34
The Corrigendum 'SELECTION OF AUTHORISED AGENT FOR OPERATING COURIER AND PARCEL SERVICES THROUGH BUSES OF UPSRTC' Letter No. 87 CAMD/21-128CAMD/19 Dated 11-04-2022 Please refer tender notification no- 82 CAMD/22-128CAMD/19 Dated 06-04-2022 (Tender ID 2022_UPSRT_685521_1) on above subject. The revised bid schedule will be as follows:- Bid Schedule Submission of technical/Financial bid Date- 18-04-2022 Upto 15%00 hrs Opening of technical bid Date- 18-04-2022 At 15:30 hrs Additional Managing Director Downloaded From www.upsrtc.com

selection of authorised agent for operating courier and parcel

Embed Size (px)

Citation preview

The Corrigendum

'SELECTION OF AUTHORISED AGENT FOR OPERATING COURIER AND PARCEL SERVICES THROUGH BUSES OF UPSRTC'

Letter No. 87 CAMD/21-128CAMD/19 Dated 11-04-2022

Please refer tender notification no- 82 CAMD/22-128CAMD/19

Dated 06-04-2022 (Tender ID 2022_UPSRT_685521_1) on above

subject.

The revised bid schedule will be as follows:-

Bid Schedule

Submission of technical/Financial bid Date- 18-04-2022 Upto 15%00 hrs

Opening of technical bid Date- 18-04-2022 At 15:30 hrs

Additional Managing Director

Downlo

aded

From

www.upsrt

c.com

Uttar Pradesh State Road Transport Corporation Parivahan Bhavan, Mahatma Gandhi Marg,

Lucknow -226001. (UP) (Fax & Tel No:0522-2625453 ask for extension)

Notification no 82 CAMD/22-128CAMD/19 Dated: 06-04 -2022

NOTICE INVITING TENDER

"SELECTION OF AUTHORISED AGENT FOR OPERATING COURIER & PARCEL SERVICES THROUGH BUSES OF UPSRTC"

U P State Road Transport Corporation invites bid proposals from eligible bidders for the "SELECTION OF AUTHORISED AGENT FOR OPERATING COURIER & PARCEL SERVICES THROUGH BUSES OF UPSRTC". The tender document can be downloaded from e-tender website https://etender.up.nic.in and referred as view version on www.upsrtc.com. The Bid Schedule with important timelines are as under:

Publication of e-tender on Govt.e-portal https://etender.up.nic.in

07-04-2022

Submission of Technical/Financial Bid 14-04-2022up to 15:00 hrs

Opening of Technical Bid 14-04-2022at 15:30 hrs

Addl. Managing Director

Downlo

aded

From

www.upsrt

c.com

2021

UPSRTC

[Company name]

1/1/2021

SELECTION OF AUTHORISED AGENT FOR OPERATING COURIER & PARCEL SERVICES

UTTAR PRADESH STATE ROAD TRANSPORT CORPORATION 6, MG MARG ,TEHRI KOTHI, PARIVAHAN BHAWAN LUCKNOW 226001

Downlo

aded

From

www.upsrt

c.com

1

UTTAR PRADESH STATE ROAD TRANSPORT CORPORATION

E - TENDER - FORM

For

“SELECTION OF AUTHORISED AGENT FOR OPERATING COURIER & PARCEL SERVICES

THROUGH BUSES OF UPSRTC ”

Issued By:

UTTAR PRADESH STATE ROAD TRANSPORT CORPORATION

6, MG MARG ,TEHRI KOTHI, PARIVAHAN BHAWAN LUCKNOW 226001

Downlo

aded

From

www.upsrt

c.com

2

\ \

UTTAR PRADESH STATE ROAD TRANSPORT CORPORATION,

6, M.G.MARG, LUCKNOW Web site – www.upsrtc.com

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

E-TENDER - FORM

for

SELECTION OF AUTHORISED AGENT

FOR OPERATING COURIER & PARCEL SERVICES THROUGH BUSES OF UPSRTC”

1. Name of Company/ Firm/Individual

2. Address: (a) Permanent (b) Present (c) e-mail address

3. Phones

4. Contact details of key person(Name, designation, contact number, email id and correspondence address)

Official Seal

Downlo

aded

From

www.upsrt

c.com

3

BID SCHEDULE

1 Publication of Tender Document on e-tender portal

https://etender.up.nic.in and www.upsrtc.com T

2 Pre bid meeting at UPSRTC Head Quarters T +14 days

3 Publication of Corrigendum &/or Addendum T1

4 Submission of Technical/Financial Bid T1 +15 days

upto 15:00 Hrs

5 Opening of Technical Bid T1 +15 days at 15:30 Hrs

Downlo

aded

From

www.upsrt

c.com

4

TABLE OF CONTENTS

1.0 Introduction ......................................................................................................................................... 6

1.1 UPSRTC Computerized Parcel and Courier Services Project: ......................... 6

1.2 SCOPE OF WORK :- ............................................................................................. 6

1.2.1 Permissible luggage limit ( VOLUME & WEIGHT) ............................................................... 7

1.2.2 OPERATING SPACE AT BUS STATION:- ..................................................................................... 7

1.2.3 INSURANCE AND LUGGAGE BOOKED ....................................................................................... 7

1.2.4 LIQUIDATED DAMAGES ............................................................................................................. 8

1.2.5 LIABILITY /INDEMNITY ............................................................................................................... 8

2.0 PERIOD FOR OPERATIONAL SERVICE :- ......................................................... 9

2.1 SCANNER & WEIGHING MACHINE :- ................................................................ 9

2.2 DISPLAY OF RATE LIST:- .................................................................................. 9

2.3 OTHER SPECIFICATION :- .................................................................................. 9

2.4 INCENTIVE :- ........................................................................................................ 9

3.0 BIDDING PROCESS :- ....................................................................................... 10

3.1 DOCUMENT COST: ..................................................................................................................... 10

3.2 EARNEST MONEY DEPOSIT (EMD): ............................................................................................. 10

3.3 PERFORMANCE SECURITY: ......................................................................................................... 10

3.4 UPLOADING OF TECHNICAL BID :- .............................................................................................. 10

3.5 SUBMISSION OF FINANCIAL BID :- ............................................................................................. 10

3.6 QUALIFICATION OF BIDDERS :-................................................................................................... 10

3.7 GUIDELINES FOR SUBMISSION OF TECHNICAL BID .................................................................... 11

3.8 PRESCRIBED FORMATS FOR SUBMISSION :- .............................................................................. 11

3.9 GUIDELINES FOR SUBMISSION OF FINANCIAL BID :- ................................................................. 11

4.0 SELECTION / EVALUATION CRITERION :- ...................................................... 12

4.1 GENERAL CONDITIONS :- ............................................................................................................ 12

4.2 DISQUALIFICATION ..................................................................................................................... 12

4.3 EMD FORFIETURE………………………………………………………………………………………………………………….13

4.4 VALIDITY OF PROPOSAL :- .................................................................................................... 13

4.5 UPSRTC’s RIGHT TO ACCEPT OR REJECT PROPOSALS :- ....................................................... 13

4.6 ACCEPTANCE OF BIDS:- ........................................................................................................ 13

4.7 SIGNING OF THE AGREEMENT:- ........................................................................................... 13

Downlo

aded

From

www.upsrt

c.com

5

4.8 STAMP DUTY :- ....................................................................................................................... 13

5.0 PAYMENT TERMS :- ............................................................................................................................ 14

5.1 ......................................................................... PENALTY FOR DELAY IN PAYMENT :-

................................................................................................................................... 14

5.2 LOSS / DAMAGE................................................................................................. 14

5.3 TERMINATION OF CONTRACT:- ....................................................................... 14

5.4 EXCEPTIONAL CIRCUMSTANCES AND FORCE – MAJEURE :- .................... 14

5.5 PROHBITED ITEMS & ACTIVITIES ................................................................... 15

5.5.1 Prohibited Goods not permitted to book in any network ...................................................... 15

5.5.2 Restricted Commodities permitted only with prior approval from the Customs clearance team ................................................................................................................................................. 15

5.5.3 All NDPS prohibited drugs ....................................................................................................... 15

5.6 REGULATORY FRAMEWORK 15

5.7 DISPUTE RESOLUTION ..................................................................................... 15

5.8 TAXES 16

6.0 ANNEXURE-I ....................................................................................................... 17

6.1 DETAILS OF BUSES REGION WISE ............................................................................................... 17

6.2 CATEGORY-WISE VOLUME AVAILABLE FOR COURIER/PARCEL .................................................. 18

6.3 COMMERCIAL PROPOSAL FORMAT ............................................................... 19

6.4 Annexure-II .................................................................................... Error! Bookmark not defined.

