHES PAN INDIA

ITEM RATE TENDER TENDER No. 14 / / ELDB

NOTICE INVITING TENDERS FOR

NCC Infrastructure Holdings Limited

STATE BANK OF INDIA PREMISES & ESTATE DEPARTMENT 3 RD FLOOR, LOCAL HEAD OFFICE BHADRA, AHMEDABAD PH : (079)

Department of Civil Engineering - CHENNAI

PREQUALIFICATION DOCUMENT

NORTH EASTERN REGIONAL AGRICULTURAL MARKETING CORPORATION LTD. (NERAMAC) (A GOVERNMENT OF INDIA ENTERPRISE) EXPRESSION OF INTEREST FOR

APPLICATION FORM FOR ENLISTMENT OF VENDORS

THE INSTITUTE OF CHARTERED ACCOUNTANTS OF INDIA (ICAI) APPLICATION FOR

Empanelment of Graphic Design House and Printing Agency

MINISTRY OF HEALTH & FAMILY WELFARE, GOVERNMENT OF INDIA (Department of AYUSH) Tender. For

NATIONAL ZOOLOGICAL PARK MATHURA ROAD, NEW DELHI

SITC of RFID Car Parking System including Manpower support and CAMC भ रत य वम नपत तन प र धकरण AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT, CHENNAI

NATIONAL ZOOLOGICAL PARK MATHURA ROAD, NEW DELHI

KSBCL/SYS 2 020/ Date: 22/03/2014. Notice for Time Extension. Sub: Information Security Management System Implementation

West Bengal State University

LIFE INSURANCE CORPORATION OF INDIA Divisional Office, 2 nd floor Jeevan Prakash Building, G.T.Road, Masoodabad, Aligarh

Empanelment of Consultancy Firms

to up to 16:00 hrs up to 16:00 hrs. Downloading of the documents Last date of submission of the bid

NOTICE FOR THE EXPRESSION OF INTEREST (EOI) : (REVISED)

a) For Electrical Safety Audit

Bank of Baroda Lucknow NOTICE FOR PRE-QUALIFICATION FOR ENGAGEMENT OF CONTRACTOR

Institute of Leadership Development

Invitation of Proposals for Empanelment of Agency for 3 rd party Inspection

TENDER NOTICE FOR ENGAGEMENT OF REPUTED AGENCY FOR PROVIDING NURSING & PARAMEDICAL STAFF ON CONTRACT BASIS

PRE-QUALIFICATION NOTICE FOR EMPANELMENT OF ARCHITECTS/CONSULTANTS

Advertisement/ Bid Inviting Notice

Contractors who are desirous of tendering for above work and fulfills the Following requirements shall be eligible to apply:

Indian Institute of Information Technology, Design and Manufacturing, Kurnool (IIITDM Kancheepuram Campus) Chennai Tender Document.

STATE BANK OF INDIA EMPANELMENT OF AUDITORS FIRE SAFETY AUDITOR ELECTRICAL SAFETY AUDITOR TABLE OF CONTENTS: IMPORTANT DATES:

REQUEST FOR PROPOSAL OF EMPANELMENT & ANNUAL RATE CONTRACT OF SUPPLIERS FOR STATIONERY ITEMS

Aliah University. along with signed Application and Declaration (Annexure III).

REQUEST FOR PROPOSAL (RFP)

Online tender for preparation of Coffee Table Book on turnkey basis.

WEBEL TECHNOLOGY LIMITED

Empanelment of Event Management and Public Relations (PR) Organisations

RFP FOR ENGAGMENT OF CHARTERED ACCOUNT

TENDER DOCUMENT FOR INVITING BIDS PREPARATION & INSTALLATION OF TEMPORARY HOARDINGS

Uttar Pradesh State Industrial Development Corporation

TENDER DOCUMENT FOR PREPARATION & INSTALLATION OF POLE KIOSKS FOR VIBRANT GUJARAT 2017 SUMMIT

: 2018_AAI_9051_1) NOTICE INVITING

Tender Notice No: 4/2018 dated: 17/07/2018

ENGINEERING PROJECTS (INDIA) LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) CORE 3, SCOPE COMPLEX, 7 LODHI ROAD NEW DELHI

Request for Proposal. For. Selection of Architectural Consultants. For IT CAPACITY BUILDING & TRAINING CENTRES. Madhya Pradesh

APPLICATION FORM FOR REGISTRATION OF CONTRACTORS (Please attach the documents as per Annexure Numbers mentioned in the form)

