tat sofa JAIPUR DEVELOPMENT AUTHORITY, JAIPUR

tat
sofa
JAIPUR DEVELOPMENT AUTHORITY, JAIPUR
Ram Kishor Vyas Bbawan,
Marg, Near ludra Circle, (Raj.) 302015
TECHNICAL BID
(POTENTIAL ASSESSMENT)
Envelope 1
FOR
CONSTRUCTION OF MAJOR ROADS IN RESIDENTIAL
SCHEME ABHINAV VIHAR VISTAR, IN ZONE-14, JDA,
JAIPUR
Period of Download
Period of Upload
: From 04.06.2014 to 03.07.2014
Upto 6.00 PM
From 04.06.2014 to 03.07.2014
Upto 6.00 PM
Date of submission of D.D./Pay order
Tender Cost, process Cost & EMD
(Hard copy DD)
: 04.07.2014 Up to 12.00 AM (In the
Chamber of the S.E. Pr-IV, Room No.132, ist, floor, Main Building, JDA,
Jaipur.)
Date of opening of technical Bid
: 04.07.2014 At 1.00 PM (In the Chamber
of the S.F. Pr-1V, Room No.-132, 1st,
floor, Main Building, JDA, Jaipur.)
Cost of Bid
: Rs.1000.00 (DIMIC in favour of
Secretary, JDA payable at Jaipur.)
Bid processing Fee
: Rs.1000.00 (DD/BC in favour of MD,
RISL payable at Jaipur.
Completion period
: 06 Months
NAME OF AGENCY
EXECUTIVE E GINEER-14
JDA, Jaipury
JAIPUR DEVELOPMENT AUTHORITY, JAIPUR
GENERAL DETAILS OF TENDER
I.
NIB No.
E.E.-I4-05/2014-15
in Residential
Construction of Major Roads
2.
Name of the work
Scheme Abhinav Vihar Vistar, in Zone-I4, JDA .
Jaipur
3.
Estimate) Cast
4.
Cost of the Bid Document
Rs. 302.00 Lacs
Rs. 1000.00 (In the form of DD/Pay Order in
Favour of Secretary JDA. Jaipur.)
Rs. 1,51,000/-for Contractor enlisted in IDA
5.
Bid Security
Rs. 6,04,0001- for Contractor Nut enlisted in JDA
(In favour of Secretary, JDA, Jaipur.)
6.
Processing Fee
Rs. 1,000/- In favour of M.D. R.I.S.L., Jaipur
7.
Completion Period
6 (six) Months.
8.
Sales of Bid
From 04.06.2014 TO 03.07.2014 Up to 6.00 PM
9.
Date of submission of the Bid
From 04.06.2014 TO 03.07.2014 Up to 6.00 PM
Date of submission of
04.07.2014 Up to 12.00 AM (In the Chamber of
D.D./Pay order of Bid Cost
the S.E. Pr-IV, Room No.-132, 1st, floor, Main
Process Cost & liMD
Building, JDA, Jaipur.)
10.
04.07.2014 At 01.00 PM (In the Chamber of the
Date of opening of Technical
11.
Bid
12.
S.E. Pr-1V, Room No.-132, 1st. floor, Main
Building, JDA, Jaipur.)
Date of opening of Financial
Success full technical bidder
Bid
later on
Will be informed
Q
EXECUTIVE EN NEER ( ZONE-14)
JAIPUR DEVEI.OPMENT AUTHORITY
JAIPUR DEVELOPMENT AUTHORITY JAIPUR
SPECIAL COND1TONS OF CONTRACT POTENTIAL ASSESSMENT OF
CONTRACTORS
Name of Work: Construction of major roadas in residential scheme Abhinav
Vihar Vistar in Zone-14, JDA Jaipur.
Special conditions of contract for POTENTIAL ASSESSMENT as detailed here
under, shall be applicable in addition to all other terms and condition already
prescribed under standard agreement forms/ rules and regulations relating to
contracts. Joint Ventures are not allowed
Procedure:
I. Procedure for POTENTIAL ASSESSMENT would be as follows:
(a) Bid document shall be submitted on line e-procurement website
http:// www.eproc.rajasthan.gov.in with their digital signature. The bid Is to be
submitted in 2 envelop which shall comprise of- Envelop•1 being for Technical
Bid and Envelope -2 being for Financial Bid Each envelope would be sealed
separately and super scribed as "Envelope-1 Technical Bid" and "Envelope-2
Financial Bid". Both envelopes would be placed in Third envelope duly sealed,
bearing the name of work and the name of the bidding contractor. In this third
envelope, envelop of earnest money, VAT clearance certificate (Valid up to Six
months back from the opening of Technical Bid) and copy of registration of
contractor in required category should also be kept
The Technical Bid will be opened only of those bidders whose proper earnest
money, VAT Clearance Certificate (Valid up to Six months back from the
opening of Technical Bid) and copy of registration of contractor in required
category are found to be in order. The earnest money will be accepted only in
form of Demand Draft/Bankers Cheque in the name of Secretary, JDA, Jaipur.