6.7 ANNEXURE-III ............................................................................................................................. 20

6.7.1 STRUCTURE AND ORGANISATION .............................................................................. 22

6.7.2 SUMMARY OF PARTNERS ........................................................................................................ 22

To be enclosed: ............................................................................................................................. 22

6.8 ANNEXURE-IV .................................................................................................... 23

6.8.1 Financial Credentials ............................................................................................................... 23

6.9 ANNEXURE-V ..................................................................................................... 24

6.9.1 Experience in courier & parcel services. ................................................................................. 24

6.10 ANNEXURE-VI................................................................................................... 25

6.11 ANNEXURE-VII ..................................................................................................26

Downlo

aded

From

www.upsrt

c.com

6

SELECTION OF AUTHORISED AGENT

FOR OPERATING COURIER & PARCEL SERVICES THROUGH BUSES OF UPSRTC

1.0 Introduction

Uttar Pradesh State Road Transport Corporation- an undertaking of GoUP, through its 12,000 + buses spread across different categories carries around 60crorepassengers per annum across Uttar Pradesh and to adjoining states of Delhi, Rajasthan, Uttarakhand, Jammu & Kashmir, Haryana, Punjab & Madhya Pradesh. UPSRTC conducts its bus operations with the support of 115 depots and en- route bus stations- all located centrally or near the railway stations and at prominent places of the city..(ANNEXURE - I) With above strength and advantages UPSRTC intends to select an AUTHORISED AGENTFOR OPERATING COURIER & PARCEL SERVICES THROUGH BUSES OF UPSRTC” for providing the much needed courier and parcel services by authorizing the use of its' bus-operation network to an eligible entity.

1.1 UPSRTC Computerized Parcel and Courier Services Project: UPSRTC's Computerized Parcel and Courier services is being implemented to meet customer requirement and to fulfill UPSRTC’s vision to become the choice for parcels and couriers transport for customers by providing regular, reliable, fast and cost effective customer services with exceptional efficiency and speed in delivering parcels and couriers to the customers. Computerized parcel and courier services is a Web based project being implemented by UPSRTC to facilitate customer for easy booking and tracking of parcels and couriers.

The Project would be implemented at the designated bus stations and will enable application Software to deliver reliable and error free service to customers. The application will be developed in 3-Tier Architecture, wherein the Database will hold the data, procedures and packages, the application tier will hold the business logic, and the presentation layer will be accessed through browsers on Computers or through Mobile Apps. Software for computerized parcel and courier services project will be developed by the selected "Authorized Agent ‘, who will host the same in Cloud Data Center.

1.2 SCOPE OF WORK :-

The successful bidder (who shall be termed as 'Authorised Agent (post agreement) will use specified space (defined in terms of volume for different category of buses available) in UPSRTC buses for a fixed term. All business arrangements shall be the responsibility of the successful bidder and UPSRTC will not be responsible for the same.

1 The successful bidder for operating courier & parcel services will be solely responsible to conduct his business by strictly adhering to use the bus category-wise stipulated volume and permissibility in terms of weight of parcel.( as defined in ANNEXURE - II)

2 The successful bidder shall design and implement Web/Mobile App based application software for courier parcel management, the application software shall be hosted on VPC cloud, and the uptime shall be minimum 99.6 % on a monthly basis. Scheduled downtime of 4 hrs in a month during non-working hours will be permissible in a month. The high availability of applications(99.6%) shall be ensured by the selected bidder failing which a monthly penalty as per below table will be imposed on the selected bidder:-

SERVER UPTIME/APPLICATION AVAILABILITY IN A MONTH

MONTHLY PENALTY

Greater than or equal to 99.6% NO PENALTY 90% -99.6% 5% OF MONTHLY REVENUE BELOW 90% 10% OF MONTHLY REVENUE

Downlo

aded

From

www.upsrt

c.com

7

3 It will be the responsibility of the successful bidder to implement computerized courier parcel services in UPSRTC and required hardware and software for the same has to be arranged by the bidder. The required software licences/application software/cloud hosting along with required hardware items will be procured by the selected bidder at his own cost.

4 The successful bidder will be required to install REQUIRED desktop/laptop computer-based office/desk setup to operate the services from the main bus stations and other wayside stations of UPSRTC. For this, he shall conduct all business transactions as admissible under the project in online mode only. At any point of time the authorised /designated staff of UPSRTC should have access to see the parcel/courier bookings, their movement, earned revenue from this business , and even the courier parcels inventory at the Authorised Agents business points.

5 It is clarified that the selected bidder will be responsible to provide a robust, safe and secured transaction system for which he will - 'Obtain certificate from cert-in/ STQC certified /empanelled agency/ auditor. for the deployed software, applications and deployed system. '

6 The selected bidder who after signing a formal agreement with UPSRTC shall also be required to provide analytics and MIS reports in prescribed formats on sectorial movement of packets/parcels, peak and lean hours of parcel/packet movement on different routes of operation, capacity utilisation etc.- UPSRTC may seek more such inputs from the Authorised Agent for its' use and decision-making purposes.

All such data will be under UPSRTC's proprietary rights and Authorised Agent will not share it with anyone except the designated officials of UPSRTC.

7 The successful bidder will mandatorily display the name of its enterprise/company in sizes of 2cmx 5cm to 10 cm×10 cm.( on the basis of packet/parcel size) and BAR-CODE or QR code encrypted on each packet/parcel .

1.2.1 Permissible luggage limit ( VOLUME & WEIGHT) The Authorised agent will be allowed to carry his business of transporting parcel/packets upto volume space assigned for each category of buses( Annexure-II)

1.2.2 OPERATING SPACE AT BUS STATION:- The Authorised Agent will be provided a space of approx. 100 sq. ft. in the bus station premises (as

per availability). In case of non-availability of covered space the Authorised Agent will be allowed to erect temporary structure upto same size limits , for this purpose, at his own cost in area as allocated by the concerned Regional Manager. This will be made available to the Authorised Agent at a notional monthly rental of Rs. 1 (Rupee One only per month).The monthly electricity charges ,and maintenance charges( if provided by UPSRTC) shall be deposited by the Authorised Agent at depot office by 5 th day of every month.

In any case where the authorised Agent seeks in change of allocated space the issue will be referred to Nodal Officer of the region, who will decide it in consultation with the Regional Committee within 15 days from the date of reference from the Authorised Agent

The authorised agent will be allowed 6 sqft of display at his booking counter facility and another 24 sq ft for publicity at upto five places in the same premises from where he is providing ' courier & parcel ' services.

1.2.3 INSURANCE AND LUGGAGE BOOKED The Authorised Agent will mandatorily have insurance cover for all aspects of his business but will

further cover all employees of UPSRTC( regular , outsourced & contractual) as well as passengers to compensate them in case of any untowardly incidence related to the Authorised Agent's business directly or indirectly in any respect, till the currency of the contract. During transportation of parcel/courier UPSRTC or its crew will not be responsible for transit handling of the courier/parcel at any stage -transit damage/ loss or damage/loss due to any reason including accident, natural calamity or any unforeseen reason for it .

Downlo

aded

From

www.upsrt

c.com

8

( The selected bidder will provide a self-attested copy of insurance cover as compliance towards this clause within 4 weeks from the date of signing of the agreement.)

(Provisions of clause 1.2.3 are clear. UPSRTC will take appropriate action for cases of intentional damage by crew if provided with substantial proof/evidence by authorized agent.)

1.2.4 LIQUIDATED DAMAGES (i) The 'Authorised Agent' will be provided 30 days’ time, from the date of signing of agreement to

establish his network at all depot/district level depot bus stations (Annexure -II) where space is being provided by UPSRTC within its building area. For places where the authorised agent has to create operating space/setup at his own expenses in the allocated space, he will be allowed 45 days time. For all purposes this gestation period will be without any payment implications for him in terms of monthly rentals - However , consumption-based electricity charges will be payable by the Authorised Agent

ii) The Authorised Agent would be required to submit authentication jointly signed by concerned

Assistant Regional Manager/ Regional manager and mailed ( in the prescribed format) by him at designated e-mail id:[email protected] within this stipulated gestation period. However, if the concerned Authorised Agent fails to provide authentication related to any bus station (within the stipulated time period) as clarified herein a penalty @ Rs. 2000/ per day per bus station will be realised from him from 31 st day to 45th day ,and from 46th day onwards it will be applicable @ Rs. 2500/- per day. and this shall be deposited by him at the concerned Regional Manager Office.