Expression of Interest (EOI)

ENLISTMENT OF CONTRACTORS FOR CIVIL, ELECTRICAL AND INTERIOR WORKS

Corporation Bank (A Premier Public Sector Bank)

HEAD OFFICE, THIRUVANANTHAPURAM TENDER NOTICE. Tender No.: KFC/ TDR 1/BD 1 /14-15 Dt:

Selection of Creative Agency For Graphic Design and Art Work for Advertisement & Promotion

CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD P.O BOX NAIROBI

SOFTWARE TECHNOLOGY PARKS OF INDIA

Section 5: Technical Proposal- Standard Forms

AIRPORTS AUTHORITY OF INDIA. NIT No. : AAI/AT/AGM(EE)/e-NIT-07/ Dt. 14/09/2017 NOTICE INVITING e-tender (3 Covers Open Tender)

EXPRESSION OF INTEREST

FOR SUPPLY & PROVIDING LOCKER CABINETS OF DIFFERENT CONFIGURATION FOR STATE BANK OF INDIA BRANCHES AT DIFFERENT LOCATIONS IN THE STATE OF TELANGANA

SURAT SMART CITY DEVELOPMENT LTD.

ALLOTMENT OF SPACE IN IT Parks INDORE, BHOPAL & JABALPUR ON RENTAL BASIS

TENDER DOCUMENT. For Selection of Surveyor Agency for Survey works at Panagarh Industrial Park of WBIDC

RFP for Empanelment of Interior Furnishing Contractors

SALARIES AND REMUNERATION COMMISSION STANDARD PROCUREMENT

TENDER FOR PROVIDING CREATIVE DESIGNING SERVICES for Vibrant Gujarat Summit 2015 (02/VG2015) Asia. Gujarat. Gujarat: Land of Opportunities

INDUSTRIAL EXTENSION BUREAU (indextb) A Government of Gujarat organisation

REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY COUNTY TREASURY P.O. BOX MAKUENI

Request for Expression of Interest

Request For Proposal for Deployment of Hardware, Software and Manpower for OPD Management at District Head Quarter Hospital, Puri.

Expression of Interest (EOI) For LEARNING MANAGEMENT SYSTEM

Application Form For Enlistment Of Contractors & Architects

Government of Bihar. STATE HORTICULTURE MISSION Barrack No. 13, Main Secretariat, Patna

PREQUALIFICATION DOCUMENT

M P STATE ELECTRONICS DEVELOPMENT CORPORATION LTD (A Govt. of M.P Undertaking) Tender No: MPSEDC/TRIBAL/VC/DCGM/2018/374 Dated

Indian Highways Management Company Limited Expression of Interest

REQEUEST FOR EXPRESSION OF INTEREST (REOI) FOR OIL, CENTRE OF EXCELLENCE FOR ENERGY STUDIES (COEES) BUILDING AT GUWAHATI IN ASSAM

ISO 9001:2008 TENDER FOR SUPPLY, INSTALLATION, CONFIGURATION & TESTING RACK SERVER. Tender No. - NTSC/WST/Software Purchase/ /92

SELECTION OF JOINT VENTURE PARTNER NAGAPATINAM DISTRICT REQUEST FOR PROPOSAL

REGISTRATION FOR SUPPLY OF MATERIALS, TOOLS, EQUIPMENTS AND TEACHING MATERIALS FOR POLYTECHNICS

Creation of Corporate Film for India Brand Equity Foundation (IBEF)

TENDER DOCUMENT FOR SELECTION OF SOCIAL MEDIA AGENCY FOR ANNUAL MEETING OF AFRICAN DEVELOPMENT BANK

Computer Centre, DAVV, Indore Khandwa Road Indore

INVITATION TO BID. ITB-214/17 Rehabilitation and Reconstruction of Fallujah Bridge Anbar Governorate, Iraq

NABET Accreditation Criteria for QMS Consultant Organizations (ISO 9001: 2008)

REQUEST FOR PROPOSAL(RFP) FOR EMPANELMENT OF ARCHITECT/INTERIOR DESIGNER

EMPANELMENT OF CONTRACTORS FOR ELECTRICAL TURNKEY PROJECTS

INDIAN INSTITUTE OF TECHNOLOGY, BOMBAY ESTATE OFFICE. Annexure I (Terms & Conditions)