(c) The Technical bid Envelope would be opened on 04.07.2014 At 01.00 PM (In
the Chamber of the S.E. Pr-IV, Room No.-132, Ist, floor, Main Building, JDA,
Jaipur.)
(d) The Financial Bid Envelope would be opened only of those bidders who will
fulfill the POTENTIAL ASSESSMENT criteria.
Note :If VAT clearance certificate is not applicable in any State then
appropriate proof is to be enclosed by bidder with certificate which is
applicable in place of VAT.
2.
Criteria:
Criteria for POTENTIAL ASSESSMENT would be as follows:The bidder should have executed following quantities of work in any one financial year of
the last five financial yeas. However the bidder may opt. the current year (2014-15) in •
thc s
Earth work
I mum
1763.00 Cum
2
WIIM/WMM/GSB
5900.00 Cum
3
Bituminous work with paver finisher
4
Kerb stone RCC M 20 grade
S.No.
1
Item
1117.00 MT
2987.00 Cum
Note :(i) The Bidder should enclose the certificate having quantities Financial year
wise other wise the certificate will not be considered.
(ii) Quantities of all the items mentioned in criteria 2 (a) should be executed in
one financial year.
(iii) Certificate issued by Govt. of India, State Govts., Union Territory, Govt.
Undertakings, Autonomous Bodies shall only be considered.
The bidder should have completed at least one work of similar nature of work in
a)
last five Financial years (including current year, if opted by the bidder) of the
value not less than 33.33% (Rs. 100.65 Lacs) of the cost of the work (bid cost)
updated to present price level)
Note :(i)
The starting & completion date of the work is to be in between above said
financial year. If no then maximum work (70%) is to be completed in
(ii)
above said financial year.
If bidder is submitted certificate having different components I nature of
work then proper completion certificate of required similar nature
component is to be enclosed.
b) The bidder should have achieved an annual financial turnover of at least 33.33%
(Its. 100.65 lass) of the Estimated cost of work (bid cost) any one of the last live
financial year years (including current year. if opted by the bidder).
Note :(i) The bidder should enclose certificate of Turn Over from Chartered
Accountant for last five financial year & audited balance sheet of the year
which is considered by the bidder in criteria 2 (c).
(ii) If current year or last year has been opted by bidder whose balance sheet is
not submitted till the submission of bid then certificate from Chartered
Accountant should be enclosed.
c) The bidder should give Affidavit to deploy the machinery and equipment as
specified in Schedule — III for the execution of this work.
d) Bid Capacity: Bidders who meet the minimum qualification criteria will be
qualified only if available bid capacity is equal to or more than the total Bid
Value.
The available bid capacity will be calculated as under:
Bid Capacity = (A x N x 3 — 0)
Where
A=
Maximum value of civil engineering work executed in
any one year during the last 5 financial years (updated to present
Price level) taking in to account the completed as well as works in
progress. However the bidder may opt. The current year in the
above said five years assessment period.
N=
Number of year prescribed for completion of the work for
Which bids are invited. In present case the value of N is 0.5
B
Value, at present price level, of existing commitments and on
Going works to be executed during 'N' period (period prescribed
for completion of the works for which the bids are invited)
Note:(i) Certificate from Chartered Accountant should be enclosed by bidder clearly
indicated maximum value of Civil Engineering Work in one Financial Year.
e)
Litigation History : -
Bidders should provide accurate information on any
litigation or arbitration resulting from contracts completed or under execution by
him over the last live years. The max value (updated at the present price level) of
Disputed Amount claimed in Litigation/Arbitration resulting from contracts
executed in last five years shall be furnished in Schedule VI.
