HSRP final draft 30-05-2017_final.pdf - Rajasthan Tourism
-
Upload
khangminh22 -
Category
Documents
-
view
2 -
download
0
Transcript of HSRP final draft 30-05-2017_final.pdf - Rajasthan Tourism
Rajasthan Transport Department HSRP Tender Document
1 | P a g e
GOVERNMENT OF RAJASTHAN
TRANSPORT DEPARTMENT
TENDER DOCUMENT
FOR
SUPPLYING ANDAFFIXING
HIGH SECURITY REGISTRATION
PLATES
(30 May, 2017)
Cost of Tender Document:Rs 1,00,000/- (Rs One Lac only)
Rajasthan Transport Department HSRP Tender Document
2 | P a g e
GOVERNMENT OF RAJASTHAN
TRANSPORT DEPARTMENT
TENDER DOCUMENT FOR SUPPLY AND
AFFIXATION OF HIGH SECURITY
REGISTRATION PLATES
TENDER NOTICE
High Security Registration Plate has been introduced by the Government of
India as a highly sensitive product for prevention of counterfeiting and
duplication of Registration Plate and the Government of Rajasthan
intends to implement the aforesaid scheme as prescribed in Rule 50 of the
Central Motor Vehicles Rules, 1989 (hereinafter referred to as “Rules”) and
order issued in this respect by the Government of India in order to
ensure uniformity in size, colour and specification of the High
Security Registration Plate for all type of vehicles being
registered/already registered as per provisions of the Rules. It is therefore
intended to select an eligible Bidder having Type Approval
Certificate from agencies authorized in this behalf by the Government of
India.
The Transport Commissioner, Rajasthan, on behalf of the
Government of Rajasthan invites Bids for selecting a Bidder to create
infrastructure for supplying and affixing of High Security Registration
Plate in entire State of Rajasthan in conformity with the said Rules.
The Bidder implementing the project will establish the necessary
infrastructure for the issuance and affixing of High Security Registration
Plates, maintain and operate the infrastructure, formalities, services and
establishment so created, at his own risks and costs including Site
Implementation and Networking within the State of Rajasthan.
Rajasthan Transport Department HSRP Tender Document
3 | P a g e
Tender Document may be downloaded from w e b s i t e o f the
e - p r o c u r e m e n t p o r t a l / S P P p o r t a l G o v t . o f R a j a s t h a n and DIPR
(http://dipr.rajasthan.gov.in), and a demand draft of Rs. 1,00,000.00 (
Rupees One Lac only) issued by any Scheduled Bank payable at Jaipur in
favour of Transport Commissioner Rajasthan will have to be deposited
towards the cost of Tender Document at the time of submission of t h e Bid.
Bid must be accompanied with the Earnest Money Deposit (EMD) of Rs
2,00,00,000/- (Rupees two crore only) in the form of Bank Draft
drawn in favour of Transport Commissioner, Rajasthan payable at Jaipur
and DD of Rs. 1,000 for tender processing fees in favour of RISL. No
Exemption Certificate w i l l be accepted. Tender duly filled and signed
shall be submitted on 20.06.2017 upto 4.00 PM For detailed information
aforesaid websites may be accessed.
Dated: 3 0 . 0 5 . 2 0 1 7
TRANSPORT COMMISSIONERRAJASTHAN
Rajasthan Transport Department HSRP Tender Document
4 | P a g e
Note:-1) Bidder (authorised signatory) shall submit their offer on-line in Electronic formats both for technical
and financial proposal. However, DD for Tender Fees, RISL Processing Fees and earnest moneyshould be submitted physically at the office of Transport Commissioner Jaipur as prescribed in NIBand scanned copy of same should also be uploaded along with the technical Bid/ cover.
2) In case any of the bidders fails to physically submit the Banker’s Cheque/ Demand Draft for TenderFee, Earnest money , and RISL Processing Fee as per timelines mentioned in NIB, its Bid shall notbe accepted. The Banker’s Cheque/ Demand Draft for Bidding document fee, earnest money shouldbe drawn in favour of “Transport Commissioner, Government of Rajasthan” and the processing feesshould be drawn in favour of "Managing Director" RISL payable at “Jaipur” from any ScheduledCommercial Bank.
3) To participate in online bidding process, Bidders must procure a Digital Signature Certificate (TypeIII) as per Information Technology Act-2000 using which they can digitally sign their electronic bids.Bidders can procure the same from any CCA approved certifying agency, i.e. TCS, Safecrypt, Ncodeetc. Bidders who already have a valid Digital Signature Certificate (DSC) need not procure a newDSC. Also, bidders must register on http://eproc.rajasthan.gov.in (bidders already registered onhttp://eproc.rajasthan.gov.in before 30-09-2011 must register again).
4) Procuring entity/Authority will not be responsible for delay in online submission due to any reason.For this, bidders are requested to upload the complete bid well advance in time so as to avoid 11thhour issues like slow speed; choking of web site due to heavy load or any other unforeseen problems.
5) Bidders are also advised to refer "Bidders Manual Kit" available at e-Procurement website for furtherdetails about the e-Tendering process.
6) Training for the bidders on the usage of e-Tendering System (e-Procurement) is also being arrangedby DoIT&C on a regular basis. Bidders interested for training may contact e-Procurement Cell,DoIT&C for booking the training slot.
Contact No: 0141-4022688 (Help desk 10 am to 6 pm on all workingdays) e-mail: [email protected] : e-Procurement Cell, RISL, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur
7) The Transport Commissioner reserves the complete right to cancel the bid process and reject any orall of the Bids.
8) No contractual obligation whatsoever shall arise from the bidding document/ bidding process unlessand until a formal contract is signed and executed between the Transport Commissioner and thesuccessful bidder.
9) Transport Commissioner disclaims any factual/ or other errors in the bidding document (the onus ispurely on the individual bidders to verify such information) and the information provided therein areintended only to help the bidders to prepare a logical bid-proposal.
10) The provisions of RTPP Act 2012 and Rules thereto shall be applicable for this procurement.Furthermore, in case of any inconsistency in any of the provisions of this bidding documentwith the RTPP Act 2012 and Rules thereto, the latter shall prevail.
Rajasthan Transport Department HSRP Tender Document
5 | P a g e
Form of Notice
Government of RajasthanTransport Department
Parivahan Bhawan, Sahkar Marg, Jaipur-302 005
No.F.7(366)Pari/Rules/Hq/HSRP/2017/ Date: 30.05.2017
NOTICE FOR INVITATION OF BIDS
Transport Department invites e-tender offers from eligible bidders for the supply andaffixation of High Security Registration Plates in the state of Rajasthan as per details given inthe bid document and as per the schedule given below:
1. Name of the Department Transport Department, Rajasthan
2. Cost of bid document 1,00,000/- (Rs. One lac only)
3. Address for obtaining and submissionof bid document
Bid document can be downloaded fromhttp://sppp.rajasthan.gov.in ,http://eproc.rajasthan.gov. The cost ofthe bid document shall be deposited inform of a Demand Draft of Rs.1,00,000/- drawn in favour of TransportCommissioner, Rajasthan payable atJaipur. A Demand Draft of Rs. 1,000 fortender processing fees in favor of RISLshall also be deposited. The bid shall besubmitted in the manner prescribed inthe tender notice.4. Last date for sale of bid document 19.06. 2017
5. Last date & time of submission ofbids
20.06.2017 upto 4.00 PM
6. Date & Place of pre bid meeting 23.06.2017 at 10.00 AM Room No. 311,Parivahan Bhavan, Sahkar Marg, Jaipur
7. Opening of Technical Bid 02.07.2017 at 10.00 AM
8. Opening of Financial Bid Will be intimated later to the technicallyqualified bidders.
9. Validity of Bid (from the last date ofsubmission)
180 Days
Note:(i) The Transport Department shall not be responsible for any delay postal or otherwise for
non-receipt / non delivery of the bids.
(ii) The bids submitted on the downloaded documents will be required to deposit the cost ofthe bid document at the time of the submission.
Transport Commissioner
Rajasthan Transport Department HSRP Tender Document
6 | P a g e
GOVERNMENT OF RAJASTHAN
INDEX
SL.NO.
SECTIONNOS.
CONTENTS Page NO.
1 DISCLAIMER 1
2 SECTION-I INSTRUCTIONS TO THE BIDDER 1
3 SECTION-II PREPARATION OF BIDS 1
4 SECTION-III SCOPE OF WORK 1
5 SECTION-IV TERMS AND CONDITIONS 1
6 SECTION-V SIZE & TECHNICALSPECIFICATIONS OF
THE HIGH SECURITY
REGISTRATION PLATES
1
7 SECTION-VI FINANCIAL BID FORMS 1
8 SECTION-VII ANNEXURES 1
Rajasthan Transport Department HSRP Tender Document
7 | P a g e
DISCLAIMER
1. The information contained in this Tender Document is provided to
the applicant(s) on the terms and conditions set out in this document.
2. The purpose of this document is to provide interested parties with
information to assist in the formulation of their application
pursuant to this Tender Document. This document includes
statements, which reflect assessments arrived at by the D e p a r t m e n t
in relation to the Project. Such assumptions and statements do not
purport to contain all the information that each applicant may
require. Each applicant should conduct its own investigation and
analysis and should check the accuracy, adequacy, correctness,
reliability and completeness of the assumptions, assessment and
information contained therein.
3. The Department, its employees and advisors make no representation or
warranty and shall have no liability to any person, including any
applicant or Bidder, under any law, statute, Rules or regulations or
tort, principles of restitution or unjust enrichment or otherwise for
any loss, damages, cost or expense which may arise from or be
incurred or suffered on account of anything contained in this
Document, or otherwise including the accuracy, adequacy,
correctness, reliability or completeness of the Document and any
assessment, assumption or information contained therein or
deemed to be part of this Document or arising in any way with pre -
qualification of applicants for participation in the Bidding process.
4. The issue of this Tender Document doe s not imply that the
Department is bound to select and shortlist any or all applications for
further processing, and Transport Commissioner reserves the right to
reject all or any of the applications or Bids without assigning
any reasons whatsoever.
5. Errors and omissions, if any, may be brought to the knowledge of the
department immediately.
Rajasthan Transport Department HSRP Tender Document
8 | P a g e
SECTION-I
INSTRUCTIONS TO THE BIDDER
1.1 DEFINITIONS
In this document unless otherwise the context specifies, the
following words and phrases shall mean and include;
1. "Act" shall mean The Motor Vehicle Act, 1988 as amended
from time to time.
2. "Agreement" means an Agreement executed between
Government of Rajasthan a n d the successful Bidder, in
furtherance of the Bid, if accepted.
3. “Arbitration” means arbitration h e l d in accordance with the
Arbitration and Conciliation Act, 1996.
4. "Bid" means the documents in their entirety comprised in the
Bid submitted by the Bidder in response to the tender document in
accordance with the provisions thereof.
5. "Bidder" shall mean an individual or registered firm or
Company or a Corporation or a Joint Venture or a
Consortium, each having a valid Type Approval Certificate in its
own name or in the name of an entity forming part of Joint
Venture/Consortium, and in possession of such qualifications
both technical and financial as are laid down in this bid document.
6. “Consortium" shall mean the association of a minimum of two and
a maximum of four entities and of which one entity is the Lead
Member duly nominated by all other members of that Consortium.
The lead Member shall commit to hold a minimum equity stake of
40 percent in the Consortium. Rest of the members may possess
remaining equity share but not less than l5 percent individually and
such member shall not be a part of any other bidding entity for the
purpose of this bid. Such consortium should possess Type Approval
Certificate in its own name or in the name of one of the entities
forming the Consortium.
Rajasthan Transport Department HSRP Tender Document
9 | P a g e
7. “Contractor” shall mean the Bidder to whom contract is
awarded.
8. "Conformity of Production (COP)" is a procedure of
periodic evaluation, testing and certification as defined and
certified by the Respective Test Agencies.
9. "Department" shall mean the Transport Department of
Government of Rajasthan.
10. “EMD” means Earnest Money Deposit as mentioned in Clause
2.3.2 of this Tender Document
11. "Embossing Station" means unit for Embossing of the
Characters and other designated word attached / assigned to the
Registering Authorities.
12. "Financial Capability" means financial worthiness of Bidders as
per the terms of the Tender Document.
13. "Government" shall mean both the State Government of
Rajasthan and Central Government of India as the case may be.
14. "High Security Registration Plates" or “HSRP” shall mean
the registration mark as specified under the provisions of
Central Motor Vehicle Rules, 1989 with special emphasis on
Rule 50 thereof and MOTOR VEHICLES (NEW HIGH
SECURITY REGISTRATION PLATES) ORDER, 2001 as
amended from time to time by the Government of India.
15. "Invitation of Bid" means the advertisement published in
accordance with the legal requirements or public notice or by
other means to prospective Bidders of the forthcoming
opportunity to Bid.
16. "Joint Venture", duly incorporated under provisions of the
Companies Act, 1956 shall mean the combination of a
minimum of two and a maximum of four entities, of which one
entity is the Lead Member, duly nominated by all
other members of that Joint Venture. The Lead Member shall
commit to hold a minimum equity stake of 40 percent in
Rajasthan Transport Department HSRP Tender Document
10 | P a g e
the Joint Venture. Rest of the members, if any, may possess
remaining equity share but not less than 15 percent
individually, One member of such Joint Venture must hold a Type
Approval Certificate and such member shall not be a part of any
other bidding entity for the purpose of this bid. Each entity either
individually or one of its constituent partners /members should
hold a valid Type Approval Certificate, as the case may be.
17. "Letter of Intent" or “LOI” means the letter communicating
intention of formal acceptance of the Bid by the Government of
Rajasthan.
18. "Manufacturer" shall mean individual / firm or the corporate
entity engaged in carrying out the manufacturing activity of the
High Security Registration Plates.
19. "Notification" shall mean and include all orders, directives
and intimations issued by the Government in Official Gazette.
20. "Payment" means the amount payable by the vehicle owner to the
contractor.
21. "Period" means entire period o f contract i.e. 5 year from date
of signing agreement.
22. “Power of Attorney” means a d o c u m e n t e x e c u t e d o n
the prescribed non-judicial stamp paper, duly notarized, as per the
law in the respective state / country.
23. “Purchase Committee” shall mean Committee constituted byGovernment of Rajasthan for the evaluation of the Bid.
24. "Registering Authority" shall mean the transport authorities of
the Government of Rajasthan and such of the motor vehicle
dealers who have been empowered to issue registration
certificates.
25. “Receipt” shall mean the date on which the information / letter
from the Department has been served on the Bidder, and for the
purposes of this document, shall mean the date on which the
above information / letter has been faxed to the Bidder and such date shall be
Rajasthan Transport Department HSRP Tender Document
11 | P a g e
deemed to be the date of receipt.
26. "Registration Mark" shall mean the marks mentioned in sub -
section 6 of Section 41 of Motor Vehicles Act, 1988 andspecified under various provisions of Central Motor Vehicle
Rules, 1989 with special emphasis on Rule 50 thereof as
amended from time to time.
27. “Registration Premises” mean the places where the works ofregistration take place and include office premises of RegisteringAuthorities and any other premises declared by the RegisteringAuthorities as Registration premises for the purpose of fitment ofHigh Security Registration Plates.
28. “RISL” s h a l l m e a n Rajcom Info. Service Ltd.
29. “RTPP A c t . 2 0 1 2 ” s h a l l m e a n Rajasthan Transparency inPublic Procurement 2012
30. “Royalty” means a periodic payment made by the successful Bidder tothe Government in pursuance of the Bid.
31. "Rules" shall mean the Central Motor Vehicles R u l e s , 1989 andRajasthan Motor Vehicles Rules, 1990 as amended from time totime.
32. "Security Deposit" means the amount in form of DD/unconditional
Bank Guarantee that provides protection to the Government of
Rajasthan for the completion of the contract.
33. “Successful Bidder” Prior to the signing of Agreement, the
Bidder whose Bid has been accepted by the Government of
Rajasthan, shall be known as successful Bidder.
