12.07.2015 Views

Rajasthan State Road Transport Corporation Parivahan Marg ... - rsrtc

Rajasthan State Road Transport Corporation Parivahan Marg ... - rsrtc

Rajasthan State Road Transport Corporation Parivahan Marg ... - rsrtc

SHOW MORE
SHOW LESS
  • No tags were found...

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

RSRTCRFP Document2.9 Establish a control room at Zonal Headquarters and at Jhunjhunu & Alwar forsupplying Duplicate Admission cards to those candidates who do not receive theadmission card by post prior five days of examination date.2.10 Prepare an additional copy of admission cards with scanned photograph,examination centre wise and make them available to the Zonal Headquarter,Jhunjhunu and Alwar for use during the process of examination.2.11 Prepare a databank of question 50 times of the actual proposed examinationpaper or as per directions of RSRTC. The questions so prepared shall notinclude any question on the social evils, crimes, caste, creed and race & anycontroversial issue. The final selection of questions will be made by RSRTC.2.12 Printing of bilingual (In Hindi and English) question paper and OMR sheets/answer sheets for smooth conducting of the examination.2.13 Conduct the examination under the overall supervision of the Zonal Managers orthe officers appointed by RSRTC. The instructions given by RSRTC or theexamination supervisor shall be complied with. Non compliance of any instructionmay entail penalty.2.14 Arrange to dispatch the sealed OMR sheets and sealed question papers by handat the Zonal Headquarters, Jhunjhunu and Alwar one day prior to the scheduleddate of examination. The question papers and the test material handling shall besole responsibility of the agency under the supervision of the RSRTC.2.15 The examinations centers for the examination shall be finalized after obtainingconsent and approval of RSRTC. The Bidder shall Collect thumb impression/biometric impression of the examinees, reconcile this with the thumb impressionavailable in application form and arrange video recording of the examination hallsduring the process of the examination. At the time of final recruitment agency willprovide the verification report of thumb impression/bio metric impression toRSRTC.2.16 Collection of OMR sheets/ answer sheets duly sealed from the ZonalHeadquarters, Jhunjhunu and Alwar after the examination.2.17 Company (Agency) shall not recollect the question papers from examinees atexamination centre after completion of the exam.Signature with seal of Bidder3


RSRTCRFP Document2.18 Carry out Evaluation of the OMR sheets/answer sheets, preparation of the meritlist of the selected candidates and submit to RSRTC showing three timescandidates for vacant post of all category viz. General, OBC, SC, ST and SBCfor the trade test. The list of unsuccessful candidates along with the marksobtained shall be separately made available to RSRTC.2.19 Bidder shall supply original answer sheets/ OMR sheets to RSRTC afterdeclaring the result.2.20 Finalization of the schedule for trade test for the post of Driver, Artisan Gr. II &Gr. III and dispatch of call letters by registered for trade test and upload the list ofcandidates on RSRTC website before 15 days of the trade test.2.21 Submit the list, in duplicate, center wise for trade test to RSRTC HQs and zonalHQs for the candidates called for trade test before 15 days of the scheduled dateof trade test.2.22 Design forms and formats for trade test and interview as desired by RSRTC. Thetrade testing facilities will be made available by RSRTC. In case it is set up bythe bidder it will become the property of RSRTC. The rates/ cost implication ofsuch infrastructure shall be mutually agreed between the bidder and RSRTC.2.23 Design and implement the methodologies and facilitate trade testing in themanner decided by RSRTC and also prepare the CDs of the process of test.2.24 Arrange video recording of the trade test and also collect thumb impression ofthe examinees to collate with other means of identification such as thephotograph and thumb impressions available in the application form andcollected in examination centre.2.25 Establish control room at the Zonal Headquarter, Jhunjhunu and Alwar on thedays of trade test and issue of call letters (in two copies to SC/ST for availing buspasses) to the candidates and render any other assistance for smoothconducting the trade test.2.26 The Bidder desires to outsource any part of activity; contained herein the scopeof work shall obtain the prior approval of RSRTC.2.27 The sealed sheets of the marks scored by the candidates in the trade test will becollected by the representative of the agency from the trade test center.Signature with seal of Bidder4


