0% found this document useful (0 votes)
1K views179 pages

Tender Documents

Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
1K views179 pages

Tender Documents

Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

Request for Proposal

For
Selection of Agency(ies) for Supply, Operation and Maintenance of 5000 Electric
Buses and allied
Electrical and Civil Infrastructure on Revenue Sharing Franchise Model

Tender Ref Number: 541MT/2024-11MT/2024


Date of Issue: 06.02.2024
Tender Fee:

Issued By:
Chief General Manager (Tech.)
UPSRTC Headquarter,
Tehri Kothi, M.G. Marg,
Lucknow - 226001
Tel. Number - 0522-2628841, 8726005007, 8726005014
Website - www.upsrtc.com
E-Mail ID - [email protected]
Download Tender Soft Copy :- Click Here

1
Table of Contents
1- Tender Notice............................................................................................................... 7

2- Invitation for Proposal ................................................................................................. 8

2.1- Key Events and Dates.................................................................................................. 8

2.2- Other Important Information Related to Bid ............................................................... 9

3- Purpose......................................................................................................................... 11

3.1- Special Purpose Vehicle .............................................................................................. 11

3.2- Consortium 12

3.3- Sub-Contracting Conditions......................................................................................... 13

3.4- Completeness of Response .......................................................................................... 13

3.5- Proposal Preparation Costs.......................................................................................... 14

3.6- Bidder Inquiries ........................................................................................................... 14

3.7- Amendment of RFP Document.................................................................................... 14

3.8- Supplementary Information to the RFP ....................................................................... 14

3.9- UPSRTC’s right to terminate the process .................................................................... 14

3.10- UPSRTC’s Right to accept any Bid and to reject any or All Bids................................ 14

3.11- Earnest Money Deposit (EMD) ................................................................................... 14

3.12- Authentication of Bid................................................................................................... 15

3.13- Language of Bids......................................................................................................... 15

3.14- Patent Claim................................................................................................................. 16

3.15- Bid Submission Format................................................................................................ 16

3.16- Acknowledgement of Understanding of Terms........................................................... 16

3.17- Bid Opening................................................................................................................. 16

3.18- Evaluation Process....................................................................................................... 17

2
3.19- Technical Qualification criteria ................................................................................... 17

3.20- Evaluation of Technical Proposal ............................................................................... 20

3.21- Assessment of Eligibility Criteria................................................................................ 21

3.22- Assessment of Qualification Criteria ........................................................................... 21

3.23- Commercial Evaluation& Award Criteria ................................................................... 21

3.24- Award of Contract........................................................................................................ 22

3.25- Non-Disclosure Agreement (NDA)............................................................................. 23

3.26- Performance Security................................................................................................... 23

3.27- Bid Prices..................................................................................................................... 24

3.28- Bid Currency................................................................................................................ 24

3.29- Signature ..................................................................................................................... 24

3.30- Correction of errors...................................................................................................... 24

3.31- Corrections to Arithmetic errors.................................................................................. 24

3.32- Disqualification............................................................................................................ 24

3.33- Tendering Under Different Names ............................................................................. 24

3.34- Deviation...................................................................................................................... 25

4- Scope of Work.............................................................................................................. 26

4.1- Detailed Scope of the Selected Bidder broadly includes............................................. 26

4.2- Key Terms.................................................................................................................... 27

4.3- Responsibilities of the Selected Bidder(s)................................................................... 28

4.4- Prototype Inspection and Supply .............................................................................. 29

4.5- Quality Assurance........................................................................................................ 30

4.6- Driver Criteria and Responsibility of Selected Bidder ................................................ 30

4.7- Accidents and Insurance .............................................................................................. 31

4.8- Handover of Parking Space and Bus Depot Space ..................................................... 31

4.9- Civil and Electrical Instructure .................................................................................... 33


3
4
4.10- Statutory Requirement ............................................................................................... 34

4.11- Responsibilities of UPSRTC......................................................................................... 34

4.12- Breakdown of Buses.................................................................................................... 35

4.13- Operation and Maintenance ...................................................................................... 35

4.14- Guarantee / Warranty Period ..................................................................................... 36

4.15- Project Timelines......................................................................................................... 36

4.16- Payment Terms............................................................................................................ 38

4.17- Revision of Fee ............................................................................................................ 39

4.18- Advertisement on the Buses........................................................................................ 39

4.19- Service Level Agreement (SLAs)................................................................................ 39

4.20- Handling of Bidder Grievances/Dispute Resolution.................................................... 42

4.21- Exit Management......................................................................................................... 42

5- General Conditions of Contract ................................................................................... 42

5.1- General Guidelines....................................................................................................... 42

5.2- Key Performance Measurements................................................................................. 43

5.3- Commencement & Progress ........................................................................................ 43

5.4- Trademarks, Publicity.................................................................................................. 44

5.5- Confidentiality ............................................................................................................. 44

5.6- Ethics............................................................................................................................ 44

5.7- UPSRTC’s Obligations .............................................................................................. 44

5.8- Events of default by the Selected Bidder..................................................................... 44

5.9- Consequences of Default ............................................................................................ 45

5.10- Audit, Access and Reporting ...................................................................................... 46

5.11- Ownership.................................................................................................................... 47

5.12- Other Conditions.......................................................................................................... 47

5
5.12.1- Indemnity ............................................................................................................. 47

5.12.2- Corrupt or Fraudulent Practices........................................................................... 47

5.12.3- Jurisdiction of Courts........................................................................................... 47

5.12.4- Import License .................................................................................................... 47

5.12.5- Risk & Cost......................................................................................................... 48

5.12.6- Conflict of Interest............................................................................................... 48

5.12.7- Confidentiality .................................................................................................... 48

5.12.8- Arbitration............................................................................................................ 48

5.12.9- Governing law and Jurisdiction .......................................................................... 49

5.12.10- Limitation of Liability.......................................................................................... 49

5.12.11- Variation in Agreement Quantity & its Payment................................................. 49

5.12.12- Extension of timelines......................................................................................... 49

5.12.13- Relationships........................................................................................................ 49

5.12.14- Termination.......................................................................................................... 50

5.12.15- Assignment .......................................................................................................... 50

5.12.16- Force Majeure ...................................................................................................... 50

5.12.17- Non-Fulfilment of Project Terms and Conditions............................................... 53

5.12.18- Governance Schedule........................................................................................... 53

6- Guidelines for Technical Proposal .............................................................................. 54

6.1- Technical Proposal Bid Cover Letter............................................................................. 54

6.2- Format to share Bidder’s and Bidding Firms Particulars.............................................. 56

6.3- Format of sending pre-bid queries ............................................................................. 57

6.4- Format to Project Citation............................................................................................ 58

6.5- Checklist for the documents for Technical Proposal ................................................... 58

6.6- Format for Bank Guarantee for Earnest Money Deposit (EMD)................................... 62

6
7- Guidelines for Financial Proposal................................................................................. 63

7.1- Financial Proposal Cover Letter.................................................................................... 63

7.2- Financial Proposal Instructions..................................................................................... 64

7.3- Financial Proposal Format ........................................................................................... 65

ANNEXURES .................................................................................................................................. 67

Annexure A: Format for Declaration by the Bidder for not being Blacklisted /Debarred…………… 69

Annexure B: Performance Security - Bank Guarantee Format ..................................................... 70

Annexure C: Non-Disclosure Agreement....................................................................................... 71

Annexure D: Financial Declaration of Bidder................................................................................. 73

Annexure E: Format for JV/Consortium Agreement...................................................................... 75

Annexure F: Base Administrative Fare ...................................................................... 79

Annexure G: Consortium Declaration ........................................................................................... 80

Annexure H: Format for Self-Declaration (OEM experience of manufacturing and delivery of 81


Buses)............................................................................................................................................
Annexure I : Format for Declaration OEM to submit details of bus, quantaties buses applied 82
for a particular route and route name………………………………………………
Annexure J: Rate of Fare…………………………………….………………………………… 83
Annexure K: Detail of proposed Maintenance Depots ……………………………. 84
Annexure M: Format for Declaration OEM to submit required type approval certificate ………… 85
Annexure L: Technical Specification…………………………………………………… 86
Annexure N: Details of proposed routes and maximum number of Buses ………… 114

7
1- Tender Notice
TENDER NOTICE
Tender Ref No: Date: -

UPSRTC, a leading Passenger Road Transport Organization, invites sealed tenders in two bid system
(Technical bid and Financial bid) from reputed experienced professional organizations for “Selection of
Agency(ies) for Supply, Operation and Maintenance of 5000 Electric Buses and allied Electrical and Civil
Infrastructure on Revenue Sharing Franchise Model ” at UPSRTC. For this purpose, UPSRTC intends to solicit
technical and commercial bid from prospective Bidder. The prospective firms may download the tender
document from website https://etender.up.nic.in on or before Dt…………….. Complete details & formats of
e-tender can be obtained from website https://etender.up.nic.in Tender form fee payment of INR
----------------------- (non-refundable). No brokers/intermediaries shall be entertained. The UPSRTC reserves
the right to reject any/all applications without assigning any reasons whatsoever.
Bidder is free to bid for any of the present routes of UPSRTC (As Annexed), of any size of the
Electric bus whether AC or Non AC as per requirement of route.

DISCLAIMER
1- Detailed time-table for the various activities to be performed in e-tendering process by the bidder(s)
for quoting their offer is given in this tender document under "TENDER SCHEDULE". Bidder(s) should
carefully note down the cut of dates for the carrying out each e-tendering process/activity.
2- The bidder(s) must follow the time table of e-tendering process and get their activities of e-tendering
process done well in advance so as to avoid any inconvenience due to unforeseen technical problems,
if any. 5. UPSRTC will not be responsible for any incomplete activity of e-tendering process of the
bidder(s) due to technical error / failure of website and it cannot be challenged by way of appeal,
arbitration and in the court of law.

8
Note:
 The Bidder(s) shall furnish, as part of its pre-requisition bid, an Earnest Money Deposit: INR 30,000 /-
(Thirty thousand Only) per Bus, for the number of Buses rates are quoted by Bidder. Which will be paid
through DD/RTGS mode or in form of Bank Guarantee from Scheduled commercial bank payable at
Lucknow. For further details related to submission of EMD mentioned in Clause 3.11
 No firm will be exempted from submitting EMD.
 Bidder(s) should submit the document related to tender online. EMD to be provided either by RTGS or
in form of Bank Guarantee from any of the Scheduled commercial banks payable at Lucknow.
 Bidder(s) should pay the EMD two working days in advance, before the last day of bid submission.
 Cost of tender form of INR 11,800 /- {10,000 + 1800 (GST @ 18%)} should be credited through
RTGS/DD in favour of UPSRTC, otherwise Bidders cannot participate in etendering.

2. Invitation for Proposal


UPSRTC hereby invites Proposals from reputed, competent and professional companies, who meet
the minimum eligibility criteria as specified in this bidding document for the “Selection of Agency(ies) for
Supply, Operation and Maintenance of 5000 Electric Buses and allied Electrical and Civil Infrastructure on
Revenue Sharing Franchise Model ” as detailed in Section 3.19 of this RFP document.
Bidder can bid for any number of Buses of the routes of UPSRTC (As Annexed) of any size of the
Electric Bus AC or Non AC.
Bidders are advised to study this RFP document carefully before submitting their proposals in
response to the RFP Notice. Submission of a proposal in response to this notice shall be deemed to have
been done after careful study and examination of this document with full understanding of its terms,
conditions.

2.1 Key Events and Dates


The summary of various activities with regard to this invitation of bids are listed in the table below:-
Sr. Number Particular Details
1- Name of the project RFP for “Selection of Agency(ies) for Supply,
Operation and Maintenance of 5000 Electric Buses
and allied Electrical and Civil Infrastructure on
Revenue Sharing Franchise Model ”
2- RFP Document Download and From Date: -------- 17:00 Hrs. IST Till Date: -----------
Submission Start Date & Time 17:00 Hrs. IST
3- Website for downloading Tender www.etender.up.nic.in
Document, Corrigendum’s,
Addendums etc.
4- Last date (deadline) for Dt……………….. 17:00 Hrs. IST
Submission of bids
5- Last date for Submission of Pre ----------- 17:00 Hrs. IST The queries should be
bid Queries submitted as per the format prescribed in
Annexure A. The Pre-Bid queries to be sent to the
9
Email Id – [email protected]
Note: - No queries will be entertained after last
date of Pre-bid query submission.

6- Pre-Bid Meeting Pre-Bid Meeting: ---------- 12:00 Hrs. IST Video call
link will be shared and informed through portal.
Pre-Bid meeting can be attended virtually also,
The video conferencing link will be shared with
those bidders who are interested to participate in
the meeting. The bidders who are interested to
participate in the pre-bid meeting are requested
to send an e-mail request for the same with their
details at [email protected]; along with their
queries, if any, as per the last date and time
specified above for submission of the pre-bid
queries.
7- Date and time for opening of ----------------- 11.30 Hrs. IST
Technical proposal
8- Date and time for opening of Will be intimated later to the qualified bidders
Commercial proposal
9- Detail of the contact person and Chief General Manager (Tech.),
Address at which sealed bids are UPSRTC HQ.,
to be submitted Tehri Kothi, M.G. Marg Road,
Lucknow.
Website - https://www.upsrtc.gov.in,
Email: [email protected]
Tel No – 8726005007/8726005014

2.2 Other Important Information Related to Bid


Sr. Number Item Description
1- Earnest Money Deposit (EMD) – Rs 30,000.00 per buses.
in form of Bank
Guarantee/RTGS/DD
2- Tender Fee to be paid INR. 11,800 /- (Inclusive of all Applicable Taxes)
3- Bid Validity Period One hundred and eighty (180) days from the date
of opening of financial bid
4- Performance Security in the Performance Security will be for INR 1,00,000/- (Indian Rupee
form of Bank Guarantee Last One Lakhs Only) per bus valid for a period of 2 years from
date of contract initially and will be maintained for a period
date for furnishing Performance of 180 days beyond the date of completion of the project. To
Security Deposit to UPSRTC (By be submitted within 7 days from date of notice of award of
Selected Bidder) the contract or as intimated in the work order issued by
UPSRTC.
5- Last date for signing contract Within 60 days after LoA/Work Order or as
agreement intimated by UPSRTC.
6- Contract Period Date of Signing of contract + 3 months for
prototype inspection + stipulated period of supply
of buses + 12 years of operation, support, and
maintenance.

10
Note: 12 years shall be from the date of supply of
each lot of buses i.e., buses supplied each month.
The buses will be removed from the operation in a
phased manner upon completion of 12 years for
each lot of buses (as per original delivery
schedule)

Note: Prospective Bidders may visit UPSRTC Hq and contact CGM (Tech.) for any further
information/clarification regarding this RFP on prior appointment during working hours till the date of
technical bid submission.

PREFACE

UPSRTC is a public sector road transport corporation providing services in the state of Uttar
Pradesh and adjoining states. UPSRTC has 8068 own buses and 3170 hired buses. Our buses
operate over 4 million kilometers catering to the travel needs of over 1.5 million people every day.
We provide well co-ordinate, comfortable and economical services to our passengers, without
affecting our sustenance and growth.

Uttar Pradesh State Road Transport Corporation (UPSRTC) was created on 1-6-72 under the
provisions of the Road Transport Act, 1950 with the following objectives:

 For the development of the road transport sector correlated to which would be the overall
development of trade & industry.
 For coordination of the road transport services with other modes of transport.
 For providing or causing the provision of an adequate, economical & efficiently co ordinate
road transport service to the residents of the state.

Vision:

In Uttar Pradesh more than 70,000 Diesel Buses ply on various routes. UPSRTC plans to introduce
highly modern electric buses which will be environmental friendly and also provide passengers
with reliable, efficient, technologically advanced zero polluting Buses.

UPSRTC has three tiers of the organizational structure, namely Headquarter, Regions and Depot setup.

Present fleet and other operational details of UPSRTC are as follows:-

FLEET ROUTE ROUTE OPERATED TRIP PER DAY AVERAGE INCOME


LENGHTH
11238 2762 680545 768065 16.0 Cr

Central Regional Regional Depot Bus Total Tyre Retreading Plant


Regional Workshops Offices Station Employees
2 19 20 115 287 54000 11

11
3. Purpose
UPSRTC hereby invites proposals from reputed, competent and professional companies, propriety firms,
partnership firm for a period of twelve years, who meet the minimum eligibility criteria as specified in this
bidding document for the “Selection of Agency(ies) for Supply, Operation and Maintenance of 5000 Electric
Buses and allied Electrical and Civil Infrastructure on Revenue Sharing Franchise Model ” as this document
provides information to enable the bidders to understand the broad requirements to submit their bids. The
detailed scope of work is provided in Section 4 of this RFP document. Bidder can bid for any number of
Buses on any of the routes of UPSRTC (As Annexed), of the AC Electric buses, as mentioned in Annexure-N
3.1 consortium
1- The members of a Consortium (not more than three) shall form an appropriate SPV to execute the
Project, if awarded to the Consortium. It shall in addition to forming an SPV shall comply the following:
 In case of 2 Consortium members- Members of the Consortium shall nominate one member as
the lead member (the “Lead Member”), who shall have a majority equity share holding of greater
than equal to 51% (fifty-one per cent) of the paid up and subscribed equity of the SPV. The
nomination(s) shall be supported by a Power of Attorney as per Annexure E.
 In case of 3 Consortium Members- Members of the Consortium shall nominate one member as
the lead member (the “Lead Member”), who shall have a majority equity share holding of greater
than equal to 34% (thirty-four per cent) of the paid up and subscribed equity of the SPV. The
nomination(s) shall be supported by a Power of Attorney as per the Annexure- E.

2- The OEM should have registered office in India.


3- Any non-compliance with the above- mentioned provisions by the selected bidder (s) with regards to
shareholding requirement during the contract period, and failure to remedy such noncompliance
within 30 (thirty) days from the date of UPSRTC’s notice in this regard shall constitute an event of
default, which shall entitle the UPSRTC to terminate this agreement in accordance with the provisions
hereof.
4- Notwithstanding anything stated elsewhere in these documents, the UPSRTC shall have the right to
seek updated information from the Bidders to ensure their continued eligibility. Bidders shall provide
evidence of their continued eligibility in a manner that is satisfactory to the UPSRTC. A Bidder may be
disqualified if it is determined by the UPSRTC, at any stage of the process, that the Bidder is unable to
fulfil the requirements of the Project or fails to continue to satisfy the eligibility criteria.
Supplementary information or documentations may be sought from Bidders at any time and must so
be provided within a reasonable timeframe as given by the UPSRTC.

3.2 Formation of Consortium


The Bidders are allowed to form Consortium subject to the following conditions:
1- The number of Consortium members cannot exceed three, including the Lead Member.
2- Consortium can comprise of a combination of OEM /Bus Operator/ Financers.
If OEM is not the part of bid, Bidder shall obtain and submit the Manufacturer Authorization Letter
(MAL) with in fifteen days form Date of Issuance of LoA

12
2- Lead Member can be OEM/Bus Operator/Financer in case of consortium. Associate of OEM/Operating
subsidiary of OEM can participate in the bid process using the credentials of its Parent / Subsidiary /
Sister Concern. Associate (Parent / Subsidiary / Sister Concern) Criteria: In evaluating the Qualifications
Criteria of the Bidder, aggregating the financial and technical capability of any Associates of the Bidder
for the purpose of meeting the respective Qualifications Criteria required of the Bidder shall be
permitted. For the purpose hereof, the word “Associate” shall mean, in relation to the Bidder, a firm
which controls the Bidder (i.e. Parent/Holding Company) or is controlled by the Bidder (i.e. subsidiary),
or is under the common control with the Bidder (i.e. sister concern).
i. As used here, the expression “control” means, with respect to bidding firm, which is a
company,
ii. The ownership of common shareholders, directly or indirectly (i.e., together with one or more
of its subsidiaries/Holding companies), of at least 50% of the voting shares/shareholding of the
firm in question, OR
iii. The right to appoint majority of the directors or to control the management or policy decisions
exercisable by a person or persons acting individually or in concert, directly or indirectly,
including by virtue of their shareholding or management rights or shareholders agreements or
voting agreements or in any other manner.
3- In case of single bidder, it shall be an OEM/Operating subsidiary of OEM/Associate of OEM.(or)
Operator/ Financier/ Aggregator. Single Bidder shall obtain and submit the Manufacturer
Authorization Letter (MAL) with in fifteen days form Date of Issuance of LoA Lead Member shall be
responsible to UPSRTC and for discharging all responsibilities related to the bid process and the
Project.
4- OEM/Financial Aggregator/Operator are not allowed to submit multiple bids.
5- Members of the Consortium shall commit to hold the equity stakes in the SPV which are in line with
the requirements of RFP Document.
6- (In case of 2 (two) Consortium member Majority Stake of Lead Bidder should be greater than equal
to 51%; In case of 3 (three) Consortium member Majority Stake of Lead Bidder should be greater
than or equal to 34 %). The nomination(s) shall be supported by a Power of Attorney as per
Annexure E.
7- The members of the Consortium shall enter into a binding Joint Bidding Agreement, for the purpose of
making the Bid.
8- The Lead Member will submit the Proposal. The Lead Member and all the members of Consortium OR
SPV will sign the Contract with UPSRTC.
9- All the members of consortium including SPV shall be jointly and severally responsible for the
execution of the contract.
10- In case of a Consortium Bid, the Lead Member would need to submit the Consortium Declaration in
the format provided in Annexure G of the RFP. The Lead Member would also need to submit the
Agreement between the Consortium members for the Contract clearly indicating their scope of work
and relationship. Such Agreement should be prepared on a stamp paper of requisite value and is
required to be submitted along with the Technical Proposal. If the Lead Member does not submit the
Agreement, it will be considered as an individual bid.
11- All the signatories of the Consortium Agreement shall be authorized by a Power of Attorney signed by
the respective Managing Director duly authorized by Board resolution of the Companies.
12- Each Consortium member shall execute and submit along with the Technical Proposal, a registered
power of attorney in the format provided in Annexure E of the RFP in favour of the Lead Member

13
which shall inter-alia, authorize the Lead Member to act for and on behalf of such member of the
Consortium and do all acts as may be necessary for the performance under the contract.
13- The Consortium Agreement shall provide the following information in respect of the Consortium
members that the Bidder will engage to provide any of the services required under this RFP.
1. Brief description of nature of products/services to be provided by Consortium member;
2. Head and Branch offices (if responsible for work under the contract) (provide mailing addresses,
phone, fax and email);
3. Date, form and state of incorporation of Consortium member;
4. Company Principals (Name, title and business address)
14- Each Consortium member shall execute and submit along with the Technical Proposal, a power of
attorney in the format provided in Annexure E of the RFP in favor of the Lead Member which shall
inter-alia, authorize the Lead Member to act for and on behalf of such member of the Consortium and
do all acts as may be necessary for the performance under the contract. The Lead Member shall be
solely liable to and responsible for all obligations towards UPSRTC for performance of works/services
including that of its partners/sub-contract or so any other directly or indirectly appointed to or related
to the bidder(s) for this bid under the contract.

15- The role and responsibility of any member must be commensurate with the technical/financial
capabilities that such member is contributing towards meeting the qualification criteria. Each
consortium member is liable to contribute resources in terms of knowledge, skills and trained
manpower commensurate with its role and responsibilities during the Agreement Period.

3.3 Sub-Contracting Conditions


1- Sub-contracting specific tasks shall be limited to operation and maintenance only post commissioning,
by Selected Bidder to experienced/ qualified subcontractors shall be permitted based on prior
approval by UPSRTC. Subcontracting for other activities shall not be acceptable.
2- The bidder shall share all the details of the sub-contractor at the time of acceptance of Letter of Award
(LoA)/Work Order. In case there is a change in sub-contractor post award of contract, the Bidder shall
obtain prior permission from UPSRTC.

3.4 Completeness of Response


1- Bidders are advised to study all instructions, forms, terms, requirements and other information in the
RFP documents carefully. Submission of bid shall be deemed to have been done after careful study and
examination of the RFP document with full understanding of its implications.
2- The response to this RFP should be full and complete in all respects. Failure to furnish all information
required by the RFP document or submission of a proposal not substantially responsive to the RFP
document in every respect will be at the Bidder's risk and may result in rejection of its Proposal.

3.5 Proposal Preparation Costs

14
1- The Bidder(s) shall submit the bid at its cost and UPSRTC shall not be held responsible for any cost
incurred by the bidder. Submission of a bid does not entitle the bidder to claim any cost and rights
over UPSRTC and UPSRTC shall be at liberty to cancel any or all bids without giving any notice.
2- All materials submitted by the bidder shall be the absolute property of UPSRTC and no
copyright/patent etc. shall be entertained by UPSRTC.

3.6 Bidder Inquiries


Bidder(s) shall e-mail their queries at [email protected], in the format as prescribed in the section 6.3 of
this RFP. The response to the queries will be published if needed. No queries will be entertained thereafter.
This response of UPSRTC shall become integral part of RFP document. UPSRTC shall not make any warranty
as to the accuracy and completeness of responses. UPSRTC may not individually respond to each and every
query from the bidder(s). if no corrigendum is uploaded, means UPSRTC shall not give any further
explanation and the terms and conditions mentioned in the RFP shall prevail.

3.7 Amendment of RFP Document


1- All the amendments made in the document would be published on the e-Tendering Portal and shall be
part of RFP.
2- UPSRTC reserves the right to amend/edit/add/delete any clause of this Bid Document.
3- The Bidders are advised to visit the aforementioned website/portal on regular basis to check for
necessary updates. The UPSRTC also reserves the right to amend the dates mentioned in this RFP.

3.8 Supplementary Information to the RFP


If UPSRTC deems it appropriate to revise any part of this RFP or to issue additional data to clarify an
interpretation of provisions of this RFP, it may issue supplements to this RFP. Any such corrigendum shall
be deemed to be incorporated by this reference into this RFP.

3.9 UPSRTC’s right to terminate the process


UPSRTC may terminate the RFP process at any time before the award of contract without assigning any
reason. This will be informed to all and will become part of the bid/RFP and information for the same would
be published on the e-Tendering portal.

3.10 UPSRTC’s Right to accept any Bid and to reject any or All Bids
UPSRTC reserves the right to accept or reject any Bid, and to annul the bidding process and reject any or all
Bids at any time prior to award of Contract, without thereby incurring any liability to the affected Bidder or
Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for UPSRTC’s action.

3.11 Earnest Money Deposit (EMD)


Bank details are being attached as Annexure-O
1- The validity of EMD shall be for 180 days.(Annexure as per Section 6.6 )

2- Original Bank Guarantee to be submitted at the office of Chief General Manager (Tech.), UPSRTC
Hq., Lucknow. Copy of Bank Guarantee to be attached in the online technical bid document.
3- In case Bank Guarantee is not received then the bid submitted will be rejected .
4- The EMD shall be denominated in Indian Rupees and shall be in the form of RTGS/DD/Bank Guarantee
issued by a Scheduled commercial bank in favour of “Secretary , UPSRTC, Lucknow- 226001”. The

15
Name & Address of the firm submitting the bid document has to be furnished on reverse of the EMD.
Failure to submit the technical bid along with the EMD shall result in disqualification of the bid
document.
5- The EMD is required to protect the UPSRTC against the risk of Bidder’s conduct, which would warrant
the EMD forfeiture.
6- Unsuccessful Selected Bidder’s EMD will be returned as promptly as possible after the award of the
contract to the selected bidder/bidders.
7- No interest will be paid by UPSRTC on the EMD amount.
8- The EMD of selected Bidder will be retained by UPSRTC till signing of contract. Bidder may be required
to extend the validity of the EMD as per request of UPSRTC, else the bid will not be considered.
9- The Bid submitted without EMD, mentioned above, will be summarily rejected.
10- The EMD may be forfeited under the following circumstances:
 If a Bidder withdraws its bid or decreases his quoted prices during the period of bid validity or its
extended period, if any.
 In case of a Selected Bidder, if the Bidder fails to sign the contract in accordance with the terms
and conditions.
 If during the bid process, a bidder indulges in any such deliberate act as would jeopardise or
unnecessarily delay the process of bid evaluation and finalization.
 If, during the bid process, any information is found false/fraudulent/mala fide. UPSRTC shall reject
the bid and, if necessary, initiate legal action against the bidder(s).

3.12 Authentication of Bid


1- The original copy (hard copy) of the RFP Document shall be signed, stamped, scanned and submitted
along with the bid. Authorized person of the bidder who signs the bid shall obtain the UPSRTC letter
from the bidder, which shall be submitted with the Bid. Bid shall be submitted on official letter head of
company. All pages of the bid and its annexure, etc. shall be signed and stamped by the person or
persons signing the bid.
2- Notarized / irrevocable Power of Attorney executed by the Bidder in favour of the duly authorised
representative, certifying him as an authorised signatory for the purpose of this bid. In the case of the
Board resolution authorizing a person as the person responsible for the bid, the Board resolution shall
be submitted.

3.13 Language of Bids


This bid should be submitted in English language only. If any supporting documents submitted are in any
language other than English, then the translation of the same in English language is to be duly attested by
the bidder and submitted with the bid, and English translation shall be validated at UPSRTC’s discretion.

3.14 Patent Claim


In the event of any claim asserted by a third party of infringement of copyright, patent, trademark or
industrial design rights arising from the use of the goods or any part thereof, the bidder shall expeditiously
extinguish such claim. If the bidder fails to comply and UPSRTC is required to pay compensation to a third
party resulting from such Infringement, the Bidder shall be responsible for such compensation, including all

16
expenses, court costs, lawyer fees etc. UPSRTC shall give notice to the Selected Bidder(s) of any such claim
and recover it from the selected bidder(s).

3.15 Bid Submission Format


The entire proposal shall be submitted strictly as per the format specified in this Request for Proposal. Bids
with deviation from this format are liable for rejection.

The following points shall be kept in mind for submission of bids;


1- UPSRTC shall not accept delivery of proposal in any manner other than that specified in this RFP.
Proposal delivered in any other manner shall be treated as defective, invalid, and rejected.
2- The Bidder is expected to price all the items and services sought in the RFP and proposed in the
proposal. The Bid should be comprehensive and inclusive of all the services to be provided by the
Bidder as per the scope of his work and must cover the entire Contract Period.
3- UPSRTC may seek clarifications from the Bidder on the Technical proposal. Any of the clarifications by
the Bidder on the Technical proposal should not have any commercial implications. The Financial
proposal submitted by the Bidder should be inclusive of all the items in the Technical proposal and
should incorporate all the clarifications provided by the Bidder on the Technical proposal during the
evaluation of the Technical offer.
4- Financial Proposal shall not contain any technical information.
5- It is required that the all the proposals submitted in response to this RFP should be unconditional in all
respects, failing which UPSRTC reserves the right to reject the proposal.
6- UPSRTC may seek details of the project cost from the selected bidder(s)/shortlisted bidder(s) which
the latter shall have to furnish. The selected bidder shall submit true copies of the Financial Package
and the Financial Model, duly attested by a Director of the OEM/Operator, along with soft copy of the
Financial Model in MS Excel version.
7- The passenger ticket tariff rates shall be as per the details provided in the Annexure J of this
corrigendum. Bidder shall quote rates considering existing passenger ticket tariff rates. Further in case
if there is any reduction/discount/subsidy/waive off in the passenger ticket tariff rates for any category
of passengers, due to the orders of government of UP/GOI/UPSRTC, such related amount, subject to
reimbursement from government, will be reimbursed from time to time to the operator by UPSRTC as
and when received from the government

3.16 Acknowledgement of Understanding of Terms


By submitting a Proposal, each Bidder shall be deemed to acknowledge that he/she has carefully read and
accepts all sections of this RFP, including all forms, schedules, annexure, corrigendum and addendums (if
any) hereto, and has fully informed itself as to all existing conditions and limitations.

3.17 Bid Opening


1- Total transparency shall be observed and ensured while opening the Proposals/Bids.
2- UPSRTC reserves the rights at all times to postpone or cancel a scheduled Bid opening.
3- Bid opening shall be conducted in two stages.
4- In the first stage, Technical Envelope of proposals will be downloaded and evaluated as per the
Technical criteria mentioned in Section 3.19 of the RFP.

17
5- In the second stage, Commercial/Financial Proposals of those Bidders, who qualify technical evaluation
will be downloaded. All Bids will be downloaded in the presence of Bidders’ representatives who
choose to attend the Bid downloading sessions on the specified date, time and address. subsequent
field trials will be made at time of prototype inspection.
6- The Bidders’ representatives who are present shall sign a register evidencing their attendance. In the
event of the specified date of Bid downloading being declared a holiday for UPSRTC, the bids shall be
downloading at the same time and location on the next working day. In addition to that, if the
representative of the Bidder remains absent, UPSRTC will continue process and open the bids of the all
bidders.

3.18 Evaluation Process


1- UPSRTC shall evaluate the Tender Fee, EMD, Technical documents and submit its recommendation to
the Competent UPSRTC whose decision shall be final and binding upon the bidders.
2- Bidders shall be evaluated as per the Technical criteria mentioned in Section 3.19 of the RFP.
3- Bidders meeting all the technical-qualification criteria shall be eligible for field trials.
4- Please note that UPSRTC may seek inputs from their professional, external experts in the Bid
evaluation process.

3.19 Technical Qualification criteria

Sr. Basic Eligibility Criteria Documents to be submitted


Number Requirement
TQ 1 Legal Entity The bidder (all members of the  For companies incorporated/
Consortium excluding foreign registered in India should submit
financial/funding institutions) Copy of Certificate of
must be incorporated/ registered Incorporation, Copy of Certificate
in India under the Companies Act of Incorporation
1956/2013 or LLP Act 2008 or the  Memorandum and Article of the
Partnership Act 1932. association
 For companies registered under
the Partnership Act 1932,
Partnership Deed should be
submitted along with Registration
of Firm document/Certificate
 For companies registered under
the LLP Act 2008, Copy of
Registration Certificate and LLP
Agreement should be submitted.
 For Bidders bidding as
Consortium, such information may
be furnished for each member of
the Consortium.
 In case of Consortium Power of
Attorney for Lead Member of
Consortium (Annexure E) and
Joint Bidding Agreement

18
 Undertaking from Bidder/
Member for claiming Technical /
Financial Capacity of Consortium
Members

The Bidder or in case of  Copy of PAN Card


consortium all members  Copy of GST Registration
(excluding foreign financial  In case of foreign financial
institution) should have Pan Card institution funding the project as a
and GST registration certificate as consortium partner, applicable
on last date of submission. certificates as per country of
company registration. All
documents issued in any other
language other than English, must
be translated in English.

TQ2 Turnover  The average turnover of the  Certificate duly signed by


bidder or combined average Statutory Auditor of the Bidder for
turnover of all consortiums total turnover as per the format
members including that of an Annexure D
associate shall have minimum  Balance Sheet and P&L Statement
annual average turnover of from the Statutory Auditor of the
more than or equal to 48 Lacs Bidder/Chartered Accountant.
X number of buses for bidder  Audited Annual
has quoted the rates of any of accounts/statements submitted in
3 years out of last 5 financial any other language than English
years (FY), the financial years shall be translated to English with
which will be considered are necessary supporting documents,
[2022-23,2021-22, 2020-21, , certified by Statutory Auditor/
2019-20, 2018-19]. Chartered Account.
TQ3 Experience OEM should have experience of  Work Orders/Agreement and
manufacturing and delivery of at Completion Certificates from the
least 100 Diesel/CNG/Electric Client, in case of ongoing project
buses Type-I,Type II/ Type III phase wise completion certificate
buses over the last 5 years in India from the client, stating details of
immediately preceding bid due at least 100 Diesel/CNG/Electric
date. Work buses Type II/Type III buses
.............Diesel/CNG/Electric buses supplied/delivered in terms of
Type-I,Type II/ Type III buses number, year of supply and names
......... unit sold, customer name of customers to whom supplied.
and date of supply) Annexure H
OEM Established/obtained  License of manufacturing buses,
certificate of Accreditation after proof of manufacturing and sale
31st march 2019 will be (including number of unit sold,
exempted from Experience of customer name and date of
Manufacturing and delivery of supply)
100 Diesel/CNG/Electric buses
over the last five years.
TQ3- OEM should have completed  Work Order/Agreement and
deployment of at least one Type- Completion Certificates from the
I/Type II/Type III electric bus Client on its letterhead. In case of

19
order to any STU in India as on bid ongoing project phase wise
due date. OEM completion certificate from the
Established / obtained Certificate client, stating 100% fleet
of Accreditation after 31st march deployment.
2019 will be exempted from this
condition.
TQ 4 Certifications OEM shall have testing and Copies of the valid certificates from
certification requirement of at authorized agencies
least one (1) Mini/Midi/Standard
Base Model electric bus (100%
battery operated) for each model
from the designated testing
center in India. i.e., CMVR type
approval of at least one model of
electric bus as approved under
CMVR Rule 126. OEM Established
/ obtained Certificate of
Accreditation after 31st march
2019 will be exempted from this
condition.
OEM need to submit required Undertaking to be submitted on
type approval certificate At the Letter head of Lead Bidder as per
time of prototype inspection format mentioned in Annexure M
from the recognized testing
agency approved under CMVR
Rule 126.
TQ 5 Manpower The Bidder (All member in case of  Attested copy of the
consortium excluding foreign Employee Provident Fund
financial/funding institutions) registration letter / certificate.
should be registered with  Attested copy of the Labour
appropriate authorities e.g. License under the Contract
under Employees Provident Fund, Labour (Regulation &
Employees State Insurance Acts Abolition) Act.
and any other labour authorities  Attested copy of the
including under the Contract Employee State Insurance
Labour (Regulation and Abolition registration letter / certificate.
Act). Etc. If Applicable.

TQ 6 Support The bidder (Lead bidder in case of Undertaking the bidder shall setup
Capability a consortium) shall setup office office and after sales service facility in
and after sales service facility in the depot as listed in Annexure K,
each depot as listed in Annexure
K, space provided by UPSRTC in
Uttar Pradesh.

TQ 7 Blacklisting The Bidder (All members in case of a A self-certified letter signed by the
consortium) should not be debarred / Authorized Signatory of the Bidder as
blacklisted by any State Government/ per Annexure A.
Central Government / PSU/ Transport
Organization etc. in India & abroad
for Unsatisfactory past performance,

20
corrupt & fraudulent practices or any
other unethical conduct either
indefinitely or for a particular period
of time by any State/ Central
government/ PSU/ UT as on date of
submission of bid.

TQ 8 Disqualification The Services of Bidder should not A self-certified letter signed by the
have been terminated by UPSRTC Authorized Signatory of the Bidder.
or any other Government/Semi-
Government or Public UPSRTC or
Public Institution in India, before
the completion of respective
Contract Period for which it has
executed the Project or in process
of execution of such project, on
account of its poor performance,
delay or abandonment of work by
the Bidder.

3.20 Evaluation of Technical Proposal


1- Prior to evaluation of Eligibility and Qualification Submissions/ Technical Bid, the Bid Evaluation
Committee shall determine whether each Bid is responsive to the requirements of the RFP. A Bid shall
be considered responsive only if:
 The Technical and Financial Bids are submitted online properly.
 Technical Bid is accompanied with RFP Fee and EMD amount as specified in RFP.
 The Bid is received by Bid Due Date including any extension thereof pursuant hereto;
 It contains all the information (completed in all aspects as requested in this RFP and/or Bid
documents (in formats same as those specified in the RFP)
 It does not contain any conditionality; and
 It is not non-responsive in terms hereof and any other conditions specified elsewhere in RFP.

2- The Bid Evaluation Committee reserves the right to reject any Bid which is non-responsive and no
request for alteration, modification, substitution or withdrawal shall be entertained by the UPSRTC in
respect of such Bid.
3- Evaluation of Eligibility Criteria and document checks of only those Bidders shall be carried out whoes
Bids are determined to be responsive.
4- Any clarification if sought, shall be only in case of documents which pre-existed at the time of bid
submission, and which have not undergone change since then. These should be called only on basis of

21
the recommendations of the bid evaluation committee. The clarification documents to be submitted
within 3 working days by the bidder as directed by UPSRTC.
5- Any discrepancy noticed by bidder in respective other bidder must be communicated within 7 days
from the date of opening of Technical Bid. If not notified by bidder about discrepancies related to other
bidder within 7 days from the date of opening of Technical Bid any notification by the bidder will not be considered.

3.21 Assessment of Eligibility Criteria


1- The Bid Evaluation Committee shall examine and evaluate the eligibility of each Bid upon determining
its responsiveness.
2- Any clarification needed by Bid Evaluation Committee may be notified to the respective bidder(s). The
bidder(s) upon being notified shall promptly share explanation within 3 days from the date of
intimation. No new documents/credentials shall be accepted. However, explanation on previously
submitted documents shall be considered valid for further clarification and evaluation purposes.
3- The Bidder must meet Eligibility Criteria specified in the RFP and have uploaded all scanned copies of
all documents in order to qualify for next stage of assessment.
4- Assessments of Qualification Criteria of only those Bidders shall be carried out whose Bids are meeting
Eligibility Criteria and uploaded scanned copies of all required documents.

3.22 Assessment of Qualification Criteria


1- The Bid Evaluation Committee shall examine and evaluate the qualification of each Bid upon
determining its eligibility.
2- The Bidder must meet Qualification Criteria as specified in the RFP in order to qualify for Financial Bid
Opening Stage.
3- The Technical Bids/Eligibility and Qualification Submission of the Bidder determined to be responsive,
meeting Eligibility and Qualification Criteria shall be declared Eligible and Qualified Bids (the “Eligible
and Qualified Bids”/ “Eligible and Qualified Bidder”).
4- In case the bidder is not able to submit the documents required to demonstrate capability of the bus
supply as set out in this RFP and/or the bidder is not able to satisfy the Bid Evaluation Committee with
regards to clarifications/information/confirmations sought from the bidders, the Bid Evaluation
Committee, at its sole discretion, can consider such bids ineligible for next stage of evaluation.
5- Financial bids of the bidders only those who are meeting technical eligibility, qualification criteria shall
be opened.
3.23 Commercial Evaluation& Award Criteria
1- After the evaluation of Technical Bid/ Eligibility and Qualification Submissions has been completed as
per the requirements of the RFP, the Financial Bids of only those Bidders whose Bid determined to be
responsive shall be opened. Decision of Bid Evaluation Committee in this regard will be final. Financial
Bids of those Bidders who do not qualify in Technical Bid (not meeting Eligibility and/or Qualification
Criteria and/not submitted required RFP fee and/or Bid Security) shall stand rejected and shall not be
opened.
2- Financial Bids shall be opened online, in the presence of Bidders’ representatives who choose to
attend the Financial Bid opening on date and time which shall be communicated to the shortlisted
Bidders. The Bidder’s representatives who are present at such opening of Price Bids shall sign a
register evidencing their attendance as a witness to the Bids opening process.

22
3- Bidder to submit quotation for Electric buses only with and without subsidy on per kilometre basis.
The Bidders who submit the highest Rate as per section 7.3 Financial Proposal Format of this RFP will
be declared as most eligible for award (H1), as per the distribution mechanism.
4- Base administrative rates are mentioned in annexure- F. No bid will be accepted below Base
administrative rates for revelent category bus.

5- UPSRTC has sought financial assistance from the State Govt. which if received shall be passed on to the
selected bidder in the form of subsidy @ INR 20 lakhs per bus. By State Govt. or 40 % Bus cost subsidy
from Central Govt. The subsidy is subject to acceptance by the State Govt. and successive decision of
UPSRTC to release the same upon receipt. Only one rate i.e. without subsidy shall be considered for
selecting H1, and/or H2 Bidder(s).
If subsidy amount differs from amount mentioned above PRO RATA basis weightage will be given
on accepted administrative rates.
If actual subsidy amount from UP GOVERNMENT is received other than 20 lacs and actual subsidy
amount from GoI is received other than@ 40% ,for difference upfront support ADMINISTRATIVE CHARGES
will be re fixed on prorate basis.
For Illustration purpose only :-
A. Accepted administrative charge without subsidy- Rs.10.10
B. Accepted administrative charge with subsidy@ 20 lacs- Rs.12.00
C. Actual subsidy received Rs. 17 .00 Lacs
D. Difference in Administrative charge (B-A) Rs.1.90
E. Difference in subsidy (20-C) Rs. 3.00 Lacs
F. Re fixed Administrative charge (D÷20xC A) + Rs.11.715
Same Calculation will be done for all upfront subsidies
6- Providing subsidy or facilitation for getting subsidy form goverment will not be responsibility of
UPSRTC.
7- The Bidder shall quote rate per Km, as per section 7.3 Financial Proposal Format.
8- The business will be allocated to maximum two sources, for one Depot, depending upon availability
and subject to matching of H1 rate by H2 bidder.
9- In case the rate difference between H1, and H2 is above 20 % the entire contract may be awarded to
H1 bidder.
10- Following distribution of order shall be followed
 In case of only one qualified bidder, for any or more routes, entire order as applied by bidder may
be awarded to successful bidder.
• In case of two or more qualified bidders, business can be distributed between two sources. (i.e., H1 &
H2 bidder)
Business allocation between H1 & H2 bidders shall be based on the following rate difference:
Business allocation in %
L-2 rate % above L-1 %
L-1 L-2
If rate is same 50% 50%
If Rate Difference is up to 1% 55% 45%
If rate Difference is up to 1% to 5% 70% 30%
If rate Difference is up to 5% to 10% 80% 20%
If rate Difference is up to 10% to 15% 85% 15%
23
If rate Difference is up to 15% to 20% 90% 10%
If rate Difference is above 20% 100% Nil
11- In case H2 does not match the H1 rate, then no business shall be allocated to them.
12- UPSRTC, however reserves the right to accept or reject any or all bids without giving any reasons
thereof.
13- UPSRTC reserves the right to decide distribution to be followed for award of contract.
14- Preference will be given to less number of seat type bus, in case of same H1 rates for different type of
buses.

3.24 Award of Contract


1- Letter of Award/ Work Order
The bidder quoting the highest rate among the qualified bidders shall be adjugated as the H1
bidder. All financially qualified bidder(s) (i.e., H1 and/or H2 bidders) shall be issued Letter Of
Award/Work Order. Successful Bidder(s) shall submit acceptance of LOA/Work Order issued within
seven (7) working days from the date of issuance of LOA/Work Order.
If Successful Bidder(s) do not submitted acceptance of LOA/Work Order within the
abovementioned period, it shall result into withdrawal of LOA/Work Order and forfeiture of EMD. The
final decision regarding withdrawal of offer and forfeiture of EMD shall be final and binding.

2- Signing of Contract
 The Selected bidder(s) shall enter into contract Agreement with UPSRTC within 60 (sixty days)
of Letter of Award/ Work Order issued to the Selected Bidder or date as decided by UPSRTC.
 Agreement shall also have all correspondence (to be discussed and agreed upon separately)
between UPSRTC and the Selected Bidder(s) and additional clauses and/or provisions that
further explain or clarify provisions of this RFP, or certain provisions which UPSRTC may be
required to include as per law. The UPSRTC through mutual discussion with the Selected
Bidder(s) shall modify the terms of the Agreement.
 If Agreement is not signed within the time period mentioned by UPSRTC, then LOA/Work
Order will be withdrawn and EMD will be forfeited by UPSRTC. Related to withdrawal of offer
and forfeiture of EMD decision of UPSRTC will be final and binding.
 Any expenses related to registration of Agreement like stamp duty shall be borne by Selected
Bidder(s).
 Upon the Selected Bidder’s furnishing of Performance Security, UPSRTC will promptly notify
each unsuccessful Bidder.

3- Failure to agree with the Terms & Conditions of the RFP / Contract
Failure of the Selected bidder(s) to agree with the Terms & Conditions of the RFP / Contract shall
constitute sufficient grounds for the annulment of the award and forfeiture of Security Deposit, in
which event UPSRTC may invite the next best bidder for negotiations or may call for fresh RFP.

4- Failure to abide by the Contract Agreement


The conditions mentioned in the contract agreement shall be strictly adhered to by the Selected
Bidder(s) and any violation thereof by the Selected bidder(s) may result in termination of the contract
agreement without prejudice to any rights available to UPSRTC.
24
3.25 Non-Disclosure Agreement (NDA)

The Selected bidder(s) has to sign the Non- Disclosure Agreement (Annexure C) with UPSRTC.

3.26 Performance Security

1- Performance Security in the form of unconditional Bank Guarantee (BG) from a Scheduled
commercial bank payable at Lucknow must be submitted by Selected Bidder(s). The BG shall be
furnished for an amount equivalent to INR 1,00,000/- per bus valid for a period of of 2 years form
date of contract initially and will be maintained for a period of 180 days beyond the date of
completion of the project - The Bank Guarantee will be released provided rectification of errors if
any, found during implementation of the Contract, and satisfactory report submitted by the
successful bidder(s) to the UPSRTC .
2- The Performance Security should be submitted within 7 days from the receipt of the letter towards
award of the contract/work order. Failure to submit the performance security within the period
specified above may lead to cancellation of the offer made to the enter selected bidder and
forfeiture of EMD.
3- The Performance Security will be forfeited if bidder(s) do not fulfill the terms and conditions as per
bid document.
4- UPSRTC shall also be entitled to make any recoveries due from the bidder from Performance
Security. In such case the bidder will have to recoup the Performance Security amount recovered
within 15 days.
5- No interest will be payable by the UPSRTC on the amount of the Bid Security.

3.27 Bid Prices

Bidder(s) has to quote for “Selection of Agency(ies) for Supply, Operation and Maintenance of
5000 Electric Buses and allied Electrical and Civil Infrastructure on Revenue Sharing Franchise Model " in
the format given for financial bid/BOQ. Validity of Bid shall be of 180 days from date of opening of financial
bid.

3.28 Bid Currency


The rates quoted shall be in Indian Rupees only.
3.29 Signature
A representative of the bidder/lead member of consortium, who is authorized to commit the
bidder to contractual obligations, must sign with the bidder’s name and seal on all pages of the Bid,
including the tender/bid document. All obligations committed by such signatories must be fulfilled.

3.30 Correction of errors


The bidder is advised to take adequate care in quoting the rate. No excuse for corrections in the
quoted rate will be entertained afterwards. The corrections or overwriting in bid document shall be
initialed by person signing the Bid form.

3.31 Corrections to Arithmetic errors

25
In case of discrepancy between the amounts mentioned in figures and in words, the amount in words shall
govern. The amount stated in the Bid form, adjusted in accordance with the above procedure, shall be
considered as binding.

3.32 Disqualification
The Bid from the bidders is liable to be disqualified in the following cases:
1- Bid is not submitted in accordance with the bid document.
2- The bidder qualifies the bid with his own conditions or if the bidder does not qualify for all
Technical-Qualification conditions.
3- During validity of the Bid, or its extended period, if any, the bidder increases or decreases their
quoted prices.
4- Bid is received in incomplete form.
5- Bid is received after due date and time.
6- Bid is not accompanied by all requisite supporting documents.
7- Information submitted in Technical-Qualification Bid is found to be misrepresented, incorrect or
false, accidentally, unwittingly, or otherwise, at any time during the processing of the contract (no
matter at what stage) or during the tenure of the contract including the extension period if any.
8- The Selected Bidder(s) fails to enter a contract within stipulated time from the date of notice of
award of contract or within such extended period, as fixed by UPSRTC.
9- Awardees of the contract have given the letter of acceptance of the contract with his conditions.
10- Non-fulfilling of any condition/term by bidder(s).

3.33 Tendering Under Different Names


1- Firms with common partner or connected with one another either financially or as principal and agent
or as master and servant or with proprietor/partners closely related to each as husband, wife, father,
mother and minor son/daughter and brother/sister and minor brother/sister, shall not submit multiple
bids/ tenders separately.
2- If it is found that firms have tendered separately under different names for the same Contract, all such
tender(s) shall stand rejected and tender deposit of each such firm /establishment shall be forfeited. In
addition, such firms / establishments shall be liable, at the direction of the UPSRTC, for further penal
action including blacklisting.
3- If after the Award of Contract, it is found that the Selected Bidder(s) has violated terms and conditions
of this RFP, the contract shall be liable for cancellation at any time in addition to penal action against
the related firms / establishments.