F.No.:C(878)AKB/IC/UKHRUL/NEC/ Dated 30/06/2017

EMPANELMENT OF NEWS PAPER ADVERTISING AGENCIES FOR BANK S ADVERTISEMENT IN THE STATE OF KARNATAKA

APPLICATION FORM FOR GRANT OF PERMISSION FOR SETTING UP COMMUNITY RADIO STATION (FM) (To be submitted in Quadruplicate)

Background 1.1. Industrial Extension Bureau (indextb)

VIJAYA BANK. (A Government of India Undertaking) Head Office at No.41/2, M.G. Road Phone: BANGALORE

Request for Proposals (RFP) The provision of Media Monitoring and Analyses services to the CSIR. RFP No. 770/09/06/2017

Central Bank Of India Regional Office,

Request for Proposals (RFP) The provision of transport law specialist services for subsidised public transport contracts for the CSIR

RFP for Design, print and production of the Annual Report for India Brand Equity Foundation

Bangalore International Airport Limited INFORMATION DOCUMENT

Telecommunications Consultants India Ltd. (A Government of India Enterprise)

Office of The Chief District Medical & Public Health Officer, Puri.

EXPRESSION OF INTEREST

SELECTION OF TRAINING INSTITUTES

AIRPORTS AUTHORITY OF INDIA ENGINEERING WING(ELECTRICAL) SILCHAR AIRPORT

Transcription:

UTTAR PRADESH STATE ROAD TRANSPORT CORPORATION TENDER - FORM For HIRING OF VENDORS FROM PUBLISHING HOUSE/ PRESS/AGENCY FOR EMPANELMENT FOR PRINTING & SUPPLY OF PRINT MATERIAL IN UPSRTC Issued By: U. P. S. R. T. C.

UTTAR PRADESH STATE ROAD TRANSPORT CORPORATION, TEHRI KOTHI, M.G.MARG, LUCKNOW Tel.- 0522-2622363 / 2628461 / 2629914, Fax. 2274578 web site Sl. No. Cost of document : Rs. 1000+VAT Received Cash/D.D.... Signature with seal... Issued to M/S ------------------------------------------------------------------------------------------------------------- -------------------------------------------------------------------------------------------------------------- TENDER - FORM For HIRING OF VENDORS FROM PUBLISHING HOUSE/ PRESS/AGENCY FOR EMPANELMENT FOR PRINTING & SUPPLY OF PRINT MATERIAL IN UPSRTC 1. Name of Company/ Firm/Individual 2. Address: (a) Permanent (b) Present (c) e-mail address 3. Phones ------------------------------------------------------------------------------- 4. Credentials of key person ------------------------------------------------------------------------------- -------------------------------------------------------------------------------

TABLE OF CONTENTS GENERAL 1.0 SCOPE OF WORK 2.0 BIDDING PROCESS 3.0 QUALIFICATION OF BIDDERS 4.0 GUIDELINES FOR SUBMISSION OF TECHNICAL BID (Envelope-A) 5.0 PRESCRIBED FORMATS FOR SUBMISSION (Envelope-A) 6.0 GUIDELINES FOR SUBMISSION OF FINANCIAL BID (Envelope-B) 7.0 SELECTION/ EVALUATION CRITERION 8.0 GENERAL CONDITIONS 8.1 DISQUALIFACATION 8.2 VALIDITY OF PROPOSAL 8.3 UPSRTC s RIGHT TO ACCEPT OR REJECT PROPOSAL s 8.4 ACCEPTANCE OF BIDS 8.5 SIGNING OF THE AGREEMENT 8.6 STAMP DUTY 8.7 PAYMENT TERMS 8.8 PENALTY FOR DELAY IN PAYMENT 8.9 HANDING OVER ADVERTISING SPACE TO THE BIDDER 8.10 LOSS/DAMMAGE TO MEDIA 8.11 TERMINATION OF CONTRACT 8.12 EXCEPTIONAL CIRCUMSTANCES AND FORCE-MAJEURE 8.13 REGULATORY FRAMEWORK 8.14 DISPUTE RESOLUTION 8.15 TAXES 8.16 PROHIBITED ACTIVITIES Annexure- I, II, III & IV