RSRTCRFP Document2.28 Compile these marks in the database of the candidates and prepare the finalmerit list as per DOP <strong>Rajasthan</strong> Government order dated 12/09/2012 of theselected candidates and category wise list given by RSRTC. The list ofunsuccessful candidates along with the marks obtained shall be separately madeavailable to the RSRTC including 50% wait list (category wise).2.29 On completion of the examination process, the Bidder will submit all the originalapplication forms/ formats/ OMR sheets and other related documents.2.30 Prepare the Compact diskettes (CDs) for all the databank (Activity wise) relatedto this recruitment process and submit to RSRTC.2.31 Any other work ancillary for the smooth conducting of examination process andwork related to the recruitment process as allotted by RSRTC.2.32 The trade test for the post of Driver, Artisan Gr. II & Gr. III will be conducted byRSRTC officials nominated by the Chairman/Managing Director of RSRTC. Thefinal panel list of the above posts will be made on the basis of writtenexamination & trade test and for the other posts final merit list will be made onthe basis of written examination and merit formula decided by RSRTC.2.33 The information(s)/ Documents related to the process of recruitment or incidentalthereto sought under the R.T.I. Act and order (s) of competent Court shall becomplied with as per the directions of RSRTC within the time period specifiedthereto.3. Minimum Eligibility Criteria for the Bidders:3.1 The Bidder should be knowledgeable and well conversant with current bestpractices in the field of Examination Management.3.2 The Bidder shall have sufficient number of experts well versed with managingdifferent aspects of Examinations in the institutions/organizations with highreputation, satisfactory performance of completing similar assignments in at leasttwo organizations in India, and not penalized/debarred from such organization.(This is to be supported by client certificate)3.3 The Bidder shall have proven work experience of conducting 2 examinations inthree years from 01.04.2009. In one of such examinations the minimum numberof applicant should be 60 thousand. (This is to be supported by client certificate)3.4 The Bidder shall have audited turnover in each of last two financial years.5Signature with seal of Bidder


RSRTCRFP Document4. Submission of Bids & Bidding Procedure:Agencies qualifying the above selection criteria should submit the bid in following twobid system containing envelop “A” the technical Bid and Envelop “B” the Financialbid in sealed covers. Envelop “A” shall be super-scribed as TECHNICAL BID forManagement of Examination Process to be conducted for recruitment of variousposts in RSRTC" and envelop “B” shall contain FINANCIAL BID super-scribing“Management of Examination Process to be conducted for recruitment of variousposts in RSRTC" Technical Bid” containing a refundable earnest money deposit of Rs.1,00,000/- (Rupees One Lac only) and a non-refundable amount of Rs. 1000/- (RupeesOne Thousand only) on account of bid document cost in the form of DD in favour of FARSRTC payable at Jaipur. (if downloaded from website) along with other documentsmentioned below. “Financial Bid” should be in a separate sealed cover & placed insidethe same cover. The financial bid shall indicate total cost and cost break up for variousactivities. However lowest will be determined by considering the total cost inclusive of alltaxes. The bids should be unconditional, conditional bids are liable for rejection.The bids can be submitted on any working day latest .....to Executive Director (Administration), <strong>Parivahan</strong> <strong>Marg</strong> RSRTC Jaipur in personor by post. RSRTC shall not be responsible for any delay.5. Technical Bid: The envelope “A” super scribed as technical bid shall containthe following documents:-5.1 Tender form completed in all respect.5.2 STATEMENT OF THE AGENCY/BIDDER in Form no I5.3 Details of similar projects done by the Agency/ Organization in Form-II (withcertificate of client)5.4 Details of the Financial Status of the Applicant in Form-III5.5 Details of educational qualification and experience details of permanent keyprofessionals along with the CV of professionals in Form-IV. Substitution of thekey professional will not be considered after the award of the contract except inthe case of death or incapacity due to medical reasons. In such cases the personhaving higher qualification than the proposed would be accepted by RSRTC.5.6 Last 3 years’ Balance Sheet/ Audited <strong>State</strong>ment of Accounts5.7 Earnest Money Deposit of Rs.4,00,000/- (Rupees four Lac ) only6Signature with seal of Bidder