3.34 Deviation
1- If any deviations are suggested by the bidders from the contract and/or technical specifications for
the buses, UPSRTC shall determine whether any deviation suggested represents a material
deviation.
2- "Deviation” generally may include (proposed) exceptions, exclusions, qualifications, conditions,
stated assumptions and alternative proposals not solicited. A “material deviation or reservation” is
one which adversely affects in any way the scope, quality, performance or administration of the
(proposed) contract, and/or which limits in any substantive way, UPSRTC’s rights or the bidder's
obligations under the contract, and the acceptance of which would affect unfairly the competitive
position of other bidders presenting responsive and eligible bids at reasonable prices.
26
3- Bidders must ensure that their offers do not represent any “material deviation or reservation” from
the contract or technical specifications in order to be technically qualified and eligible to have their
price bid opened. Bids found inconsistent with the terms and conditions and/ or specifications of
this RFP document and bids containing material deviations are liable for rejection. The decision of
UPSRTC in this regard, shall be final and binding.
4- The bidders shall indicate no-deviation from the “Technical Specifications” prescribed in the RFP.
5- Any bid deviations and other factors, which are in excess of requirements of bid documents or
otherwise result in accrual of unsolicited benefits to UPSRTC, shall not be taken into account in bid
evaluation.
6- Bidder(s) shall confirm the Delivery Schedule of the buses as specified in this RFP.
7- Bidder(s) are required to indicate any deviations, on delivery basis about time period. If required
UPSRTC, may revise the delivery schedule with mutual consultation with the bidder(s) in case of the
bid of the Selected Bidder(s) consist of any deviations, which are not material deviations. UPSRTC
shall have right to accept or reject the deviation in delivery schedule as provided in the RFP
document. The revised delivery schedule, if any, shall be part of the contract that shall eventually
be signed between UPSRTC and the selected bidder(s). (“Contracted Delivery Schedule”).
8- Failure to comply with the contracted delivery schedule may attract pre-estimated liquidated
damages, risk purchase and other provisions of the contract.
9- Notwithstanding the above, in case of the causes of delay in supply of buses at any stage of the
contracted delivery schedule attributable to UPSRTC, the contracted delivery schedule shall be
amended accordingly from the immediate stage of the delivery schedule. However, if the delays are
attributed to the bidders, same shall be penalized as per the key performance indicators or any
such other penalty related to delivery schedule bus as mentioned in this RFP.

4. Scope of Work
a- UPSRTC intends to use Electric Buses for its operations for promoting clean and green shared
mobility on a Revenue Sharing Franchise Model through appointment of agency for supply,
operation and maintenance of Electric Bus Fleet. For this purpose, Request for Proposal (RFP) is
being published for inviting proposals for “Selection of Agency for Procurement, Operation and
Maintenance of 5000 Electric Buses and allied Electrical and Civil Infrastructure on Revenue
Sharing Franchise Model ” at selected depots. Buses must operate minimum 200 km on single
charge with Air conditioned on status with 80 % SOC shall run throughout the contract period,
considering traffic congestion. Daily schedule must be completed each day as per UPSRTC’s
schedules without any interruption whatsoever.
b- The Selected Bidder(s) shall establish complete charging Infrastructure including Electric
Transformer infrastructure and allied Civil Infrastructure at the depots and bus stations identified
by the UPSRTC needed if any.
c- Prospective Bidders are advised to read the RFP thoroughly as any items, provisions or stipulations
may influence his costs, revenues, and risks and hence may affect his bidding. Prospective bidders
are advised to seek any clarification in this regard, if necessary. UPSRTC shall not be liable for
omission of any scope under this project or any unforeseen expenses that the prospective bidders
might have to incur.

27
4.1 Detailed Scope of the Selected Bidder broadly includes
1- Supply of allocated buses of offered size and model. New Air-Conditioned Electric buses registered
in the state of Uttar Pradesh, in accordance with the provisions of the RFP.
2- Set up the charging infrastructure and charging stations at the locations mentioned in Annexure K.
Routes and Sites for Charging Infrastructure & Depots set forth in Annexure-K. Is tentative which
can be modified as per the requirement of UPSRTC. An approximate 10% variation can be expected
in routes, charging infrastructure spots, and vehicle allocation in depots.
3- Supply of buses in accordance with the Fleet Deployment Plan and shall at all times ensure that the
frequency is maintained as specified under the Fleet Deployment Plan (to be discussed and
finalized with the Bidder or as per the instructions of the UPSRTC from time to time). The buses
shall be operated from depots proposed and on routes specified by UPSRTC and as per applicable
law.
4- Carryout preventive and breakdown maintenance of buses.
5- Range in Single Charge- Selected Bidder(s) should understand that the range in Kilometer is highly
critical in the service operation and hence Bidder have to assure that the bus with full payload will
run for minimum KM as mentioned in technical specification annexued as Annexure L on single
charge with Air conditioned on status with 80 % SOC throughout the contract period considering
traffic congestion. To this effect they have to submit an undertaking that the battery powered
electrical buses offered in this tender will run for 200 km with 80% SOC in single charging with air-
conditioning to the occupants to be maintained at 23 degree Celsius when the outside ambient
temperature is 45 degree Celsius or less.
6- Share compulsorily the technical specification of the Electric bus offered in the tender with UPSRTC.
7- Provide required training to their drivers to equip them for operating/drive the Electric Buses at the
desired level of precision and proficiency which would include preliminary repair works in case of a
breakdown. Also, ensure that all drivers, staff and personnel engaged are provided with the
required training for behavior and hygiene aspects etc.
8- Ensure safety and security of passengers and any staff (conductor/Inspectors/other inspecting
officers of UPSRTC) travelling in the contracted buses.
9- Allow access to the contracted buses while providing bus services to public without any prejudice
or discrimination.
10- Engage and deploy trained professionals for the purposes of maintenance of the Contracted Buses
(including its spares) as well as civil and electrical infrastructure at its own cost and expense.
11- Install AIS-140 compliant devices (or any amendments to the same thereof) such as VTD, CCTV,
Panic Button so that integration with UPSRTC’s existing VTS-PIS can be achieved. The cost and
maintenance for the same shall be borne by the selected bidder(s). UPSRTC officials shall have the
right inspect the installed equipment in the contracted buses at the bus depots at any time during
normal operational hours without any notice in this regard. Buses may be subject to periodic
inspection, checking every 2 years/ or as and when required.
12- Selected Bidder(s) to provide regular reports (such as punctuality report, driver performance
report, etc.) at the end of each calendar month as directed by UPSRTC.
13- Since, the UPSRTC operation hours are round the clock i.e. 24 hours charging of buses should be
done majorly during night parking and in between trip gaps. Opportunity charging will be allowed
in between completed trips. Turnaround time in between two trips shall not be more than Two
hour.

28
14- Sub-contracting specific tasks shall be limited to operation and maintenance to experienced/
qualified subcontractors and shall be permitted based on prior approval by UPSRTC.
15- Selected Bidder(s) to set up office and after sales support facility on the Depot Sites
16- Monetization of Carbon Credit will be with UPSRTC. Selected Bidder(s) will support UPSRTC in the
procedures of Monetization of Carbon Credit and shall fulfill all necessary criteria related to carbon
credit including Geo-tagging etc.

4.2 Key Terms


1- The Selected Bidder(s) shall bear the entire capital and operational cost of the Electric bus project.
2- Selected Bidder(s)/JV/consortium partner/SPV shall have the sole ownership of the Electric buses.
3- As per term and conditions specified in RFP Assured Kilometers of per bus per day will be 200 KM.
4- No additional space will be provided by UPSRTC other than designated depots.
5- No disruption to the UPSRTC’s schedules will be allowed.
6- Passenger safety and convenience should not be compromised.
7- The Selected Bidder(s) will support the supply, operation and maintenance of the Bus including battery
charging, maintenance/replacement in all respects throughout the Agreement Period. It will make its
appropriately trained and qualified technical staff available for any solutions, challenges and fine
tuning.
8- Fleet Deployment Plan - The Deployment Plan will be shared with the Selected Bidder(s) which will
include list of Routes, frequencies, headway, number of Buses to be deployed. The Successful Bidder
shall make the Buses available at the locations mentioned in the Fleet Deployment Plan provided by
UPSRTC along with driver about 15 minutes before the scheduled turn out operation on all days.

4.3 Responsibilities of the Selected Bidder(s)


1- Inspect the Contracted Buses daily at the time of departure / sending the Contracted Buses on
schedule to ensure their cleanliness, mechanical/electrical fitness and present ability of the Contracted
Buses. If the successful bidder(s) fails to clean the buses, UPSRTC shall clean the same and the amount
for cleaning the buses with applicable taxes, will be recovered from the selected bidder(s) as per the
rate finalized by UPSRTC from time to time. Also penalties will be levied as decided by UPSRTC.
2- Provide buses in full working condition and with valid insurance for effective service operation.
3- Extend all possible cooperation to the Corporation to carry out the contract smoothly for its full period
of the contract.
4- Take full responsibility for maintenance of the Contracted Buses, including but not limited to
preventive maintenance schedule, breakdown maintenance, repair / reconditioning / replacement of
parts and aggregates, minor and major body repair including refurbishing and accident repair
whenever necessary.
5- Ensure proper up-keeping, including but not limited to washing, cleaning, denting / painting of the
contracted buses.
6- Arrange and always have valid vehicle insurance, certificate of fitness from RTO and tax paid
documents of the Contracted Buses as per applicable laws.
7- Deploy adequately trained technicians and supervisory staff to ensure quality in maintenance of the
contracted buses.
8- Keep the buses road worthy and clean as mentioned in Chapter-vii of the Motor Vehicle Act, 1988 and
Rules made there under, from time to time.
9- The Selected Bidder(s) shall be duty bound for payment of Road Tax.

29
10- The Selected Bidder(s) shall produce the vehicle for inspection at the time of deployment and also
subsequently whenever required.
11- Maintain adequate inventory of material / parts to avoid any delay in the timely maintenance of the
contracted buses.
12- Provide the contracted buses at least 30 minutes before the scheduled time for departure and to
ensure operational efficiency as mentioned under the SLA clause of the RFP.
13- Penalty will be imposed in case of any short comings in time/quality bounded operational efficiency.
14- Maintain record of all activities carried out in the workshop during the maintenance and operation of
the contracted buses.
15- Be responsible and liable for compliance with all applicable laws, including labour and local laws,
pertaining to its staff. The Selected Bidder(s) must agree to abide by any other new requirement
introduced by the Government and Corporation from time to time.
16- Provide all equipment required for charging and any related installation.
17- Accept the terms and conditions by the Corporation including service level agreement, penalty,
payment terms etc.
18- Survey of the depots to be done by Selected Bidder(s) at their own cost.
19- Maintain 95% fleet availability in every year for 365 days (i.e., the guaranteed availability) for which
the selected bidder(s) shall maintain adequate spare buses.
20- Statutory Compliance: The Selected Bidder(s) shall obtain himself, at his own expense, all the latest
Specifications required for design, manufacture, and provide Buses in accordance with contract terms.
The Selected Bidder(s) shall be required to comply with all the provisions of the Central Motor Vehicle
Act 1989 (CMVR), Motor Vehicle Rules 1988 (MVA) and KMV Rules 1989, AIS:052 & AIS: 153 Bus body
code and AIS:140 along with all amendments therein and other Statutory and legal requirement as
applicable on the date of delivery / registration of Buses.
21- Colour Scheme: The Colour shade for interior and exterior, logo, graphics, information details etc. must
be confirmed from UPSRTC. The same shall be incorporated in the painting scheme on prototype bus
and shall be approved by UPSRTC.
22- Demonstration/Proto Inspection of Bus: The Selected Bidder(s) has to arrange the demonstration of a
fully built bus with all facilities as mentioned in the tender before the officers of UPSRTC to ascertain
its conformability to specifications features, facilities, dimensions etc.
23- Exact distribution and allotment area of business operation to selected bidder(s).
24- Universal Charger for charging electric buses to be provided by the bidder(s). As and when technology
changes Operator has to upgrade to the latest technologies so as to meet the industry standards
towards interoperability of chargers.

4.4 Prototype Inspection and Supply


1- Selected Bidder(s) shall produce a Prototype Bus for the approval of the UPSRTC prior to procurement
of Buses.
2- The Selected Bidder(s) shall, on the date of signing of agreement, provide to the UPSRTC copies of the
Designs and Drawings of the Prototypes as well as charging infrastructure at Depots. The Selected
Bidder(s) shall also share homologation certificate and any propriety information forming part of
Designs and Drawings of the Prototype.
3- The UPSRTC shall depute a team of experts for undertaking a review of the Designs and Drawings and
for submitting a report (the “Design Report”) to the UPSRTC within 15 (fifteen) days from the date of
receiving the Designs and Drawings. The UPSRTC shall review and/or comment on the same.

30
4- Pursuant to the Design Report or otherwise, the selected bidder(s) shall carry out such modifications in
the designs as may be necessary for conforming with the Specifications and Standards.
5- The Selected Bidder(s) shall submit Bus specifications as per format asked. It shall also provide Bus
Type Approval certificate of offered model, from authorized test agencies as per CMVR Rule 126 from
Institutions such as Automotive Research Association of India (ARAI), Central Institute of Road
Transport (CIRT) etc. at the time of prototype inspection. Additionally, it shall also provide any
certification that it has obtained for its vehicles or parts tested at reputed institutes like CIRT or ARAI
or any other Govt. recognized/reputed Institute/Laboratory.
6- The supply of Buses by selected bidder(s) shall be subject to prototype approval by the team
authorized by UPSRTC. A team authorized by UPSRTC will visit Bus manufacturing site to inspect
standard of facility as per the schedule of Inspection and Delivery at the cost of the selected bidder(s),
and may reject the buses if found defective and workmanship is not found satisfactory, in which case
the remedial work shall be immediately made and ensure re-inspection of the same. All inspection of
buses/ proto inspection charges and related expenses shall be borne by the selected bidder(s).
Prototype inspection of the buses to be carried out before the delivery of first lot. There is no need to
carry out inspection of each and every bus by third party.
7- The Selected Bidder(s) shall, no later than Four months from the Date of LoA/WO produce a Prototype
and demonstrate to the UPSRTC, tests and trials to be conducted in accordance.
4.5 Quality Assurance
1- OEM shall submit all designs and drawings of buses with specification for review to UPSRTC.
2- Completed bus shall be subjected to water leakage test conforming to BIS: 11865-1986 or latest.
3- The inflammable items used in the bus shall be tested as per IS: 15061 and all type of fuses shall be
tested as per AIS 028 up to 25 Amp and fuses of higher ratings as per relevant standard.

4.6 Driver Criteria and Responsibility of Selected Bidder


1- Provide the bus with driver possessing valid driving license with P.S.V. badge, Certificate of medical
fitness from the competent UPSRTC and the driver must fulfill all the criteria and standards
required for the post of Drivers. The driver shall follow the instructions of the authorities of the
UPSRTC.
2- Provide the copy of service agreement of at least 1 year period, signed between the selected
Bidder(s)/sub-contractor and the driver.
3- The driver (with valid driving license) will go through driving test. The Driving test will be
conducted at respective depot of UPSRTC. If necessary, the driver shall undergo medical
examination by Government Medical Officer. Only successful driver will be deployed on the buses
to be given to Corporation on Lease basis. Expenditure of the driving test of the driver will have to
be borne by the selected bidder(s). The driver must fulfill the norms for driving prescribed by
UPSRTC.
4- Ensure that the driver maintains close co-ordination with the conductor, provide facilities to the
passengers and ensure that the passengers are not put to any inconvenience. The driver shall
behave politely with public and passengers, and also with the UPSRTC staff.
5- Shall not employ a person as a driver for operating a bus on lease basis that has been removed or
dismissed from UPSRTC or any other Public Undertaking. Also, the driver must be of the age less
than 60 years. Drivers who have attained the age of 60 during the contract period will not be
allowed to drive. Bidder has to maintain age record for all its employees, (along with valid age proof
issued by GoI), failing which strict action might be taken including termination of contract.
31
6- Provide uniform to the driver as prescribed by UPSRTC. The driver shall also be provided with an
identity card with photo attested by the Bidder and UPSRTC. The Bidder shall furnish photocopy of
the driving licenses of the driver UPSRTC.
7- Bear the cost of the driver including his wages, daily allowance and meet all other statutory
obligations such as P.F., E.S.I., etc., similarly hours of work as Motor Transport Worker's Act, 1961
and any other applicable laws in this respect.
8- The driver shall scrupulously follow the Instructions issued by UPSRTC. As and when the UPSRTC
finds behavior and conduct of the driver questionable, upon the notice, the Bidder of hired buses
shall replace such a driver within a period of 2 days of notice, thereafter, the bus assigned to that
driver shall be liable to be discontinued without prior notice and no Lease charges will be payable
to Selected Bidder(s) and penalty levied as per SLAs will be recovered from the Bidder.

9- Abide by all statutory provisions including those made under various labour enactments and
defend the driver in Criminal and / or Civil Court in any Criminal / Civil liability arising out of any
action of Court on the part of the driver except case of overloading.
10- The Selected Bidder employee (driver) will work under the administrative control of the officers of
UPSRTC and as per schedules prescribed by UPSRTC.

4.7 Accidents and Insurance


1- The Selected Bidder(s) shall be responsible for damage or loss caused to the hired bus during the
period of agitation, accident, etc. Under no circumstances UPSRTC should be made liable or
responsible to any compensation to be awarded by Motor Accident Claim Tribunals or Courts.
2- The Selected Bidder(s) shall ensure the insurance of covering third party risk, passenger & other
property damage including bus, immediate relief to the deceased , injured passengers will be given as
per UPSRTC'S rules . The Insurance should be renewed in time. Under no circumstances shall UPSRTC
be made liable or responsible to any compensation to be awarded by motor accident tribunal or court.
The Selected Bidder(s) must ensure that the insurance policy is in force. Further, without prejudice to
above, the Selected Bidder(s) shall Indemnify the UPSRTC for all accident compensation claims if
lodged against UPSRTC. Non coverage of vehicle, passengers and third-party comprehensive insurance
entails in termination of agreement. The driver of the bus/Selected Bidder(s)’ Representative to which
accident has occurred, should make necessary arrangements for hospitalization of the injured
passengers. The Selected Bidder(s)/its representative shall immediately attend the accident spot and
complete all legal formalities along with hospitalization of the injured passengers or any other injured
persons due to accident. The driver and the Selected Bidder(s) should immediately contact to the
nearest Depot Manager and report him about the incidence.
3- As per the UPSRTC procedure, the spot payment as an immediate relief to the injured or relatives of
deceased Valid Bus passengers is required to be made. It should be paid by the Selected Bidder(s). In
case due to urgency if the payment is made by the Corporation, the same will be recovered from the
Selected Bidder(s) from bills and/or security deposit. All other claims including medical charges,
payable under the Motor Vehicle Act/ Rules and accident claims shall be paid by the Selected Bidder(s).
32
The Corporation shall under no circumstances be made liable or responsible to pay compensation that
may be awarded by Motor Accident Claims Tribunal or Tribunal in respect of accidents. Free passes
may be provided to the victims of the accidents by UPSRTC as per the existing UPSRTC rule. The
Selected Bidder(s) will have to submit the status report of the accident to the concerned Divisional
Controller and to the General Manager (Traffic).

4.8 Handover of Parking Space and Bus Depot Space


1- For the purposes of maintenance, cleaning and parking of Buses, UPSRTC shall provide parking space /
plots adjacent to depots / part of the plots inside depots (as deemed fit).
2- Selected bidder(s) shall only have a limited right of way and right to use the parking space/plots, in the
manner authorized by UPSRTC.
3- Selected Bidder(s) shall at his own cost and expenses bring any such moveable equipment and/or
machinery and appoint skilled personnel and supervisor for regular upkeep, maintenance, cleaning
and safekeeping of the buses.
4- Notwithstanding the foregoing, the selected bidder(s) shall be obligated to allow the buses of UPSRTC,
from time to time, to share infrastructure provided.

5- Any immovable infrastructure which is constructed by the selected bidder(s) on the plots allocated by
UPSRTC, the selected bidder shall remove the same without damaging the plots and handover the plot
in original condition at the time of termination/completion of the contract unless if otherwise so
directed and advised in writing by UPSRTC. Further the Successful Bidder shall forthwith on
termination/ completion of contract remove its employees from the said plot, parking spaces. (All the
movable assets like buses, chargers, tools and equipments needed for maintenance and repair, etc.
shall become the property of selected bidder(s) post completion of Contract.)
6- UPSRTC will have free access to the parking space/ plots adjacent to depots / part of the plots inside
depots at all times to inspect and to investigate any matter within their UPSRTC, and upon reasonable
notice, the selected bidder(s) shall provide to such persons reasonable assistance necessary to carry
out their respective duties and functions.
7- The selected bidder shall not have any right to display advertisement in the plots, parking spaces or
any part thereof.
8- The selected bidder(s) shall at its own cost and expense maintain the area of the parking space/ plots
adjacent to depots / part of the plots inside depots provided to it under the terms of the Agreement
and the terms contained therein in good working condition; Not cause any damage in the area of the
plots, parking space provided to it under the terms of the agreement and the terms contained herein
or do any act which will in any way be prejudicial to the rights of UPSRTC Undertaking or other
users/occupants of the same.
9- The selected bidder(s) shall not sublicense or sublet the whole or any part of parking space/ plots
adjacent to depots / terminals as handed over by UPSRTC.
10- Parking of buses: UPSRTC will provide parking facilities for the Successful Bidder on following terms
and conditions:
a. The Selected Bidder shall be required to park all the respective buses at their own risk on UPSRTC’s
allotted plot as given herein.
b. Open parking space for parking of the buses and Space of installation of charger and charging
infrastructure at mentioned locations in Annexure K

33
c. Utilities will be provided like Pits, cleaning & washing of buses at the depot sites (on sharing basis),
Chassis washing ramp (on sharing basis. repair bay if available at allocated depot
d. The Selected Bidder shall also be responsible for proper, peaceful and clean upkeep of the parking yard
and also for the periodic maintenance of the yard surface allotted to it and shall ensure that adjoining
areas are not littered by it or its employees.
e. The spaces allocated are to be exclusively used for parking and maintenance Buses only, which are the
subject matter of the Tender/Agreement.
f. It shall be the responsibility of the Selected Bidder to make its own security arrangement for the Buses
parked on the said yard.
g. The allotted parking area should be exclusively used for Buses in operation. If any old or
nonoperatable vehicle/Bus is parked for more than 15 days from the date of its non-operation, the
Selected Bidder shall be called to remove the said vehicles from the parking area.
h. If the Contract is terminated for any reason, the Buses shall not be allowed for parking on the said plot,
after termination.
i. If the Contract is terminated for any reason except on completion of contract period, any immovable
infrastructure which is constructed by the Selected Bidder at the plots, successful bidder should
remove the same (without damage to the plot)and handover the plot in original condition.

4.9 Civil and Electrical Instructure


1- The site for the Maintenance Depots shall comprise spaces allocated in the Depots as described in
(Annexure-K) and in respect of which Right of Way shall be provided and granted by the UPSRTC to the
Selected Bidder(s) as a licensee under and in accordance with RFP. For the avoidance of doubt, it is
hereby acknowledged and agreed that references to the site shall be construed as references to the
Civil and Electrical Infrastructure, if required for the Maintenance Depots [Civil and Electrical
Infrastructure Development, if required shall be for the sole purpose of project execution and shall not
include commercialization of developed property either by self or through outsourcing via third-party
vendors]. The site for charging stations is mentioned in (Annexure-K)
2- The Selected Bidder(s) shall be responsible for maintenance of the buses and charging infrastructure in
order to keep them in good working condition and to ensure safety of the passengers. The expenditure
relating to maintenance and upkeep of the bus charging infrastructure and operational cost to be
borne by the bidder.
3- Land for Charging, parking and Bus Maintenance Spaces will be provided at depots which can be
increased as required. UPSRTC will make power supply line available at designated depots as required.
4- Selected Bidder(s) to pay electricity bill from the date of installation of power supply line at respective
depots.
5- Selected Bidder(s) will arrange for site level distribution of power to its charging points along with
related equipment and infrastructure for charging including any civil and other ancillary work required
for parking, charging and maintenance.
6- The decision on number of chargers to be provided is left to the agency according to his solution.
Information regarding Electricity Rates applicable may be obtained directly from Uttar Pradesh State
Electricity Board or other relevant electricity distribution company of the respective regions of
operations. Bidder(s) will present the best solution in terms of bus, capacity of batteries, charging
infrastructure required, charging time etc. looking to the operational requirements of the UPSRTC.
7- Selected Bidder(s) to develop Charging infrastructure including Supply, Installation, and Maintenance
of Transformers and all Necessary Electrical systems, sub-systems, accessories and parts as required

34
for charging Infrastructure. Provide Chargers and maintain complete charging infrastructure including
civil infrastructure for undertaking preventive and breakdown maintenance.
8-
(a). No of Charging stations to be constructed at each depot shall be mutually decided and shall be in
proportion to the number of buses supplied. Multiple buses should have the provisions to be charged
simultaneously so that they can run timely as per UPSRTC schedules.
b. Bidder can opt Solar based, generator based, main line connection or any other source of electric
supply / generation.
9- Electricity charges for charging of Buses shall be borne by the Selected Bidder(s). One separate meter
for electricity consumption at each depot shall be provided by UPSRTC and maintained by the Selected
Bidder(s). The cost of setting of upstream infrastructure i.e. electrical connection of requisite power
load will be borne by UPSRTC. Selected Bidder should pay electricity charges as and when they fall due
on or before the due date.
10- Water connection with separate meter will be provided by UPSRTC subject to availability and the
Selected Bidder shall have to bear water charges. UPSRTC whenever possible may provide water for
which the Selected Bidder shall bear the water bills. In case if there is a water shortage and it is not
possible for UPSRTC to provide sufficient quantity of water for the purpose, it shall be the
responsibility of the Selected Bidder to arrange for water at his own cost.
11- After completion of Contract Period, the electrical infrastructure established at various depots for
charging of Electric Buses such as Transformers, Necessary Electrical systems, subsystems etc. will
become the property of the UPSRTCsolely for its further usage.
12- Selected Bidder(s) will not have any rights on the infrastructure after completion of Contract Period.
Similarly, all the Civil Infrastructure established will also become the property of the UPSRTC solely for
its further usage and the agency will not have any rights on civil Infrastructure. The ownership of the
civil and electrical infrastructure except mantioned in clause 5 section 4.8 created at depots shall suo
moto get transferred to the UPSRTC. Selected Bidder(s) shall handover all the above facilities at the
end of the contract period, unless or otherwise specified. In case UPSRTC asks to dismantle the all the
immovable constructions be it civil or electrical, at the end of contract period/termination, the
selected bidder(s) shall do so at its own cost.
13- For fulfillment of the project, if the project demands constructions, then for such constructions prior
approval needs to be taken by the Selected Bidder from UPSRTC and the expenses related to such
constructions will be borne by the Selected Bidder.

4.10 Statutory Requirement


1- Bus design shall meet all statutory requirements in respect of each and every item of the bus. OEM
shall obtain type approval certificates etc. for bus & any other items from testing agencies authorized
under CMVR.
2- While registering every bus, Vehicle manufacturers & UPSRTC shall jointly examine the bus prior to
registration. The registration of such a vehicle would be done only after signing the report jointly by all
concerned along with the UPSRTC.
3- The Selected Bidder(s) shall note that the buses manufactured and supplied to UPSRTC shall contain
zero defects. In case any defects/ deficiencies/ discrepancies are brought to the notice of the bus
manufacturer during inspection, the same shall be immediately removed before delivery clearance is
given by UPSRTC.

35
4- The supplier shall be solely responsible for any mishap arising out of supply of defective buses and
shall be liable for levy of damages/ compensation for the damages caused and the same shall be
recovered from the outstanding payments/ performance security etc.
5- Supplier shall submit detailed specs of offered bus against each item / parameter, ensuring that
offered bus specs fulfill and or exceed all requirements as mentioned in RFP.

4.11 Responsibilities of UPSRTC


1- Provide input electricity suitable power supply line available at designated depots) and water
connection at Depot locations, wherever available and feasible;
2- Provide routes, frequency and schedules of the Bus as a part of the fleet deployment plan throughout
the Validity of the Total Contract Period. UPSRTC will have the rights to determine the routes and
schedules.
3- Provide operational and traffic schedule
4- Finalize paint scheme / graphics of the contracted buses along with branding of fleet, if considered
necessary.
5- Make requisite inspection of the quality, paint graphics and optional fitment as instructed by UPSRTC
of the Contracted Buses before dispatch, if considered necessary.
6- UPSRTC will facilitate the requisite permits and to finalize proper fleet management / scheduling of the
Contracted Buses the expenses related to this will be borne by bidders.
7- Execute Depot License Agreement along with Signing of Contract.
8- Deploy conductor for revenue collection and wherever the services of conductor are necessary for
booking will be provided with tickets and other conductor's required equipment. In case of conductor
less operation, Booking Clerk will be provided for collection of fare and luggage charges at different
destinations. Neither Operator nor his driver shall have any claim on fare and luggage charges, or any
amount charged to the passenger.
9- Service provider can provide the conductor on bus as per terms and conditions decided by UPSRTC.
Rebate of Rupees Rs 2.50 per KM PR in accepted Administrative charges will be given to service
provider. Rebate of Rs 2.50 will remain same for next two years. Escalation of 5% per year, in Rebate of
Rs 2.50 , will be given from third year.
10- Monitor the revenue collection and take necessary remedial actions to enhance the revenue. It shall
be the prime responsibility of the Corporation to make all possible efforts to have the best financial
viability of the Contracted Buses.
11- Provide tickets and all necessary stationery required for service operation.
12- Pay all taxes and levies applicable from time to time which is collected from the passengers. But this
does not include the taxes viz. valid vehicle insurance, certificate of fitness from RTO and road tax etc.
13- Detail of Present Fare rate is being annexed as Annexure J .
14- Issue operating instructions and any other advisory instructions from time to time to Operator.

4.12 Breakdown of Buses


In the event of a Breakdown of a Bus:
1- The Selected Bidder(s) shall notify the UPSRTC of the Breakdown in writing;
2- The Selected Bidder(s) shall, as soon as practicable after receiving notice of the Breakdown from the
UPSRTC, either replace the Bus or return the Bus to operating condition; and

36
3- The Selected Bidder(s) shall have the Bus inspected by a suitably qualified mechanic to determine
whether a Breakdown has occurred.
I. If a Breakdown occurs and the Bus is not repaired or replaced within seven days after the bidder
receives notice of the Breakdown from the UPSRTC, the bidder shall be liable for any direct losses
suffered by the UPSRTC as a result of the Breakdown, including the revenue cost for the period
between the time the Breakdown occurs and the time the Bus is replaced or returned to
operating condition.
4- The Selected Bidder(s) will be liable to penalties related to Breakdown as specified in this RFP.

4.13 Operation and Maintenance


1- Selected Bidder(s) shall be responsible for maintenance of the buses and charging infrastructure in
order to keep them in good working condition and to ensure safety of the passengers. The expenditure
relating to maintenance and upkeep of the bus, charging infrastructure and operational cost such as
tires, spares, wages of drivers appointed by bidder, cleaners etc., to be borne by the bidder.
2- Selected Bidder(s) shall engage and deploy trained professionals for the purposes of maintenance of
the Contracted Buses at its own cost and expense. Selected Bidder(s) should maintain the
infrastructure and manpower required for the maintenance of the buses at their own cost.
3- Selected Bidder(s) shall provide support and maintenance plan, and monthly maintenance checklist.
4- Scheduled maintenance should be Time bound (Bi-Monthly, Forty-Five days, Half-yearly, Biennial and
Periodic).
5- It will be the responsibility of Selected Bidder(s) to maintain the battery conditions for each bus for
smooth UPSRTC operations and operate the daily assured kilometer without any hindrance throughout
the contract period. In case Selected Bidder(s) fails to maintain battery condition to fulfil the range of
operation throughout the contract period, then UPSRTC may invoke termination clause.

6- All electric buses shall have to be mandatorily refurbished post completion of six years of operation.
7- If any parts, repairs or maintenance are required for a Bus due to a negligent act or omission of the
Selected Bidder(s) or the Operator, the selected bidder(s) shall provide the necessary parts, repairs or
maintenance at its cost, as soon as practicable after it is notified of the need for the parts, repairs or
maintenance.
8- The Operator shall ensure proper up-keep, especially in passenger point of view, including but not
limited to washing, cleaning, working/proper condition all aggregates like seats, ACs, Destination
boards, cameras, replacement of broken glasses, curtains etc., body condition, denting / painting of
the Contracted e-buses.
9- The Selected Bidder(s) has to achieve SLA as specified in RFP, failing which appropriate penalty will be
levied.
4.14 Guarantee / Warranty Period
1- Bidder shall provide vehicle warranty (all bus components including battery, charging cords, charging
infrastructure).
2- The Bidder warrants that the Buses shall:
a. Be in accordance with any description of the Buses in the Lease agreement;
b. Comply with all Industry Standards and Legal Requirements
c. Be suitable in all respects for the purpose for which equipment of the same kind are commonly
supplied, and any other purpose specified in the Lease;
d. Be of merchantable quality and free from any defect;
e. By supplied to the Lessee with all of the things required by the Lease;

37
3- Selected Bidder(s) shall attend to all failures of any parts, by replacement/ repair of the defective parts
(hardware/ software) free of cost to the required location during the guarantee / warranty period.
4- In the event of any defect or deficiency being noticed in the functions of the system, which is
attributable to the defective materials, design or workmanship, during the guarantee/warranty period,
the selected bidder(s) shall make good the same at his cost.
5- A copy of necessary 'Operation and Maintenance Manual', 'Spare Parts Catalogue', trouble-shooting
guide etc. should be supplied to all depots along with the system at no extra cost.
6- Selected Bidder(s) shall give unconditional Guarantee for Operation of Minimum KM as mentioned in
technical specification annexued as Annexure-L with 80% SOC in a single charge. Further all defunct parts
such as all bus components including battery, charging cords, charging infrastructure etc. shall have to be
replaced/repaired in order to provide uninterrupted service and guaranteed operational kilometers as
mentioned in the RFP.

4.15 Project Timelines


The expected time frame for completion of prototype inspection shall be 3 months from date of
signing of agreement. Delivery of Electric buses should be completed as per agreed deployment plan.
Table 1: Bus Delivery Schedule
Sr. Type of Bus Quantity Prototype Delivery of Buses
Number Inspection
1. All type of Buses As per Allocation Within 3 months from the As per agreed Fleet
date of signing of contract.
Deployment Plan.

1- The final delivery figure shall be discussed with selected bidders based on actual allocation.
2- After delivery of allotted buses, Selected Bidder(s) shall operate and maintain the buses for the entire
contact period.
3- Bus submission for prototype inspection shall have to be done by Selected Bidder(s) within 4 months
from the date of acceptance of signing agreement failing which penalty of INR 1,000 per day per bus
will be levied for next 1 (one) month. After 1 (one) month of grace period, the contract may be
terminated, and security deposit of the selected bidder will be forfeited. Any grace period, if given
in days/months shall accordingly shift the delivery schedule by proportionate days/months. Penalty
levied for failure of submission of prototype will be recovered from security deposit submitted, which
shall not exceed 10% (ten per cent) of the Performance Security. In such case the selected bidder will
have to recoup the security deposit amount within 10 days.
4- At the end of the additional delivery period, outstanding quantity of vehicles shall not be accepted by
UPSRTC, and the contract shall carry on with the quantity of buses supplied during the timeframe
including the additional timeline provided for supply of buses.
5- For any location the charging infrastructure shall be developed by the successful bidder three months
before delivery of buses at respective depots/locations. UPSRTC shall discuss, finalize and prioritize the
delivery schedule depot wise. In case of delay in providing electricity connection, proportionate
increase in timeline shall be given to the selected bidder(s) for supply of buses.

Note:

• That exact number and allocation of buses shall be discussed and finalized with the Selected Bidder(s)
• UPSRTC reserves the right to reject the Buses as provided by the Selected Bidder(s) if they do not

38
match the specifications as stated herein. In such a case, the Selected Bidder(s) will have to provide a
satisfactory replacement / change for the same at no extra cost to UPSRTC.

KM GUARANTEE AND PAYMENT TO SERVICE PROVIDER :

Payment will be made fortnightly. Service provider will submit the bill fortnightly and payment shall be
made preferably within 7 days after submission of bill by service provider.

1- Formula for calculating guaranteed Km. per day = Total Km. operated in fortnight /Number of Days for
which bus is provided by service provider with driver at 30 minutes before schedule time.
2- Payment to the service provider will be made at the rate calculated on income earned per KM after
deducting Additional Tax, all cesses and Administrative Charge as quoted by successful bidder.
3- In case load factor earned is more than 70 % in fortnight, extra income in excess of 70 % load factor will
be charged in ratio of 50-50 % between service provider and UPSRTC.
4- If the Bus is operated for less than average 200 Kms per day in a fortnight due to the reasons relatable
to the service provider, the payment for actual Kms. run, will be made @ income earned per km. In
other cases, if the bus is operated for 200 Kms or more per day during the fortnight the payment shall
be made for actual kms per day @ income earned per km during the fortnight.
If the bus is not operated due to the reasons relatable to the UPSRTC, the guaranteed payment
for 200 kms per day for the fortnight @ Assured Payment Per km. for 200 km per day will be made to
the service provider.
Km guarantee will not be given for curtailment due to break down or due to lack of battery
charging, any technical defect or due to driver and any other reason for which service provider is
responsible.

Assured Payment Per km. will be calculated as follows:-


Assured Payment Per km= annual depreciation value of bus / 200/365
Note- Rate of annual depreciation value is 20 % of Bus Cost
Bus cost means - cost of Bus any subsidy given to bidder. Cost of charging infrastructure and any other
cost related to charging will not be included in cost of bus.
Daily assured Km. = 200

1- Non operation of bus due to blockade of the road because of any reason, non operation during Holi
Color festival, Kavar Yatra, strike of UPSRTC employees, political rally or any andolan or condition of
force majeure (clause 5.12.16) will not be considered for calculation of Km guarantee.
2- Operation Schedule of the bus may be more than 350 km per day per bus.
3- In case of electrical supply failure the service provider has to make alternate arrangement.
4- Service provider will have to install opportunity Charging stations at required places on his own cost.
4.16 Payment Terms

1- No advance payment shall be made.


2- The Selected Bidder(s) request for payment shall be made to UPSRTC by raising an invoice
describing the Services performed, and upon fulfilment of other obligations under the contract.
3- The Selected Bidder(s) shall submit the invoices, of previous month, on the first day of every
month. UPSRTC (UPSRTC, Headquarter) will release 90% of payment within 7 (seven) working days

39
and remaining 10 % will be released within [15 (fifteen) working days] from the date of submission
of invoice after thorough scrutiny of bills and deductions of penalty, if any. All payments shall be
made by the UPSRTC to the Operator after making applicable tax deductions at source under
Applicable Law.
4- The selected bidder shall maintain records of its operations (day, route, time of departure, vehicle
no, trip code, from and to, kms travelled etc.), maintenance (for e.g. frequency, type of
maintenance, tenure of maintenance etc.) and billing details (SLAs, penalties etc.). Any change or
fraudulent activity, if noticed, by UPSRTC including manipulation of data may result into serious
action being taken against respective selected bidder(s) including termination and blacklisting. The
record for each billing cycle should be made available to UPSRTC in the format desired by UPSRTC
such as XLS, PDF etc. A login for the application shall be created for Traffic Department to check
operation details. Each vehicle supplied should be listed on the application and mapped/tagged to
respective depots of operation.
5- Payment shall be made in Indian Rupees by Cheque drawn on Scheduled commercial bank / RTGS
in the name of Selected Bidder (as per the norms of RBI guidelines) .
6- No payment will be made to third parties.

4.17 Revision of Fee

Revision of administrative charges at the time of fare revision as decided by UPSRTC.

4.18 Advertisement on the Buses

Subject to Applicable Law, the UPSRTC may display advertisements on the Buses and at the Maintenance
Depot. Rights of Advertisement shall be reserved with UPSRTC however:- The advertisements on the Buses
and Maintenance Depot in accordance with any instructions issued by the UPSRTC in regard thereto, and
provisions of Applicable Laws. Any revenue generated through advertisement in Maintenance depot shall
exclusively remain with UPSRTC and any revenue generated through advertisement on buses shall be
shared equally between upsrtc and service provider.

4.19 Service Level Agreement (SLAs)

1- The selected bidder(s) of vehicle manufacturer shall supply, operate and maintain allocated
number of Electric Buses for Intercity Bus Operations of Corporation. The agency must provide the
road worthy buses to the Corporation in stipulated time failing which the penalty will be imposed
by the Corporation. The penalty amount shall be equivalent to the daily schedule Km multiplied
administrative charges.
2- After one month, UPSRTC reserves the right to cancel the order and terminate the contract and
recoveries, if any, will be made from Selected Bidder’s Performance Security.
3- Penalty amount will be deducted from the bills payable to vendor or Performance Security or both.
4- If the amount is deducted from the Performance Security, the Selected Bidder(s) will have to
recoup the amount so recovered within 10 days.

40
5- The discretion to waive the penalty, if informed and found justifiable, will be with Managining
Director , UPSRTC.
6- The following Key Performance Indicators shall be used to monitor the performance of the Service
Provider daily basis which would to aggregated to the total performance in a month.

Table 2: SLA
Sl. Operational parameter Norm / Standard Penalty / remarks, if any
No
1- Failure to supply buses
The selected bidder(s) has to supply allocated
buses with the period mentioned below from
the date of proto type inspection-:
No of Stipulated supply time line
allocated after prototype approved
Buses

41
0-10 60 days of allocated no
11-100 Min. 25 % in every 60 days
101- 500 Min. 20 % in every 90 days
501- 1000 Min. 15 % in every 90 days
1000-2500 Min. 10 % in every 90 days
2501- 5000 Min. 08 % in every 90 days
Failing which it shall be considered breach
of contract and UPSRTC may terminate the
contract and penalty of Rs. 1,000/- per bus per
day will be levied for delay in delivery of buses.
2- Break- down of NIL (Zero) Penalty INR 1,000 for every break down.
Contracted Buses Breakdown means the mechanical failure of a
calculated in terms of bus and that prevents the bus from being
number of break downs operation or impedes the operation so much
that it is impossible or dangerous to operate.
Further, there will be no payment for the
cancelled kilometers and assured kilometer will
not be applicable for that particular bus on
particular day.
3- Non- availability of 95 % availability The Penalty INR 5,000 per bus per day.
buses in accordance
with the Fleet
Deployment Plan at all
times
4- Punctuality Punctuality to be In case the Operator fails to make the bus
calculated on a available before the scheduled time, but
day-to day basis. provides the bus after 30 minutes i.e. after the
schedule time, the Corporation shall levy a
penalty of Rs.500/-

In case the bus is made available after the


scheduled departure i.e., after 60 minutes for
single trip then it will be sole discretion of the
depot manager to send the bus for the trip and
impose penalty of INR 1000
In case the bus is made available after the
scheduled departure i.e., after 60 minutes it
will be considered as non – availability of bus
i.e., penalty levied will be INR 5,000 per bus per
day.
For delay in trips due to any unforeseen
circumstances which are beyond the control of
the operator, no penalty shall be levied.
5- Unauthorized Halt NIL (Zero) cases In case buses stop at the unauthorized stops
then INR 1000 will be fined per case.
6- Functioning of all UPSRTC will have In all cases of minor defects (non-functioning of
necessary equipment of the right to charging points, PIS Boards, ITS equipment
the Contracted Buses at inspect the broken passenger seats etc.) where the
the time of departure Contracted Buses UPSRTC considered it appropriate to send the
from the workshop. at the time of bus on schedule, the penalty shall be INR 1000
departure from per bus (even for one or more shortcoming)

42
the workshop or shall be levied.
bus stand to
ensure
cleanliness-inside
& outside, proper
functioning of ITS
equipment, PIS
board, door
functioning for
safety purpose,
functioning of
wiping system
and lightings etc.
7- Air Conditioning unit NIL (Zero) If the air-conditioned fails to operate during
fails during the trip the trip then the operator will replace the bus
and the event will be considered as
Breakdown.
8- Efficiency 100 % efficiency Operation of buses as per specification and
(A minimum conditions mentioned in the RFP. In case of
assured distance default or non-adherence, .i.e. for distances
of 200 km to be travelled less than 200 km on a single charge, it
travelled in a will be considered as break down.
single charge)
9- Driver negligence Includes any form The Penalty of INR 1,000 per driver per day
of negligence on shall be levied for every incident of negligence
the part of the
driver such as Drunken driving will lead to termination of
without license, driver.This is responsibility of selected bidder
not following to terminate and inform UPSRTC in such cases.
directions of
UPSRTC officials,
non stopping for
bidding
passengers, not in
uniform while on
duty etc.
10- Any damage to No damage to the All expenses at actuals arising out of such
infrastructure belonging Infrastructure like occurrences shall be borne by the operator.
to the UPSRTC. buildings, railing,
street light, bus
stop, terminals,
parking places
etc.
 If the penalty for any three consecutive months is greater than or equal to 3% of monthly billing
amount, the penalty shall be capped at 3% of the monthly billing amount and the penalty slab will
change to 5% of the monthly billing amount. However, for penalties less than 5% of total billing
amount, penalties will be paid as per actuals. The selected bidder(s) need to ensure penalties less than
3% of the monthly billing amount for three consecutive months to fall back into the previous 3% slab
bracket. (3% of total billing amount)

43
• UPSRTC would have right to invoke termination of the contract if the penalty applicable consistently
remains greater than equal to 5% of the monthly billing amount for three (3) consecutive months.

 There shall be no capping of penalty amount for failure to supply buses. It shall be over and above the
monthly capping (of billed amount).
 No operational penalty shall be imposed on the successful bidder(s) for a period of 1 (one) month from
the date of delivery of first bus.
 Further, reconciliation of above-mentioned SLA parameters will be done at the end of every year as
per the mentioned norms/standards.

4.20 Handling of Bidder Grievances/Dispute Resolution

1- To look after the grievances of the Bidder, UPSRTC shall form a two-tier Committee comprising of:
 Tier 1 Committee- RM, SM, ARM(F)/AAO, ARM (Depot).
 Tier 2 Committee- AMD, CGM (T), CGM (O), FC.
2- All grievances, clarifications shall be addressed to Tier 1 Committee first. In case of no satisfactory
resolution, it shall be passed on to Tier 2 Committee.
3- In case no satisfactory resolution is received by the Selected Bidder(s) through the two-Tier
Committee, the matter shall be taken up with MD, UPSRTC. The decision of MD, UPSRTC in this regard
shall be final and binding.

4.21 Exit Management

1- Exit Management process will be initiated 6 months before the ending of the project contract. In order
to align both the parties on transition modalities, the Bidder will submit a detailed Exit Management
Plan before 6 months of the ending date of the contract. Exit Management Plan will include following
but not limited to:
2-
(i)Handover of all Civil Infrastructure to UPSRTC in working conditions.
(ii) Handover of depot space created for maintenance activities.
(iii) Ensuring proper working conditions of all Electrical and Plumbing Fixtures across depots allocated
to the Selected Bidder(s).

5. General Conditions of Contract


5.1 General Guidelines
1- The system of recording, measurements and payments will be based on the UPSRTC in vogue.
2- It is presumed that the Bidder has carefully studied standard, specification of the individual items and
all condition before estimated rates are quoted by him.
3- Special provisions in the detailed specifications or wording of any item shall give precedence over the
corresponding contract provisions, if any. In case of any contradictions in the specifications, the
interpretation and decision of the MD, UPSRTC shall be final and binding.

44
4- If the Bidder has any doubts, whatsoever, as to the contents of the contract he is deemed to have in
good time i.e. before submitting his tender, get his doubts clarified authoritatively from the Contact
Person in writing. Once the tender is submitted by Bidder, the matter will be decided according to the
tender stipulations.
5- No extra claims shall be accepted as regards specifications, infrastructure, royalties etc.

Additional terms and condition (Prioroty to Manufacturer of UP)

1- Those bidders, who will supply Electric Buses Manufacturer/Assemble in State of Uttar Pradesh will
be given priority as detailed below.
a) Will be given additional One month time of supply the EV from the date of satisfactory prototype
inspection
b) Will be given discount of 10 Paise per Km. on accepted Administrative charges till 24 months from
supply of Electric Bus.

5.2 Key Performance Measurements

1- Unless specified by the UPSRTC to the bidder, it shall implement the infrastructure, perform the
Services and carry out the Scope of Work in accordance with the terms of this Contract, Scope of Work
and the Service Specifications as laid down under Service Level Agreement.
2- The UPSRTC reserves the right to amend any of the terms and conditions in relation to the Contract /
Services and may issue any such directions which are not necessarily stipulated therein if it deems
necessary for the fulfillment of the scope of work.

5.3 Commencement & Progress


The Selected Bidder(s) shall commence the performance of its obligations in a manner as specified in the
Scope of Work.
1- The Selected Bidder(s) shall proceed to carry out the activities / services with diligence and expedition
in accordance with any stipulation as to the time, manner, mode, and method of execution contained
in this Contract.
2- The Selected Bidder(s) shall be responsible for and shall ensure that all activities / services are
performed in accordance with the Contract, Scope of Work and complies with such specifications and
all other standards, terms and other stipulations/conditions set out hereunder.
3- The Selected Bidder(s) shall perform the activities / services and carry out its obligations under the
Contract with due diligence, efficiency and economy, in accordance with generally accepted
techniques and practices used in the industry and with professional engineering and consulting
standards recognized by international professional bodies and shall observe sound management,
engineering and security practices. It shall employ appropriate advanced technology and engineering
practices and safe and effective equipment, machinery, material and methods. The Selected Bidder(s)
shall always act, in respect of any matter relating to this Contract, as faithful advisors to the Employer
and shall, at all times, support and safeguard the Employer's legitimate interests.

5.4 Trademarks, Publicity


UPSRTC may release, information, article, photograph, illustration or any other material of whatever kind
relating to this Agreement, the SLA or the business of the Parties without prior reference to and approval in
writing from the other Party.

45
5.5 Confidentiality
Information relating to the examination, clarification, evaluation and recommendation for the bidders shall
not be disclosed to any person who is not officially concerned with the process or is not a retained
professional advisor advising UPSRTC in relation to, or matters arising out of, or concerning the bidding
process. UPSRTC will treat all information submitted as part of the bid in confidence and will require all
0those who have access to such material to treat the same in confidence. UPSRTC may not divulge any such
information unless it is directed to do so by any statutory entity that has the power under law to require its
disclosure or is to enforce or assert any right or privilege of the statutory entity and/ or UPSRTC or as may
be required by law or in connection with any legal process.

5.6 Ethics
Bidder shall give no commitments, payments, gifts, kickbacks, lavish or expensive entertainment, or other
things of value to any employee or Board, or its nominated agencies in connection with this RFP and
acknowledges that the giving of any such payment, gifts, entertainment, or other things of value is strictly
in violation of Employer standard policies and may result in cancellation of award of contract.

5.7 UPSRTC’s Obligations


1- UPSRTC nominated representative shall act as the nodal point for implementation of the Contract and
for issuing necessary instructions, approvals, commissioning, acceptance certificates, payments etc. to
the Selected Bidder(s).
2- UPSRTC shall ensure that timely approval is provided to the Selected Bidder(s) as and when required,
which may include approval of project plans, implementation methodology, design documents,
specifications, or any other document necessary in fulfilment of this contract.
3- UPSRTC’s Representative shall interface with the Selected Bidder(s), to provide the required
information, clarifications, and to resolve any issues as may arise during the execution of the Contract.
Employer shall provide adequate cooperation in providing details, coordinating and obtaining of
approvals from various governmental agencies, in cases, where the intervention of the Employer is
proper and necessary.
4- UPSRTC may provide on Selected Bidder(s)’ request, particulars/information/ or documentation that
may be required by the Selected Bidder(s) for proper planning and execution of work and for providing
services covered under this contract
5- UPSRTC may provide to the Selected Bidder(s), sitting space and basic infrastructure at their office
location.