1.2.5 LIABILITY /INDEMNITY 1 The Authorized Agent will have to indemnify UPSRTC, for all conditions and situations mentioned in this clause, in a form and manner acceptable to UPSRTC. The Authorized Agent will also indemnify UPSRTC and its officers, servants, agents, associates from and against any costs, loss, damages, expense, claims including those from third parties or liabilities of any kind howsoever suffered, arising or incurred inter alia during and after the Contract period out of:

a) Any negligence or wrongful act or omission by the Authorized Agent or its agents or

b) Employees or any third Party associated with Authorized Agent in connection with or incidental

to this Contract; or Any infringement of patent, trademark/copyright or industrial design rights

Arising from the use of the supplied Goods and Related Services or any part thereof.

2 The Authorized Agent shall also indemnify UPSRTC against any privilege, claim or assertion made by third party with respect to right or interest in, ownership, mortgage or disposal of any asset, property, movable or immovable as mentioned in any Intellectual Property Rights, licenses and permits

3 Without limiting the generality of the provisions of this Clauses 1.2.5(1) and 1.2.5(2), the Authorized Agent shall fully indemnify, hold harmless and defend UPSRTC Indemnified Persons from and against any and all suits, proceedings, actions, claims, demands, liabilities and damages which UPSRTC Indemnified Persons may hereafter suffer, or pay by reason of any demands, claims, suits or proceedings arising out of claims of infringement of any domestic or foreign patent rights, copyrights or other intellectual property, proprietary or confidentiality rights with respect to any Goods, Related Services, information, design or process supplied or used by the Authorized Agent in performing its obligations or in any way incorporated in or related to the contract. If in any such suit, action, claim or proceedings, a temporary restraint order or preliminary injunction is granted, the Authorized Agent shall make every reasonable effort, by giving a satisfactory bond or otherwise, to secure the suspension of the injunction or restraint order. If, in any such suit, action, claim or proceedings, the Goods or Related Services, or any part thereof or comprised therein, is held to constitute an infringement and its use is permanently enjoined, the Authorized Agent shall promptly make every reasonable effort to secure for UPSRTC a license, at no cost to UPSRTC, authorizing continued use of the infringing work. If the Authorized Agent is unable

Downlo

aded

From

www.upsrt

c.com

9

to secure such license within a reasonable time, the Authorized Agent shall, at its own expense and without impairing the specifications and standards, either replace the affected work, or part, or process thereof with non-infringing work or part or process or modify the same so that it becomes non-infringing.

4 Survival on Termination: The authorized Agent will indemnify that if any payment liability or judicial (civil/criminal) proceedings in specific, arises out of the contract at any time , the same will be settled by him. Thus, the provisions of this Clause 1.2.5 shall survive Termination

2.0 PERIOD FOR OPERATIONAL SERVICE :- The contract shall be awarded initially for period of three years with an annual enhancement of 7% of average gross annual payment on compounding basis for every consecutive year. Further, the contract may be extended on the basis of regular and punctual monthly payments and satisfactory service from the Authorised Agent for another two years with an enhancement of 10% compounded annually .

It is further clarified that the composite payment of threshold value and revenue percentage sharing will be enhanced @ 7% for initial contract period of three years and @ 10% in case of extended period grant(If any)

2.1 SCANNER & WEIGHING MACHINE :- It is mandatory for the Authorised Agent to install high quality X-ray scanners at all major points ,Whereas for smaller places he can provide hand-held metal detectors to ensure safety and security of passengers and assets of UPSRTC .Further, it is mandatory for the Authorised Agent to install weighing machines of high-specs and precision at all the concerned bus stations/ service points of booking - which shall comply to the norms and standards as prescribed by the competent authority. (Please refer 6.4 Annexure-II comprising of 8 major bus-stations for X-ray scanner deployment and others for hand-held metal detectors.)

2.2 DISPLAY OF RATE LIST:- The successful bidder will have to at all times display the rate list of courier parcel charges for the convenience of the service users at the bus stations / all points of booking and website of UPSRTC ( www.upsrtc.com).

2.3 OTHER SPECIFICATION :- (1) During the agreement period ,a case of variation in fleet size it will be dealt with as specified in this

document. During the agreement if any bus station / service point of booking is taken over by UPSRTC for construction or renovation of any kind then the Authorised Agent may be allowed to conduct his operation from the same site or a temporary site where UPSRTC shifts its regular bus-operation. But in any situation if UPSRTC is unable to allow or accommodate the Authorised Agent to its temporary place of bus-operation and if this obstruction lasts for 3 months or more, then in such case the Authorised Agent will be granted a monthly payment waiver on pro-rata basis i.e. (1 / number of bus stations or service points X annual license fee) irrespective of the size of business (revenue accruals of Authorised Agent) from that Bus station.

2.4 INCENTIVE:- The Authorised Agent shall have to pay rupees 10 per parcel to the conductor as incentive immediately for delivering the parcels. The record of the parcels/packets handed over to the crew will be maintained in three copies in which first copy has to be handed over to the conductor, second copy has to be attached with the waybill available with the conductor and the third copy will remain with the firm. The firm has to maintain a online register for keeping the record of this- which has to be checked by the depot supervisors, and regional officers on a regular basis for monitoring of the system. (The stipulated incentive has to be given to the conductor assigned at originating point of the service only.)

Downlo

aded

From

www.upsrt

c.com

10

3.0 BIDDING PROCESS :-

3.1 DOCUMENT COST: The bidder must upload his proposal (technical and financial bid) on: etender.up.nic.in as per guidelines given on the portal/website. The payment of (non-refundable)tender document fee Rs 1000+GST (Presently 18%) shall be made available by the bidders through online transaction in the UPSRTC bank account given below before the closing time limit of e-tender towards the cost of document.

1- A/c. no- 3111111863 2- A/c in the name of- SACHIV UPSRTC 3- Bank and Branch name- Central Bank of India Hazratganj, Lko-226001 4- IFSC Code- CBIN0280139 5- MICR Code- 226016002

3.2 EARNEST MONEY DEPOSIT (EMD): The bidders should upload technical bid along with requisite EMD (earnest money deposit) of Rs. 15.00 lacs (Fifteen lacs only) through NEFT/RTGS Transaction in favor of SECRETARY CORPORATION -UPSRTC, LUCKNOW with a validity of 180 days from the date scheduled technical bid opening date. The EMD of unsuccessful bidders will be returned after concluding tender process and within the validity period of EMD.

3.3 PERFORMANCE SECURITY: The successful bidder in the process with whom the agreement has to be signed will deposit a 'Performance Security' of Rs 45.00 lacs ( FORTY FIVE LACS ONLY ) of at least 42 months validity, which will be retained by UPSRTC for three months after the expiry of agreement tenure or till the reconciliation of transactions and amount by both the parties. In case of extension beyond the primary tenure of three years it will be substituted at least 3 months before the expiry of the initial term.

Note- 1. All remittances by the bidder shall be provided from any of the nationalized bank(s) or scheduled banks. 2. Receipt along with UTR no of NEFT/RTGS Transaction should be uploaded along with the technical bid.

3.4 UPLOADING OF TECHNICAL BID :-

The technical bid shall necessarily be accompanied by the certified copies of P / L statement, balance-sheet, for the period (financial year) of 2017-18, 2018-19 and 2019-20 and Income Tax Returns for the financial year of 2017-18, 2018-19 and 2019-20 else the financial–bid of the participant bidder will not be opened.

3.5 SUBMISSION OF FINANCIAL BID :-

The Financial Bid form (commercial bid format of this document should be uploaded as per instructions herein the document.

Note The eligible bidders of technical stage as evaluated by the designated committee and approved by the

competent authority only, will be considered for opening of their financial proposal ( financial bid).NO CORRESPONDENCE REGARDING THESE BID-STAGES WILL BE ENTERTAINED BY UPSRTC.

3.6 QUALIFICATION OF BIDDERS :-

The bidder should submit certified (by Chartered Accountant) copies of PROFIT/LOSS statement and Balance Sheet for the financial year 2017-18, 2018-19 and 2019-20and Income Tax Returns for the financial year of 2017-18, 2018-19 and 2019-2020 to meet following eligibility criteria—

a. That the bidder should have a minimum average annual turnover of Rs. 2.00crore(certified by

Chartered Accountant) from courier & parcel business during the financial years ie.2017-18, 2018-19 and 2019-20 Bidder should have minimum three years experience in the field of courier

Downlo

aded

From

www.upsrt

c.com

11

&parcel business (experience certificate should be enclosed as per (FORMAT-C) ANNEXURE-IV).

b. The bidder should have a positive net-worth in the financial year 2019-20.