34. "Tender Document" means this tender document.
35. "Type Approval" shall mean the approval accorded by the
designated Test Agencies as per Test procedure prescribed and to
be submitted as mentioned in the Tender Document.
36. "Testing Agencies" shall mean Central Road Research Institute, New
Delhi and such institutes / testing agencies as are authorized by
Central Government under Rule 126 of Central Motor Vehicle
Rules, 1989 to test and approve the manufacture of High
Security Registration Plates and issue and grant of the Type
Rajasthan Transport Department HSRP Tender Document
12 | P a g e
Approval and Certification of Conformity of Production (COP).
37. “Transport Commissioner” shall mean Transport Commissioner,Government of Rajasthan.
38. "Weighted Rate" means the average rate, arrived by thefollowing formula:
Weighted
Sum total amount mentioned in Column 6 ofFinancial Bid Form 1 of Successful Bidder
Rate = _______________________________________5
1.2 OBJECTIVE OF SCHEME
1.2.1 Objective of this Scheme is to implement in the state of
Rajasthan, the Central Motor Vehicle Rules, 1989 with special
emphasis on Rule 50 thereof regarding affixing of High
Security Registration Plate and order issued by the Central
Government in this regard from time to time and to ensure
uniformity in size, colour and specifications of the High
Security Registration Plates all over India to all types of
Vehicles being registered/already registered as per provision of
the Rules.
1.2.2 High Security Registration Plates and the 3rd Registration Plate
( Sticker to be affixed on the wind screen of the vehicle) in the form of
a self destructive type chromium based hologram sticker shall be
issued and fixed strictly in the manner prescribed and in
accordance with the provision specified in Central Motor
Vehicle Rules, 1989 with special emphasis on Rule 50 thereof
and MOTOR VEHICLES (NEW HIGH SECURITY
REGISTRATION PLATES) ORDER, 2001 as amended from
time to time, at the premises of the Registering Authority.
Rajasthan Transport Department HSRP Tender Document
13 | P a g e
1.2.3 OBJECTIVE OF THIS BIDDING PROCESS
Objective of the Bidding process is to select the Contractor and
to ensure that Bidder selected by the Government of
R a j a s t han complies with the overall objective of the
Central Motor Vehicle Rules, 1989 with special emphasis on
Rule 50 thereof and MOTOR VEHICLES (NEW HIGH
SECURITY REGISTRATION PLATES) ORDER, 2001 as
amended from time to time and has capability and capacity to
invest and build necessary infrastructure, so that the Scheme
becomes operational from the date as specified in the Agreement
to be signed with the Successful Bidder. Since High Security
Registration Plate has been introduced by the Ministry of
Road Transport & Highways as a highly sensitive product,
for prevention of counterfeiting the duplication of High
Security Registration Plates, it is intended to select an eligible
bidder so that the security objective of the Scheme is not
diluted or vitiated. In view of the strict adherence to High
Security features and to ensure accountability of the Successful
Bidder, no subletting/outsourcing/subcontracting/ appointment of
franchisee of the project work will be allowed by the
Government of Rajasthan under any circumstances. However, the
Contractor s h a l l be allowed to deploy its own authorized
employees.
Rajasthan Transport Department HSRP Tender Document
14 | P a g e
1.3 SCOPE OF BID
1.3.1 The Transport Commissioner, on behalf of the Government of
Rajasthan invites Bids for selecting bidder to create
infrastructure and supplying and affixing of High Security
Registration Plates to all types of vehicles in the entire State of
Rajasthan in conformity with the Central Motor Vehicle Rules,
1989 with special emphasis on Rule 50 thereof as amended
upto date and orders issued by Ministry of Road Transport
& Highways, Government of India vide various notifications
hereinafter referred as "said notifications" and Central Motor
Vehicle Rules, 1989 amended from time to time, with special
emphasis on Rule 50.
1.3.2 The scope of the work includes establishing and creating complete
infrastructure to provide and fix High Security Registration
Plate to all the vehicles in the State of Rajasthan in conformity
with technical parameters contemplated in “said notifications”
and Central Motor Vehicle Rules, 1989 amended from time
to time, with special emphasis on Rule 50. The work shall
be carried out in accordance with the specifications detailed in
this Tender Document including inter alia the Section -V of this
document titled "Size & Technical Specifications of the High
Security Registration Plates".
1.3.3 The approximate details of vehicles already registered up to
31.3.2016 are annexed at Annexure no. I. The number of vehicles
registered during 2016-17 is annexed at Annexure No. II.
However the Government of Rajasthan is not responsible in any
way for increasing or decreasing trends during subsequent years.
Rajasthan Transport Department HSRP Tender Document
15 | P a g e
1.4 PROJECT IMPLEMENTATION
1.4.1 The Successful Bidder shall set up, install, operate and
establish complete infrastructure within the stipulated period.
1.4.2 The Successful Bidder implementing the project will assemble,
establish, procure technology, design, develop, produce, emboss
supply and affix the High Security Registration Plates. The
Successful Bidder will also maintain and operate the
infrastructure, facilities, services and establishment so created at
his own risks and costs. Successful Bidder will also be
responsible for establishing Embossing Stations, Site
implementation and Networking within the State of Rajasthan and a
centralized ‘Blanks’ manufacturing Unit in the territory of India.
1.5 ELIGIBLE BIDDERS
This invitation for Bid is open to all the Bidders who fulfill all
the following criteria on cumulative basis:
1.5.1 The Bidder must be in possession of a valid “Type Approval
Certificate” and a manufacturing unit of HSRP in India in its own
name, or in case of a Joint Venture/ Consortium in the name of one of
the members of the Joint Venture/Consortium. TAC must be obtained
from Central Road Research Institute, New Delhi or any of the
testing agencies as authorized under Rule 126 of Central
Motor Vehicle Rules, 1989.
1.5.2 The Bidder shall submit an affidavit as per Annexure X
(which relates to the requirements laid down by GoI). The
Bidder or any of the Directors of Bidder or its constituent
entities or their Directors must not have been-
(a) Convicted of a cognizable offence by any Court of law.
(b) Imposed a penalty of rupees one crore or more for
violation of the provisions of the Foreign Exchange
Regulation Act, 1973 (46 of 1973) (since repealed) or
the Foreign Exchange Management Act, 1999 (42 of
1999); or
(c) Detained under the National Security Act, 1980 (65 of
Rajasthan Transport Department HSRP Tender Document
16 | P a g e
1980) or the Narcotic Drugs and PsychotropicSubstances Act, 1985 (61 of 1985); or
(d) adjudged guilty by the Stock Exchange Board of India or
any other such Financial Regulatory Boards or Tribunals
or Agencies; or
(e) found to be associated in any manner with an organizedcrime syndicate or its associate or with any AssociationDeclared unlawful under the Unlawful
Activities (Prevention) Act, 1967 (37 of 1967) or anyother law for the time being in force; or
(f) found to be connected with activities prejudicial to theNational Security.
1.5.3 The Bidder company/Joint Venture/ Technical member in thecase of consortium must have Technical Experience in executingHigh Security Registration Plate Project for at least 1 (one)State/ Union Territory in India for a minimum period of oneyear, as on the date of submission of the Bid. The scope of suchcontract should be for implementing HSRP in all registeringauthorities of the respective State/ Union Territory.
1.5.4 If the Bidder Company/ Joint Venture/ any member of theConsortium had been involved in sub-contracting/ assigning theJob Work/ Outsourcing activities, have abandoned or rescindedthe HSRP project in any State/ Union Territory in Indiasubsequent to the Gazette Notification S/O/ 2091 (E), dated:16.09.2011, their Bid shall be summarily rejected.
1.5.5 The Bidder Company/ Joint Venture Company/ Any Member ofthe Consortium should have supplied and installed at least1,00,000 HSRP plates in a single year in any State during anyyear in the last three financial years. The certificate from theconcerned authority of the Government Department shall beenclosed for proof.
1.5.5 A PRE BID MEETING
(a) The bidder or his official representative is invited to attend a
pre-bid meeting which will take place at 10.00 AM on
12.06.2017
(b) The purpose of the meeting will be to clarify issues and to
answer question on any matter that may be raised at that stage.
(c) The bidder is requested to submit any question in writing in
person or send by email at [email protected] to
reach the Transport Commissioner before the meeting.
Rajasthan Transport Department HSRP Tender Document
17 | P a g e
(d) Any suggestions, including the text of the questions raised
and the responses given will be transmitted without delay to
all purchasers of the bidding documents. Any modification
of the bidding documents which may become necessary as a
result of the pre-bid meeting shall be made by the Transport
Commissioner.
(e) Non-attendance at the pre-bid meeting will not be a cause
for disqualification of a bidder.
1.5.3 Financial Capabilities:
i) The Bidder must have a minimum net worth, equivalent to
Rs 25 crores (Certificate from the Chartered Accountant to
be attached with the Bid).
ii) The Bidder must have a minimum annual turnover of
Rs. 25 crores in any two of the immediately preceding
three years. Certificate along with the balance sheets for
any two of the three preceding financial years, 2014-15,
2015-16 and 2016-17, confirming the above will have to be
provided, duly attested by a Chartered Accountant in
support of fulfillment of this condition. Income Tax Returns/
PAN for the above mentioned financial years must also be
attached, verified by the Chartered Accountant.
iii) The Bidder must attach a solvency certificate of minimum
Rs. 25 crores from scheduled bank, to prove his financial
soundness to execute and invest in this project.
1.5.3.1 For the purpose of above evaluation, if the Bidder is a Joint Venture,
the financial capabilities of its constituent entities shall be considered
in the ratio of their share holding in the JV.
Rajasthan Transport Department HSRP Tender Document
18 | P a g e
1.5.3.2 In case the Bidder is a Consortium. it shall comply with the followingadditional requirements as the case may be :
a. The member of a Consortium shall form an appropriate SPVregistered under the Indian Companies Act 1956 after issuance ofLOI but before signing of agreement, to execute the Project, ifawarded to the Consortium
b. The joint bidding agreement should include a brief descriptionof the roles and responsibilities of individual members. particularlywith reference to financial, technical and O&M obligation.
c. Members of the Consortium shall nominate one member asthe lead member (the "Lead Member"), who shall have an equityshare holding of at least 40% (forty percent) of the paid up andsubscribed equity of the SPV and 15% equity share for rest of themembers individually. The nomination(s) shall be supported by aPower of Attorney signed by all the other members of theConsortium.
d. The Application should contain a ll the information asrequired in this bid for each member of the Consortium.
e. An individual Bidder cannot at the same time bemember of a Consortium. Further, a member of a particularBidder Consortium cannot be member of any other Bidder
Consortium for this bid.
1.5.4 Requirement of the Bid proposal:
1.5.5 The Bidder must provide complete set of Samples of each size
of High Security Registration Plate, including third registration
plate and snap lock, for all types of vehicles, strictly as per
specifications, conforming to provisions of Central Motor
Vehicles Rules, 1989 as amended from time to time, withspecial emphasis on Rule 50, and shall be duly marked and
sealed along with the Bid documents in a separate envelope.
1.5.6 No Subletting Etcetera
Being a high Security Project, the Successful Bidder shall be
required to implement the Project by himself. Sub -contracting /
sub-letting / Franchisee will not be allowed under any
circumstances. An undertaking to this effect must be enclosed
with the Technical Bid that the project will be implemented by
the Bidder himself. However, the Contractor shall be allowed to
deploy its own authorized employees.
Rajasthan Transport Department HSRP Tender Document
19 | P a g e
1.6 Signing of the Bid
1.6.1 If a limited company or a corporation submits the Bid, a duly
authorized person holding power of attorney for signing the Bid
document, in which case a certified copy of the power of
attorney shall accompany the Bid, shall sign it.
1.6.2 If the Bid is submitted by a Joint Venture/ Consortium the
authorized representatives shall sign it. A certified copy of
Power of Attorney in favour of the authorized representative,
signed by legally authorized signatories of all the partners
of a Joint Venture/ Consortium, shall accompany Bid
document. All partners of a Joint Venture/ Consortium shall
be jointly and severally liable for execution of the
contract in accordance with the terms and conditions laid down
in the Bid. The ownership or the composition or the
constitution of the Company / Corporation /Joint Venture /
Consortium shall not be altered without the prior consent of
the Government of Rajasthan for the period of project.
1.6.3 The original Bid shall be printed, typed or ink written, and
shall be signed by a person or persons duly authorized to sig n on
behalf of the Bidder. All pages of the Bid, and where
corrections or amendments have been made, shall be initialed
by the person or persons signing the Bid.
1.6.4 The Bid shall ordinarily contain no alterations or additions. In
case there is any alteration or addition, the same should be
initialed by the person authorized to sign the Bid before
submission of the Bid.
1.6.5 All witnesses and sureties shall be persons of status and probity.
Their full names, occupations and addresses shall be provided
below their signatures. All signatures shall be dated.
1.6.6 The Bidder should submit Memorandum of Association and
Articles of Association of the Company / Corporation
/ Joint Venture/ Consortium along with the latest details of
Board of Directors of the Company/ Corporation/ Joint Venture/
Rajasthan Transport Department HSRP Tender Document
20 | P a g e
Consortium. In case of signing of Bid by a person other than
Managing Director (MD) or Company Secretary of the
Company/ Corporation/ Joint Venture/ Consortium, a copy of
resolution duly authenticated and resolved by the Board of
Directors or proper legal authority issued by the MD/Chief
Executive Officer authorizing the signatory in the matter should be
submitted.
1.7 THE BID DOCUMENT
1.7.1 The cost of the Bid document will be Rs. 1,00,000/- (Rupees
One Lac) only. Only the Bidder, in whose name the Bid document
has been purchased, shall submit the Bid document. If Bid
document is downloaded from Government of Rajasthan web site
http/sppp.rajasthan.gov.in, the Bidder at the time of submission
of Bid document shall deposit the cost of Bid document in
the form of Bank Draft in the name of Transport
Commissioner, Rajasthan, payable at Jaipur.
1.7.2 The Bid Document downloaded from website is not
transferable.
1.7.3 Intending Bidders are required to carefully go through the
instructions included in the Tender Document and furnishcomplete information, necessary documents all duly filled in.
1.7.4 The Bidder shall bear all cost(s) associated with the preparation
and submission of Bid and the Government of Rajasthan will in
no case be responsible or liable for such cost.
Rajasthan Transport Department HSRP Tender Document
21 | P a g e
SECTION-II
PREPARATION OF BIDS
2.1 LANGUAGE OF BID
The Bid and all correspondence and documents relating to
the Bid exchanged between the Bidder and the Government
shall be in Hindi / English Language only.
2.2 MANNER OF SUBMISSION OF DOCUMENTS
Bidder must submit their bids on line at e-procurement portal i.e.
http://eproc.rajasthan.gov.in. All the documents uploaded should
be digitally signed with the DSC (Digital Signature Certificate) of
authorized signatory. A single stage two part/cover system shall be
followed for the bid-
(a) Technical bid including fee details, eligibility and technical
documents.
(b) Financial Bid.
2.3 Technical Bid:
Must contain the following:
2.3.1 R e c e i p t in respect of purchase cos t of Tender
document.
OR
In case the Tender document has been downloaded from the
website, a crossed Bank Draft issued by scheduled Bank
for Rs 1,00,000/- towards the cost of the Tender Document,
drawn in the name of the Transport Commissioner,
Rajasthan, payable at Jaipur and DD of Rs. 1,000 for tender
processing fees in favoure of RISL.
2.3.2 The Earnest Money Deposit (EMD) of Rs. 2,00,00,000 (Two
crore) only shall be in the form of Bank Draft issued by Scheduled
Bank, drawn in the name of the Transport Commissioner,
Rajasthan, payable at Jaipur. Scanned copy of the DD shall be
attached.
Rajasthan Transport Department HSRP Tender Document
22 | P a g e
2.3.3 Attested "Type Approval Certificate" for each size and type of
High Security Registration Plates issued by Testing Agencies
authorized by the Government of India to supply the High
Security Registration Plate (original shall be produced at the
time of opening of Bid).
