Downloaded from

Similar documents
Downloaded from

ITEM RATE TENDER TENDER No. 14 / / ELDB

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

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

Department of Civil Engineering - CHENNAI

PREQUALIFICATION DOCUMENT

NATIONAL ZOOLOGICAL PARK MATHURA ROAD, NEW DELHI

NCC Infrastructure Holdings Limited

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

NATIONAL ZOOLOGICAL PARK MATHURA ROAD, NEW DELHI

Ministry of Health and Family Welfare Government of India UTTAR PRADESH DISTRICT LEVEL HOUSEHOLD AND FACILITY SURVEY ( ) Facility-Survey

Govt. of Uttar Pradesh Department of Agriculture, Uttar Pradesh Directorate of Agriculture, Krishi Bhawan, Madan Mohan Malviya Marg, Lucknow

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

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

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

Formulation of District and Divisional Health Partners Forum

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

र य व य मशन च क स व य एव प रव र क य ण र य क य म ब धन इक ई वश ल क ल स, 19-A, वध नसभ म ग, लखनऊ

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

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

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

TENDER DOCUMENT FOR INVITING BIDS PREPARATION & INSTALLATION OF TEMPORARY HOARDINGS

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

NOTICE INVITING TENDERS FOR

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

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

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

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

Advertisement/ Bid Inviting Notice

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

Request for Expression of Interest

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

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

West Bengal State University

Uttar Pradesh State Industrial Development Corporation

RFP for Export Reports generation and maintenance for India Brand Equity Foundation (IBEF)

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

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

PAKISTAN CIVIL AVIATION AUTHORITY REQUEST FOR PROPOSAL ENERGY PERFORMANCE CONTRACT AT JINNAH INTERNATIONAL AIRPORT

Advertisement No. : 1/2013

: 2018_AAI_9051_1) NOTICE INVITING

WEBEL TECHNOLOGY LIMITED

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

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

PREQUALIFICATION DOCUMENT

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

General Terms and Conditions

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

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

Design concept for Fairs and Exhibitions

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

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

Bangalore International Airport Limited INFORMATION DOCUMENT

Institute of Leadership Development

RFP FOR ENGAGMENT OF CHARTERED ACCOUNT

IICA-Centre of Business Innovation REQUEST FOR PROPOSAL STUDY OF INCUBATION BY CORPORATE IN INDIA. Indian Institute of Corporate Affairs

REQUEST FOR PROPOSAL (RFP)

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

APPLICATION FORM FOR ENLISTMENT OF VENDORS

Empanelment of Consultancy Firms

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

SELECTION OF JOINT VENTURE PARTNER NAGAPATINAM DISTRICT REQUEST FOR PROPOSAL

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

Background 1.1. Industrial Extension Bureau (indextb)

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

Notice Inviting Tender

ENLISTMENT OF CONTRACTORS FOR CIVIL, ELECTRICAL AND INTERIOR WORKS

PREQUALIFICATION DOCUMENT FOR VARIOUS CATEGORIES

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

SALARIES AND REMUNERATION COMMISSION STANDARD PROCUREMENT

RFP for Designing Branding Creatives for India s participation at MSV Brno as Partner Country for India Brand Equity Foundation

REQUEST FOR PROPOSAL (RFP) FOR LOCAL COUNSEL LEGAL REPRESENTATION FOR LYCOMING COUNTY IN POTENTIAL OPIOID- RELATED LITIGATION

PRE-QUALIFICATION NOTICE FOR EMPANELMENT OF ARCHITECTS/CONSULTANTS

Indian Highways Management Company Limited Expression of Interest

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

RFP for Empanelment of Interior Furnishing Contractors

SURAT SMART CITY DEVELOPMENT LTD.