-1- TENDER DOCUMENT FOR EMPANELMENT OF VENDORS FOR PRINTING & SUPPLY OF PRINT MATERIAL Uttar Pradesh State Road Transport Corporation, a U.P. Government undertaking, invites application from Publishing House, Media group, Press/Agency for empanelment of vendors for stationary & Print matter viz, Brochures, Leaflet, Poster, Booklet, Time table, Souvenir, Survey form etc and other materials 1.0 SCOPE OF WORK (a) (b) The Vendor will be allotted the tender for the term of two years. The entrepreneur can procure brochure, leaflet, Poster, Booklet, Time Table, Souvenirs, Magazine, Survey form & Supply of all Stationary materials on various types of papers. Rates of various papers with printed material rates will have to be quoted. 2.0 BIDDING PROCESS The Bidders are required to submit their Proposals in two separate envelopes, as detailed below, at Uttar Pradesh State Road Transport Corporation, Head Quarter, M.G. Marg, Lucknow only. 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 of Rs.1000+VAT favouring SECRETARY, UPSRTC, payable at LUCKNOW, towards the cost of document. The envelopes of technical and financial bids should have name duly mentioned boldly on the envelopes without which the bid will be treated as disqualified. Envelope A Submission of Technical Bid Submission of Technical bid, page No. 1 of this document along with a bank draft of Rs.50000/- (Rupees Fifty thousand only) (annexure-i), (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. The envelope shall necessarily be accompanied by the certified copies of P/L statement, balance-sheet, for the period (financial year) of 2010-11, 2011-12, and 2012-13 and Income Tax Returns for the assessment year of 2011-12, 2012-13, and 2013-14 else the financial bid of the participant bidder will not be opened. Envelope B Submission of Financial Bid The Financial Bid must be given in annexure-iv of this document. The financial bid form must be filled in as per instructions in 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 bids.

-2-3.0 QUALIFICATION OF BIDDERS The bidder should submit certified copies of PROFIT/LOSS statement and balance sheet for the financial year 2010-11, 2011-12, and 2012-13 and Income Tax Returns for the assessment year of 2011-12, and 2012-13 and 2013-14 to meet following eligibility criteria That the bidder has a minimum average annual turnover of Rs. 35 lacs per year. Bidder should have minimum three years experience in the field of printing & supply of print material. 4.0 GUIDELINES FOR SUBMISSION OF TECHNICAL BID (Envelope-A) Name of Firm/Company Type of Firm/Company (WhetherProprietary/Partnership /Pvt. Ltd./Public Ltd..) Mailing Address of Registered Office: Website Address: Telephone No., FAX No. Mailing Address of local Shop/ Branch Office(if any): Contact Person Name & Designation Telephone No., FAX No. Email Category Of Vendor (Please tick whichever is applicable) Details of item category for which Registration is sought Description of Items: Whether your firm is Registered under (Please tick whichever is applicable and attach the photo copies of current Registration certifiacate and other documents) CST / VAT / TIN No. (Attach attested Copies) Income tax Permanent Account No. (Attach Photocopy of PAN) Trade License; Factory License. No. (Attach attested copies) Annual Turn Over for last 3 years (Attach copy of Certificate duly certify by chartered Accountant) 1. SSI/NSIC/DGTD/DGS & D/ BIS. 2. District Industries Center 3. Partnership Act 4. Proprietorship firm 5. Indian Company Act 1956 6. With any Govt. undertaking/debt. F.Y. 2011-12 F.Y. 2012-13 F.Y. 2013-14

Name & Address of Banker/s -3- Bank A/C No. & TGS Details If manufacture :- Name & address of your Authorized Dealer/Distributors If an authorized Dealer/Stockiest : Details of item under Authorized agency to be indicated (Attach photocopy of Certificated) Attested Xerox Copies of Purchase orders received from Govt. Institutions/ PSU/ Reputed Organization, for supply of similar materials (for which the firm wants to be Registered), to be submitted Whether ISO-9001/2000 certified? If yes, to submit attested Xerox copy of same (For manufacturers only) You are capable of executing supply order to UPSRTC Lucknow (Mention the monetary limit as per point no. 3.12) Whether your firm/company has been blacklisted by any of the Central / State Government PSU, University, Institute, any other Organisation. (Attach a notarized certificate Whether payment after delivery, acceptance and installation is acceptable Whether Technical Literature and catalogue of product is attached in original Application Form & Registration Fees Submitted Not Submitted Submitted Not Submitted v Upto Rs. 1.00 Lakh v Rs. 1 Lakhs to Rs. 10 Lakhs. v Rs. 10 Lakhs to Rs. 25 Lakhs v Rs. 25 Lakhs to Rs. 50 Lakhs v Rs. 50 Lakhs and above Certificate Enclosed Yes Yes No Yes No Yes No No Amount D.D. No. Date Bank Name : Declaration i. This Registration shall not bind SPMU-UPSRTC Lucknow to give any priority or preference in the issue of any tenders/ enquiries and placement of purchase orders. ii. I/We declare that the information furnished above is true to the best of my/ our Knowledge and belief. iii. I/We agree to deposit EMD/S.D. Separately as may be required by the condition of tenders / rate contract to be issued by SPMU UPSRTC Lucknow from time to time. iv. This Registration Shall be used for Limited Tender Enquiry & for Rate Contracting the firms by UPSRTC Lucknow. v. I/We have gone through each & every terms & conditions written in the document provided with the vendor registration form. I/We declare that all the terms & conditions of SPMU-UPSRTC UP are acceptable to me/us. Signature Name & Seal of the Authorized Person/s