5.8 Events of default by the Selected Bidder


The failure on the part of the Selected Bidder(s) to perform any of its obligations or comply with any of the
terms of this Contract shall constitute an Event of Default on the part of the Selected Bidder(s). The events
of default as mentioned above may include inter-alia the following:

1- The Selected Bidder’s Team has failed to perform any instructions or directives issued by the UPSRTC
which it deems proper and necessary to execute the scope of work or provide services under the
Contract, or.
2- The Selected Bidder’s Team has failed to confirm / adhere to any of the key performance indicators as
laid down in the Key Performance Measures / Service Level Agreements, or if the Selected Bidder(s)
has fallen short of matching such standards / benchmarks / targets as the UPSRTC may have

46
designated with respect to the system or any goods, task or service, necessary for the execution of the
scope of work and performance of services under this Contract. The above mentioned failure on the
part of the Selected Bidder(s)may be in terms of failure to adhere to performance, quality, timelines,
specifications, requirements or any other criteria as defined by the Employer;
3- The Selected Bidder has failed to remedy a defect or failure to perform its obligations in accordance
with the specifications issued by the UPSRTC, despite being served with a default notice which laid
down the specific deviance on the part of the Selected Bidder’s Team to comply with any stipulations
or standards as laid down by the UPSRTC; or
4- The Selected Bidder’s Team has failed to adhere to any amended direction, instruction, modification or
clarification as issued by the UPSRTC during the term of this Contract and which the UPSRTC deems
proper and necessary for the execution of the scope of work under this Contract.
5- The Selected Bidder’s Team has failed to demonstrate or sustain any representation or warranty made
by it in this Contract, with respect to any of the terms of the RFP.
6- There is a proceeding for bankruptcy, insolvency, winding up or there is an appointment of receiver,
liquidator, assignee, or similar official against or in relation to the Selected Bidder(s).
7- The Selected Bidder’s Team has failed to comply with or is in breach or contravention of any applicable
laws.
8- The Selected Bidder’s team are involved in fraud/wilful misconduct.
9- Where there has been an occurrence of such defaults inter alia as stated above, the UPSRTC shall issue
a notice of default to the Selected Bidder(s), setting out specific defaults / deviances / omissions / non-
compliances / non-performances and providing a notice of Sixty (60) days to enable such defaulting
party to remedy the default committed.
10- Where despite the issuance of a default notice to the Selected Bidder by the UPSRTC the Selected
Bidder(s) fails to remedy the default to the satisfaction of the Selected Bidder(s), the UPSRTC may,
where it deems fit, issue to the defaulting party another default notice or proceed to adopt such
remedies as may be available to the UPSRTC.

5.9 Consequences of Default


Where an Event of Default subsists or remains uncured the UPSRTC shall be entitled to:
1- Impose any such obligations and conditions and issue any clarifications as may be necessary to inter
alia ensure smooth continuation of project and the Services which the Selected Bidder(s) shall be
obliged to comply with which may include re-determination of the consideration payable to the Bidder
as agreed mutually by the UPSRTC and Selected Bidder(s) or through a third party acceptable to both
parties. The Selected Bidder(s) shall in addition take all available steps to minimize loss resulting from
such event of default.
2- Suspend all payments to the Bidder under the Contract by a written notice of suspension to the
Bidder, provided that such notice of suspension:
a. Shall specify the nature of the failure; and
b. Shall request the Selected Bidder(s) to remedy such failure within a specified period from the
date of receipt of such notice of suspension by the Selected Bidder(s).

5.10 Audit, Access and Reporting


1- Purpose

47
a. This section details the audit, access and reporting rights of the UPSRTC and the
respective obligations of Selected Bidder(s) under the contractual terms of Project
Implementation, Operation and SLA Management.
b. The UPSRTC shall engage a suitable, neutral and technically competent third party agency
or agencies for conducting audit and certification, from time to time.
c. The Selected Bidder(s) being notified of any deviations from the agencies nominated by
the UPSRTC regarding deviations from norms, standards or guidelines shall at the earliest
instance, take all corrective measures required in least possible time.
2- Notice and Timing
a. As soon as reasonably practicable after the Effective Date, the Parties shall use their best
endeavours to agree to a timetable for routine audits during the Contract Period in
accordance with such agreed timetable and shall not be required to give the Bidder any
further notice of carrying out such audits.
b. The UPSRTC or its nominated agencies may conduct non-timetabled audits at its own
discretion if they reasonably believe that such non-timetabled audits are necessary as a
result of an act of fraud by the Selected Bidder(s), a security violation, or breach of
confidentiality obligations by the Selected Bidder(s), provided that the requirement for
such an audit is notified in writing to the Selected Bidder(s) a reasonable period time prior
to the audit (taking into account the circumstances giving rise to the reasonable belief)
stating in a reasonable level of detail, the reasons for the requirement and the alleged
facts on which the requirement is based. If the Selected Bidder(s) considers that the non-
timetabled audit was not appropriate, the matter shall be referred to the escalation
procedure.
c. The frequency of audits shall be decided by the UPSRTC.
d. In addition to the above, there will be audits conducted by statutory bodies (e.g. CAG) as
and when they are required to do it. Notwithstanding any condition given in the contract,
the Selected Bidder(s) will have to provide these statutory bodies access to all the
facilities, infrastructure, documents and artefacts of the Project as required by them and
approved by UPSRTC, in writing.
e. The audit and access rights contained shall survive the termination or expiration of the
Agreement.
3- Access
a. The Selected Bidder(s) shall provide the UPSRTC access to documents, records and
systems reasonably required for audit and shall provide all such persons with routine
assistance in connection with the audits and inspections.
b. The UPSRTC shall have the right to copy and retain copies of any relevant records. The
Selected Bidder(s) shall co- operate with the UPSRTC in effecting the audits and providing
necessary information.

5.11 Ownership
1- The Buses remain the property of the Selected Bidder(s) throughout the Tenure. The UPSRTC has the
right to exclusive use of the Buses during the Tenure.
2- The Selected Bidder(s) agrees that the Buses will be operated by the Selected Bidder(s) during the
Tenure as part of the Electric Bus Programme.

48
3- The Selected Bidder(s) must not create or allow an encumbrance over any of the parking space(s) or
bus depot provided by UPSRTC during the Term.
4- The ownership of ticketing, advertising or any form of revenue generation rights shall reside with
UPSRTC only.

5.12 Other Conditions


5.12.1 Indemnity
The Selected Bidder(s) shall indemnify the UPSRTC against the all actions, suits, claims, damages and
demands brought or made against him in respect of anything done or omitted to be done by the Selected
Bidder(s) in the execution of or in the connection with the work of this Contract and against lose or damage
to the UPSRTC in consequences of any action or suit being brought against the contractor anything done or
omitted to be done in execution of the work of this contract.

5.12.2 Corrupt or Fraudulent Practices


UPSRTC requires that Selected Bidder(s)/Supplier(s)/Contractor(s) under contracts, observe the highest
standard of ethics during the supply and execution of such contracts. In pursuance of the policy of UPSRTC,
the following terms may be noted:
1- “Corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence
the action of a public official in the procurement process or in contract execution; and
2- “Fraudulent practice” means a misrepresentation of facts in order to influence a procurement process
or the execution of a contract.
3- The UPSRTC will reject a proposal for award if it determines that the bidder recommended for award
has engaged in corrupt or fraudulent practices in competing for the contract in question.
4- The UPSRTC will declare a firm ineligible, either indefinitely or for a stated period of time, to be
awarded a contract if it any time determines that the firm has engaged in corrupt or fraudulent
practices in competing for, or in executing, a contract.

5.12.3 Jurisdiction of Courts


In case of any claim, dispute or difference rising in respect of the contract, the case of action there of shall
be deemed to have arisen in Lucknow and all legal proceedings in respect of any such claim, dispute or
difference shall be instituted in competent court in the city of Lucknow only.

5.12.4 Import License


The Selected Bidder(s) shall have to make their own arrangements to secure import license and / or release
of controlled or scares infrastructure if required by them for fulfilment of the contract. The UPSRTC shall
not be bound to give any assistance to the bidders in that behalf.

5.12.5 Risk & Cost


Risk & Cost If it is observed that the Bidder(s) carrying out the work fails Twice to comply with instructions
given by the UPSRTC authorities during execution of work, penal action will be taken against them. The
above condition will be in addition to the relevant condition in General Conditions of the Contract
regarding cancellation of full or part of the work.

49
5.12.6 Conflict of Interest
Selected Bidder(s) shall furnish an affirmative statement as to the absence of, actual or potential conflict of
interest on the part of the Applicant or any prospective subcontractor due to prior, current, or proposed
contracts, engagements, or affiliations with UPSRTC. Additionally, such disclosure shall address any and all
potential elements (time frame for service delivery, resource, financial or other) that would adversely
impact the ability of the Bidder to complete the requirements as given in the application document.

5.12.7 Confidentiality
 The Selected Bidder(s) will be exposed; by virtue of the agreed activities to internal business
information of UPSRTC the Selected Bidder would be required to provide an undertaking that they will
not use or pass to anybody the data/information derived from the project in any form. The Selected
Bidder(s) must safeguard the confidentiality of the UPSRTC’s business information, and data. For this,
Selected Bidder(s) is required to sign non-disclosure agreement with UPSRTC.
 Disclosure of any part of the afore mentioned information to parties not directly involved in providing
the services requested, unless required to do so by the Court of Law within India or other Statutory
Authorities of Indian Government, could result in premature termination of the contract. The UPSRTC
may apart from blacklisting the Selected Bidder(s), initiate legal action for breach of trust. The Selected
Bidder(s) shall also not make any news release, public announcements or any other reference without
obtaining prior written consent from the UPSRTC.
 Selected Bidder(s) shall use reasonable care to protect confidential information from unauthorized
disclosure and use.

5.12.8 Arbitration
If, due to unforeseen reasons, problems arise during the progress of the empanelment leading to
disagreement between the UPSRTC and the Selected Bidder(s), both the UPSRTC and the Selected
Bidder(s)shall first try to resolve the same amicably by mutual consultation. If the parties fail to resolve the
dispute by such mutual consultation within twenty-one days, then, depending on the position of the case,
either UPSRTC or the Selected Bidder(s) can give notice to the other party of its intention to commence
arbitration and the applicable arbitration procedure will be as per Indian Arbitration and Conciliation Act,
1996, and the venue of the arbitration will be Lucknow only.

5.12.9 Governing law and Jurisdiction


The Contract Award and any dispute arising from it, whether contractual or non-contractual, will be
governed by laws of India and subject to arbitration clause, be subject to the exclusive jurisdiction of the
competent courts of Lucknow, India.

5.12.10 Limitation of Liability


1- The liability of selected Bidder(s) (whether in contract, tort, negligence, strict liability in tort, by statute
or otherwise) for any claim in any manner related to the Agreement, including the work, deliverables or

50
Services covered by the Agreement, shall be the payment of direct damages only which shall in no event
in the aggregate exceed the total contract value. The liability cap given under this Clause shall not be
applicable to the indemnification obligations.
2- In no event shall either party be liable for any consequential, incidental, indirect, special or punitive
damage, loss or expenses (including but not limited to business interruption, lost business, lost profits,
or lost savings) even if it has been advised of their possible existence.
3. The allocations of liability in this clause represent the agreed and bargained-for understanding of the
parties and compensation for the Services reflects such allocations. Each Party has a duty to mitigate the
damages and any amounts payable under an indemnity that would otherwise be recoverable from the
other Party pursuant to the Contract Award by taking appropriate and commercially reasonable actions
to reduce or limit the amount of such damages or amounts.

5.12.11 Variation in Agreement Quantity & its Payment


1- Modification to Contract to be in writing: In the event of any of the provisions of the Contract
requiring to be modified after the contract documents have been signed, modifications shall be
made in writing and signed by UPSRTC.
2- Power of Modification to contract: UPSRTC shall be entitled by order in writing to enlarge or
extend, diminish or reduce in quantities of licenses as per agreed quantities on same rates, terms
and conditions. 5.13.12 Extension of timelines As soon as it is apparent that the Contract dates
cannot be adhered to, an application shall be sent by Selected Bidder(s) to the employer. If failure,
on the part of Selected Bidder(s), to complete scope of work in proper time shall have arisen from
any cause which the UPSRTC may admit as reasonable ground for an extension of the time,
UPSRTC may allow such additional time as it considers to be justified by circumstances.

5.12.12 Extension of timelines


As soon as it is apparent that the Contract dates cannot be adhered to, an application shall be sent by
Selected Bidder(s) to the UPSRTC. If failure, on the part of Selected Bidder(s), to complete scope of work in
proper time shall have arisen from any cause which the UPSRTC may admit as reasonable ground for an
extension of the time, UPSRTC may allow such additional time as it considers to be justified by
circumstances.

5.12.13 Relationships
Nothing mentioned herein shall be construed as relationship of master and servant or of principal and
agent as between the “UPSRTC” and the “Selected Bidder(s)”. No partnership shall be constituted between
UPSRTC and the Selected Bidder(s) by virtue of this empanelment nor shall either party have powers to
make, vary or release their obligations on behalf of the other party or represent that by virtue of this or any
other empanelment a partnership has been constituted, or that it has any such power. The Selected
Bidder(s) shall be fully responsible for the services performed by them or on their behalf.

Neither party shall use the other parties name or any service or proprietary name, mark or logo of the
other party for promotional purpose without first having obtained the other party’s prior written approval.

5.12.14 Termination

51
1- UPSRTC may, without prejudice to any other remedy for breach of Contract, terminate the Contract in
case of the occurrence of any of the events specified in RFP. In such an occurrence, UPSRTC shall give
not less than 30 days’ written notice of termination to the Selected Bidder(s).
2- If the Selected Bidder(s) does not remedy a failure in the performance of its obligations under the
Contract, within thirty (30) days after being notified or within any further period as UPSRTC may have
subsequently approved in writing.
3- If the Selected Bidder(s) becomes insolvent or goes into liquidation, or receivership whether
compulsory or voluntary.
4- If the Selected Bidder(s), in the judgment of UPSRTC, has engaged in corrupt or fraudulent practices in
competing for or in executing the Contract.
5- If the Selected Bidder(s) submits to the UPSRTC a false statement which has a material effect on the
rights, obligations or interests of UPSRTC.
6- If the Selected Bidder(s) places itself in a position of conflict of interest or fails to disclose promptly any
conflict of interest to UPSRTC.
7- If the Selected Bidder(s) fails to provide the quality services as envisaged under this Contract, UPSRTC
may make judgment regarding the poor quality of services, the reasons for which shall be recorded in
writing. UPSRTC may decide to give one chance to the selected Bidder(s) to improve the quality of the
services.
8- If the Selected Bidder(s) fails to comply with any final decision reached as a result of arbitration
proceedings.
9- In the event UPSRTC terminates the Contract in whole or in part, UPSRTC may procure, upon such
terms and in such manner as it deems appropriate, services similar to those undelivered or not
performed, and the Selected Bidder(s) shall be liable to UPSRTC for any additional costs for such
similar services. However, the Selected Bidder(s) shall continue performance of the Contract to the
extent not terminated.
10- The Selected Bidder(s) may also raise request for termination of contract by giving three (3) months
written notice citing valid/appropriate reasons. The termination request shall be subject to review by
Managing Director, UPSRTC before accepting and granting the same.

5.12.15 Assignment
The Selected Bidder(s) shall not assign, in whole or in part, their rights and obligations under this Contract
to any third party, except with prior written consent of the other party."

5.12.16 Force Majeure


A Force Majeure event shall mean occurrence in India of any or all of Non-Political Event, Indirect Political
Event and /or Political Event.
1- Force Majeure shall not include any events caused due to acts/omissions of such Party or result from a
breach/contravention of any of the terms of the Contract, Bid and/or the Tender. It shall also not
include any default on the part of a Party due to its negligence or failure to implement the
stipulated/proposed precautions, as were required to be taken under the Contract.
2- The failure or occurrence of a delay in performance of any of the obligations of either party shall
constitute a Force Majeure event only where such failure or delay could not have reasonably been
foreseen, or where despite the presence of adequate and stipulated safeguards the failure to perform
obligations has occurred. In such an event, the affected party shall inform the other party in writing
within five days of the occurrence of such event. The Employer will make the payments due for

52
Services rendered till the occurrence of Force Majeure. However, any failure or lapse on the part of the
Bidder’s Team in performing any obligation as is necessary and proper, to negate the damage due to
projected Force Majeure events or to mitigate the damage that may be caused due to the
abovementioned events or the failure to provide adequate disaster management/recovery or any
failure in setting up a contingency mechanism would not constitute force majeure, as set out above.
3- In case of a Force Majeure, all Parties will endeavour to agree on an alternate mode of performance in
order to ensure the continuity of service and implementation of the obligations of a party under the
Contract and to minimize any adverse consequences of Force Majeure.
4- The Bidder shall not be liable for forfeiture of its performance security, liquidated damages or
termination for default, if and to the extent that it’s delay in performance or other failure to perform
its obligations under the contract is the result of an event of force Majeure.
5- For purposes of this Clause, “Force Majeure” means an event beyond the control of the Vendor and
not involving the Bidder’s fault or negligence and not foreseeable.
6- Force Majeure events shall be applicable as per Clause 5.14.16. However, for the purpose of extension
in contract period, a continuous period of 15 days or more must be in effect to qualify for such
extension in contract period. Individual incidents of force majeure events cannot be clubbed together
to seek extension in contract period. The Selected Bidder(s) shall inform UPSRTC in writing within 2
days of occurrence of such events.
7- Such events may include, but are not limited to:

i. Non Political Events:


A Non-Political Event shall mean one or more of the following acts or events:
a. Act of God, epidemic, extremely adverse weather conditions, lightning, earthquake, landslide,
cyclone, flood, volcanic eruption, chemical or radioactive contamination or ionising radiation, fire or
explosion, load shedding (to the extent of contamination or radiation or fire or explosion
originating from a source external to the Depot Sites);
b. Strikes or boycotts (other than those involving the Operators/Contractors or their respective
employees/representatives, or attributable to any act or omission of any of them) interrupting
supplies and services to the Project for a continuous period of [24 (twenty-four)] hours and an
aggregate period exceeding [7 (seven)] days in an Accounting Year
c. Any failure or delay of a Contractor but only to the extent caused by another Non-Political Event
and which does not result in any offsetting compensation being payable to the Operator by or on
behalf of such Contractor;
d. Any delay or failure of an overseas Contractor to deliver rolling stock or equipment in India if such
delay or failure is caused outside India by any event specified in Sub clause (a) above and which
does not result in any offsetting compensation being payable to or on behalf of such Contractor;
e. Any judgment or order of any court of competent jurisdiction or statutory UPSRTC made against
the successful bidder(s) in any proceedings for reasons other than (i) failure of the successful
bidder(s) to comply with any Applicable Law or Applicable Permit, or (ii) on account of breach of
any Applicable Law or Applicable Permit or of any contract, or (iii) enforcement of this Agreement,
or (iv) exercise of any of its rights by the UPSRTC; the discovery of geological conditions, toxic
contamination or archaeological remains on the Site or the Depot Sites that could not reasonably
have been expected to be discovered through a site inspection;

ii. Indirect Political Event;

53
An Indirect Political Event shall mean one or more of the following acts or events:
a. An act of war (whether declared or undeclared), invasion, armed conflict or act of foreign enemy,
blockade, embargo, riot, insurrection, terrorist or military action, civil commotion or politically
motivated sabotage;
b. Any political or economic upheaval, disturbance, movement, struggle or similar occurrence which
could not have been anticipated or foreseen by a prudent person and which causes the
construction or operation of the Project to be financially unviable or otherwise not feasible;
c. Industry-wide or State-wide strikes or industrial action for a continuous period of [24(twenty
four)] hours and exceeding an aggregate period of [7 (seven)] days in an Accounting Year;
d. Any civil commotion, boycott or political agitation which prevents production and assembly of
Buses or fulfilment of Maintenance Obligations by the selected bidder(s) for an aggregate period
exceeding [15 (fifteen)] days in an Accounting Year;
e. Failure of the UPSRTC to permit the successful bidder(s) to continue its construction works, with
or without modifications, in the event of stoppage of such works after discovery of any geological
or archaeological finds or for any other reason;
f. Any Indirect Political Event that causes a Non-Political Event; or
g. Any event or circumstances of a nature analogous to any of the foregoing.

iii. Political Event;


A Political Event shall mean one or more of the following acts or events by or on account of any
Government Instrumentality:
a. Change in Law, wherein the provisions mentioned in the RFP cannot be applied.
b. Compulsory acquisition in national interest or expropriation of any Project Assets or rights of the
entire scheme
c. Unlawful or unauthorized or without jurisdiction revocation of, or refusal to renew or grant
without valid cause, any clearance, license, permit, authorization, no objection certificate, consent,
approval or exemption required by successful bidder(s) to perform their respective obligations
under this Agreement and the Project Agreements; provided that such delay, modification, denial,
refusal or revocation did not result from the successful bidder(s) inability or failure to comply with
any condition relating to grant, maintenance or renewal of such clearance, license, authorization,
no objection certificate, exemption, consent, approval or permit;
d. Any event or circumstance of a nature analogous to any of the foregoing.

iv. Acts of God or of public enemy, acts of Government of India in their sovereign capacity, acts of war, acts
of terrorism, either in fires, floods, strikes, lock-outs and freight embargoes.
8- If a Force Majeure situation arises, the Selected Bidder(s) shall promptly notify the UPSRTC in writing
of such conditions and the cause thereof within twenty calendar days.
9- Unless otherwise directed by the UPSRTC in writing, the Bidder shall continue to perform its
obligations under the Contract as far as it is reasonably practical, and shall seek all reasonable
alternative means for performance not prevented by the Force Majeure event. In such a case, the time
for performance shall be extended by a period(s) not less than the duration of such delay.
10- If the duration of delay continues beyond a period of three months, Board and the Selected Bidder(s)
shall hold consultations with each other in an endeavour to find a solution to the problem.
Notwithstanding above, the decision of the UPSRTC, shall be final and binding on the Selected
Bidder(s).

54
5.12.17 Non-Fulfillment of Project Terms and Conditions
1- In the event that any of the obligations of the Bidder has not been fulfilled, as per the Implementation
Schedule and the same has not been waived by Employer fully or partially, this Agreement shall cease
to have any effect as of that date.
2- In the event that the Agreement fails to come into effect on account of non-fulfillment of the Bidder’s
obligations with regards to implementation schedule, Employer shall not be liable in any manner
whatsoever to the Bidder and Employer shall forthwith invoke the Performance Security (Bank
Guarantee) and forfeit the guaranteed amount.
3- In the event that vacant possession of any of the Project facilities and/or Project Data has been
delivered to the Bidder prior to the fulfillment in full of the obligations, upon the termination of this
Agreement such Project facilities and Project data shall immediately revert to Employer free and clear
from any encumbrances or claims.
4- Instead of terminating this Agreement as stated above, the Parties may mutually agree in writing to
extend the time for fulfilling the obligations and the Term of this Agreement. It is further clarified that
any such extension of time shall be subject to imposition of penalties on Bidder linked to the delay in
fulfilling the Conditions Precedent.

5.12.18 Governance Schedule


1- The Selected Bidder(s) shall document the agreed structures in a procedural manual under the
guidance and supervision of the UPSRTC.
2- The agenda for each project review meeting shall be set to reflect the discussion items related to the
scope of work and additional items may be added either with the agreement of the Parties or at the
request of either Party.
3- Copies of the agenda for review meetings along with relevant pre-reading material shall be distributed.
4- All meetings and proceedings will be documented; such documents to be distributed to both Parties
and copies shall be kept as a record. All actions, responsibilities and accountabilities arising out of any
meeting shall be tracked and managed.
5- The parties agree to attempt to resolve all disputes arising under the Agreement, equitably and in
good faith. To this end, the parties agree to provide frank, candid and timely disclosure of all relevant
facts, information and documents to facilitate discussions between them/their representatives or
senior officers.

55
6. Guidelines for Technical Proposal

6.1 Technical Proposal Bid Cover Letter


(To be submitted on the Letterhead of the responding firm)

Date: dd/mm/yyyy

To
Chief General Manager (Tech.)
UPSRTC Headquarter,
Tehri Kothi, M.G. Marg,
Lucknow - 226001

Sub: Selection of Agency(ies) for Supply, Operation and Maintenance of Electric Buses and allied
Electrical and Civil Infrastructure on Revenue Sharing Franchise Model

Ref: RFP Notification number -


Dear Sir,
Having examined the RFP, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to
provide the professional services as required and outlined in the RFP for “Selection of Agency(ies) for
Supply, Operation and Maintenance of 5000 Electric Buses and allied Electrical and Civil Infrastructure on
Revenue Sharing Franchise Model “.

We attach hereto the technical response as required by the RFP, which constitutes our proposal. We
undertake, if our proposal is accepted, to adhere to the implementation plan (Project schedule) for
providing Professional Services in “Selection of Agency(ies) for Supply, Operation and Maintenance of
5000 Electric Buses and allied Electrical and Civil Infrastructure on Revenue Sharing Franchise Model ” put
forward in RFP or such adjusted plan as may subsequently be mutually agreed between us and UPSRTC or
its appointed representatives.

If our proposal is accepted, we will obtain a Performance Security (Bank Guarantee) issued by a Scheduled
commercial bank in India, for a sum of equivalent to INR 1,00,000/- per bus valid for a period of 6 months
beyond the successful fulfilment of contract period.

We agree for unconditional acceptance of all the terms and conditions set out in the RFP document and
also agree to abide by this tender response for a period of 180 days from the date of opening of
commercial Bid and it shall remain binding upon us with full force and virtue, until within this period a
formal contract is prepared and executed, this tender response, together with your written acceptance
thereof in your notification of award, shall constitute a binding contract between us and UPSRTC.

We confirm that the information contained in this proposal or any part thereof, including its exhibits,
schedules, and other documents and instruments delivered or to be delivered to UPSRTC is true, accurate,
and complete. This proposal includes all information necessary to ensure that the statements therein do
not in whole or in part mislead UPSRTC as to any material fact.

56
We agree that you are not bound to accept any tender response you may receive. We also agree that you
reserve the right in absolute sense to reject all or any of the products/ services specified in the tender
response.

It is hereby confirmed that I/We are entitled to act on behalf of our company/ corporation/ firm/
organization and empowered to sign this document as well as such other documents, which may be
required in this connection.

Date:
(Signature)
(Name)
(In the capacity of)
[Seal / Stamp of bidder]
Witness Signature:
Witness Name:
Witness Address:

-----------------------------------------------------------------------------------------------------------------------------------------
CERTIFICATE AS TO AUTHORISED SIGNATORIES

I__________________________, the Company Secretary of _________________, certify


that___________________________________ who signed the above Bid is authorized to do so and bind
the Company by UPSRTC of its board/ governing body.

Date:
Signature:
(Company Seal)
(Name)

57
6.2 Format to share Bidder’s and Bidding Firms Particulars
The Table below provides the format in which general information about the bidder and all members of
consortium must be furnished.
S. Number Information Details
1. Name of Bidding firm
2. Address and contact details of Bidding firm
3. Firm Registration Number and Year of Registration
4. Web Site Address
5. Status of Company (Public Ltd., Pvt. Ltd., etc.)
6. Company’s Permanent Account Number (PAN) & GST
7. Company’s Revenue for the last 3 years (Year wise)
8. Name, Designation and Address of the contact person to
whom all references shall be made regarding this RFP:
9. Telephone number of contact person:
10. Mobile number of contact person:
11. Fax number of contact person:
12. E-mail address of contact person:
13. Mailing Address and contact details of Bidding firm:
14. Web Site Address
15. Firm Registration Number and Year of Registration
16. Status of Company (Public Ltd., Pvt. Ltd., etc.)
17. Name, Designation and Address of the contact person to
whom all references shall be made regarding this RFP:

Please submit the relevant proofs for all the details mentioned above along with your Bid response

Authorized Signatory
Name
Seal

58
6.3 Format of sending pre-bid queries
All queries for the pre-bid meeting needs to be submitted in the following format (both soft copy [in excel
format+ and hard copy) as mentioned in section “Key Events and Dates”

Ref: RFP Notification number: UPSRTC


Bidder’s Request For Clarification
Name and complete official address of Telephone, Fax and E-mail of the organization
Organization submitting query / request for Tel:
clarification Fax:
Email:

Sr. Clause Page Number Content of RFP Requiring Change Requested/ Clarification
Number Number Clarification required
1

Signature:

Name of the Authorized signatory:

Company seal:

Date and Stamped

59
6.4 Format to Project Citation

S Item Details Attachment Ref. Number


Number
1 Name of the Project
2 Date of Work Order
3 Client Details
4 Scope of Work
5 Contract Value
6 Completion Date

Note: The Bidder is required to use above formats for all the projects referenced by the bidder for the
technical bid evaluation

60
6.5 Checklist for the documents for Technical Proposal

Checklist as per Technical Qualification mentioned in Section 3.24: Technical Qualification Criteria
Sr. Documents to be submitted Document Submitted Pg. Number
Number (Y/N)
1 Bid Covering Letter
2 Scanned copy of EMD (Bank Guarantee
format as per Annexure J)
3 Scanned copy of Online payment of Tender
Document Fee receipt and EMD
4 Scanned, Signed and Stamped Copy of RFP
Document
5 Format to share Bidder’s and Bidding Firms
Particulars
6 Non-Disclosure Agreement

Sr. Basic Eligibility Criteria Documents to be submitted Document Pg.


Numb Requirement Submitted Numbe
er (Y/N) r
TQ 1 Legal Entity The bidder (all  For companies incorporated/
members of the registered in India should submit
Consortium Copy of Certificate of Incorporation,
excluding Copy of Certificate of Incorporation
financial/funding  Memorandum and Article of the
institutions) must association
be incorporated/  For companies registered under the
registered in India Partnership Act1932, Partnership
under the Deed should be submitted along
Companies Act with Registration of Firm
1956/2013 or LLP document/Certificate
Act 2008 or the  For companies registered under the
Partnership LLP Act 2008, Copy of Registration
Act1932. Certificate and LLP Agreement
should be submitted.
 For Bidders bidding as Consortium,
such information may be furnished
for each member of the
Consortium.
 In case of Consortium Power of
Attorney for Lead Member of
Consortium (Annexure E) and Joint
Bidding Agreement
 Undertaking from Bidder/ Member
for claiming Technical / Financial
Capacity of Consortium Members
The Bidder or in  Copy of PAN Card
case of consortium  Copy of GST Registration
all members  In case of foreign financial
(excluding foreign institution funding the project as a

61
financial consortium partner, applicable
institution) should certificates as per country of
have Pan Card and company registration. All
GST registration documents issued in any other
certificate as on language other than English, must
last date of be translated in English.
submission.
TQ2 Turnover The average  Certificate duly signed by Statutory
turnover of the Auditor of the Bidder for total
bidder or combined turnover as per the format
average turnover of Annexure D
all consortiums  Balance Sheet and P&L Statement
members including from the Statutory Auditor of the
that of an associate Bidder/Chartered Accountant.
shall have  Audited Annual
minimum annual accounts/statements submitted in
average turnover of any other language than English
more than or equal shall be translated to English with
to INR 16 Lacs X necessary supporting documents,
number of buses certified by Statutory Auditor/
for bidder has Chartered Account.
quated the rates of
best of 3 years out
of last 5 financial
years (FY), the
financial years
which will be
considered are
[2022-23, 2021-22,
2020-21, 2019-20,
2018-19
TQ3 Experience OEM should have  Work Orders/Agreement and
experience of Completion Certificates from the
manufacturing and Client, in case of ongoing project
delivery of at least phase wise completion certificate
100 from the client, stating details of at
Diesel/CNG/Electric least 100 Diesel/CNG/Electric buses
buses Type II/Type Type II/Type III buses
III buses over the supplied/delivered in terms of
last 5 years in India. number, year of supply and names
of customers to whom supplied.
Annexure H
 License of manufacturing buses,
proof of manufacturing and sale
(including number of unit sold,
customer name and date of supply)
OEM should have  Work Order/Agreement and
completed Completion Certificates from the
deployment of at Client. In case of ongoing project
least one Type phase wise completion certificate
II/Type III electric from the client, stating 100% fleet
bus order to any deployment.
62
STU in India as on
bid due date
TQ 4 Certifications OEM shall have Copies of the valid certificates from
Homologation authorized agencies
Certification of at
least one (1)
Mini/Midi/Standar
d Base Model
electric bus (100%
battery operated)
for each model
respectively from
the designated
testing center in
India. i.e., CMVR
type approval of at
least one model of
electric bus as
approved under
CMVR Rule 126.
OEM need to Undertaking to be submitted on Letter
submit required head of Lead Bidder as per format
type approval mentioned in Annexure M
certificate within
90 days from the
date of issue of
LoA/WO from the
recognized testing
agency approved
under CMVR Rule
126 .
TQ 5 Manpower The Bidder (All  Attested copy of the Employee
member in case of Provident Fund registration letter /
consortium) should certificate.
be registered with
appropriate
authorities under
Employees
Provident Fund,
and any other
labour authorities.
TQ 6 Support The bidder (Lead Undertaking the bidder shall setup
Capability bidder in case of a office and after sales service facility in
consortium) shall the depot as listed in Annexure K, space
setup office and provided by UPSRTC.
after sales service
facility in each
depot as listed in
Annexure K, space
provided by
UPSRTC.
TQ 7 Blacklisting The Bidder (All A self-certified letter signed by the
63
members in case of Authorized Signatory of the Bidder as
a consortium) per Annexure A.
should not be
debarred /
blacklisted by any
State Government/
Central
Government / PSU/
Transport
Organization etc. in
India & abroad for
Unsatisfactory past
performance,
corrupt &
fraudulent
practices or any
other unethical
conduct either
indefinitely or for a
particular period of
time by any State/
Central
government/ PSU/
UT as on date of
submission of bid.

64
6.6 Format for Bank Guarantee for Earnest Money Deposit (EMD)
Format for Bank Guarantee for Earnest Money Deposit (EMD)
(To be stamped in accordance with the Stamp Act of the Country of Issuing Bank)

To
Chief General Manager (Tech.)
UPSRTC Headquarter,
Tehri Kothi, M.G. Marg,
Lucknow - 226001

Whereas << (hereinafter called 'the System Integrator') has submitted the bid for Submission of RFP <<
dated << for << (hereinafter called "the Bid") to <<purchase<<. Know all Men by these
presents that we <<----------<< having our office at << Adress>> (hereinafter called "the Bank") are bound
unto the << Purchaser >> (hereinafter called "the Purchaser") in the sum of Rs. << (Rupees << only) for
which payment well and truly to be made to the said Purchaser, the Bank binds itself, its successors and
assigns by these presents. Sealed with the Common Seal of the said Bank this <<. The conditions of this
obligation are:

1. If the Bidder having its bid withdrawn during the period of bid validity specified by the Bidder on the
Bid Form; or
2. If the Bidder, having been notified of the acceptance of its bid by the Purchaser during the period of
validity of bid
a) Withdraws his participation from the bid during the period of validity of bid document; or
b) Fails or refuses to participate in the subsequent Tender process after having been short listed;
c) Fails to submit the Performance Bank Guarantee as specified in the terms and conditions of the
RFP;

We undertake to pay to the Purchaser up to the above amount upon receipt of its first written demand,
without the Purchaser having to substantiate its demand, provided that in its demand the Purchaser will
note that the amount claimed by it is due to it owing to the occurrence of one or both of the two
conditions, specifying the occurred condition or conditions.

This guarantee will remain in force up to 180 days and including extra time over i.e. 2 months and above
mandated in the RFP from the last date of submission and any demand in respect thereof should reach the
Bank not later than the above date.

NOTHWITHSTANDING ANYTHING CONTAINED HEREIN:

I. Our liability under this Bank Guarantee shall not exceed Rs. <> (Rupees <> only)
II. This Bank Guarantee shall be valid up to <<insert date>>)
III. It is condition of our liability for payment of the guaranteed amount or any part thereof arising
under this Bank Guarantee that we receive a valid written claim or demand for payment under
this Bank Guarantee on or before <<insert date>>) failing which our liability under the
guarantee will automatically cease.

65
7. Guidelines for Financial Proposal

7.1 Financial Proposal Cover Letter


(To be submitted on the Letterhead of the bidder)
Date: dd/mm/yyyy

To
Chief General Manager (Tech.)
UPSRTC Headquarter,
Tehri Kothi, M.G. Marg,
Lucknow - 226001

Subject: Selection of Agency(ies) for Supply, Operation and Maintenance of 5000 Electric Buses and allied
Electrical and Civil Infrastructure on Revenue Sharing Franchise Model

Ref:

Dear Sir,

We, the undersigned, offer to provide the services for “Selection of Agency(ies) for Supply, Operation and
Maintenance of 5000 Electric Buses and allied Electrical and Civil Infrastructure on Revenue Sharing
Franchise Model ” in accordance with your Request for Proposal dated [Insert Date] and our Technical
Proposal. We are aware that any conditional financial offer will be outright rejected by UPSRTC. Our
Financial Proposal shall be binding upon us subject to the modifications resulting from Contract
negotiations, up to expiration of the validity period of the Proposal (180days) from the date of submission
of Bid.

We hereby declare that our Tender is made in good faith, without collusion or fraud and the information
contained in the Tender is true and correct to the best of our knowledge and belief.

We understand that our Tender is binding on us and that you are not bound to accept a Tender you receive.
We confirm that no Technical deviations are attached here with this commercial offer. We remain,

Yours sincerely,
Authorized Signature [In full and initials]:
Name and Title of Signatory:
Date and Stamp of the signatory
Name of Firm:
7.2 Financial Proposal Instructions
1- The bidder shall fill rates for all the required items, mentioned in BOQ.
2- All the prices are to be entered in Indian Rupees ONLY.
3- The Bidder needs to account for all Out of Pocket expenses due to Boarding, Travelling, Lodging and
other related items.
4- The Rates shall be exclusive of all taxes. Taxes shall be paid as actual at prevailing rates by UPSRTC at
the time of releasing the payments.

66
7.3 Financial Proposal Format

Ref: Selection of Agency(ies) for Supply, Operation and Maintenance of 5000 Electric Buses and allied
Electrical and Civil Infrastructure on Revenue Sharing Franchise Model

Bidder can bid for any number of Buses , as per vacancy mention in Annexure- N ,on any of the
routes of UPSRTC (As Annexed), for the type and size of the AC Electric bus as mentioned in Annexure -N

Financial Proposal Format

Table A: Summary Cost

Format of BOQ (excel) is a sample format. Please fill the respective rates (C) against the bus category for
the purpose of representation. The rate quoted in the excel sheet will not be considered for commercial
evaluation. Please fill all details in Annexure 7.3 financial proposal format of the RFP. Evaluation will be
made on H1 basis.

Financial Proposal Format


Ref: 2023_UPSRTC_882752

Selection of Agency(ies) for Supply, Operation and Maintenance of 5000 Electric Buses and allied Electrical
and Civil Infrastructure on Revenue Sharing Franchise Model

Financial Proposal Format Table A: Summary Cost

Format of BOQ (excel) is a sample format. Please fill the respective rates(C) against the bus category
for the purpose of representation. The rate quoted in the excel sheet will not be considered for
commercial evaluation. Please fill all details in Annexure 7.3 financial proposal format of the RFP which
has to be enclosed separately in PDF format which shall be considered for the purpose of commercial
evaluation. UPSRTC shall do the calculation based on the rate per km submitted against each category in the
PDF and declare H1 rate based on its own calculations.

Item Rate BoQ


Tender Inviting Authority:
Name of Work: Selection of Agencies for Supply , Operation and Maintenance of 5000 Electric
Buses and allied Electrical and Civil Infrastructure on Revenue Sharing Franchise
Model
Contract No: Date:

Name of the
Bidder/
Bidding
Firm /
Company :

PRICE SCHEDULE
(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded
after filling the relevent columns, else the bidder is liable to be rejected for this tender. Bidders are
allowed to enter the Bidder Name and Values only)
67
TEXT # NUMBER TEXT # Number NUMBER # NUMBER # TEXT #
NUMBER #
#
Item Route Units Route Administrative TOTAL TOTAL
Sl. Description Code Number Rate per Km. AMOUNT AMOUN
No. . Rs. P T
In Words
1 2 4 5 7 13 54 55
Rate with
subsidy @
INR 20 Lakhs
1 per bus
(AC and
Ordinary
Buses)
AC Buses 0.000 INR 0.000 INR Zero
1.01
>=44 (2x2) Only
AC Buses 0.000 INR 0.000 INR Zero
1.02
>=51 (2x3) Only
AC Buses 0.000 INR 0.000 INR Zero
1.03
>=40 (2x3) Only
Ordinary Buses 0.000 INR 0.000 INR Zero
1.04
40-45 (2x3) Only
Ordinary Buses 0.000 INR 0.000 INR Zero
1.05
45-51 (2x3) Only
Ordinary Buses 0.000 INR 0.000 INR Zero
1.06 52 & Above Only
(2x3)
Rate with
subsidy @
INR 40 Lakhs
2 per bus
(AC and
Ordinary
Buses)
AC Buses 0.000 INR 0.000 INR Zero
2.01
>=44 (2x2) Only
AC Buses 0.000 INR 0.000 INR Zero
2.02
>=51 (2x3) Only
AC Buses 0.000 INR 0.000 INR Zero
2.03
>=40 (2x3) Only
Ordinary Buses 0.000 INR 0.000 INR Zero
2.04
40-45 (2x3) Only
Ordinary Buses 0.000 INR 0.000 INR Zero
2.05
45-51 (2x3) Only
Ordinary Buses 0.000 INR 0.000 INR Zero
2.06 52 & Above Only
(2x3)
Rate without
subsidy
3 (AC and
Ordinary
Buses)
AC Buses 0.000 INR 0.000 INR Zero
3.01
>=44 (2x2) Only
AC Buses 0.000 INR 0.000 INR Zero
3.02
>=51 (2x3) Only
AC Buses 0.000 INR 0.000 INR Zero
3.03
>=40 (2x3) Only

68
Ordinary Buses 0.000 INR 0.000 INR Zero
3.04
40-45 (2x3) Only
Ordinary Buses 0.000 INR 0.000 INR Zero
3.05
45-51 (2x3) Only
Ordinary Buses 0.000 INR 0.000 INR Zero
3.06 52 & Above Only
(2x3)
0.000 INR Zero
Total in
Figures Only

INR Zero Only


Quoted Rate
in Words
 Revised BOQ has been added. Dated 15.05.2024. (Please Download the Revised BOQ from Others
Type Corrigendum. Previous BOQ is not Acceptable as new/ revised BOQ has been uploaded.
Bidders have to fill new/revised BOQ only)

69
ANNEXURES

Annexure A : Format for Declaration by the Bidder for not being Blacklisted /Debarred

(To be submitted on the Letterhead of the responding company)

Date: dd/mm/yyy

To
Chief General Manager (Tech.)
UPSRTC Headquarter,
Tehri Kothi, M.G. Marg,
Lucknow - 226001

Subject: Declaration for not being debarred / black-listed by Central / any Government or PSU in India as on the
date of submission of the bid

Tender Reference No: UPSRTC

Dear Sir,

I, authorized representative of _________________________, hereby solemnly confirm that the


Company _________________________ is not debarred /blacklisted by any Government or PSU for any reason as
on last date of submission of the Bid. In the event of any deviation from the factual information/ declaration,
UPSRTC, reserves the right to reject the Bid or terminate the Contract without any compensation to the Company
and forfeiture of Earnest Money Deposit and/or Performance Security.

Thanking you,

Yours faithfully,

_____________________________________

Signature of Authorized Signatory (with official seal)


Date:
Name:
Designation:
Address:
Telephone &Fax:
E-mail address:

70
Annexure B: Performance Security - Bank Guarantee Format
Form of Bid Security (Bank Guarantee)

(To be stamped in accordance with the Stamp Act of the Country of Issuing Bank)
To
Chief General Manager (Tech.)
UPSRTC Headquarter,
Tehri Kothi, M.G. Marg,
Lucknow - 226001

Telephone –
Whereas, <<name of the supplier and address>> (hereinafter called “the Bidder”) has undertaken, in pursuance of
contract number <Insert Contract Number> dated. <Date> to provide Implementation services for Request for
Proposal for Selection of Agency for Supply and Maintenance of Electric Buses and allied Electrical and Civil
Infrastructure on Lease Model Basis to Employer (hereinafter called “the beneficiary”)

And whereas it has been stipulated in the said contract that the Bidder shall furnish a bank guarantee by a
recognized bank for the sum specified therein as security for compliance with its obligations in accordance with
the contract;

And whereas we, <Name of Bank> a banking company incorporated and having its head /registered office at
<Address of Registred Office> and having one of its office at < Address of Local Office> have agreed to give the
supplier such a bank guarantee.

Now, therefore, we hereby affirm that we are guarantors and responsible to you, on behalf of the Bidder, up to a
total of Rs. <Insert Value> (Rupees < Insert Value in Words> only) and we undertake to pay you, upon your first
written demand declaring the supplier to be in default under the contract and without cavil or argument, any sum
or sums within the limits of Rs. <Insert Value> (Rupees < Insert Value in Words> only) as aforesaid, without your
needing to prove or to show grounds or reasons for your demand or the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Bidder before presenting us with the
demand.

We further agree that no change or addition to or other modification of the terms of the contract to be
performed there under or of any of the contract documents which may be made between you and the Bidder
shall in any way release us from any liability under this guarantee and we hereby waive notice of any such change,
addition or modification.

This Guarantee shall be valid until <<Insert Date> >).


Notwithstanding anything contained herein:

1- Our liability under this bank guarantee shall not exceed Rs. (Rupees only).
2- This bank guarantee shall be valid up to )
3- It is condition of our liability for payment of the guaranteed amount or any part thereof arising under this
bank guarantee that we receive a valid written claim or demand for payment under this bank guarantee on
or before <<Insert Expiry Date> >) failing which our liability under the guarantee will automatically cease.

Dated _____________ Day of ________ 2018

For
____________________________________

(Indicate the name of the Bank)


71
Annexure C: Non-Disclosure Agreement
[Company Letterhead]
This AGREEMENT (hereinafter called the “Agreement”) is made on the *day+ day of the month of *month+,
[year], between, Uttar Pradesh State Road Transport Corporation Limited on the one, (hereinafter called the
“UPSRTC”) and, on the other hand, *Name of the Bidder+ (hereinafter called the “Bidder”) having its
registered office at [Address]

WHEREAS

1- The “UPSRTC” has issued a public notice inviting various organizations for provision of Request for Proposal
for Selection of Agency for Supply and Maintenance of Electric Buses and allied Electrical and Civil
Infrastructure on Revenue Sharing Franchise Model Basis (hereinafter called the “Project”) of the UPSRTC;
2- The Bidder, having represented to the “UPSRTC” that it is interested to bid for the proposed Project,
3- The UPSRTC and the Bidder agree as follows:

a) In connection with the “Project”, the UPSRTC agrees to provide to the Bidder a detailed document on
the Project vide the Request for Proposal document. The Request for Proposal contains details and
information of the UPSRTC operations that are considered confidential.
b) The Bidder to whom this information (Request for Proposal) is disclosed shall –

1- Hold such information in confidence with the same degree of care with which the Bidder protects its own
confidential and proprietary information;
2- Restrict disclosure of the information solely to its employees, other member with a need to know such
information and advice those persons of their obligations hereunder with respect to such information;
3- Use the information only as needed for the purpose of bidding for the Project;
4- Except for the purpose of bidding for the Project, not copy or otherwise duplicate such information or
knowingly allow anyone else to copy or otherwise duplicate such information; and
5- Undertake to document the number of copies it makes
6- On completion of the bidding process and in case unsuccessful, promptly return to the UPSRTC, all
information in a tangible form or destroy such information
4- The Bidder shall have no obligation to preserve the confidential or proprietary nature of any information
which:
i. Was previously known to the Bidder free of any obligation to keep it confidential at the time of its
disclosure as evidenced by the Bidder’s written records prepared prior to such disclosure; or
ii. Is or becomes publicly known through no wrongful act of the Bidder; or
iii. Is independently developed by an employee, agent or contractor of the Bidder not associated with
the Project and who did not have any direct or indirect access to the information.
5- The Agreement shall apply to all information relating to the Project disclosed by the UPSRTC to the
bidder.
6- UPSRTC will have the right to obtain an immediate injunction enjoining any breach of this Agreement, as
well as the right to pursue any and all other rights and remedies available at law or in equity for such a
breach.
7- UPSRTC reserves the right to share the information received from the bidder under the ambit of RTI Act.
8- Nothing contained in this Agreement shall be construed as granting or conferring rights of license or
otherwise, to the Bidder, on any of the information. Notwithstanding the disclosure of any information
by the UPSRTC to the Bidder, the UPSRTC shall retain title and all intellectual property and proprietary
rights in the information. No license under any trademark, patent or copyright, or application for same
that are now or thereafter may be obtained by the UPSRTC is either granted or implied by the conveying
of information. The Bidder shall not alter or obliterate any trademark, trademark notice, copyright
notice, confidentiality notice or any notice of any other proprietary right of the UPSRTC on any copy of
the information and shall reproduce any such mark or notice on all copies of such information.

72
9- This Agreement shall be effective from the date of signing of this agreement and shall continue
perpetually.
10- Upon written demand of the UPSRTC, the Bidder shall (i) cease using the information, (ii) return the
information and all copies, notes or extracts thereof to the UPSRTC forthwith after receipt of notice, and
(iii) upon request of the UPSRTC, certify in writing that the Bidder has complied with the obligations set
forth in this paragraph.
11- This Agreement constitutes the entire Agreement between the UPSRTC and the Bidder relating to the
matters discussed herein and supersedes any and all prior oral discussions and/or written
correspondence or agreements between the two parties. This Agreement may be amended or modified
only with the mutual written consent of the parties. Neither this Agreement nor any right granted
hereunder shall be assignable or otherwise transferable.
12- Confidential information is provided “As-Is”. In no event shall the UPSRTC be liable for the accuracy or
completeness of the confidential information.
13- This agreement shall benefit and be binding upon the UPSRTC and the Bidder and their respective
subsidiaries, affiliate, successors and assigns.
14- This agreement shall be governed by and construed in accordance with the Indian laws. For and on
behalf of the Bidder

(Signature)
(Name of the authorized Signatory)
Designation :
Date :
Time :
Seal :
Business Address

73
Annexure D: Financial Declaration of Bidder

We, ………………………………, certify that we have verified the relevant financial statements and other records of
…………………….(Name of Company), having its Indian registered office at…………………………………………………. The
financials for the past Five years have been summarized below:

5. Financial Declaration of Bidder (in case of Single Applicant)

Description Financial Year


(Currency) 2018-19 2019-20 2020-21 2021-22 2022-23
Annual Turnover

Net Worth

Current Assets

Current Liabilities

Total Revenues

Profit Before Taxes

Profit After Taxes

5. Financial Declaration of Bidder(s) (in case of Consortium Members)


Member - 1
Description Financial Year
(Currency) 2018-19 2019-20 2020-21 2021-22 2022-23
Annual Turnover

Net Worth

Current Assets

Current Liabilities

Total Revenues

Profit Before Taxes

Profit After Taxes

Member - 2
Description Financial Year
(Currency) 2018-19 2019-20 2020-21 2021-22 2022-23
Annual Turnover

Net Worth

Current Assets

74
Current Liabilities

Total Revenues

Profit Before Taxes

Profit After Taxes

Member - 3
Description Financial Year
(Currency) 2018-19 2019-20 2020-21 2021-22 2022-23
Annual Turnover

Net Worth

Current Assets

Current Liabilities

Total Revenues

Profit Before Taxes

Profit After Taxes

It is further certified that based on our review of financial statements together with the book of accounts, records
and documents for the aforesaid financial years, the above-mentioned figures are true and correct to the best of
our knowledge and as per information and explanations provided to our satisfaction by the …………………(Name of
the Company).

(Numbers available in currency other than Indian Currency have been converted using the Reserve Bank of India
exchange rate prevailing on the last day of respective financial year.)
Notes:
 The Financial Declaration submitted with the Bid must be certified and signed by a competent and qualified
Chartered Accountant/ Statutory Auditor and should be on the Firms’ letterhead; affixed with the Firm’s seal.
 Please do not attach any printed Annual Financial Statements.

75
Annexure E: Format for JV/Consortium Agreement
(to be executed by the Members)

(On Non – judicial stamp paper of Rs.200/- or such equivalent amount and document duly attested by notary
public)

THIS CONSORTIUM AGREEMENT ("Agreement") is entered into on this _____ Day of__________201____

AMONGST

1. _______________________________________________ with its registered office at (referred to as the First


Part which expression will, unless repugnant to the context include its successors and permitted assigns);

AND

2. _______________________________________________ with its registered office at (referred to as the


Second Part which expression will, unless repugnant to the context include its successors and permitted
assigns);
The above mentioned parties of the FIRST [and] SECOND, are collectively referred to as the Parties and each is
individually referred to as a Party.