3.7 GUIDELINES FOR SUBMISSION OF TECHNICAL BID :-

a) The bidder may be a single entrepreneur, a partnership firm or a company incorporated under the Indian Companies Act, 1956. (The bidder entity can be a Consortium of lead bidder and a partner. For this the lead bidder will be liable and responsible to conduct all contractual obligations in the project, as per the undertaking submitted through notarized affidavit along with bid proposal as Annexure-IX. However the lead bidder will submit the details of the Consortium partner in the annexed format 6.7.2 with his acceptance)

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.( ANNEXURE- VI )

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

f) The authorized signatory must sign all the pages of the tender document along with his name and official seal.

g) 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.

3.8 PRESCRIBED FORMATS FOR SUBMISSION:-

The bidder 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 (ANNEXURE-III) Turnover of the Bidder (ANNEXURE--IV) Experience in courier & parcel services (ANNEXURE---V)

While submitting the formats duly filled in, the biddermay enclose latest copies of brochures and

technical documentation giving any other additional information about the bidder and all the parties of the bidding entity, if any.

3.9 GUIDELINES FOR SUBMISSION OF FINANCIAL BID :- The bidder should submit the rates as per financial bid form given in (ANNEXURE-C)of the tender document .

Downlo

aded

From

www.upsrt

c.com

12

4.0 SELECTION/EVALUATION CRITERION :- . The criterion of selection of bidder shall be as under:-

a. The minimum reserve / base price is Rs3.00 crores per annum.The bidder shall place his bid on the basis of revenue sharing percentage over and above this threshold of Rs. 3.00 Crores.This shall be paid upto fifth calendar date of succeeding month asRs.25.00 lac monthly payment(1/12 th amount of Rs. 3.00 Crsplus revenue percentage sharing against Authorised Agents revenue collection in the previous month)

b. The HIGHEST BIDDER will be awarded the contract. c. The percentage quotes on bid price shall be up to two places of decimal and in the denominations of

00.05 % only. Eg:- if entity A bids at a price of XX.35 % of revenue share whereas another bidder entity B places a bid price of XX.40 % of revenue share for UPSRTC, in such case Entity B will be eligible for award of contract. (Say, for any bid-price quote which is not in the denomination of 00.05% say as 12.08% then it will be treated to higher count of 12.10 %wherein 12.07% will be considered as 12.05% only. Even with this in case of equal bid price Managing Director -UPSRTC will have the authority to take appropriate decision and no representation will be admissible against it.)

NOTE; i. For above purposes the revenue earned by Authorised Agent in any month will be referred as his

collection from customer billing on the portal from 00:00 hrs of the first date to 24:00 hrs of the last date of that month.. In any case if the portal is found as tampered, manually intervened for manipulation in data or any such intention the Authorised Agent will be imposed with a minimum penalty of atleast 2 times of the maximum collection in any of the day during last 60 days.

ii. Any variation in the number of buses offered to the Authorised Agent by ± 10 numbers in any month will be apportioned towards the gross monthly license fee share payments. For any variation in fleet size, the data-sheet as compiled by MIS branch of UPSRTC will be referred. This is clarified that UPSRTC's revenue share will be marked from the amount realized as basic charges (courier/parcel carrying charges inside bus from origin to destination) from customer (excluding GST, insurance and other statutory taxes only). Local pickup or delivery charges, if realized separately will not be shared.

4.1 GENERAL CONDITIONS :-

a- Concerned ARM's of the depot will resolve all operational issues within 24 hours from communication to them through E-mail. For any delay in resolution concerned Regional Manager will address the issue in 48 hours.

b- The mandatory compliance's as mentioned in RFP are compulsive. The authorized agent will have to further comply on any statutory directives from the competent authority during and for the agreement tenure. ( Except for Insurance cover as clarified under clause 1.2.3)

c- The Authorized Agent will have right to decide and declare the charges on the basis of prevailing market rates.

For any revision the Authorized Agent will notify it at email ID- [email protected] at least one week before, the effective date. The courier parcel carrying charges (along with its structure- basic charges, GST, insurance cost etc.) Shall be provided and displayed prominently by the Authorized agent for all bus stations and UPSRTC website.

4.2 DISQUALIFICATION :-

1) Even though the bidder meets the pre-qualifying Criteria, they could be disqualified if they have: a- Uploading the tender document after stipulated time on the date mentioned in advertisement. b- Uploading of the tender in time but not uploading the details of online transactions of making

payment of earnest money and tender fee.

Downlo

aded

From

www.upsrt

c.com

13

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) Uploaded 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 uploaded the tender document and is a member of a Entity which has

already uploaded the technical Bid or vice versa.

7) 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.

8) 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.

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

4.3 EMD FORFEITURE

The Authorised Agent Shall have to sign the agreement within 10 days after issuance of the letter of Confirmation from UPSRTC. If he fails to sign the agreement the EMD deposited by him will be forfeit by UPSRTC.

4.4 VALIDITY OF PROPOSAL :- The proposal submitted by the bidder shall be valid for a period of 6 (Six) months From the last date for submission.

4.5 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.

4.6 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 allowing 10 days’ time for signing of agreement. In case of failure to comply on it UPSRTC will have the right to forfeit the EMD and invite H2,H3 etc to match the bid price of selected bidder( H1)and may award the contract.

4.7 SIGNING OF THE AGREEMENT:- The successful bidder to sign agreement will provide performance security as specified in clause3.3 in this document. The agreement shall be signed by the successful bidder ,or its authorised signatory and the officer(s) authorized on behalf of the UPSRTC.

4.8 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.

Downlo

aded

From

www.upsrt

c.com

14

5.0 PAYMENT TERMS :- a) The Annual licence fee as quoted by the Authorised Agent will be paid through 12 no of PDC's (Post

Dated Cheques) of equal amounts i.e. 1/12 th value of the annual licence fee, at the time of signing of agreement, and will deposit the same set of PDC's for next years' applicable license fee at least 3 months before the completion of current year, and this shall follow for subsequent year(s).

b) The successful bidder will have to provide a notarised affidavit at the time of signing of agreement that if any kind of taxes, levies, stamp duty pertaining to or arising out of this agreement is imposed or demanded at any point of time by the Government rules / mandate of competent authority will be borne by the bidder. (The format of the bill will be on the pattern of the invoices issued to other vendors. The HSN Code for it will be 99679. The Format of the bill will be provided to the authorized agent after the agreement. )

5.1 PENALTY FOR DELAY IN PAYMENT :- In case of non-clearance or delay in realisation/clearance of the EMI of annual bid amount the successful bidder shall have to pay penalty @ 0.1% per day of the highest monthly payment to UPSRTC in preceding 3 months but if the bidder 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 @ 0.1% per day of the highest monthly payment shall continue till the date of final payment.

5.2 LOSS/ DAMAGE UPSRTC , its' staff or onboard crew or anyone affiliated or associated with UPSRTC under any employment, arrangement or agreement shall not be responsible for any loss / damage what so ever, of the Authorised Agent. However the Authorised Agent shall be responsible for any loss to UPSRTC during the currency of agreement period or anything arising out of this agreement with the AUTHORISED AGENT.

5.3 TERMINATION OF CONTRACT:- a) Both the parties shall have the right to terminate the contract by giving three months advance notice. b) If the successful bidder fails to fulfill his obligations, the contract will be terminated by giving one

month notice and the performance security money will be forfeited.

5.4 EXCEPTIONAL CIRCUMSTANCES AND FORCE –MAJEURE :- i.) The successful bidder has been mandated to get an insurance done from the insurance company established under law of the land for safety of his investment and settlement of his responsibilities and obligations under this agreement. However, for all circumstances such as wars, invasion, armed conflict or act of foreign enemy, riot, insurrections, act of terrorism, sabotage, criminal, damage, lockdown due to pandemic or such situation or threat of such act as nuclear explosion, radioactive or chemical contamination, any effect of the natural elements, including geological conditions what so ever the provisions of this force- majure clause shall apply.

ii) For above situations UPSRTC may decide to-

a) Extend the agreement by an equal period as per the notification on such crisis or emergency declaration/adoption by the GoUP

b) or may allow relaxation from payment obligations to the Authorised Agent on apportionment basis.

In any case if there are no standing directives on the issue for above situation then Managing Director-UPSRTC will have the right to allow rebate in monthly payments to the Authorised Agent if due to such crisis the earned kilometre of the UPSRTC in any month gets curtailed by 40% or more against the average monthly earned kilometres of last 3 months .This rebate may be allowed in proportion to the extent of actual earned kilometres loss of 40% or above in the month under consideration.