-4- a) The Bidder may be a single entrepreneur, a partnership firm/ Proprietorship firm or 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 technical proposal submission date, would not be eligible to submit any technical proposal 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 the tendering process. 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 technical proposal 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. d) Qualification of a Bidder to participate further in the selection process would depend upon its meeting the general eligibility and qualification criteria. e) In case of technical Bid 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 six months from the date of submission of technical proposal. f) The bidder shall furnish the required Financial and Technical details in the prescribed formats, including supporting documents. g) The authorized signatory must sign all the pages of the Technical Bid along with his name and official seal. h) The technical Bid 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 technical Bid. 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, technical proposal submitted shall include the following information: PARTICULARS FORMATS Structure & Organization A (ANNEXURE-I) Turnover of the Bidder B (ANNEXURE-II) Experience in similar field C (ANNEXURE-111) While submitting the formats duly filled in, the bidders may enclose latest copies of brochures and technical documentation giving any other additional information about the bidder and all the parties of the Entity, if any.

-5-6.0 GUIDELINES FOR SUBMISSION OF FINANCIAL BID (Envelope-B) Following points should be taken care of while submitting the BID The bidder shall have to submit separate rates for Printing of various categories in different envelopes with name of the categories on the top of each envelope in Format D (ANNEXURE-IV). 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 field to one or more than 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 quality based lowest rates per page/per thousand pages/per ten thousand pages/per fifty thousand pages/ per one lack page. 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 nonresponsive. 5) Failed to provide any clarifications related thereto. 6) Where the bidder has already submitted the tender document and is a member of a Entity which has already submitted the technical Bid or vice versa. 7) The entrepreneur sub-leases the space to any other. 8) 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. 9) 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 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.

-6-8.4 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). 8.5 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. 8.6 STAMP DUTY The stamp duty shall be charged as per prevailing rate. Any expenditure on stamp duty, documentation etc., incurred on registration would be borne by the successful bidder. 8.7 PAYMENT TERMS a) Rupees five lakh shall have to be deposited as security money within fifteen days from the date of issue of letter of award before signing of the agreement as advance payment for three months, in the form of Demand Draft/ Banker s Cheque only favouring Secretary UPSRTC, payable at Lucknow b) Notwithstanding anything contained hereinbefore or hereinafter, the security money deposited by the successful bidder as per clause a) above, shall only be returned to the depositor (successful bidder), only after the adjustment of any amount due, whatsoever, from the successful bidder to Corporation. 8.8 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 @ 1% per daybut if the contractor fails to deposit the dues within thirty days, the Managing Director shall have the right to terminate the contract after issuing a show-cause notice and providing 15 days time for its reply. However the penalty @1% shall continue till the date of final payment. 8.9 HANDING OVER OF ADVERTISING SPACE TO THE BIDDER The empanelment for the Vendor for the above matter would be given to the successful bidder for specific period of two years. 8.10 LOSS/ DAMAGE TO MEDIA UPSRTC shall not be responsible for any loss / damage to the bidder, whatsoever arising out of agreement under this tender document. 8.11 TERMINATION OF CONTRACT: a) Both the parties shall be free to terminate the contract by giving three months advance notice. b) If the contractor fails to fulfill his obligations, the contract shall be terminated and the security money shall be forfeited. 8.12 EXCEPTIONAL CIRCUMSTANCES AND FORCE MAJEURE In circumstances such as wars, invasion, armed conflict or act of 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