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

Expression of Interest (EOI)

Request for Proposals (RFP) Moving office furniture from building 3A to building 22 and other CSIR store areas (in building 35 and 36)

Request for Proposal (RFP) For. Selection of Vendor for Maintenance of Computer Systems under Annual Maintenance Contracts for Delhi and NCR Area

Empanelment of Graphic Design House and Printing Agency

No.: JTRI/Mang.Trg.-IIM-28/ Dated: 02 nd Jan., 2015

RESPONSE TO QUERIES Request for Proposal for Empanelment of Consultants for Appraisal of Detailed Project Reports (DPRs) for Industrial Projects

RFP for designing of the Annual Report for the Department of Commerce

REQUEST FOR PROPOSAL DESIGN BUILD PUBLIC WORKS BUILDING. March 2017

Request for Empanelment (RFE) of. Facilitators

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 (EOI) For LEARNING MANAGEMENT SYSTEM

CORRIGENDUM 1. Request for Proposal (RFP) for Project Management Consultancy Services

TOWNSHIP OF LAKE OF BAYS R.F.P REQUEST FOR PROPOSAL

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

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

SOFTWARE TECHNOLOGY PARKS OF INDIA

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

REQUEST FOR PROPOSALS

APPLICATION FORM FOR PERMISSION FOR SETTING UP COMMUNITY RADIO STATION (Seven Copies to be submitted)

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

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

The International Centre Goa Dr. E Borges Road, Dona Paula Goa Tel: Website:

Transcription:

1 UTTAR PRADESH STATE ROAD TRANSPORT CORPORATION TENDER - FORM for HIRING OF SPACES FOR ADVERTISEMENT/ PUBLICITY IN UPSRTC Issued By: U. P. S. R. T. C.

2 Sl. No. UTTAR PRADESH STATE ROAD TRANSPORT CORPORATION, TEHRI KOTHI, M.G.MARG, LUCKNOW Tel.- 0522-2622363 / 2628461 / 2629914, Fax. 2274578 web site Cost of document : Rs1000+VAT Received Cash/D.D.... Signature with seal... Issued to M/S -------------------------------------------------------------------------------------------------- ----------------------------------------------------------------------------------------------------------------------- TENDER - FORM for HIRING OF SPACES FOR ADVERTISEMENT/ PUBLICITY IN UPSRTC 1. Name of Company/ Firm/Individual 2. Address: (a) Permanent (b) Present (c) e-mail address 3. Phones 4. Credentials of key --------------------------------------------- --------------------------------------------- ---------------------------------------------

3 TABLE OF CONTENTS GENERAL 1.0 SCOPE OF WORK 2.0 BIDDING PROCESS 3.0 QUALIFICATION OF BIDDERS 3.1 GUIDELINES FOR SUMISSION OF TECHNICAL BID 3.1.1 FORMATS 3.2 GUIDELINES FOR SUBMISSION OF FINANCIAL BID 4.0 SELECTION/ EVALUATION CRITERION 5.0 GENERAL CONDITIONS 5.1 DISQUALIFICATION 5.2 VALIDITY OF PROPOSAL 5.3 UPSRTC S RIGHT TO ACCEPT OR REJECT PROPOSALS 5.4 ACCEPTANCE OF BIDS 5.5 AWARD OF OPERATION 5.6 SIGNING OF THE AGREEMENT 5.7 STAMP DUTY 5.8 PAYMENT TERMS 5.9 PENALTY FOR DELAY IN PAYMENT 5.10 HANDING OVER OF ADVERTISING SPACE TO THE BIDDER 5.11 LOSS/ DAMAGE TO MEDIA 5.12 TAXES 6.0 TERMINATION OF CONTRACT 7.0 EXCEPTIONAL CIRCUMSTANCES AND FORCE MAJEURE 8.0 REGULATORY FRAME WORK 9.0 DISPUTE RESOLUTION 10.0 PROHIBITED ACTIVITIES ANNEXURE-I SPACE AVAILABLE- BUS STATION WISE ANNEXURE-II SPACE AT PLATEFORMS ANNEXURE-III FINANCIAL BID FORM FOR BUS STATIONS ANNEXURE-IV FINANCIAL BID FORM FOR PLATEFORM ANNEXURE-V ALLOTMENT BRIEFS