Note :(i) The present price level for turnover, cost of completed work & disputed
amount of similar nature, the previous years value shall he given wcightage
of 10% per year as follows :(a)
(b)
(c)
(d)
(e)
(I)
For current ycar
For last year
For one year before
For two year before
For three year before
For Four year before
(2014-15)
(2013-14)
(2012-13)
(2011-12)
(2010-11)
(2009-10)
1.00
1.00
1.10
1.21
133
1.46
3. Documentation:
The bidder should furnish the following documcnt along with the Technical Bid:
(a) Information regarding financial resources and capability in Schedule -I.
(b) Information regarding works executed in the last live years in Schedule-II
(e) Certificates from the concerned Engineer-In-Charge in support and verification
of the information furnished in Schedule-II
(d) Affidavit regarding machinery and equipments required for deployment, as
detailed scheduled - III.
(e) Information regarding details of maximum value of civil engineering works
executed in any one year during the last live years taken into account the
completed as well as work in progress in schedule - IV.
(f) Information regarding existing commitment and ongoing works to be completed
in schedule - V.
(s)
Information regarding details of litigation or arbitration contracts to he furnished
in schedule VI.
(h) Calculation Bid capacity as per schedule VII
(i) Affidavit as per Annexure I.
4. Important:
(a) The bidder must ensure that all the information required in the Documents is
furnished by him complete in all respects. He would not be allowed to withdraw
any document, or to rectify any information furnished therein, after submitting the
bid.
(b) The bidder should give an affidavit that the information furnished in schedule Ito
VII is correct. If any information is found incorrect, the offer of the bidder shall be
rejected and action be taken as per rules.
(c) Bidders must do the paging of all enclosure of bid document
(d) Period of Maintenance and Defects Liability :
For this road work the defect liability period shall be three year after actual date of
Completion of the work. Special condition in the contract agreement to this effect
shall be as per "Part C" which shall be part to be contract agreement/Bid
document.
5. Rejection of bids
The department reserves the rights to reject any bid or to disqualify any or all
the bidders, without assigning any reasons at any stage.
If Bid is not accompanied with the requisite documents mentioned in
(i)
clauses 3 ( a ) to 3 (i ) or is not in accordance with pmcedure specified
in Para 1, or is not accompanied with earnest money & VAT clearance
Certificate and registration of contractor in required category it would be
liable for rejection
(ii)
Furnishing of incorrect or incomplete or concealment of any information
required in the bid documents would render the bid liable for rejection.
(iii)
If all the copies enclosed in support and affidavit is not duly attested by
notary public / gazclux1 officer then bid of the bidder is to be rejected.
No Joint Venture is allowed.
(iv)
I.)
EXECUTIVE ENG,INEER ( ZONE-14)
JAIPUR DEVELOPMENT AUTHORITY
JAIPUR
SPECIAL CONDITION:-
Part C
I lAUI
:ARDIN DEE
SP Al. CO' ITION •PCON ' ACr
MORE
/IMP) FOR ROADS WORKS toSTING Its. MOO LACS AND
NIA
I. ROAD WORKS
Ll 11w Defect Liability Period (DLP) for all Road works excluding patch repair work shall be 'three
years. Road works executed by the Contracting agency shall be maintained by them at their own
three years (DLP) from the actual date of completion of work as per the clause in the
cost for
Contract Agreement and Special Condition of Contract.
extra payment shall be made to the contracting agency on account of maintenance of Road
1.2 No
works and removal of defect during Defect liability Period.
Road Works" means all new Road Works construction, widening, strengthening, up1.3 The word gradation and renewal works
1.4 The word - Maintenance of Road Works during Defect Liability Period' means
(i)
Routine maintenance of Road Works.
(ii)
To remove the defect as & when appear in part and entire siructurc of Road Works, in
specified time and keeping the Road Surface with good riding quality and
Damages due to improper drainage / drains, local flooding. depressions on roads etc.
(iii)
1.5 The contracting agency shall do the routine maintenance of Road works. including pavement, road
side and cross drains including surface drains to the required standards and keep the entire road
surface and structure in Defect free conditions during the entire period of routine maintenance.
which begins at completion of the construction work and ends after three years.
1.6 The routine maintenance shall consist of the routine maintenance operation defined in manual for
maintenance of roads of MoRTH and shall be carried out accordingly.
1.7 The routine maintenance activities tend their periodicity
Name of Item/Activity
S.No.
2
4
5
Restoration of rain cuts and dressing of berms.
Once in a year. generally after rains.
Making up of shoulders.
As and when required.
Maintenance of Bituminous surface road and/or gravel
roadlWBM road including tilling pot holes and patch
As and when required.
repairs etc.