WHEREAS

(A) Uttar Pradesh State Road Transport Corporation (referred to as the UPSRTC which expression will, unless
repugnant to the context or meaning thereof, include its administrators, successors and assigns) has invited
proposals (the Proposals) by its Request for Proposal Number [___] dated [___] (the RFP) for Selection of
Agency for Supply and Maintenance of Electric Buses and allied Electrical and Civil Infrastructure on Revenue
Sharing Franchise Model ”,

(B) The Parties are interested in jointly bidding for the Project as Members of a Consortium and in accordance
with the terms and conditions of the RFP& subsequent Corrigendum.

(C) It is a necessary condition under the RFP that the Members will enter into a Consortium Agreement and
furnish a copy of it with the Proposal.
NOW IT IS HEREBY AGREED as follows:

1. Definitions and interpretations


In this Agreement, the capitalized terms will, unless the context otherwise requires, have the meaning ascribed
thereto under the RFP.

2. Consortium
2.1 The Parties do hereby irrevocably constitute a Consortium (the Consortium) for the purposes of jointly
participating in the Bid Process for the Project.

2.2 The Parties hereby undertake to participate in the Bid Process only through this Consortium and not
individually and or through any other Consortium constituted for the Project, either directly or indirectly or
through any of their Associates.

76
3. Covenants
3.1 The Parties agree that they have examined in detail and understood the terms and satisfied themselves
regarding the contents of the RFP.

4. Role of the Parties


4.1 The Parties hereby agree that Party of the First Part will be the Lead Member of the Consortium and will have
the power of attorney from all Parties and bind all Parties for and in conducting all business for and on behalf of
the Consortium during the Bid Process and, if the Consortium is declared as the Selected Bidder, during the
execution of the Project.

5. Shareholding in the SPV


5.1 The Parties agree that the proportion of shareholding among the Parties in the SPV shall be as follows:
First Party:
Second Party:
Third Party:

5.2 The Parties undertake that a minimum of 34% (thirty four per cent) of the subscribed and paid up equity share
capital of the SPV shall, at all times till the Project, be held by the Parties of the First, {Second and Third} Part
whose experience and Net Worth have been reckoned for the purposes of qualification for the Project in terms of
the RFP.
5.3 The Parties undertake that each of the Parties specified in Clause 5.2 above shall, at all times hold subscribed
and paid up equity share capital of SPV equivalent to at least 5% (five per cent) of the Total Project Cost.
5.4 The Parties undertake that they shall always collectively hold at least 51% (fifty-one per cent) of the
subscribed and paid up equity share capital of the SPV until the Project.
5.5 The Parties undertake that they shall comply with all equity lock-in requirements set forth in the Concession
Agreement.
6. Representations of the Parties
Each Party represents to the other Parties as of the date of this Agreement that:
(a) Such Party is duly organized, validly existing and in good standing under the laws of its incorporation and has
all requisite power and UPSRTC to enter into this Agreement;

(b) the execution, delivery and performance by such Party of this Agreement has been authorized by all necessary
and appropriate corporate or governmental action and a copy of the extract of the charter documents and board
resolution/power of attorney in favor of the person executing this Agreement for the delegation of power and
UPSRTC to execute this Agreement on behalf of the Consortium Member is annexed to this Agreement, and will
not, to the UPSRTC of its knowledge:

(i) Require any consent or approval not already obtained;


(ii) Violate any applicable law presently in effect and applicable to it;
(iii) Violate the memorandum and articles of association, by-laws or other applicable
organizational documents;
(iv) Violate any clearance, permit, concession, grant, license or other governmental authorization,
approval, judgment, order or decree or any mortgage agreement, indenture or any other
instrument to which such Party is a party or by which such Party or any of its properties or
assets are bound or that is otherwise applicable to such Party; or

77
(v) Create or impose any liens, mortgages, pledges, claims, security interests, charges or
encumbrances or obligations to create a lien, charge, pledge, security interest, encumbrances
or mortgage in or on the property of such Party, except for encumbrances that would not,
individually or in the aggregate, have a material adverse effect on the financial condition or
prospects or business of such Party so as to prevent such Party from fulfilling its obligations
under this Agreement;

(c) This Agreement is the legal and binding obligation of such Party, enforceable in accordance with its terms
against it; and

(d) there is no litigation pending or, to the UPSRTC of such Party's knowledge, threatened to which it or any of its
Associates is a party that presently affects or which would have a material adverse effect on the financial
condition or prospects or business of such Party in the fulfillment of its obligations under this Agreement.

7. Termination
This Agreement will be effective from the date hereof and will continue in full force for the entire duration of the
Project in accordance with the Consortium Agreement, in case the Project is awarded to the Consortium.
However, in case the Consortium is not selected for award of the Project, the Agreement will stand terminated in
case the Consortium is not selected as the Selected Bidder or upon return of the Bid Security by UPSRTC to the
Bidder, as the case may be.

8. Miscellaneous
8.1 This Agreement will be governed by the laws of India.

8.2 The Parties acknowledge and accept that this Agreement will not be amended by the Parties without the prior
written consent of UPSRTC.

8.3 The competent courts at Uttar Pradesh shall have exclusive jurisdiction over all disputes arising under,
pursuant to and/or in connection with this Consortium Agreement.

IN WITNESS WHEREOF THE PARTIES ABOVE NAMED HAVE EXECUTED AND DELIVERED THIS AGREEMENT AS OF
THE DATE FIRST ABOVE WRITTEN.

SIGNED, SEALED AND DELIVERED For SIGNED, SEALED AND DELIVERED For
and on behalf of the PARTY OF THE FIRST and on behalf of the PARTY OF THE FIRST
PART by: PART by:
(Signature) (Signature)
(Name) (Name)
(Designation) (Designation)
(Address) (Address

In the presence of:

1 2.

Instruction:

78
1- The mode of the execution of the Consortium Agreement should be in accordance with the procedure, if any,
laid down by applicable law and the charter documents of the executants(s) and when it is so required, the
same should be under common seal affixed in accordance with the required procedure.
2- The JV / Consortium Agreement should also include detailed scope of work of each consortium member and
should be in compliance with the terms and conditions of the RFP.
3- For a power of attorney executed and issued overseas, the document will also have to be legalized by the
Indian Embassy and notarized in the jurisdiction where the power of attorney is being issued. However, the
power of attorney provided by Bidders from countries that have signed The Hague Legislation Convention,
1961 are not required to be legalized by the Indian Embassy if it carries a conforming apostille certificate.

79
Annexure-F
Base Administrative Rates

Sl. No Type of bus Base


Length of bus Administrative rates
(Rs. / Km)
1 Type III (2x2 SEAT)AC 12 meter 10.10

2 Type II (3x2 SEAT) AC 12 meter 10.10

3 Type II (3x2 SEAT) AC 9 meter 8.40

No bid will be accepted below Base Administrative rates for relevant category.

80
Annexure G: Consortium Declaration
(Company letterhead) [Date]
To
Chief General Manager (Tech.)
UPSRTC Headquarter,
Tehri Kothi, M.G. Marg,
Lucknow - 226001

Sub: Declaration on Consortium


RFP Reference No:
Dear Sir,
I / We as Lead Member of the Consortium, hereby declare the Roles and Responsibilities of the Consortium
members:
Sr. Number Member Role Responsibilities
1
2
3
I / We understand that as Lead Member, I / We are responsible for supply and Maintenance of Electric Buses and
allied Electrical and Civil Infrastructure on Lease Model Basis at UPSRTC as per the scope of work provided in the
Section 4.0 of the RFP document.

I / We understand that as Lead Member, I / We possess majority of the stake in this Project. I / We understand
that stake is calculated based on roles and responsibilities declared for the Consortium in the Bid and the
associated pricing declared in the Financial Proposal. I / We understand that if this information / declaration are
found to be false or incorrect, the UPSRTC reserves the right to reject the Bid or terminate the Contract with us
immediately without any compensation to us.

Yours faithfully,
Authorized Signatory of the Lead Member
Designation
Date
Time
Seal
Business Address

81
Annexure:- H

Format for Self-Declaration (OEM experience of manufacturing and delivery of Buses)

(To be submitted on the Letter head of the responding company)


To
Chief General Manager (Tech.)
UPSRTC Headquarter,
Tehri Kothi, M.G. Marg,
Lucknow - 226001
Sub:- Declaration for having experience of manufacturing and delivery of at least 100
Diesel/CNG/Electric buses over the last five financial years in India or overseas. ( FY
2018-19, FY 2019-20, FY 2020- 21 , FY 2021-22 and FY 2022-23 )
Tender Reference No:

Dear Sir,

I, authorized representative of _________________________, hereby confirm that the


Company _________________________ has the experience of manufacturing and delivery at
least 100 Diesel/CNG/Electric buses Type-I/Type-II/Type-III buses over the last 5 years in
India.. (FY 2018-19, FY 2019-20, FY 2020-21 and FY 2021-22 & FY 2022-23)

Thanking you,
Yours faithfully,
_____________________________________
Signature of Authorized Signatory (with official seal)
Date:
Name:
Designation:
Address:
Telephone & Fax:
E-mail address

82
Annexure-I : Format for Declaration OEM to submit detailes of bus,
quantaties of buses applied for a particular route and route name.
S No. Bus category Passangers Depot name Route Route Quantity of
(AC/Ordinary) seats (For name No. buses on route
AC>=44 (2x2,
>=51 (2x3,
>=40 (2x3)
For Ord 40-45
(2x3), 45-51
(2x3), 52 &
Above (2x3)

*Upload PDF

83
Annexure-J
Rate for Fare

The fare of our services is based on the diatance traveled, The fare includes
additional tax at applicable rates. Following surcharges are from fare-
With effect from 06-02-2023
AC MID SIGMENT (2X2 SEAT) , For 12 Meter
Bus type Fare rate KM Accident Claims Passenger IT Toll (Rs.)
(paisa) Surcharge+Yatri Amenities Surcharge
rahat yojna Surcharge (Rs.)
(Rs.)
Type III (2x2 SEAT) 193.76 0-40 0.75 1.25 0 1
Type III (2x2 SEAT) 193.76 41-85 2.25 1.25 1.5 1
Type III (2x2 SEAT) 193.76 86-100 3.75 1.75 1.5 1
Type III (2x2 SEAT) 193.76 101-200 5.75 2.75 1.5 1
Type III (2x2 SEAT) 193.76 201 & above 8.75 3.75 1.5 1

AC MID SIGMENT (3X2 SEAT), For 12 Meter and 9 Meter


Bus type Fare rate KM Accident Claims Passenger IT Surcharge Toll (Rs.)
(paisa) Surcharge+Yatri Amenities (Rs.)
rahat yojna Surcharge (Rs.)
Type II (3x2 SEAT) 163.86 0-40 0.75 1.25 0 1

Type II (3x2 SEAT) 163.86 41-85 2.25 1.25 1.5 1

Type II (3x2 SEAT) 163.86 86-100 3.75 1.75 1.5 1


Type II (3x2 SEAT) 163.86 101-200 5.75 2.75 1.5 1
Type II (3x2 SEAT) 163.86 201 & 8.75 3.75 1.5 1
above

84
Annexure-K
Proposed Electric Bus Station (Region wise)

Route.
Name of the region Name of the Proposed Depot
No.
1 Moradabad Peetal Nagri Workshop Moradabad

2 Bareilly Old Bus Station Bareilly

3 Etawah Bus Station Farrukhabad

4 Meerut Baraut Depot

5 Prayagraj Prayag Depot

6 Chitrakoot Dham Rath Depot

7 Azamgarh Dr. Ambedkar Depot

8 Varanasi Kashi Depot

9 Gorakhpur Rapti Nagar Workshop

10 Hardoi Hardoi Depot

11 Aligarh Gandhi Park Bus Station Aligarh

12 Lucknow New Barabanki Depot Workshop

13 Saharanpur Khatauli Depot

14 Kanpur Azad Nagar Depot

15 Ayodhya Ayodhya Depot

16 Agra Fort Depot Agra

17 Ghaziabad Shahibabad Bus Station

18 Noida Noida Depot

19 Jhansi Jhansi Depot

20 Devipatan Gonda Depot

85
Annexure M: Format for Declaration OEM to submit required type approval certificate
(To be submitted on the Letterhead of the responding company)

To
Chief General Manager (Tech.)
UPSRTC Headquarter,
Tehri Kothi, M.G. Marg,
Lucknow - 226001

Sub: Declaration for OEM to submit required type approval certificate (i.e. offered model 9 mtr Type-II and 12 mtr Type III)
within 60 days from the date of issue of LoA/WO from the recognized testing agency approved under CMVR Rule 126

Tender Reference No:

Dear Sir,
I, authorized representative of _________________________, hereby that the Declaration for OEM to submit required type
approval certificate (i.e. offered model 9 mtr Type-II and 12 mtr Type III) within 60 days from the date of issue of LoA/WO
from the recognized testing agency approved under CMVR Rule 126.

Thanking you,

Yours faithfully, _____________________________________


Signature of Authorized Signatory (with official seal)
Date:
Name:
Designation:
Address:
Telephone & Fax:
E-mail address:

86
Annexure- L
Technical Specifications
SPECIFICATION OF 9M READY BUILT HIRED ELECTRIC AC BUS OF TYPE II ACX
WITH 2X3 SEAT LAYOUT.
Sr.
Parameter Specification
No.
1. Propulsion System Electrically Propelled Bus using Electric Propulsion System.
Li-ion OR Li-ion Phosphate Battery OR Li-NMC OR
2. Type of Battery
Superior.
Battery Pack Rating and Energy / Power available for
Propulsion, any deterioration In Propulsion Power with
(a) Battery Pack Rating and usage consequently reducing charge.

Energy / Power Minimum & Maximum Charging %

Maximum 30 Min. Power(kW)

(b) Minimum & Maximum Motor/s Capacity = 150 KW. (Minimum)

Charging % 1. No. of Motors / Batteries as per Manufacturer’s


3. design.

2. Electrical Re-generation required.


(c) Maximum 30
3. Charging Mode – AC or DC Charging required.
Min. Power(kw)
4. Off Board or On Board Charging Required

5. Charging Time less than 4 hours.


(d) Motor/s Capacity
6. Safety – Short circuit / Over Temperature is
mandatory.
Efficient & Robust Battery Cooling System to be provided
4. Battery Cooling System
for Minimum Maintenance.
5. Battery Life As per OEM design

6. Battery Charging System As per Manufacturer’s design.

Optimal Rating, Type, Make, Model of Electric Drive


7. Electric Drive Motors
Motors with minimum maintenance.

Attain Bus Maximum Speed of at least 70 kmph (Without


Rated Performance at GVW in Stop
8. Speed Limiter) at GVW Load, Air Conditioning and Other
/ Start In Mofussil Operation
Sub System Operational.

9. Acceleration (Meter / Sec.²) As per OEM design

Bus Speed of 0 – 30 kmph in


10. ≤ 10.5
Seconds.
11. Maximum Speed Maximum Speed should be at least 100 kmph

12. Grade ability from Stop at GVW 17%

87
[Type text]

Sr.
Parameter Specification
No.

Power Requirement for Air


13. Required to be provided by Electrical Propulsion System.
Conditioning System, ITS, etc..

Electrical Propulsion System / Sub Systems (Batteries)


Temperature, Motor Speed in RPM, Vehicle Speed, Motor
Percent Load (Torque), Diagnostic Message (Electrical
14. Electrical Propulsion System. Propulsion System Batteries, Cooling System, Motor,
Traction Controller Specific), SOC it Vehicle Health
Monitoring System (Battery Health + Regenerative Brake
Charging).

Electrical Propulsion System As per Manufacturer’s Design / Preferably Battery Location


15.
Location below floor.

180 km. ( Air conditioned on status with 80 % SOC shall


run throughout the contract period and considering traffic
16. Charging Range
congestion )

17. Transmission Automatic and as per Manufacturer’s Design.

18. Front Axle As per Manufacturer’s Design.

19. Rear Axle As per manufactures design.

20. Steering AS per CMVR

Disc Cam/ Drum Brakes with ABS System as per CMVR Rules.
23. Brakes
(at both front and rear end)

24. Wheels (Tyres) As per OEM design

25. Turning Circle As per CMVR Rules.

26. Front End Structure As per manufacturer design.

27. Driver Seat As per requirements of AIS: 023.

As per CMVR Rules ……

19.1 Wheel Base As per CMVR & OEM Design

26. Chassis 19.2 Front Over Hang as per CMVR

19.3 Rear Over Hang as per CMVR

19.4 Total Length Not more than 9500 mm.

27. Towing Hook Rigid Towing Hook at Front should be provided as per
manufacturers design.

88
[Type text]

Sr.
Parameter Specification
No.

As per manufacturers design fully Air Suspension at front


28. Suspension
and rear end

29. Shock Absorber AS per OEM

30. GVW As per CMVR Rules & its amendments

31. Speed Limiting Device As per CMVR

Accessibility
32. AS per OEM design , maintenance friendly

The Control panel with required control meters shall be


33. Control Panel easily visible and accessible as per current CMVR & AIS:
052 requirements.

Type II ACX 9Meter, Bus Model should be approved as


34. Type of Bus per AIS: 052 and its amendments from time to time by any
Government Approved Organization.

35. Seating System & Seating 2 x 3 Standard fixed Seat = Minimum 38 + D(Co – Driver
Capacity. same as per passenger seat) + ( 1 Driver)- AIS 023

Body Dimensions

i. Overall Length Max. 9500 mm.


36. ii. Overall Width Max. 2600 mm.

iii. Over all Height as per CMVR

650 mm Minimum
iv. Floor Height

37. Floor Structure As per manufacturers design.

As per manufacturers design.


38. Vehicle Structure To meet AIS: 052 norms and tested as per AIS: 031: 2004
(Roll-Over-Test).

Step pan should provide with sturdy structure, antiskid strip,


39. Step pan step edging angle as per rule of AIS: 052 with safety
precautions.

Paneling
40.
a. Out-Side Paneling As per Manufacturers design

b. In-Side Paneling As per Manufacturers design

89
[Type text]

Decorative Aluminum Extruded


41. As per Manufacturers design and meeting std of IS :733
Section

42 Insulation Confirming to IS: 15061 of 2002

43 Passenger & Driver Cabin Flooring As per Manufacturers design

44. Bulk Head Partition If provide, then it shall be as per OEM Design

45. Driver Work Area Driver Work Area should be as per AIS: 047.

FR Grade Composite glass fiber reinforced fiber dash board


or Better Material as per manufacturers design and should be
46. Dash Board
sturdy, durable & decorative with suitable metallic colour
paint.

Personal Luggage Booth for Driver & Co-driver in Driver


47. Driver & Co-driver Luggage Booth
Cabin with proper locking arrangements.

48. First Aid Box 1 No. in Driver Cabin as per CMVR Rules.

In-swing / Out-swing Pneumatic Door with clear glass


window as per requirement of AIS: 052 at LH Side in front
of front axle. Door mechanism should be robust type to
avoid any rattling with good aesthetic look with proper
49. Passenger Door rubber sealing to avoid ingress of water & dust.

Emergency switch should be provided inside & outside of


door. The steps should be as per requirement of AIS: 052
and AIS: 153.

As per manufacturers design with clear glass sliding


window, steps to be provided for driver, Magazine pouch &
50 Driver Door
Bottle holder to be provided on driver door with proper
rubber sealing to avoid ingress of water & dust.

As per manufacturers design to be provided at driver side


behind rear axle with proper rubber sealing to avoid ingress
of water & dust. Also rear windshield acts as an emergency
51. Emergency Exit & Door exit for which glass breaking hammers to be provided with
emergency exit stickers in red colour inside of glass also 2 to
4 both side windows should be declared as an emergency
exit with provision of hammer & stickers.

With aesthetic view in One Piece Curved Laminated


Windshield Glass with Heavy Duty Glass either pasted or
52. FRP Front Show mounted with rubber beading, Wiping System at Bottom of
Windshield(Wiper motor bracket to be reinforced)

Aerodynamic Shape should be provided. FR grade FRP


material should be provided.

90
[Type text]

With aesthetic view including one piece Toughened single


glass either pasted or Mounted with rubber beading at rear
53. FRP Rear Show
body back of FRP Material or as per manufacturers design.
FR grade FRP material should be provided.

As per manufacturers design Battery Box should be properly


54. Battery Box fitted with proper Provision for fitment of Battery Cable to
avoid short circuit of Wiring.

As per AIS: 052 however should not be less than 5 Cubic


55. Luggage Booth
Meter.

56. Roof Hatch As per CMVR/as per AIS: 052 and AIS: 153.

Full stuck on pasted glasses as per manufacturers design.

As per IS: 2553 (Part II) of 1992 or time to time revision.


57. Window & Window Glasses (Tinted & Clear Glasses with visibility Percentage as per
CMVR Rules).Window Gasses for driver cabin bulk head
partition should be clear and all other window glasses should
be Tinted Gray / Bronze Colour.

Near passenger step suitable size and space hand holds to be


58. Decency frame/Step Partition
provided for boarding the passengers.

Hand Holds should be provided as per AIS: 052 Bus Body


Code Norms.
59. Hand Holds.
LH side foremost seat and seat near rear emergency door
should have seat belt and Hand holds for safety of passenger.

Provision for disabled person as per CMVR, AIS: 052 and


60 Provision for Disabled Person.
AIS: 153.

To be provided full width with Good Quality Material and


61 Sun visor for Windshield
Roller type as per manufacturers design.

62 Rear View Mirror As per CMVR provisions

Suitable 1 No. in Driver cabin to observe movements of


63 Cabin Mirror
passengers.

LED Digital Display Destination Board 1 No. at Front & 1


64 Destination Board
No at Rear as per AIS: 052 Bus Body Code.

65 Mud Flap To be provided as per manufacturers design.

Type Approved Standard High Head Rest as per AIS: 023.


Seat belts to be provided at Rear Five Seater RH Side 3 Nos.
66 Passenger Seats Seat & wherever it is necessary.

It should be strong enough to withstand dash. It is mainly to


67 Front, Rear Bumper
avoid damage of Front and Rear show.

91
[Type text]

68 Spare Wheel Bracket Must be provided and shall be as per OEM design

1) Registration No. plate should be High security


Registration plate (HSRP) as per CMVR.
69 Registration No. Plate
Mounting of the AC Unit shall be of Aerodynamically
i. fabricated with roof mounted evaporator and
condenser.

Electro Mechanical Control shall be easily accessible


ii.
on dash board to set the temperature.

AC ducting facility shall be provided for each row of


iii. passenger seats on both side of the bus and also
sufficient for driver cabin.

iv. Capacity of AC Unit shall be at least 27 KW


Air Cond. System with AC Blower Modular Hat Rack should be as per manufacturers
70.
& Hat Rack. design with suitable colour Rexene/fabric to meet IS:
15061 of 2002. The interior luggage racks shall be so
designed in such a way that the luggage is prevented
v.
from falling in the event of sudden braking or due to
forces generated during cornering. AC Double Vent
adjustable Louvers Blower with reading light should
be provided.

Air passage / Duct to be provided in the Driver Work


Area at suitable location for proper in-flow of air
vi.
inside the driver cabin. Driver Work Area should be
provided with Blower to ensure proper ventilation

2K Metallic Paint. (Base Coat + Clear Coat With P.U.


71. Paint i. Painting System. Colour scheme will be finalized by
the UPSRTC.

ii. Step Pan Colour Code should be suitable for disable


person as per CMVR.
Manufacturer can provide different colour vinyl also.

92
[Type text]

Electrical
[1] Maintenance Free Two Batteries of 12 V each, as per
OEM design for Ancillaries Equipments, Lights and Light
Signaling Devices.
[2] The Battery cable should be as per IS: 2465 & IS / ISO
6722. The connections shall be tinted copper enclosed in
Battery for Ancillaries Equipments,
high density PVC Sleeve (with plastic corrugated) as per
Lights and Light Signaling Devices.
CMVR Rules.
[3] The remote battery cut off switch with dash board
control is provided or Battery Cut-off Switch near driver
seat be accepted. The battery cable should pass through
good quality rubber grommet at required places to avoid
short circuit and thermal incidences.
Head Light Assy.,
i. As per CMVR Rules & requirement of
Fog Lamp, Side Indicator
AIS: 052.
Lamp, Tail Lamp Assy.Etc..
Sufficient and attractive LED Tube Lights with inbuilt LED
ii. Passenger saloon Light night lamps to meet the requirement of LUX as per AIS:
052.
72.
iii. Night Lamps 2 Nos. LED Night lamps to be provided.
Sufficient LED Lights should be provided at Driver Cabin,
iv. LED Light Battery Box, Luggage Booth, Conductor, Step Light, near
spare wheel bracket etc…
v. Number plate Light For Rear side number plate light should be provided.
Concealed Type Safety Socket of sufficient capacity for
vi. Charging Socket
each Row of Passenger Seat

vii. ETIM Charger ETIM Charger should be provided in Driver Cabin


Mike, Amplifier, 4 Nos. Speaker of reputed make viz.
viii PA System Ahuja, Carbon or its equivalent manufacturers, as per AIS :
153.
Warning Device for Good quality as per requirements of CMVR & with suitable
ix
Emergency door Sound level.
x. Hooter As per requirements of CMVR and AIS 052

xi. Side Indicator Lamp As per CMVR and AIS 052


Type Approved with Umber Reflector as per AIS : 052
xii. Side Marker Lamp
requirements.
End Outline Marker(Height 2 Nos. White at Front & 2 Nos. of Red at Rear with Proper
xiii.
marker) Fitment. (Type Approved).
xvi. Reverse Horn 1No. to be provided.

93
[Type text]

xvii. Inverter As per CMVR

2 nos. of CCTV at suitable location (to cover complete


passenger & driver cabin area) along with mobile DVR
(Digital video Recording) & the storage of Min. 30 days
recordings with suitable mounting in the bus. Body builder
should provide test certificate of ARAI or its equivalent
Government approved agencies for all Parts & Accessories
xviii Intelligent Transport System
of CCTV.
. (ITS) as per AIS : 140.
2) Reversing camera should be provided with 7”screen.
3) Wi-Fi unit (Optional)
4) (a) Vehicle Location Tracking Device
(b) Panic button for every two seater passenger
Seat.
All bus wiring should be as per IS: 2465 of 1984. Bus
should be fitted with Master Multiplex Wiring compatible
Xix. Wiring.
for auxiliary system like Intelligence Transport System
(ITS) confirming to IP : 67 & AIS : 153.
Wind Screen Wiping System should be as per CMVR and
73. Wind Screen Wiping System
IS : 15802.
i. White Colour at Front Side as per AI:052 requirement
Retro-Reflective Tape of 50 mm
74 wide as per AIS : 090 (Type ii Red Colour at Rear Side as per AIS : 052 requirement
Approved) Yellow colour at LH & RH as per AIS:052
iii
requirements.
Seat Nos., UPSRTC Monogram, various instructions as per
75. Stickers CMVR Rules should be displayed with proper stickers of
good quality.
Standard Tool Box to be provided at appropriate space With
76. Tool Box
Light Arrangement.
77. Reflector As per CMVR requirement
78 Door Lock & Hinges Should be Type Approved.
79 Fire Extinguisher As per AIS 052
Fire Detection & Suppression
80 As per AIS : 135 & AIS : 153
System (FDSS)
Safety Belt for Co-Driver Seat &Where ever Necessary as
81 Safety Belts per IS: 15140 of 2003 (Type Approved) should Provide, 3
Point Safety Belt For Driver Seat should be provided.

94
Curtain rail with good quality hooks & suitable colour fabric
curtain (FR Grade) to be provided for side window, partition
82 Curtain Rail & Curtain
window & windshield. (Colour of fabric will be decided by
UPSRTC after the sample provided)

83 Wheel Caps As per OEM Design

1No. Digital clock of standard make to be provided on


84 Digital Clock
partition saloon side.
85 Document Box 1 No. to be provided.
Tools shall be supplied as per CMVR / MMVR the required
86 Tools for Repairing Spanners, Plier, screwdrivers, etc Tools for primary
repairing and maintenance of Electric Bus.
1) Hydraulic Jack.- 1 No. of suitable capacity.
Tools for Tyre Repairing 2) Spanner for spare wheel bracket- 1 No. or as required.
87
3) Suitable Tommy Bar - 1 No.
4) Wheel Spanner for Tyre Removal.
1) Choke Block (Without Bracket) - 2 Nos.
2) Warning Triangle -2 Nos.
List CMVR Kit Items 3) Spare Fuse as per requirement of chassis - 2 Nos. each
88
4) Spare Bulb for Head Lamp as per CMVR - 2 Nos.
5) Any other CMVR Kit - If required as per amendment
from time to time
Noise level shall be as per requirements of CMVR & AIS:
Noise Level
89 052 & Its amendments time to time, applicable at the time of
delivery of the chassis.
90 Bus Should be Type Approved As per AIS: 052 & Complies to AIS:153, AIS :140 & IP 65

95
Annexure : L
Technical Specifications
Broad Specifications for Fully Built Electric Air Conditioned (AC) Standard for Type III ACX 12 metre
given below.

Sr.
Parameter Specification
No.
1. Propulsion System Electrically Propelled Bus using Electric Propulsion System.
Li-ion OR Li-ion Phosphate Battery OR Li-NMC OR
2. Type of Battery
Superior.
Battery Pack Rating and Energy / Power available for
Propulsion, any deterioration In Propulsion Power with
(e) Battery Pack Rating and usage consequently reducing charge.

Energy / Power Minimum & Maximum Charging %

Maximum 30 Min. Power(kW)

(f) Minimum & Maximum Motor/s Capacity = 200 KW. (Minimum)

Charging % 7. No. of Motors / Batteries as per Manufacturer’s


3. design.

8. Electrical Re-generation required.


(g) Maximum 30
9. Charging Mode – AC or DC Charging required.
Min. Power(kw)
10. Off Board or On Board Charging Required

11. Charging Time less than 4 hours.


(h) Motor/s Capacity
12. Safety – Short circuit / Over Temperature is
mandatory.
Efficient & Robust Battery Cooling System to be provided
4. Battery Cooling System
for Minimum Maintenance.
5. Battery Life As per OEM design

6. Battery Charging System As per Manufacturer’s design.

Optimal Rating, Type, Make, Model of Electric Drive


7. Electric Drive Motors
Motors with minimum maintenance.

Attain Bus Maximum Speed of at least 100 kmph (Without


Rated Performance at GVW in Stop
8. Speed Limiter) at GVW Load, Air Conditioning and Other
/ Start In Mofussil Operation
Sub System Operational.

9. Acceleration (Meter / Sec.²) As per OEM design

Bus Speed of 0 – 30 kmph in


10. ≤ 10.5
Seconds.
11. Maximum Speed Maximum Speed should be at least 100 kmph

12. Grade ability from Stop at GVW 15%

96
[Type text]

Sr.
Parameter Specification
No.

Power Requirement for Air


13. Required to be provided by Electrical Propulsion System.
Conditioning System, ITS, etc..

Electrical Propulsion System / Sub Systems (Batteries)


Temperature, Motor Speed in RPM, Vehicle Speed, Motor
Percent Load (Torque), Diagnostic Message (Electrical
14. Electrical Propulsion System. Propulsion System Batteries, Cooling System, Motor,
Traction Controller Specific), SOC it Vehicle Health
Monitoring System (Battery Health + Regenerative Brake
Charging).

Electrical Propulsion System As per Manufacturer’s Design / Preferably Battery Location


15.
Location below floor.

300 km. Minimum in single charging on actual condition


with GVW and AC ( Air conditioned on status with 80 %
16. Charging Range
SOC shall run throughout the contract period and
considering traffic congestion )

17. Transmission Automatic and as per Manufacturer’s Design.

18. Front Axle As per Manufacturer’s Design.

19. Rear Axle As per manufactures design.

20. Steering AS per CMVR

Disc Cam / Drum Brakes with ABS System as per CMVR


23. Brakes Rules.

(at both front and rear end)


24. Wheels (Tyres) As per OEM design

25. Turning Circle As per CMVR Rules.

26. Front End Structure As per manufacturer design.

27. Driver Seat As per requirements of AIS: 023.

As per CMVR Rules ……

19.1 Wheel Base As per CMVR & OEM Design

26. Chassis 19.2 Front Over Hang as per CMVR

19.3 Rear Over Hang as per CMVR

19.4 Total Length Not more than12000 mm.

97
[Type text]

27. Towing Hook Rigid Towing Hook at Front should be provided as per
Sr.
Parameter Specification
No.
Manufacturers design.
As per manufacturers design fully Air Suspension at front
28. Suspension
and rear end

29. Shock Absorber AS per OEM

30. GVW As per CMVR Rules & its amendments

31. Speed Limiting Device As per CMVR

Accessibility
32. AS per OEM design , maintenance friendly
The Control panel with required control meters shall be
33. Control Panel easily visible and accessible as per current CMVR & AIS:
052 requirements.

Type III ACX 12Meter, Bus Model should be approved as


34. Type of Bus per AIS: 052 and its amendments from time to time by any
Government Approved Organization.

35. Seating System & Seating 2 x 2 Standard push back = Minimum 43 + 1(Co – Driver
Capacity. same as per passenger seat) + ( 1 Driver)- AIS 023

Body Dimensions

i. Overall Length Max. 12000 mm.


36. ii. Overall Width Max. 2600 mm.

iii. Over all Height as per CMVR

1100 mm Minimum (Must meet the luggage space criteria of


iv. Floor Height
minimum of 3 cubic meter)

37. Floor Structure As per manufacturers design.

As per manufacturers design.


38. Vehicle Structure To meet AIS: 052 norms and tested as per AIS: 031: 2004
(Roll-Over-Test).

Step pan should provide with sturdy structure, antiskid strip,


39. Step pan step edging angle as per rule of AIS: 052 with safety
precautions.

Paneling
40.
a. Out-Side Paneling As per Manufacturers design

b. In-Side Paneling As per Manufacturers design

98
[Type text]

Decorative Aluminum Extruded


41. As per Manufacturers design and meeting std of IS :733
Section

42 Insulation Confirming to IS: 15061 of 2002

43 Passenger & Driver Cabin Flooring As per Manufacturers design

44. Bulk Head Partition If provide, then it shall be as per OEM Design

45. Driver Work Area Driver Work Area should be as per AIS: 047.

FR Grade Composite glass fiber reinforced fiber dash board


or Better Material as per manufacturers design and should be
46. Dash Board
sturdy, durable & decorative with suitable metallic colour
paint.

Personal Luggage Booth for Driver & Co-driver in Driver


47. Driver & Co-driver Luggage Booth
Cabin with proper locking arrangements.

48. First Aid Box 1 No. in Driver Cabin as per CMVR Rules.

In-swing / Out-swing Pneumatic Door with clear glass


window as per requirement of AIS: 052 at LH Side in front
of front axle. Door mechanism should be robust type to
avoid any rattling with good aesthetic look with proper
49. Passenger Door rubber sealing to avoid ingress of water & dust.

Emergency switch should be provided inside & outside of


door. The steps should be as per requirement of AIS: 052
and AIS: 153.

As per manufacturers design with clear glass sliding


window, steps to be provided for driver, Magazine pouch &
50 Driver Door
Bottle holder to be provided on driver door with proper
rubber sealing to avoid ingress of water & dust.

As per manufacturers design to be provided at driver side


behind rear axle with proper rubber sealing to avoid ingress
of water & dust. Also rear windshield acts as an emergency
51. Emergency Exit & Door exit for which glass breaking hammers to be provided with
emergency exit stickers in red colour inside of glass also 2 to
4 both side windows should be declared as an emergency
exit with provision of hammer & stickers.

With aesthetic view in One Piece Curved Laminated


Windshield Glass with Heavy Duty Glass either pasted or
52. FRP Front Show mounted with rubber beading, Wiping System at Bottom of
Windshield(Wiper motor bracket to be reinforced)

Aerodynamic Shape should be provided. FR grade FRP

99
[Type text]

material should be provided.

With aesthetic view including one piece Toughened single


glass either pasted or Mounted with rubber beading at rear
53. FRP Rear Show
body back of FRP Material or as per manufacturers design.
FR grade FRP material should be provided.

As per manufacturers design Battery Box should be properly


54. Battery Box fitted with proper Provision for fitment of Battery Cable to
avoid short circuit of Wiring.

As per AIS: 052 however should not be less than 5 Cubic


55. Luggage Booth
Meter.

56. Roof Hatch As per CMVR/as per AIS: 052 and AIS: 153.

Full stuck on pasted glasses as per manufacturers design.

As per IS: 2553 (Part II) of 1992 or time to time revision.


57. Window & Window Glasses (Tinted & Clear Glasses with visibility Percentage as per
CMVR Rules).Window Gasses for driver cabin bulk head
partition should be clear and all other window glasses should
be Tinted Gray / Bronze Colour.

Near passenger step suitable size and space hand holds to be


58. Decency frame/Step Partition
provided for boarding the passengers.

Hand Holds should be provided as per AIS: 052 Bus Body


Code Norms.
59. Hand Holds.
LH side foremost seat and seat near rear emergency door
should have seat belt and Hand holds for safety of passenger.

Provision for disabled person as per CMVR, AIS: 052 and


60 Provision for Disabled Person.
AIS: 153.

To be provided full width with Good Quality Material and


61 Sun visor for Windshield
Roller type as per manufacturers design.

62 Rear View Mirror As per CMVR provisions

Suitable 1 No. in Driver cabin to observe movements of


63 Cabin Mirror
passengers.

LED Digital Display Destination Board 1 No. at Front & 1


64 Destination Board
No at Rear as per AIS: 052 Bus Body Code.

65 Mud Flap To be provided as per manufacturers design.

100
[Type text]

Type Approved Push Back Type Seats with footrest of any


standard make which are used by bus manufacturer for 2 x 2
66 Passenger Seats seat layout with water bottle holder, Magazine pouch & Bag
hook as per AIS: 023. Seat belts to be provided at Rear Five
Seater RH Side 3 Nos. Seat & wherever it is necessary.

It should be strong enough to withstand dash. It is mainly to


67 Front, Rear Bumper
avoid damage of Front and Rear show.

68 Spare Wheel Bracket Must be provided and shall be as per OEM design

2) Registration No. plate should be High security


Registration plate (HSRP) as per CMVR.
69 Registration No. Plate
Mounting of the AC Unit shall be of Aerodynamically
i. fabricated with roof mounted evaporator and
condenser.

Electro Mechanical Control shall be easily accessible


ii.
on dash board to set the temperature.

AC ducting facility shall be provided for each row of


iii. passenger seats on both side of the bus and also
sufficient for driver cabin.

iv. Capacity of AC Unit shall be at least 36 KW


Air Cond. System with AC Blower Modular Hat Rack should be as per manufacturers
70.
& Hat Rack. design with suitable colour Rexene/fabric to meet IS:
15061 of 2002. The interior luggage racks shall be so
designed in such a way that the luggage is prevented
v.
from falling in the event of sudden braking or due to
forces generated during cornering. AC Double Vent
adjustable Louvers Blower with reading light should
be provided.

Air passage / Duct to be provided in the Driver Work


Area at suitable location for proper in-flow of air
vi.
inside the driver cabin. Driver Work Area should be
provided with Blower to ensure proper ventilation

101
[Type text]

i.
2K Metallic Paint. (Base Coat + Clear Coat With P.U.
71. Paint Painting System. Colour scheme will be finalized by
the UPSRTC.
ii. Step Pan Colour Code should be suitable for disable
person as per CMVR.
Manufacturer can provide different colour vinyl also.
Electrical
[4] Maintenance Free Two Batteries of 12 V each, as per
OEM design for Ancillaries Equipments, Lights and Light
Signaling Devices.
[5] The Battery cable should be as per IS: 2465 & IS / ISO
6722. The connections shall be tinted copper enclosed in
Battery for Ancillaries Equipments,
high density PVC Sleeve (with plastic corrugated) as per
Lights and Light Signaling Devices.
CMVR Rules.
[6] The remote battery cut off switch with dash board
control is provided or Battery Cut-off Switch near driver
seat be accepted. The battery cable should pass through
good quality rubber grommet at required places to avoid
short circuit and thermal incidences.
Head Light Assy.,
i. As per CMVR Rules & requirement of
Fog Lamp, Side Indicator
AIS: 052.
Lamp, Tail Lamp Assy.Etc..
Sufficient and attractive LED Tube Lights with inbuilt LED
ii. Passenger saloon Light night lamps to meet the requirement of LUX as per AIS:
052.
72.
iii. Night Lamps 2 Nos. LED Night lamps to be provided.
Sufficient LED Lights should be provided at Driver Cabin,
iv. LED Light Battery Box, Luggage Booth, Conductor, Step Light, near
spare wheel bracket etc…
v. Number plate Light For Rear side number plate light should be provided.
Concealed Type Safety Socket of sufficient capacity for
vi. Charging Socket
each Row of Passenger Seat

vii. ETIM Charger ETIM Charger should be provided in Driver Cabin


Mike, Amplifier, 4 Nos. Speaker of reputed make viz.
viii PA System Ahuja, Carbon or its equivalent manufacturers, as per AIS :
153.
Warning Device for Good quality as per requirements of CMVR & with suitable
ix
Emergency door Sound level.
x. Hooter As per requirements of CMVR and AIS 052

xi. Side Indicator Lamp As per CMVR and AIS 052

102
[Type text]

Type Approved with Umber Reflector as per AIS : 052


xii. Side Marker Lamp
requirements.
End Outline Marker(Height 2 Nos. White at Front & 2 Nos. of Red at Rear with Proper
xiii.
marker) Fitment. (Type Approved).
xvi. Reverse Horn 1No. to be provided.

xvii. Inverter As per CMVR

2 nos. of CCTV at suitable location (to cover complete


passenger & driver cabin area) along with mobile DVR
(Digital video Recording) & the storage of Min. 30 days
recordings with suitable mounting in the bus. Body builder
should provide test certificate of ARAI or its equivalent
Government approved agencies for all Parts & Accessories
xviii Intelligent Transport System
of CCTV.
. (ITS) as per AIS : 140.
2) Reversing camera should be provided with 7”screen.
3) Wi-Fi unit (Optional)
4) (a) Vehicle Location Tracking Device
(b) Panic button for every two seater passenger
Seat.
All bus wiring should be as per IS: 2465 of 1984. Bus
should be fitted with Master Multiplex Wiring compatible
Xix. Wiring.
for auxiliary system like Intelligence Transport System
(ITS) confirming to IP : 67 & AIS : 153.
Wind Screen Wiping System should be as per CMVR and
73. Wind Screen Wiping System
IS : 15802.
i. White Colour at Front Side as per AI:052 requirement
Retro-Reflective Tape of 50 mm
74 wide as per AIS : 090 (Type ii Red Colour at Rear Side as per AIS : 052 requirement
Approved) Yellow colour at LH & RH as per AIS:052
iii
requirements.
Seat Nos., UPSRTC Monogram, various instructions as per
75. Stickers CMVR Rules should be displayed with proper stickers of
good quality.
Standard Tool Box to be provided at appropriate space With
76. Tool Box
Light Arrangement.
77. Reflector As per CMVR requirement
78 Door Lock & Hinges Should be Type Approved.
79 Fire Extinguisher As per AIS 052
Fire Detection & Suppression
80 As per AIS : 135 & AIS : 153
System (FDSS)
Safety Belt for Co-Driver Seat &Where ever Necessary as
81 Safety Belts per IS: 15140 of 2003 (Type Approved) should Provide, 3
Point Safety Belt For Driver Seat should be provided.

103
Curtain rail with good quality hooks & suitable colour fabric
curtain (FR Grade) to be provided for side window, partition
82 Curtain Rail & Curtain
window & windshield. (Colour of fabric will be decided by
UPSRTC after the sample provided)

83 Wheel Caps As per OEM Design

1No. Digital clock of standard make to be provided on


84 Digital Clock
partition saloon side.
85 Document Box 1 No. to be provided.
Tools shall be supplied as per CMVR / MMVR the required
86 Tools for Repairing Spanners, Plier, screwdrivers, etc Tools for primary
repairing and maintenance of Electric Bus.
5) Hydraulic Jack.- 1 No. of suitable capacity.
Tools for Tyre Repairing 6) Spanner for spare wheel bracket- 1 No. or as required.
87
7) Suitable Tommy Bar - 1 No.
8) Wheel Spanner for Tyre Removal.
6) Choke Block (Without Bracket) - 2 Nos.
7) Warning Triangle -2 Nos.
List CMVR Kit Items 8) Spare Fuse as per requirement of chassis - 2 Nos. each
88
9) Spare Bulb for Head Lamp as per CMVR - 2 Nos.
10) Any other CMVR Kit - If required as per
amendment from time to time
Noise level shall be as per requirements of CMVR & AIS:
Noise Level
89 052 & Its amendments time to time, applicable at the time of
delivery of the chassis.
90 Bus Should be Type Approved As per AIS: 052 & Complies to AIS:153, AIS :140 & IP 65

UPSRTC have reserved right to change the design, Specifications and material as per
suitability / Requirement.

104
Annexure : L
Technical Specifications
Broad Specifications for Fully Built Electric Air Conditioned (AC) Standard for Type II ACX 12 metre
given below.

Sr.
Parameter Specification
No.
1. Propulsion System Electrically Propelled Bus using Electric Propulsion System.
Li-ion OR Li-ion Phosphate Battery OR Li-NMC OR
2. Type of Battery
Superior.
Battery Pack Rating and Energy / Power available for
Propulsion, any deterioration In Propulsion Power with
(i) Battery Pack Rating and usage consequently reducing charge.

Energy / Power Minimum & Maximum Charging %

Maximum 30 Min. Power(kW)

(j) Minimum & Maximum Motor/s Capacity = 200 KW. (Minimum)

Charging % 13. No. of Motors / Batteries as per Manufacturer’s


3. design.

14. Electrical Re-generation required.


(k) Maximum 30
15. Charging Mode – AC or DC Charging required.
Min. Power(kw)
16. Off Board or On Board Charging Required

17. Charging Time less than 4 hours.


(l) Motor/s Capacity
18. Safety – Short circuit / Over Temperature is
mandatory.
Efficient & Robust Battery Cooling System to be provided
4. Battery Cooling System
for Minimum Maintenance.
5. Battery Life As per OEM design

6. Battery Charging System As per Manufacturer’s design.

Optimal Rating, Type, Make, Model of Electric Drive


7. Electric Drive Motors
Motors with minimum maintenance.

Attain Bus Maximum Speed of at least 100 kmph (Without


Rated Performance at GVW in Stop
8. Speed Limiter) at GVW Load, Air Conditioning and Other
/ Start In Mofussil Operation
Sub System Operational.

9. Acceleration (Meter / Sec.²) As per OEM design

Bus Speed of 0 – 30 kmph in


10. ≤ 10.5
Seconds.
11. Maximum Speed Maximum Speed should be at least 80 kmph

12. Grade ability from Stop at GVW 15%

105
[Type text]

Sr.
Parameter Specification
No.

Power Requirement for Air


13. Required to be provided by Electrical Propulsion System.
Conditioning System, ITS, etc..

Electrical Propulsion System / Sub Systems (Batteries)


Temperature, Motor Speed in RPM, Vehicle Speed, Motor
Percent Load (Torque), Diagnostic Message (Electrical
14. Electrical Propulsion System. Propulsion System Batteries, Cooling System, Motor,
Traction Controller Specific), SOC it Vehicle Health
Monitoring System (Battery Health + Regenerative Brake
Charging).

Electrical Propulsion System As per Manufacturer’s Design / Preferably Battery Location


15.
Location below floor.

250 km. Minimum in single charging on actual condition


with GVW and AC ( Air conditioned on status with 80 %
16. Charging Range
SOC shall run throughout the contract period and
considering traffic congestion )

17. Transmission Automatic and as per Manufacturer’s Design.

18. Front Axle As per Manufacturer’s Design.

19. Rear Axle As per manufactures design.

20. Steering AS per CMVR

Disc Cam/Drum Brakes with ABS System as per CMVR


23. Brakes Rules.

(at both front and rear end)


24. Wheels (Tyres) As per OEM design

25. Turning Circle As per CMVR Rules.

26. Front End Structure As per manufacturer design.

27. Driver Seat As per requirements of AIS: 023.

As per CMVR Rules ……

19.1 Wheel Base As per CMVR & OEM Design

26. Chassis 19.2 Front Over Hang as per CMVR

19.3 Rear Over Hang as per CMVR

19.4 Total Length Not more than12000 mm.

106
[Type text]

27. Towing Hook Rigid Towing Hook at Front should be provided as per
Sr.
Parameter Specification
No.

manufacturers design.

As per manufacturers design fully Air Suspension at front


28. Suspension
and rear end

29. Shock Absorber AS per OEM

30. GVW As per CMVR Rules & its amendments

31. Speed Limiting Device As per CMVR

Accessibility
32. AS per OEM design , maintenance friendly
The Control panel with required control meters shall be
33. Control Panel easily visible and accessible as per current CMVR & AIS:
052 requirements.

Type II ACX 12Meter, Bus Model should be approved as


34. Type of Bus per AIS: 052 and its amendments from time to time by any
Government Approved Organization.

35. Seating System & Seating 2 x 3 Standard = Minimum 51 + 1(Co – Driver same as
Capacity. per passenger seat) + ( 1 Driver)- AIS 023

Body Dimensions

i. Overall Length Max. 12000 mm.


36. ii. Overall Width Max. 2600 mm.

iii. Over all Height as per CMVR

900 mm Minimum
iv. Floor Height

37. Floor Structure As per manufacturers design.

As per manufacturers design.


38. Vehicle Structure To meet AIS: 052 norms and tested as per AIS: 031: 2004
(Roll-Over-Test).

Step pan should provide with sturdy structure, antiskid strip,


39. Step pan step edging angle as per rule of AIS: 052 with safety
precautions.
Paneling
40.
a. Out-Side Paneling As per Manufacturers design

b. In-Side Paneling As per Manufacturers design

107
[Type text]

Decorative Aluminum
41. As per Manufacturers design and meeting std of IS :733
Extruded Section

42 Insulation Confirming to IS: 15061 of 2002


43 Passenger & Driver Cabin As per Manufacturers design
Flooring
44. Bulk Head Partition If provide, then it shall be as per OEM Design

45. Driver Work Area Driver Work Area should be as per AIS: 047.

FR Grade Composite glass fiber reinforced fiber dash board or


Better Material as per manufacturers design and should be sturdy,
46. Dash Board
durable & decorative with suitable metallic colour paint.

Personal Luggage Booth for Driver & Co-driver in Driver Cabin with
47. Driver & Co-driver Luggage
Booth proper locking arrangements.

48. First Aid Box 1 No. in Driver Cabin as per CMVR Rules.

In-swing / Out-swing Pneumatic Door with clear glass window as


per requirement of AIS: 052 at LH Side in front of front axle. Door
mechanism should be robust type to avoid any rattling with good
aesthetic look with proper rubber sealing to avoid ingress of water
49. Passenger Door & dust.

Emergency switch should be provided inside & outside of door. The


steps should be as per requirement of AIS: 052 and AIS: 153.

As per manufacturers design with clear glass sliding window, steps


to be provided for driver, Magazine pouch & Bottle holder to be
50 Driver Door
provided on driver door with proper rubber sealing to avoid ingress
of water & dust.

As per manufacturers design to be provided at driver side behind


rear axle with proper rubber sealing to avoid ingress of water &
dust. Also rear windshield acts as an emergency exit for which glass
51. Emergency Exit & Door breaking hammers to be provided with emergency exit stickers in
red colour inside of glass also 2 to 4 both side windows should be
declared as an emergency exit with provision of hammer & stickers.

With aesthetic view in One Piece Curved Laminated Windshield


Glass with Heavy Duty Glass either pasted or mounted with rubber
52. FRP Front Show beading, Wiping System at Bottom of Windshield(Wiper motor
bracket to be reinforced).
Aerodynamic Shape should be provided. FR grade FRP material
should be provided.

108
[Type text]

With aesthetic view including one piece Toughened single


glass either pasted or Mounted with rubber beading at rear
53. FRP Rear Show
body back of FRP Material or as per manufacturers design.
FR grade FRP material should be provided.

As per manufacturers design Battery Box should be properly


54. Battery Box fitted with proper Provision for fitment of Battery Cable to
avoid short circuit of Wiring.

As per AIS: 052 however should not be less than 3 Cubic


55. Luggage Booth
Meter.

56. Roof Hatch As per CMVR/as per AIS: 052 and AIS: 153.

Full stuck on pasted glasses as per manufacturers design.