4 TENDER DOCUMENT FOR HIRING SPACES FOR ADVERTISING /PUBLICITY Uttar Pradesh State Road Transport Corporation, a U.P. Government undertaking having 225 bus stations of its own across the state, carries more than 50 crore passengers annually. UPSRTC in order to explore the opportunity of Advertisement/ Publicity through spaces at bus station, hereby invites detailed proposals as mentioned herein, from interested bidders for participating in the proposed venture of U.P.S.R.T.C. 1.0 SCOPE OF WORK Note: a) The bidder can hire advertising space on bus stations belonging to UPSRTC on a fixed term of (02) two years, and explore the possibilities of Advertising / Publicity. The bid shall be submitted for individual bus stations. Display space available are as per annexure-i & II. In the space area for hoarding/display purpose the successful bidder(s) can put front lit, backlit, glow sign, neon sign or LCD panels. The successful bidder will pay for the electricity consumption where it is being provided by UPSRTC. b) The cost of structures, machines, publicity material and display material shall be borne by the bidder c) All Advertisement / Publicity contracts shall be procured by the successful bidder. d) The peripheral displays shall be erected on UNIPOLE structure at ground level where as for rooftops mild steel (MS) structures may be allowed. e) Displays on the Entry / Exit shall be erected on GANTRIES, with provision for UPSRTC display on 40% area at bidder s development-cost and maintenance.. 1. The successful bidder may be allowed to put up other innovative proposals with their financial offer for execution on the hoarding space allotted to them this however will be allowed on the basis of approval after financial viability and feasibility assessment by Managing Director UPSRTC. 2. No painting or display on boundary walls or buildings will be allowed in any case. 2.0 BIDDING PROCESS The Bidders are required to submit their Proposals in two separate envelopes, as detailed herein after, at Uttar Pradesh State Road Transport Corporation, Head Quarter, M.G. Marg, Lucknow only on or before due date. 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. Envelope A Submission of Technical Bid Submission of Technical proposal in form of signed copy of tender document, page No. 1 of this document along with a bank draft of Rs.500000/- (Rupees Five Lacs only) towards earnest money deposit favouring SECRETARY, UPSRTC, payable at

5 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 payment of security money to be paid to UPSRTC and that of unsuccessful bidder shall be returned to the bidder by registered post. The envelope shall necessarily be accompanied by the certified copies of P/L statement, balance-sheet for the period (financial year) of 2010-2011, 2011-12, 2012-13 and income tax return for the assessment year of 2010-2011, 2011-12, 2012-13 or 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-iii & IV 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 bids. 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 along with income tax return for the assessment year 2010-11, 2011-12, and 2012-13 to meet following eligibility criteria That the bidder has a minimum average annual turnover of Rs. 40 lacs during these years, i.e. the gross bid value / annum of all the categories offered by any bidder should not exceed the average annual turnover for the years mentioned above, else financial bid of such bidder will be summarily rejected. (3.1) GUIDELINES FOR SUBMISSION OF Technical Bid (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 technical bid submission date, would not be eligible to submit any technical bid 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. 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 bid 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.

6 d) Qualification of a Bidder to participate further in the selection process would depend upon its meeting the general eligibility and qualification criteria. e) Where so required, the Bidder should submit Power of Attorney authorizing the signatory of the technical bid document to commit the Bid. 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. i) A affidavit 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. j) All the documents submitted shall be self attested (3.1.1) 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 bid submitted shall include the following information: PARTICULARS Structure & Organization Turnover of the Bidder Experience in similar Projects FORMATS A B C 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. 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.