Downlo

aded

From

www.upsrt

c.com

15

(For example if in any month due to force-majeure situation UPSRTC earns 26 crore kilometres only against the previous quarter average of 38 crore kms then in such case the Authorised Agent will be given rebate for that particular month as 12÷38 X monthly licence remittance .)

5.5 PROHBITED ITEMS & ACTIVITIES The Authorised Agent while conducting his business will have to comply on the restrictions and prohibitions

,as applicable through any rule, law or notification of any regulatory agency /authority or department of the State or GoI.

5.5.1Prohibited Goods not permitted to book in any network

Live Stock and its Articles

Alcohol/tobacco banned/drugs banned /poisonous goods Raw Skins Arms &Ammunitions ,Explosives (arms, ammunition, fireworks, flares, gunpowder, airbag inflators) Biological Substance, Category B Contraband including, but not limited to, illicit drugs and counterfeit goods Corrosive items (acids, chemicals), radioactive material and material banned/restricted for movement by

any competent agency of the country. Flammable items Gases compressed, liquefied or dissolved under pressure Human and Animal Embryos, Human and animal remains, including ashes, Human Corpses, Organs or

Body Parts. Radioactive material - Fissile material (Uranium 235, etc.), Radioactive waste material, Thorium or

Uranium ores etc or any item notified by any competent authority/agency of the contract

5.5.2 Restricted Commodities permitted only with prior approval from the Customs clearance team

Alcoholic beverages Lithium Batteries Shipments that requires special License or Permit for transportation or any item which requires prior custom clearance

5.5.3 All NDPS prohibited drugs For any act of violation on above or any activity prohibited by any competent agency of the country, by the authorized agent or his representative, employee or associate, wherein any criminal proceeding is initiated against UPSRTC regarding this contract (under CrPc or any other Act or Law of the land) at any time ,the same shall be the sole responsibility of the Authorized Agent.

5.6 REGULATORY FRAMEWORK:-

The successful bidder must be Government registered parcel/courier operator and for this the bidder will provide all necessary licenses will be procured and provided by him.. The bidder will be obliged to protect the national interests like national security whenever necessary and required. He will abide by various statutory requirements relating to protection of environment safety etc., The bidder will have to comply the latest applicable regula6tory provisions of The Indian Postal Act Postal act or any other act related to this service by the government state/central 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.

5.7 DISPUTE RESOLUTION

Any dispute between UPSRTC and the Authorized Agent will be settled as follows:-

i. If any dispute or differences arises between the parties, relating or, concerning or, on interpretation of the contract or, any alleged breach there of or, any matter relating to the contract, the same shall be settled

Downlo

aded

From

www.upsrt

c.com

16

by the parties as for as possible by mutual discussion and consultation between themselves- Whether the same has arisen during the subsistence of the contract or thereafter.

ii. In case of failing the mutual discussion or consultation, then the matter shall be referred to the Arbitrator, appointed by the Managing Director- UPSRTC from the independent panel of UPSRTC ,and shall be resolved under Indian Arbitration & Conciliation Act -1996.

iii. All disputes shall be settled under the jurisdiction of the District / Civil Court ,at Lucknow 5.8 TAXES :-

Any surcharge, GST, Other Taxes, levies or any statutory payment due toward or imposed by any statutory government agency shall be borne by the successful bidder pertaining to the agreement

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

ADDITIONAL MANAGING DIRECTOR -UPSRTC

, PARIVAHAN BHAWAN,TEHRI KOTHI, 6, M.G. MARG, LUCKNOW.

PHONE: 0522-xxxxxxxx

Downlo

aded

From

www.upsrt

c.com

17

6.0 ANNEXURE-I

6.1 DETAILS OF BUSES REGION WISE S.No Region TYPE OF BUS AND NUMBERS Total

Ordinary Hired Ordinary

AC High End AC

1 Agra 437 78 27 0 542 2 Ghaziabad 617 150 112 6 885 3 Meerut 377 274 22 0 673 4 Saharanpur 424 140 33 0 597 5 Aligarh 541 89 27 0 657 6 Moradabad 482 200 11 0 693 7 Barielly 530 81 54 0 665 8 Hardoi 446 235 24 0 705 9 Etawah 438 25 17 0 480

10 Kanpur 488 37 60 0 585 11 Jhansi 215 8 8 0 231 12 Lucknow 395 419 165 22 1001 13 Ayodhya 273 48 6 0 327 14 Devipatan 237 23 10 0 270 15 Chitrakoot 386 2 6 0 394 16 Prayagraj 468 88 43 0 599 17 Azamgarh 364 33 13 0 410 18 Gorakhpur 412 280 63 0 755 19 Varanasi 420 48 35 0 503 20 Noida 338 0 0 0 338

G.Total 8288 2258 736 28 11310

Note- The High -End Buses offered in this project are under contractual arrangement with their owners. UPSRTC will have the rights to create any business equation with these owners and it will be binding on 'authorized agent ' selected for courier & parcel services.

Downlo

aded

From

www.upsrt

c.com

18

6.2 CATEGORY-WISE VOLUME AVAILABLE FOR COURIER/PARCEL CATEGORY Volume in

cubic meters per bus

No. of Buses Total Space (in cubic meter)

Location of assigned space

Admissible maximum

weight (in Kgs.)

ORDINARY BUSES (NON-AC BUSES) Hired Ordinary (Mini)

0.58 1149 675.7 Left Side 100 kg

Hired Ordinary (Big) 1.60 1142

1859.2 Back Side 150 Kg

Corporation Ordinary 0.0952 8373

811.00 Inside the bus 150 Kg

AC BUSES Pink 7.02 50 35.10 Left & Right Side 600 Kg

Janrath 2x2 1.68 339 581.28 Left & Right Side 200 Kg Janrath 3x2 (PMI)and

Janrath 3x2( Azad) 1.23 4.74

258 Left & Right Side 200 Kg

SHATABDI 4.74 99 474 Left & Back Side 200 Kg High End SCANIA/

VOLVO

8.06 5.36

04 09

201.5 48.24

Left & Right Side 600 Kg

UPSRTC is not providing roof-top luggage carrier in its buses conforming to AIS bus-body building codes. Thus the admissibility of maximum courier packets and baggage carrying for each category will remain as mentioned in clause 6.2 ( table) above.

Downlo

aded

From

www.upsrt

c.com

19

6.3 COMMERCIAL PROPOSAL FORMAT Following BOQ format on e-tender portal shall be used by the bidders while submitting their Financial Bids. Bidders should quote the BID PRICE (sharing percentage of revenue earned through courier and parcel service's rights), over and above the base price of Rs 3 Crores per annum. (To be paid in equated monthly installments of Rs 25 lacs before 5th day of succeeding calendar month)

DETAILS

( BID PARAMETER)

BID PRICE

NUMERIC VALUE (up to two places of decimal)

BID PRICE

IN WORDS

(in capital letters)

Sharing percentage of revenue earned through courier and parcel services rights, over and above the base price of Rs 3 Crores per annum.

-- -- .-- -- %

Authorised Signatory

Name ……………..

Designation ………

Seal

Downlo

aded

From

www.upsrt

c.com

20

6.4 Annexure-II Sl. No.

Name of the Region

Name of the Bus Stations Category Major/Others

Space Open/Under Roof

(O / UR) 1 AGRA Agra Fort Others UR Idgah Others UR Mathura Others UR Transport nagar Major UR Bah Others UR 2 GHAZIABAD Ghaziabad Others O Loni Others UR Khurja Others O Sikandrabad Others O Kaushambi Major UR Sahibabad Others O Bulandshahar Others UR Hapur Others UR Kashmirigate Others O 3 MEERUT Meerut Others O Sohrab gate Others UR Baraut Others O Garh Others O Bhainsali Others O 4 SAHARANPUR Chutmalpur Others UR Muzaffarnagar Others UR Saharanpur Others O Khatauli Others UR Gangoh Others O Shamli Others O 5 NOIDA Noida Others UR Greater Noida Others UR 6 ALIGARH Aligarh Others O Masudabad Others UR Kasganj Others UR Narora Others UR Hathras Others UR Etah Others UR 7 MORADABAD Moradabad Others UR Pitalnagri Others O Chandpur Others O Najibabad Others UR Bijnore Others UR Amroha Others UR Rampur Others UR Noorpur Others O Dhampur Others O 8 BAREILLY Barelly Others UR Badaun Others UR Pilibheet Others UR Bareillysatelite Major UR 9 ETAWAH Etawah Others UR Bevar Others O Shikhoabad Others O Auraiyya Others O Firojabad Others UR Mainpuri Others UR Farukkhabad Others O 10 HARDOI Sitapur Others UR Hardoi Others UR Gola Others UR Shajhanpur Others UR