As per IS: 2553 (Part II) of 1992 or time to time revision.


57. Window & Window Glasses (Tinted & Clear Glasses with visibility Percentage as per
CMVR Rules).Window Gasses for driver cabin bulk head
partition should be clear and all other window glasses should
be Tinted Gray / Bronze Colour.

Near passenger step suitable size and space hand holds to be


58. Decency frame/Step Partition
provided for boarding the passengers.

Hand Holds should be provided as per AIS: 052 Bus Body


Code Norms.
59. Hand Holds.
LH side foremost seat and seat near rear emergency door
should have seat belt and Hand holds for safety of passenger.

Provision for disabled person as per CMVR, AIS: 052 and


60 Provision for Disabled Person.
AIS: 153.

To be provided full width with Good Quality Material and


61 Sun visor for Windshield
Roller type as per manufacturers design.

62 Rear View Mirror As per CMVR provisions

Suitable 1 No. in Driver cabin to observe movements of


63 Cabin Mirror
passengers.

LED Digital Display Destination Board 1 No. at Front & 1


64 Destination Board
No at Rear as per AIS: 052 Bus Body Code.

65 Mud Flap To be provided as per manufacturers design.

Type Approved fixed Seats with footrest of any standard


make which are used by bus manufacturer for 2 x 3 seat layout
66 Passenger Seats with water bottle holder, Magazine pouch & Bag hook as per
AIS: 023. Seat belts to be provided at Rear Five Seater RH
Side 3 Nos. Seat & wherever it is necessary.

109
[Type text]

It should be strong enough to withstand dash. It is mainly to


67 Front, Rear Bumper
avoid damage of Front and Rear show.

68 Spare Wheel Bracket Must be provided and shall be as per OEM design

3) Registration No. plate should be High security


Registration plate (HSRP) as per CMVR.
69 Registration No. Plate
Mounting of the AC Unit shall be of Aerodynamically
i. fabricated with roof mounted evaporator and
condenser.

Electro Mechanical Control shall be easily accessible


ii.
on dash board to set the temperature.

AC ducting facility shall be provided for each row of


iii. passenger seats on both side of the bus and also
sufficient for driver cabin.

iv. Capacity of AC Unit shall be at least 36 KW


Air Cond. System with AC Blower Modular Hat Rack should be as per manufacturers
70.
& Hat Rack.
design with suitable colour Rexene/fabric to meet IS:
15061 of 2002. The interior luggage racks shall be so
designed in such a way that the luggage is prevented
v.
from falling in the event of sudden braking or due to
forces generated during cornering. AC Double Vent
adjustable Louvers Blower with reading light should
be provided.

Air passage / Duct to be provided in the Driver Work


Area at suitable location for proper in-flow of air
vi.
inside the driver cabin. Driver Work Area should be
provided with Blower to ensure proper ventilation

i.
2K Metallic Paint. (Base Coat + Clear Coat With P.U.
71. Paint Painting System. Colour scheme will be finalized by
the UPSRTC.

Step Pan Colour Code should be suitable for disable


ii. person as per CMVR.
Manufacturer can provide different colour vinyl also.

110
[Type text]

Electrical
[7] Maintenance Free Two Batteries of 12 V each, as per
OEM design for Ancillaries Equipments, Lights and Light
Signaling Devices.
[8] The Battery cable should be as per IS: 2465 & IS / ISO
6722. The connections shall be tinted copper enclosed in
Battery for Ancillaries Equipments,
high density PVC Sleeve (with plastic corrugated) as per
Lights and Light Signaling Devices.
CMVR Rules.
[9] The remote battery cut off switch with dash board
control is provided or Battery Cut-off Switch near driver
seat be accepted. The battery cable should pass through
good quality rubber grommet at required places to avoid
short circuit and thermal incidences.
Head Light Assy.,
i. As per CMVR Rules & requirement of
Fog Lamp, Side Indicator
AIS: 052.
Lamp, Tail Lamp Assy.Etc..
Sufficient and attractive LED Tube Lights with inbuilt LED
ii. Passenger saloon Light night lamps to meet the requirement of LUX as per AIS:
052.
72.
iii. Night Lamps 2 Nos. LED Night lamps to be provided.
Sufficient LED Lights should be provided at Driver Cabin,
iv. LED Light Battery Box, Luggage Booth, Conductor, Step Light, near
spare wheel bracket etc…
v. Number plate Light For Rear side number plate light should be provided.
Concealed Type Safety Socket of sufficient capacity for
vi. Charging Socket
each Row of Passenger Seat

vii. ETIM Charger ETIM Charger should be provided in Driver Cabin


Mike, Amplifier, 4 Nos. Speaker of reputed make viz.
viii PA System Ahuja, Carbon or its equivalent manufacturers, as per AIS :
153.
Warning Device for Good quality as per requirements of CMVR & with suitable
ix
Emergency door Sound level.
x. Hooter As per requirements of CMVR and AIS 052

xi. Side Indicator Lamp As per CMVR and AIS 052


Type Approved with Umber Reflector as per AIS : 052
xii. Side Marker Lamp
requirements.
End Outline Marker(Height 2 Nos. White at Front & 2 Nos. of Red at Rear with Proper
xiii.
marker) Fitment. (Type Approved).
xvi. Reverse Horn 1No. to be provided.

xvii. Inverter As per CMVR

111
[Type text]

2 nos. of CCTV at suitable location (to cover complete


passenger & driver cabin area) along with mobile DVR
(Digital video Recording) & the storage of Min. 30 days
recordings with suitable mounting in the bus. Body builder
should provide test certificate of ARAI or its equivalent
Government approved agencies for all Parts & Accessories
xviii Intelligent Transport System
of CCTV.
. (ITS) as per AIS : 140.
2) Reversing camera should be provided with 7”screen.
3) Wi-Fi unit (Optional)
4) (a) Vehicle Location Tracking Device
(b) Panic button for every two seater passenger
Seat.
All bus wiring should be as per IS: 2465 of 1984. Bus
should be fitted with Master Multiplex Wiring compatible
Xix. Wiring.
for auxiliary system like Intelligence Transport System
(ITS) confirming to IP : 67 & AIS : 153.
Wind Screen Wiping System should be as per CMVR and
73. Wind Screen Wiping System
IS : 15802.
i. White Colour at Front Side as per AI:052 requirement
Retro-Reflective Tape of 50 mm
74 wide as per AIS : 090 (Type ii Red Colour at Rear Side as per AIS : 052 requirement
Approved) Yellow colour at LH & RH as per AIS:052
iii
requirements.
Seat Nos., UPSRTC Monogram, various instructions as per
75. Stickers CMVR Rules should be displayed with proper stickers of
good quality.
Standard Tool Box to be provided at appropriate space With
76. Tool Box
Light Arrangement.
77. Reflector As per CMVR requirement
78 Door Lock & Hinges Should be Type Approved.
79 Fire Extinguisher As per AIS 052
Fire Detection & Suppression
80 As per AIS : 135 & AIS : 153
System (FDSS)
Safety Belt for Co-Driver Seat &Where ever Necessary as
81 Safety Belts per IS: 15140 of 2003 (Type Approved) should Provide, 3
Point Safety Belt For Driver Seat should be provided.

112
[Type text]

Curtain rail with good quality hooks & suitable colour fabric
curtain (FR Grade) to be provided for side window, partition
82 Curtain Rail & Curtain
window & windshield. (Colour of fabric will be decided by
UPSRTC after the sample provided)

83 Wheel Caps As per OEM Design

1No. Digital clock of standard make to be provided on


84 Digital Clock
partition saloon side.
85 Document Box 1 No. to be provided.
Tools shall be supplied as per CMVR / MMVR the required
86 Tools for Repairing Spanners, Plier, screwdrivers, etc Tools for primary
repairing and maintenance of Electric Bus.
9) Hydraulic Jack.- 1 No. of suitable capacity.
Tools for Tyre Repairing 10) Spanner for spare wheel bracket- 1 No. or as required.
87
11) Suitable Tommy Bar - 1 No.
12) Wheel Spanner for Tyre Removal.
11) Choke Block (Without Bracket) - 2 Nos.
12) Warning Triangle -2 Nos.
List CMVR Kit Items 13) Spare Fuse as per requirement of chassis - 2 Nos. each
88
14) Spare Bulb for Head Lamp as per CMVR - 2 Nos.
15) Any other CMVR Kit - If required as per
amendment from time to time
Noise level shall be as per requirements of CMVR & AIS:
Noise Level
89 052 & Its amendments time to time, applicable at the time of
delivery of the chassis.
90 Bus Should be Type Approved As per AIS: 052 & Complies to AIS:153, AIS :140 & IP 65

UPSRTC have reserved right to change the design, Specifications and material as per suitability /
Requirement.

113
[Type text]

114
[Type text]

Annexure-N
ROUTEWISE REPORT FOR THE MONTH OF NOVEMBER -2023
TYPE OF Min
vacancy BUS
ROUTE BUS SEAT NO.
S.NO REGION DEPOT NAME ROUTE NAME of IPKM LENGTH
LENGTH Type LAYOUT OF
buses 12M/9M
3/Type 2 SEATS
1 2 3 4 5 6 8 9 10 11 12
1 AGRA FORT AGRA- ETAWAH 138 3 40.85 2 12 2X3 51
2 AGRA FORT AGRA-MTH-HDL-PLW- GURUGRAM 197 1 40.49 3 12 2X2 44
3 AGRA FORT AGR-MTH-HDL-PLW-DELHI 195 4 41.94 3 12 2X2 44
4 AGRA FORT AGRA NOYIDA 219 10 40.69 3 12 2X2 44
5 AGRA FORT AGRA-SAHVED-NIBOHRA-BAH 129 3 34.61 2 12 2X3 51
6 AGRA FORT AGRA ALIGARH N.SEVA 91 8 36.36 2 9 2X3 38
7 AGRA FORT AGRA-MNP- FARUKHABAD 189 8 39.74 3 12 2X2 44
8 AGRA FORT AGR-EDON-FATEHABAD-.MAINPURI 128 1 43.28 2 12 2X3 51
AGR.FATE.SAMSA.-MTH-HDL-PLW-
2X2 44
9 AGRA FORT GURUGRAM 203 1 40.27 3 12
10 AGRA FORT AGR-GOLA KUTUBPUR MANPURI 83 1 37.59 2 9 2X3 38
11 AGRA FORT AGR-KHURJA.FATHABAD.RIHAVLI 186 1 42.97 3 12 2X2 44
12 AGRA FORT AGR-MIHAVA- BAH 126 1 37.33 2 12 2X3 51
13 AGRA FORT AGR-ETAH-KSG-SORON 223 8 43.74 3 12 2X2 44
14 AGRA FORT AGR MATHURA-BAH-JAITPUR 212 1 50.12 3 12 2X2 44
15 AGRA FORT AGR-ETAH-GANJDUDVARA 216 1 38.13 3 12 2X2 44
16 AGRA FORT AGR--ETAH-KAYAMGANJ 203 1 42.81 3 12 2X2 44
17 AGRA FORT AGR.ETAH-KASAGANJ 104 4 40.09 2 12 2X3 51
18 AGRA FORT AGR-.ETAH 89 4 32.11 2 9 2X3 38
19 AGRA FORT AGR-GOVARDHAN-.FIROJABAD 199 3 33.88 3 12 2X2 44
20 AGRA TAJ AGRA-KANNOJ 225 1 41.17 3 12 2X2 44
AGRA-HODAL-PALWAL-BADARPUR-
2X2 44
21 AGRA TAJ FIROZABAD 196 11 40.29 3 12
22 AGRA TAJ AGRA-MAINPURI 128 4 40.86 2 12 2X3 51
23 AGRA TAJ AGRA- PINAHAT 55 10 43.14 2 9 2X3 38
[Type text]

24 AGRA TAJ AGRA-NOIDA-SARAYKALE KHAN-DELHI 209 5 39.45 3 12 2X2 44


25 AGRA FOUNDRY NAGAR AGRA-BISHAWAR 128 1 38.49 2 12 2X3 51
26 AGRA FOUNDRY NAGAR AGRA-FARIHA 64 1 42.56 2 9 2X3 38
27 AGRA FOUNDRY NAGAR AGRA-KHERAGADH 40 2 41.68 2 9 2X3 38
28 AGRA FOUNDRY NAGAR AGRA-NOIDA 219 4 41.73 3 12 2X2 44
29 AGRA FOUNDRY NAGAR AGRA- SADABAD ALIGARH 91 2 44.30 2 9 2X3 38
30 AGRA FOUNDRY NAGAR AGRA-MAINPURI-FARRUKHABAD 199 19 40.86 3 12 2X2 44
31 AGRA FOUNDRY NAGAR BAH-AGRA- FIROZABAD 121 2 54.93 2 12 2X3 51
32 AGRA FOUNDRY NAGAR BAH-AGRA-SAINYA-KHERAGARH 94 1 51.41 2 9 2X3 38
33 AGRA FOUNDRY NAGAR AGRA-ETAH-PINAHAT 144 3 35.69 2 12 2X3 51
34 AGRA FOUNDRY NAGAR MATHURA-AGRA-BAH-JAITPUR 150 1 48.23 2 12 2X3 51
35 AGRA FOUNDRY NAGAR MATHURA-AGRA-PINAHAT 119 2 55.44 2 12 2X3 51
36 AGRA FOUNDRY NAGAR AGRA-BAH-PINAHAT 73 1 57.11 2 9 2X3 38
37 AGRA FOUNDRY NAGAR AGRA-BAH-KACHOURAGHAT 99 3 30.78 2 9 2X3 38
38 AGRA FOUNDRY NAGAR AGRA-MATHURA-FIROZABAD 111 6 34.69 2 12 2X3 51
39 AGRA FOUNDRY NAGAR AGRA-BAH-FIROZABAD 121 1 37.80 2 12 2X3 51
40 AGRA IDGAAH AGRA DHOLPUR 56 6 47.12 2 9 2X3 38
41 AGRA IDGAAH AGR-MTH-HDL-PALWAL-GURUGRAM 209 1 45.13 3 12 2X2 44
42 AGRA IDGAAH AGRA-FARUKHABAD 199 1 40.81 3 12 2X2 44
43 AGRA IDGAAH AGRA-TANTPUR 68 4 43.74 2 9 2X3 38
44 AGRA IDGAAH AGR-BRT-KELADEVI 218 1 40.35 3 12 2X2 44
45 AGRA IDGAAH AGRA GWALIOR 127 7 40.22 2 12 2X3 51
46 AGRA IDGAAH AGR-KHERIYA- DHOLPUR 99 2 45.30 2 9 2X3 38
47 AGRA IDGAAH AGR-LADUKHEDA-GWALIOR 159 2 44.06 2 12 2X3 51
48 AGRA IDGAAH AGRA-BASAI 78 2 41.15 2 9 2X3 38
49 AGRA IDGAAH AGRA MTH.GOVDH HATHRAS 154 1 64.75 2 12 2X3 51
50 AGRA IDGAAH JAGNER-TANT- FIROZABAD 171 1 43.91 2 12 2X3 51
51 AGRA IDGAAH AGR-FIROZABAD- BAH 121 1 32.19 2 12 2X3 51
52 AGRA IDGAAH AGR-MATHURA FIROZABAD 112 3 35.82 2 12 2X3 51
53 AGRA MATHURA MTH-GOV-HDL-PLW- DEHLI AGRA 173 2 41.44 2 12 2X3 51
[Type text]

54 AGRA MATHURA MATHURA -BRAYELLY 225 10 40.66 3 12 2X2 44


55 AGRA MATHURA MATHURA ETAWA GOVARDHAN 225 1 39.88 3 12 2X2 44
56 AGRA MATHURA MATHURA MEERUT 205 2 38.37 3 12 2X2 44
57 AGRA MATHURA MATHURA NAUJHEEL 64 3 41.35 2 9 2X3 38
58 AGRA MATHURA MATHURA OLE-ACHHNERA 30 3 33.70 2 9 2X3 38
59 AGRA MATHURA MATHURA-TUNDLA RLW.STN 95 8 39.93 2 9 2X3 38
60 AGRA MATHURA BISAWAR-MTH-HDL-PLW- DELHI 196 1 35.19 3 12 2X2 44
61 AGRA MATHURA MTH-KARAHARI-KOLAHAR-HDL-PLW--DELHI 202 2 38.51 3 12 2X2 44
62 AGRA MATHURA MTH-VERA-SENAVA-LOHAI-BAJANA 85 2 38.14 2 9 2X3 38
63 AGRA MATHURA GOVERDHAN- FIROZABAD 135 14 35.70 2 12 2X3 51
64 AGRA MATHURA MATHURA- AGRA 64 4 34.05 2 9 2X3 38
65 AGRA MATHURA MATHURA- BAREILLY 225 2 45.51 3 12 2X2 44
66 AGRA MATHURA MATHURA- FIROZABAD 224 13 33.68 3 12 2X2 44
67 AGRA MATHURA MATHURA-BAH 137 1 33.62 2 12 2X3 51
68 AGRA BAH BAH-AGRA-BAH 97 8 41.38 2 9 2X3 38
69 AGRA BAH BAH-AGRA-KANPUR 217 2 37.63 3 12 2X2 44
70 AGRA BAH BAH- BHIND- AGRA 139 4 40.91 2 12 2X3 51
71 AGRA BAH BAH- MATHURA 137 3 42.91 2 12 2X3 51
72 AGRA BAH BAH- AGRA- FIROZABAD 121 4 50.96 2 12 2X3 51
73 AGRA BAH BAH- ABHAYPURA -MAINPURI -AGRA 171 1 32.70 2 12 2X3 51
74 AGRA BAH BAH-KACHAURAGHAT-BAH 97 1 37.38 2 9 2X3 38
75 AGRA BAH BAH -JAITPUR- NOIDA 87 1 35.50 2 9 2X3 38
76 AGRA BAH KAMTARI -BAH-AGR- NOIDA 84 1 32.70 2 9 2X3 38
77 AGRA BAH BAH -AGRA- FIROZABAD 121 4 42.66 2 12 2X3 51
78 GHAZIABAD KHURJA KHURJA-MORADABAD 163 1 41.08 2 12 2X3 51
79 GHAZIABAD KHURJA KHURJA-BALLABHGARH 108 1 40.99 2 12 2X3 51
80 GHAZIABAD KHURJA KAUSHAMBI-ALIGARH 141 14 43.29 2 12 2X3 51
81 GHAZIABAD KHURJA KHURJA-KAUSHAMBI-ALIGARH-GONDA 186 1 46.59 3 12 2X2 44
82 GHAZIABAD KHURJA KHURJA-SHIKARPUR-SAMBAL-MBD 154 1 45.32 2 12 2X3 51
83 GHAZIABAD KHURJA KHURJA-KAUSHAMBI-PISAWA 141 2 43.64 2 12 2X3 51
[Type text]

84 GHAZIABAD KHURJA KHURJA-KAUSHAMBI BIA CHOLA 141 1 43.23 2 12 2X3 51


85 GHAZIABAD KHURJA KHURJA-KAUSHAMBI-PAHASU 141 2 42.76 2 12 2X3 51
86 GHAZIABAD KHURJA KHURJA-KAUSHAMBI-IBRAHIMPUR 143 2 48.16 2 12 2X3 51
87 GHAZIABAD KHURJA KHURJA-KAUSHAMBI-ALIGARH JAHAGIRPUR 141 2 42.72 2 12 2X3 51
88 GHAZIABAD KHURJA KHURJA-KSB-SURJAWALI ALIGARH (HISARA) 141 1 45.74 2 12 2X3 51
89 GHAZIABAD KHURJA KHURJA-KAUSHAMBI-BHAIPUR 141 2 41.78 2 12 2X3 51
90 GHAZIABAD BULANDSHAHAR BSR - KHURJA - BALLABHGARH 108 1 44.53 2 12 2X3 51
91 GHAZIABAD BULANDSHAHAR BSR - KAUSHAMBI - ETAH 212 2 43.35 3 12 2X2 44
92 GHAZIABAD BULANDSHAHAR BSR - KASGANG - KAUSHAMBI 212 2 42.13 3 12 2X2 44
93 GHAZIABAD BULANDSHAHAR BSR - ANOOPSHAHR - KAUSHAMBI 118 2 41.24 2 12 2X3 51
94 GHAZIABAD BULANDSHAHAR BSR - SAMBHAL - MORADABAD 131 2 44.33 2 12 2X3 51
95 GHAZIABAD BULANDSHAHAR BSR - CHARORA - MEERUT - KHURJA 117 1 44.63 2 12 2X3 51
96 GHAZIABAD BULANDSHAHAR BSR - BASSI - KAUSHAMBI - KHURJA 125 1 42.44 2 12 2X3 51
97 GHAZIABAD BULANDSHAHAR BSR - DAULATPUR - KAUSHAMBI - KHURJA 126 1 40.65 2 12 2X3 51
98 GHAZIABAD BULANDSHAHAR BSR - KARANWAS - RAJGHAT - KAUSHAMBI 141 1 44.63 2 12 2X3 51
99 GHAZIABAD BULANDSHAHAR BSR - AHAR -KAUSHAMBI - KHURJA 126 1 44.16 2 12 2X3 51
100 GHAZIABAD BULANDSHAHAR BSR - CHATTARI - PAHASHU - KAUSHAMBI 155 1 44.36 2 12 2X3 51
101 GHAZIABAD BULANDSHAHAR UNCHAGOAN - AURANGABAD - KAUSHAMBI 123 1 41.86 2 12 2X3 51
102 GHAZIABAD BULANDSHAHAR GAJROLLA - AMARGARH - KAUSHAMBI 127 1 44.54 2 12 2X3 51
103 GHAZIABAD BULANDSHAHAR BSR - ANOOPSHAHR - BABRALA 67 1 43.44 2 9 2X3 38
BSR - TALWIVIANA - DEBAI DORAHA -
104 GHAZIABAD BULANDSHAHAR ALIGARH 103 1 40.99 2 12 2X3 51
105 GHAZIABAD BULANDSHAHAR B. B. NAGAR - SAIDPUR - KAUSHAMBI 103 1 41.50 2 12 2X3 51
106 GHAZIABAD BULANDSHAHAR DAULATPUR - SIYANA - KAUSHAMBI 130 1 38.88 2 12 2X3 51
107 GHAZIABAD BULANDSHAHAR BSR - JHAJAR - RABUPURA - AGRA 186 1 43.55 3 12 2X2 44
108 GHAZIABAD BULANDSHAHAR BSR - KAUSHAMBI - BSR 72 3 47.12 2 9 2X3 38
109 GHAZIABAD BULANDSHAHAR BSR - KAUSHAMBI - BSR 72 2 52.07 2 9 2X3 38
110 GHAZIABAD BULANDSHAHAR BSR - KHURJA - KAUSHAMBI 91 6 49.85 2 9 2X3 38
111 GHAZIABAD BULANDSHAHAR BSR - MEERUT - BSR 74 4 48.64 2 9 2X3 38
112 GHAZIABAD BULANDSHAHAR BSR - MEERUT - BSR 74 2 45.08 2 9 2X3 38
[Type text]

113 GHAZIABAD BULANDSHAHAR BSR - CHASHI - KAUSHAMBI 117 1 36.25 2 12 2X3 51


114 GHAZIABAD BULANDSHAHAR BSR - ANOOPSHAHR - NOIDA 122 1 45.91 2 12 2X3 51
115 GHAZIABAD BULANDSHAHAR BSR - ANOOPSHAHR - AHAR 59 2 31.14 2 9 2X3 38
116 GHAZIABAD BULANDSHAHAR BSR - BALKA - KAUSHAMBI 91 1 45.23 2 9 2X3 38
117 GHAZIABAD BULANDSHAHAR BSR - KAUSHAMBI - ALIGARH 141 2 53.51 2 12 2X3 51
118 GHAZIABAD BULANDSHAHAR BSR - ANOOPSHAHR - KAUSHAMBI 118 1 56.00 2 12 2X3 51
119 GHAZIABAD SIKANDRABAD SKB - KAUSHAMBI-EATH 211 4 39.81 3 12 2X2 44
120 GHAZIABAD SIKANDRABAD SKB - ALIGARH-MATHURA 153 7 39.79 2 12 2X3 51
121 GHAZIABAD SIKANDRABAD SKB-BARAL- KAUSHAMBI-ALIGARH 140 1 45.77 2 12 2X3 51
122 GHAZIABAD HAPUR HAPUR-KAUSHAMBI-BADAUN 219 6 46.23 3 12 2X2 44
123 GHAZIABAD HAPUR HAPUR-SYANA-BUGRASI 49 1 45.97 2 9 2X3 38
124 GHAZIABAD HAPUR HAPUR-HARIDWAR 180 1 45.83 2 12 2X3 51
125 GHAZIABAD HAPUR HAPUR-KUS. BHADURGARH 92 1 46.89 2 9 2X3 38
126 GHAZIABAD HAPUR HAPUR-KITHORE 26 3 43.32 2 9 2X3 38
127 GHAZIABAD HAPUR HAPUR DHOLANA 71 1 44.87 2 9 2X3 38
128 GHAZIABAD HAPUR HAPUR-KUS. BHARNA 76 1 47.77 2 9 2X3 38
129 GHAZIABAD HAPUR HAPUR-SHYAMPUR -KAUSHAMBI 77 1 46.67 2 9 2X3 38
130 GHAZIABAD HAPUR HAPUR-MADHAPUR-KAUSHAMBI 72 1 44.28 2 9 2X3 38
131 GHAZIABAD HAPUR HAPUR-SHEKPUR-KAUSHAMBI 69 2 48.37 2 9 2X3 38
132 GHAZIABAD HAPUR HAPUR-MODINAGAR-KAUSHAMBI 72 4 48.01 2 9 2X3 38
133 GHAZIABAD HAPUR HAPUR-NOIDA 59 2 55.46 2 9 2X3 38
134 GHAZIABAD HAPUR HAPUR-MODINAGAR-NOIDA 84 4 58.04 2 9 2X3 38
135 GHAZIABAD HAPUR HAPUR-MEERUT- NOIDA 91 3 52.21 2 9 2X3 38
136 GHAZIABAD HAPUR HAPUR-KOSHAMBI-SAYANA 84 1 56.16 2 9 2X3 38
137 GHAZIABAD LONI LONI DEPO-SHAMLI-SRE 161 6 44.71 2 12 2X3 51
138 GHAZIABAD LONI LONI DEPO-BARUT-ALIGARH 187 5 41.29 3 12 2X2 44
139 GHAZIABAD LONI LONI DEPO-SHAMLI-AMINAGAR SARAY 130 2 48.11 2 12 2X3 51
140 GHAZIABAD LONI LONI DEPO-SAHARANPUR 161 3 42.92 2 12 2X3 51
141 GHAZIABAD LONI LONI DEPO-SHAMLI KAIRANA 101 1 47.77 2 12 2X3 51
142 GHAZIABAD SAHIBABAD GHAZIABAD GULAWATI 40 1 44.25 2 9 2X3 38
[Type text]

143 GHAZIABAD SAHIBABAD KAUSHAMBI-BSR ALIGARH 141 2 46.91 2 12 2X3 51


144 GHAZIABAD SAHIBABAD KAUSHAMBI-MEERUT-EXPRESSWAY 76 5 45.65 2 9 2X3 38
145 GHAZIABAD SAHIBABAD KAUSHAMBI-MURADABAD AMROHA 164 5 43.80 2 12 2X3 51
146 GHAZIABAD SAHIBABAD LONI MODH-SAHARANPUR 159 1 48.13 2 12 2X3 51
147 GHAZIABAD SAHIBABAD KAUSHAMBI-MEERUT 76 1 37.31 2 9 2X3 38
148 GHAZIABAD SAHIBABAD KAUSHAMBI-ALIGARH ETAH 212 2 41.06 3 12 2X2 44
149 GHAZIABAD SAHIBABAD KAUSHAMBI-SAMANA GZB 30 1 40.43 2 9 2X3 38
150 GHAZIABAD SAHIBABAD KAUSHAMBI-MEERUT EXP 76 4 45.34 2 9 2X3 38
151 GHAZIABAD SAHIBABAD KAUSHAMBI-MEERUT KHANPUR 84 1 44.38 2 9 2X3 38
152 GHAZIABAD SAHIBABAD KAUSHAMBI-SURANA CHANDNINAG 36 2 40.37 2 9 2X3 38
153 GHAZIABAD SAHIBABAD KAUSHAMBI-MEERUT EXPRESSW 76 2 36.41 2 9 2X3 38
154 GHAZIABAD SAHIBABAD KAUSHAMBI- MEERUT EXPRESSW 76 4 45.44 2 9 2X3 38
155 GHAZIABAD GHAZIABAD GHAZIABAD-BULANDSHAHAR 62 9 50.87 2 9 2X3 38
156 GHAZIABAD GHAZIABAD GHAZIABAD-BULANDSHAHAR 62 22 52.01 2 9 2X3 38
157 GHAZIABAD GHAZIABAD GHAZIABAD-MEERUT 54 12 48.01 2 9 2X3 38
158 GHAZIABAD GHAZIABAD GHAZIABAD-MUZAFFARNAGAR 111 7 47.77 2 12 2X3 51
159 GHAZIABAD GHAZIABAD GHAZIABAD-MEERUT-TILHAITA 58 2 46.29 2 9 2X3 38
160 GHAZIABAD GHAZIABAD NIDORI-MURADNAGAR-KASB-ALG-GZB 141 1 50.34 2 12 2X3 51
161 GHAZIABAD GHAZIABAD FARIDA-DAULATPUR-KAUSHAMBI 141 1 51.75 2 12 2X3 51
162 GHAZIABAD KAUSHAMBI KAUSHAMBI-ALIGARH 141 10 48.23 2 12 2X3 51
163 GHAZIABAD KAUSHAMBI KAUSHAMBI-BISAULI 184 13 46.00 3 12 2X2 44
164 GHAZIABAD KAUSHAMBI KAUSHAMBI-DMP-AFZALGARH 177 5 45.41 2 12 2X3 51
165 GHAZIABAD KAUSHAMBI KAUSHAMBI-ETAH 212 8 44.22 3 12 2X2 44
166 GHAZIABAD KAUSHAMBI KAUSHAMBI-MURADABAD 164 14 44.37 2 12 2X3 51
167 GHAZIABAD KAUSHAMBI KAUSHAMBI-RAMPUR 196 2 46.12 3 12 2X2 44
168 GHAZIABAD KAUSHAMBI KAUSHAMBI-MEERUT XPRESSWAY 76 12 44.57 2 9 2X3 38
169 GHAZIABAD KAUSHAMBI KAUSHAMBI-AFZALGARH 205 2 48.57 3 12 2X2 44
170 GHAZIABAD KAUSHAMBI KAUSHAMBI-MUKARI 57 1 44.84 2 9 2X3 38
171 GHAZIABAD KAUSHAMBI KAUSHAMBI-SAHARANPUR 210 2 41.71 3 12 2X2 44
172 GHAZIABAD KAUSHAMBI KAUSHAMBI-GARHCHOPLA 84 11 48.57 2 9 2X3 38
[Type text]

173 GHAZIABAD KAUSHAMBI KAUSHAMBI-KHURJA 91 11 44.89 2 9 2X3 38


174 GHAZIABAD KAUSHAMBI KAUSHAMBI-MUZAFFARNAGAR 123 3 46.59 2 12 2X3 51
175 GHAZIABAD KAUSHAMBI KAUSHAMBI-BSR 72 15 47.18 2 9 2X3 38
176 GHAZIABAD KAUSHAMBI KAUSHAMBI-MEERUT 66 12 44.89 2 9 2X3 38
177 GHAZIABAD KAUSHAMBI KAUSHAMBI-DLT-ALG 145 1 45.97 2 12 2X3 51
178 GHAZIABAD KAUSHAMBI KAUSHAMBI-BLDS 72 16 50.35 2 9 2X3 38
179 GHAZIABAD KAUSHAMBI KAUSHAMBI-CHANDPUR 141 2 53.36 2 12 2X3 51
180 GHAZIABAD KAUSHAMBI KAUSHAMBI-GAJRAULA 104 3 53.19 2 12 2X3 51
181 GHAZIABAD KAUSHAMBI KAUSHAMBI-GARH 84 2 50.48 2 9 2X3 38
182 GHAZIABAD KAUSHAMBI KAUSHAMBI-MRT 66 1 45.01 2 9 2X3 38
183 GHAZIABAD KAUSHAMBI KAUSHAMBI-MUZFFARNAGAR 123 2 45.98 2 12 2X3 51
184 GHAZIABAD KAUSHAMBI KAUSHAMBI-SRE 201 6 50.98 3 12 2X2 44
185 GHAZIABAD KAUSHAMBI KAUSHAMBI-KRJ 91 4 56.46 2 9 2X3 38
186 GHAZIABAD KAUSHAMBI KAUSHAMBI-GAJRAULA 104 3 45.47 2 12 2X3 51
187 MEERUT MEERUT MEERUT-DELHI 69 8 45.25 2 9 2X3 38
188 MEERUT MEERUT MEERUT-DELHI 91 2 47.84 2 9 2X3 38
189 MEERUT MEERUT MEERUT-DELHI 91 9 57.20 2 9 2X3 38
190 MEERUT MEERUT MEERUT-BIJNOR-NAZIBABAD 120 2 40.41 2 12 2X3 51
191 MEERUT MEERUT MEERUT-JGARAH-SALAWA 103 1 43.13 2 12 2X3 51
192 MEERUT MEERUT MEERUT-KALYANPUR-UKHLINA-JATPURA 150 2 45.10 2 12 2X3 51
193 MEERUT MEERUT MEERUT-KHEDA-BHAMORY 150 10 47.92 2 12 2X3 51
194 MEERUT MEERUT MEERUT-MUZ-AMBALA 221 14 43.67 3 12 2X2 44
195 MEERUT MEERUT MEERUT-PANIPAT-KARNAL 150 5 48.73 2 12 2X3 51
196 MEERUT MEERUT MEERUT-SARDHNA-DEHRADOON 91 3 43.97 2 9 2X3 38
197 MEERUT MEERUT MEERUT-SHAMLI 71 15 50.04 2 9 2X3 38
198 MEERUT MEERUT MEERUT-HARIDWAR-DELHI 216 2 43.66 3 12 2X2 44
199 MEERUT SOHRABGATE MEERUT-MANPUR-MORADABAD 153 1 35.42 2 12 2X3 51
200 MEERUT SOHRABGATE MEERUT-RACHOTI-ALIGARH 153 1 41.90 2 12 2X3 51
201 MEERUT SOHRABGATE MEERUT-SHYAMAPUR-MORADABAD 164 1 37.26 2 12 2X3 51
202 MEERUT SOHRABGATE MEERUT-SYANA-ALIGARH 163 1 35.37 2 12 2X3 51
[Type text]

203 MEERUT SOHRABGATE MEERUT-DELHI-BIJNOR-NAZIBABAD 141 6 44.23 2 12 2X3 51


204 MEERUT SOHRABGATE MEERUT-DHAMPUR 140 7 42.96 2 12 2X3 51
205 MEERUT SOHRABGATE MEERUT-MATHURA 205 2 43.73 3 12 2X2 44
206 MEERUT SOHRABGATE MEERUT-MORADABAD 131 17 44.55 2 12 2X3 51
207 MEERUT SOHRABGATE MEERUT-RAMNAGAR 213 3 40.69 3 12 2X2 44
208 MEERUT SOHRABGATE RATANPURI,SAPNAWAT,KHERA,JHANGIRABAD 176 6 47.92 2 12 2X3 51
209 MEERUT SOHRABGATE BULANDSHAHAR 71 26 48.69 2 9 2X3 38
210 MEERUT SOHRABGATE MEERUT-MORADABAD 131 2 49.02 2 12 2X3 51
211 MEERUT SOHRABGATE BULANDSHAHAR 71 23 51.81 2 9 2X3 38
212 MEERUT GARH GARH ALIGARH MATHURA 189 3 36.55 3 12 2X2 44
213 MEERUT GARH GARH MRT KURUKSHETRA 211 2 38.45 3 12 2X2 44
214 MEERUT GARH GARH SIYANA AGRA 213 1 25.09 3 12 2X2 44
215 MEERUT GARH GARH-KTH-A.VIR-DHAMPUR 174 2 43.07 2 12 2X3 51
216 MEERUT GARH DELHI DHAMPUR 183 6 43.09 3 12 2X2 44
217 MEERUT GARH DELHI KOTDWAR 214 10 47.94 3 12 2X2 44
218 MEERUT GARH GARH KITHORE HAPUR 42 2 40.21 2 9 2X3 38
219 MEERUT GARH GARH SYANA BSR 58 1 38.40 2 9 2X3 38
220 MEERUT GARH MEERUT BHARNA 52 1 43.54 2 9 2X3 38
221 MEERUT GARH MEERUT MORADABAD 131 15 44.05 2 12 2X3 51
222 MEERUT GARH MEERUT POOTH 70 1 38.24 2 9 2X3 38
223 MEERUT BARAUT BRT-MODE-MUZAFFERNAGAR 167 6 42.15 2 12 2X3 51
224 MEERUT BARAUT BRT-RAMALA-TANDA 200 4 41.00 3 12 2X2 44
225 MEERUT BARAUT BRT-MODE-SHAMLI-SAHARANPUR 178 6 40.90 2 12 2X3 51
226 MEERUT BARAUT BRT- M. NAGAR- HARIDWAR 117 3 40.62 2 12 2X3 51
227 MEERUT BARAUT BRT-SABGA-MODE-SHAMLI 158 2 41.74 2 12 2X3 51
228 MEERUT BARAUT BRT-M.NAGAR 161 13 42.38 2 12 2X3 51
229 MEERUT BARAUT BRT-MODE-M. NAGAR 161 6 48.47 2 12 2X3 51
230 MEERUT BARAUT BRT-MODE-SAHARANPUR 161 9 50.11 2 12 2X3 51
231 MEERUT BARAUT BRT-MODE-M.NAGAR 122 14 44.44 2 12 2X3 51
232 MEERUT BARAUT BRT-MODE-SHAMLI-SRE 161 16 44.37 2 12 2X3 51
[Type text]

233 MEERUT BHAISALI MEERUT-BAGPAT 52 7 50.23 2 9 2X3 38


234 MEERUT BHAISALI MEERUT-BARAUT 54 12 43.22 2 9 2X3 38
235 MEERUT BHAISALI MEERUT-BARAUT 54 14 43.00 2 9 2X3 38
236 MEERUT BHAISALI CHETAWALA-MRT-KASB 102 2 44.20 2 12 2X3 51
237 MEERUT BHAISALI DANDUPUR-MRT-KASB 104 1 45.97 2 12 2X3 51
238 MEERUT BHAISALI DELHI ISBT 91 7 63.70 2 9 2X3 38
239 MEERUT BHAISALI FALAWADA-DELHI ISBT 109 2 50.46 2 12 2X3 51
240 MEERUT BHAISALI GAZIABAD 49 11 42.15 2 9 2X3 38
241 MEERUT BHAISALI KOUSHAMBI 66 6 41.55 2 9 2X3 38
242 MEERUT BHAISALI KOUSHAMBI 66 20 45.07 2 9 2X3 38
243 MEERUT BHAISALI LAWAD-MRT-KASB 75 1 42.05 2 9 2X3 38
244 MEERUT BHAISALI MRT-BAGHPAT-LONI 80 4 49.88 2 9 2X3 38
245 MEERUT BHAISALI MRT-BIJNOR VIA MZN 117 6 46.57 2 12 2X3 51
246 MEERUT BHAISALI MRT-PURKAJI VIA MZN 90 2 46.16 2 9 2X3 38
247 MEERUT BHAISALI MUZAFFAR NAGAR 57 2 47.97 2 9 2X3 38
248 MEERUT BHAISALI MUZAFFAR NAGAR 57 20 47.96 2 9 2X3 38
249 MEERUT BHAISALI MZN GAZIABAD 106 4 45.62 2 12 2X3 51
250 MEERUT BHAISALI MZN-KAUSHAMBI 123 14 44.61 2 12 2X3 51
251 MEERUT BHAISALI MZN-KAUSHAMBI 123 21 43.38 2 12 2X3 51
252 MEERUT BHAISALI SHARANPUR 135 1 41.89 2 12 2X3 51
253 MEERUT BHAISALI SHARANPUR 135 14 46.27 2 12 2X3 51
254 MEERUT BHAISALI SRDN-DURALA-KASB 83 2 41.45 2 9 2X3 38
255 MEERUT BHAISALI SRDN-DURALA-KASB 83 3 42.09 2 9 2X3 38
256 MEERUT BHAISALI ULAKHPUR-MRT-KASB DIESAL 73 1 40.52 2 9 2X3 38
257 SAHARANPUR MUZAFFARNAGAR MZN-DIST HOSPITAL-PURKAZI-HDR 82 4 37.73 2 9 2X3 38
258 SAHARANPUR MUZAFFARNAGAR MZN-ISOPURTEL-SHAMLI 63 1 36.91 2 9 2X3 38
259 SAHARANPUR MUZAFFARNAGAR MZN-MORADABAD-AMROHA 157 3 42.71 2 12 2X3 51
260 SAHARANPUR MUZAFFARNAGAR MZN-PANIPATE-HARIDWAR 177 2 40.20 2 12 2X3 51
261 SAHARANPUR MUZAFFARNAGAR MZN-SHAMLI-KAIRANA-HDR 139 3 34.62 2 12 2X3 51
262 SAHARANPUR MUZAFFARNAGAR MZN-THANABHAWAN-HDR 134 3 36.32 2 12 2X3 51
[Type text]

263 SAHARANPUR MUZAFFARNAGAR MZN-HARIDWAR DELHI RKS 223 5 40.98 3 12 2X2 44


264 SAHARANPUR MUZAFFARNAGAR MZN-MEERUT-DELHI 133 2 35.43 2 12 2X3 51
265 SAHARANPUR MUZAFFARNAGAR MZN-BAROOT-KANDHLA-HARIDWAR 128 5 37.41 2 12 2X3 51
266 SAHARANPUR MUZAFFARNAGAR MZN-BASEDA- KHIKHERI-DELHI 35 4 34.64 2 9 2X3 38
267 SAHARANPUR MUZAFFARNAGAR MZN-HASTINAPUR-SEKRI-SUKARTAL-DLI 150 5 39.53 2 12 2X3 51
268 SAHARANPUR MUZAFFARNAGAR MZN-SISOLI-FUGANA-JSOI-RKS 120 5 36.62 2 12 2X3 51
269 SAHARANPUR MUZAFFARNAGAR MZN -DELHI -DEHARADOON-MZN 223 1 26.45 3 12 2X2 44
270 SAHARANPUR MUZAFFARNAGAR MZN-HARIDAWAR 90 3 38.71 2 9 2X3 38
271 SAHARANPUR MUZAFFARNAGAR MZN-SRE -SAKUMBARI-RISHIKESH 156 1 34.09 2 12 2X3 51
272 SAHARANPUR MUZAFFARNAGAR MZN-UNN-CHOSANA-KARNAL 103 1 41.11 2 12 2X3 51
273 SAHARANPUR MUZAFFARNAGAR MZN-BAROT- BAGPAT-LONI 144 10 43.98 2 12 2X3 51
274 SAHARANPUR MUZAFFARNAGAR MZN-BIJNOR 60 3 40.44 2 9 2X3 38
275 SAHARANPUR MUZAFFARNAGAR MZN-HARIDAWAR 90 8 48.17 2 9 2X3 38
276 SAHARANPUR MUZAFFARNAGAR MZN-KANDHLA-KAIRANA 117 1 39.39 2 12 2X3 51
277 SAHARANPUR MUZAFFARNAGAR MZN-MEERUT-PURKAZI 147 3 37.26 2 12 2X3 51
278 SAHARANPUR MUZAFFARNAGAR MZN-SRE-MEERUT 135 6 38.35 2 12 2X3 51
279 SAHARANPUR MUZAFFARNAGAR MZN-SRE 78 9 40.26 2 9 2X3 38
280 SAHARANPUR SAHARANPUR SRE-JHABRERA-SRE 96 1 33.92 2 9 2X3 38
281 SAHARANPUR SAHARANPUR SRE-AMBALA-CANTSRE 101 6 40.64 2 12 2X3 51
282 SAHARANPUR SAHARANPUR SRE-AMBALA-MUSKIPUR-SRE 176 1 43.68 2 12 2X3 51
283 SAHARANPUR SAHARANPUR SRE-BADGAON-DDN-SRE 105 1 43.73 2 12 2X3 51
284 SAHARANPUR SAHARANPUR SRE-DDN-DEOBAND-DEHLI-SRE 160 15 43.02 2 12 2X3 51
285 SAHARANPUR SAHARANPUR SRE-DDN-SRE 70 12 44.06 2 9 2X3 38
286 SAHARANPUR SAHARANPUR SRE-GANGOH-KARNAL-SRE 101 1 31.88 2 12 2X3 51
287 SAHARANPUR SAHARANPUR SRE-HDR-SRE 80 13 44.07 2 9 2X3 38
288 SAHARANPUR SAHARANPUR SRE-HDR-VIA-DALA-CHOEARA 150 1 30.98 2 12 2X3 51
289 SAHARANPUR SAHARANPUR SRE-JADODAPANDA-DDN-SRE 155 2 39.53 2 12 2X3 51
290 SAHARANPUR SAHARANPUR SRE-JAGADHRI-SRE 47 7 42.99 2 9 2X3 38
291 SAHARANPUR SAHARANPUR SRE-KHADLANA-VIA-SHEMAU-SRE 60 1 40.04 2 9 2X3 38
292 SAHARANPUR SAHARANPUR SRE-NAKUD-DDN-SRE 98 4 43.16 2 9 2X3 38
[Type text]

293 SAHARANPUR SAHARANPUR SRE-NAKUD-GANGHO-DEVOBAND-HDR-SRE 162 2 39.45 2 12 2X3 51


294 SAHARANPUR SAHARANPUR SRE-NAKUD-HDR-SRE 106 2 43.29 2 12 2X3 51
295 SAHARANPUR SAHARANPUR SRE-S-VIDHYLA-BAROLI-AMBALA-SRE 128 1 41.90 2 12 2X3 51
296 SAHARANPUR SAHARANPUR SRE-SAMBAL-HARDIWAR 35 2 38.64 2 9 2X3 38
297 SAHARANPUR SAHARANPUR SRE-SHAMLI-DELHI-SRE 172 3 35.81 2 12 2X3 51
298 SAHARANPUR SAHARANPUR SRE-SHAMLI-DELHI-SRE 172 10 34.34 2 12 2X3 51
299 SAHARANPUR SAHARANPUR SRE-BADGON-HDR-SRE 114 1 44.95 2 12 2X3 51
300 SAHARANPUR SAHARANPUR SRE-NAKUR-DDN-SRE 98 2 23.58 2 9 2X3 38
301 SAHARANPUR SAHARANPUR SRE-MEERUT-PATIYALA 213 2 40.61 3 12 2X2 44
302 SAHARANPUR SAHARANPUR SRE-BAROUT-SHAMIL-SRE 116 1 40.92 2 12 2X3 51
303 SAHARANPUR SAHARANPUR SRE-DDN-SRE 70 10 58.63 2 9 2X3 38
304 SAHARANPUR SAHARANPUR SRE-HDR-SRE 80 2 52.73 2 9 2X3 38
305 SAHARANPUR SAHARANPUR SRE-MRT-KHEDA-KURTAN-KANDHLA-SRE 107 1 39.98 2 12 2X3 51
306 SAHARANPUR SAHARANPUR SRE-MEERUT-KOSHAMBHI-SRE 192 1 40.98 3 12 2X2 44
307 SAHARANPUR SAHARANPUR SRE-MZN-DEOBAND-SRE 78 2 37.21 2 9 2X3 38
308 SAHARANPUR SAHARANPUR SRE-MZN-KATOLI-SRE 102 4 36.03 2 12 2X3 51
309 SAHARANPUR SAHARANPUR SRE-NANAUTA-SHAMLI-SRE 72 8 40.67 2 9 2X3 38
310 SAHARANPUR SAHARANPUR SRE-NANAUTA-SHAMLI-LONY-MBD-SRE 161 10 42.87 2 12 2X3 51
311 SAHARANPUR KHATAULI KHT -BUDHANA-KHT 30 5 39.26 2 9 2X3 38
312 SAHARANPUR KHATAULI KHT -BUDHANA -KERANA-KHT 61 5 37.86 2 9 2X3 38
313 SAHARANPUR KHATAULI KHT -DAURALA -BARAUT-KHT 70 2 45.95 2 9 2X3 38
314 SAHARANPUR KHATAULI KHT -MEERUT- SHAMLI-KHT 71 8 44.51 2 9 2X3 38
315 SAHARANPUR KHATAULI KHT-SRE-MZN-MEERUT-KHT 135 2 39.65 2 12 2X3 51
316 SAHARANPUR KHATAULI KHT- SHUKTAL- DELHI- HDR 149 1 39.46 2 12 2X3 51
317 SAHARANPUR KHATAULI KHT- MEERUT-SHAMLI-JHIJHANA-KHT 96 2 41.32 2 9 2X3 38
318 SAHARANPUR KHATAULI KHT- NANGLI -DELHI- HDR-KHT 130 1 48.62 2 12 2X3 51
319 SAHARANPUR KHATAULI KHT- SARDHANA -SALAVA- HDR 139 1 39.89 2 12 2X3 51
320 SAHARANPUR KHATAULI KHT-ADAMPUR MOCHDI-DLH-DDN 151 2 38.79 2 12 2X3 51
321 SAHARANPUR KHATAULI KHT-BHOOR-DELHI-DEHRADUN 105 1 42.91 2 12 2X3 51
322 SAHARANPUR KHATAULI KHATULI-SHAMLI-DELHI-RKS 127 2 40.82 2 12 2X3 51
[Type text]

323 SAHARANPUR KHATAULI KHT-MEERUTE-SRE-MZN 135 2 38.85 2 12 2X3 51


324 SAHARANPUR KHATAULI KHT- SRDHNA -KARNAWAL 156 1 42.00 2 12 2X3 51
325 SAHARANPUR KHATAULI KHT-NAWLA-DELHI-RKS 109 2 40.49 2 12 2X3 51
326 SAHARANPUR KHATAULI KHT-PHALAVDA-MAVANA-DELHI-RKS 127 2 39.70 2 12 2X3 51
327 SAHARANPUR KHATAULI KHT- MZN-MRT-SAHARANPUR 135 2 41.99 2 12 2X3 51
328 SAHARANPUR KHATAULI KHT -SAHARANPUR-MZN 102 2 41.20 2 12 2X3 51
329 SAHARANPUR KHATAULI MZN-MEERUT-KOSHAMBI 114 2 44.67 2 12 2X3 51
330 SAHARANPUR CHHUTMALPUR CHHUT-BEHAT-HATINI KUND-HDR 48 1 38.88 2 9 2X3 38
CHHUT-BEHAT-SHAKUMBRI DEVI-CHHUT-
331 SAHARANPUR CHHUTMALPUR HDR-SRE 112 1 43.61 2 12 2X3 51
332 SAHARANPUR CHHUTMALPUR CHHUT-BROLI-SRE-HDR 44 1 46.55 2 9 2X3 38
333 SAHARANPUR CHHUTMALPUR SRE-DHANORI-HDR 62 2 43.02 2 9 2X3 38
334 SAHARANPUR CHHUTMALPUR CHHUT-SRE-HDR-CHHUT 88 12 44.72 2 9 2X3 38
335 SAHARANPUR CHHUTMALPUR CHHUT-SRE-KURUKSHETAR 114 2 39.44 2 12 2X3 51
336 SAHARANPUR CHHUTMALPUR SHAMLI-SRE-DEHRADN 142 2 44.97 2 12 2X3 51
337 SAHARANPUR CHHUTMALPUR CHHUT-SRE-GANGOH-DEOBAND-HDR 85 3 43.11 2 9 2X3 38
338 SAHARANPUR CHHUTMALPUR CHHUT-SRE-SHAKUMBAR DEVI-SRE 48 1 40.53 2 9 2X3 38
339 SAHARANPUR CHHUTMALPUR CHHUT-DDN- AGR 78 2 40.55 2 9 2X3 38
340 SAHARANPUR CHHUTMALPUR CHHUT-SRE-KARNAL 109 2 42.12 2 12 2X3 51
341 SAHARANPUR CHHUTMALPUR CHHUT-SRE- DDN 70 7 46.23 2 9 2X3 38
342 SAHARANPUR CHHUTMALPUR CHHUT-MAJRI-SRE-HDR 38 1 45.80 2 9 2X3 38
343 SAHARANPUR CHHUTMALPUR SRE -HDR-SRE 88 3 45.75 2 9 2X3 38
344 SAHARANPUR CHHUTMALPUR SRE-GANGOH-HDR-DEOBAND-SRE 85 1 37.86 2 9 2X3 38
345 SAHARANPUR SHAMLI SHAMLI -BIDOLI - BIJNOR 136 2 44.62 2 12 2X3 51
346 SAHARANPUR SHAMLI SHAMLI -GANGOH SHAMLI LONIMODE 143 5 46.70 2 12 2X3 51
347 SAHARANPUR SHAMLI SHAMLI - SRE 72 1 41.22 2 9 2X3 38
348 SAHARANPUR SHAMLI SHAMLI-MZN-HDR 147 1 45.17 2 12 2X3 51
349 SAHARANPUR SHAMLI SHAMLI MZN-MEERUT 106 6 43.94 2 12 2X3 51
350 SAHARANPUR SHAMLI SHAMLI PANIPAT-MZN 87 2 65.60 2 9 2X3 38
351 SAHARANPUR SHAMLI SHAMLI-GANGOH-SRE 99 3 37.85 2 9 2X3 38
[Type text]