7 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: Note: 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 2010-2011 2011-2012 2012-2013 supporting Annual Turnover document enclosed in TECH BID (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. FORMAT C Experience in media projects Avg. of 3 years 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

8 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. (3.2)GUIDELINES FOR SUBMISSION OF FINANCIAL BID (Envelope-B) Following points should be taken care of while submitting the Proposal: The bidder shall have to submit rates for individual bus station or for all the bus station put together as per annexure-i and rates for display at platform pillars as per annexure-ii for advertisement rights in different envelopes with category code on the top of each envelope e.g. rates as per annexure-i or rates as per annexure-ii. (4.0) 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 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 highest quoted rates by the bidder. (5.0) GENERAL CONDITIONS: 5.1 DISQUALIFICATION Even though the Bidder meets the pre-qualifying Criteria, they could be disqualified if they have: 1) Submitted the tender document after specified 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) If it is found that his any previous contract any where was cancelled for his default. 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. 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) If any member of an Entity is replaced or withdraws, except without prior written permission of UPSRTC at any stage. 8) The bidder tries to resale the space i.e tries to enter into contract for the space to some entity who is not an advertiser.. 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.

9 (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. (5.2) 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. (5.3) 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. (5.4) 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). (5.5) AWARD OF OPERATION Award of the operation will be approved by a high power committee constituted for this purpose. (5.6) 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. (5.7) 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 (5.8) PAYMENT TERMS a) 50% 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, and another 50% of the gross annual bid value (equivalent to six months rental value) shall have to be deposited before signing of the agreement as advance

10 payment for six months, in the form of Demand Draft/ Banker s Cheque only favouring Secretary UPSRTC, payable at Lucknow b) Beside the above deposit/payment the successful bidder shall have to make monthly rental payments through 12 (twelve) post dated cheques provided to the Corporation at the time of signing of the agreement. c) For the second year the successful bidder shall again have to make monthly rental payments through 06 (six) monthly post dated cheques provided to the Corporation at least three months before the completion of the first year of the agreement. d) The balance payment of last year shall be adjusted from 50% of the gross annual bid value (equivalent to six months rental value) deposited at the time of signing of the agreement. e) 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. (5.9) PENALTY FOR DELAY IN PAYMENT In case of non- clearance or delay in realisation / clearance of the monthly rental instalment of annual bid amount and / or other outstanding dues the contractor shall have to pay penalty @ 1% per day- but 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 but penalty @1% per day shall be calculated till issue is settled. (5.10) HANDING OVER OF ADVERTISING SPACE TO THE BIDDER: a) The SPACES meant for Project would be given to the successful bidder for specific period of two years. b) Part of the media which has already been let out by UPSRTC (annexure-v) before the date of agreement, shall continue with the existing clients, till the date already permitted. However the payment due, based upon agreed rates of successful bidder, against these shall be adjusted in favour of the successful bidder from the date of signing of the contract. (5.11) LOSS/ DAMMAGE TO MEDIA (5.12) TAXES UPSRTC shall not be responsible for any loss / damage to the bidder. Any form of Govt. Taxes shall paid and borne by the bidder. (6.0) TERMINATION OF CONTRACT: a) Both the parties shall be free to end the agreement by giving 3 months advance notice. b) If the bidder fails to fulfill his obligations, the agreement shall be terminated and the security money shall be forfeited. (7.0) EXCEPTIONAL CIRCUMSTANCES AND FORCE MAJEURE:

11 The contractor 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. (8.0) REGULATORY FRAMEWORK: The contractor 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 Agreement or the laws in force. (9.0) DISPUTE RESOLUTION: 1. 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 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. (c) The arbitrator may, from time to time even without consent of the parties, enlarge the time for making and publishing the award. (d) All disputes shall be subjected to jurisdiction of court at Lucknow. (10.0) PROHIBITTED ACTIVITIES The authorised firm shall not be permitted to use the space hired, 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 integrity or sovereignty of the country. To decide upon the effect or impact of any such display which is deemed objectionable by any Regional Manager/unit head 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: THE GENERAL MANAGER (CAMD), UPSRTC, PRIVAHAN BHAWAN, M.G. MARG, LUCKNOW. PHONE: 9415049681