2.3.4 The envelope shall also contain application on the letter head
of the Bidder as per Annexure No. IV, which shall be signed in
ink by the Authorized Signatory, and shall be accompanied
with:
a General Information As per Annexure-V
b List of Directors s e l f certifieda l o n g w i t h a n a f f i d a v i t andpreferably a documentary proof likean extract from website of Ministry ofCompany Affairs.
As per Annexure-VI
c Certificate of Incorporation As per Annexure-VII
d Details of Turnover and other
documents as required under
Clause 1.5.3
(ii) and accompanied with As per Annexure-VIII
documents in support of
Balance sheet and Turnover
as mentioned therein.
e Original Certificate from aChartered Accountant havingminimum Net Worth of Rs. 25crores.
-
f Experience record in the field of HighSecurity Registration Plates in India.Attested copies of the certificates issuedby respective User Agencies shall alsobe submitted.
As per Annexure-VIII(A)
g Affidavits (2) As per Annexure-IX and X
h Undertaking As per Annexure-XI
2.3.5 Bank Solvency Certificate equivalent to Rs 25 crores of theBidder.
23 | P a g e
Rajasthan Transport Department HSRP Tender Document
2.3.6 All the documents mentioned in Clause 2.3 shall be submitted
at the time of submission of Bid document, and any Bid not
accompanied by any of the said documents, and in the manner
specified, shall be rejected by the Authority, without
entertaining any correspondence whatsoever.
2.3.7 Profile and constitution of the Bidder and Memorandum
and Articles of Association, which includes business related to
High Security Registration Plate as one of the objects.
2.3.8 Power of Attorney authorizing signatory of the Bid.
2.3.9 A brief write up on the overall understanding of the concept of
High Security Registration Plate Scheme and method of
implementation in the State of Rajasthan.
2.3.10 A comprehensive and complete solution, on how the High Security
Registration Plate Project would be implemented, including
integration of end-to-end IT requirements. The Bidder should
give the Data Flow Diagram for the entire system enumerating the
Data Information Flow, Implementation, and Operational Flow
Chart etc. along with its understanding of the project. The Bidder
should also invariably give the details of ‘ON LINE’ management
information system and access method relating to the issuance of
High Security Registration Plates.
2.3.11 The Bidder shall give complete break up
of infrastructure and facilities to be created for
covering different Registering Authorities in Rajasthan,
with the logistics plan and delivery mechanism and the
number of additional embossing stations, if any, proposed in the
State of Rajasthan in addition to the mandatory locations
given in Annex XII of this document, and broad details of
equipments / facilities & manpower to be installed in each
embossing station. The Bidder shall ascertain all relevant facts
regarding the State of Rajasthan at his own cost and expenses.
2.3.12 Bidder shall have to submit copy of Income Tax Return
bearing Permanent Account Number (PAN) submitted to the
Income Tax Officer of the concerned circle, for the previous
24 | P a g e
Rajasthan Transport Department HSRP Tender Document
three financial years i.e. 2014-15, 2015-16 and 2016-17 and TIN
number issued by concerned Sales Tax / Trade Tax Office and
service tax registration certificate, along with the Bid.
2.3.13 Details of all major orders executed and in execution stage must be
mentioned with Areas / products or services, with special reference
to High Security Registration Plates projects backed with related
Information Technology Projects executed and under execution in
the Transport and other sectors.
2.3.14 The Bidder should enclose documents relating to the tie-up
for sourcing of the following:
Reflective Sheeting
Aluminum Plates
Hot Hot Stamping
Foils Holograms
Laser Printing
Snap Locks
Blank Processing Units
Embossing Stations.
2.3.15 The Bidder shall provide the following details of the
manufacturing facility; which shall be liable for inspection as
contemplated.
Location of the main unit.
Area of Land.
Production Capacity.
Details and make of equipments installed.
Date by which the unit has/will become operational.
Copies of necessary approvals & Factory Licenses.
Details of Technology being used and system characteristics.
2.3.16 The Bidder must provide a complete set of Samples of each size of
High Security Registration Plate, including third registration plate
(sticker) and snap lock, strictly as per specifications, duly marked
and sealed with the Bid document in a separate envelope, at the
25 | P a g e
Rajasthan Transport Department HSRP Tender Document
time of opening of Technical Bid.
2 . 3 . 1 7 An undertaking by the Bidder that it would implement
the project themselves and would not franchise/ sublet/
subcontract the project, if awarded to them, under any
circumstances, as per Annexure XI.
2.3.18 The Bidder shall submit Bid document duly signed on each
page in token of acceptance of terms and conditions. The
Bid so submitted should also be duly indexed, bearing
page numbers.
2.3.19 Any Bid not accompanied with any of the documents mentionedi n Clauses above 2.3.1, 2.3.2, 2.3.3, 2.3.4, 2.3.5, 2.3.6, 2.3.7,2.3.8, 2.3.9, 2.3.11, 2.3.12, 2.3.13 2.3.16, 2.3.17 and documentsrequired as per Annexure IV, Annexure VI, AnnexureVII, Annexure VIII, VIII(A), Annexure IX and Annexure X,Annexure XV and a net worth certificate as per sub-clause (e)under Clause 2.3.4 hereinabove, and in the manner specified,shall be rejected by the Authority without entertaining anycorrespondence whatsoever.
2.4 Financial Bid.
"Financial Bid" shall contain the following:
Nota Bene: FINANCIAL BID SHOULD ONLY
INDICATE PRICES.
2.4.1 The rates are to be offered (inclusive of all
Taxes/charges/duties/impact of GST etc.) in the Financial Bid
Form I. Offered rate will be valid for the contract period and the
all inclusive rates offered in the bid shall not be increased on
any account including any changes in Taxes/charges/duties etc.
throughout the contract period. Rates should be offered in the
Tender Document, without any assumption and without any
condition, qualification or reservation or any variation,
both in respect of form and content. No column or row
should be added or excluded.
2.5 BID RATES
2.5.1 The Bidder shall fill in rates and prices both in figures and
26 | P a g e
Rajasthan Transport Department HSRP Tender Document
words in Financial Bid Form. Rates should be quoted as basic
price+ VAT (as chargeable under Rule) + Service Tax (as
chargeable under rule) + all duties, taxes and charges, by
whatever name they may be called, imposed by the
State/Central Government prevailing at the time of
submission of the Bid. The Tender Committee will however
decide the acceptability of tender rates taking into
consideration the total only. The Bidder shall be solely
responsible for any discrepancy or errors in calculating the
taxes chargeable against the basic price. Where there is a
discrepancy between the rates quoted in figures and in
words, the rates quoted in words shall be taken into
consideration.
2.5.2 The Bidder shall quote item wise rates in Financial Bid
Form I for supplying and fixing complete set of
Registration Plates, including 3rd Registration Plate
(wherever required) and Snap Lock, for each category of
vehicle.
2.5.3 REPLACEMENT OF REGISTRATION PLATE.
(i) In case any vehicle already provided with High Security
Registration Plate needs to be replaced with either or both of
the Registration plates or the 3rd registration mark sticker, these
replacements shall be done by charging cost as per item
wise rates approved by the department from the vehicle
owner only upon receipt of documentary evidence in proof
thereof issued by the registering authority.
(ii) In case of any manufacturing defect of permanent
nature on account of hot stamping of reflective sheet within five
years period, the plate shall be replaced free of cost on the
27 | P a g e
Rajasthan Transport Department HSRP Tender Document
advice of the Registering Authority.
2.5.4 The rates quoted by the Bidder shall be the actual price
which shall be uniformly charged from a vehicle owner in
the entire State, for each category of vehicles and shall be
inclusive of all duties, taxes and charges, by whatever
name they may be called, during the contract period.
2.6 PAYMENT:2.6.1 In consideration of the Services rendered by the
Successful Bidder under the Contract, the Government of
Rajasthan shall by an order, authorize the Contractor to
charge s u c h amount as approved by Government of Rajasthan
on the basis of stipulations in Clause 2.5. The Vehicle Owners
s h a l l d e p o s i t t h e a p p r o v e d c h a r g e s w i t h r e g a r d
t o a f f i x a t i o n o f High Security Registration Number Plates,
in the manner as prescribed by Transport Department,
Government of Rajasthan which may include online payment
or other payment gateway. The Bidder will not receive any
amount from the vehicle owners directly on account of
supplying and a f f i x a t i o n o f High Security Registration
Number Plates.
2.6.2 ROYALTYThe Contractor shall pay on a daily basis to the State Government as
Royalty, a sum equivalent to 10% of the amount deposited on sale of
High Security Registration Plates by the Vehicle Owners.
This amount of Royalty shall directly be transferred from the escrow
account and shall be credited to the account of Transport Department,
Government of Rajasthan.
2.6.3 Payment Terms and Schedule
a) An Escrow account shall be opened in the name of the bidder and
the Commissioner Transport Department. All the amount charged
from the vehicle owners on account of supplying and
a f f i x a t i o n o f High Security Registration Number Plates
will be deposited directly in this account which may include on
28 | P a g e
Rajasthan Transport Department HSRP Tender Documentline payment or other payment gateway for which a separate order
will be issued by the Transport Department. The amount deposited
in this account will be transferred to the concerned in the manner
prescribed below :-
1. 80% of the fee credited in this account shall be transferred
automatically on the next working day into the account of the
Contractor.
2. 10% of the amount credited in this account shall be transferred
automatically in the revenue head of the Transport Department.
(On account of royalty)
3. Remaining 10% amount lying in this account will be released to
the Contractor on the last day of every month after adjustment of
all dues to be recovered from the Contractor by Transport
Department i.e. penalty, interest if any, unpaid Electricity & Water
charges etc.
b) The approved price shall be as approved and notified by the
Transport Department.
2.6.4 The successful Bidder will be liable to pay all the taxes, duties,
cess, statutory charges etc as applicable under law for time being in
force.
2.7 BID VALIDITY
2.7.1 Bid shall remain valid for a period of 180 days from the date
of opening of the Financial Bid.
2.7.2 Bids, which are valid for a shorter period than
that required by the Government of Rajasthan or fail to
mention the validity shall be treated as non -responsive and
rejected.
2.7.3 In exceptional circumstances, the Government of Rajasthan
may ask the Bidders to extend the period of validity for a
specified additional period. The request and the Bidders
response shall be made in writing. Refusal of the Bidder to
extend t h e v a l i d i t y period will not entail forfeiture
of his EMD. A Bidder agreeing to the request will not be
29 | P a g e
Rajasthan Transport Department HSRP Tender Document
permitted to modify his Bid, but will be required to extend the
validity of t h e offer and EMD on t h e request o f t h e
G o v e r n m e n t of R a j a s t h a n .
2.8 EARNEST MONEY DEPOSIT
2.8.1 The Bidder shall furnish, as part of his Bid, an EMD
for the amount as mentioned in "Invitation for Bids" for
this particular project and in the form as per Sub Clause 2.3. 2.
2.8.2 The EMD of unsuccessful Bidders who do not qualify
for opening of their Financial Bid will be released after
signing of the Agreement but in any case not later than
ninety (90) days.
While EMD of other unsuccessful Bidders will be released
as promptly as possible but not before the Successful Bidder
has entered into the Agreement with the Government of
Rajasthan, no interest whatsoever is payable to the
Bidder by the Government of Rajasthan, on the EMD.
2.8.3 The EMD of Successful Bidder will be released without interest
within 15 days after the Successful Bidder has furnished
the required Security Deposit and signed the Agreement.
2.8.4 The EMD may be forfeited:
(a) If the Bidder withdraws the Bid after opening of the
Bid, while the Bid is still valid.
(b) In the case of Successful Bidder, if he fails within
the specified time limit to:
(i) Furnish the required Security Deposit, or
(ii) Sign the Agreement.
2.9 PROPOSALS BY BIDDERS
Bidder shall submit offer that fully complies with
the requirements of the Tender Documents, including
the conditions of contract, basic technical design as indicated
in the specification part. Conditional offers or alternative offers
30 | P a g e
Rajasthan Transport Department HSRP Tender Document
will not be considered in the process of Bid evaluation and
shall be rejected as non-responsive.
2.10 SIGNING OF THE BID
2.10.1 The original Bid shall be printed, typed or ink written and
shall be signed by a person or persons duly authorized to
sign on behalf of the Bidder. All pages of the Bid and where
corrections or amendments have been made shall be initialed
by a person or persons signing the Bid. Photocopy of any
document shall be acceptable if attested by the person who
is authorized to sign the Bid document except where the
attestation by Gazetted officer or Chartered Accountant is
required in the Tender Document. In case of detection of any
forgery, the Bid shall summarily be rejected & EMD shall be
forfeited. The Government of Rajasthan may also resort
to legal action against the Bidder.
2.11 Modification of the Tender DocumentThe Government of Rajasthan reserves the right to modifythe Tender Document or to extend the deadline for submission ofthe Bid till the last date of submission of the Bid.
2.12 PROCEDURE FOR SUBMISSION OF THE BIDS
Bidder (authorised signatory) shall submit their offer on-line in
Electronic formats both for technical and financial proposals. However,
DD for Tender Fees, RISL Processing Fees and earnest money should
be submitted physically at the office of Transport Commissioner Jaipur
as prescribed in NIB and scanned copy of same should also be uploaded
along with the technical Bid/ cover.
2. 13 LATE BIDS
Bids received after the deadline will not be accepted and
will be returned unopened to the Bidder.
2.14 REVELATION OF PRICES
Prices in any form or by any reason in Technical Bid or
before opening the Financial Bid should not be revealed,
failing which the offer shall be liable to be rejected.
31 | P a g e
Rajasthan Transport Department HSRP Tender Document
2.15 MODIFICATION OF BIDS
2.15.1 No Bid will be allowed to be modified after its submission ofthe Bids, except as provided in this Tender Document.
2.15.2 Withdrawal or modification of Bid, after submission of
Bid, shall result in the forfeiture of the EMD and shall
disqualify the Bidder for future bidding, except as provided in
this Tender Document.
2.16 LOCAL CONDITIONS
It will be imperative on each Bidder to fully acquaint himself
with the local conditions and factors, which would have
any effect on the performance of the Contract and/or the cost.
2.17 ADDRESS FOR CORRESPONDENCE
The Bidder shall designate the official mailing address
and place to which all correspondence shall be sent by
the Department.
2.18 OPENING OF BIDS AND EVALUATION
On the date specified in the Notice following procedure shall
be adopted for the opening of the Bids.
2.18.1 TECHNICAL BID
2.18.1.1 The Technical Bid will be opened on 0 2 . 0 7 . 2 0 1 7 at 10.00AM in Room No. 311 in the presence of the Bidders or theirauthorized representatives who wish to be present at the timeof opening, to verify its contents as per the requirement.
2.18.1.2 The contents of T e c h n i c a l b i d will be evaluated strictly
in accordance with the requirements of the Tender Document
and no missing/incomplete information will be allowed to be
supplied during evaluation of the Technical Bid, except as
provided in this Tender Document . However, the Tender
32 | P a g e
Rajasthan Transport Department HSRP Tender DocumentCommittee/Department may seek clarification(s) from the
Bidder(s).
2.18.1.3 In case any one of the required documents is not submitted/
furnished/ attached by the Bidder together with the Technical Bid
or does not meet the requirement of the Bid, the Bid shall
be summarily rejected without asking for any clarification.
No document/ annexure / certificate, in any case and under any
circumstances, shall be accepted after submission of Bid, except as
provided in this Tender Document.
2.18.1.4 Photocopy of any document shall be acceptable if attested by
the person who is authorized to sign the Bid document
except where the attestation by Gazetted officer or
Chartered Accountant is required in the Tender Document.
In case of detection of any forgery, the Bid shall be
summarily rejected and EMD shall be forfeited and
Government of Rajasthan will also resort to legal action a
against the Bidder.