352 SAHARANPUR SHAMLI SHAMLI-GANGOH-NAKUR-SRE 104 2 39.72 2 12 2X3 51


353 SAHARANPUR SHAMLI SHAMLI-KAIRANA-BIJNOR-SRE 121 8 43.54 2 12 2X3 51
354 SAHARANPUR SHAMLI SHAMLI -LONI-SRE 161 11 40.73 2 12 2X3 51
355 SAHARANPUR SHAMLI SHAMLI-GANGOH SHAMLI LONIMOD-SRE 188 1 39.45 3 12 2X2 44
356 SAHARANPUR SHAMLI SHAMLI-MZN-SRE 121 2 42.34 2 12 2X3 51
357 SAHARANPUR GANGOH GANGOH-NAUNATA DEOBAND-GAN 52 6 42.58 2 9 2X3 38
GANGOH-SRE-GAN-KUNDALKALA-
2X3 38
358 SAHARANPUR GANGOH PAKHANPUR 57 2 40.36 2 9
359 SAHARANPUR GANGOH GANGOH-SHAMLI-GANGOH 47 12 42.54 2 9 2X3 38
360 NOIDA NOIDA 135 ND-BIJ-KOT 225 7 45.85 3 12 2X2 44
361 NOIDA NOIDA 137 ND-SPR-DDN-SKMB 225 3 43.53 3 12 2X2 44
362 NOIDA NOIDA 143 ND-MRT-EXP 78 17 48.86 2 9 2X3 38
363 NOIDA NOIDA 146 ND-HPR-ND 62 3 39.89 2 9 2X3 38
364 NOIDA NOIDA 148 ND-BLD-BDN 214 22 45.71 3 12 2X2 44
365 NOIDA NOIDA 149 ND-DMP-K.GRH 225 4 48.24 3 12 2X2 44
366 NOIDA NOIDA 151 ND-DDR-DLH 59 2 39.93 2 9 2X3 38
367 NOIDA NOIDA 155 ND-BLD-BABRALA 187 16 41.24 3 12 2X2 44
368 NOIDA GREATER NOIDA G.NOIDA NOIDA VIA EXPRESS 32 20 31.11 2 9 2X3 38
369 NOIDA GREATER NOIDA GND ALIGARH 173 14 39.22 2 12 2X3 51
370 NOIDA GREATER NOIDA GR.NOIDA TO B. SAHAR 117 10 31.74 2 12 2X3 51
371 NOIDA GREATER NOIDA GR.NOIDA TO GHAZIABAD 60 2 37.98 2 9 2X3 38
372 NOIDA GREATER NOIDA GR.NOIDA TO KHANPUR 119 4 34.95 2 12 2X3 51
373 NOIDA GREATER NOIDA GR.NOIDA TO NOIDA RABUPUR 67 2 30.45 2 9 2X3 38
374 NOIDA GREATER NOIDA GR.NOIDA TO NOIDA SYANA 112 1 33.56 2 12 2X3 51
375 NOIDA GREATER NOIDA GR.NOIDA TO VIJAYGARH 214 1 31.98 3 12 2X2 44
376 NOIDA GREATER NOIDA NOIDA TO BABRALA 196 10 38.67 3 12 2X2 44
377 NOIDA GREATER NOIDA NOIDA TO JEVAR 111 4 37.19 2 12 2X3 51
378 NOIDA GREATER NOIDA NOIDA-HATHRAS EXP 218 6 41.08 3 12 2X2 44
379 ALIGARH ALIGARH ALIGARH-BALLABHGARH 114 8 45.36 2 12 2X3 51
380 ALIGARH ALIGARH ALIGARH-GURUGRAM 156 2 40.14 2 12 2X3 51
[Type text]

381 ALIGARH ALIGARH ALIGARH-AGRA 88 10 47.20 2 9 2X3 38


382 ALIGARH ALIGARH ALIGARH-DELHI 139 6 44.25 2 12 2X3 51
383 ALIGARH ALIGARH ALIGARH-DELHI 139 1 40.28 2 12 2X3 51
384 ALIGARH ALIGARH ALIGARH-NOIDA 135 10 44.47 2 12 2X3 51
385 ALIGARH ALIGARH ALIGARH-NOIDA 135 2 44.30 2 12 2X3 51
386 ALIGARH ALIGARH ALIGARH-NOIDA 135 2 42.94 2 12 2X3 51
387 ALIGARH ALIGARH ALIGARH-MATHURA 64 6 47.28 2 9 2X3 38
388 ALIGARH ALIGARH ALIGARH-PISAWA 52 7 42.94 2 9 2X3 38
389 ALIGARH ALIGARH ALIGARH-MUZAFFARNAGAR 201 1 41.49 3 12 2X2 44
390 ALIGARH ALIGARH ALIGARH-MARAHRA-DELHI 204 1 41.81 3 12 2X2 44
391 ALIGARH ALIGARH ALI-HATHRAS-MATHURA 98 10 43.22 2 9 2X3 38
392 ALIGARH BUDHVIHAR ALIGARH-MATHURA 64 5 42.90 2 9 2X3 38
393 ALIGARH BUDHVIHAR ALIGARH-AGRA 88 8 43.16 2 9 2X3 38
394 ALIGARH BUDHVIHAR ALIGARH-AGRA 88 2 37.51 2 9 2X3 38
395 ALIGARH BUDHVIHAR ALIGARH-BALLABHGARH 114 10 44.87 2 12 2X3 51
396 ALIGARH BUDHVIHAR ALIGARH-JALESAR-DELHI 207 2 38.51 3 12 2X2 44
397 ALIGARH BUDHVIHAR ALI-AMROHA-ANUPSHAHAR 64 4 39.24 2 9 2X3 38
398 ALIGARH BUDHVIHAR ALI-VIJAYGARH-ALIGARH 41 4 43.45 2 9 2X3 38
399 ALIGARH BUDHVIHAR ALIGARH-NOIDA 135 15 42.26 2 12 2X3 51
400 ALIGARH BUDHVIHAR ALIGARH-NOIDA 135 3 41.17 2 12 2X3 51
401 ALIGARH BUDHVIHAR ALIGARH-MURADABAD 168 2 41.23 2 12 2X3 51
402 ALIGARH BUDHVIHAR ALIGARH-KASGANJ-BAREILLY 185 19 46.80 3 12 2X2 44
403 ALIGARH BUDHVIHAR ALIGARH-HATHRAS 34 17 43.11 2 9 2X3 38
404 ALIGARH BUDHVIHAR ALIGARH-MAINPURI 101 4 40.68 2 12 2X3 51
405 ALIGARH BUDHVIHAR ALIGARH-CHAND-DELHI 176 1 42.18 2 12 2X3 51
406 ALIGARH BUDHVIHAR ALIGARH-PORA-DELHI 189 3 36.94 3 12 2X2 44
407 ALIGARH ETAH ETAH-MAINPURI-ETAH 60 2 45.73 2 9 2X3 38
408 ALIGARH ETAH ETAH-JALESAR-DELHI 207 1 50.61 3 12 2X2 44
409 ALIGARH ETAH ETAH-GANJDUNDWARA 38 1 41.58 2 9 2X3 38
410 ALIGARH ETAH ETAH-FARRUKHABAD 108 3 41.99 2 12 2X3 51
[Type text]

411 ALIGARH ETAH ETAH-DELHI-ETAH 210 6 45.43 3 12 2X2 44


412 ALIGARH ETAH ETAH-NIDHOLI-GAHETU 31 1 45.93 2 9 2X3 38
413 ALIGARH ETAH ETAH-DELHI-GAHETU 209 1 41.18 3 12 2X2 44
414 ALIGARH ETAH ETAH-SHIKOHABAD-ETAH 53 2 48.24 2 9 2X3 38
415 ALIGARH ETAH ETAH-SUHAR-FARRUKHABAD 134 2 42.31 2 12 2X3 51
416 ALIGARH ETAH ETAH-AGRA-FARRUKHABAD 197 18 41.48 3 12 2X2 44
417 ALIGARH ETAH ETAH-ALIGARH-MAINPURI 131 8 59.04 2 12 2X3 51
418 ALIGARH ETAH ALIGARH-ETAH-KHURJA 119 2 57.96 2 12 2X3 51
419 ALIGARH HATHRAS ALIGARH-AGRA 88 15 47.37 2 9 2X3 38
420 ALIGARH HATHRAS HATH-MATH-SOROW 140 6 44.24 2 12 2X3 51
421 ALIGARH HATHRAS HATHRAS-BALLABHGARH 114 3 52.28 2 12 2X3 51
422 ALIGARH HATHRAS HATH-DELHI-KASGANJ-AGRA 210 5 47.82 3 12 2X2 44
423 ALIGARH HATHRAS HATH-AGRA-ETAWAH 217 3 45.54 3 12 2X2 44
424 ALIGARH HATHRAS HATH-MATHURA-BAREILLY 225 2 36.59 3 12 2X2 44
425 ALIGARH HATHRAS BAJIDPUR-AGRA-ETAWAH 216 1 42.54 3 12 2X2 44
426 ALIGARH HATHRAS HATH-KUTIPURI-MURADABAD 218 1 40.95 3 12 2X2 44
427 ALIGARH HATHRAS HATH-EHAN-MORADABAD 216 1 41.04 3 12 2X2 44
428 ALIGARH HATHRAS HATH-SIKANDRA RAO-MATH. 77 1 43.56 2 9 2X3 38
429 ALIGARH HATHRAS HATHRAS-AGRA-DEHLI 210 1 46.62 3 12 2X2 44
430 ALIGARH KASGANJ KASGANJ-DELHI 210 15 48.23 3 12 2X2 44
431 ALIGARH KASGANJ KASGANJ-DELHI 210 2 41.43 3 12 2X2 44
432 ALIGARH KASGANJ KASGANJ-DELHI 210 2 44.81 3 12 2X2 44
433 ALIGARH KASGANJ KASGANJ-DELHI 210 2 60.40 3 12 2X2 44
434 ALIGARH KASGANJ KASGANJ-ETAH-KASGANJ 30 8 45.78 2 9 2X3 38
435 ALIGARH KASGANJ KASGANJ-AGRA 119 2 48.68 2 12 2X3 51
436 ALIGARH KASGANJ KASGANJ-MURADABAD 150 1 54.11 2 12 2X3 51
437 ALIGARH KASGANJ KAS-BADAUN-BAREILLY 114 29 45.39 2 12 2X3 51
438 ALIGARH KASGANJ KASGANJ-ALIGARH 71 4 44.17 2 9 2X3 38
439 ALIGARH ATRAULI ATRAULI-ALIGARH 63 1 48.71 2 9 2X3 38
440 ALIGARH ATRAULI ATRAULI-DELHI 176 1 48.43 2 12 2X3 51
[Type text]

441 ALIGARH ATRAULI ATRAULI-AGRA 121 15 47.72 2 12 2X3 51


442 ALIGARH ATRAULI ATRAULI-PATRIYA-DELHI 162 2 40.48 2 12 2X3 51
443 ALIGARH ATRAULI ATRAULI-SHIDHOLI-DELHI 154 4 41.97 2 12 2X3 51
444 ALIGARH ATRAULI ATR-MADKAWALI-DELHI 165 4 39.44 2 12 2X3 51
445 ALIGARH ATRAULI ATRAULI-KAIDI-DELHI 203 2 37.81 3 12 2X2 44
446 ALIGARH ATRAULI ATRAULI-KISROLI-DELHI 198 2 39.43 3 12 2X2 44
447 ALIGARH ATRAULI ATR-DELHI-JARIYANPUR 189 2 52.42 3 12 2X2 44
448 ALIGARH ATRAULI ATR-PACHON-DELHI-KAS 194 2 51.25 3 12 2X2 44
449 ALIGARH ATRAULI ATR-RAJMAU-DELHI 194 1 44.90 3 12 2X2 44
450 ALIGARH ATRAULI ATRAULI-KASGANJ-DELHI 210 1 46.63 3 12 2X2 44
451 MORADABAD MORADABAD MBD-AMROHA 44 4 42.69 2 9 2X3 38
452 MORADABAD MORADABAD KANTH-DHAMPUR-NJB-BIJNOR 119 14 42.35 2 12 2X3 51
453 MORADABAD MORADABAD MBD-MEERUT 131 2 46.13 2 12 2X3 51
454 MORADABAD MORADABAD MBD-BIJNOR 97 5 40.11 2 9 2X3 38
455 MORADABAD MORADABAD MBD-BJR-TANDA SAHUWALA 113 1 46.95 2 12 2X3 51
456 MORADABAD MORADABAD MBD-CHANDAUSI 48 1 51.20 2 9 2X3 38
457 MORADABAD MORADABAD MBD-DELHI 172 2 49.45 2 12 2X3 51
458 MORADABAD MORADABAD MBD-DHAMPUR-NJB 113 1 41.19 2 12 2X3 51
459 MORADABAD MORADABAD MBD-GADHI 39 2 39.33 2 9 2X3 38
460 MORADABAD MORADABAD MBD-GADHI-BJN 136 2 38.88 2 12 2X3 51
461 MORADABAD MORADABAD MBD-KOUSHAMBI 164 3 42.96 2 12 2X3 51
462 MORADABAD MORADABAD MBD-KOUSHAMBI 164 9 47.87 2 12 2X3 51
463 MORADABAD MORADABAD MBD-MZN 157 1 47.95 2 12 2X3 51
464 MORADABAD MORADABAD MBD-ROSHANPUR-BJR-NOORPUR 116 1 41.97 2 12 2X3 51
465 MORADABAD MORADABAD MBD-SADAFAL-BJR-DHP-MBD 116 1 43.57 2 12 2X3 51
466 MORADABAD MORADABAD MORADABAD-AMROHA 44 3 37.26 2 9 2X3 38
467 MORADABAD MORADABAD MORADABAD-DELHI 172 7 46.99 2 12 2X3 51
468 MORADABAD MORADABAD RAMNAGAR-DEHLI 158 2 37.87 2 12 2X3 51
469 MORADABAD MORADABAD SEOHARA-NAGINA-DELHI-MBD 175 1 44.47 2 12 2X3 51
470 MORADABAD PITALNAGRI MBD-ALG (VIA CHSI) 166 4 42.66 2 12 2X3 51
[Type text]

471 MORADABAD PITALNAGRI MBD-ALIGARI 166 1 32.72 2 12 2X3 51


472 MORADABAD PITALNAGRI MBD-ANWLA-MBD 94 4 44.30 2 9 2X3 38
473 MORADABAD PITALNAGRI MBD-BAREILLY 91 6 41.30 2 9 2X3 38
474 MORADABAD PITALNAGRI MBD-CHANDAUSI-HALDWANI 159 11 42.24 2 12 2X3 51
475 MORADABAD PITALNAGRI MBD-CHSI-BDN 113 5 40.40 2 12 2X3 51
476 MORADABAD PITALNAGRI MBD-CHANDOUSI-DELHI-BADAUN 211 11 42.59 3 12 2X2 44
477 MORADABAD PITALNAGRI MBD-CHSI-HALDWANI 159 2 44.08 2 12 2X3 51
478 MORADABAD PITALNAGRI MBD-DHAMPUR-SAMBHAL 68 1 48.13 2 9 2X3 38
479 MORADABAD PITALNAGRI MBD-KALKIDHAAM-BEHJOI 91 1 37.19 2 9 2X3 38
480 MORADABAD PITALNAGRI MBD-NOORPUR-BIJNOUR 97 3 43.14 2 9 2X3 38
481 MORADABAD PITALNAGRI MBD-SAMBHAL-MERUT 120 2 43.55 2 12 2X3 51
482 MORADABAD PITALNAGRI MBD-SBL-DELHI-BADAUN 161 1 40.65 2 12 2X3 51
483 MORADABAD PITALNAGRI MORADABAD-BADAUN 113 17 44.24 2 12 2X3 51
484 MORADABAD PITALNAGRI MORADABAD-CHSI-BDN 113 20 42.65 2 12 2X3 51
485 MORADABAD PITALNAGRI MORADABAD-CHSI. 48 4 43.76 2 9 2X3 38
486 MORADABAD PITALNAGRI MORADABAD-GULADIYA-SBL 39 2 44.96 2 9 2X3 38
487 MORADABAD PITALNAGRI MORADABAD-SAMBHAL 39 27 49.70 2 9 2X3 38
488 MORADABAD PITALNAGRI MORADABAD-SAMHAL 39 6 43.86 2 9 2X3 38
489 MORADABAD RAMPUR RMP -MILAK KHANAM- BLY- RMP 88 1 44.11 2 9 2X3 38
490 MORADABAD RAMPUR RMP -MWSI- MBD- BLY 69 1 40.98 2 9 2X3 38
491 MORADABAD RAMPUR RMP-KMRI-MILK-MBD-BLY 62 2 36.18 2 9 2X3 38
492 MORADABAD RAMPUR SIROLI-SHAHBAD-MBD-BLY 115 1 39.45 2 12 2X3 51
493 MORADABAD RAMPUR RAMPUR-BADAUN-RMP-RUDRAPUR 151 1 55.80 2 12 2X3 51
494 MORADABAD RAMPUR RAMPUR-MERUT-RAMPUR 160 2 44.17 2 12 2X3 51
495 MORADABAD RAMPUR RAMPUR ALIGARH RAMPUR 195 1 42.20 3 12 2X2 44
496 MORADABAD RAMPUR RMP-HALDUAWANI-MBD-BLY-RMP 111 7 44.35 2 12 2X3 51
497 MORADABAD RAMPUR RMP-HALDUAWANI-MBD-RUDDARPUR-RMP 111 1 54.48 2 12 2X3 51
498 MORADABAD RAMPUR RMP-HLD-MBD-RDR-RMP 111 5 44.03 2 12 2X3 51
499 MORADABAD RAMPUR RMP-MBD-BLY-RMP 91 1 55.89 2 9 2X3 38
500 MORADABAD BIJNOR BIJNOR-BALAWALI-MEERUT 118 1 39.20 2 12 2X3 51
[Type text]

501 MORADABAD BIJNOR BIJ-BALKISHANPUR-JEETPUR-MBD 47 1 44.65 2 9 2X3 38


502 MORADABAD BIJNOR BIJ-BAROOKI-UMARI-NEHTAUR-DHP 47 1 41.92 2 9 2X3 38
503 MORADABAD BIJNOR BIJ-BHAGUWALA-CHANDPUR 88 1 40.79 2 9 2X3 38
504 MORADABAD BIJNOR BIJ-BHAGUWALA-CHP 88 3 44.91 2 9 2X3 38
505 MORADABAD BIJNOR BIJ-BHAGUWALA-NAGINA 79 6 39.49 2 9 2X3 38
506 MORADABAD BIJNOR BIJ-BHAGUWALA-NAGINA 79 6 46.21 2 9 2X3 38
507 MORADABAD BIJNOR BIJ-CHAKFERI-BHOGPUR-MRT 178 1 40.19 2 12 2X3 51
508 MORADABAD BIJNOR BIJ-CHANDPUR-GAJRAULA 77 2 36.02 2 9 2X3 38
509 MORADABAD BIJNOR BIJ-CHANDPUR-GAJRAULA 77 2 42.51 2 9 2X3 38
510 MORADABAD BIJNOR BIJ-CHP-MORADABAD(VIA VIDURKUTI) 97 1 43.05 2 9 2X3 38
511 MORADABAD BIJNOR BIJ-CHANDPUR-NAGINA 71 1 35.25 2 9 2X3 38
512 MORADABAD BIJNOR BIJ-CHP-NOORPUR-NAUGAVA-AMROHA 91 1 47.66 2 9 2X3 38
513 MORADABAD BIJNOR BIJ-DEHRADOON MBD 161 1 47.64 2 12 2X3 51
514 MORADABAD BIJNOR BIJ-DHAMPUR-NAGINA 66 1 43.82 2 9 2X3 38
515 MORADABAD BIJNOR BIJ-M.NAGAR-CHANDPUR 100 1 49.26 2 9 2X3 38
516 MORADABAD BIJNOR BIJ-MUJAFFARNAGAR-NAGINA 91 2 55.10 2 9 2X3 38
517 MORADABAD BIJNOR BIJ-M.NAGAR-NAGINA 91 2 44.12 2 9 2X3 38
518 MORADABAD BIJNOR BIJNOR-NAGINA-BARHAPUR-DELHI 211 2 46.79 3 12 2X2 44
519 MORADABAD BIJNOR BIJ-NGN-CHP-AMROHA 107 1 45.23 2 12 2X3 51
520 MORADABAD BIJNOR BIJ-NTR-DELHI-KOTDWAR 194 1 43.58 3 12 2X2 44
521 MORADABAD BIJNOR BIJ-RAWANA-MORADABAD 97 1 41.09 2 9 2X3 38
522 MORADABAD BIJNOR BJN-SHADIPUR-PERUWALA-NEHTAUR-DHP 47 2 41.19 2 9 2X3 38
523 MORADABAD BIJNOR BIJ-BHAGUWALA-BIJ 48 2 28.64 2 9 2X3 38
524 MORADABAD BIJNOR BIJ-BHAGUWALA-BIJ 48 2 34.01 2 9 2X3 38
525 MORADABAD BIJNOR BIJ-CHANDPUR-HARIDWAR 137 2 40.52 2 12 2X3 51
526 MORADABAD BIJNOR BIJ-CHANDPUR-MORADABAD 137 2 42.14 2 12 2X3 51
527 MORADABAD BIJNOR BIJ-DHAMPUR-CHANDPUR-DELHI 182 2 45.25 3 12 2X2 44
528 MORADABAD BIJNOR BIJ-HALDAUR-DHAMPUR-MBD 119 1 43.07 2 12 2X3 51
529 MORADABAD BIJNOR BIJ-DHAMPUR-MUZAFFARNAGAR 109 3 43.40 2 12 2X3 51
530 MORADABAD BIJNOR BIJ-HARIDWAR-RISHIKESH 131 1 42.09 2 12 2X3 51
[Type text]

531 MORADABAD BIJNOR BIJ-CHANDPUR-MZN 100 4 47.50 2 9 2X3 38


532 MORADABAD BIJNOR BJJNOR-MEERUT-BIJ 84 3 55.77 2 9 2X3 38
533 MORADABAD BIJNOR BIJ-NOORPUR-MORADABAD 97 9 40.83 2 9 2X3 38
534 MORADABAD BIJNOR BIJ-MORADABAD-MZN 157 3 41.73 2 12 2X3 51
535 MORADABAD BIJNOR BIJ-NAGINA-DELHI 196 2 45.84 3 12 2X2 44
536 MORADABAD BIJNOR BIJ-NAGINA-DELHI 196 1 39.08 3 12 2X2 44
537 MORADABAD BIJNOR BIJ-NAGINA-HARIDWAR 86 2 41.41 2 9 2X3 38
538 MORADABAD BIJNOR BIJ-NAGINA-MORADABAD 86 1 42.84 2 9 2X3 38
539 MORADABAD BIJNOR BIJ-NAJIBABAD-MEERUT 120 1 43.22 2 12 2X3 51
540 MORADABAD BIJNOR BIJ-NANGAL-MEERUT 119 1 41.55 2 12 2X3 51
541 MORADABAD BIJNOR BIJ-SALEMPUR-DATTYANA 47 1 40.66 2 9 2X3 38
542 MORADABAD NAJIBABAD NAJIBABAD-AMROHA 91 3 42.90 2 9 2X3 38
543 MORADABAD NAJIBABAD NJB-DHAMPUR-HARIDWAR-NJB 104 4 41.58 2 12 2X3 51
544 MORADABAD NAJIBABAD NJB-BIJNOR-HARIDWAR 97 17 40.82 2 9 2X3 38
545 MORADABAD NAJIBABAD NJB-HARIDWAR-MORADABAD 172 4 40.69 2 12 2X3 51
546 MORADABAD NAJIBABAD NJB-MEERUT-BIJNOR 120 10 46.86 2 12 2X3 51
547 MORADABAD NAJIBABAD NJB-MORADABAD 113 5 42.28 2 12 2X3 51
548 MORADABAD NAJIBABAD NJB-NOORPUR-DEHRADN 178 2 37.67 2 12 2X3 51
549 MORADABAD NAJIBABAD NJB-NOORPUR-HARIDWAR 178 9 41.00 2 12 2X3 51
550 MORADABAD NAJIBABAD NJB-RISHIKESH-DEHRADUN 125 1 42.43 2 12 2X3 51
551 MORADABAD NAJIBABAD NJB-CHANDPUR-NOORPUR 66 4 40.76 2 9 2X3 38
552 MORADABAD NAJIBABAD NJB-NEHTOR-DHAMPUR-MBD 113 1 37.30 2 12 2X3 51
553 MORADABAD DHAMPUR DHP-AMROHA 61 1 35.27 2 9 2X3 38
554 MORADABAD DHAMPUR DHP-AMROHA 61 1 30.93 2 9 2X3 38
555 MORADABAD DHAMPUR DHP-BIJ-MZN 108 1 54.07 2 12 2X3 51
556 MORADABAD DHAMPUR DHP-BIJNOR-MBD 116 22 43.67 2 12 2X3 51
557 MORADABAD DHAMPUR DHP-JAYSINGHJOTH 85 1 42.31 2 9 2X3 38
558 MORADABAD DHAMPUR DHP-MORADABAD-MILAK 119 4 40.29 2 12 2X3 51
559 MORADABAD DHAMPUR DHP-NOORPUR-AMROHA 61 2 42.82 2 9 2X3 38
560 MORADABAD DHAMPUR DHP-AJEETPURDHASI-DHP-BIJ 77 1 42.74 2 9 2X3 38
[Type text]

561 MORADABAD DHAMPUR DHP-BAKSANPUR-DHP-BIJ-CHP 77 1 43.21 2 9 2X3 38


562 MORADABAD DHAMPUR DHP-BHATIYANA-DHP-BIJ MBD 68 1 45.04 2 9 2X3 38
563 MORADABAD DHAMPUR DHP-BIJNOR-CHP-GAJRAULA 77 2 51.45 2 9 2X3 38
564 MORADABAD DHAMPUR DHP-BIJNOR-CHP-GAJRAULA 77 2 44.76 2 9 2X3 38
565 MORADABAD DHAMPUR DHP-BIJOR-MUZAFFARNAGAR 111 3 43.39 2 12 2X3 51
566 MORADABAD DHAMPUR DHP-BIJOR-MUZAFFARNAGAR 108 2 41.24 2 12 2X3 51
567 MORADABAD DHAMPUR DHP-BIJNOR-NAGINA 48 3 44.33 2 9 2X3 38
568 MORADABAD DHAMPUR DHP-BIJNOR-NAGINA 48 1 39.68 2 9 2X3 38
569 MORADABAD DHAMPUR DHP-CHP-GAJ 73 1 40.73 2 9 2X3 38
570 MORADABAD DHAMPUR DHP-CHP-BIJ-CHP-NOORPUR-AMROHA 88 1 41.80 2 9 2X3 38
571 MORADABAD DHAMPUR DHP-CHP-GAJRAULA-HASANPUR 73 2 42.64 2 9 2X3 38
572 MORADABAD DHAMPUR DHP-CHP-GAJRAULA 73 3 43.49 2 9 2X3 38
573 MORADABAD DHAMPUR DHP-MORADABAD-HALDAUR 92 1 43.12 2 9 2X3 38
574 MORADABAD DHAMPUR DHP-KHANUJAT-DHP-MBD-BIJ 68 1 45.28 2 9 2X3 38
575 MORADABAD DHAMPUR DHP-MATORAMAN-DHP -CHP 77 1 43.22 2 9 2X3 38
576 MORADABAD DHAMPUR DHP-NAGALBHJJA-DHP-BIJ 68 1 43.43 2 9 2X3 38
577 MORADABAD DHAMPUR DHP-NAJIBABAD-MORADABAD 113 8 45.51 2 12 2X3 51
578 MORADABAD DHAMPUR DHP-PARMABALA-DHP-BIJ-MBD 68 1 43.40 2 9 2X3 38
579 MORADABAD DHAMPUR DHP-PURAINI-NHT-BIJ-CHP 63 1 46.47 2 9 2X3 38
580 MORADABAD DHAMPUR DHP-RAINE-DHP-BIJ-MBD 68 1 45.38 2 9 2X3 38
581 MORADABAD DHAMPUR DHP-THAKKA-DHP-BIJ-MBD 68 1 45.25 2 9 2X3 38
582 MORADABAD DHAMPUR DHP THATJAT-SEO-DHP -BIJ 77 1 46.53 2 9 2X3 38
583 MORADABAD DHAMPUR NAGINA-MORADABAD-DHAMPU 86 1 38.50 2 9 2X3 38
584 MORADABAD CHANDPUR CHP-NPR-KAUSHAMBI 154 7 49.09 2 12 2X3 51
585 MORADABAD CHANDPUR CHP -KANPUR-DEHRADOON 201 1 41.86 3 12 2X2 44
586 MORADABAD CHANDPUR CHP-BASTA-DEHRADOON 213 1 37.11 3 12 2X2 44
587 MORADABAD CHANDPUR CHP-BJNNOR-NAGINA 71 2 42.68 2 9 2X3 38
588 MORADABAD CHANDPUR CHP-DHP-GAJRAULA- 73 3 41.51 2 9 2X3 38
589 MORADABAD CHANDPUR CHP-DHP-GAJRAULA 73 5 42.09 2 9 2X3 38
590 MORADABAD CHANDPUR CHP-GOYLI-AMR-BJN 73 1 32.96 2 9 2X3 38
[Type text]

591 MORADABAD CHANDPUR CHP-HARIDWAR 137 1 35.88 2 12 2X3 51


592 MORADABAD CHANDPUR CHP-MBD-BIJNOR-NAGINA 67 2 40.20 2 9 2X3 38
593 MORADABAD CHANDPUR CHP-NOORPUR-AMR-BIJNOR 91 3 43.57 2 9 2X3 38
594 MORADABAD CHANDPUR CHANDPUR-DHAMPUR-KAUSHMBI 182 5 41.32 3 12 2X2 44
595 MORADABAD CHANDPUR CHP-SURJANNAGAR-KAUSHAMBI 193 1 38.35 3 12 2X2 44
596 MORADABAD CHANDPUR CHP-HAREVALI-KAUSHAMBI 199 1 41.54 3 12 2X2 44
597 MORADABAD AMROHA ADAMPUR-DELHI-AMROHA 154 2 42.00 2 12 2X3 51
598 MORADABAD AMROHA AMR-CHANDIFARM 97 1 41.47 2 9 2X3 38
599 MORADABAD AMROHA AMR-DDN-MBD-AMR 215 7 40.79 3 12 2X2 44
600 MORADABAD AMROHA AMR-SEOHARA-NOORPUR-CHP-AMR 97 1 40.42 2 9 2X3 38
601 MORADABAD AMROHA AMROAH-DEHRADOON-AMROHA 215 1 44.50 3 12 2X2 44
602 MORADABAD AMROHA AMR-BARIELY-AMROHA 135 5 44.64 2 12 2X3 51
603 MORADABAD AMROHA AMR-CHANDAUSI-DELHI-AMROHA 186 2 43.94 3 12 2X2 44
604 MORADABAD AMROHA AMR-DHAMPUR-DELHI-BAREILLY 184 6 46.50 3 12 2X2 44
605 MORADABAD AMROHA HASANPUR-ATRASI-BARIELY 156 1 41.86 2 12 2X3 51
606 MORADABAD AMROHA KADRABAD-BARIEELY-AMROHA 158 1 43.54 2 12 2X3 51
607 MORADABAD AMROHA MATHURA-MORADABAD-AMROHA 222 1 40.34 3 12 2X2 44
608 MORADABAD AMROHA AMROHA-MERRUT-MBD-RAMPUR 99 1 40.77 2 9 2X3 38
609 MORADABAD AMROHA NANHERA-AMR-HARIDWAR-DDN 215 1 39.61 3 12 2X2 44
610 MORADABAD AMROHA PILIBHIT-DELHI-AMROHA 192 4 43.71 3 12 2X2 44
611 MORADABAD AMROHA SHAJHANPUR-HARIDWAR-AMROHA 208 2 45.41 3 12 2X2 44
612 MORADABAD AMROHA AMROHA-NOORPUR-HASANPUR 63 1 37.62 2 9 2X3 38
613 MORADABAD AMROHA AMROHA-MILAK-RAMPUR 95 3 41.38 2 9 2X3 38
614 MORADABAD AMROHA AMROHA-NAZIBABAD 91 5 43.49 2 9 2X3 38
615 MORADABAD AMROHA AMROHA-NAZIBABAD 88 3 37.14 2 9 2X3 38
616 MORADABAD AMROHA AMR-NOORPUR-CHANDPUR-BIJNOR 91 1 42.23 2 9 2X3 38
617 MORADABAD AMROHA AMROHA-CHANDAUSI-AMR-MBD 92 1 44.73 2 9 2X3 38
618 MORADABAD AMROHA NOORPUR-DHAMPUR 61 1 42.04 2 9 2X3 38
619 MORADABAD AMROHA AMR-NOORPUR-DHAMPUR-NPR-AMR 61 2 39.38 2 9 2X3 38
620 MORADABAD AMROHA AMROHA-MORADABAD-AMROHA 44 3 38.83 2 9 2X3 38
[Type text]

621 BAREILLY BAREILLY BLY-ALIGARH 185 1 41.94 3 12 2X2 44


622 BAREILLY BAREILLY BLY-FARRUKHABAD 126 4 41.94 2 12 2X3 51
623 BAREILLY BAREILLY BLY-HALDWANI 105 1 47.86 2 12 2X3 51
624 BAREILLY BAREILLY BLY-KASHIPUR 140 3 51.00 2 12 2X3 51
625 BAREILLY BAREILLY BLY-LAKHIMPUR 202 15 44.64 3 12 2X2 44
626 BAREILLY BAREILLY BLY-MEERUT 222 1 45.66 3 12 2X2 44
627 BAREILLY BAREILLY BLY-MORADABAD 182 10 50.53 3 12 2X2 44
628 BAREILLY BAREILLY BLY-SHAHBAD 139 1 40.92 2 12 2X3 51
629 BAREILLY BAREILLY BLY-TANAKPUR 117 3 44.82 2 12 2X3 51
630 BAREILLY BAREILLY BLY-HALDWANI 105 10 51.97 2 12 2X3 51
631 BAREILLY BAREILLY BLY-FARRUKHABAD-PBT 179 1 34.54 2 12 2X3 51
632 BAREILLY BAREILLY BLY-FARRUKHABAD-SHAHJAHNPUR 216 1 38.24 3 12 2X2 44
633 BAREILLY BAREILLY BLY-CHANDAUSI 166 3 38.99 2 12 2X3 51
634 BAREILLY BAREILLY BLY-ALIGARH 185 1 32.37 3 12 2X2 44
635 BAREILLY BAREILLY BLY-LAKHIMPUR 195 5 37.41 3 12 2X2 44
636 BAREILLY BAREILLY BLY-BADAUN-FARIDPUR 130 1 36.72 2 12 2X3 51
637 BAREILLY BAREILLY BLY-KANNOJ 186 2 37.62 3 12 2X2 44
638 BAREILLY BAREILLY BLY-MAINPURY 201 1 33.33 3 12 2X2 44
639 BAREILLY BAREILLY BLY-KASHIPUR 140 3 47.12 2 12 2X3 51
640 BAREILLY BAREILLY BLY-POORANPUR 192 2 41.27 3 12 2X2 44
641 BAREILLY BAREILLY BLY-MATHURA 225 1 31.43 3 12 2X2 44
642 BAREILLY BAREILLY BLY-SHAHJAHANPUR 137 2 42.94 2 12 2X3 51
643 BAREILLY ROHILKHAND BLY-BISAL-SINGI-BANDA 140 3 41.16 2 12 2X3 51
644 BAREILLY ROHILKHAND BLY-FARRUKHABAD 126 6 41.43 2 12 2X3 51
645 BAREILLY ROHILKHAND BLY-KATIYA-JADO-SHAHJAHPUR 102 2 40.13 2 12 2X3 51
646 BAREILLY ROHILKHAND BLY-MILAK-RUDRA-HALDWANI 113 1 47.73 2 12 2X3 51
647 BAREILLY ROHILKHAND BLY-MORADABAD(SAMBHAL) 91 8 46.78 2 9 2X3 38
648 BAREILLY ROHILKHAND BLY-PBT-TANAKPUR 117 5 42.38 2 12 2X3 51
649 BAREILLY ROHILKHAND BLY-PURANPUR-MALANI-PALIYA 138 3 41.18 2 12 2X3 51
650 BAREILLY ROHILKHAND BLY-SIROLI-BADAUN 114 1 40.83 2 12 2X3 51
[Type text]

651 BAREILLY ROHILKHAND BLY-RUDRAPUR-KASHIPUR 84 6 53.14 2 9 2X3 38


652 BAREILLY ROHILKHAND BLY-SHAHJAHANPUR 90 3 42.15 2 9 2X3 38
653 BAREILLY ROHILKHAND SAT-BIS-LAKHIMPUR 160 7 37.51 2 12 2X3 51
654 BAREILLY ROHILKHAND BLY-PBT-FARRUKHABAD 179 3 45.06 2 12 2X3 51
655 BAREILLY ROHILKHAND BLY-PBT-PURANPUR 109 3 41.46 2 12 2X3 51
656 BAREILLY ROHILKHAND BLY-HALDWANI 105 9 48.21 2 12 2X3 51
657 BAREILLY ROHILKHAND BLY-BDN-CHANDAUSI 118 1 35.03 2 12 2X3 51
658 BAREILLY ROHILKHAND BLY-ALIGARH-MATHURA 185 2 35.81 3 12 2X2 44
659 BAREILLY BADAUN BADAUN-RUDRAPUR 137 1 56.34 2 12 2X3 51
660 BAREILLY BADAUN BDN - CHANDAUSI 113 3 42.99 2 12 2X3 51
661 BAREILLY BADAUN BDN - FARUKHABAD 109 6 40.35 2 12 2X3 51
662 BAREILLY BADAUN BDN - MEERUT 213 1 46.42 3 12 2X2 44
663 BAREILLY BADAUN BDN-BAREILLY 53 5 41.03 2 9 2X3 38
664 BAREILLY BADAUN BDN-SAHASWAN-BAREILLY 98 1 40.73 2 9 2X3 38
665 BAREILLY BADAUN BDN-GNJUDWRA-DATAGANG-BLY 217 15 37.60 3 12 2X2 44
666 BAREILLY BADAUN BDN - FARUKHABAD 109 1 50.66 2 12 2X3 51
667 BAREILLY BADAUN BDN-ALIGARH-BLY 185 11 40.28 3 12 2X2 44
668 BAREILLY BADAUN BDN-BLY-CHND 118 4 40.33 2 12 2X3 51
669 BAREILLY BADAUN BDN-CHND-BSL 65 2 39.89 2 9 2X3 38
670 BAREILLY BADAUN BDN-DATAGANG-CDN 95 2 36.51 2 9 2X3 38
671 BAREILLY BADAUN BDN-KALAN-PAROOR 65 1 42.03 2 9 2X3 38
672 BAREILLY BADAUN BDN-MBD-BLY 166 9 38.92 2 12 2X3 51
673 BAREILLY BADAUN BDN-MBD-CHDS 113 4 36.78 2 12 2X3 51
674 BAREILLY PILIBHIT PILIBHIT -PURANPUR- PALIYA 125 1 41.43 2 12 2X3 51
675 BAREILLY PILIBHIT PILIBHIT SAITELITE PBT 106 5 41.12 2 12 2X3 51
676 BAREILLY PILIBHIT PILIBHIT-BLY-BISALPUR-PBT 182 4 40.42 3 12 2X2 44
677 BAREILLY PILIBHIT PILIBHIT-HARDOI 197 1 44.69 3 12 2X2 44
678 BAREILLY PILIBHIT PILIBHIT-MORDABAD-PILIBHIT 119 6 40.38 2 12 2X3 51
679 BAREILLY PILIBHIT PILIBHIT-PURANPUR-KASGANJ 178 1 40.74 2 12 2X3 51
680 BAREILLY PILIBHIT PILIBHIT-TANKPUR-BAREILLY 117 5 41.99 2 12 2X3 51
[Type text]

681 BAREILLY PILIBHIT PILIBHIT-UMARSADH-BAREILLY 131 1 40.38 2 12 2X3 51


682 BAREILLY PILIBHIT PILIBHIT-BLY-BISALPUR 116 1 42.35 2 12 2X3 51
683 HARDOI HARDOI HDI-BILGRAM-CHAUSAR 35 1 36.82 2 9 2X3 38
684 HARDOI HARDOI HDI-PALI-CHAUSAR 53 1 40.16 2 9 2X3 38
685 HARDOI HARDOI HDI-BILGRAM-MADHAUGUNJ-LKO 80 1 46.65 2 9 2X3 38
686 HARDOI HARDOI HDI-DAHELIYA-LKO 165 1 40.10 2 12 2X3 51
687 HARDOI HARDOI HDI-KANPUR NONSTOP 145 4 41.99 2 12 2X3 51
688 HARDOI HARDOI HDI-KANPUR 145 6 44.94 2 12 2X3 51
689 HARDOI HARDOI HDI-LONAR-FARUKKHABAD 71 8 46.82 2 9 2X3 38
690 HARDOI HARDOI HDI-LKO 110 10 52.34 2 12 2X3 51
691 HARDOI HARDOI HDI-LKO 110 4 43.92 2 12 2X3 51
692 HARDOI HARDOI HDI-PALI-PACHDEVRA 65 1 39.53 2 9 2X3 38
693 HARDOI HARDOI HDI-PIHANI-KANPUR 172 2 46.83 2 12 2X3 51
694 HARDOI HARDOI HDI-SITAPUR 75 2 51.18 2 9 2X3 38
695 HARDOI HARDOI HDI-PALI-FARUKHABAD 87 2 42.46 2 9 2X3 38
696 HARDOI HARDOI HDI-ETAWA 139 1 37.54 2 12 2X3 51
697 HARDOI HARDOI HDI-KANNAUJ-KANPUR 184 1 37.34 3 12 2X2 44
698 HARDOI HARDOI HDI-PIHANI-GOLA 148 1 39.06 2 12 2X3 51
699 HARDOI HARDOI HDI-SANDI-KNJ-KANPUR 165 3 41.85 2 12 2X3 51
700 HARDOI HARDOI HDI-SITAPUR-LKO 149 2 40.19 2 12 2X3 51
701 HARDOI HARDOI HDI-SHAHJAHANPUR-BAREILLY 140 7 41.72 2 12 2X3 51
702 HARDOI HARDOI HDI-HARPALPUR-FARUKKHABAD 93 1 36.60 2 9 2X3 38
703 HARDOI SITAPUR STP-AKBAR-SAHJAHAPUR 37 1 37.00 2 9 2X3 38
704 HARDOI SITAPUR STP-BAHRAICH-UTRAULA 100 2 37.88 2 9 2X3 38
705 HARDOI SITAPUR STP-BRAMWALI-UMARIYA-BEHA 39 1 37.47 2 9 2X3 38
706 HARDOI SITAPUR STP-HARDOI 75 4 42.57 2 9 2X3 38
707 HARDOI SITAPUR STP-KANPUR-LAKHIMPUR 186 1 38.02 3 12 2X2 44
708 HARDOI SITAPUR STP-LKO-BAREILLY 179 1 38.89 2 12 2X3 51
709 HARDOI SITAPUR STP-MAHMOODABAD-SPN 62 1 35.98 2 9 2X3 38
710 HARDOI SITAPUR STP-MAHMUDABAD-PAITEPUR-MEERA 137 1 39.44 2 12 2X3 51
[Type text]

711 HARDOI SITAPUR STP-PIHANI-HARDOI 68 1 40.49 2 9 2X3 38


712 HARDOI SITAPUR STP-SHAHJAHANPUR 90 2 41.56 2 9 2X3 38
713 HARDOI SITAPUR STP-MAHMODABAD-RAMPUR-GONDADEV 67 1 37.27 2 9 2X3 38
714 HARDOI SITAPUR STP-URDALI-BIHATGUD 115 1 35.32 2 12 2X3 51
715 HARDOI SITAPUR STP-MAHOLI-SEJPUR 132 1 40.93 2 12 2X3 51
716 HARDOI SITAPUR STP-BAHRAICH-STP 100 1 40.31 2 9 2X3 38
717 HARDOI SITAPUR STP-BISWAN-LKO 117 21 30.26 2 12 2X3 51
718 HARDOI SITAPUR STP-GOLA-SHAHJAHANPUR-LKM 90 1 33.73 2 9 2X3 38
719 HARDOI SITAPUR STP-LAGHUCHA-LAKHIMPUR-LKO 87 1 36.01 2 9 2X3 38
720 HARDOI SITAPUR STP-LAHRPUR-LKO 200 1 30.32 3 12 2X2 44
721 HARDOI SITAPUR STP-LAKH-AIRA-LKO 172 2 35.78 2 12 2X3 51
722 HARDOI SITAPUR STP-LAKHIMPUR-PISAWA 80 1 30.01 2 9 2X3 38
723 HARDOI SITAPUR STP-LKONOW-MAHOLI 111 1 30.64 2 12 2X3 51
724 HARDOI SITAPUR STP-LKO-KUTUBNGR 189 3 29.84 3 12 2X2 44
725 HARDOI SITAPUR STP-MAHMOODABAD-LKONOW 62 2 31.53 2 9 2X3 38
726 HARDOI SITAPUR STP-MHLI-BRGAWA-LKONOW 127 5 29.97 2 12 2X3 51
727 HARDOI SITAPUR STP-MHLI-HARGON-LAKHIMPUR 72 1 25.92 2 9 2X3 38
728 HARDOI SITAPUR STP-MODI-SAKR-JITA-LAKHIMPUR 189 1 28.49 3 12 2X2 44
729 HARDOI SITAPUR STP-NIMSAR-LKONOW 100 12 31.37 2 9 2X3 38
730 HARDOI SITAPUR STP-PISAWA-LKONOW 124 8 30.13 2 12 2X3 51
731 HARDOI SITAPUR STP-REOSA-LKONOW-STP 58 4 28.63 2 9 2X3 38
732 HARDOI GOLA GOLA-AJAN-KASTA 150 1 41.44 2 12 2X3 51
733 HARDOI GOLA GOLA-BANDA-BARELLY 121 5 42.90 2 12 2X3 51
734 HARDOI GOLA GOLA-LAKHIMPUR-TANAKPUR 211 1 36.11 3 12 2X2 44
735 HARDOI GOLA GOLA-MAIGALGANJ-SITAPUR 105 1 38.54 2 12 2X3 51
736 HARDOI GOLA GOLA-BANDA-MOORADABAD 216 1 45.43 3 12 2X2 44
737 HARDOI GOLA GOLA-RURASULTANPUR-PILIBHIT 146 2 38.72 2 12 2X3 51
738 HARDOI GOLA GOLA-LUCKNOW-GOLA 160 1 35.53 2 12 2X3 51
739 HARDOI GOLA GOLA-LAKHIMPUR-HARDOI 153 1 27.55 2 12 2X3 51
740 HARDOI GOLA GOLA-LAKHIMPUR-MAQSOODPUR 150 1 36.86 2 12 2X3 51
[Type text]

741 HARDOI GOLA GOLA-MITAULI-MAIGALGANJ 206 1 32.78 3 12 2X2 44


742 HARDOI GOLA GOLA-PADARI SHAHJAHANPUR 191 1 25.31 3 12 2X2 44
743 HARDOI GOLA GOLA-MAMRI-AJAN-SITAPUR 87 1 26.16 2 9 2X3 38
744 HARDOI GOLA GOLA-LUCKNOW 178 20 37.92 2 12 2X3 51
745 HARDOI GOLA GOLA-SITAPUR-GOLA 182 2 27.92 3 12 2X2 44
746 HARDOI GOLA GOLA-SHAHJAHANPUR-LMP 108 13 39.98 2 12 2X3 51
747 HARDOI LAKHIMPUR LKM-GOLA-BIJUA-LKO 106 1 35.77 2 12 2X3 51
748 HARDOI LAKHIMPUR LKM-GOLA-KUTWARA-LKO-LKM 200 1 32.49 3 12 2X2 44
749 HARDOI LAKHIMPUR LKM-LAHARPUR-LKO 174 7 34.49 2 12 2X3 51
750 HARDOI LAKHIMPUR LKM DHORAHRA LKO LKM 174 28 35.06 2 12 2X3 51
751 HARDOI LAKHIMPUR LKM GOLA LKO LKM 195 9 33.10 3 12 2X2 44
752 HARDOI LAKHIMPUR LKM LKO AIRA LKM 102 32 32.84 2 12 2X3 51
753 HARDOI LAKHIMPUR LKM SHAHJAHANPUR 170 2 35.87 2 12 2X3 51
754 HARDOI LAKHIMPUR LKM-LAGUCHA-LKO-LKM 164 5 36.53 2 12 2X3 51
755 HARDOI LAKHIMPUR LKM-SITAPUR-LKO-BARABANKI-LKO 164 2 27.38 2 12 2X3 51
756 HARDOI SHAHJAHANPUR SPN-BANDA(SHATAL) 49 2 35.76 2 9 2X3 38
757 HARDOI SHAHJAHANPUR SPN-HARDOI [SHATAL] 65 1 34.98 2 9 2X3 38
758 HARDOI SHAHJAHANPUR SPN-HARDOI-KANPUR 210 3 42.68 3 12 2X2 44
759 HARDOI SHAHJAHANPUR SPN-HARDOI-PILIBHIT-SPN 151 2 35.96 2 12 2X3 51
760 HARDOI SHAHJAHANPUR SPN-HARDOI-ANAGPUR-KANT 143 1 35.46 2 12 2X3 51
761 HARDOI SHAHJAHANPUR SPN-KHAMARIYA-HARDOI 152 1 38.09 2 12 2X3 51
762 HARDOI SHAHJAHANPUR SPN-MAILANI-PILIPHIT 152 1 42.14 2 12 2X3 51
763 HARDOI SHAHJAHANPUR SPN-PALI-HARDOI 121 1 34.74 2 12 2X3 51
764 HARDOI SHAHJAHANPUR SPN-PALI-SITAPUR 148 3 37.58 2 12 2X3 51
765 HARDOI SHAHJAHANPUR SPN-PALIA-BANDA 149 2 40.99 2 12 2X3 51
766 HARDOI SHAHJAHANPUR SPN-PILIBHIT-SITAPUR-SPN 176 1 33.61 2 12 2X3 51
767 HARDOI SHAHJAHANPUR SPN-PURANPUR-KHUTAR 141 2 37.81 2 12 2X3 51
768 HARDOI SHAHJAHANPUR SPN-RARUA-SITAPUR-BILSANDA 153 1 36.10 2 12 2X3 51
769 HARDOI SHAHJAHANPUR SPN-SITAPUR-LKO 180 2 36.74 2 12 2X3 51
770 HARDOI SHAHJAHANPUR SPN-CHAUHNAPUR-DELHI 125 2 36.14 2 12 2X3 51
[Type text]