Downlo

aded

From

www.upsrt

c.com

21

Lakhimpur Others UR Kannauj Others UR 11 KANPUR Chunniganj Others O Unnao Others O Kanpur Central Major UR Fathepur Others UR Maati Others O 12 JHANSI Jhansi Others O Orai Others UR 13 LUCKNOW Charbagh Others UR Raibarelly Others UR Kaiserbagh Major UR Barabanki Others UR Alambagh Major UR Kamta Others UR 14 AYODHYA Ayodhya Others UR Amethi Others O Sultanpur Others O 15 PRYAGRAJ Zero Road Others O Pratapgarh Others UR Civil line Major UR Manjhanpur Others UR Mirzapur Others UR Badshahpur Others O Leader Road Others O 16 AZAMGARH Azamgarh Others UR Dohrighat Others UR Balia Others UR Belthra Road Others O Mau Others UR Shahganj Others UR 17 GORAKHPUR Gorakhpur Others UR Padrauna Others UR Basi Others UR Devaria Others O Basti Others UR Naugarh

(Siddharth Nagar) Others UR

Sonauli Others UR Birdghat (Raptinagar) Others UR Nausadh Others O 18 VARANASI Varanasi Major UR Kashi Others UR Jaunpur Others UR Gazipur Others UR 19 DEVIPATAN Rupahdiya Others UR Gonda Others UR Balrampur Others UR Bhehraich Others UR 20 CHITRAKOOT Rath Others UR Banda Others UR Mahoba Others UR Hameerpur Others UR Chitrakoot Others UR

Downlo

aded

From

www.upsrt

c.com

22

6.7 ANNEXURE-III

6.7.1 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.

6.7.2 SUMMARY OF PARTNERS

1. Name and address of the partner/(s)

2. Percentage of Equity Participation of each of the partners

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.

Downlo

aded

From

www.upsrt

c.com

23

6.8 ANNEXURE-IV

6.8.1 Financial Credentials (Rs. in lacs) DESCRIPTION 2017-208 2018-2019 2019-2020 supporting document

enclosed in TECH proposal (form A)

Annual Turnover

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

aded

From

www.upsrt

c.com

24

6.9 ANNEXURE-V

6.9.1 Experience in courier & parcel services.

Name /

Description of the Project

Client Experience as Contractor or/ Sub-

Contractor / Developer

Year Amount (in Rs.)

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.

Dow

nload

ed From

www.upsrt

c.com

25

6.10 ANNEXURE-VI

- DECLARATION/AFFIDAVIT FOR NOT BEING UNDER AN INELIGIBILITY FOR CORRUPT OR FRAUDULENT PRACTICES OR BLACKLISTED (Bidder shall submit the Declaration/Affidavit on duly notarized Stamp paper of Rs.100/-) Date: dd/mm/yyyy To, The Additional Managing Director, Uttar Pradesh State Road Transport Corporation, 6, MG Marg,Tehri Kothi, Parivahan Bhawan, Lucknow-226001

Ref-Tender Notification No,.dated for "SELECTION OF AUTHORISED AGENT FOR OPERATING COURIER & PARCEL SERVICES THROUGH BUSES OF UPSRTC"

Subject: Declaration/Affidavit for not being under an ineligibility for corrupt or fraudulent practices or blacklisted with any of the Government or Public Sector Units in India

Sir/ Madam,

I/We, the undersigned, hereby declare that We are not under a declaration of ineligibility / banned / blacklisted by any Government (State/Central)/Semi Government/ Corporation / PSU in India in last 3 years; anywhere in India for any reason as on last date of submission of the Bid or convicted of economic offence in India for any reason as on last date of submission of the Bid.

We hereby also declare that

1. I/We are not convicted for any of the following offenses under the Prevention of Corruption Act, 1988; Or 2. I/We have not been convicted under any Indian Penal Code or any law in force, for creating public injury to person or property or risk to public health as a part of execution of public procurement contract; 3. I/We have not been blacklisted/banned/debarred by any Government (State/Central)/Semi Government/ Corporation / PSU in India in last 3 years; 4. We have not violated the code of integrity in last 2 years; 5. Our Security Deposit or EMD or performance security deposit or any other deposit was not withheld (fully or partly) by the purchaser during any procurement process or contract execution undertaken by purchaser in last 2 years; 6. I/ We have not withdrawn our bids post submission of the same. (maximum incidents are limited to 3) 7. I/ We hereby declare that Our Owner / Partner / Director / Trustee are not Owner / Partner / Director / Trustee of any other organization which is presently blacklisted / Banned / Suspended by the Government / Semi-Government / PSUs, or any other organization established in India. We accept that in case of any irregularity, lapses, non-compliances, UPSRTC’s Boards decision shall be final and binding on us.

Thanking you, Yours faithfully (Name-------) (Desg--------) (Seal----------)

Downlo

aded

From

www.upsrt

c.com

26

6.11 ANNEXURE-VII

Particulars of the bidder

Sr. No.

Name and Address of the Firm / Company

Yes No 1. Whether tender fee of Rs. 1180 is provided. 2. Whether Earnest Money of Rs. 15 lacs with page no 2 is provided. 3. Whether I.T.R. of financial year 2017-18, 18-19, 19-20 is provided (duly certified by

Chartered Accountant) is provided.

4. Whether B.S. of financial year 2017-18, 18-19, 19-20 is provided (duly certified by Chartered Accountant) is provided.

5. Whether the P/L of financial year 2017-18, 18-19, 19-20 is provided (duly certified by Chartered Accountant) is provided.

6. Whether Net Worth Certificate 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 annual turnover of Rs2 crores for last three financial years i.e.2017-18, 18-19, 19-20 from courier & parcel business (duly certified by Chartered Accountant) is provided.

11. Whether all the pages of tender form duly signed with seal.

Note: Required proof must be enclosed.

Signature of the

Tenderer

Name

Designation

Date

Stamp

Downlo

aded

From

www.upsrt

c.com

27

Uttar Pradesh State Road Transport Corporation Parivahan Bhavan, Mahatma Gandhi Marg,

Lucknow -226001. (UP) (Fax & Tel No:0522-2625453 ask for extension) Notification no 82 CAMD/22-128CAMD/19 Dated: 06-04 -2022

NOTICE INVITING TENDER

"SELECTION OF AUTHORISED AGENT FOR OPERATING COURIER & PARCEL SERVICES THROUGH BUSES OF UPSRTC"

U P State Road Transport Corporation invites bid proposals from eligible bidders for the

"SELECTION OF AUTHORISED AGENT FOR OPERATING COURIER & PARCEL SERVICES THROUGH BUSES OF UPSRTC". The tender document can be downloaded from e-tender website https://etender.up.nic.in and referred as view version on www.upsrtc.com. The Bid Schedule with important timelines are as under:

Publication of e-tender on Govt.e-portal https://etender.up.nic.in

07-04-2022

Submission of Technical/Financial Bid 14-04-2022 up to 15:00 hrs

Opening of Technical Bid 14-04-2022 at 15:30 hrs

Addl. Managing Director

Downlo

aded

From

www.upsrt

c.com

28

ADDENDUM

6.12 ANNEXURE- IX

DECLARATION/AFFIDAVIT FOR CONSORTIUM PARTNER

(Bidder shall submit the Declaration/Affidavit on duly notarized Stamp paper of Rs.100/-)

Date: dd/mm/yyyy

To,

The Additional Managing Director,

Uttar Pradesh State Road Transport Corporation,

6, MG Marg,Tehri Kothi, Parivahan Bhawan, Lucknow-226001

Ref-Tender Notification No-214CAMD/21-128CAMD/19 dated 15.11.2021 for "SELECTION OF AUTHORISED AGENT FOR OPERATING COURIER & PARCEL SERVICES THROUGH BUSES OF UPSRTC"

Subject: Declaration/Affidavit for owing responsibility for all contractual obligations in the project on behalf of consortium partner.

Sir/ Madam,

I/We, the undersigned, hereby declare that as a lead member of the consortium I take responsibility of all contractual obligations in the project on behalf of my consortium partners, for their performance, contribution in the project and for all their acts and deeds.