12 Annxure-I Space available for advertising, bid parcel wise Bid Parcel Region & their Station Periphery area Sq. Ft. Roof Top area Sq. Ft. Entry/Exit area Sq. Ft. BP- 1 BP- 2 AGRA (1) Idgaah 21595 2420 406 (2) Transport Nagar 4829 10688 1132 (3) Agra Fort 17327 13869 262 (4) Mathura (Bhuteshwer) 27118 0 107 (5) Shamshabad 6590 2540 123 (6) Fatehabad 13382 7938 404 (7) Bah 12107 2361 313 (8) Mathura 22277 16636 329 (9) Govardhan 27673 3937 393 (10) Kagaroul 10319 3351 262 (11) Jagner 17110 5501 262 (12) Tantpur 12065 2924 235 (13) Pinhut 9399 1500 279 (14)Math 9359 1720 236 (15) Naujheel 16639 5466 236 (16) Shergadh 9999 2916 87 (17) Barsana 19879 3433 262 (18) Vrindavan 18035 8142 262 (19) Farah 12660 4554 262 (20) Tundla 11599 4580 365 (21) Saiyaan 11016 0 262 (22) Achnera 11688 2810 483 (23) Raya 13079 2098 262 (24) Chatta 6800 3722 483 (25) Fatehpur Sikri 10934 2580 262 (26) Kosi 29294 4728 297 GAZIABAD (1) Gaziabad 32562 5678 287 (2) Mohan Nagar 8000 0 0 (3) Kaushambi 83598 0 1565 (4) Murad Nagar 11986 0 0 (5) Hapur 13639 5053 262 (6) Khurja 21959 6200 331 (7) Sikandrabad 18893 7308 274 (8) Loni 34218 11294 493 (9) Shahibabad 43496 3580 393 (10) Modi Nagar 151119 11594 131 (11) Buland Shahar 20239 8675 918

BP- 3 BP- 4 BP- 5 BP- 6 BP- 7 13 MEERUT (1) Meerut (Bhaisali) 35890 9166 368 (2) Meerut (Sohrabgate) 19212 0 393 (3) Gadh Mukteshwer 24378 9693 1357 (4) Khatauli 19956 7424 184 (5) Baraut 21397 7891 661 SAHARANPUR (1) Jalalabad 20171 6152 236 (2) Chhutmalpur 19344 4362 131 (3) Saharanpur 11765 4116 303 (4) Mujaffar Nagar 19749 9960 447 (5) Purkazi 17147 0 1573 ALIGARH (1) Aligarh (Ganghai Park) 19207 10157 980 (2) Kasganj 18139 11929 675 (3) Gabhana 12719 1428 93 (4) Aligarh (Masudabad) 17219 4792 470 (5) Allhganj 18213 5437 508 (6) Akrabad 15688 2918 262 (7) Iglaas 9878 0 167 (8) Sansi 7270 3284 205 (9) Khandauli 7371 1495 338 (10) Sadabad 9155 5480 492 (11) Atrouli 10897 4229 658 (12) Khair 9278 0 590 (13) Hathras 21060 7269 590 (14) Etah 18751 3855 673 MORADABAD (1) Moradabad 25192 12058 660 (2) Rampur 7802 0 497 (3) Bijnore 25742 9960 0 (4) Billari 25239 12586 309 (5) Hasanpur 12980 6246 266 (6) Chandpur 11758 3943 131 (7) Noorpur 18090 7064 630 (8) Dhampur 21781 5059 306 (9) Nagina 11069 2817 498 (10) Nazibabad 24566 6333 309 (11) Chandausi 11458 4937 257 (12) Gajraula 12669 4852 262 (13) Nehtaur 17505 4511 335 (14) Shadipur 8639 1980 264 (15) Thankurdwara 24364 0 361 (16) Sirasi 6219 2282 385 BAREILY (1) Bareily 31008 11829 570