RSRTCRFP Document5.8 Non-Refundable tender Application fee Deposit of Rs. 1000/- (Rupees OneThousand ) only6. Financial Bid:6.1 The rate quoted in the financial bid should be on per eligible candidate basisexcluding the service tax but inclusive of all other taxes, levis etc. Service tax willbe extra but making payment to tax authority will be responsibility of bidder.6.2 The rate quoted shall be in Indian rupees.6.3 No conditional rate (s) in whatsoever form will be accepted under anycircumstance.6.4 The financial bid shall be valid for minimum period of six months from the lastdate of submission of bid.7 Scrutiny of Bids:7.1. The technical bids will be scrutinized on the basis of the minimum eligibilitycriteria mentioned above.7.2. The short listed bidders would be required to make a written submission/presentation if required to the Committee.8 Earnest Money Deposit / Performance Guarantee8.1 The Bidder fulfilling the eligibility criteria and intending to participate in the bidprocess shall have to furnish earnest money Deposit (EMD) of Rs 4,00,000 (FourLac only) in form of account payee Draft/ Bank Guarantee/Bankers Cheque/ FDRfrom any of the Nationalise/Scheduled Band payable to Financial Advisor (FA),RSRTC Jaipur8.2 The Earnest Money shall be valid for a period of six months from date ofsubmission of the bid. EMD with lesser validity period will not be entertained.8.3 The EMD of the bidder will be forfeited, if the bidder withdraws or amends itstender or impairs or derogates from the tender within the validity of its tender.8.4 The EMD will also be forfeited if the successful bidder fails to furnish the requiredSecurity Deposit/ performance guarantee within the specified period.8.5 The EMD of bidder shall be forfeited incase of misrepresentation or concealment ofmaterial information is notice by RSRTC at its own or otherwise.8.6 EMD to the unsuccessful bidders will be returned without any interest whatsoeverafter finalization of the contract.7Signature with seal of Bidder


RSRTCRFP Document8.7 The successful bidder will have to furnish 10% of the value of amount payable assecurity deposit/performance guarantee in the form of demand draft/fixed deposit/bank guarantee in favour of Financial Advisor (FA), RSRTC, Jaipur.8.8 Performance security shall be valid for a period of sixty days beyond the date ofcompletion of the contractual obligation.8.9 Performance security will be released by RSRTC without any interest onsuccessful completion/ discharge of the contractual obligation.8.10 The performance guarantee of the bidder will be forfeited incase the bidder fails todischarge the contractual obligation or any part thereof as per the terms andconditions of the contract.9. Evaluation of the Technical Bids:9.1 The technical bids will be opened at the appointed time by the bid evaluationcommittee constituted for the purpose.9.2 RSRTC on the Basis of the technical parameters, select the qualified bidders foropening of the financial bids.9.3 Incase of any ambiguity in the technical bid RSRTC may seek additionalinformation from the prospective bidder. In the event of non compliance of RSRTCrequest in the prescribed time RSRTC reserves to cancel the proposal of thebidder.9.4 Misrepresentation or concealing the material information may entail thecancellation of the bid of the concerned bidder.10. Opening of Financial bids:10.1 The financial bids of bidder's who have been recommended by evaluationcommittee shall only be opened.10.2 The date of opening of the financial bid will be intimated to the successfulbidders.11 Amendment:11.1 At any time prior to the last date of receipt of the bids, RSRTC may for anyreason, whether at its own initiative or in response to any logical suggestions,modify the contents of this Document by an amendment.11.2 In order to provide reasonable time to prospective agency to take theamendment into account in preparing their bids, RSRTC may, at its discretion,8Signature with seal of Bidder


RSRTCRFP Documentextend the last date for the receipt of the bids and/ or make other changes in therequirements set out in this document.11.3 In case of any amendment in the tender document an addendum shall be issuedby RSRTC.11.4 Bidders are required to complete and submit the main tender form incorporatingthe addendum.11.5 RSRTC may incorporate any amendment in the process of the examination andthe schedules of examination the activities or part thereof by pre-ponement orpostponement and the bidder shall be bound to adhere to the new schedule andcarry out the work accordingly.12. Rejection of Bids:12.1 The application for appointment of consulting agency for the Management ofExamination Process to be conducted for recruitment of various posts inRSRTC" is liable to be rejected, for the any one or the other reasons enumeratedbelow:A. The bid document or any parts thereof are received after the designateddate and time.B. The application is not submitted in proper sealed cover withsuperscription as indicated in the preceding clauses of this tender form.C. The application is not submitted in the prescribed format and theapplication does not contain all the requisite details.D. The requisite documents forming part of this bid have been improperlysigned.E. The Bid Documents are sent electronically.F. The Bid Documents do not contain the requisite deposits and certificatesas enumerated.12.2 Misrepresentation /improper response or concealing the material information bythe bidder may lead to rejection of the bid.12.3 No reasons whatsoever shall be communicated to the bidders in respect ofrejection of the bidsSignature with seal of Bidder9