Thanking you,

Yours faithfully

(Name-------)

(Desg--------)

(Seal----------)

Downlo

aded

From

www.upsrt

c.com

Downlo

aded

From

www.upsrt

c.com

... : ,~

......_ ~ t-l "-\ E ; L\ R. E - \I l 11

.. Jee.Ti: !7<]~ cltr2/ a~ cb ~c:Ji;u/ fiiJcJJJr r'lf-c<--U.•~•f /Jl<.7u1 Ji;!t_;[r rm&, cT"&oGi - 226001

·1~~fffl ; tflocflo\Tq~o - 2625439, 2622363, 2628461

tjtcR-f : - OS.22-2274526, 2628841, 2274578

~r@:ll- 3~ xfln/07-37~/BO (111) ~'11¢: 2s ~<'11s .v7 , - ~1"1Rff ~ t;f E".rR g q -fl c5

~{ 1Jchf 'Cf~. ftl"7fJf I •

2- 'fi'J.fffi l!~~ ~~. d nN ll~~ ~cn;-;r ~ I

3- Wi«f "fl6'J1'.rq=;" ~~ · ~ 4 "t4 cf>. (futtrvi) "\3qTI )!'~'.TI q~4t5-;'f ~ I

m1m:-r.rim ~ <E9T 11' mf:nlt' q~ cllftlrfTfo maff v'ef 37f?rftq.f, ffi11H cl;} i!._ ur;~ i7/F) . . a}_ 'tl~';£1 _-;,· I -

r~.p:; ~) 1ml ~ ~ ~ =t ~ UI ,~ rTm cfi,1 e1 ~ I f3. a'i '5 u] ;~' IC, ~ ; ~!fl) -~;,19 u~ -~~ ~ ~-wn:l ~ ~ ~{.<UIMl.l ~ qf..!~ Frr"rJc1 £4,,a \:lln -::f ~ ~ "::.7 :

w~u il ~i~~ 3m'.lc.J,1Rzi'i ~ cn4iHRll) c1l) ~ qft· ~ cf; cnRUj u,(rio.;.u ~,~·: ~.: ,..p......,..;. ....!I,. ...., ,. --..-l. .. 9. R " ~ ~ .....,......", ...;,, p....;,, ---l,. •

TI 11 ";1 <-11 en cl{ 1 c:rc1 'I ct fl PiFfl (() I '11 4 'il l&lcn I ERT C'1 1.111 ~ \.Jl,., n ~ 1 Q"l « \.."W" c:: ~-:.:-mRml' ~ cnfa-11~ its' ~ t I •

~ ~e.~ ~ ~ ~ cRT-iT t ~ -~ ~ i:rlcx-~ fq~-so if t.111)q1 c5 mi:w1 ~ cm ~ f.'i..itc1tt ~ ~=-68 (~) {qi)

f.', ,J !-11 c, S.1 ~ !: :, !"' • ~ . .... . ·- - .....

fq-:".:fl ,1R,1c-f1 ~ 'tf l.118lifi col -m11R 20 f4>ct'Pu::i ~ ~ ct<.n ~ c.1-.1~ .1-:­

,TI;cfl°M T-riiwfi m viE'f ~ 2s FcITT,n:rr:I c'l1n ~'trrr. ~ ~ ~ ~:~c-cn ~ \..,,~, ... "1:~~ . ~-(~) (~)

:::::-...~- m't ~ cnT ~ m 'GITT)-rn 3fix •-if~iic-fi ~ ct; tro ~ ~:~ -. ~

~: :--r. .:n,·j11-; • -

- ~ ~ ~ t:l-<11)f-1a'i. ~ q,)f&i,1 mm. ~ ~ i'i ~ -~~u~ :t ~ :J-· 'lfr'cR '8 vmft w ~~'lift ZJ1P.fm· ·~ 3Rjfcrm ~ ~ m). ~ ~ ..,~f1-: . ..,\;"'=-­(JJ11~lh~..\. q"1c!.<o1ci cJtq ~. ~ (-H!JRld·~ ~ · ~ fcluTr 7fl1T 'i:rr ~ cic5 ft;;~~-.~ -;j.

~ ~~ vm:rrw~). ~ s ,m;c ~, 68 (-q"fq) ('ff)

f:ic:iR;fftla tn t]_!;>.Ttl;-~~ WITT(~) ~ u11il 111 ~- 1a ~0m0 ·,-~-. ;,-:- ~ ~ i-1li!z~C'1. ~ ~ <nTc. q?l~•I *" lIT q;~~'I ~ f°ti-Aciil c.....-- "E ft:::.~ ~ - -3tfuq; m I

"· . ··-

Downlo

aded

From

www.upsrt

c.com

... ~.. 1! d \ h'l Ill I 1't'1 i\l I~) r ~ I/ii r ,)f:·p 1'1 IHI (• N ,1) (.r:,) ti r .. , • 1(,:,1(1!W -11/ I II• r If./ r:p, r ,1,: iJ1.·~·I ·l ;,

,\1·.\~IH r'l 1~ U'III•! (1~11~1111) 1'11~1 l\'liH !Jff'lllJ,·.

(i{\ {\f(,1) t•:.) ,.J'.11,, i) ,l•l mH1111 1:1~, r~w,ni~l: ll~'-'.(it H), r(bfd ,,~, 11,h 'Jfli~ ,t; ;'fl~:l ·,;.~ ,rrnt ,,ii

··1 1.,,~ ,:)·. 11i1ll;,:•,q 1,l1•WII, 1F<: r~~~-, I~ \~), t1,flhl llir;fl~li, H1ET ~;fil,•r ,tN11-..r '11r i~l'·~r (;:-r,~.;I

. ~· . 1,,,,,1, :,fl,' Hrrn. ·,1h~·II ,).1 ~~(:, H, i'. ''lf-1'~ :1(1-1 ,,,,,.,,,. r;rrr ,fif 11,;; i r~. r~P ;,,1; ~,, 1,,., n

't,-i..lili, ' \l, t:1 Ill ,;•II·) ii'\'1 ·H~ti~. ·(![~!<·i (j,i'!II (1),11 f,1,111 \;·11f) :i,frv r~T:j(Hr:;c;; (1~ 11.,;;,~ ,/1 ,'UJ l,li~l1 ·I 1:l) l!{··u '-;iii 'll~n <l~','1(·1 ~ill!•ft ~fh~ 'i~ ;\I r,l ':•/, t~W ;1rq ~f,J ti 0H ~fl;,ff ~ I

1A1tf~ 'If ~tp.1 ·,kVI f •ina ~!)l!~fT /2001 - '170(.[ rr,c_: / 'l '1, f;~;r(,f; 01-·02-200 i ,'(

r~1qff~,:r ,1() ,,X) 1Afi'I <li•\fl:J \lfiN f<'l101no ,~, rr~r 'GIT R1; cr~f·rrr.T i{ TJ7mfl t, ~f; ., ~F.l'l!II"{ 1l~1f;'HFli ·,ut 1fFI 7li1' 'J,'ifi 'cfi'nl~ P<'J, f .t~r i H(.f.lT trrR} I U'l'ff~ ;tf) (r-!f4i iJ~( ?.~>· i~tf::r) ·m xr·w11 1 111r ml 1,,!cn ~J.P1<~ (~11.1d1r zn fc'l,t· )) ';{rtr~rr rirP) 1,r r

-..:rm~ \f\1 ~, ·11h~·~ ·,rFr f.'1"Jfrm1~I), 1nnn ,·1} fi1f:prir--·rn if rrf~7IT~i rrr:r '=)~;; 7~~~;f: 11 111t-1 't'-l ~1,-'I ,1~ '.!rd\ ,1, r ,a1.,\~":r t} 1 rr;1r1 uTrr cl~ ~,FFHI~ ~('1r1"( cf',fl'f ff ,1'fPil'<J-ff'flf Hr"~'. : .· .. i,1r-~ ri~) r.11m1 ri 111~,liif F1·111l y:m f~trH~u ,: I r.j',·111FJ~{1 71~ mr-:ru1r·-i'8 ffi i;rv,·u:"

~ ' . 1:1, ~mc1 c .-f~ f~11Pr- ··rn

(~·.)

- . ~.