2.18.1.5 Financial Bids of the Bidders who qualify in Technical
Evaluation shall be opened on a date which will be intimated to
the technically qualified bidders in room no. 311 in the presence
of only those Bidders or their authorized representatives.
2.18.2 FINANCIAL BID.
Financial bid of only those Bidders who have been found qualified
in the Technical Bid shall be opened in the presence of such
Bidders or their authorized representative who choose to attend at
the time and place communicated to them in advance. The rates
quoted in the Financial Bid shall be read out to the Bidders present at
the time of opening.
2.18.3 The Financial Bids shall be evaluated strictly in accordance
with the criteria mentioned in the Financial Bid Forms and
detailed system given in this bid document.
Criteria for evaluation of the Financial Bid received will be on the
basis of lowest sum total of the weighted rates received in Financial
33 | P a g e
Rajasthan Transport Department HSRP Tender Document
Bid in Form I which shall be calculated as follows, and mentioned
by the Bidder in column no.6:
For all Items at S. Nos. l to 5 of Financial Bid Form-I
: Col No 3 X Col No 5
The sum total amount in Column no. 6 of Row 7 of Form I
shall be considered to adjudge the Lowest Bidder.
2.19 PROCESS TO BE CONFIDENTIAL
Information relating to the process of examination,
clarification, evaluation, and comparison of Bids and
recommendations for the award of contract shall not be
disclosed to Bidders or any other persons not officially
concerned with such process . Any effort by a Bidder to
influence the Government's processing of Bids or award decisions
may result in the rejection of his Bid.
2.20 CORRECTION OF ERRORS
2.20.1 Where there is any discrepancy in the Financial Bid between
the amount in figures and in words, the amount in words
w ill prevail.
2.20.2 The prices stated in the Bid will be adjusted in
accordance with the procedure as per Sub-clause 2.20.1 for the
correction of errors and shall be considered as binding upon the
Bidder. If the Bidder does not accept the corrected Bid,
the Bid will be rejected, and the EMD shall be forfeited.
2.21 CURRENCY FOR BID EVALUATION
2.21.1 The unit rates and the prices shall be quoted by the Bidder in
Indian Rupees Only.
2.21.2 Bid will be evaluated on the basis of all calculations in Indian
Currency only.
34 | P a g e
Rajasthan Transport Department HSRP Tender Document
2.22 EVALUATION AND COMPARISON OF BIDS
2.22.1 The purchase committee of the department shall open the Bids
and prepare factual statement.
2.22.2 Purchase Committee constituted by the Transport Department ,
Govt. of Rajasthan for this purpose shall evaluate and finalize
the bid.
2.23 ISSUE OF LETTER OF INTENT
2.23.1 The lowest Bidder adjudged as per Para 2.18.3 shall be the
Successful Bidder.
2.23.1.1 In the event that two or more Bidders quote the same
Price, Govt. of Rajasthan may invite fresh Price Proposals in
sealed envelope only from the Bidders quoting the same price,
which shall not be more than the price quoted by them in the
original Bid.
2.23.2 Government of Rajasthan shall issue “Letter of Intent” to the
Successful Bidder by facsimile, followed by registered letter
/ Speed Post. On receipt of information by FAX / Speed Post,
the Successful Bidder shall intimate the Government of
Rajasthan of his acceptance of the offer in writing within
seven days from the date of receipt of letter of intent issued
by the Government of Rajasthan. In case the lowest
Bidder does not accept the offer, the same shall be passed
on to the next lowest Bidder and EMD of the lowest
Bidder shall be forfeited by the Government of Rajasthan.
2.24 GOVERNMENT'S RIGHT TO ACCEPT ANY BID AND TO
REJECT ANY OR ALL BIDS
2.24.1 The decision of the Govt. of Rajasthan regarding the evaluation,
qualification, opening and award of the Bid shall be final
and binding on all the Bidders.
2.24.2 The Government of Rajasthan reserves the right to reject
35 | P a g e
Rajasthan Transport Department HSRP Tender Document
any or all offers received from the Bidders without assigning
any reasons.
2.24.3 In case of detection of any fraud or misrepresentation prior
to finalization of Tender, the Bid shall be rejected after due
opportunity of hearing and the EMD shall be forfeited. If the
same is detected before signing of the Agreement, the security
deposit and / or the EMD whichever is available with the
Department, shall be forfeited
and the Bid / LoI shall be cancelled after due opportunity of
hearing, in addition to any other legal recourse that may be taken by
the Government of Rajasthan. In case it is detected after signing
of the Agreement, in addition to any other legal recourse that may
be taken by the Government of Rajasthan, the Agreement shall
be cancelled after due opportunity of hearing, and security
deposit shall be forfeited.
2.25 SECURITY DEPOSIT
2.25.1 Within 15 days of receipt of the Letter of Intent, the successful Bidder
shall furnish a security deposit or Performance Guarantee of Rs 5.00
Crores (Rs Five Crores only) comprising of (i) Bank Draft of Rs 1.00
Crore (Rs One Crore only) and (ii) a bank guarantee of the amount
equivalent to Rs 4.00 crores (Rs Four Crores only). The bank guarantee
would be from one of the scheduled banks, duly reconfirmed by the said
bank. The Bank Guarantee should be in favour of Transport
Commissioner, Rajasthan. The Performance Guarantee shall be valid for
another one year i.e. total six year from date of agreement.
2.25.2 Failure of the Successful Bidder to deposit the
security deposit as per Clause 2.25.1 shall lead to
cancellation of the Letter of Intent and forfeiture of the
EMD.
2.26 SIGNING OF AGREEMENT
2.26.1 On receipt of letter of intent the Successful Bidder will sign
the formal Agreement with the Government of Rajasthan, on
non judicial stamp paper on a date to be notified by the Govt. of
36 | P a g e
Rajasthan Transport Department HSRP Tender Document
Rajasthan. The signing of the Agreement shall take place
only after furnishing of Security Deposit by the Successful
Bidder as per Clause 2.25 and submission of the required
documents not submitted with the Bid by the Successful
Bidder as per Clause 2.3.19.
2.26.2 The Agreement will be signed by the legally authorized
representative of the Successful Bidder within 15 days from
the date of receipt of Letter of Intent, unless the same is
extended in writing by the Government of Rajasthan.
Before signing of the Agreement, the Successful Bidder shall
provide the Resolution of the Board of Directors
aulhorizing signatory of the Agreement in case Bidder is a
Company, Corporation or Joint Venture or Consortium. If the
Successful Bidder fails to sign the Agreement as per Clause
2.26. l in the specified period, the Earnest Money Deposit
(EMD) shall be forfeited.
2.27 CORRUPT OR FRAUDULENT PRACTICES
2.27.1 The Government of Rajasthan requires that all the Bidders should
observe the highest standard of ethics, and Each Bidder or
each of its constituent entities ( in case of JV/Consortium )
shall be required to give an undertaking with respect to the
below as in Annexure XI.
2.27.2 For the purposes of this Tender Document:
i) "Corrupt Practice" means behaviors on the part
of Bidder or his representative by which they
improperly and unlawfully enrich themselves and/or
t hose close to them, or induce others to do so,
by misusing the position in which they are placed,
and it includes the offering, giving, receiving, or
soliciting of anything of value.
ii) "Fraudulent Practice" means a misrepresentation
of facts, in order to influence evaluation
process or execution to the detriment of the
37 | P a g e
Rajasthan Transport Department HSRP Tender DocumentGovernment of Rajasthan, and includes collusive
practice among Bidders (prior to or after Bid
submission) designed to establish Bid price at
artificial non-competitive level and to deprive the
Government of Rajasthan of the benefits of free
and open competition.
2.27.3 Government of Rajasthan will reject a proposal for award if itdetermines that the Bidder recommended for award has
engaged in corrupt or fraudulent practices in competing for
the contract in question.
2.27.4 Govt. of Rajasthan will declare a Bidder ineligible,
either indefinitely or for a stated period of time, if it at
anytime determines that the Bidder has engaged in
corrupt or fraudulent practice in competing for, or in
executing, this project.
2.28 Indemnity Clause
The Successful Bidder will be responsible for affixing any High
Security Registration Plate, that may not b e in conformity
with the provisions of the Central Motor Vehicle Rules,
1989 with special emphasis on Rule 50 thereof and
MOTOR VEHICLES (NEWHIGH SECURITY REGISTRATION
PLATES) ORDER, 2001 as amended from time to time, or
for affixing stolen High Security Registration Plate. If any legal
and financial liabilities arise due to the above, in no case
Registering Authority/ Transport Commissioner/ Government of
Rajasthan will be responsible.
2.29 Non Collusion of Bidders / Members of Joint Venture
i) No bidder applying individually, or as a member of a
Joint Venture, can be member of another Joint
Venture for this project.
ii) No bidder shall submit more than one Bid.
38 | P a g e
Rajasthan Transport Department HSRP Tender Documentiii) Any bidder or constituent of Joint Venture, who
submits or participates in more than one Bid, will be
disqualified and will also cause the disqualification of
the Joint Venture for this project.
iv) Each bidder and each member of the Joint Venture
shall submit a certificate / affidavit confirming that in
the preparation and submission of the Proposal, no
Bidder or any member of the Joint Venture has acted
in concert or in collusion with another Bidder/s and
also done any act, deed or thing which is or could be,
regarded as anti-competitive.
39 | P a g e
Rajasthan Transport Department HSRP Tender Document
SECTION-III
SCOPE OF WORK
3.1.1 The registration of motor vehicle is documented in the State
of Rajasthan at 53 Registering Authorities (DTO) offices at
location given in Annexure No. XII and Motor Vehicle Dealers
Authorized as Registering Authority by the Govt. of Rajasthan.
All vehicles registered on or after commencement of scheme will
be issued and affixed with the High Security Registration
Plate. The existing vehicles will also be covered with fitment of
the High Security Registration Plate within two years. (The number
of vehicle already affixed with HSRP is annexed as Annexure XV)
3.1.2 It will be binding on the Contractor to provide the services:-
a) Within 15 days of notice by Transport Commissioner for
new offices, if the same come into existence during the
period of contract.
b) Within 7 days of notice in case a registeringauthority declares any new place as place for registration.
3.2 Supply and Affixation of Registration Plate
a) The Contractor will have to supply and affix the Registration
Plates as per the specifications laid down in the
“said notifications” and carry out the finishing process for
each High Security Registration Plate according to
individual numbers and alphabets as allotted by the Registering
Authority. The Contractor shall set up individual embossing
stations in or in proximity of the Registering Authority as per list
provided in Annexure XII and Motor Vehicle Dealers Authorized
as registering authority by the Govt. of Rajasthan to ensure proper
and easy availability of the High Security Registration Plates.
b) The Registration Plates and the third Registration Plate (sticker)
will be affixed in the premises of the Registering Authority or
the place declared by the Registering Authority only by
authorized employees of the Contractor, and the old plates
removed from the existing vehicles shall be deposited with the
40 | P a g e
Rajasthan Transport Department HSRP Tender DocumentRegistering Authority.
c) The Contractor shall clear on a daily/weekly/fortnightly/
monthly basis as may be necessary, the accumulated old Number
Plates removed from the existing vehicles from the
premises of the Registering Authority which will be destroyed in
presence of the Registering Authority and disposed of/auctioned in a
manner prescribed by the Registration Authority. Any amount so
collected from auction will be deposited in revenue head of Transport
Department. Destruction and disposal of old number plates will
be so done as not to cause any environmental risks and all
guidelines of the Government with regard to environmental
consideration will be followed.
3.3 Time limit for affixation
In the case of new vehicles, HSRP shall be affixed on the sameday of registration provided payment is made by the customer , thetime for affixing of High Security Registration Plates on oldMotor Vehicle will be 2 (two) working days, after the dayof authorization by the Registering Authority and uponpayment being made by the customer to the contractor. Thecontractor shall receive the documentary evidence in the formof copy of Form 20 under rule 47 of Central Motor VehicleRules 1989 or relevant authorization document, from theRegistering Authority authorizing the Contractor to affixnew/replacement HSRP.
3. 4 Embossing & Affixing
The High Security Registration Plate will be embossed and
be affixed to the Vehicle as per the process laid down in
t h e said notification and Central Motor Vehicle Rules, 1989
amended from time to time, with special emphasis on Rule 50,
only upon the receipt of authentic documentary evidence
from the Registering Authority. No Security Registration
Plates or 3 rd Registration Plate or Snap Lock will be
issued to anybody without proper authorization and any
incidence of this nature would directly lead to termination of
the Agreement.
3. 5 Existing Vehicle
41 | P a g e
Rajasthan Transport Department HSRP Tender DocumentOn existing registered vehicles also, the High Security
Registration Plates will be individually embossed and affixed
only upon receipt of the authentication document from
the vehicle owner and the verification by Registering
Authority. However, Contractor shall ensure that the old
number / Registration plates will be collected back and duly
destroyed as per the norms indicated in this Tender Document.
3.6 Replacement of Registration Plate
i) In case any vehicle already provided with High Security
Registration Plate needs to be replaced with either or both of the
Registration Plate or the third Registration Plate/Mark in the
form of self destructive hologram sticker, these replacements
shall be done by charging item w i s e costs a s p e r rate
approved for r e p l a c e m e n t from the vehicle owner, only
upon receipt of documentary evidence by the Registering
Authority. Item wise rates as quoted in Form-I (Financial Bid) by the
successful bidders shall be the approved rates for replacement of that
particular item.
ii) In case of any manufacturing defect of permanent nature
on account of hot stamping of reflective sheet within five years
period, the plate shall be replaced free of cost on the
instructions of the Registering Authority.
3.7 Maintenance of Supply Unit
Contractor should maintain his supply unit/units well in
order and in no case the supply be obstructed because of it.
3.8 Electricity Generators
Contractor should maintain, backup generators, i f so req uired ,
so that the supply may not be affected because of electricity
failure.
42 | P a g e
Rajasthan Transport Department HSRP Tender Document
3.9 Right type of Registration Plate, Responsibility of Contractor
Providing the right type of High Security Registration Plate
and fixing to the vehicle shall be the sole responsibility of
the Contractor. The Department shall hold the
Contractor responsible for any failure. In case of any complaint
received by the Government of Rajasthan about quality and
specifications of plates, Government of Rajasthan may get
these tested by the Testing Agencies authorized by the
Government of India as per rule 126 of Central Motor
Vehicles Rules, 1989. In case of non conformity of standard
found by Testing Agencies, sub-standard plates so supplied by
the Contractor shall be replaced by him at his own cost.
3.10 Provision of space in the premises of Registering Authority
3.10.1 The Registering Authorities will allow the affixation of
High Security Registration Plate in their premises. Minimum
space required for the purpose will be provided in the premises of
Registering Authority.
3.10.2 Charges for utilities like electricity and water etc will
be payable on actual basis by the Contractor for availing the
facilities mentioned in clause 3.10.1.
3.10.3 The Space provided to the Contractor will be solely for the
purpose of pursuing the objects of this Scheme, and would
not bestow on them any right to own, lease, rent or use the
premises for any purpose other than the purpose of this
Scheme. For avoidance of doubt it is further made clear that
the Contractor shall not have any right, title or interest in any
form whatsoever, in the Space so provided to the C ontractor.
Immediately on the termination of the contract awarded to the
Contractor, the said Space will be vacated by him and handed
back to the concerned authority.
43 | P a g e
Rajasthan Transport Department HSRP Tender Document
3.11 Facility Inspection
3.11.1 The Government of Rajasthan or their nominated /
delegated authority individually or jointly with any other
agencies/authorities including Testing Authorities reserves
the right to inspect, supervise, assess, all the equipments
installed at the premises of Contractor to ensure the
effectiveness of the installations established after giving prior
intimation in writing or by way of surprise check.
3.11.2 The Registering Authority reserves the rights to inspect
the embossing stations and other infrastructural arrangements
of the Contractor under it s jurisdiction at any time. In
the event of any irregularity, the Government of
Rajasthan can take an appropriate action against the
Contractor as specified in Clause 4.15 of the Tender
Document.