RSRTCRFP Document13. Disclaimer:13.1 RSRTC shall not be responsible for any late receipt for any reasons whatsoever.The bids received late will not be considered under any circumstances.13.2 The information provided in the RFP are only indicative and the bidder shall haveto make his own assessments before participating in the bid process. RSRTCshall not be liable for any losses sustained by the bidder.13.3 RSRTC reserves the sole right:A. To reject any/ all of the bids without assigning any reason thereof.B. To relax/ waive any of the conditions stipulated in this document if deemedappropriate and necessary in the best interest of RSRTC withoutassigning any reasons thereof.C. To include any other item in the Scope of Work at any time afterconsultations in the pre-bid meeting or otherwise at any stage in thecurrency of the contract.13.4 The RFP is not an agreement and is neither an offer nor invitation by RSRTC tothe prospective bidder or any other person for award of the contract.13.5 The purpose of this RFP is to provide interested parties with information that maybe useful to them in the preparation of their proposal pursuant to this RFP.14. Clarifications:14.1 Clarifications, regarding this bid can be sought from Deputy General manager(Administration) , Room no 15, <strong>Parivahan</strong> <strong>Marg</strong> , Jaipur in person or call on anyworking day between 4:00 P.M. to 6:00 P.M. at (0141) 2374648 before the lastday of submission of the bids14.2 Queries not related to the bid or incidental thereto shall not be entertained underany circumstances.14.3 Material amendments in any of the clause of this RFP shall be in writing andauthenticated by RSRTC. Inference to any amendment through telephonic shallnot be entrained.Signature with seal of Bidder10


RSRTCRFP Document15 Mode of payment:-15.1 The payment to the bidders shall be released on successful completion of thedeliverables as indicated below:-S. No. Deliverable Amount proposedto be released(a) Mobilization Advance 5%(b) Upon dispatch of call letter 10%(c) Upon Conduct of Written Examination 10%(d) Upon declaration of Written Exam. Result 25%(e) Upon completion of trade test 25%(f) Upon declaration of successful candidates 15%(g) On completion of all formalities 10%Total 100%15.2 Mobilization advance may be ad-hoc but not to exceed 15.1 (a) and shall beadjustable in the subsequent release of payment of second stage.15.3 The next stage payment shall not be released before completion of all theactivities envisaged in the previous stage.15.4 The payment of the last stage at clause 15.1(f) shall only to be released afterissue of certificate of satisfaction by RSRTC.16. Property Rights:16.1 The applications received for the posts published by RSRTC and any otherdocuments/ database created by the bidder shall be the property of the<strong>Rajasthan</strong> <strong>State</strong> <strong>Road</strong> <strong>Transport</strong> <strong>Corporation</strong> and shall be utilized/published/shared with other bodies working in the similar field and used in the manner andmode decided by RSRTC.16.2 No intellectual or other property rights in whatsoever manner will be entertainedfrom the bidder at any stage. The sharing of the information to any other partywithout the prior approval of RSRTC is strictly prohibited and will entail penalaction.Signature with seal of Bidder11


RSRTCRFP Document17. Confidentiality of work:17.1 The bidder shall perform the assigned work in the utmost confidential mannerand under the strict supervision & directions of RSRTC in the premises ofRSRTC.17.2 The each activity of the work performed shall be confidential and not bedisclosed to any party (ies) or person (s) without the prior approval of RSRTC.17.3 Any leakage of the question bank or part of the question bank may entailcancellation of examination process and the onus for such cancellation shall beon the bidder.17.4 The bidder shall not interact to the print media/ electronic media or any otherperson(s) or entity.17.5 The bidder shall not disclose any information in whatsoever form to the printmedia/ electronic media or any other person(s) or entity also publication ofinformation in whatsoever manner after completion of the examination process isstrictly prohibited with out the prior written approval of RSRTC.17.6 The bidder shall not be permitted to upload any information related to therecruitment on his website. Any violation to this clause may entail cancellation ofthe process of the examination and the expenses on such action shall berecoverable from the bidder.18. Fraud and corrupt practices18.1 The Bidder and their respective officers, employees, agents and advisors shallobserve the highest standard of ethics during the currency of the contract.18.2 The bidder or his authorized agent, employee, or advisor shall not directly orindirectly or through any person, engage in the corrupt, fraudulent, coercive andundesirable practices18.3 In case of misrepresentation, concealing the materials information to participatein the bid process shall be treated as fraud and corrupt practice.18.4 Notwithstanding anything to the contrary contained in the RFP document RSRTCshall reject the proposal without being liable in whatsoever manner.19 Penalty clause:19.1 Incase of non adherence of the target date committed/ mutually agreed upon willentail the revoking of the penalty clause.12Signature with seal of Bidder