Insurance of proper functioning of drains including
civil maintenance and desilting of drains. (If
constructed by the same Road agency or not)
Maintenance of road signs. (If installed by the same
Road agency)
6
Frequency of operations in one year
Road Marking, Kerb Stone / Dand. (If done by the
same Road agency)
As and when required.
Maintenance as and when required.
Repainting once in every one and half
yet -s.
Thermoplastic Paint
Maintenance as and when required.
Repainting once in even. one & a half
years.
Ordinary Paint
Maintenance as and when required.
Repainting thrice in every mars.
Road cuts made by various agencies for
Damages beyond control of agency.
utility, duly permitted by JDA 1 JNN will
have to be repaired by agency on the same
rates of the contract agreement till DLP.
2. General
during Defect Liability Period
!
2.1 Insurcii rasaworks
2.1.1 The contracting agency shall undertake joint detailed inspection along with Engineepinchatg&A.En., at least once in three months in case of all Road works. The Engineer-in-charge can
reduce this frequency in case of emergency. The Contracting agency shall forward to the Engineerin-charge the record of inspection and rectification immediately after the joint inspection. The
Connoting agency shall pay particulars attention on those road sections. which are likely to be
damaged during rainy season.
2.1.2 One register has to be maintained by every A.E.n for recording the inspection details of works in his
jurisdiction under defect liability period.
2.2 Conditions regarding Security Dcnosit
2.2.1 Security for DLPThe contracting agency shall have to furnish security deposit (SD) in the form of Dank Guarantee
valid from the actual date of completion. which shall be assigned by the Engineer. in-charge.
2.2.2 Refund of SD 11w Security Deposit will be release in the following stages after satisfactory perfomiance
certificate issued by Engineer-In-Charge :S.No.
After completion of one year
20% of SD Amount
2 After completion of two year
20% of SD Amount
1
3
2.2.3
Alter completion of three year
Remaining 60% of SD Amount
Forfeiture of SD
In ease contracting agency fails to rectify the defects within stipulated period notified to him by
the Engineer-in-charge concerned undo contract agreement. the Enginter.in•charge shall serve a
final notice for 5 days time reckoned from the date of issue of notice to rectify the defects. In case
the contracting agency not responding to the notice and fails in rectification of defects the
Engineer-in-charge will get the defect removed at the risk and cost of the contracting agency.
Action such as encashment of Dank Guarantee and action under enlistment rules etc. shall aLso be
taken against the contracting agency by the competent authority.
2.2.3
Force hlaieure
The defect arises due to earthquake, cyclone, and natural calamities shall not be the responsibly of
contracting agency.
Part D
As per Office Order No.JDAJFA to D(E)/2010 2011/131138 dated 27.102010
issued by Director (Engg.) are as follows :I.
Along with maintenance of road. the maintenance items for the existing storm
water drain along with the road which includes required repairs, frequent
desilting, removal of obstruction in the flow of water if any, disposal of the storm
water to the further disposal drain etc. will be included in the "G" Schedule of the
work.
2.
If no drainage is existing them construction of storm water drain with proper
disposal will also be included in the project/ work which will also be covered
under Defect Liability Period.
3.
If construction of drainage is not feasible along the mad, still the road will be
covered under Defect Liability Period clause.
Signature of Contractor
With full Address
EXECUTIVE EN INEER ( ZONE-14)
JAIPUR UEVELOPVIENI au-moarry
JAIPUR
SCHEDULE — I
FINANCIAL RESOURCES AND CAPABILITY
(Reference Clause 3 (a))
I .Name of Bidder MIS .
2.Total financial turnover achieved by the bidder in the last five financial years:
Turnover
Year
(1)
2013-2014
(2)
2012-2013
(3)
(4)
2011-2012
(5)
2009-2010
2010-2011
Note: Balance Sheets and Profit & Loss Accounts is to be enclosed by the bidder
which is considered by him as per criteria 2 (a).
3.
4.
Total financial Turnover projected in the current financial year.
Has bidder ever been debarred from tendering for Central Government /
any State Government / any Government undertaking?
Yes / No if yes give details.
5.
Has bidder ever been declared insolvent?
Yes/No if yes give details
6.
Name(s) and Branch/(s) for bidder's Bankers:
l/Wc hereby certify that the above information is correct to the best of my/our knowledge
and belief.