3.11.3 The Department will have the right to appoint
independent Auditors to have the books, premises and operations
examined at intervals of not shorter than a year at the cost of
the Contractor.
44 | P a g e
Rajasthan Transport Department HSRP Tender Document
SECTION-IV
TERMS AND CONDITIONS
START AND PERIOD OF CONTRACT
4.1 The Contract shall come into force only after signing
of the Agreement and will be for a period of 5
years commencing from the date of signing of the
Agreement. However, the contract may be extended by
the State Government for a period up to six months.
The Registering Authority shall not send copies of
Form-20 or relevant documents as per clause 3 .3 before
and up to 30 days from signing of Agreement, but shall send
the same immediately after 60 (sixty) days of signing of
the Agreement. The Contractor shall ensure that necessary
infrastructure for embossing, supply and affixing of HSRP
is duly installed and made operational on or before the
30th day from signing of Agreement, at all the
locations of Registering Authorities in the State of
Rajasthan.
4 .2 RATES OF HIGH SECURITY REGISTRATION PLATE
4.2.1 The Contractor shall affix the High Security Registration Plates
to the Vehicles, against Authorization Document from
the Registering Authority for affixing High Security
Registration Plates at the rates as approved in the Agreement.
4.2.2 The prevailing approved rates shall be displayed by the
Contractor at all embossing stations / affixing places duly
signed by the respective Registering Authorities.
4.3 SAMPLES AND PERFORMANCE WARRANTY OFPLATES
4.3.1 The Contractor shall provide samples of High Security
Registration Plates required for all categories of vehicles duly
certified from authorized Testing Agencies. The samples will
be made available to all the Registering Authorities within
15 (Fifteen) days from signing of the Agreement, in order to
check / compare supplies of High Security registration Plate.
45 | P a g e
Rajasthan Transport Department HSRP Tender Document
In case the samples are not supplied to any Registering
Authority, work of supply and affixing of HSRP will not be
allowed to start at that location till such samples are
received.
4.3.2 The Contractor must provide Field Performance Warranty
for p e r m a n e n t nature of hot stamping o f reflective sheet
and for the High Security Registration Plate for a period of 5
years. Such warranty shall be affixed / mentioned in the receipt to the
consumers.
4.3.3 The Contractor must provide such further service levels as may
be notified by the Government of Rajasthan/ Government
of India from time to time.
4.4 REPORTS
4.4.1 The following reports will be submitted by the Contractor in
the format enclosed:
a) Daily Compliance Report to each Registering Authority
and a combined report of the whole District to the concerned
District Transport Office as per Annexure-XIII and XIII-A
respectively.
b) District Transport Office wise Monthly Compliance Report
to the Transport Commissioner as per the Format at
Annexure XIV.
c) Submission of COP within 03 (three) months of signing
of Agreement, and thereafter as per Norms which
may be notified by Ministry of Road Transport
and Highways, Government of lndia or earlier as
may be required by the Transport Department,
Government of Rajasthan from time to time for
reasons to be intimated in writing.
4.4.2 The Contractor should also invariably give the details of and
set up ON LINE Management Information System and access
46 | P a g e
Rajasthan Transport Department HSRP Tender Document
method relating to the issuance of High Security
Registration Plates (As per Clause 4.4.3).
4.4.3 (a) The Contractor will ensure support by a n enterprise
resource planning and management system in a secure mode, to
enable access of information relating to the
issuance of High Security Registration Plates in an "ON
LINE" real time environment and at the same time provide
this information to the Transport Commissioner and at all
the locations of Registering Authority by installing required
systems and other peripherals at his own cost.
(b) The detailed networking plan shall also meet requirements
of Clauses 4.4.2, 4.4.4, 4.4.5 and 4.4.6. The Contractor shall
set up and operationalize the above state-wide network
including allocations of Registering Authorities and the
Transport Commissioner's office within 60 (Sixty) days from
signing of Agreement. Department may use the network
established by the Contractor for its own purpose.
4.4.4 Centralized connectivity terminal would be provided by the
Contractor to the Department with access code at designated
place to enable the Department to access the information of the
State of Rajasthan.
4.4.5 Contractor will upgrade the necessary data and supply it
to Registering Authority as per directions issued
by Transport Commissioner from time to time.
4.4.6 Contractor should use only legal Licensed Versions of
Operating System.
4.5 TRAINING
The Contractor shall undertake to impart training on High
Security Registration Plate to designated staff/officers of
the Department, Police etc. However, the cost of
transportation of such government staff / officers shall
be borne by the Government of Rajasthan.
47 | P a g e
Rajasthan Transport Department HSRP Tender Document
4.6 DETAILS TO BE CONFIDENTIAL
Confidentiality of the process and system including the
security features of the High Security Registration Plates
are very important, which has to be maintained, and any
divulgence will have a serious penal and legal action
including action under clause 4.15, and the Contractor shall
treat the details of the contract as private and confidential,
save in so far as may be necessary for the purposes
thereof, and shall not publish or disclose the same or any
particulars thereof in any trade or technical paper or
elsewhere without the previous consent in writing of the
Transport Commissioner. If any dispute arises as to the
necessity of any publication or disclosure for the purpose of
the Contract the same shall be referred to the Transport
Commissioner whose decision shall be final.
The Contractor or his representative should neither disclose
the data of vehicles nor sell the data or use it for
commercial exploitation or research work without the written
permission of the Transport Commissioner.
4.7 TRANSFER OF RIGHTS
The Contractor cannot transfer the contract to anybody
under any circumstances.
4.8 LANGUAGE AND LAW
The Language of the contract is English and the Law governing
the contract is that in force in India.
4.9 DECISIONS AND INTERPRETATIONS
Except where otherwise specifically stated, the Transport
Commissioner will decide the contractual matter between the
Department and the Contractor.
48 | P a g e
Rajasthan Transport Department HSRP Tender Document
4.10 COMMUNICATION
Communications between parties, which are referred to in
the conditions, are effective only when in writing. A notice
through registered post/speed post / e-mail shall be effective
from the date of issue.
4.11 ACCESS TO THE PREMISES
The Contractor shall allow the Transport Commissioner and
any person so authorized by the Transport Commissioner,
access to the premises of the work places.
4.12 INSTRUCTIONS
4.12.1 The Contractor shall carry out all instructions of Transport
Commissioner /his authorized representative, which comply
with the applicable Laws where the embossing stations are
located.
4.12.2 The Contractor shall permit the Transport Commissioner
/his authorized representative to inspect the
Contractor’s accounts and records relating to the fabrication
and finishing of the High Security Registration Plates at
the embossing stations and other installations.
4.13 DELAYS IN THE PERFORMANCE
4.13.1 Performance of the Contract shall be made by the Contractor in
accordance with the time schedule as per this Tender
Document and as further specified by the Government of
Rajasthan.
4.13.2 A delay by the Contractor in the performance of its contractual
obligations shall render the Contractor liable to any or all of
the following sanctions:
i) Forfeiture of its security deposit,
ii) Imposition of Liquidated Damages; and/or
iii) Termination of the Contract for default.
49 | P a g e
Rajasthan Transport Department HSRP Tender Document
4.13.3 If at any time during performance of the contract, the
Contractor should encounter difficulties impeding timely
completion of the services under the contract and
performance of services, the Contractor shall promptly
notify the Transport Commissioner in writing of the fact ofthe delay, it's likely duration, and its causes within 24 hours.
As soon as practicable , after receipt of the Contractor's
report, the Transport Commissioner of Rajasthan shall
evaluate the situation and may at its discretion
extend time for performance in which case the extension shall
be ratified by the parties by amendment of the Contract.
4.13.4 FORFEITURE OF SECURITY DEPOSIT:
The liquidated damages under the subsequent clauses shall
be payable in cash within 15 days from the date of
imposition thereof, and in case of failure to do so, the security
deposit may be forfeited and encashed to that extent, in
which case the Contractor will have to make good the
same amount by a supporting bank guarantee within 7
days of the encashment. Similarly, delay in payment of
User Charges as per Clause 3.10.2 or delay in compliance of any
other schedule or requirement of this Tender may also lead to
forfeiture of security deposit as per Clause 4.13.2. The
security deposit may also be forfeited by Govt. of Rajasthan as
per provisions of Clause 4.15 relating to termination of the
Contract.
4.14 LIQUIDATED DAMAGES
4.14.1 Time is the essence of the contract. High Security Registration
Plates are to be affixed on the newly registered motor vehicles
in State of Rajasthan from the date of commencement of Scheme
and old registered vehicles at the earliest and within two years.
Therefore Contractor is required to install necessary
infrastructure at all locations in the State of Rajasthan as has
been mentioned in Annexure No XII. Number of
Registering Authorities may increase in future and the
50 | P a g e
Rajasthan Transport Department HSRP Tender Document
Contractor is bound to install necessary infrastructure in order
to provide High Security Registration Plates without any
additional claims under this contract and to make
operational at all locations. Concerned Registering
Authorities would ensure compliance after physical verification
of the infrastructure installation.
4.14.2 If necessary infrastructure is not installed or not made operational
at any of the locations of Registering Authorities in the State of
Rajasthan on the date indicated by the Department as per
Agreement, it would be considered delay in the commencement
under the contract. It would result in the recovery of liquidated
damages at the rate of Rs. 25,000/- (Rupees twenty five
thousand) only for each day subject to a maximum of Rs. 25.00 Lac
(Rupees Twenty Five lacs) only. Delay in commencement will not
in any case exceed by hundred days (100 days).
4.14.3 After commencement of the project, it would be the foremost
responsibility of Contractor to provide High Security
Registration Plates as per Clause 3.3 on the date of registration
in case of new vehicles and within 2 ( two) working days from
the date of receipt of documentary evidence / order from the
Registering Authority for the existing vehicles. Delay in supply
and affixation of registration plates would cause inconvenience
to the vehicle owners, therefore, in such cases of delay,
Contractor shall be liable for liquidated damages eg. If
the documents are received on 23rd, the plates have to be
affixed latest by 25th, otherwise damages become chargeable.
4.14.4 For the purpose of Clause 4.14.3, each Registering Authority
would be considered one unit. During the contract period, the
Contractor must ensure the supply and affixation of plates
within stipulated time. If he fails to do so, 10% of
amount of cost of plates supplied and affixed in a
calendar month’s period would be recovered from the
Contractor as liquidated damages. For individual cases of
51 | P a g e
Rajasthan Transport Department HSRP Tender Document
delay beyond stipulated days, an amount not exceeding Rs. 5000
imposed by Transport Commissioner will be recovered as liquidated
damages. Each Registering Authority would calculate the delay
in supply on monthly basis and communicate the amount
of liquidated damages f o r t h e p r e c e d i n g m o n t h b y 1 0 t h
o f e v e r y m o n t h . The Contractor shall deposit amount of
liquidated damages within a period of 7 days by way of
Demand Draft / Bankers Cheque to the concerned Registering
Authorty.
4.15 TERMINATION OF THE CONTRACT
The Government of Rajasthan will have a right to cancel the
contract if the Contractor commits breach of any or
all conditions of the Contract. Breach of Contract includes,
but is not limited to the following:
a) It is found that the schedule of implementation ofthe Scheme is not being adhered to,
b) The Contractor stops work & such stoppage has not been
authorized by the Transport Commissioner,
c) The Contractor becomes bankrupt or goes into
liquidation,
d) The Transport Commissioner gives notice to correct a
particular defect / irregularity and the Contractor fails
to correct such defects / irregularity within a
reasonable period of time determined by the
Transport Commissioner.
e) In case it is found that the Contractor has failed to make
the supplies as per the requirement of the Government of
Rajasthan and as per the approved specifications.
f) In case it is found that the Contractor is involved
in distribution of duplicate High Security Registration
Plate and/or is leaking the security features,
g) Fails to submit valid "Conformity of Production
52 | P a g e
Rajasthan Transport Department HSRP Tender Document
Certificate" periodically as per the guidelines of the
Testing Agencies or as per Clause 4.4.1 (c), to
the Department,
h) Fails to replenish by way of bank guarantee the amount
of security deposit deducted in lieu of payment of
liquidated damages under Clause 4.14.2 or 4.14.4 or
deducted in lieu of User Charges payable under Clause
3.10.2, and
i) In case of detection of any fraud or misrepresentation at
any stage as per Clause 2.24.3
Because of breach of contract by the Contractor for any of the
above reasons, the Government of Rajasthan shall have the
right to terminate the contract by giving 15 days notice to the
Contractor, and forfeit the Performance Security and shall
have the right to supersede and take over the entire
infrastructure and operation on "as is where is basis" at the
risk and cost of the Contractor.
4.16 FORCE MAJEURE
4.16.1 Notwithstanding the provision of Clause 4.13, 4.14 and 4.15,
the Contractor shall not be liable for forfeiture of its
Security Deposit, liquidated damages or termination for
default, if and to the extent that, its delay in performance
or other failure to perform its obligation under the contract
is the result of an event of Force Majeure.
4.16.2 For purpose of this Clause, "Force Majeure" means
an unforeseeable event beyond the control of the Contractor and
not involving any fault or negligence on the part of the
contractor. Such events may include, but are not restricted to,
acts of the Government of Rajasthan either in its sovereign or
contractual capacity, wars or revolution, fires, floods ,
epidemics, quarantine restrictions and freight embargoes. But
it does not include failure of electricity, connectivity or
printing system as a cause beyond control.
53 | P a g e
Rajasthan Transport Department HSRP Tender Document
4.16.3 If a Force Majeure situation arises, the Contractor shall
promptly notify the Transport Commissioner in writing of
such conditions and the cause thereof. Unless otherwise
directed by the Transport Commissioner in writing, the
Contractor shall continue to perform its obligations u nder the
contract as far as is reasonably practical, and shall seek all
reasonable alternative means for performance not prevented
by the Force Majeure event. The Government of Rajasthan
may terminate this contract, by giving a written notice of
minimum 30 days to the Contractor, if as a result of Force
Majeure the Contractor is unable to perform a material
portion of the services for a period of more than 60 days.
4.17 ARBITRATION
4.17.1 The Department and the Contractor shall make every effort to resolve
amicably by direct negotiations any disagreement or dispute, arising
between them under Contract.
4.17.2 If after 30 days from the commencement of such direct negotiations,
the dispute is not resolved it shall be finally settled by binding
arbitration under "The Arbitration and Conciliation Act, 1996". The
Arbitrator shall be one man Arbitrator nominated by the Govt. of
Rajasthan.
4.17.3 "The Indian Arbitration and Conciliation Act 1996", the rules made
thereunder and any statutory modification or re-enactments thereof,
shall apply to the arbitration proceedings.
4.18 PASSING OF PROPERTY
4.18.1 No right, title or interest in the site (if allotted by the
Department to the Contractor) shall pass to the Contractor. The
ownership of the hardware/equipment & infrastructure
created by the Contractor shall not pass to the Department and
shall remain the property of the Contractor even after the
expiry of the Contract , provided the Contract is successfully
completed and the Contractor vacates such site within the stipulated period,
as per Clause 4.18.2.
54 | P a g e
Rajasthan Transport Department HSRP Tender Document
4.18.2 The Contractor shall vacate site allotted by the Department
within 7 (seven) days of the expiry of the contract period,
failing which, amount of security deposit shall not be
refunded as per Clause 4.24, and action may be taken as per
law considering unauthorized occupancy of the Contractor.
4.19 "NO CLAIM" CERTIFICATE
4.19.1 The Contractor shall not be entitled to make any claim,
whatsoever, against the Government of Rajasthan, under or by
virtue of or arising out of this Contract, nor shall the
Government of Rajasthan entertain or consider any such
claim, if made by the Contractor and the Contractor shall sign
a "No Claim" Certificate in favour of the Government of
Rajasthan in such forms as shall be required by the
Government of Rajasthan after the works are finally accepted.