BP- 8 BP- 9 BP- 10 14 (2) Bareily Sattelite 18491 3115 0 (3) Nawabganj 19078 2806 244 (4) Dataganj 8786 3037 262 (5) Sahaswan 12170 2751 266 (6) Bisalpur 31080 0 270 (7) Bisauli 8557 3172 688 (8) Badaun 16134 12839 137 (9) Pilibhit 11667 6367 197 HARDOI (1) Sitapur 19457 7188 493 (2) Lakhimpur 12523 4711 266 (3) Shahjahanpur 23191 7108 266 (4) Hardoi 27342 5280 262 (5) Gola 16842 6700 474 (6) Mehmudabad 11875 2719 106 (7) Sidhauli 14956 5239 262 (8) Tilhar 22205 0 0 (9) Katra 18957 5330 929 (10) Kannauj 11557 0 893 ETAWAH (1) Etawah 33683 10161 572 (2) Firozabad 17043 4510 262 (3) Ajitmal 23281 6110 164 (4) Shikohabad 23456 12195 408 (5) Mainpuri 17363 4351 340 (6) Bevar 12446 6086 131 (7) Bhogawan 22088 3016 1017 (8) Chhibramau 13545 3976 141 (9) Frukhabad 23245 5712 303 (10) Gurusahayganj 6053 3463 328 (11) Tirwa 7809 0 150 (12) Oriaya 12574 3600 134 (13) Muradganj 16251 4697 328 (14) Rajpur 15184 2122 131 (15) Karhal 21049 0 694 (16) Safai 23871 7623 393 (17) Kisni 12280 0 1064 (18) Baranhal 15417 0 0 (19) Vidhona 32867 3934 393 (20) Kurvali 11385 3180 670 KANPUR (1) Kanpur (Jhakarkati) 47555 0 0 (2) Unnao 14175 4952 512 (3) Fatehpur 15620 3151 118 (4) Rawatpur 13435 0 573 (5) Ghatampur 13782 6345 262

BP- 11 BP- 12 BP- 13 BP- 14 15 (6) Pukhraniyan 16145 5259 279 (7) Araul 13530 0 153 (8) Bindki 23086 5678 266 (9) Mauranwa 11215 3992 410 (10) Lalauli 10451 1465 168 (11) Jahanbad 18850 4098 238 (12) Mati 38196 0 524 (13) Chunniganj 33693 3732 633 JHANSI (1) Auraia 18207 3478 264 LUCKNOW (1) Kaiserbagh 24721 1639 0 (2) Alambagh 42217 23637 703 (3) Charbagh 488765 10670 1127 (4) Haidargarh 21773 2557 364 (5) Raibareily 17943 3529 264 (6) Bachravan 1190 2382 1554 (7) Barabanki 10348 5067 1644 (8) Salon 7556 1117 138 (9) Shivgarh 19192 0 0 (10) Lalganj 23991 2098 262 (11) Tiloli 10382 4098 606 (12) Deva 37414 1993 262 (13) Ramnagar 11071 0 0 (14) Soraon 11555 3612 680 FAIZABAD (1) Kadipur 18560 3737 361 (2) Jagdishpur 12524 4012 262 (3) Sultanpur 16535 9358 415 (4) Faizabad 17563 15119 624 (5) Amethi 19838 5705 211 (6) Akbarpur 14558 9138 133 (7) Tanda 31296 7188 262 (8) Musafirkhana 7045 4503 133 (9) Inhauna 8085 4067 263 (10) Jamo 12581 1860 626 ALLAHABAD (1) Allahabad (Civil Lines) 29139 6987 729 (2) Allahabad (Zero Road) 21677 10584 605 (3) Pratapgarh 14535 3151 262 (4) Mirjapur 36218 4524 262 (5) Kunda 19631 4098 264 (6) Kalakankar 15317 3669 262 (7) Korawn 8768 2918 372 (8) Saini 14173 5947 133 (9) Sarai Akil 18690 6358 568