RSRTCRFP Document19.2 Activity lapses to target date/ assigned date will entails liquidity damage of 1 %per day or part thereof for the lapse period and will be deducted by RSRTC at thetime of making the final payment.19.3 In the event of leakage of question paper, question bank or part of it, whichcompels RSRTC to cancel the examination, the expenses incurred on suchcancellation shall be recovered from the responsible bidder.19.4 In case at any stage the bidder is found guilty of any disclosure of prohibitedinformation in relation to this process or otherwise, RSRTC is free to initiatepenal action against the bidder. The bidder will also be sued to recover thedamages sustained by RSRTC on account of breach of this clause.19.5 RSRTC reserves the right to recover all or any expenses incurred on thelitigations/suits, instituted against RSRTC by the prospective candidates andsuch litigations/suits are attributable to the prospective bidder.19.6 Any financial penalty imposed upon RSRTC for non compliance of the orders ofappellant authority under RTI act or the order of the court of competentjurisdiction shall be recovered from the Bidder.20. Termination of the contract:20.1 RSRTC reserves the right to terminate/short close the contract at any stage withthe notice of 07 days.20.2 Incase the Bidder violates any of the clause of the contract, the contract shall beterminated without giving any notice.20.3 No claims in whatsoever form/manner shall be entertained if the contract isterminated as per the clause 18.2 above.21. Arbitration:21.1 All disputes or differences arising out of or in connection with the Contract shallbe settled by bilateral discussions. Any dispute, disagreement or question arisingout of or relating to the Contract or relating to construction or performance, whichcannot be settled amicably, may be resolved through arbitration.21.2 Any dispute, disagreement of question arising out of or relating to this contract orrelating to construction or performance which cannot be settled amicably, shallwithin sixty (60) days or such longer period as may be mutually agreed upon,from the date on which either party informs the other in writing by a notice that13Signature with seal of Bidder


RSRTCRFP Documentsuch dispute, disagreement or question exists, will be referred to a soleArbitration i.e. Chairman/Managing Director or any person authorised by him onhis behalf and the decision of such appointment of arbitrator shall be bindingupon both the parties.21.3 The Chairman/ Managing Director of RSRTC, with whatsoever name be it calledshall act as sole arbitrator.21.4 The sole arbitrator shall have its seat at a place as may be decided by theChairman/ Managing director RSRTC and his decision thereon shall be final andbinding on both the parties.21.5 The arbitration proceedings shall be conducted under the Indian Arbitration andConciliation Act, 1996 and the award of such Arbitration Tribunal shall beenforceable in Indian Courts only.21.6 The parties shall continue to perform their respective obligations under thiscontract during the pendency of the arbitration proceedings except in so far assuch obligations are the subject matter of the said arbitration proceedingsSignature with seal of Bidder14


RSRTCRFP DocumentToManaging Director,<strong>Rajasthan</strong> <strong>State</strong> <strong>Road</strong> <strong>Transport</strong> <strong>Corporation</strong><strong>Parivahan</strong> <strong>Marg</strong>Jaipur-Sub: Management of Examination Process to be conducted for recruitment ofvarious posts in RSRTC"Sir,Having read and examined in detail all the documents for the appointment of theAgency for Management of Examination Process to be conducted for recruitmentof various posts in RSRTC " now furnishes the following details for consideration:-A. Correspondence details:01 Name of the Agency/ Organization2 Address of the Agency/ Organization3 Name of the contact person to whom allreferences shall be made regarding this bid04 Designation of the person to whom allreferences shall be made regarding this bid05 Address of the person to whom all referencesshall be made regarding this bid06 Telephone, FAX Nos. (with STD code)07 E-mail address of the contact person and theagency/ organizationSignature with seal of Bidder15