4.20 SUSPENSION
4.20.1 The Government of Rajasthan may, by a written notice of
suspension to the Contractor, suspend the Contract if the
Contractor fails to perform any of its obligations under
the contract (including the carrying out of the services)
provided that such failure is of a nature beyond the scope of
Clause 4.1 3, 4.14 and 4.15, but is also not covered by the
scope of Clause 4.16, and further provided that such notice of
suspension:
i) Shall specify the nature of the failure and
ii) Shall require the Contractor to remedy such failure
within a specified reasonable period from the date of
receipt of such notice of suspension by the Contractor.
4.21 CESSATION OF RIGHTS AND OBLIGATIONS
4.21.1 Upon termination of the Contract pursuant to any of the Clauses4.13, 4.15, and 4.16 above, or upon expiration of this contract,
all rights and obligations of such parties shall cease, except:
55 | P a g e
Rajasthan Transport Department HSRP Tender Document
i) Such rights and obligations as may have accrued on
the date of termination or expiration,
ii) The obligation of confidentiality set forth,
iii) Any right which a party may have under the
applicable law.
4.22 CESSATION OF SERVICES UPON TERMINATION
Upon termination of the Contract pursuant to any of theClauses 4.13, 4.15, and 4.16 above, the Contractor shall,immediately upon dispatch or receipt of such notice, take allnecessary steps to bring the services to a close in a prompt andorderly manner.
4.23 COMPLETION OF CONTRACT
4.23.1 Unless terminated earlier, pursuant to Clauses 4.1 3, 4.15, and 4.16, the
contract shall terminate on the completion of 5 Years from the date of
signing of the agreement. Upon completion of the 5 year contract, the
term of the Contract may further be extended for a period not
exceeding up to twelve months on same terms and conditions.
However, the contractor shall not abandon work even after five
years except in the manner laid down in this document.
4.24 REFUND OF SECURITY DEPOSIT
Within a period of three months on successful completion of period of
contract, the Contractor will be entitled to get refund of 50% of the
security deposit subject to receipt of No Objection Certificate from all
Registering Authorities of the State. Balance 50% security deposit
will be refunded to the Contractor after another 5 years or
extended period of six months as the case may be from the date of
completion of contract period . This is necessary as it will be a
security in lieu of future guarantee for the quality of the High
Security Registration Plates.
4.25 EXIT MANAGEMENT
If on account of unavoidable circumstances beyond the control of the
Transport Department, Govt. of Rajasthan, the Department is unable to
56 | P a g e
Rajasthan Transport Department HSRP Tender Document
award a new contract to a new contractor, the operation or affixation of
HSRP by the Contractor shall be continued on the written instructions
from the Department, for such period as may be necessary but not for more
than six months, on the same terms and conditions. The contractor shall
manage the project during the contract keeping in mind fair play and best
practices of the Industry so that at no stage even after completion of five
years or extended period the project is abandoned, reduced in scale of
operation or in any manner prejudiced in fulfillment of the objectives of the
project.
4.26 LEGAL JURISDICTION
Any dispute arising out of the contract shall be subject to the
jurisdiction of Courts of Law located at Jaipur C i t y only.
4.27 PENALTY
Notwithstanding anything contained in another clauses of this bid
document, Transport Commissioner may impose a penalty up to
Rs. 5 lac, if contractor is found involved in malpractices of charging
money above than the approved price, not maintaining quality of high
security number plate or breach of any statutory condition of the bid
document, after giving an opportunity of hearing to the contractor.
The imposition of three consecutive penalties, as per the discretion of
the Transport Commissioner, may invoke termination of the Contract
Agreement under clause 4.15.
57 | P a g e
Rajasthan Transport Department HSRP Tender Document
SECTION-V
SIZE AND TECHNICAL SPECIFICATIONS
OF THE HIGH SECURITY
REGISTRATIONPLATES
The Size and Technical Specifications of the High Security
Registration Plates shall be as per the provision of
Central Motor Vehicle Rules, 1989 with special
emphasis on Rule 50 thereof, as amended from time to
time.
Rajasthan Transport Department HSRP Tender Document
58 | P a g e
Sl.
ItemWeight
attachedUnit
Item wise break upRate in Rupees
Total(3 x 5)
Type/Size Figures Words1 2 3 4 5 61.
Complete set of Registration Platesinclusive of Snap Lock and fixingfor two-wheelers.
0.7524
Piece 200mmx100mmPiece 285mmx45mmPair Snap Lock
Set TOTAL - A2.
Complete set of Registration Platesinclusive of Snap Lock, 3rd
Registration Plate and fixing forthree-wheelers (Passenger andgoods) and invalid carriages.
0.0179
Piece 200mmx100mmPiece 200mm x 100mmPiece 3rd registration plate/stickerPair Snap LockSet TOTAL – B
3.
Complete set of Registration Platesinclusive of Snap Lock, 3rd
Registration Plate and fixing forLight Motor Vehicles/ PassengerCars. (excluding tractors)
0.0950
Piece 500mm x 120mmPiece 340mm x 200mmPiece 3rd registration plate (sticker)Pair Snap LockSet TOTAL - C
FINANCIAL BIDFORM - I
HIGH SECURITY REGISTRATIONPLATE
1. NAME OF THE BIDDER2. ADDRESS3. BID VALIDITY PERIOD4. TENDERED RATES
Rajasthan Transport Department HSRP Tender Document
59 | P a g e
4 Complete set of Registration Platesinclusive of Snap Lock ,3rd
Registration Plate and fixing fortractors.
0.0711
Piece 285mm x 45mmPiece 200mm x 100mmPiece 3rd registration plate/stickerPair Snap Lock
Set TOTAL - D5.
Complete set of Registration Platesinclusive of Snap Lock, 3rd
Registration Plate and fixing forMedium Commercial Vehicles/Heavy Commercial Vehicles/Trailer combination. 0.0636
Piece 340mm x 200mmPiece 340mm x 200mmPiece 3rd registration plate/stickerPair Snap Lock
Set TOTAL - E6 Total No. of vehicles in ratios. 1.0000
7. Sum Total amount (A+B+C+D+E)
In Figures:In Words:
I agree with the terms and conditions of the tender document. However specific agreement will be signed upon award of contract.
NOTE:1. The above rates are chargeable from vehicle owners and are for providing and fixing High Security Re gi s t r a t ion Plate on the vehicles.2. The rate is inclusive of all taxes, levies and all other charges.3. Weights attached have been arrived at by the department on the basis of % of types of vehicles registered in the State as on 31.3.2016.4. Item wise Rates shall not be considered for evaluation.5. For working out the weighted averages the total rate quoted in column no. 5 corresponding to the title "Total" in column no. 4 will be taken into
consideration.6. Replacement of Plates will be done on the item wise approved rate quoted in column no. 5 corresponding to the name of item mentioned in column
no. 4 only for the item replacement.
SIGNATURE & STAMP OF BIDDER
Rajasthan Transport Department HSRP Tender Document
ANNEXURE I (See clause 1.3.3)
NUMBER OF TOTAL REGISTERED MOTOR VEHICLES AS ON 31-3-2016 IN RAJASTHAN
REGISTRATION OF VEHICLES IN RAJASTHAN
S.No. District M.
Ricks.Two
WheelerAuto
Ricksha
TempoCar Jeeps Tractors Trailers Taxi/Maxi
Cabs Buses Trucks Others TotalPass. Goods
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16
1 Jaipur (S)55 1768999 27193 6008 14578 332947 70823 48424 2911 31801 24292 82901 5738 2416670
2 Dudu0 16284 5 2 0 940 685 820 0 137 76 764 69 19782
Total 55 1785283 27198 6010 14578 333887 71508 49244 2911 31938 24368 83665 5807 2436452
3 Jaipur (N)0 4514 255 120 33 640 795 72 0 138 46 361 4 6978
4 Kotputli0 66427 148 70 959 4579 4906 7718 136 1981 2137 14326 628 104015
5 Chomu0 20622 6 3 0 1086 1940 1444 4 204 170 1167 96 26742
6 Shahpura0 12179 0 0 13 610 388 1060 33 87 38 1779 33 16220
Total 0 103742 410 193 1005 6915 8029 10294 173 2410 2391 17633 761 153955
7 Dausa0 174930 1254 436 225 6263 5515 16212 119 2372 1395 5403 468 214592
8 S.Madhopur0 149308 703 388 187 5034 4103 24572 824 2347 2305 4879 489 195139
9 Karouli0 100653 1401 638 13 2252 3145 12018 116 1389 802 1953 75 124455
Total 0 424891 3358 1462 425 13549 12763 52802 1059 6108 4502 12235 1032 534186
10 Sikar0 243492 5848 1318 312 18129 16509 26859 449 3186 3944 15657 944 336647
11 Jhunjhunu0 197513 3363 1064 620 16338 14666 20426 443 3464 5623 13076 1032 277628
12 Churu15 90776 7552 1171 259 7219 7588 20043 76 1650 2549 9435 275 148608
13 Sujangarh 0 15364 75 36 9 981 573 1161 0 148 89 726 57 19219
Total 15 547145 16839 3588 1200 42667 39336 68489 968 8448 12205 38894 2308 782102
14 Alwar2 528737 1992 901 1295 33442 9479 60833 1717 2442 3142 22137 1203 667322
15 Shanjahapur0 0 0 0 0 0 0 0 0 0 0 0 0 0
16 Bhiwadi 0 25210 231 108 111 2586 1048 2260 0 140 287 893 185 33059
Total 2 553947 2223 1009 1406 36028 10527 63093 1717 2582 3429 23030 1388 700381
17 Bharatpur2 268078 1542 455 570 11142 10333 48993 1834 1248 2242 16731 737 363907
18 Dholpur0 95489 682 355 83 2899 3763 15860 78 897 926 8520 193 129745
Total 2 363567 2224 810 653 14041 14096 64853 1912 2145 3168 25251 930 493652
19 Ajmer0 493420 5313 1563 4936 39220 13821 20580 1532 4870 3439 18393 1300 608387
20 Beawar0 110549 1846 535 1455 4044 3765 2603 54 1215 744 3036 649 130495
21 Nagour0 214473 1683 297 1199 12712 15233 97715 1061 2935 2074 14338 1033 364753
22 Didwana 0 117372 881 273 275 5618 4274 7220 13 667 469 4312 597 141971
23 Tonk 0 193433 459 150 218 4735 3908 21084 884 1176 1339 4687 361 232434
24 Kishangrah0 23707 148 69 133 1493 893 1235 0 73 42 886 92 28771
25 Kekri0 13568 20 9 44 222 479 1331 35 38 14 291 80 16131
Total 0 1166522 10349 2897 8260 68044 42373 151768 3579 10974 8121 45943 4112 1522942
60 | P a g e
Rajasthan Transport Department HSRP Tender Document
26 Jodhpur0 696293 12854 2316 10273 74551 28758 64339 8679 11289 7905 56782 3155 977194
27 Barmer0 131320 2935 1094 954 6100 5925 16320 764 5481 1363 14446 719 187421
28 Jaisalmer0 43120 1960 508 349 2686 2382 8541 186 2249 537 5653 591 68762
29 Balotra 0 24645 381 179 137 1293 909 1281 23 288 53 1256 92 30537
30 Phalodi 0 14169 40 19 106 557 442 4048 0 121 80 1525 118 21225
Total 0 909547 18170 4116 11819 85187 38416 94529 9652 19428 9938 79662 4675 1285139
31 Pali0 345936 2716 1010 2901 12663 6550 17818 2440 4523 1584 7613 878 406632
32 Sirohi 0 114420 3695 883 1097 5014 5023 10080 1194 3386 1060 3457 465 149774
33 Jalore 0 113276 2696 695 1127 5618 7552 22552 1706 3142 954 4708 338 164364
34 Abu Road0 16404 378 178 112 1374 328 602 0 348 37 539 53 20353
35 Bhinmal0 23123 267 126 53 690 974 3103 4 120 88 1350 62 29960
Total 0 613159 9752 2892 5290 25359 20427 54155 5344 11519 3723 17667 1796 771083
36 Udaipur 1 576909 7596 3074 3022 66478 18792 17163 5005 8690 5912 30431 1903 744976
37 Dungarpur0 166767 2774 677 866 6395 5059 7687 3450 2214 1649 4017 502 202057
38 Ratanpur0 0 0 0 0 0 0 0 0 0 0 0 0 0
39 Banswara2 221595 3271 855 983 9098 6542 8559 4004 2055 1711 4715 224 263614
40 Rajsamand0 155844 1693 679 1385 7519 4773 8463 2290 1802 1027 5276 135 190886
Total 3 1121115 15333 5286 6256 89490 35166 41872 14749 14761 10299 44439 2764 1401533
41 Chittorgarh1 287703 3643 1377 3795 15293 12241 30148 7992 2537 1982 13546 636 380894
42 Pratapgarh0 60984 138 79 135 1315 2260 6390 673 499 347 1180 147 74147
43 Bhilwara0 452162 3828 1179 3226 33574 15978 35089 4778 2583 2629 17467 2801 575294
44 Shahpura 0 22206 23 11 27 325 944 2482 0 26 45 377 77 26543
Total 1 823055 7632 2646 7183 50507 31423 74109 13443 5645 5003 32570 3661 1056878
45 Kota4 558021 9749 3366 1872 56609 16816 26733 8618 3986 3773 19664 1465 710676
46 Bundi0 178323 1143 476 711 7288 4416 21959 2622 1407 640 4300 852 224137
47 Jhalawar 0 166527 768 309 683 5929 8502 19740 3676 1219 1206 5566 519 214644
48 Baran 0 162116 601 261 381 4838 5762 24414 1670 1471 787 2014 260 204575
49 R.Mandi0 62000 64 38 80 3241 1521 3369 281 153 221 2254 194 73416
Total 4 1126987 12325 4450 3727 77905 37017 96215 16867 8236 6627 33798 3290 1427448
50 Bikaner 0 279140 9419 1599 2326 20591 11947 37563 917 4879 3215 29240 1086 401922
51 Ganganagar 8 287777 4866 1074 379 22075 17171 77257 3404 1964 3971 21820 614 442380
52 H.Garh0 132681 1360 444 422 11294 5432 28228 12 790 1632 10017 526 192838
53 Nohar0 13842 68 32 26 1296 654 3549 0 34 165 987 30 20683
54 Nokha0 5609 50 24 4 472 287 1267 0 51 61 753 24 8602
Total 8 719049 15764 3172 3157 55728 35491 147864 4333 7718 9044 62817 2280 1066425
G. Total 90 10258009 141576 38531 64959 899307 396572 969287 76707 131912 102818 517604 34804 13632176
61 | P a g e
Rajasthan Transport Department HSRP Tender Document
ANNEXURE II
(See clause 1.3.3)
NUMBER OF NEWLY REGISTERED MOTOR VEHICLES DURING THE YEAR 2016-2017IN RAJASTHAN
REGISTRATION OF VEHICLES IN RAJASTHAN
During The Year 2016-17
S.No. District M. Ricks. Two
WheelerAuto
Ricksha
TempoCar Jeeps Tractors Trailers Taxi/Maxi
Cabs Buses Trucks Others Total
Pass. Goods
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16
1 Jaipur0 109073 2630 1237 333 28669 4251 1605 139 4976 642 5087 531 159173
2 Dudu0 7305 7 3 2 459 252 352 1 110 18 654 21 9184
3 Kotputli 0 7399 29 14 3 595 363 192 0 88 122 1745 55 10605
4 Chomu0 9113 0 0 0 863 453 419 0 109 67 489 59 11572
5 Shahpura0 7672 1 0 1 433 177 389 0 53 30 1119 38 9913
Total 0 140562 2666.3 1255 339 31019 5496 2957 140 5336 879 9094 704 200447
6 Dausa 0 16444 129 61 35 1057 552 865 462 206 56 713 96 20676
7 S.Madhopur0 16226 62 29 14 752 386 1180 1438 318 280 981 52 21718
8 Karouli0 11967 186 87 0 420 293 940 369 112 42 175 3 14594
Total 0 44637 377 177 49 2229 1231 2985 2269 636 378 1869 151 56988
9 Sikar 0 40013 311 146 10 2945 1364 1773 0 262 298 1172 130 48424
10 Jhunjhunu0 28791 172 81 108 3232 1073 1276 0 319 505 1520 178 37255
11 Churu0 11179 128 60 4 919 603 1398 4 79 127 981 33 15515
12 Sujangarh0 7318 54 25 1 495 216 491 0 60 41 329 26 9056
Total 0 87301 664 313 123 7591 3256 4938 4 720 971 4002 367 110250
13 Alwar0 48002 179 84 73 4136 786 2947 0 367 197 1346 153 58270
14 Shanjahapur0 0 0 0 0 0 0 0 0 0 0 0 0 0
15 Bhiwadi0 9271 76 36 44 1505 165 605 0 62 92 338 73 12267
Total 0 57273 255 120 117 5641 951 3552 0 429 289 1684 226 70537
16 Bharatpur0 28889 233 109 47 1651 620 1219 21 95 96 648 73 33701
17 Dholpur0 11026 276 130 65 476 287 547 1 23 36 517 33 13417
Total 0 39915 509 239 112 2127 907 1766 22 118 132 1165 106 47118
18 Ajmer 0 26104 162 76 367 1251 978 485 0 182 189 1541 79 31414
19 Beawar0 12847 101 47 114 790 307 344 0 74 45 557 72 15298
20 Nagour0 25498 60 28 49 1322 741 3495 0 114 68 1359 174 32908
21 Didwana0 21451 56 27 80 1012 525 708 0 89 90 635 77 24750
22 Tonk0 13796 25 12 44 822 319 1261 166 100 57 399 74 17075
23 Kishangrah0 7528 46 21 27 633 244 259 0 10 12 380 23 9183
24 Kekri 0 5437 6 3 44 281 130 650 0 17 7 223 25 6823
Total 0 112661 456 214 725 6111 3244 7202 166 586 468 5094 524 137451
This data is only for indicative purpose & may not give actual number for fitment of HSRP onexisting vehicles.