Date:
Signature of Bidder
With Seal wherever applicable
To be given on Non-Judicial
stamp
Paper of Rs. 10/- only, duly attested by
Oath-Commissioner / Notary Public
Schedule - Ill
[Reference Clause 3(d)]
AFFIDAVIT
Proprietor/ Partner/ Authorized
I/We
under take the oath that following
signatory of M/s
machinery is available on ownership basis which is required in the execution of this work.
Minimum
Requirement
S.No.
Name of Machinery
i
Fully Automatic batch Mix Plant
(Owned /Lease)
I No
2
Vibratory Roller (Owned /Leased)
I No
3
Two lane Sensor Paver Finisher
I No
4
Static Roller ( Owned)
2 No.
5
Pneumatic Tyre Roller
(Owned /Leased)
I No
6
Bitumen boiler with sprayer
( Owned)
INo
7
J. C.11
2 No
8
Compressor (Owned or lease )
I •.0
9
Tractor/ Truck / Dumper/ Tipper
12 No
(Owned or lease )
Availability
/transit mixer (Owned or lease )
liWe hereby certify that the above information is correct to the best of my/our knowledge
and belief.
Date:
Signature of Biddcr
(With seal )
Place (dis tric U sta le)
'Manc ini Year
Sig nature of Bidder
DETAILSOFQ UANTITIESOFWORKSEXECUTEDDURING LAS TF IVEFINANCIALYEARS
0
O
O
r.)
V
C
O
Nm
V
C
8
z
C
.2)
5
co
co
C
C
11.1
C
C
8
2
tu
2
c
4)
'8 ea
Z
N
Z0
Stipu late d
da te of
c omp letio n
as
Z -3
Ow
111
711
1•.-.7
>
— M<
uj 0
I a)
w
W
w tU) Gou z
ZD
CC a 0
z
w0
<
5 19.,
z
D
JIMA
S
8
2 Z uj
w
iwoueu u
LIJ
gs
Z
><
2 ID u)
2 re
ui
U_ >
• ir
O
a
Name of
Works (with
agreemen t
No. &Date)
D
O L t; v_ t•
t; o a o 2
o 3 .,0 3 0
0
Place
(district
(state)
=
LIJ
_I CO El
Signa ture ofBidder
1/1
I- 0
• °
Z CC
ft 0
n
CI 0
re
• 0.
<)-
Page No.
Where
Certified
Copies
enc losed
••
DE TAILS OF EXISTING COM MITMENTS & ONGOING WORKS TOBECO MPLETED
[Refe rence Clause 3( F)
S CHEDULE - V
I
~
11
Signa ture ofBidder
.
DETAI LSOF LITIGATIONOR ARBITRATIO NCONTRACTS
[Reference Clause 3(g)]
SCHEDULEVI
O c
•p_
• —
V
=
c
U
Signature o f B idder
C
BIDCAPACITY
[Reference Clause 3(h)]
SCHEDULE -VII
ei
Completedduring the next 6 months.
Commitments and on going works to be
13=Value at present price level of ex isting
Workfor whichbids are inv itedi. e. 6 months.
N= Number o f years prescribed for completion of the
Years ( Updated to present price level)
Executedin any one year during the last five
A=Max imum value of c ivilEngineering works
Name of B idder: -
_
Lacs
Page No.
Certifieddetails enc losed at
Page No.
Certi fieddetails enclosed at
ANNEXURE- I
(Reference clause 3 (i))
To be given on Non-Judicial stamp
Paper of Rs. 10/- only, duly attested by Notary Public
AFFIDAVIT
Proprietor/ Partner/ Authorized signatory
I/We
of M/s
under take the oath that the information furnished
by me/us in schedule I to VII of the assessment Bid for.
Is correct to the best of my/our knowledge. If any
information is found to be incorrect JDA has right to reject the Bid and to take action
against me/us as per rules.
Proprietor/ Partner/ Authorized signatory
M/s
rirMUT/NRE30{.14/2014 -15Pn-
f4-4 TrIT "ft. —E.E.-14-01 to 06/2014-15
-Pr 1l riE1v tE-crif
tor
Et
atrR
FAFItftiraYrdl
trz
mitt
amp', .4.24 ttErTr vitZw11‘iri*4 fa*
-3131" *4* =1 tivilitzcf **-4* Wit
TREri
tter
*
1/2
ufcl¢id
31111*
Rer Tm1
Ufin 1 Maine,' 11 11445( **41-* W1ififf
4/1
*
*WI
*
311
El4 gm 2
t-t031 2
"3W Oft # tivilcur dicH rity itgr#
*f***I li-f*R/* T1 17 fear
711t4. wit! (atm 1404).04 #Fr Nem E T
treazru vrr-gat Tr% Et att.