. r:·11 ~h ~:ar, ::.tm-~ riltmY 1TT~r! q-~ ;!nlf ~-m q;r ~{ lfl'c1 ~JT ~, urrr.n \JJ'rirrrr r r~rn.Y\ :1r~r~n 1rr~"'I 1n 't)7n, 1JT~S>r 1) ~f, wrir cm-t w ~, ft~ 1TA zy; 1,rRff-:r-½ 11171 (~ ti.fc'l~1 m JT~rw 1.M qfr ~TI'rr"fl l(). ~1 C:1 till'Zfr tiITirrr, r \llzcrg-;mf~ 8RT ~lflfii.G rrrc;f ~ T-fftrc-fr ~ 'tij ~'n'J Trrai if 1ifr ~ 'Jll,:j

~PTII '

ti~ ~ 11TM ";'f~ ~ uTP-H tJWTlTf JufWn c-) 'GffQ nrFI ~ tif°Qcl§1 v.J~J'~;: ~-;; ·

~\Rl~tl :ITTTT 'Q)l ~~ g)m m I fu~.f) 1il~n<·'i'l "llT~ {pf ~l1'Tf ~ 'i,r mril uJA °$ ~~ ~ ~r viliPIJ, ~"i;-!'r.:.: ~r ~i'r<fi ~f1.leTJ m) ~rqc" ·m-q ... rt.q vfm m ~ ~ !:fP.fr ~ ,i; ~ TfTlT Wi ·~~

~ ~ . 1 F, ~!7l-i I ,

i.~T in~ 1l ·fcl~llff{ 3\Clffll rfx f<'1~)tr c'r,RUJT ~ am nfi're it fctf.:f~ f.:r:r.r~jf ~R ~Jf':i

ifi 316):{ Ul firnm cm-~ TT@ "';ft'f Fl \ifnTI mrwrr I '

: • i, ~·r· :/;: r(··fl ·J rrt) m ·biif 1m,ri 1~ ~ Trrc;f cfiJ Tim -=-rt, ~ uirm vrritlf I viq mi i ~ .

<W ~~) ~fin'r •Fr 3th ~ ~R ~en frtz1T 7fZlT 1 i?r fit "tf"Fl ii t,r ~ rn <T& ft~·i' ~r~ c~ f~~ ~~ :azi~r . .1r,g~ TIT <J1l'c mcr=r w~ ~t'R CR!Trc -i'f fQr.ifeee ~~1 <tr ~ mmt ~ ~rrr cf; fB'q ~ m 3tR ~ f°;[4'iMcRI ~ 31~ Jiqf?.lcf ~R cf> ~rn 3th ~ T-JT'ff if m 31,;3~:·1 ~ ~ 1

(-3Tfo) ~ Ti~ m ~ 7~ 1~ <ITTt -q:rn nR-r ";ft.ft ~ ufTZIT vrmTIT RiT{J"iB'T 'J'ff{ {JR ~ r:i · \i1'fll '(ffFl ~ mf.:nn q)_' ~ fflJ:IT-1' m 1m a~,'., ;llFf if ~ ufR '¢ ~ Jffilln mf;";rlii 'tli) ~ . 11 G'r (~ 0tn <h.0'1ctc'{) cm \il)~'"W'-' WT.ff ~ q;r 59 ~ -~~ r:rr 'tnTcJ"'i fc'f>(.'mlrT Tl TfUFlT ~~,;tr· 'llR' en)-~- <lR ~ +lq,,;'i "UFl ~T.! ;r· -:r ~?~r-1 ~Qttl "lITT ~1 r:reTcITT f:rcm~ rn) 'llR ~ 3Rri rr ~Tf?:rcfi 6T I

. ' + 'I f ;.,,. + /'

' . . . ' . ' . . t.. ' · ....

~~-~-· . . ;, .. . . . ' .. ,,

' ·-. ~· > ..

.1

Downlo

aded

From

www.upsrt

c.com

•": ..

~. ! ·-11 ....

.. ·,

.. . .... _ ...

• I •

• , J\.

~ •• •' • • , • .. - I, •.·~. . .... .. . . . . .... • , ··.:~ • 4 ~·,1,t • ... :~ L . .-- . . .. ~ ..

·.,. . . : ~lf~1~l :i,~ cf,lf 1) r~r.l(1f( f;.r-~·!/T f;rl) ,,rrfr t::-ih., .. :. ri(~·n·'·,ft: ~·.m if rrRU'i:8 ~TJ:fl ··rtfir flxil ~ 5 'c[•'fle1' 1) JI~ ~rrH -.,t'J" -i<~;

• ·- :'. · · u1p)rir r . . -2. fi·.-.< fi);{.n _,fr .;1f 1) tfn ~rf1Ff ~to ~ fm"m vfflPH, ftRFfi7f ~ ~1 ti lfP-fl ':f. rr,;•

. ~,:ii,\;Yr -~·- .. ·---~ ·-· - . - h • ---- ... • • • •

., ...

4 ..

5.

6.

-; f.1-~rfr:<tt•fi n~ f:i'l~1_m·-ti8 ~ are.ft;; n,F=~l ,rn c1.rhl~F@ ~wr ?.O ff,.;o.mc; :m• I ;'J:~r-·13 ~ ~ilPn ,im1111 \!cf ~~m i,R"I "lT~ ~f=qfitm'f' rqi-m ;;j"ji~r~r fui '5=1 • ~ ;si· .. ir.:1 ·-r,w::) ~) Jr,:;ci 1.11f3l.1Y -m U'G') t;.?·cr 3rrnrrfl=frf i't cnfcFtT~ ~ iJfq-..:..; ~~ 1

~:~{;q"i Jf:XlR1 20. finotno 1lrrTA q\ 3T~i?.cffr so fc)1omo al./'J e(,r ?WrP (o~ -lf~~m ~fR)"cfll ocn) Ull ?ITTfl -1i:q;) mil ~ YlT W t?, '3~ ~ff> P-nm vrrs1rr, ~·,rt 1 :

Jrlua,· ·~ tTP~l :cm· ~ITJ:WJ iffl l) t'tl uWrr 3~ ~ · ~rrn 1

~T ~fTlIR. :R,-m cl\!'.f 1) z;) vf11U iJTFH frlfi'r~ -g. 3TP.ffll f~~ ~ vii.; ~ ~r? af~cfi:; ­

frFrn \;n -rtfi ~'r. tR1 'Tl ~~ ~~ uTT'llr 'GfT1PTI I

~i~ cA ~R~ mm ~ ~ iiff ~ "Gfl~in ~ Fcli mf-xa'i <51' 3~far~i ~-:; ;~JUcn ~ 1) 3llq!J[rt-l o~ g""ffl \rci ·frm;-m IDVf c/; ~'lfl7T 'ff cf>~ 3~'tFl S'r-•~·-· 1

-g) 1 cR1 ~ ~ .c51 m~m qi u~rr c/i ~{! ~r~ ~ "Gfl~. ~) CR -~~i1 ~ irm· rt cm{ ~ ~61 ~ \iJTQ1'TT I ~ ~ "il 1-fi ~ ~llR ~ fflj

~! I

~p:r~:n ,~ur '"i1i ~~ ~cRr fcrcRur 'ff2tl ~ ~ ail i::~~ -91:1 rpy.'

~-~~T~I. ,~l ~ cnTI cf, Jlfi.WT1:r,=t ~ fl'lm-{IIRufi (f2fr fcmrn:rr ~~ 3¾1~ct :nj ~ f.{i ·~~l ­

{~.;R ~ ~ cl:,:~ ~ ~rt) ~ ~ * 31~ W"l~ci cpi I ·HT~ ~I rf-.r.i, ~· ~F~~-! ,fr "ffPTFl cf> ~'lfR (~"<llJI) '$'r ~T cf;1 3:fq;-;:J ¢~cllQ I

. '34ficfd 3~. qif $-$1* ~ 3JjYIWi ~~c-f nm) uil-i ~ wn fl~f=u(~ tf11,f'ij'£ful1 / ¢r~ tfir~ lf) / ~ Gell q;) -1m-rm. ~ <r I f;r.fre:rur ti, ~ .=. '5Q~r<tn f4e~·~ $i \~~ £A trril vtR £R ~ ~ qft-q I tqcp" ~ ~ <mlR ctil 4 q I g) <'P'I vrr~ rmi r,~r~ ~q) <lft m:1 ~ :rzuqq; ~ ~ ~ICRf frr-c?-wr cJiT ~~ tt'8JT ~TT \IB f.~q) c5 ~p,-~1

U~IT '<i 5 I l1 C() ~~ ~Fr> ~ ~ 1fi tITTtlcrmr "ij)') Gf I~ •ft I' • . . '

~TERT ~1 cJ;T .,(-{"!~tillll lf~ ~ ~:~ 'c2:f1Q'il) m \ref Wff'R ,fi FJ>m vrru 1

r'

• ·~ ... Ill : ... ,·_ · ....

. "' -, .

w / ('ffuru 1~,..f,) Vtf""-U f.rt -,! I ¢