62 | P a g e
Rajasthan Transport Department HSRP Tender Document
63 | P a g e
25 Jodhpur0 59393 580 273 500 1746 4427 3115 0 590 426 3283 287 74620
26 Barmer0 11740 273 129 197 629 557 2321 22 156 76 1166 41 17307
27 Jaisalmer0 6371 182 86 27 355 190 1334 9 120 20 462 74 9230
28 Balotra0 9514 153 72 88 525 260 462 0 42 42 527 42 11727
29 Phalodi0 5246 30 14 9 246 158 1460 0 37 16 590 38 7844
Total 0 92264 1219 573 821 3501 5592 8692 31 945 580 6028 482 120728
30 Pali0 37021 165 78 184 1637 597 1461 104 148 81 575 125 42176
31 Sirohi0 8741 129 61 31 483 118 506 54 67 38 201 36 10465
32 Jalore0 8758 137 64 38 547 436 764 2 45 31 222 26 11070
33 Abu Road 0 6117 133 63 13 486 114 200 16 91 35 231 58 7557
34 Bhinmal0 11261 128 60 36 406 369 1478 0 27 39 481 52 14337
Total 0 71898 692 326 302 3559 1634 4409 176 378 224 1710 297 85605
35 Udaipur0 55461 461 217 179 7013 1578 1132 112 547 358 2192 264 69514
36 Dungarpur 0 20318 273 128 24 1005 478 696 54 130 75 279 62 23522
37 Ratanpur0 0 0 0 0 0 0 0 0 0 0 0 0 0
38 Banswara0 17103 258 122 35 1094 526 838 89 128 130 302 115 20740
39 Rajsamand0 14873 76 36 59 676 695 650 9 132 94 431 76 17807
Total 0 107755 1068 503 297 9788 3277 3316 264 937 657 3204 517 131583
40 Chittorgarh0 27587 238 112 1113 2428 903 2474 126 67 427 1639 216 37330
41 Pratapgarh0 9408 26 12 22 10 423 818 0 32 25 92 60 10928
42 Bhilwara0 27883 141 66 217 2573 1282 1309 49 92 118 1726 250 35706
43 Shahpura0 11591 11 5 6 196 613 1171 8 30 33 302 42 14008
Total 0 76469 415 196 1358 5207 3221 5772 183 221 603 3759 568 97972
44 Kota0 42063 435 205 196 2888 5580 475 0 134 92 761 185 53014
45 Bundi0 18385 80 38 23 1147 568 1318 8 88 7 299 58 22019
46 Jhalawar0 17812 114 53 33 69 1796 1983 9 54 78 576 121 22698
47 Baran0 17636 87 41 29 1202 423 1771 0 76 37 278 63 21643
48 R.Mandi 0 4839 23 11 7 314 138 281 0 7 7 134 19 5780
Total 0 100735 739 348 288 5620 8505 5828 17 359 221 2048 446 125154
49 Bikaner0 21329 586 276 43 1866 293 3915 0 227 135 2045 147 30862
50 Ganganagar0 20160 50 23 11 2405 540 2213 39 155 150 571 57 26374
51 H.Garh 0 9456 71 33 6 1550 271 897 21 52 63 218 31 12669
52 Nohar0 5771 28 13 0 563 172 1312 0 26 72 486 11 8454
53 Nokha0 2879 46 22 0 236 170 535 0 25 38 566 25 4542
Total 0 59595 781 367 60 6620 1446 8872 60 485 458 3886 271 82901
G. Total 0 991065 9841 4631 4591 89013 38760 60289 3332 11150 5860 43543 4659 1266734
Rajasthan Transport Department HSRP Tender Document
64 | P a g e
ANNEXURE-IV(Clause 2.3.4)
(Letterhead of the Bidder, including full postal address, telephone number, fax number and e-mail address)
Date:To,
The Commissioner,Transport Department,Parivahan Bhawan,Sahkar Marg, JaipurRajasthan.
Ref.: Supply of High Security Registration Plates in State of Rajasthan.
Sir,
1. Being duly authorized to represent and act on behalf of ……………………………………… and having reviewed and fully understood all the requirements andinformation provided, the undersigned hereby Bid for the contract of implementation of HighSecurity Registration Plate Tender.2. Attached to this letter or attested certified copies of original documents defining(*)
(a) Bidders Legal Status;(b) Principal Place of Business;(c) Place of Incorporation (for Bidders who are corporations or companies); and(d) Authority letter(s) for signatory (ies)
3. The Government of Rajasthan and its authorized representatives are herebyauthorized to conduct any inquiries or investigations to verify the statements made in Biddocuments and information submitted in connection with this Bid and to seek clarificationfrom our bankers, clients regarding any financial and technical aspects. This application willalso serve as authorization to any authorized representative of Government of Rajasthan toseek information from supporting institution and the supporting institution to provide suchinformation as may be deemed necessary and requested by yourselves to verify statementsand information provided in this application such as the resources, experience andcompetence of the Bidders.
(*) For applications by Joint Venture/consortium , all the information requested in the Biddocuments is to be provided for the Joint Venture/ consortium, if it already exists, and foreach party to the Joint Venture/ consortium separately. The Lead Member should be clearlystated. Each partner in the Joint Venture/consortium shall sign the letter.4. The Government of Rajasthan and its authorized representatives may contactfollowing persons for further information (**)
General inquiriesContact 1 Address and Communication Facilities (Telephone, Fax No. & e-mail address
etc.)Contact 2 Address and Communication Facilities (Telephone, Fax No. & e-mail address
etc.)
Personnel inquiriesContact 1 Address and Communication Facilities (Telephone, Fax No. & e-mail address
etc.)Contact 2 Address and Communication Facilities (Telephone, Fax No. & e-mail address
etc.)
Technical inquiries
Rajasthan Transport Department HSRP Tender Document
65 | P a g e
Contact1
Address and Communication Facilities (Telephone, Fax No. & e-mail addressetc.)
Contact2
Address and Communication Facilities (Telephone, Fax No. & e-mail addressetc.)
Financial inquiriesContact1
Address and Communication Facilities (Telephone, Fax No. & e-mail addressetc.)
Contact2
Address and Communication Facilities (Telephone, Fax No. & e-mail addressetc.)
5. This application is made in the full understanding that;
(a) Bids will be subject to verification of all information submitted at the time of Bidding(b) The Government of Rajasthan reserves the right to;
Amend the scope and value of contract to the Bid under this documentReject or accept any application, cancel the process.
(c) The Government of Rajasthan shall not be liable for any such action.(**) Application by Joint Venture/consortium should provide on separate sheet, similarinformation for each party to the application.
6. Appended to the application, we give details of the participation of each party providingcapital contribution and profit/loss agreements in the Joint Venture/consortium. We alsospecify the financial commitments and responsibilities of each party in execution of thecontract.
7. (a) We confirm that the Bid, as well as any resulting contract, shall be deemed to havebeen signed by and legally binding on all the partners, jointly and severally;
(b) We confirm that the Bid document is accompanied with joint binding ventureagreement providing the joint and several responsibilities of all partners in the event thecontract is awarded to us;
8. The undersigned declare that the statements made and the information provided in theduly completed application are complete, true and correct in every detail.
Signed SignedName NameFor and on behalf of (name ofBidder/partner in charge of a JointVenture/consortium)
For and on behalf of (name of partner)
Signed SignedName NameFor and on behalf of (name of partner) For and on behalf of (name of partner)
Signed SignedName NameFor and on behalf of (name of partner) For and on behalf of (name of partner)
SIGNATURE & STAMP OF BIDDER
Rajasthan Transport Department HSRP Tender Document
66 | P a g e
General information
ANNEXURE-V(Clause 2.3.4)
All individual Bidders and each partner of a Joint Venture/consortium applying arerequested to complete the information in this form. Nationality information to beprovided for all Directors, if the Bidder is Company or Corporation or Joint VentureCompany.
1 Name of Bidder2 Head Offices Address3 Telephone Contact4 Fax website e-mail5 Place of incorporation/registration Year of incorporation /registration
Nationality of Directors/Owners (*)Name Nationality123
(*) To be completed for all(a) Directors, if the Bidder is Company or Corporation or Joint Venture Company/consortium
SIGNATURE & STAMP OF BIDDER
Rajasthan Transport Department HSRP Tender Document
67 | P a g e
ANNEXURE-VI(Clause 2.3.4)
List of Directors self certified along with an Affidavit andpreferably a documentary proof like an extract from website ofMinistry of Company Affairs"
(to be submitted separately for each constituent entity)
SIGNATURE & STAMP OF BIDDER
Rajasthan Transport Department HSRP Tender Document
68 | P a g e
Certificate of Incorporation
ANNEXURE VII(Clause 2.3.4)
SIGNATURE & STAMP OF BIDDER
Rajasthan Transport Department HSRP Tender Document
69 | P a g e
ANNEXURE VIII(Clause 2.3.4)
TURN OVER DETAILS
A. Annual Turnover of Bidder (From all sources if Bidder is Company or Corporation)
Financial Year Turn over (in Rs.)1. 2014-20152. 2015-20163. 2016-2017
B. i) Joint Venture/consortium / Partnership firm Summary
Name of all partners of the Joint Venture/consortium / Partnership firm % share holding in “Bidder entity”1. Member / Partner (A)2. Member / Partner (B)3. Member / Partner (C)4. Member / Partner (D)5. Member / Partner r (E)
ii) Annual Turnover (In Rs.)
Partner Year 1(2014-15)
Year 2(2015-16)
Year 3(2016-17)
1 Member / Partner (A)2. Member / Partner (B)3.Member / Partner r (C)4. Member / Partner r (D)5. Member / Partner r (E)TOTAL
C. Name, address and Contact Number (Telephone and Fax) of Bankers to the Bidder:D. Details regarding financial responsibility and participation (percentage share in
the total) of each Company in the Joint Venture/consortium. Attach aMemorandum of Understanding for the proposed agreement of JointVenture/consortium, which should lay down responsibility regarding work andfinancial arrangements in respect of each of the Company in the JointVenture/consortium.
E. Documents as required in the clause 1.5.3 are being attached.
SIGNATURE & STAMP OFBIDDER
Rajasthan Transport Department HSRP Tender Document
70 | P a g e
ANNEXURE VIII (A)(Clause 2.3.4 (f))
Experience record in the field of High Security Registration Plate in India
Name of the Department in the State/Union territory of India where the Bidderhas been working in the field of HSRP
S.No. Name oftheDepartment
State/UnionTerritoryof India
Date on whichthe work ofaffixingHSRP onvehicle hasactuallystarted.
Remarks on thecurrent status ofthe project.
Number of HSRPplates affixedduring theexecution
Number of cycles ofCOP
1
2
3
4
5
Etc.
Details of manufacturing unit in IndiaLocation of the Unit Number of HSRP Blanks during proceeding 3 years
2014-20152015-20162016-2017
NOTE:(1) In support of the experience detailed above, please enclose a certificate issued by the User
Agency. This certificate should have been issued not more than six months earlier from
the date of submission.
(2) Any fraudulent or forged information submitted shall lead to cancellation of Bid/contract.
SIGNATURE & STAMP OF BIDDER
Rajasthan Transport Department HSRP Tender Document
71 | P a g e
ANNEXURE IX(Clause 2.3.4)
AFFIDAVIT
(In case of Joint Venture/consortium, to be given separately by each partner) Before
the Authority,
I ………………., aged about….., son of ….. , resident of ….., do hereby solemnlyaffirm and state on oath as under;.
1. I have been duly authorized to swear this affidavit on behalf of M/s……………………………….
2. I also hereby certify that neither M/s nor any of its Directors /constituent partners have abandoned any work on High Security Registration Plates inIndia , nor any contract awarded to us for such works has been rescinded during lastfive years prior to the date of submission of the Bid. (If yes, specify reasons for thesame)
3. I hereby authorize and request any authority, bank, person, firm or corporation to furnishpertinent information on the intimation deemed necessary and requested byGOVERNMENT OF RAJASTHAN to verify this statement or any or all informationsubmitted by me / us in this Bid, or regarding my competence and general reputation.
4. I understand and agree that further qualifying information may be required, and agree tofurnish any such information on the intimation of the Transport Commissioner.
5. All the statements made or information supplied in the Bid document are true and correct.
Deponent
Verification
I, the above named_ do hereby verify on oaththat the contents of paras-1 to 5 of my above affidavit are true and correct to my personalknowledge. Nothing has been concealed there from and no part of it is false.
So help me God.
DeponentDate:…………….
To be given on Non-judicial stamp paper of Rs. 100 /- duly attested by public notary.
SIGNATURE & STAMP OF BIDDER
Rajasthan Transport Department HSRP Tender Document
72 | P a g e
ANNEXURE X(Clause 1.5.3.1)
AFFIDAVIT
(In case of Joint Venture /consortium to be given separately by each partner) Before the
Authority,I ………………., aged about….., son of …………….. , resident of ….., do hereby solemnlyaffirm and state on oath as under;.
2. That I have been duly authorized to swear this affidavit on behalf of M/s……………………………….
3. That Bidder or any of its Directors have not been:-
i. convicted of a cognizable offence by any Court of law.ii. imposed a penalty of rupees one crore or more for violation of the provisions of
the Foreign Exchange Regulation Act, 1973 (46 of 1973) (since repealed) or theForeign Exchange Management Act, 1999 (42 of 1999); or
iii. detained under the National Security Act, 1980 (65 of 1980) or the NarcoticDrugs and Psychotropic Substances Act, 1985 (61 of 1985);or
iv. adjudged guilty by the Stock Exchange Board of India or any other FinancialRegulatory Boards or Tribunals or Agencies; or
v. found to be associated in any manner with an organized crime syndicate or itsassociate or with any Association declared unlawful under the UnlawfulActivities (Prevention) Act, 1967 (37 of 1967) or any other law for the timebeing in force; or
vi. found to be connected with activities prejudicial to the National Security.
4. That all the statements made or information supplied in the Bid document are true and correct.
Deponent
Verification
I, the above named_ do hereby verify on oath that thecontents of paras-1 to 5 of my above affidavit are true and correct to my personal knowledge.Nothing has been concealed there from and no part of it is false.