BP- 15 BP- 16 BP- 17 16 (10) Patti 8528 3389 233 (11) Madihaan 25168 2879 262 (12) Vindyachal 26307 0 1524 (13) Manjhhanpur 23460 0 0 AZAMGARH (1) Azamgarh 27162 9126 705 (2) Mau 17815 7436 155 (3) Shahganj 1563 5371 570 (4) Balia 17297 5371 795 (5) Dohrighat 18056 7311 135 (6) Atraulia 12581 3541 418 (7) Mariyadpur 4122 2013 131 (8) Madhuvan 17499 2455 116 (9) Belthera Road 22679 8954 364 (10) Mehanagar 10534 3436 842 (11) Ghosi 1888 6675 262 (12) Rasra 22500 0 262 GORAKHPUR (1) Gorakhpur 19869 17630 328 (2) Deoria 28643 7270 84 (3) Basti 19459 8327 270 (4) Gorakhpur (Badghat/Rapti 14153 5016 404 Nagar) (5) Maharajganj 21083 3888 264 (6) Bansi 14680 8518 497 (7) Gauribajar 17094 6583 266 (8) Rudrapur 17505 4393 462 (9) Padrauna 23732 6679 459 (10) Khaliabad 18466 10338 136 (11) Kasya 22654 11198 264 (12) Mehdaval 17265 2456 109 (13) Mukhlispur 22348 3265 514 (14) Dumriaganj 10152 2924 264 (15)Naugarh(S.Nagar) 12031 5105 175 (16) Kaudiram 6524 2757 172 (17) Berhalganj 6624 0 190 (18) Frenda 15579 0 154 (19) Sonouli 17032 0 527 VARANSI (1) Gahazipur 17568 3416 406 (2) Rabertsganj 23424 10426 371 (3) Machhli Shahar 21448 2715 1426 (4) Badshahpur 36611 4758 473 (5) Gyanpur 15823 3016 264 (6) Ahiraura 8514 0 445 (7) Ujiyarghat 17710 10270 347

BP- 18 BP- 19 17 (8) Jamania 8603 2488 262 (9) Sujanganj 11397 2400 115 (10) Chakia 18429 19003 264 (11) Kashi 13576 7221 264 (12) Dhekma 5957.69 3780 352 (13) Jaunpur 26270 7977 269 (14) Varansi 30728 0 0 DEVIPATAN (1) Behraich 192815 3665 1341 (2) Rupaidiha 38385 0 537 (3) Gonda 12283 8910 339 (4) Balrampur 12800 6085 474 (5) Utraula 20799 10319 111 (6) Giloula 7799 195 262 (7) Ikouna 16179 2030 131 CHITRAKOOT (1) Hamirpur 15944 6852 131 (2) Mahoba 24106 7285 264 (3) Raath 31977 7323 159 (4) Banda 21205 10954 264 (5) Atarra 28277 3016 131 (6) Kulphar 11786 1869 129 Display will be allowed as follows- (1) Kaushambi* -25 ft high from 20 ft above ground level (2) Bus stations falling at commissionary head quarters- 20 ft high from 20 ft above ground level (3) Other bus stations- 15 ft high from 20 ft above ground level Display on roof top- (Subject to approval of concerned Regional Manager on the basis of submitted structural details ) (1) For all bus stations- 15 ft above roof top. ADDITIONAL DISPLAY CLARIFICATION:- (1)Hoardings will be allowed inside and along the boundary wall only. (2) Minimum distance between boundary wall and hoarding base allowed is 4 (four) feet. (3) On roof top, only parapet wall will be used to put up hoardings. (4) On entry and exit the GANTRY base will be minimum one meter away on either side along boundary wall from gate pillars. (5) Ground clearance at entry and exit will be 20 ft and display height allowed will be 5 ft. Commissionary and their districts Agra Agra, Firozabad, Mainpuri, Mathura Aligarh- Aligarh, Etah, Mahamaya Nagar (Hathras), Kanshiram nagar