RSRTCRFP DocumentB. Documents forming part of the bid document:We have enclosed the following documents completed in all respects along with the biddocument:-a. <strong>State</strong>ment of the Applicant in Form-Ib. Details of similar projects done by the Agency/ Organization in Form-IIc. Details of the Financial Status of the Applicant in Form-IIId. Details of educational qualification and experience details of permanent professionalsin Form-IVf. Last 3 years’ Balance Sheet/ Audited <strong>State</strong>ment of Accountsg. Earnest Money Deposit of Rs.4,00,000/- (Rupees four Lac) onlyi. Non-Refundable tender Application fee Deposit of Rs. 1000/- (Rupees One Thousand)onlyWe hereby declare that our Bid is made in good faith and the informationcontained herein is true and correct to the best of our knowledge and nothing materialhas been concealed.Thanking you,Yours faithfully,Witness:Signature:Name:Address:Date:(Signature of the authorized signatory)Name:Designation:Seal:Date:Place:16Signature with seal of Bidder


RSRTCRFP Document01 Title of the Bidder/agencyForm-ISTATEMENT OF THE AGENCY/BIDDER02 Address of Head Office:Telephone No:FAX No:Email Address03 Branch Office Address (if Any)Telephone No:FAX No:Email Address:04 Legal Status• partnership Bidder to attach Partnershipdeed,• Company to attach MOA & AOA05 Place & date of establishment PLACE:DATE06 Total number and Category ofpermanent professionals07 Total number of Employees08 Total number of Technical persons09 Total number of specialists10 Total number of ‘other’ (unskilled)personnel(Place and Date)(Name & Signature of AuthorisedSignatory)17Signature with seal of Bidder


RSRTC RFP DocumentForm-IIDETAILS OF SIMILAR PROJECTS DONE EARLIERA. Similar Projects which the applicant has executed in year (2009-10, 2010-11, 2011-12 & up till 31.03.2012)S. No. Name ofthe ProjectName andAddress ofthe ClientContractNo. & DateValue of theContract (inRs. LakhsNo ofapplicationsprocessedDate ofstart of theworkDate ofcompletionof theprojectBriefDescriptionof theProjectAny otherrelevantinformationNote: Attach Certificate regarding conducting of examination involving the information regarding number of applicationappeared.Date and Place(Signature of the Authorised Signatory)18Signature with seal of Bidder


RSRTCDocumentRFPForm-IIIFINANCIAL STATUS OF THE APPLICANTFurnish the information for each of the last 3 Financial Years, duly certified byChartered Accountant.Indian Rupees in LakhsS. Particulars 2009-10 2010-11 2011-12NO.01 Audited Turn over02 Total Current Assets03 Total Cash & Deposits04 Deposits with bids or otherwise asguarantees (due within 90 days)05 Amounts receivable from completedcontracts (due within 90 days)06 Amounts receivable from incompletecontracts after deducting retention (duewithin 90 days)07 Total current liabilities (give details)08 Total assets09 Total liabilities10 Current Credit Resources11 Contingent Liability (give details)12 Total Profit Before Tax13 Total Profit After Tax14 Total profit/ loss1. Bank references and addressS. No. Name of the bank Bank account no Average quarterly balanceSignature with seal of Bidder19


RSRTCDocumentRFP2. Credit Line(List of names of institutions and maximum credit line; attach respective letters fromsureties)S. No. Name of the Institution Maximum Amount in Rs. LakhsNote: - Please attach authenticated and audited copies of the Balance Sheet of thelast three years.Date and Place:(Name & Signature of theAuthorized Signatory)20Signature with seal of Bidder


RSRTCDocumentRFPForm-IVEDUCATIONAL QUALIFICATION AND EXPERIENCE DETAILS OF KEYPROFESSIONALS(Use additional sheets if required)S.No.Name DateofBirthProfession KeyQualificationNo. ofyearsofservicewiththeBidderNationality ExperienceRecordAny otherimportantinformationUnder Key Qualification, outline the person’s academic achievement and otherspecial education, training etc.List all position held by the person since graduation, giving dates, name of theemploying organization, position held.(Name & Signature of the AuthorisedSignatory)Signature with seal of Bidder21


RSRTCDocumentRFPSTATEMENT OF VARIOUS POSTS FOR RECRUITMENTS.No Name Of Various Posts No of Posts1. Driver 2742. Conductor 4883. Artisan-II 564. Artisan-III 127Total 94522Signature with seal of Bidder

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!