771 HARDOI SHAHJAHANPUR SPN-PALI-LKO 225 2 34.91 3 12 2X2 44


772 HARDOI SHAHJAHANPUR SPN-BADAYUN 117 2 35.05 2 12 2X3 51
773 HARDOI SHAHJAHANPUR SPN-JOGRAJPUR-PURANPUR 169 1 33.10 2 12 2X3 51
774 HARDOI SHAHJAHANPUR SPN-JALALABAD-LKO 221 1 37.43 3 12 2X2 44
775 HARDOI SHAHJAHANPUR SPN-BAREILLY-BUDAUN 160 1 43.36 2 12 2X3 51
776 HARDOI SHAHJAHANPUR SPN-FARRUKHABAD 93 36 39.50 2 9 2X3 38
777 HARDOI SHAHJAHANPUR SPN-FARUKKHABAD-KANNAUJ 153 1 49.17 2 12 2X3 51
778 HARDOI SHAHJAHANPUR SPN-HARDOI-SATELITE 220 1 39.56 3 12 2X2 44
779 HARDOI SHAHJAHANPUR SPN-JALALABAD-FARRUKHABAD 189 1 34.38 3 12 2X2 44
780 HARDOI SHAHJAHANPUR SPN-KHUTAR-BAREILLY 194 1 38.57 3 12 2X2 44
781 HARDOI SHAHJAHANPUR SPN-LAKHIMPUR-FARUKKHABAD 162 1 40.94 2 12 2X3 51
782 HARDOI SHAHJAHANPUR SPN-LAKHIMPUR-GOLA 171 1 40.36 2 12 2X3 51
783 HARDOI SHAHJAHANPUR SPN-PUWAYA-SATELITE 209 1 35.64 3 12 2X2 44
784 HARDOI SHAHJAHANPUR SPN-PUWAYAN-NIGOHI-SATELITE 195 1 42.23 3 12 2X2 44
785 HARDOI SHAHJAHANPUR SPN-SATELITE 90 31 37.16 2 9 2X3 38
786 HARDOI SHAHJAHANPUR SPN-SATELITE-PILIBHIT 196 1 39.35 3 12 2X2 44
787 HARDOI SHAHJAHANPUR SPN-LMP-SATELIGHT 195 3 37.78 3 12 2X2 44
788 HARDOI SHAHJAHANPUR SPN-LAKHIMPUR-GOLA 171 2 36.63 2 12 2X3 51
789 HARDOI KANNAUJ KANNAUJ-AGRA 222 6 38.73 3 12 2X2 44
790 HARDOI KANNAUJ KANNAUJ-CHAPUNNA-KANPUR 150 1 43.03 2 12 2X3 51
791 HARDOI KANNAUJ KANNAUJ-HARDOI 58 4 37.60 2 9 2X3 38
792 HARDOI KANNAUJ KANNAUJ-HARDOI-SHAHJAHANP 123 1 37.76 2 12 2X3 51
793 HARDOI KANNAUJ KANNAUJ-HARDOI-SITAPUR 133 1 41.95 2 12 2X3 51
794 HARDOI KANNAUJ KANNAUJ-MAINPURI 198 2 39.58 3 12 2X2 44
795 HARDOI KANNAUJ KANNAUJ-MALLAWAN-LUCKNOW 151 1 41.70 2 12 2X3 51
796 HARDOI KANNAUJ KANNAUJ-SANDI-HARDOI 163 1 38.66 2 12 2X3 51
797 HARDOI KANNAUJ KANNAUJ-SAURIKH-KANPUR 132 3 36.20 2 12 2X3 51
798 HARDOI KANNAUJ KANNUJ-BHAWALPUR-KANPUR 150 2 37.78 2 12 2X3 51
799 HARDOI KANNAUJ KANNAUJ-KANPUR 162 1 39.49 2 12 2X3 51
800 HARDOI KANNAUJ KANNAUJ-CHAUBEPUR-KANPUR 171 1 42.01 2 12 2X3 51
[Type text]

801 ETAWAH ETAWAH ETW-AGRA-MATHURA-ETW 202 7 40.15 3 12 2X2 44


802 ETAWAH ETAWAH ETW-BEWAR-FARUKHABAD-ETW 102 4 41.73 2 12 2X3 51
803 ETAWAH ETAWAH ETW-BIDHUNA-AGRA 198 3 40.09 3 12 2X2 44
804 ETAWAH ETAWAH ETW-MAINPURI-ETAH-ETW 60 2 40.15 2 9 2X3 38
805 ETAWAH ETAWAH ETW-KANPUR 166 2 42.81 2 12 2X3 51
806 ETAWAH ETAWAH ETAWAH-FARUKHABAD-ETAWAH 102 4 46.64 2 12 2X3 51
807 ETAWAH ETAWAH ETAWAH-FARUKHABAD-ETAWAH 102 1 41.93 2 12 2X3 51
808 ETAWAH ETAWAH ETAWAH-KUMHABER-FARUKHABAD 102 1 47.55 2 12 2X3 51
809 ETAWAH ETAWAH ETAWAH-KUSHMRA-FARUKHHABAD 104 1 42.41 2 12 2X3 51
810 ETAWAH AURAIYA AURAIYA-AGRA 203 1 41.88 3 12 2X2 44
811 ETAWAH AURAIYA AURAIYA-JHANSHI 184 1 47.40 3 12 2X2 44
812 ETAWAH AURAIYA AURAIYA-SHAJAHNPUR 220 4 44.46 3 12 2X2 44
813 ETAWAH AURAIYA AURAIYA-KANPUR 100 6 43.05 2 9 2X3 38
814 ETAWAH AURAIYA AURAIYA-MADHOGARH-KANPUR 153 2 42.51 2 12 2X3 51
815 ETAWAH AURAIYA AURAIYA-AJITMAL-DIBIYAPUR 85 1 35.98 2 9 2X3 38
816 ETAWAH BEWAR BEWAR-AGRA-BEWAR 157 21 41.81 2 12 2X3 51
817 ETAWAH BEWAR BEWAR-ETAWAH- SAHJAHPUR 195 1 41.23 3 12 2X2 44
818 ETAWAH BEWAR BEWAR-KUSMAR-FKB-ETW 127 1 39.89 2 12 2X3 51
819 ETAWAH BEWAR BEWR ETW FARUKHABAD HIRD 102 5 44.44 2 12 2X3 51
820 ETAWAH BEWAR BWR-SAMSHERGANJ-MNP-FKB H 103 1 42.98 2 12 2X3 51
821 ETAWAH BEWAR BEWAR-GHUTARA-AGRA-LOHIYA 167 1 41.92 2 12 2X3 51
822 ETAWAH CHHIBRAMAU CHHIB-SAURIKH-AGRA-LOHIYA 192 1 39.60 3 12 2X2 44
823 ETAWAH CHHIBRAMAU CHHIB-SUKSENPUR-AGRA 219 2 40.73 3 12 2X2 44
824 ETAWAH CHHIBRAMAU CHHIB-AGRA-CHHIBRAMAU 180 10 40.19 2 12 2X3 51
825 ETAWAH FARUUKHABAD FARRUKHABAD-AGRA 201 17 45.95 3 12 2X2 44
826 ETAWAH FARUUKHABAD FARRUKHABAD-BUDAUN 109 3 40.98 2 12 2X3 51
827 ETAWAH FARUUKHABAD FARRUKHABAD-AGRA 201 1 47.24 3 12 2X2 44
828 ETAWAH FARUUKHABAD FARRUKHABAD-BUDAUN 109 2 36.27 2 12 2X3 51
829 ETAWAH FARUUKHABAD FARRUKHABAD-BUDAUN 109 2 41.72 2 12 2X3 51
830 ETAWAH FARUUKHABAD FARRUKHABAD-BARELY 126 3 37.20 2 12 2X3 51
[Type text]

831 ETAWAH FARUUKHABAD FARRUKHABAD-ETAH 108 10 42.64 2 12 2X3 51


832 ETAWAH FARUUKHABAD FARRUKHABAD-ETAWAH 102 9 46.53 2 12 2X3 51
833 ETAWAH FARUUKHABAD FARRUKHABAD-KANPUR 146 5 41.79 2 12 2X3 51
834 ETAWAH FARUUKHABAD FKB-NAWABGANJ-EATH 100 1 30.56 2 9 2X3 38
835 ETAWAH FARUUKHABAD FARRUKHABAD-ETAWAH 102 1 41.06 2 12 2X3 51
836 ETAWAH FARUUKHABAD FARRUKHABAD-HARDOI 101 2 43.33 2 12 2X3 51
837 ETAWAH FARUUKHABAD FARRUKHABAD-HARDOI-LUCKNOW 186 1 46.31 3 12 2X2 44
838 ETAWAH FARUUKHABAD FARRUKHABAD- LUCKNOW 186 1 61.29 3 12 2X2 44
839 ETAWAH FARUUKHABAD FARRUKHABAD-SAHABGANJ-NAULI 126 1 37.95 2 12 2X3 51
840 ETAWAH FARUUKHABAD FARRUKHABAD-SASAPUR-MAINPURI 121 1 40.80 2 12 2X3 51
841 ETAWAH FARUUKHABAD FARRUKHABAD- LUCKNOW 186 1 61.98 3 12 2X2 44
842 ETAWAH SHIKOHABAD SKB-FIROZABAD JASRANA BARELY 197 1 42.38 3 12 2X2 44
843 ETAWAH SHIKOHABAD SKB JASRANA ETAH 212 5 42.02 3 12 2X2 44
844 ETAWAH MAINPURI MNP-AGRA-BEWER-MNP 157 8 43.19 2 12 2X3 51
845 ETAWAH MAINPURI MNP-AGRA-MNP 128 4 42.75 2 12 2X3 51
846 ETAWAH MAINPURI MNP-BEWAR-AGRA-MNP 157 7 41.70 2 12 2X3 51
847 ETAWAH MAINPURI MNP-ETAWAH-MNP 60 4 44.73 2 9 2X3 38
848 ETAWAH MAINPURI MNP-KURAWALI-AGR-MNP 139 1 42.90 2 12 2X3 51
849 ETAWAH MAINPURI LGS MAINPURI-LUCKNOW 211 1 43.73 3 12 2X2 44
850 ETAWAH MAINPURI LGS MNP-SARAY AGAHIT-AG 172 1 40.45 2 12 2X3 51
851 ETAWAH MAINPURI LGS MNP-SORIK-AGR-KANPU 183 1 43.94 3 12 2X2 44
852 ETAWAH MAINPURI MNP-KANPUR-MNP 178 1 33.37 2 12 2X3 51
853 ETAWAH MAINPURI MNP-LKORA-AUCHHA-KANPUR 215 1 33.29 3 12 2X2 44
854 KANPUR VIKAS NAGAR BIDHUNA 109 10 38.81 2 12 2X3 51
855 KANPUR VIKAS NAGAR BINDKI LUCKNOW 162 1 39.94 2 12 2X3 51
856 KANPUR VIKAS NAGAR AIRAWA KATRA 123 2 39.99 2 12 2X3 51
857 KANPUR VIKAS NAGAR SHIVLI LUCKNOW 133 2 40.45 2 12 2X3 51
858 KANPUR VIKAS NAGAR PRAYAGRAJ 210 1 40.58 3 12 2X2 44
859 KANPUR VIKAS NAGAR LUCKNOW 96 3 44.34 2 9 2X3 38
860 KANPUR VIKAS NAGAR SAURIKH 127 1 44.55 2 12 2X3 51
[Type text]

861 KANPUR VIKAS NAGAR HARDOI VIA UNNAO 145 4 47.36 2 12 2X3 51
862 KANPUR VIKAS NAGAR KNP.AIRWA BIDHUNA 109 2 47.94 2 12 2X3 51
863 KANPUR VIKAS NAGAR KANPUR PRAYAGRAJ 210 1 34.99 3 12 2X2 44
864 KANPUR VIKAS NAGAR KANPUR LUCKNOW 96 2 45.25 2 9 2X3 38
865 KANPUR VIKAS NAGAR KAN.KANNAUJ 81 2 36.53 2 9 2X3 38
866 KANPUR VIKAS NAGAR KAN.SHIKOHABAD 194 2 38.13 3 12 2X2 44
867 KANPUR VIKAS NAGAR KAN.MAINPURI 178 3 38.33 2 12 2X3 51
868 KANPUR VIKAS NAGAR KAN.ETAWAH FATEHPUR 207 1 38.33 3 12 2X2 44
869 KANPUR VIKAS NAGAR KAN.BIDHUNA RASOOLABAD 180 6 38.93 2 12 2X3 51
870 KANPUR VIKAS NAGAR KAN.BIDHUNA MAINPURI 197 1 40.23 3 12 2X2 44
871 KANPUR VIKAS NAGAR KAN.FARUKHABAD BILLHOUR 195 2 42.39 3 12 2X2 44
872 KANPUR VIKAS NAGAR KAN.HARDOI BHAUSANA 181 1 44.01 3 12 2X2 44
873 KANPUR VIKAS NAGAR KAN.UNNAO-SHAJAHAPUR 210 1 32.59 3 12 2X2 44
874 KANPUR FAZALGANJ AIRVA-KATRA-KANPUR 152 1 30.72 2 12 2X3 51
875 KANPUR FAZALGANJ DEVRAHAR-LUCKNOW 132 1 36.85 2 12 2X3 51
876 KANPUR FAZALGANJ MATI-LUCKNOW 214 5 40.49 3 12 2X2 44
877 KANPUR FAZALGANJ PRATAPGARH 213 1 41.85 3 12 2X2 44
878 KANPUR FAZALGANJ LUCKNOW 96 8 42.61 2 9 2X3 38
879 KANPUR FAZALGANJ PRAYAGRAJ 210 3 44.53 3 12 2X2 44
880 KANPUR FAZALGANJ CHANDPUR 170 1 32.47 2 12 2X3 51
881 KANPUR FAZALGANJ JHINJHAK-LUCKNOW 198 1 33.20 3 12 2X2 44
882 KANPUR FAZALGANJ AMRAODHA 172 1 33.79 2 12 2X3 51
883 KANPUR FATEHPUR BANDA LUCKNOW BANDA 207 2 39.62 3 12 2X2 44
884 KANPUR FATEHPUR FTP. BANDA. 162 2 37.91 2 12 2X3 51
885 KANPUR FATEHPUR FTP-NAUBASTA-KNP 141 1 38.08 2 12 2X3 51
886 KANPUR FATEHPUR MISSY KNP FTP 150 1 38.23 2 12 2X3 51
887 KANPUR FATEHPUR GAUTI.FTP.KNP. 147 1 40.16 2 12 2X3 51
888 KANPUR FATEHPUR FTP.MANDAWA.KNP 151 1 40.43 2 12 2X3 51
889 KANPUR FATEHPUR FTP BINDKI PRYAGRAJ 216 2 40.79 3 12 2X2 44
890 KANPUR FATEHPUR LALAULI.FTP.BANDA.LALAULI 115 1 41.06 2 12 2X3 51
[Type text]

891 KANPUR FATEHPUR FTP.DEEGH.KNP. 123 1 42.79 2 12 2X3 51


892 KANPUR FATEHPUR PRAYAGRAJ FTP KNP 212 44 43.43 3 12 2X2 44
893 KANPUR FATEHPUR RAPID FTP.PRAYAGRAJ.KNP. 212 1 44.35 3 12 2X2 44
894 KANPUR FATEHPUR NARULI-CHNDAPUR-KNP 151 1 37.76 2 12 2X3 51
895 KANPUR FATEHPUR FTP-GAURA-FTP 178 1 38.98 2 12 2X3 51
896 KANPUR FATEHPUR KOT-FTP-LKO 192 1 39.60 3 12 2X2 44
897 KANPUR FATEHPUR JAMRAYAN-KNP-FTP 112 1 40.04 2 12 2X3 51
898 KANPUR FATEHPUR FTP-KNP-JAHAGEERNAGAR 156 1 40.68 2 12 2X3 51
899 KANPUR FATEHPUR NARINI-FTP-PRAYAGRAJ 126 1 40.89 2 12 2X3 51
900 KANPUR FATEHPUR JAHABAD FTP.KNP 149 1 41.55 2 12 2X3 51
901 KANPUR FATEHPUR JAHANABAD-PUKHRAYAN 123 1 42.63 2 12 2X3 51
902 KANPUR FATEHPUR FATEHPUR-HATHGAM 126 1 43.91 2 12 2X3 51
903 KANPUR FATEHPUR FTP-KISANPUR-KNP 175 1 30.98 2 12 2X3 51
904 KANPUR FATEHPUR FTP KNP BANDA 156 1 34.62 2 12 2X3 51
905 KANPUR FATEHPUR FTP LKO FTP 189 1 36.22 3 12 2X2 44
906 KANPUR FATEHPUR CHHIVLAHA-BANDA-FTP 207 1 30.38 3 12 2X2 44
907 KANPUR FATEHPUR FTP BANDA ADAMPUR 178 1 33.83 2 12 2X3 51
908 KANPUR FATEHPUR KORRAKANAK-FTP-BANDA 201 1 34.18 3 12 2X2 44
909 KANPUR FATEHPUR FTP-BANDA-FTP 202 2 35.16 3 12 2X2 44
910 KANPUR FATEHPUR KOT-KNP-FTP 194 1 36.79 3 12 2X2 44
911 KANPUR FATEHPUR FTP-SHIVRAJPUR-BANDA 207 1 37.35 3 12 2X2 44
912 KANPUR FATEHPUR FTP-ASHOTHAR VIA KUSUMBHI 193 1 37.47 3 12 2X2 44
913 KANPUR FATEHPUR FTP KNP BANDA 156 1 38.34 2 12 2X3 51
914 KANPUR FATEHPUR KHAGA-FTP-BANDA 81 2 38.56 2 9 2X3 38
915 KANPUR FATEHPUR FTP AMAULI LUCKNOW 195 1 40.44 3 12 2X2 44
916 KANPUR FATEHPUR FTP LKO FTP 189 12 41.48 3 12 2X2 44
917 KANPUR FATEHPUR CHITRAKOOT FTP 136 2 43.47 2 12 2X3 51
918 KANPUR FATEHPUR NARAINI KNP FTP 216 1 44.16 3 12 2X2 44
919 KANPUR UNNAO BUXER-DHANIKHERA-UNO 58 1 35.66 2 9 2X3 38
920 KANPUR UNNAO BHOJAPUR-SARENI 63 1 36.56 2 9 2X3 38
[Type text]

921 KANPUR UNNAO UNNAO-HARDOI 150 1 36.98 2 12 2X3 51


922 KANPUR UNNAO UNNAO PARIYAR SANHA LKO. 189 1 38.03 3 12 2X2 44
923 KANPUR UNNAO UNNAO BHOJPUR 62 2 38.85 2 9 2X3 38
924 KANPUR UNNAO KANPUR-ALAMBAG-CHARBAG 105 24 39.40 2 12 2X3 51
925 KANPUR UNNAO MAURAWNA LAUWA HELAULI 47 1 27.37 2 9 2X3 38
926 KANPUR UNNAO UNNAO-MAURAWA CHAMIYANI 45 1 27.45 2 9 2X3 38
927 KANPUR UNNAO SUKLAGANG BUXER UNNAO 82 1 28.03 2 9 2X3 38
928 KANPUR UNNAO UNNAO MAURAWNA RAIBRELI 71 1 28.94 2 9 2X3 38
929 KANPUR UNNAO BHAGWANTNAGAR BUXER UNNAO 81 2 29.28 2 9 2X3 38
930 KANPUR UNNAO UNNAO-MAURAWA-KALUKHERA 57 1 29.93 2 9 2X3 38
931 KANPUR UNNAO RAIPURGADHI MUSHIGANJ LKO 43 2 32.65 2 9 2X3 38
932 KANPUR UNNAO UNNAO-MAURAWA 45 3 32.69 2 9 2X3 38
933 KANPUR UNNAO UNNAO ASHOHA ASRENDA 54 1 32.89 2 9 2X3 38
934 KANPUR UNNAO BNR.UNNAO-MAURAWA 60 1 32.90 2 9 2X3 38
935 KANPUR UNNAO UNNAO SAFEEPUR KAISHARBAG 91 1 36.86 2 9 2X3 38
936 KANPUR UNNAO UNNAO-HARDOI-UNNAO 111 1 37.82 2 12 2X3 51
937 KANPUR AZAD NAGAR SAURIKH 139 2 36.45 2 12 2X3 51
938 KANPUR AZAD NAGAR BIDHUNA 109 8 41.06 2 12 2X3 51
939 KANPUR AZAD NAGAR PUREYPANDEY 151 1 42.81 2 12 2X3 51
940 KANPUR AZAD NAGAR LUCKNOW 96 5 47.94 2 9 2X3 38
941 KANPUR AZAD NAGAR PUREPANDAY 151 1 36.69 2 12 2X3 51
942 KANPUR AZAD NAGAR MEITHA-MATI BIDHUNA 91 1 37.48 2 9 2X3 38
943 KANPUR KIDWAI NAGAR LUCKNOW 96 6 37.79 2 9 2X3 38
944 KANPUR KIDWAI NAGAR PRAYAGRAJ 210 2 38.49 3 12 2X2 44
945 KANPUR KIDWAI NAGAR RAIBARELI 118 3 42.04 2 12 2X3 51
946 KANPUR KIDWAI NAGAR LUCKNOW(R) 96 4 42.13 2 9 2X3 38
947 KANPUR KIDWAI NAGAR HARDOI 145 1 42.37 2 12 2X3 51
948 KANPUR KIDWAI NAGAR BANDA/MANIKPUR 139 2 42.96 2 12 2X3 51
949 KANPUR KIDWAI NAGAR JAHANABAD BANDA 174 1 39.07 2 12 2X3 51
950 KANPUR KIDWAI NAGAR JAHANABAD RAEBRELI 158 1 41.02 2 12 2X3 51
[Type text]

951 KANPUR KIDWAI NAGAR LUCKNOW 90 2 33.76 2 9 2X3 38


952 KANPUR KIDWAI NAGAR LUCKNOW 90 1 44.37 2 9 2X3 38
953 KANPUR KIDWAI NAGAR RAIBARELI 118 14 42.06 2 12 2X3 51
954 KANPUR KIDWAI NAGAR MAHOBA 149 2 48.04 2 12 2X3 51
955 JHANSI JHANSI JHN AIT KONCH JALAUN 120 6 43.32 2 12 2X3 51
956 JHANSI JHANSI JHN BANDA 224 2 39.42 3 12 2X2 44
957 JHANSI JHANSI JHN GAROTHA KAKRBAI 166 2 46.54 2 12 2X3 51
958 JHANSI JHANSI JHN RAWATPUR 124 1 33.20 2 12 2X3 51
959 JHANSI JHANSI LTP-JHS-LTP 190 2 31.02 3 12 2X2 44
960 JHANSI JHANSI JHN ORAI 125 1 41.75 2 12 2X3 51
961 JHANSI JHANSI JHN GAROTHA KONCH 111 1 35.98 2 12 2X3 51
962 JHANSI ORAI JAGMMANPUR ETAWAH 128 1 19.31 2 12 2X3 51
963 JHANSI ORAI JALAUN KANPUR 141 1 30.04 2 12 2X3 51
964 JHANSI ORAI ORAI BANDA 180 1 41.40 2 12 2X3 51
965 JHANSI ORAI ORAI BINORA BANDA 174 1 25.52 2 12 2X3 51
966 JHANSI ORAI ORAI VEERPURA BANDA 184 1 34.96 3 12 2X2 44
967 LUCKNOW UPNAGRIYA CHARBAGH MAURAWA 54 3 43.53 2 9 2X3 38
968 LUCKNOW UPNAGRIYA CHARBAGH NAGRAM-JAGDISHPR 150 2 38.03 2 12 2X3 51
969 LUCKNOW UPNAGRIYA CHARBAGH-AYODHYA 150 3 46.48 2 12 2X3 51
970 LUCKNOW UPNAGRIYA CHARBAGH-BCN-MAHARAJGANJ 72 2 42.24 2 9 2X3 38
971 LUCKNOW UPNAGRIYA CHARBAGH-CHANDARPUR 104 1 35.84 2 12 2X3 51
972 LUCKNOW UPNAGRIYA CHARBAGH-DUBEPUR-PANSARI 87 1 39.00 2 9 2X3 38
973 LUCKNOW UPNAGRIYA CHARBAGH-KANPUR-ASOHA 144 1 35.59 2 12 2X3 51
974 LUCKNOW UPNAGRIYA CHARBAGH-MAURAWA-BAXER 101 1 37.62 2 12 2X3 51
975 LUCKNOW UPNAGRIYA CHARBAGH-MAURAWA-BIGHAPUR 87 1 36.57 2 9 2X3 38
976 LUCKNOW UPNAGRIYA CHARBAGH-MAURAWA-HILAULI 70 1 41.59 2 9 2X3 38
977 LUCKNOW UPNAGRIYA CHARBAGH-MAURAWA-SARAIYA 64 1 40.12 2 9 2X3 38
978 LUCKNOW HAIDERGARH LKO-AMANIGANJ-TAMBAUR 153 1 45.52 2 12 2X3 51
979 LUCKNOW HAIDERGARH LKO-AMETHI-RBL 219 3 37.15 3 12 2X2 44
980 LUCKNOW HAIDERGARH LKO-BAHRAICH-BALRAMPUR 213 2 36.71 3 12 2X2 44
[Type text]

981 LUCKNOW HAIDERGARH LKO-BHOJPUR-SHARENI 116 1 42.79 2 12 2X3 51


982 LUCKNOW HAIDERGARH LKO-HDR-JAGDISHPUR 98 8 40.00 2 9 2X3 38
983 LUCKNOW HAIDERGARH LKO-KANPUR-BANGARMAU 181 1 35.87 3 12 2X2 44
984 LUCKNOW HAIDERGARH LKO-KANPUR-CHAUPAI 136 1 40.37 2 12 2X3 51
985 LUCKNOW HAIDERGARH LKO-KANPUR-MAWAI 166 1 35.35 2 12 2X3 51
986 LUCKNOW HAIDERGARH LKO-KNP-SOHRAMAU-PURWA 150 1 39.32 2 12 2X3 51
987 LUCKNOW HAIDERGARH LKO-MAURAWA-UNCHGAAV 74 1 37.86 2 9 2X3 38
988 LUCKNOW HAIDERGARH LKO-MMD-TAMBAUR-KASHIPUR 123 1 43.31 2 12 2X3 51
989 LUCKNOW HAIDERGARH LKO-RAMPURWA-BAHRAICH 134 1 46.62 2 12 2X3 51
990 LUCKNOW HAIDERGARH LKO-SARENI-BHOJPUR 116 1 38.12 2 12 2X3 51
991 LUCKNOW HAIDERGARH LKO-SARENI-RASULPUR 111 1 37.11 2 12 2X3 51
992 LUCKNOW HAIDERGARH LKO-SITAPUR-BADAGAAV 209 1 36.09 3 12 2X2 44
993 LUCKNOW HAIDERGARH LKO-SULTANPUR-NAGRAM 206 1 38.75 3 12 2X2 44
994 LUCKNOW HAIDERGARH LUCKNOW-BCN-LALGANJ 89 1 39.45 2 9 2X3 38
995 LUCKNOW HAIDERGARH LUCKNOW-DHAURAHARA 205 4 33.41 3 12 2X2 44
996 LUCKNOW HAIDERGARH LUCKNOW-LKP-ERA 177 2 36.91 2 12 2X3 51
997 LUCKNOW HAIDERGARH LUCKNOW-LKP-GOLA 179 1 38.78 2 12 2X3 51
998 LUCKNOW HAIDERGARH LUCKNOW-ORAI 216 1 41.10 3 12 2X2 44
999 LUCKNOW HAIDERGARH LUCKNOW-SHUKULBAZAR 94 2 47.82 2 9 2X3 38
1000 LUCKNOW HAIDERGARH LUCKNOW-STP-BARGWAN 214 2 31.76 3 12 2X2 44
1001 LUCKNOW CHARBAGH ALM-PRAYAGRAJ 208 12 42.76 3 12 2X2 44
1002 LUCKNOW CHARBAGH ALM-SARAINI BHOJPUR 116 1 43.64 2 12 2X3 51
1003 LUCKNOW CHARBAGH CHB-BAHRAICH 148 1 43.16 2 12 2X3 51
1004 LUCKNOW CHARBAGH CHB-BAHRAICH-BALRAMPUR 213 2 43.05 3 12 2X2 44
1005 LUCKNOW CHARBAGH CHB-CHAPIYA 205 1 39.84 3 12 2X2 44
1006 LUCKNOW CHARBAGH CHB-GONDA BALRAMPUR 182 1 42.43 3 12 2X2 44
1007 LUCKNOW CHARBAGH CHB-MAHARAJGANJ-SEMRAUTA 89 1 30.81 2 9 2X3 38
1008 LUCKNOW CHARBAGH CHB-PRATAP GARH 178 1 39.76 2 12 2X3 51
1009 LUCKNOW CHARBAGH CHB-PRATAPGARH 178 1 40.10 2 12 2X3 51
1010 LUCKNOW CHARBAGH CHB-SHRAWASTI 196 1 40.24 3 12 2X2 44
[Type text]

1011 LUCKNOW CHARBAGH CHB-TILOI VIA INHAUNA 98 1 41.38 2 9 2X3 38


1012 LUCKNOW CHARBAGH ALM-PRAYAGRAJ 208 1 51.98 3 12 2X2 44
1013 LUCKNOW AWADH ALM-BANDA 212 1 35.70 3 12 2X2 44
1014 LUCKNOW AWADH ALM-PRAYAGRAJ 208 7 46.96 3 12 2X2 44
1015 LUCKNOW AWADH ALM-PRAYAGRAJ 208 1 44.92 3 12 2X2 44
1016 LUCKNOW AWADH ALM-PRAYAGRAJ 208 1 51.89 3 12 2X2 44
1017 LUCKNOW AWADH CHARBAGH-KANPUR 92 6 43.18 2 9 2X3 38
1018 LUCKNOW AWADH KSB-AIRA 177 2 34.09 2 12 2X3 51
1019 LUCKNOW AWADH KSB-BADAGAON-SITAPUR 209 3 32.14 3 12 2X2 44
1020 LUCKNOW AWADH KSB-BAHRAICH 134 2 48.72 2 12 2X3 51
1021 LUCKNOW AWADH KSB-BISKOHAR 200 1 51.75 3 12 2X2 44
1022 LUCKNOW AWADH KSB-DHAURAHARA 205 3 31.56 3 12 2X2 44
1023 LUCKNOW AWADH KSB-DUMARIYAGANJ-KANPUR 215 1 36.82 3 12 2X2 44
1024 LUCKNOW AWADH KSB-GOLA 179 4 32.81 2 12 2X3 51
1025 LUCKNOW AWADH KSB-JAHANGIRABAD 190 1 24.18 3 12 2X2 44
1026 LUCKNOW AWADH KSB-KUTUBPUR 189 1 29.96 3 12 2X2 44
1027 LUCKNOW AWADH KSB-MAHOLI-SITAPUR 198 2 30.95 3 12 2X2 44
1028 LUCKNOW AWADH KSB-NEEMSAR-SITAPUR 124 2 30.75 2 12 2X3 51
1029 LUCKNOW AWADH KSB-RUPAIDHIHA 198 3 45.64 3 12 2X2 44
1030 LUCKNOW AWADH KSB-RUPAIDHIHA 198 1 44.41 3 12 2X2 44
1031 LUCKNOW AWADH KSB-SHAHJAHANPUR 175 1 41.12 2 12 2X3 51
1032 LUCKNOW AWADH LKO-BALRAMPUR-BARABANKI 135 1 38.84 2 12 2X3 51
1033 LUCKNOW KAISERBAGH KSB-BAHRAICH NON. 134 14 45.36 2 12 2X3 51
1034 LUCKNOW KAISERBAGH KSB-BILGRAM-KHAMBHAULI 126 1 44.62 2 12 2X3 51
1035 LUCKNOW KAISERBAGH KSB-DUMARIYAGANJ 219 1 39.52 3 12 2X2 44
1036 LUCKNOW KAISERBAGH KSB-FARRUKHABAD 201 1 44.73 3 12 2X2 44
1037 LUCKNOW KAISERBAGH KSB-GANJMURADABAD SIRDHAR 113 1 39.33 2 12 2X3 51
1038 LUCKNOW KAISERBAGH KSB-GONA-DEVARIYA 165 1 40.04 2 12 2X3 51
1039 LUCKNOW KAISERBAGH KSB-GOND-BLM-BISHKOAHR 206 2 44.89 3 12 2X2 44
1040 LUCKNOW KAISERBAGH KSB-HAIDER GARH 64 4 29.08 2 9 2X3 38
[Type text]

1041 LUCKNOW KAISERBAGH KSB-HARDOI 110 10 41.96 2 12 2X3 51


1042 LUCKNOW KAISERBAGH KSB-HARDOI-BAKSAR-MAURAWA 101 2 47.29 2 12 2X3 51
1043 LUCKNOW KAISERBAGH KSB-HARDOI-BANGARMAU 151 1 40.85 2 12 2X3 51
1044 LUCKNOW KAISERBAGH KSB-HARDOI-BILGRAM-HARPAL 146 1 43.87 2 12 2X3 51
1045 LUCKNOW KAISERBAGH KSB-HARDOI-MADHAV GANJ 150 1 41.13 2 12 2X3 51
1046 LUCKNOW KAISERBAGH KSB-HARDOI-MALLAWA 157 2 39.83 2 12 2X3 51
1047 LUCKNOW KAISERBAGH KSB-HARDOI-MAURAWA 164 1 40.38 2 12 2X3 51
1048 LUCKNOW KAISERBAGH KSB-HARDOI-NON-STOP 110 2 43.65 2 12 2X3 51
1049 LUCKNOW KAISERBAGH KSB-HARDOI-PURVA 176 1 41.37 2 12 2X3 51
1050 LUCKNOW KAISERBAGH KSB-HARDOI-SANDEELA 163 1 45.68 2 12 2X3 51
1051 LUCKNOW KAISERBAGH KSB-HARDOI-SANDI 151 1 40.90 2 12 2X3 51
1052 LUCKNOW KAISERBAGH KSB-KALUAPUR-MAHMUDABAD 163 1 38.68 2 12 2X3 51
1053 LUCKNOW KAISERBAGH KSB-KISHORGANJ-MAHMUDABAD 171 1 36.47 2 12 2X3 51
1054 LUCKNOW KAISERBAGH KSB-KOTHAVA -NEEMSAR 103 1 33.70 2 12 2X3 51
1055 LUCKNOW KAISERBAGH KSB-MADHOGANJ-SANDI 150 1 42.69 2 12 2X3 51
1056 LUCKNOW KAISERBAGH KSB-MALLAWA-SANDI 125 2 44.29 2 12 2X3 51
1057 LUCKNOW KAISERBAGH KSB-MALLAWA-SANDILA 150 1 42.52 2 12 2X3 51
1058 LUCKNOW KAISERBAGH KSB-MATIAMAU 131 1 37.70 2 12 2X3 51
1059 LUCKNOW KAISERBAGH KSB-RUPAIDIHA 190 7 46.42 3 12 2X2 44
1060 LUCKNOW KAISERBAGH KSB-TIRWA-KANNAUJ 158 1 36.91 2 12 2X3 51
1061 LUCKNOW KAISERBAGH KSB-UTRAULA 177 1 39.62 2 12 2X3 51
1062 LUCKNOW KAISERBAGH MELA (DEVA) 38 4 42.03 2 9 2X3 38
1063 LUCKNOW KAISERBAGH CHALARIGHAT 165 4 37.85 2 12 2X3 51
1064 LUCKNOW KAISERBAGH KSB-AIRA 172 11 32.96 2 12 2X3 51
1065 LUCKNOW KAISERBAGH KSB-AIRA 172 1 38.61 2 12 2X3 51
1066 LUCKNOW KAISERBAGH KSB-BAHARICH BALRAMPUR 199 2 38.51 3 12 2X2 44
1067 LUCKNOW KAISERBAGH KSB-BAHARICH BALRAMPUR 199 2 42.21 3 12 2X2 44
1068 LUCKNOW KAISERBAGH KSB-BAHRAICH 134 10 46.31 2 12 2X3 51
1069 LUCKNOW KAISERBAGH KSB-BAHRAICH 134 2 35.22 2 12 2X3 51
1070 LUCKNOW KAISERBAGH KSB-BAHRAICH 134 13 45.33 2 12 2X3 51
[Type text]

1071 LUCKNOW KAISERBAGH KSB-BAHRU-KAKORI 107 1 43.78 2 12 2X3 51


1072 LUCKNOW KAISERBAGH KSB-BALRAMPUR 167 17 44.78 2 12 2X3 51
1073 LUCKNOW KAISERBAGH KSB-BARABANKI-BAHRAICH 134 2 50.08 2 12 2X3 51
1074 LUCKNOW KAISERBAGH KSB-BARABANKI-GONDA 156 3 41.10 2 12 2X3 51
1075 LUCKNOW KAISERBAGH KSB-BARGAWO-SITAPUR 127 3 32.99 2 12 2X3 51
1076 LUCKNOW KAISERBAGH KSB-BBK-FATEHPUR-BHADRAS 151 1 35.77 2 12 2X3 51
1077 LUCKNOW KAISERBAGH KSB-BBK-TIKAITNAGAR-BAJGA 159 1 33.50 2 12 2X3 51
1078 LUCKNOW KAISERBAGH KSB-BISWA (SAKRAN) 206 1 46.53 3 12 2X2 44
1079 LUCKNOW KAISERBAGH KSB-BISWA LAHARPUR 195 8 38.95 3 12 2X2 44
1080 LUCKNOW KAISERBAGH KSB-BISWA REVSA 190 7 37.94 3 12 2X2 44
1081 LUCKNOW KAISERBAGH KSB-BISWA-JITAMAU 96 1 40.35 2 9 2X3 38
1082 LUCKNOW KAISERBAGH KSB-BISWA-REVSA 428 107 4 39.62 2 12 2X3 51
1083 LUCKNOW KAISERBAGH KSB-BISWAN 83 16 39.66 2 9 2X3 38
1084 LUCKNOW KAISERBAGH KSB-DHORARA 200 6 32.64 3 12 2X2 44
1085 LUCKNOW KAISERBAGH KSB-GODANCHA-MAHMUD-REVSA 89 1 38.78 2 9 2X3 38
1086 LUCKNOW KAISERBAGH KSB-GOLA 174 4 31.62 2 12 2X3 51
1087 LUCKNOW KAISERBAGH KSB-GOLA 174 1 36.13 2 12 2X3 51
1088 LUCKNOW KAISERBAGH KSB-GONDA-BALRAMPUR 167 1 37.76 2 12 2X3 51
1089 LUCKNOW KAISERBAGH KSB-JAHAGIRABAD 95 1 29.02 2 9 2X3 38
1090 LUCKNOW KAISERBAGH KSB-KUTUBNAG PISAWAN 200 3 34.07 3 12 2X2 44
1091 LUCKNOW KAISERBAGH KSB-MAHGVA-BKT-MAHMUDABA 158 1 36.96 2 12 2X3 51
1092 LUCKNOW KAISERBAGH KSB-MHMUDBD-STP-BIS 91 3 38.47 2 9 2X3 38
1093 LUCKNOW KAISERBAGH KSB-PISAWA SITAPUR 211 1 31.54 3 12 2X2 44
1094 LUCKNOW KAISERBAGH KSB-SITAPUR BISWA 121 1 32.57 2 12 2X3 51
1095 LUCKNOW KAISERBAGH KSB-SITAPUR-BISWAN 170 1 39.14 2 12 2X3 51
1096 LUCKNOW KAISERBAGH KSB-SITAPUR-LAHARPUR 121 1 36.79 2 12 2X3 51
1097 LUCKNOW KAISERBAGH KSB-SITAPUR-LAKHIMPUR 222 1 36.47 3 12 2X2 44
1098 LUCKNOW KAISERBAGH KSB-TIKATNAGAR 176 1 34.40 2 12 2X3 51
1099 LUCKNOW KAISERBAGH KSB-UTRAULA 177 2 47.25 2 12 2X3 51
1100 LUCKNOW KAISERBAGH LKO-JAHG-DIVPUR-BISWA 89 1 40.34 2 9 2X3 38
[Type text]

1101 LUCKNOW KAISERBAGH LKO-MAHD-SARYA-BISWA 88 1 37.92 2 9 2X3 38


1102 LUCKNOW RAIBAREILLY ATRAHAR-RBL-SULTANPUR 134 1 36.55 2 12 2X3 51
1103 LUCKNOW RAIBAREILLY RBL AMAVA TILOI LKO 115 1 42.32 2 12 2X3 51
1104 LUCKNOW RAIBAREILLY RBL-BAITI-LKO 132 1 38.15 2 12 2X3 51
1105 LUCKNOW RAIBAREILLY RBL-BANKAGADH-LKO 135 1 34.58 2 12 2X3 51
1106 LUCKNOW RAIBAREILLY RBL-BHIRA-LKO-DLMAU 118 1 36.58 2 12 2X3 51
1107 LUCKNOW RAIBAREILLY RBL-BOJPUR 4TRIP 122 1 36.06 2 12 2X3 51
1108 LUCKNOW RAIBAREILLY RBL-DHAI-LKO 120 1 44.01 2 12 2X3 51
1109 LUCKNOW RAIBAREILLY RBL-DHANIKEDHA-SARENI 124 1 35.18 2 12 2X3 51
1110 LUCKNOW RAIBAREILLY RBL-DHARAI-SALON-LKO 126 1 30.34 2 12 2X3 51
1111 LUCKNOW RAIBAREILLY RBL-DUDHVAN-DALMAU-FTP 113 1 26.05 2 12 2X3 51
1112 LUCKNOW RAIBAREILLY RBL-DURGAGANG-JATUVA-KNP 134 1 45.27 2 12 2X3 51
1113 LUCKNOW RAIBAREILLY RBL-HALOR-LKO 120 1 39.89 2 12 2X3 51
1114 LUCKNOW RAIBAREILLY RBL-KANPUR 118 1 41.66 2 12 2X3 51
1115 LUCKNOW RAIBAREILLY RBL-LKO-PRATAPGADH 178 2 40.58 2 12 2X3 51
1116 LUCKNOW RAIBAREILLY RBL-LKO-TILOI-JAYAS 136 1 38.25 2 12 2X3 51
1117 LUCKNOW RAIBAREILLY RBL-LUCKNOW 83 1 36.49 2 9 2X3 38
1118 LUCKNOW RAIBAREILLY RBL-MAURAVA-LUCKNOW 132 1 37.51 2 12 2X3 51
1119 LUCKNOW RAIBAREILLY RBL-NISGAR-PRATAPGADH 154 1 24.66 2 12 2X3 51
1120 LUCKNOW RAIBAREILLY RBL-PATERVA-LKO 138 1 31.95 2 12 2X3 51
1121 LUCKNOW RAIBAREILLY RBL-PUREBHOLA-KANPUR 136 1 34.35 2 12 2X3 51
1122 LUCKNOW RAIBAREILLY RBL-RAJAMAU-FATEHPUR 123 1 37.89 2 12 2X3 51
1123 LUCKNOW RAIBAREILLY RBL-RAJAMAU-LKO 113 1 27.79 2 12 2X3 51
1124 LUCKNOW RAIBAREILLY RBL-SALON-AYODHYA 185 1 19.92 3 12 2X2 44
1125 LUCKNOW RAIBAREILLY RBL-SALON-BAHERVA-UCHAHAR 107 1 40.88 2 12 2X3 51
1126 LUCKNOW RAIBAREILLY RBL-SEMRUTA-MAHRAJGAN-LKO 121 1 35.12 2 12 2X3 51
1127 LUCKNOW RAIBAREILLY RBL-SHIVNAGAR-LKO 123 1 38.21 2 12 2X3 51
1128 LUCKNOW RAIBAREILLY RBL-SULTANPUR-DHOPAP 140 1 36.02 2 12 2X3 51
1129 LUCKNOW RAIBAREILLY RBL-SULTANPURKHEDA-LKO 107 1 39.02 2 12 2X3 51
1130 LUCKNOW RAIBAREILLY RBL-VISHUDASPUR-DALMAU 131 1 38.38 2 12 2X3 51
[Type text]

1131 LUCKNOW RAIBAREILLY RBL-KNP-LUCKNOW 201 1 39.64 3 12 2X2 44


1132 LUCKNOW RAIBAREILLY GADAGANJ-LALLICHAKKI-LKO 161 2 40.19 2 12 2X3 51
1133 LUCKNOW RAIBAREILLY KETHAWA-SLON-RBL-LKO 169 1 32.07 2 12 2X3 51
1134 LUCKNOW RAIBAREILLY RBL-AYODHYA-JAYAS 155 1 39.30 2 12 2X3 51
1135 LUCKNOW RAIBAREILLY RBL-BARABANKI-LKO 126 1 37.13 2 12 2X3 51
1136 LUCKNOW RAIBAREILLY RBL-BHOJPUR-KANPUR 133 1 31.58 2 12 2X3 51
1137 LUCKNOW RAIBAREILLY RBL-BHOJPUR-KANPUR 133 1 41.09 2 12 2X3 51
1138 LUCKNOW RAIBAREILLY RBL-DALMAU-FATHPUR-SNP 150 1 41.88 2 12 2X3 51
1139 LUCKNOW RAIBAREILLY RBL-DALMAU-LKO 114 4 34.73 2 12 2X3 51
1140 LUCKNOW RAIBAREILLY RBL-DEEH-NASIRABAD-LKO 122 1 33.86 2 12 2X3 51
1141 LUCKNOW RAIBAREILLY RBL-DHANIKHEDA-KANPUR 153 2 30.27 2 12 2X3 51
1142 LUCKNOW RAIBAREILLY RBL-DHEERANPUR-LKO 131 1 30.64 2 12 2X3 51
1143 LUCKNOW RAIBAREILLY RBL-FATEHPUR-SULTANPUR 191 2 34.52 3 12 2X2 44
1144 LUCKNOW RAIBAREILLY RBL-GADAGANJ-UTARPARA-LKO 116 1 32.95 2 12 2X3 51
1145 LUCKNOW RAIBAREILLY RBL-GAURA-SUTTHA-LKO 116 1 30.37 2 12 2X3 51
1146 LUCKNOW RAIBAREILLY RBL-HRD-BHITARIYA 79 1 22.57 2 9 2X3 38
1147 LUCKNOW RAIBAREILLY RBL-INHAUNA-RBL-KANPUR 167 1 38.41 2 12 2X3 51
1148 LUCKNOW RAIBAREILLY RBL-INHONA- LUCKNOW 118 1 26.62 2 12 2X3 51
1149 LUCKNOW RAIBAREILLY RBL-JAGDIESHPUR-KANPUR 174 2 34.15 2 12 2X3 51
1150 LUCKNOW RAIBAREILLY RBL-JAYAS-LUCKNOW 118 1 38.96 2 12 2X3 51
1151 LUCKNOW RAIBAREILLY RBL-KANPUR 143 4 32.45 2 12 2X3 51
1152 LUCKNOW RAIBAREILLY RBL-KANPUR-LKO 201 5 42.61 3 12 2X2 44
1153 LUCKNOW RAIBAREILLY RBL-KARKASHA-BHITI-LKO 204 1 44.59 3 12 2X2 44
1154 LUCKNOW RAIBAREILLY RBL-KHARAULI-LKO 130 2 30.98 2 12 2X3 51
1155 LUCKNOW RAIBAREILLY RBL-KUNSA-KANPUR 149 1 33.61 2 12 2X3 51
1156 LUCKNOW RAIBAREILLY RBL-KUSMI-LUCKNOW 107 1 40.72 2 12 2X3 51
1157 LUCKNOW RAIBAREILLY RBL-LALGANJ-FAIZABAD 186 4 34.64 3 12 2X2 44
1158 LUCKNOW RAIBAREILLY RBL-LKO-DALMAU 214 1 41.00 3 12 2X2 44
1159 LUCKNOW RAIBAREILLY RBL-LKO-GONDA 222 1 39.06 3 12 2X2 44
1160 LUCKNOW RAIBAREILLY RBL-LKO-JAIS 118 3 33.79 2 12 2X3 51
[Type text]

1161 LUCKNOW RAIBAREILLY RBL-LKO-PRATAPGADH 178 1 42.18 2 12 2X3 51


1162 LUCKNOW RAIBAREILLY RBL-LKO-SALON 117 3 42.11 2 12 2X3 51
1163 LUCKNOW RAIBAREILLY RBL-MAHARAJGANJ-LKO 92 2 34.18 2 9 2X3 38
1164 LUCKNOW RAIBAREILLY RBL-NASIRABAD-LKO 125 1 31.39 2 12 2X3 51
1165 LUCKNOW RAIBAREILLY RBL-NASIRABAD-MAU-LKO 202 1 34.55 3 12 2X2 44
1166 LUCKNOW RAIBAREILLY RBL-NASIRABAD-PARSHADEPUR 217 1 30.98 3 12 2X2 44
1167 LUCKNOW RAIBAREILLY RBL-PRATAPGADH-ATEHA-LKO 131 1 31.95 2 12 2X3 51
1168 LUCKNOW RAIBAREILLY RBL-PRATAPGADH-LKO 178 1 39.56 2 12 2X3 51
1169 LUCKNOW RAIBAREILLY RBL-RAMPUR-LKO 136 2 32.13 2 12 2X3 51
1170 LUCKNOW RAIBAREILLY RBL-SALON-KANPUR 156 1 31.63 2 12 2X3 51
1171 LUCKNOW RAIBAREILLY RBL-SALON-LUCKNOW 117 7 33.97 2 12 2X3 51
1172 LUCKNOW RAIBAREILLY RBL-SAMROTA-NAGRAM-LKO 132 1 41.52 2 12 2X3 51
1173 LUCKNOW RAIBAREILLY RBL-SANGIPUR-KANPUR 177 2 32.21 2 12 2X3 51
1174 LUCKNOW RAIBAREILLY RBL-SARENI-LKO 130 1 34.89 2 12 2X3 51
1175 LUCKNOW RAIBAREILLY RBL-SHIVGADH-LUCKNOW 112 1 35.55 2 12 2X3 51
1176 LUCKNOW RAIBAREILLY RBL-SULTANPUR-FAIZABAD 155 2 33.45 2 12 2X3 51
1177 LUCKNOW RAIBAREILLY RBL-SULTANPUR-KADIPUR 176 2 38.92 2 12 2X3 51
1178 LUCKNOW RAIBAREILLY SHIVNAGAR-LKO-RBL-SHIVNAG 118 1 41.32 2 12 2X3 51
1179 LUCKNOW RAIBAREILLY DURGAGANG-MAHERU-RBL-LKO 116 1 33.16 2 12 2X3 51
1180 LUCKNOW RAIBAREILLY RBL-BAITI-KALYANPUR-LKO 120 1 29.59 2 12 2X3 51
1181 LUCKNOW BARABANKI BARABANKI BAHRAICH 134 2 38.67 2 12 2X3 51
1182 LUCKNOW BARABANKI BBK AUVS HDR SUBEHA 92 2 30.89 2 9 2X3 38
1183 LUCKNOW BARABANKI BBK BAJGAHNI BHADRAS 82 1 35.86 2 9 2X3 38
1184 LUCKNOW BARABANKI BBK BALRAMPUR 167 3 34.60 2 12 2X3 51
1185 LUCKNOW BARABANKI BBK BALRAMPUR BIG 167 3 41.51 2 12 2X3 51
1186 LUCKNOW BARABANKI BBK BANSARAMPUR 58 1 31.22 2 9 2X3 38
1187 LUCKNOW BARABANKI BBK BELHRA BHADURGANJ 93 9 31.29 2 9 2X3 38
1188 LUCKNOW BARABANKI BBK BELHRA MAHMUDABAD 84 5 30.80 2 9 2X3 38
1189 LUCKNOW BARABANKI BBK BIDORA SAHADATGANJ 57 1 32.61 2 9 2X3 38
1190 LUCKNOW BARABANKI BBK DARIYABAD 80 1 32.97 2 9 2X3 38
[Type text]