E-4-4r trrri
F N.I.B.
No.
Ft
Name of
Work
1 E.E.14 Construction
01/ of approach
for
14-15 road
Abhinav
Vihar Vistar
Scheme in
zone-14, JDA,
Jaipur
2 E.E.14 Construction
02/ of approach
for
14-15 road
Ruhini
Enclave
in
Scheme
ey•
zone-14, JDA,
Jaipur
3 F,.E.14 Construction
03/ of Compound
in
14-15 wall
Abhinav
Vihar Vistar
Scheme in
zone-14. JDA,
Jaipur
2406.14
too nE
24.06.14
2.00•
6
1117
24.06.14
8 05 14 01.07.14
30.06.14 2.00 **
U-*
01.07.14
1.
00
6
1110
JDA03112
4.f TS/
2014-15
/MAY/2I
Dated:
16-05-14
41
14
0~ 1415
10A/DIR
-1/TS/
2014-15
/MAY/22
Dated:
16-05-14
40
14
2014-15
T.S. No.
JDAJDIR
-yrs/
2014-15
MAY/1f
Dated:
15-05-14
r
4
E.E.14
04/
14-15
*19.-14 tr
Commotion
of Compound
wall in Rohini
l
Enclave
~IiM II
in TRATZ
Scheme
zone-14, JDA, lira
air
Jaipur
1?171,11
471.00
1000.00
28.05.14 01.07.14
30.06.14 12.00 At
6
71E
14
201415
01.07.14
N.00 4t
tfrt I
5
E.E.14
05/
14-15
Const of major *4-14
in
roads
residential
Scheme
Abhinav Vihar
Vistar in zone14, JDA. Jaipur
T1
N'Opra
?OR
eft
302.00
1000.00
04.06.14 04.07.14
03.07.14 12.00 at
6
14
04.07 .1 4
} 1 .00
irzer
wrzi
6
E.E.14
06/
14,15
Const of major *1-14
roads in
Scheme Rohini ttn:n 4
Enclave in
t*-4i
zone-I4, JDA,
frar
Jaipur
533.00
1000.00
04.06.14 04.07.14
03.07.14 1200 At
.
*-T f4gaut
wrzi
91e. .
-
6
14
IDA/DIE
-1/TS/
201415
/MAY/19
Dated:
15-05-14
40
2014-15
JDA/D1R
-1/TS/
2014-15
/MAY/I7
Dated:
15.05-14
41
JDA/DIR
-LTS/
2014-15
/MAY/I8
Dated:
15-05.14
04.07.14
} 1 .00
far/sue PA *1 aqm-rvi trir aft fteiM it *PTA *It item *1
f4-41/grft an9ft I
Tr* fdS tra 3111317 TR simr *I .50411
2.
r4M WRdi afdlt fATiu Wm. l Trwai *I
cnvesitil 4't m
3.
fed-41 spa l'a
7rdt,
E-Procurcment 311118 ve SITM
4. ssuancf f
awr Thfa-cr 3i1111/i.i
apriai Ydt wr t.t./4-art, * 1 d. vildwr, %/I v'
t WIT1
etra. *
*1 wit *crt 1000.00 aif itsTr fcb-E/ 4-3Tra krRi1.31R.34.7 -
1. 44el 4ff fa St
lisfa TR ift Wit 9W1 132, WIN Wa, TNA 1167 31TAtof
* 3177 Zeta' 1 .4-iien t 4
meal -it *It!
* aver
aff amT
wvAviaipurjda.org ,
5.fita lr ticacr MEM WPM 74 *6 :lawn fig dtuumd
TR 31171 311A6RITEirt1t
http://sppp.raj.nic.in ATM http://eproc.rajasthan.gov.in
Miu eirl A A41 t 71 -ttf t I
■
344S141 affAARI —14
A trail', trIF I
weeolt :1.
2.
3.
4.
-vent *facrr, wzrizt
iAdilm 31 fA41
aitteor 3rRPT*7 Alf.-n4, *film. wertg I
1/441t1 444 arlifchlt, ear, MAT all doom{ UM
vt tf ti I
A
AMtsfi With UfFN
(mist.
3111140 111 31610-cif —14
vi RI W137 I
I/