So help me God.
DeponentDate:…………….
To be given on Non-judicial stamp paper of Rs. 100/- duly attested by public notary.
SIGNATURE & STAMP OF BIDDER
Rajasthan Transport Department HSRP Tender Document
73 | P a g e
UNDERTAKING
ANNEXURE XI(Clause 2.3.4)
I ………………., aged about….., son of ….. , resident of ….., do hereby solemnly affirm andundertake as under;
1. that the infrastructure required and necessary for carrying out the work as prescribed under the
scope of the Bid document shall be made operational within the period stipulated under the
clause 3.1.1 of the Bid document.
2. that the Bidder shall implement the project themselves and shall not franchise / sublet / sub
contract it, if awarded to them.
3. that the Bidder shall ensure the affixing of High Security Registration Plates on
new vehicles on the same day and on existing vehicles within 2 (two) working days after the
day of authorization by the RA and payment by the customer is made as per procedure.
The contractor shall receive the documentary evidence in the form of copy of Form 20
under rule 47 of Central Motor Vehicles Rules 1989 or relevant authorization
document, from the Registering Authority authorizing the Contractor to affix new/
replacement HSRP as per clause 3.3.
4. that the Bidder shall provide the services within 15 days of notice by the Transport
Commissioner for the new offices as per clause 3.1.2.
5. that the Bidder shall provide the services within 7 days of notice in case the Registering
Authority declares any new place as place for registration.
6. that the Bidder shall comply with, and observe at all times, the directions and orders issued by
the Government from time to time.
7. that in the preparation and submission of this Tender, we have not acted in concert or in
collusion with any other Bidder or other person(s) and also not done any act, deed or thing
which is or could be regarded as anti-competitive.
8. We further confirm that we have not offered nor will offer any illegal gratification in cash or kind
to any person or agency in connection with the instant Proposal.
9. We further undertake that we, or any of our Directors have not indulged in any corrupt, fraudulent
or collusive practice, as per 2.27.1 (a). We further confirm that in case Govt. of Rajasthan
determines otherwise, the Government of Rajasthan shall be free to act as per provisions of 2.27.3
and 2.27.4.
Signed by Bidder
Name of Bidder
Date:
SIGNATURE & STAMP OF BIDDER
To be given on Non-judicial stamp paper of Rs. 100/- duly attested by public notary.
Rajasthan Transport Department HSRP Tender Document
74 | P a g e
ANNEXURE XII(Clause 3.1.1)
LIST OF DISTRICT/TRANSPORT DISTRICTS(Locations where embossing stations to be setup)
S.No. Name of District Headquarter1 District Transport Officer, Jaipur Jhalana Dungri
2 District Transport Officer, Jaipur Jagatpura
3 District Transport Officer, Chomu Chomu4 District Transport Officer, Shahpura Shahpura5 District Transport Officer, Dudu Dudu
6 District Transport Officer, Vidhyadhar Nagar Vidhyadhar Nagar
7 District Transport Officer, Kotputli Kotputli
8 District Transport Officer, Dausa Dausa
9 District Transport Officer, Karuali Karuali
10 District Transport Officer, Sawai Madhopur Sawai Madhopur11 District Transport Officer, Sikar Sikar12 District Transport Officer, Jhunjhunu Jhunjhunu
13 District Transport Officer, Churu Churu
14 District Transport Officer, Sujangarh Sujangarh
15 District Transport Officer, Alwar Alwar
16 District Transport Officer, Bhiwadi Bhiwadi17 District Transport Officer, Bharatpur Bharatpur18 District Transport Officer, Dholpur Dholpur19 District Transport Officer, Ajmer Ajmer
20 District Transport Officer, Beawar Beawar
21 District Transport Officer, Naguar Naguar
22 District Transport Officer, Deedwana Deedwana
23 District Transport Officer, Tonk Tonk24 District Transport Officer, Kekri Kekri25 District Transport Officer, Kishan Garh Kishan Garh
26 District Transport Officer, Jodhpur Jodhpur
27 District Transport Officer, Barmer Barmer28 District Transport Officer, Jaisalmer Jaisalmer29 District Transport Officer, Balotra Balotra30 District Transport Officer, Phalodi Falodi31 District Transport Officer, Pali Pali32 District Transport Officer, Sirohi Sirohi33 District Transport Officer, Jalore Jalore34 District Transport Officer, Bhinmal Bhinmal
35 District Transport Officer, Abu Road Aboroad36 District Transport Officer, Udaipur Udaipur37 District Transport Officer, Dungarpur Dungarpur38 District Transport Officer, Banswara Bansawar39 District Transport Officer, Rajsamand Rajsamand40 District Transport Officer, Chittorgarh Chittorgarh41 District Transport Officer, Pratapgarh Pratapgarh41 District Transport Officer, Bhilwara Bhilwara43 District Transport Officer, Shahpura Shahpura44 District Transport Officer, Kota Kota45 District Transport Officer, Jhalawar Jhalawar46 District Transport Officer, Bundi Bundi
47 District Transport Officer, Baran Baran
Rajasthan Transport Department HSRP Tender Document
75 | P a g e
48 District Transport Officer, Ramganj Mandi Ramganj Mandi
49 District Transport Officer, Bikaner Bikaner50 District Transport Officer, Ganganagar Ganganagar
51 District Transport Officer, Hanumangarh Hanumangarh
52 District Transport Officer, Nokha Nokha
53 District Transport Officer, Nohar Nohar
Rajasthan Transport Department HSRP Tender Document
76 | P a g e
SECTION-VII
ANNEXURE-XIII
(Clause 4.4.1(a)
Daily Report from Embossing Stations to Registering Authority
Date :
S.
N
Appli-
cation
No.
Vehicle
Type
Owners
Name
Laser
Identification No.
RP Size 3rd RP
(Sticker)
Y/N
Colour
Background
Re
marks
Front Rear Front Rear Yellow White
Rajasthan Transport Department HSRP Tender Document
77 | P a g e
ANNEXURE-XIII-A
(Clause 4.4.1(a))
Daily Combined Report from Embossing Stations to Registering Authority
DTO and Motor Vehicle Dealer Registering AuthorityDate :
S.
N
Appli-
cation
No.
Vehicle
Type
Owners
Name
Laser
Identification No.
RP Size 3rd RP
(Sticker)
Y/N
Colour
Background
Re
marks
Front Rear Front Rear Yellow White
Rajasthan Transport Department HSRP Tender Document
78 | P a g e
ANNEXURE-XIV
(Clause 4.4.1(b)
Monthly Report from Approved Contractor to Transport Department(District Transport Officer Wise)
ApplicationsReceived.
RP Supplied BackLog if
any
Remark
Registration AuthorityRegistration
Reame
of
District
NewRegistration
Existing NewRegistration
Existing
District Transport Officer,Jaipur
District Transport Officer,Jaipur
District Transport Officer,Chomu
District Transport Officer,Shahpura
District Transport Officer,Dudu
District Transport Officer,Vidhyadhar Nagar
District Transport Officer,Kotputli
District Transport Officer,Dausa
District Transport Officer,Karuali
District Transport Officer,Sawai Madhopur
District Transport Officer,Sikar
District Transport Officer,Jhunjhunu
District Transport Officer,Churu
District Transport Officer,Sujangarh
District Transport Officer,Alwar
District Transport Officer,Bhiwadi
District Transport Officer,Bharatpur
District Transport Officer,Dholpur
District Transport Officer,Ajmer
Rajasthan Transport Department HSRP Tender Document
79 | P a g e
District Transport Officer,Beawar
District Transport Officer,Naguar
District Transport Officer,Deedwana
District Transport Officer,Tonk
District Transport Officer,Kekri
District Transport Officer,Kishan Garh
District Transport Officer,Jodhpur
District Transport Officer,Barmer
District Transport Officer,Jaisalmer
District Transport Officer,Balotra
District Transport Officer,Phalodi
District Transport Officer,Pali
District Transport Officer,Sirohi
District Transport Officer,Jalore
District Transport Officer,Bhinmal
District Transport Officer,Abu Road
District Transport Officer,Udaipur
District Transport Officer,Dungarpur
District Transport Officer,Banswara
District Transport Officer,Rajsamand
District Transport Officer,Chittorgarh
District Transport Officer,Pratapgarh
District Transport Officer,Bhilwara
District Transport Officer,Shahpura
Rajasthan Transport Department HSRP Tender Document
80 | P a g e
District Transport Officer,Kota
District Transport Officer,Jhalawar
District Transport Officer,Bundi
District Transport Officer,Baran
District Transport Officer,Ramganj Mandi
District Transport Officer,Bikaner
District Transport Officer,Ganganagar
District Transport Officer,Hanumangarh
District Transport Officer,Nokha
District Transport Officer,Nohar
Rajasthan Transport Department HSRP Tender Document
81 | P a g e
ANNEXURE-(XV)
Power of Attorney for Lead Member of Consortium(Refer 1.6.2)
Whereas the Transport Commissioner, Government of Rajasthan ("the Procuringentity/Authority"), has invited Bids from interested parties for the work of ………………………..
Whereas, .................... and .......................... (collectively the "Consortium") being Membersof the Consortium are interested in bidding for the Project in accordance with the terms andconditions of the Request for Proposal document (RFP),and other connected documents inrespect of the Project, and
Whereas, it is necessary for the Members of the Consortium to designate one of them as theLead Member with all necessary power and authority to do for and on behalf of the Consortium,
Project and its execution.
NOW, THEREFORE, KNOW ALL MEN BY THESE PRESENTS
We, M/s ............................ having our registered office at ......................................M/s........................................ having our registered office at .............................., and M/s............................... having our registered office at ............................, (hereinafter collectivelyreferred to as the "Principals") do hereby irrevocably designate, nominate, constitute, appointand authorise M/s .............................. having its registered office at .............................., beingone of the Members of the Consortium, as the Lead Member and true and lawful attorney of theConsortium (hereinafter referred to as the "Attorney"). We hereby irrevocably authorise theAttorney (with power to sub-delegate) to conduct all business for and on behalf of theConsortium and any one of us during the bidding process and, in the event the Consortium isawarded the concession/ contract, during the execution of the Project and in this regard, to doon our behalf and on behalf of the Consortium, all or any of such acts, deeds or things as arenecessary or required or incidental to the qualification/ short-listing of the Consortium andevaluation of its bid for the Project, including but not limited to signing and submission of all bidsand other documents and writings, participate in bidders and other conferences, respond toqueries, submit information/ documents, sign and execute contracts and undertakingsconsequent to acceptance of the bid of the Consortium and generally to represent theConsortium in all its dealings with the Procuring entity/Authority, and/ or any other GovernmentAgency or any person, in all matters in connection with or relating to or arising out of theConsortium's bid for the Project and/ or upon award thereof till the Concession Agreement isentered into with the Procuring entity/Authority.
82 | P a g e
AND hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deedsand things done or caused to be done by our said Attorney pursuant to and in exercise ofthe powers conferred by this Power of Attorney and that all acts, deeds and things done byour said Attorney in exercise of the powers hereby conferred shall and shall always bedeemed to have been done by us/ Consortium.
IN WITNESS WHEREOF WE THE PRINCIPALS ABOVE NAMED HAVE EXECUTEDTHIS POWER OF ATTORNEY ON THIS ....................... DAY OF .........., 20 ...........
For(Signature)
(Name & Title)
For(Signature)
(Name & Title)Witnesses: 1
Witnesses: 2
.....................................................(Executants)(To be executed by all the Members of the Consortium)
Notes:
The mode of execution of the Power of Attorney should be in accordance with the procedure,if any, laid down by the applicable law and the charter documents of the executant(s) andwhen it is so required, the same should be under common seal affixed in accordance with therequired procedure.
Also, wherever required, the Bidder should submit for verification the extract of the charterdocuments and documents such as a board or shareholders' resolution/ power of attorney infavour of the person executing this Power of Attorney for the delegation of power hereunder onbehalf of the Bidder.
For a Power of Attorney executed and issued overseas, the document will also have to belegalised by the Indian Embassy and notarised in the jurisdiction where the Power of Attorney isbeing issued. However, the Power of Attorney provided by Bidders from countries that havesigned the Hague Legislation Convention, 1961 are not required to be legalised by the IndianEmbassy if it carries a conforming Appostille certificate.
83 | P a g e
ANNEXURE-XVINUMBER OF VEHICLES ALREADY FITTED WITH HSRP
(As on 30-04-2017)
CATEGORY 2W 3W LMV HMV TRACTOR TOTAL
TOTAL VEHICLE 3764479 67199 613545 249589 258132 4952944
Location 2M 3W LMV HMV TRACTOR Total
ABU ROAD 23096 856 2604 1792 831 29179
AJMER 116204 2830 17211 7136 4318 147699
ALWAR 164768 743 20312 8043 14185 208051
BALOTRA 32890 920 3414 2312 1424 40960
BANSWARA 66304 1473 7047 2706 1620 79150
BARAN 61030 502 6045 1639 7682 76898
BARMER 41722 1566 6948 6045 6792 63073
BEAWAR 47015 1036 4458 2274 1093 55876
BHARATPUR 99217 1294 10504 4579 5516 121110
BHILWARA 120158 1974 23627 3978 7364 157101
BHINMAL 24676 687 2723 2147 2167 32400
BHIWARI 35987 552 6372 2268 2222 47401
BIKANER 51217 3148 11283 9931 14259 89838
BUNDI 75381 570 7174 2143 6193 91461
CHITTORGARH 114407 990 13962 10576 11064 150999
CHOMU 33569 53 5148 2565 1445 42780
CHURU 39279 919 5973 3553 5670 55394
DAUSA 68413 544 6654 3344 3476 82431
DHOLPUR 46836 1017 3554 3762 2737 57906
DEEDWANA 68314 430 5650 2425 2915 79734
DUDU 19845 43 2925 2038 1188 26039
DUNGARPUR 60333 1353 5751 2657 2142 72236
HANUMANGARH 46244 472 9262 2537 6589 65104
JAGATPURA 54 14981 161 29099 2146 46441
JHALANA 69729 11 53634 13160 365 136899
JAIPUR NORTH 23835 1023 6068 2112 1162 34200
JAISALMER 23273 1058 2658 3192 3973 34154
JALORE 29416 991 5163 1672 3587 40829
JHALAWAR 59234 718 8301 1689 7397 77339
JHUNJHUNU 99724 1699 17214 8015 6021 132673
JODHPUR 48013 5689 28333 26289 23302 131626
KARAULI 46167 944 3107 1667 3562 55447
KEKRI 19785 156 1367 852 1793 23953
KISHANGARH 26265 305 2584 1100 1230 31484
KOTA 30462 3977 11308 5388 3310 54445
KOTPUTALI 24134 76 5334 8393 2237 40174
NAGAUR 90827 575 11747 4168 12576 119893
NOHAR 21599 188 2736 1324 4548 30395
84 | P a g e
NOKHA 8485 169 1098 1889 1680 13321
PALI 110050 1902 10354 5907 6470 134683
PHALODI 18273 205 2560 1828 4605 27471
PRATAPGARH 30499 104 2192 1055 3344 37194
RAJSAMAND 57924 775 6071 3352 2631 70753
RAMGANJ MANDI 23461 111 2418 691 1684 28365
S. MADHOPUR 60989 441 4446 4294 4696 74866
SHAHPURA BHILWARA 34696 77 2356 1064 2836 41029
SHAHPURA 16912 7 1871 3669 1861 24320
SIKAR 128542 1730 17405 6497 7098 161272
SIROHI 34712 945 3328 1802 2539 43326
SRIGANGANAGAR 79962 505 14571 3676 10049 108763
SUJANGARH 24041 270 2735 1269 1466 29781
TONK 81788 273 4748 2466 5702 94977
UDAIPUR 78547 3322 25041 11534 4414 122858
RAJASTHAN DEALER 906176 0 164035 26 6956 1077193
TOTAL 3764479 67199 613545 249589 258132 4952944