18 Azamgarh- Azamgarh, Balia Mau Allahabad- Allahabad, Kaushambi, Fatehpur, Pratapgarh Kanpur- Kanpur, Kanpur Dehat, Etawa, Farukkhabad, Kannauz, Auraia Gorakhpur- Gorakhpur, Kushi Nagar, Deoria, Maharajganj Chitrakoot- Banda, Chitrakoot, Hamirpur, Mahoba Jhansi- Jhansi, Jalaun (Orai), Lalitpur Devipatan- Gonda, Behraich, Balarampur, Shravasti Moradabad- Moradabad, Biznaor, Rampur, Jyoti ba fule Nagar Meerut- Meerut, Bulandshaher, Gaziabad, Gautambudh Nagar, Bagpat Lucknow- Lucknow, Hardoi, Lakhimpur, Raibareilly, Sitapur, Unnnao Varanasi- Varanasi, Chandauli, Ghazipur, Jaunpur Saharanpur- Saharanpur, Muzaffer Nagar Faizabad- Faizabad, Ambedker Nagar, Barabanki, Sultanpur Bareilly- Bareilly, Badaun, Pilibhit, Shahjahanpur Basti- Basti, Siddharthnagar, Sant kabeer Nagar Vindhyachal- Mirzapur, Sant Ravidas Nagar, Bhadohi, Sonbhadra.

19 Annexure II SPACE FOR ADVERTISEMENT/DISPLAY AT PLATEFORM OF BUS STATIONS OTHER THAN PERIPHERY AND ROOF TOP (1) At Enquiry 3x2 sq.ft (display allowed one per enquiry) (2) Above Fare list 6x2 sq.ft (3) Above time table 6x2 sq.ft (4) On plate form pillers 3x2 sq.ft display board can be hanged. Two boards per pillar back to back, maximum.

20 Annexure-III FINANCIAL BID FORM: FOR BUS STATION PERIPHARY AND ROOF TOP, BID PARCELWISE (AS PER ANNEXURE- I) Name of the bidding firm: Address of the bidding firm: Sr NO. Bid Parcel* RATE PER BID PARCEL PER MONTH 1 BP-1 2 BP-2 3 BP-3 4 BP-4 5 BP-5 6 BP-6 7 BP-7 8 BP-8 9 BP-9 10 BP-10 11 BP-11 12 BP-12 13 BP-13 14 BP-14 15 BP-15 16 BP-16 17 BP-17 18 BP-18 19 BP-19 Note: You may quote rates for individual bid parcel or all the bid parcels put together Theses rates are to submitted in separate envelope. *PLEASE REFER TO ANNEXURE- I FOR DETAIL SIGNATURE: NAME: DESIGNATION:

21 Annexure-IV FINANCIAL BID FORM FOR PLATEFORM SPACE OTHR THAN PERIPHARY AND ROOFTOP AREA AS PER ANNEXURE-II Sr. No. Place & size Rate /month/per display 1 Enquiry 3x2 sq.ft(display allowed one per enquiry) 2 Above Fare list 6x2 sq.ft 3 Above time table 6x2 sq.ft 4 On plate form pillars 3x2 sq.ft Note: rates for each are to be quoted in this format and kept in separate envelope SIGNATURE: NAME: DESIGNATION:

22 SR No. Annexure-V ALLOTMENT BRIEFS- HOARDING/DISPLAY SPACE PLACE OF ALLOTMENT ALLOTMENT AREA PERMISION VALIDITY 1 Kaiserbagh 1200 Sq.ft. Up to 14.11.13 2 Modi nagar 600 sq ft. Up to 30.04.2014

23 U.P. STATE ROAD TRANSPORT CORPORATION HEAD QUARTER TEHRI KOTHI M.G. MARG LUCKNOW-226001 TENDER NOTICE No. 257/CAMD/13-43CAMD/07-TC-Ist DTD 05/08/13 Sealed tenders are invited from parties having minimum three years experience in advertising business for hiring spaces for advertising through hoardings at Bus stations of UPSRTC for fixed term of two years. Tender documents which can be purchased from UPSRTC, Head quarters or same can be down loaded from our website if there is any corrigendum or addendum, same will be displaced on website only. Please do visit our website from time to time before submitting the tender document. Dates to remember are:- 6.8.2013- Tender document's sale starts, 13.8.2013- Pre bid meet at UPSRTC head quarters, Lucknow, 11 AM onwards, 23.8.2013- Tender document's sale ends and submission of tender up to 2PM at UPSRTC head quarters, Additional Managing Director