-7- geological conditions which are 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. 8.13 REGULATORY FRAMEWORK The 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 protection of environment, safety etc., and also abide by the directives issued by the Government or Implementing Agency of various rules and regulations and or UPSRTC in this regard from time to time, in accordance with the provisions of the operation of the Agreement or the laws for the time being in force. 8.14 DISPUTE RESOLUTION Any dispute between 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) Subject to as aforesaid, the provision of the Arbitration and Conciliation Act 1996 or any statutory modification or re-enactment thereof and the rules made there under and for the time being in force, shall apply, to the arbitration proceeding under this clause. (c) 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. (d) All disputes shall be under the jurisdiction of court at Lucknow. 8.15 TAXES Any form of Govt. taxes shall paid and borne by the bidder. 8.16 PROHIBITTED ACTIVITIES The successful bidder(s) shall not be permitted to use on the print matter, any immoral adverse sentiment provoking religious, communal or political sentiments display which is contrary. to the national interest or detrimental to the integrity or sovereignty of the country and as per the applicable Law of the state Govt.and Govt of India. 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 (CAMD/MKTG.), UPSRTC, PRIVAHAN BHAWAN,TEHRI KOTHI, M.G. MARG, LUCKNOW. PHONE: 0522-2622363

-8- ANNEXURE-I 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.

-9- ANNEXURE-II FORMAT- B Financial Credentials (Rs. in lacs) Note: DESCRIPTION Annual Turnover 2010-2011 2011-2012 2012-2013 supporting document enclosed in TECH propasal (form A) 1. Attach copies of the audited financial statements of last three financial years. 2. Solvency certificate of the entity duly certified from the bankers. Avg. of 3 years

-10- FORMAT C Experience in media projects usage. Note: ANNEXURE-III Experience in media projects refers to the projects of Advertising/ Publicity, Media buying or Name / Description of the Project Client Experience as Contractor or/ Sub-Contractor / Developer Year Amount (in Rs.) 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.

FORMAT D -11- UTTAR PRADESH STATE ROAD TRANSPORT CORPORATION PARIVAHAN BHAVAN, TIHRI KOTHI, LUCKNOW- 226001 PHONE- P.B.X.- 2225439, 2222363, 2228461 FAX : 0522-2274526, 2228841,2274578 FINACIAL BID FORM ANNEXURE- IV Name of the bidding firm:------------------------------------------------------------------------------------------------------------------- Address of the bidding firm:---------------------------------------------------------------------------------------------------------------------------------------------------------- ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- (A) S. No. Item Names G.S.M. Rates per 100 Rates per 1000 Rates per 10000 Rates per 50000 (B) 1 Leaflet (Color) 2 Brochure (Color) 3 Survey Form (Color) 4 Survey Report 5 Booklet S. No. Item Names G.S.M. Rates per 100 Rates per 1000 Rates per 10000 Rates per 50000 (C) 1 Magazine 2 Time-Table 3 Annual Report S. No. Item Names G.S.M. Rates per page 1 Poster- A 4 2 Poster- A 3 (D) Capability of executing supply order S. No. Mention the monetary limits 1 Up to Rs 1.00 lakh 2 Rs 1.00 lakhs to Rs 10.00 Lakhs 3 Rs 10.00 lakhs to Rs 25.00 Lakhs 4 Rs 25.00 lakhs to Rs 50.00 Lakhs 5 Rs 50.00 lakhs & above Total Bid amount/annum. Rs. Rates must be quoted for all the Items. Sample paper of (A) S.No. 2 & (B) S.No. 1 will have to submit to maintain quality. SIGNATURE: NAME: DESIGNATION/SEAL:

-12- Uttar Pradesh State Road Transport Corporation Parivahan Bhavan, Mahatma Gandhi Marg, Lucknow -226001. (UP) (A Govt. of U.P. Undertaking) (Fax & Tel No: 0522-2623578 ask for extension) Tender Notification No : 120 CAMD/14-68 CAMD/14 Dated : 21.03.2014 UPSRTC invites tender for the empanelment of vendors from Publishing house, Printers, Design house, Advertising Agency for printing & printing material viz., poster, leaflet, booklet, brochures, time-table, souvenirs, magazine, annual report etc. a. Sale of document start 21.03.2014 b. Submission of Proposals UPSRTC 03.04.2014 Head Quarters up to 03:00 P.M. 03.04.2014 c. Opening of Technical Proposal (Envelope-A) at 03:30 P.M. d. Venue UPSRTC, Tehri Kothi, M.G. Marg, Lucknow 226001. e. Tender fees 1000+VAT Tender form can be purchased from our office or downloaded from our website. Corrigendum/Addendum, if any, shall be uploaded on our website only. Tenderers are advised to visit the website frequently till the date of bidding. (ADDITIONAL MANAGING DIRECTOR)