1191 LUCKNOW BARABANKI BBK DEVIGANJ 79 6 31.87 2 9 2X3 38


1192 LUCKNOW BARABANKI BBK FAT BABAKUTI BHADRAS 97 1 37.38 2 9 2X3 38
1193 LUCKNOW BARABANKI BBK FATEHPUR 60 1 37.42 2 9 2X3 38
1194 LUCKNOW BARABANKI BBK GON UTRAOLA 177 2 45.47 2 12 2X3 51
1195 LUCKNOW BARABANKI BBK GONDA 125 2 37.80 2 12 2X3 51
1196 LUCKNOW BARABANKI BBK GONDA 125 2 39.31 2 12 2X3 51
1197 LUCKNOW BARABANKI BBK HAIDARGAD 83 17 32.65 2 9 2X3 38
1198 LUCKNOW BARABANKI BBK HETAMAPUR 88 8 28.91 2 9 2X3 38
1199 LUCKNOW BARABANKI BBK KHETASRAI 106 3 33.27 2 12 2X3 51
1200 LUCKNOW BARABANKI BBK KSB BAHARAICH 134 1 50.81 2 12 2X3 51
1201 LUCKNOW BARABANKI BBK KSB BAHRAICH 134 4 52.47 2 12 2X3 51
1202 LUCKNOW BARABANKI BBK KSGJ.SID.KOTWA SADAK 82 1 32.49 2 9 2X3 38
1203 LUCKNOW BARABANKI BBK MAJHGANVA BAHRAICH 130 1 32.51 2 12 2X3 51
1204 LUCKNOW BARABANKI BBK RAMNAGAR TIKAITNAGAR 86 1 45.73 2 9 2X3 38
1205 LUCKNOW BARABANKI BBK SAADATGANJ 63 2 27.97 2 9 2X3 38
1206 LUCKNOW BARABANKI BBK SUDIYAMAU 72 3 30.47 2 9 2X3 38
1207 LUCKNOW BARABANKI BBK SURAT THANGAW 115 1 38.24 2 12 2X3 51
1208 LUCKNOW BARABANKI BBK SURATGANJ 75 6 31.88 2 9 2X3 38
1209 LUCKNOW BARABANKI BBK TALGANV MITAORA 72 2 32.17 2 9 2X3 38
1210 LUCKNOW BARABANKI BBK TIKAIT NIYAMATGANJ 97 5 40.88 2 9 2X3 38
1211 LUCKNOW BARABANKI BBK TIKAITNAGAR 86 5 33.41 2 9 2X3 38
1212 LUCKNOW BARABANKI BBK TIKAITNAGAR-BHELSAR 115 2 28.63 2 12 2X3 51
1213 LUCKNOW BARABANKI BBK TIKATNAGAR KHETASRAY 106 3 39.46 2 12 2X3 51
1214 LUCKNOW BARABANKI BBK TILOKPUR 58 2 32.53 2 9 2X3 38
1215 LUCKNOW BARABANKI HETMAPUR 88 1 38.53 2 9 2X3 38
1216 LUCKNOW BARABANKI KSB BBK BEL.MBD BISWA 117 1 42.37 2 12 2X3 51
1217 LUCKNOW BARABANKI KSB BHAGWTI BELAHARA 94 2 41.76 2 9 2X3 38
1218 LUCKNOW BARABANKI RAMPUR MATHURA BELAHARA 93 1 43.02 2 9 2X3 38
1219 LUCKNOW ALAMBAGH LK0-BEHRAIC-SRAVASTI 213 3 41.90 3 12 2X2 44
1220 LUCKNOW ALAMBAGH LKO-BAHRAICH 148 2 41.20 2 12 2X3 51
[Type text]

1221 LUCKNOW ALAMBAGH LKO KATRAGULAB SINGH 185 1 45.24 3 12 2X2 44


1222 LUCKNOW ALAMBAGH LKO-BAHARAICH-BALRAMPUR 213 2 46.94 3 12 2X2 44
1223 LUCKNOW ALAMBAGH LKO-FATEHPUR 126 29 40.61 2 12 2X3 51
1224 LUCKNOW ALAMBAGH LKO-GONDA-BALRAMPUR 182 6 44.69 3 12 2X2 44
1225 LUCKNOW ALAMBAGH LKO-JAGDISHPUR-AMETHI 148 4 35.12 2 12 2X3 51
1226 LUCKNOW ALAMBAGH LKO-PRATAPGAGH 178 10 45.30 2 12 2X3 51
1227 LUCKNOW ALAMBAGH LKO-PRAYAGRAJ 208 2 48.36 3 12 2X2 44
1228 LUCKNOW ALAMBAGH LKO-PRAYAGRAJ 208 5 69.94 3 12 2X2 44
1229 LUCKNOW ALAMBAGH LKO-RBL-KANPUR 201 1 47.22 3 12 2X2 44
1230 LUCKNOW ALAMBAGH LKO-RBL-LKO-BBK-LKO 200 1 43.98 3 12 2X2 44
1231 LUCKNOW ALAMBAGH LKO-RLB-SULTANPUR-KADIPUR 213 2 40.72 3 12 2X2 44
1232 LUCKNOW ALAMBAGH LKO-TILOI 98 1 32.79 2 9 2X3 38
1233 AYODHYA AKBARPUR AKP. JAHANG. RAJ. AZAMGARH 132 2 42.07 2 12 2X3 51
1234 AYODHYA AKBARPUR AKP.BASTE 4 TRIP 67 3 44.51 2 9 2X3 38
1235 AYODHYA AKBARPUR AKP.AZAMGARH AYODHYA 154 6 37.79 2 12 2X3 51
1236 AYODHYA AKBARPUR AKP.AZAMGARH GORAKPUR 203 1 38.27 3 12 2X2 44
1237 AYODHYA AKBARPUR AKP.AZAMGARH AYODHYA 160 1 41.74 2 12 2X3 51
1238 AYODHYA AYODHYA LKO-AYD 148 1 41.51 2 12 2X3 51
1239 AYODHYA AYODHYA AZAMGARH-AYD 154 2 41.54 2 12 2X3 51
1240 AYODHYA AYODHYA GKP-AYD 158 2 40.60 2 12 2X3 51
1241 AYODHYA AYODHYA BABHNAN-GONDA 137 1 39.56 2 12 2X3 51
1242 AYODHYA AYODHYA HALUWA-GND-AYD 147 1 34.21 2 12 2X3 51
1243 AYODHYA AYODHYA VNS-SNP-AYD 224 1 46.10 3 12 2X2 44
1244 AYODHYA AYODHYA L.G.S-KHAJURAHAT-LKO-AYD 203 1 27.59 3 12 2X2 44
1245 AYODHYA AYODHYA PRAYAGRAJ-AYD 172 1 39.95 2 12 2X3 51
1246 AYODHYA AYODHYA PRYAGRAJ-BASTI 224 2 38.83 3 12 2X2 44
1247 AYODHYA AYODHYA AZAMGARH-AKP 221 1 39.66 3 12 2X2 44
1248 AYODHYA AYODHYA AMETHI-GAURIGAJ-AYD 223 1 34.65 3 12 2X2 44
1249 AYODHYA AYODHYA AZM-AYD 169 3 43.96 2 12 2X3 51
1250 AYODHYA AYODHYA BCH-AYD 123 8 41.58 2 12 2X3 51
[Type text]

1251 AYODHYA AYODHYA BCH-GND-AYD 173 9 37.58 2 12 2X3 51


1252 AYODHYA AYODHYA BCH-SULTANPUR-AYD 203 1 33.91 3 12 2X2 44
1253 AYODHYA AYODHYA GONDA-KADIPUR-AYD 206 1 33.58 3 12 2X2 44
1254 AYODHYA AYODHYA MAU-AYD-HIRED 156 1 34.73 2 12 2X3 51
1255 AYODHYA AYODHYA SEVRA-GND-AYD 160 1 33.60 2 12 2X3 51
1256 AYODHYA AYODHYA BCH-AKP-AYD 221 1 33.35 3 12 2X2 44
1257 AYODHYA SULTANPUR BANI-SLN-SHAHGANJ 114 1 36.35 2 12 2X3 51
1258 AYODHYA SULTANPUR GAYATRINAGAR-SLN-LKO 221 1 35.16 3 12 2X2 44
1259 AYODHYA SULTANPUR MEOPUR-SLN-LKO 209 1 39.60 3 12 2X2 44
1260 AYODHYA SULTANPUR RATANPUR-SLN-SHAHGANJ 128 1 33.63 2 12 2X3 51
1261 AYODHYA SULTANPUR SEMARI-AKB-SLN-SHAGN 140 1 35.77 2 12 2X3 51
1262 AYODHYA SULTANPUR SEMRI-SLN-LKO 185 1 36.57 3 12 2X2 44
1263 AYODHYA SULTANPUR SLN-AKBARPUR 60 2 41.28 2 9 2X3 38
1264 AYODHYA SULTANPUR SLN-AYD WORKSHOP 65 1 34.26 2 9 2X3 38
1265 AYODHYA SULTANPUR SLN-LUCKNOW 154 8 39.85 2 12 2X3 51
1266 AYODHYA SULTANPUR SLN-SHAHGUNG 73 2 40.90 2 9 2X3 38
1267 AYODHYA SULTANPUR SURYABPAT-SLN-LKO 187 1 33.96 3 12 2X2 44
1268 AYODHYA SULTANPUR SLN KADIPUR AYODHYA 103 2 37.50 2 12 2X3 51
1269 AYODHYA SULTANPUR SLN-AYD-KDP 103 1 34.19 2 12 2X3 51
1270 AYODHYA SULTANPUR SLN-AYD-KDP 103 3 42.11 2 12 2X3 51
1271 AYODHYA SULTANPUR SLN-BAHRAICH 221 1 37.30 3 12 2X2 44
1272 AYODHYA SULTANPUR SLN-BAHRAICH 221 2 39.05 3 12 2X2 44
1273 AYODHYA SULTANPUR SLN-BALRAMPUR 177 1 38.48 2 12 2X3 51
1274 AYODHYA SULTANPUR SLN-BJTHD-JAUNPUR 183 1 36.71 3 12 2X2 44
1275 AYODHYA SULTANPUR SLN-BJTHDM-AYD 113 4 39.74 2 12 2X3 51
1276 AYODHYA SULTANPUR SLN-DYR-DHOPAP-AYD 137 1 37.05 2 12 2X3 51
1277 AYODHYA SULTANPUR SLN-GAURIGANJ-AYD 107 1 33.70 2 12 2X3 51
1278 AYODHYA SULTANPUR SLN-GAURIGANJ-FZD 107 1 45.23 2 12 2X3 51
1279 AYODHYA SULTANPUR SLN-GUR-RBL-AYD 199 1 31.11 3 12 2X2 44
1280 AYODHYA SULTANPUR SLN-JAGDISHPUR AYODHYA 130 1 37.13 2 12 2X3 51
[Type text]

1281 AYODHYA SULTANPUR SLN-JAYSINGHPUR-AYD 153 2 40.42 2 12 2X3 51


1282 AYODHYA SULTANPUR SLN-JNP-VNS 161 14 41.75 2 12 2X3 51
1283 AYODHYA SULTANPUR SLN-KADIPUR-GONDA 173 1 27.86 2 12 2X3 51
1284 AYODHYA SULTANPUR SLN-KDP-AYD 103 2 31.52 2 12 2X3 51
1285 AYODHYA SULTANPUR SLN-KDP-AYD 168 1 41.84 2 12 2X3 51
1286 AYODHYA SULTANPUR SLN-KDP-HRG-AYD 135 1 37.81 2 12 2X3 51
1287 AYODHYA SULTANPUR SLN-PBH-PRG 109 8 40.99 2 12 2X3 51
1288 AYODHYA SULTANPUR SLN-RAEBAREILLY-JAISINGH 115 1 38.50 2 12 2X3 51
1289 AYODHYA SULTANPUR SLN-RAIBARELI-AYD 157 2 38.09 2 12 2X3 51
1290 AYODHYA SULTANPUR SLN-RBL-AYD 157 1 38.13 2 12 2X3 51
1291 AYODHYA SULTANPUR SLN-RBL-AYD-MTGRP 172 1 35.46 2 12 2X3 51
1292 AYODHYA SULTANPUR SLN-SHAHGANJ-AYD 203 3 36.70 3 12 2X2 44
1293 AYODHYA SULTANPUR SLN-SRP-MUDILA-DSP-AYD 130 1 36.86 2 12 2X3 51
1294 AYODHYA SULTANPUR SNP-BJTHDM-KDP-RBL 140 2 37.92 2 12 2X3 51
1295 AYODHYA AMETHI AMETHI-SNP-AMT-SNP 32 4 46.24 2 9 2X3 38
1296 AYODHYA AMETHI AMETHI-M-KHANA-LKO-SNP-AMT 186 1 35.71 3 12 2X2 44
1297 AYODHYA AMETHI AMETHI-MKH-LKO-AMT-SNP 148 2 45.16 2 12 2X3 51
1298 AYODHYA AMETHI AMETHI-SNP-SHAHGANJ-AMT 105 1 47.41 2 12 2X3 51
1299 AYODHYA AMETHI ATEHA-RBL-KNP-AMT-CHHEERA 215 1 36.22 3 12 2X2 44
1300 AYODHYA AMETHI AMETHI-JAMO-JAGDPUR-ALMBAG 148 2 35.59 2 12 2X3 51
1301 DEVIPATAN GONDA GONDA-AMDAHI-LUCKNOW 162 1 48.61 2 12 2X3 51
1302 DEVIPATAN GONDA GONDA-BARGADHI-LUCKNOW 155 1 41.75 2 12 2X3 51
1303 DEVIPATAN GONDA GONDA-MANKAPUR-BALRAMPUR 206 1 41.13 3 12 2X2 44
1304 DEVIPATAN GONDA GONDA-FAIZABAD-BAHRAICH-UTRAULA 162 1 35.97 2 12 2X3 51
1305 DEVIPATAN GONDA GONDA-FAIZABAD-BAHRAICH 206 17 39.25 3 12 2X2 44
1306 DEVIPATAN GONDA GONDA-UTRAULA-BALRAMPUR 194 1 45.57 3 12 2X2 44
1307 DEVIPATAN GONDA GONDA-FAIZABAD-BAHRAICH-UTRAULA 188 2 43.46 3 12 2X2 44
1308 DEVIPATAN GONDA GONDA-KSB-GONDA 170 4 40.93 2 12 2X3 51
1309 DEVIPATAN GONDA GONDA-LUCKNOW-UTRAULA 175 2 38.91 2 12 2X3 51
1310 DEVIPATAN GONDA GONDA-LUCKNOW-GONDA 121 2 41.77 2 12 2X3 51
[Type text]

1311 DEVIPATAN GONDA GONDA-PARASPUR-LUCKNOW 136 4 39.91 2 12 2X3 51


1312 DEVIPATAN GONDA GONDA-KSB-GONDA 170 4 39.67 2 12 2X3 51
1313 DEVIPATAN GONDA GONDA-KSB-UTRULA 211 1 39.29 3 12 2X2 44
1314 DEVIPATAN GONDA GONDA BCH BLP AYODHYA 166 3 38.48 2 12 2X3 51
1315 DEVIPATAN GONDA GONDA-KHARGUPUR-KSB 200 2 39.44 3 12 2X2 44
1316 DEVIPATAN GONDA GONDA-UMARI-LUCKNOW 145 1 41.66 2 12 2X3 51
1317 DEVIPATAN GONDA GONDA-UTRAULA-GONDA 104 4 42.88 2 12 2X3 51
1318 DEVIPATAN BAHRAICH BAHRACH TO PRAYAGRAJ 205 2 47.17 3 12 2X2 44
1319 DEVIPATAN BAHRAICH BAHRACH LAKHIMPUR BHARAICH 205 1 37.01 3 12 2X2 44
1320 DEVIPATAN BAHRAICH BAHRAICH PARSIPURWA LUCKNOW 212 1 46.59 3 12 2X2 44
1321 DEVIPATAN BAHRAICH BEHRAICH TO BALRAMPUR 130 4 44.99 2 12 2X3 51
1322 DEVIPATAN BAHRAICH BAHRAICH-FAIZABAD-BAHRAICH 132 10 38.16 2 12 2X3 51
1323 DEVIPATAN BAHRAICH BAHRAICH-KANPUR-NAVABGANJ 225 1 43.53 3 12 2X2 44
1324 DEVIPATAN BAHRAICH BAHRAICH LUCKNOW BRH 130 17 43.45 2 12 2X3 51
1325 DEVIPATAN BAHRAICH BAHRAICH LUCKNOW BRH 130 3 51.11 2 12 2X3 51
1326 DEVIPATAN BAHRAICH BAHRAICH-LUCKNOW-NANDWAL 140 1 42.64 2 12 2X3 51
1327 DEVIPATAN BAHRAICH BAHRAICH TO SITAPUR LUCKNOW 205 1 43.94 3 12 2X2 44
1328 DEVIPATAN BAHRAICH BAHRAICH TO LUCKNOW BHINGA 193 1 38.29 3 12 2X2 44
1329 DEVIPATAN BAHRAICH BAHRAICH TO LKO 132 9 47.89 2 12 2X3 51
1330 DEVIPATAN BAHRAICH BHANGA-BRH-BALRAMPUR 206 1 35.97 3 12 2X2 44
1331 DEVIPATAN BAHRAICH BRH-ITWA-BALRAMPUR 180 1 33.48 2 12 2X3 51
1332 DEVIPATAN BAHRAICH BRH- SITAPUR-BRH 100 2 44.57 2 9 2X3 38
1333 DEVIPATAN BAHRAICH BRH- BLP-UTRAULA 97 1 46.97 2 9 2X3 38
1334 DEVIPATAN BAHRAICH BRH- LUCKNOW-BCH 134 4 43.94 2 12 2X3 51
1335 DEVIPATAN BAHRAICH BAHRICH-LUCKNOW 134 3 47.37 2 12 2X3 51
1336 DEVIPATAN BAHRAICH RUPAIDEEHA-BAHRAICH 56 1 39.29 2 9 2X3 38
1337 DEVIPATAN BAHRAICH RUPAIDEEHA-CHARBAGH 201 1 38.51 3 12 2X2 44
1338 DEVIPATAN BAHRAICH RUPAIDEEHA-KAISERBAGH 190 1 44.81 3 12 2X2 44
1339 DEVIPATAN BAHRAICH RUPAIDEEHA-SITAPUR 156 1 36.62 2 12 2X3 51
1340 DEVIPATAN BAHRAICH RUPAIDEEHA-KAISERBAGH 190 2 43.97 3 12 2X2 44
[Type text]

1341 DEVIPATAN BALRAMPUR BALRAMPUR-BAHRAICH 65 4 42.39 2 9 2X3 38


1342 DEVIPATAN BALRAMPUR BALRAMPUR-UTRAULA-BAHRAICH 97 1 45.07 2 9 2X3 38
1343 DEVIPATAN BALRAMPUR BALRAMPUR-UTRAULA-KAISERBHAG 198 2 38.47 3 12 2X2 44
1344 DEVIPATAN BALRAMPUR BALRAMPUR-AWDADH 156 3 43.12 2 12 2X3 51
1345 DEVIPATAN BALRAMPUR BALRAMPUR-BABHNAN-AYODHYA 157 1 34.95 2 12 2X3 51
1346 CHITRAKOOT BANDA BANDA FATHEHPUR 81 4 37.83 2 9 2X3 38
1347 CHITRAKOOT BANDA BANDA FTP LUCKNOW 204 1 33.42 3 12 2X2 44
1348 CHITRAKOOT BANDA BANDA KAMASIN KARVI 206 1 39.17 3 12 2X2 44
1349 CHITRAKOOT BANDA BANDA KANPUR 139 11 40.96 2 12 2X3 51
1350 CHITRAKOOT BANDA BANDA KARVI 70 14 36.95 2 9 2X3 38
1351 CHITRAKOOT BANDA BANDA KARVI RATH 197 1 38.48 3 12 2X2 44
1352 CHITRAKOOT BANDA BANDA PANNA 114 2 31.16 2 12 2X3 51
1353 CHITRAKOOT BANDA BANDA PRAYAGRAJ 198 18 37.94 3 12 2X2 44
1354 CHITRAKOOT BANDA BANDA PRAYAGRAJ 198 6 40.02 3 12 2X2 44
1355 CHITRAKOOT BANDA BND BODIPOKHRI MANIKPUR 135 1 36.15 2 12 2X3 51
1356 CHITRAKOOT BANDA BND KARVI MANJHANPURIR 189 3 39.86 3 12 2X2 44
1357 CHITRAKOOT BANDA CHAKTOLA BANEDAGHAT FTP 215 1 31.96 3 12 2X2 44
1358 CHITRAKOOT MAHOBA KANPUR BANDA 149 7 43.54 2 12 2X3 51
1359 CHITRAKOOT MAHOBA KARAHARA KANPUR 161 2 45.88 2 12 2X3 51
1360 CHITRAKOOT MAHOBA KARVI SIJAHRI 146 1 41.14 2 12 2X3 51
1361 CHITRAKOOT MAHOBA RAHILIYA KANPUR 156 3 44.25 2 12 2X3 51
1362 CHITRAKOOT MAHOBA RATH BANDA 125 2 41.26 2 12 2X3 51
1363 CHITRAKOOT MAHOBA MAHOBA CHAKHARI ORAI 150 1 37.92 2 12 2X3 51
1364 CHITRAKOOT MAHOBA MAHOBA MUSKARA 56 8 26.22 2 9 2X3 38
1365 CHITRAKOOT MAHOBA MAHOBA ORAI BANDA 192 2 35.12 3 12 2X2 44
1366 CHITRAKOOT MAHOBA MAHOBA RATH 66 9 38.36 2 9 2X3 38
1367 CHITRAKOOT MAHOBA MAHOBA KANPUR 149 4 36.73 2 12 2X3 51
1368 CHITRAKOOT MAHOBA MAHOBA BANDA 59 8 41.92 2 9 2X3 38
1369 CHITRAKOOT MAHOBA MAHOBA MANIKPUR 161 3 36.43 2 12 2X3 51
1370 CHITRAKOOT RATH RATH BANDA KARVI 206 3 38.49 3 12 2X2 44
[Type text]

1371 CHITRAKOOT RATH RATH CHHATARPUR 196 4 41.81 3 12 2X2 44


1372 CHITRAKOOT RATH RATH CHHATARPUR MAJHGAWAN 116 1 40.65 2 12 2X3 51
1373 CHITRAKOOT RATH RATH HAMIRPUR 162 4 36.52 2 12 2X3 51
1374 CHITRAKOOT RATH RATH JHANSI 139 13 44.89 2 12 2X3 51
1375 CHITRAKOOT RATH RATH KANPUR 145 10 39.74 2 12 2X3 51
1376 CHITRAKOOT RATH RATH KANPUR 145 1 49.71 2 12 2X3 51
1377 CHITRAKOOT RATH RATH MAJHGAWAN ORAI 85 1 29.35 2 9 2X3 38
1378 CHITRAKOOT RATH RATH MAUDAHA 122 4 38.97 2 12 2X3 51
1379 CHITRAKOOT RATH RATH MAUDHA JHANSI 200 6 47.45 3 12 2X2 44
1380 CHITRAKOOT RATH RATH ORAI MAHOBA 133 4 42.57 2 12 2X3 51
1381 CHITRAKOOT HAMIRUPUR HAMIRPUR BANDA 139 9 35.85 2 12 2X3 51
1382 CHITRAKOOT HAMIRUPUR HAMIRPUR BANDA ORAI 168 2 38.86 2 12 2X3 51
1383 CHITRAKOOT HAMIRUPUR HAMIRPUR BIVAR RATH 114 1 33.80 2 12 2X3 51
1384 CHITRAKOOT HAMIRUPUR HAMIRPUR BIWAR RATH KNP 145 3 37.35 2 12 2X3 51
1385 CHITRAKOOT HAMIRUPUR HAMIRPUR MAHOBA KANPUR 149 6 41.80 2 12 2X3 51
1386 CHITRAKOOT HAMIRUPUR HAMIRPUR MAHOBA MAUDAHA 117 2 39.36 2 12 2X3 51
1387 CHITRAKOOT HAMIRUPUR HAMIRPUR PATYORA ORAI 206 1 38.46 3 12 2X2 44
1388 PRAYAGRAJ PRAYAG LUCKNOW 208 22 41.09 3 12 2X2 44
1389 PRAYAGRAJ PRAYAG KATRA GULAB SINGH 77 1 36.65 2 9 2X3 38
1390 PRAYAGRAJ PRAYAG KARAINI-SULTANPUR 78 1 38.63 2 9 2X3 38
1391 PRAYAGRAJ PRAYAG PARAYGRAJ 208 2 44.28 3 12 2X2 44
1392 PRAYAGRAJ PRAYAG TALIE BAZAR SULTAN PUR 80 1 37.43 2 9 2X3 38
1393 PRAYAGRAJ PRAYAG LUCKNOW 208 15 48.05 3 12 2X2 44
1394 PRAYAGRAJ PRAYAG DANDUPUR -SULTANPUR 118 1 44.12 2 12 2X3 51
1395 PRAYAGRAJ PRAYAG MUKUNDPUR 78 1 41.96 2 9 2X3 38
1396 PRAYAGRAJ PRAYAG BAHRAICH KATSARI 218 1 39.25 3 12 2X2 44
1397 PRAYAGRAJ PRAYAG HANSHY -PRATAPGARH 136 1 35.60 2 12 2X3 51
1398 PRAYAGRAJ PRAYAG KALUGANG BAHRICH 207 1 37.92 3 12 2X2 44
1399 PRAYAGRAJ PRAYAG LUCKNOW A.C.HIRED 208 2 46.94 3 12 2X2 44
1400 PRAYAGRAJ PRAYAG DHAKAWA PRATAPGARH 90 1 35.66 2 9 2X3 38
[Type text]

1401 PRAYAGRAJ PRAYAG PRATAPGRAH 64 8 36.85 2 9 2X3 38


1402 PRAYAGRAJ PRAYAG PRG-KUN-RBL 91 4 36.66 2 9 2X3 38
1403 PRAYAGRAJ PRAYAG ALD-LUK 208 3 67.67 3 12 2X2 44
1404 PRAYAGRAJ PRAYAG TANDA 186 1 33.38 3 12 2X2 44
1405 PRAYAGRAJ PRAYAG PRG-SUL 109 3 38.23 2 12 2X3 51
1406 PRAYAGRAJ PRAYAG PRAYAG-AMETHI-VIA-PRATAP. 86 1 33.93 2 9 2X3 38
1407 PRAYAGRAJ CIVILLINES BINDIPATTI-H 91 1 38.21 2 9 2X3 38
1408 PRAYAGRAJ CIVILLINES SURIYAVA-BADLA PUR G. 79 1 31.61 2 9 2X3 38
1409 PRAYAGRAJ CIVILLINES GORAKHPUR 162 8 38.69 2 12 2X3 51
1410 PRAYAGRAJ CIVILLINES AZAMGRAH 175 3 38.77 2 12 2X3 51
1411 PRAYAGRAJ CIVILLINES VARANASI 126 5 44.61 2 12 2X3 51
1412 PRAYAGRAJ CIVILLINES JAUNPUR 109 3 43.55 2 12 2X3 51
1413 PRAYAGRAJ CIVILLINES TANDA- 186 1 35.88 3 12 2X2 44
1414 PRAYAGRAJ CIVILLINES TANDA- 186 1 39.27 3 12 2X2 44
1415 PRAYAGRAJ CIVILLINES NADULA 79 1 31.96 2 9 2X3 38
1416 PRAYAGRAJ CIVILLINES VARANASI J 126 1 49.28 2 12 2X3 51
1417 PRAYAGRAJ CIVILLINES MANGHNPUR 88 4 39.21 2 9 2X3 38
1418 PRAYAGRAJ CIVILLINES MHEVAGHAT 102 1 33.53 2 12 2X3 51
1419 PRAYAGRAJ CIVILLINES WARI- SHAHGANJ 87 1 28.57 2 9 2X3 38
1420 PRAYAGRAJ CIVILLINES TANDA - 186 3 38.72 3 12 2X2 44
1421 PRAYAGRAJ CIVILLINES VARANASI 126 18 39.38 2 12 2X3 51
1422 PRAYAGRAJ CIVILLINES PRATAPGARH-LALGAUNG 84 1 24.84 2 9 2X3 38
1423 PRAYAGRAJ CIVILLINES KADA.VARANASI 98 1 36.21 2 9 2X3 38
1424 PRAYAGRAJ CIVILLINES SARI.SKIL 83 1 36.73 2 9 2X3 38
1425 PRAYAGRAJ CIVILLINES MAHUVAKOTHI 84 1 37.65 2 9 2X3 38
1426 PRAYAGRAJ CIVILLINES MUBARAKPUR 84 1 42.40 2 9 2X3 38
1427 PRAYAGRAJ CIVILLINES SHAHGANJ- 119 10 40.48 2 12 2X3 51
1428 PRAYAGRAJ CIVILLINES CHITRAKOOT MEHAWAGHAT 104 1 37.97 2 12 2X3 51
1429 PRAYAGRAJ MIRZAPUR PRAYAGRAJ-OBRA 215 3 41.69 3 12 2X2 44
1430 PRAYAGRAJ MIRZAPUR GOURA-PRAYAGRAJ 115 1 44.91 2 12 2X3 51
[Type text]

1431 PRAYAGRAJ MIRZAPUR SIRSI-LEDUKI 55 1 31.79 2 9 2X3 38


1432 PRAYAGRAJ MIRZAPUR GHORAWAL 78 3 38.76 2 9 2X3 38
1433 PRAYAGRAJ MIRZAPUR ALLAHABAD-RAVERTSGANJ 176 1 41.25 2 12 2X3 51
1434 PRAYAGRAJ MIRZAPUR RANUKOOT-VARANASI-SANKALP 151 1 43.19 2 12 2X3 51
1435 PRAYAGRAJ MIRZAPUR OBRA ROVERTSGANJ 99 3 39.18 2 9 2X3 38
1436 PRAYAGRAJ MIRZAPUR BABURI-VARANASI 203 1 31.00 3 12 2X2 44
1437 PRAYAGRAJ MIRZAPUR VARAYA-GHORAWAL 142 1 40.73 2 12 2X3 51
1438 PRAYAGRAJ MIRZAPUR SHAKTINAGAR 205 2 38.72 3 12 2X2 44
1439 PRAYAGRAJ MIRZAPUR ALLAHABAD 97 3 45.64 2 9 2X3 38
1440 PRAYAGRAJ MIRZAPUR PARSAUNA GHORAWAL 66 1 32.00 2 9 2X3 38
1441 PRAYAGRAJ MIRZAPUR SIRSA-ROVERTSGANJ 139 1 34.85 2 12 2X3 51
1442 PRAYAGRAJ MIRZAPUR MISIRPUR OBRA 170 1 39.42 2 12 2X3 51
1443 PRAYAGRAJ MIRZAPUR SHAKTINAGAR 205 1 45.10 3 12 2X2 44
1444 PRAYAGRAJ MIRZAPUR VINDHAYCHAL-JAUNPUR 93 1 31.92 2 9 2X3 38
1445 PRAYAGRAJ MIRZAPUR VARANASI 70 12 38.29 2 9 2X3 38
1446 PRAYAGRAJ MIRZAPUR ALLAHABAD-ROVERTSGAN 176 5 45.07 2 12 2X3 51
1447 PRAYAGRAJ MIRZAPUR GHORAWAL-VARANASI 192 1 35.36 3 12 2X2 44
1448 PRAYAGRAJ PRATAPGARH RAIBARELI-KANPUR 213 6 37.63 3 12 2X2 44
1449 PRAYAGRAJ PRATAPGARH KUNDA-KNP- 217 1 39.37 3 12 2X2 44
1450 PRAYAGRAJ PRATAPGARH ANTU-ATHA-KANPUR 224 1 38.05 3 12 2X2 44
1451 PRAYAGRAJ PRATAPGARH PBH-LKO-KNP 137 1 41.19 2 12 2X3 51
1452 PRAYAGRAJ PRATAPGARH RAIBARELI-KANPUR 213 1 43.14 3 12 2X2 44
1453 PRAYAGRAJ PRATAPGARH UDIPUR-ALLAHABAD 115 1 36.46 2 12 2X3 51
1454 PRAYAGRAJ PRATAPGARH DHKWA-PBH-PRAYAGRAJ 81 3 34.63 2 9 2X3 38
1455 PRAYAGRAJ PRATAPGARH CHAND-ALLAHABAD 138 3 35.77 2 12 2X3 51
1456 PRAYAGRAJ PRATAPGARH PBH-ALLD-GORKHPUR 132 6 38.00 2 12 2X3 51
1457 PRAYAGRAJ PRATAPGARH CHANDA-LKO 149 1 38.06 2 12 2X3 51
1458 PRAYAGRAJ PRATAPGARH KOTIYA-LUCKNOW 175 4 35.25 2 12 2X3 51
1459 PRAYAGRAJ PRATAPGARH KUNDA-KNP 217 3 42.22 3 12 2X2 44
1460 PRAYAGRAJ PRATAPGARH VNS-PATTI-PBH 164 1 38.23 2 12 2X3 51
[Type text]

1461 PRAYAGRAJ PRATAPGARH PBH-RBL-LKO 225 2 39.49 3 12 2X2 44


1462 PRAYAGRAJ PRATAPGARH FAIZABAD-ALLAHABAD- PRATAPGARH 181 6 35.35 3 12 2X2 44
1463 PRAYAGRAJ PRATAPGARH DHKWA-ALLD-PBH 135 2 40.80 2 12 2X3 51
1464 PRAYAGRAJ PRATAPGARH PATTE-PRATAPGARH-LUCKNOW 178 3 35.23 2 12 2X3 51
1465 PRAYAGRAJ PRATAPGARH ALLAHABAD 64 8 33.35 2 9 2X3 38
1466 PRAYAGRAJ PRATAPGARH RUKHBABA-PRG-PBH 70 1 33.77 2 9 2X3 38
1467 PRAYAGRAJ PRATAPGARH MADAFARPUR-PBH-PRJ 74 1 37.96 2 9 2X3 38
1468 PRAYAGRAJ PRATAPGARH RAMGANJ-ALLAHABAD 102 2 28.19 2 12 2X3 51
1469 PRAYAGRAJ PRATAPGARH DHARUPUR-DERWA-PRATAPGARH 172 1 38.83 2 12 2X3 51
1470 PRAYAGRAJ PRATAPGARH ANTU-PRAYAGRAJ 84 2 41.27 2 9 2X3 38
1471 PRAYAGRAJ PRATAPGARH PRATAPGARH-RAYBARELI 95 1 33.00 2 9 2X3 38
1472 PRAYAGRAJ PRATAPGARH PBH-PRG-TEJGARH 62 1 39.26 2 9 2X3 38
1473 PRAYAGRAJ PRATAPGARH PRYJ-PBH-SLNP-PBH 109 3 35.41 2 12 2X3 51
1474 PRAYAGRAJ PRATAPGARH AMETHI-PRY-PBH 67 1 43.16 2 9 2X3 38
1475 PRAYAGRAJ PRATAPGARH PBH-SLP-PRY-PBH 346 115 1 41.22 2 12 2X3 51
1476 PRAYAGRAJ PRATAPGARH PBH-ISHIPUR-PRARYAGRAJ 63 1 46.18 2 9 2X3 38
1477 PRAYAGRAJ ZEROROAD BANDA 204 16 39.51 3 12 2X2 44
1478 PRAYAGRAJ ZEROROAD REWA 132 4 43.92 2 12 2X3 51
1479 PRAYAGRAJ ZEROROAD LUCKNOW 208 1 38.57 3 12 2X2 44
1480 PRAYAGRAJ ZEROROAD SHAKTINAGAR-MIRAZAPUR 177 8 47.87 2 12 2X3 51
1481 PRAYAGRAJ ZEROROAD TELGUDWA 218 1 42.64 3 12 2X2 44
1482 PRAYAGRAJ ZEROROAD CHAKGHAT-LUCKNOW 173 1 35.32 2 12 2X3 51
1483 PRAYAGRAJ ZEROROAD MONAI KARVI CHIRTAKOOT 156 2 41.33 2 12 2X3 51
1484 PRAYAGRAJ ZEROROAD SEEDHI HANUMANA 193 1 35.39 3 12 2X2 44
1485 PRAYAGRAJ ZEROROAD CHITRAKOOT 126 3 38.21 2 12 2X3 51
1486 PRAYAGRAJ ZEROROAD BANDA 198 2 40.22 3 12 2X2 44
1487 PRAYAGRAJ ZEROROAD MARIHAN GERUADEEH 103 1 37.22 2 12 2X3 51
1488 PRAYAGRAJ ZEROROAD OBRA 215 2 42.14 3 12 2X2 44
1489 PRAYAGRAJ ZEROROAD CHAKGHAT 51 1 37.65 2 9 2X3 38
1490 PRAYAGRAJ ZEROROAD KARTAL 213 2 39.40 3 12 2X2 44
[Type text]

1491 PRAYAGRAJ ZEROROAD SAKTINAGAR 200 1 48.64 3 12 2X2 44


1492 PRAYAGRAJ ZEROROAD MIRAZAPUR 97 1 42.50 2 9 2X3 38
1493 PRAYAGRAJ ZEROROAD DHADHUAGHAT-CHITRAKOOT 176 1 35.92 2 12 2X3 51
1494 PRAYAGRAJ ZEROROAD VARANSI CHITRAKOOT 130 1 34.91 2 12 2X3 51
1495 PRAYAGRAJ ZEROROAD DIDHIYA CHITRAKOOT 106 1 33.91 2 12 2X3 51
1496 PRAYAGRAJ ZEROROAD SHANKARGARH-VIND-VARANSI 106 1 32.45 2 12 2X3 51
1497 PRAYAGRAJ LEADERROAD A-SARAI AKIL 40 1 37.00 2 9 2X3 38
1498 PRAYAGRAJ LEADERROAD KANPUR 141 24 42.50 2 12 2X3 51
1499 PRAYAGRAJ LEADERROAD PRG-AYODHYA 172 1 41.05 2 12 2X3 51
1500 PRAYAGRAJ LEADERROAD JAM 93 1 38.43 2 9 2X3 38
1501 PRAYAGRAJ LEADERROAD MAN- SARAI-LUKHNOW 170 2 38.17 2 12 2X3 51
1502 PRAYAGRAJ LEADERROAD PRASIDHPUR 90 1 37.69 2 9 2X3 38
1503 PRAYAGRAJ LEADERROAD PACHM.SIR.KNP 157 2 37.51 2 12 2X3 51
1504 PRAYAGRAJ LEADERROAD GOUTI 92 1 39.63 2 9 2X3 38
1505 PRAYAGRAJ LEADERROAD PRG-CHITRAKOOT-RAJAPUR 208 1 43.16 3 12 2X2 44
1506 PRAYAGRAJ LEADERROAD BANDHA-KARVI.RAJAPUR 189 2 37.55 3 12 2X2 44
1507 PRAYAGRAJ LEADERROAD PRG-PURKHAS-KANPUR 159 1 38.99 2 12 2X3 51
1508 PRAYAGRAJ LEADERROAD KANPUR 212 1 46.77 3 12 2X2 44
1509 PRAYAGRAJ LEADERROAD SARAI AKKIL KANPUR 120 5 40.63 2 12 2X3 51
1510 PRAYAGRAJ LEADERROAD MANJHANPUR-KARVI 104 1 39.68 2 12 2X3 51
1511 PRAYAGRAJ LEADERROAD MAHEWAGHAT- KANPUR 160 2 35.63 2 12 2X3 51
1512 PRAYAGRAJ LEADERROAD KULLI 105 2 40.14 2 12 2X3 51
1513 PRAYAGRAJ LEADERROAD PRG-SULTANPUR 109 2 42.82 2 12 2X3 51
1514 PRAYAGRAJ LEADERROAD KANPUR 208 6 38.80 3 12 2X2 44
1515 PRAYAGRAJ LEADERROAD GHARWASIPUR KHAKHRERU M 102 1 37.71 2 12 2X3 51
1516 PRAYAGRAJ LEADERROAD PARYAGRAJ-LOCKNOW 208 2 44.90 3 12 2X2 44
1517 PRAYAGRAJ BADSHAHPUR AZAMGHAR 112 2 38.01 2 12 2X3 51
1518 PRAYAGRAJ BADSHAHPUR JAMTALI-AZMGH-PYRJ-JAMTAI 199 1 36.99 3 12 2X2 44
1519 PRAYAGRAJ BADSHAHPUR BADSHAHPUR-VARANSI 130 2 41.03 2 12 2X3 51
1520 PRAYAGRAJ BADSHAHPUR JAUNPUR-ALLD 109 1 37.88 2 12 2X3 51
[Type text]

1521 PRAYAGRAJ LALGANJ SNGRAMGARH-KANPUR 140 1 31.69 2 12 2X3 51


1522 PRAYAGRAJ LALGANJ LALGANJ-RAYBARELI-KANPUR 142 5 34.53 2 12 2X3 51
1523 PRAYAGRAJ LALGANJ KALAKAKAR-ALLAHABAD 91 1 31.28 2 9 2X3 38
1524 PRAYAGRAJ LALGANJ BHATNI ALLAHABAD 82 1 36.55 2 9 2X3 38
1525 PRAYAGRAJ LALGANJ LAL MIRZAPUR BABAGANJ 184 1 37.75 3 12 2X2 44
1526 PRAYAGRAJ LALGANJ LALGANJ-RAMPOR-ALLAHABAD 96 1 31.09 2 9 2X3 38
1527 PRAYAGRAJ LALGANJ LAL MIRJAPUR 185 1 33.65 3 12 2X2 44
1528 PRAYAGRAJ LALGANJ KATARAGULAB-LUCKNOW 123 1 32.54 2 12 2X3 51
1529 PRAYAGRAJ LALGANJ LAL DHARUPUR PRAYRAJ 89 1 32.44 2 9 2X3 38
1530 AZAMGARH AZAMGARH AZAM-BALIYA 118 1 35.91 2 12 2X3 51
1531 AZAMGARH AZAMGARH AZAM-BALIYA-MAU 210 4 42.80 3 12 2X2 44
1532 AZAMGARH AZAMGARH AZAM-GORAKHPUR 116 3 41.37 2 12 2X3 51
1533 AZAMGARH AZAMGARH AZAM-VARANSI 186 23 39.90 3 12 2X2 44
1534 AZAMGARH AZAMGARH AZAMGARH ALAHABAD MAU 221 1 36.04 3 12 2X2 44
1535 AZAMGARH AZAMGARH AZAMGARHTANDABASTI 123 1 31.82 2 12 2X3 51
1536 AZAMGARH AZAMGARH AZM-AYO-MAU 160 4 41.50 2 12 2X3 51
1537 AZAMGARH AZAMGARH BAJARGOSAI AZAM GORKHPUR 127 1 38.82 2 12 2X3 51
1538 AZAMGARH AZAMGARH BOGARIYA-AZAM-GHAZIPUR 117 1 38.00 2 12 2X3 51
1539 AZAMGARH AZAMGARH HETUGANJ AZM-MAU 126 1 38.63 2 12 2X3 51
1540 AZAMGARH AZAMGARH MACHOBHA-BALIY-AZM 130 1 27.98 2 12 2X3 51
1541 AZAMGARH AZAMGARH MAHRAJGANJ AZM GKP 129 1 37.67 2 12 2X3 51
1542 AZAMGARH AZAMGARH MEHNAJPUR AZAM GHAZIPUR 134 1 37.83 2 12 2X3 51
1543 AZAMGARH AZAMGARH TAHIRA PUR GORKHPUR AZM 126 1 35.71 2 12 2X3 51
1544 AZAMGARH DR.AMBEDKAR ACHALI-AZM ALLABAD 219 1 34.12 3 12 2X2 44
1545 AZAMGARH DR.AMBEDKAR ACHALI-AZAM-GORAKHPUR 163 2 34.56 2 12 2X3 51
1546 AZAMGARH DR.AMBEDKAR AZAM GKO AZM 116 2 35.39 2 12 2X3 51
1547 AZAMGARH DR.AMBEDKAR AZAM ALLABAD AZM 172 1 31.30 2 12 2X3 51
1548 AZAMGARH DR.AMBEDKAR AZAM GOURIGAUN AKBR MDIPR 119 1 36.34 2 12 2X3 51
1549 AZAMGARH DR.AMBEDKAR AZAM-FAIZABAD-AZAM 154 2 40.08 2 12 2X3 51
1550 AZAMGARH DR.AMBEDKAR AZAM-VARANASI-AZAM 100 2 10.33 2 9 2X3 38
[Type text]

1551 AZAMGARH DR.AMBEDKAR AZAMGARH-GORAKHPUR-AZM 116 5 47.53 2 12 2X3 51


1552 AZAMGARH DR.AMBEDKAR AZAM MAU BALLIA 220 3 34.81 3 12 2X2 44
1553 AZAMGARH DR.AMBEDKAR AZM-VARANASI-AZM 100 11 40.01 2 9 2X3 38
1554 AZAMGARH DR.AMBEDKAR AZM.SENPUR ATURALIA AZM 174 1 33.29 2 12 2X3 51
1555 AZAMGARH DR.AMBEDKAR MADIYAPAR-AZAM-MAU-AKB 138 1 32.79 2 12 2X3 51
1556 AZAMGARH DR.AMBEDKAR MEHNAJOPURAZM GAZIPUR 131 1 37.71 2 12 2X3 51
1557 AZAMGARH DR.AMBEDKAR RANIPUR-AZM-BALLIA 129 1 33.95 2 12 2X3 51
1558 AZAMGARH DR.AMBEDKAR AZAMGARH-BALLIA-AZAMGARH 118 4 34.93 2 12 2X3 51
1559 AZAMGARH DR.AMBEDKAR BOGARIA-AZAMGARH-GAZIPUR 117 1 43.88 2 12 2X3 51
1560 AZAMGARH BALLIA AWGHARGANJ-SHD-AZM-BUI 164 1 35.55 2 12 2X3 51
1561 AZAMGARH BALLIA BACHAIPUR-BAL-SHA-BAL 176 1 35.49 2 12 2X3 51
1562 AZAMGARH BALLIA BAIRIA-BAL-AZAMRGH 154 2 36.21 2 12 2X3 51
1563 AZAMGARH BALLIA BAL-AKAIL-MAU 112 1 34.02 2 12 2X3 51
1564 AZAMGARH BALLIA BAL-AZMGARH-BAL 118 1 39.06 2 12 2X3 51
1565 AZAMGARH BALLIA BAL-BALUPUR-BAL-MAU 112 1 30.76 2 12 2X3 51
1566 AZAMGARH BALLIA BAL-CHARWA-BRWA-BAL-BELTA 114 1 39.42 2 12 2X3 51
1567 AZAMGARH BALLIA BAL-JP NAGAR-VARANASI 206 1 33.87 3 12 2X2 44
1568 AZAMGARH BALLIA BALL-AKABARPU-BALLIA 205 1 33.54 3 12 2X2 44
1569 AZAMGARH BALLIA BALL-AZAMGARH-BAL H 190 6 36.53 3 12 2X2 44
1570 AZAMGARH BALLIA BALL-GARMALPUR-MAU-BALLIA 107 1 31.99 2 12 2X3 51
1571 AZAMGARH BALLIA BALL-IBRAHIMPATTI-BLTR 124 1 36.16 2 12 2X3 51
1572 AZAMGARH BALLIA BALL-LALGAG-BELTHRA-BALLI 104 1 36.00 2 12 2X3 51
1573 AZAMGARH BALLIA BALL-NAGERA-DEO-PDARNHD 172 2 36.00 2 12 2X3 51
1574 AZAMGARH BALLIA BALL-SIK-DEO-PADRAUNA-BAL 174 4 34.95 2 12 2X3 51
1575 AZAMGARH BALLIA BALL-SINKANDAR-PADRAUNAH 174 1 30.23 2 12 2X3 51
1576 AZAMGARH BALLIA BANSIBAZR-GKP-BAL 171 1 33.03 2 12 2X3 51
1577 AZAMGARH BALLIA HAJULI-BALLIA-AZM-BUI 170 1 34.23 2 12 2X3 51
1578 AZAMGARH BALLIA INDARPUR-BALLIA-GORKHPUR 200 1 32.95 3 12 2X2 44
1579 AZAMGARH BALLIA KATHURAGHAT-BAL-AZM 160 1 44.78 2 12 2X3 51
1580 AZAMGARH BALLIA KUREJI-BALLIA-GOKHPUR-KUR 192 1 32.10 3 12 2X2 44
[Type text]

1581 AZAMGARH BALLIA MAHARAJPUR-BALLIA MAU-BUI 156 1 32.91 2 12 2X3 51


1582 AZAMGARH BALLIA MARTINGANG-GRP-AZM-BUI 185 1 36.47 3 12 2X2 44
1583 AZAMGARH BALLIA MOLNAPUR-AZM-BAL 206 1 36.81 3 12 2X2 44
1584 AZAMGARH BALLIA PARDHANPUR-BUI-MAU 183 1 36.77 3 12 2X2 44
1585 AZAMGARH BALLIA REOTI-BALLIA-DOHRIGHAT 131 1 33.03 2 12 2X3 51
1586 AZAMGARH BALLIA SITABD-BALL-DERA-BALL 167 1 35.75 2 12 2X3 51
1587 AZAMGARH BALLIA SONADIH-BAL-AZM 155 1 35.10 2 12 2X3 51
1588 AZAMGARH BALLIA UJIYAR-BAL-GKP-BAL-UJIYAR 205 1 37.09 3 12 2X2 44
1589 AZAMGARH BALLIA VIRPURA-BUI-DEO-BUI 158 1 36.63 2 12 2X3 51
1590 AZAMGARH BALLIA BALL-LILKAR-BAL-BELTH-BAI 116 1 39.13 2 12 2X3 51
1591 AZAMGARH BALLIA BALL-NAGRA-MAU-BALLIA 112 1 35.21 2 12 2X3 51
1592 AZAMGARH BALLIA BALL-VARANSI-BALLIA 152 1 52.41 2 12 2X3 51
1593 AZAMGARH DOHARIGHAT DOHARI-MAU-GORKHPUR 108 7 36.90 2 12 2X3 51
1594 AZAMGARH DOHARIGHAT DOHARI -AZAM-VARANASI 216 2 38.83 3 12 2X2 44
1595 AZAMGARH MAU MAU ALLAHABAD MAU 221 5 40.03 3 12 2X2 44
1596 AZAMGARH MAU MAU AZAMGARH BALLIA 190 2 42.69 3 12 2X2 44
1597 AZAMGARH MAU MAU AZAMGARH MAU BALIYA 118 4 37.33 2 12 2X3 51
1598 AZAMGARH MAU MAU BALLIA SIKANDARPUR 190 1 33.17 3 12 2X2 44
1599 AZAMGARH MAU MAU GORAKHPUR MAU DOHAREE 149 6 41.75 2 12 2X3 51
1600 AZAMGARH MAU MAU SHAHGANJ 156 2 39.3 2 12 2X3 51
1601 AZAMGARH MAU MAU TO FIZABAD 200 2 37.41 3 12 2X2 44
1602 AZAMGARH MAU MAU TO VARANASI VIA CHIRY 134 2 41.22 2 12 2X3 51
1603 AZAMGARH SHAHGANJ AZMGARH-SHG-PRAYAGRAJ 169 1 42.34 2 12 2X3 51
1604 AZAMGARH SHAHGANJ SHAGANJ-BHAGASA-VNS-SHG 119 1 52.15 2 12 2X3 51
1605 AZAMGARH SHAHGANJ SHAHGANJ-AYODHYA -SHAHGAJ 116 4 33.77 2 12 2X3 51
1606 AZAMGARH SHAHGANJ SHAHGANJ-MALIPUR-ATRA-VNS 169 3 43.11 2 12 2X3 51
1607 AZAMGARH SHAHGANJ SHAHGANJ-MAU-SHAHGANJ 104 1 38.78 2 12 2X3 51
1608 AZAMGARH SHAHGANJ SHAHGANJ-PRAYAGRAJ-SHAHGJ 119 1 40.63 2 12 2X3 51
1609 AZAMGARH SHAHGANJ SHAHGNAJ-MITTUPUR-VNS-SHG 129 1 41.51 2 12 2X3 51
1610 AZAMGARH SHAHGANJ BELTHR-RASRA-DOHRI 33 2 35.08 2 9 2X3 38
[Type text]

1611 AZAMGARH SHAHGANJ BELTHRA-AKAIL-GKP 148 1 35.45 2 12 2X3 51


1612 AZAMGARH SHAHGANJ BELTHRA-BALLIA-BEL 61 1 37.15 2 9 2X3 38
1613 AZAMGARH SHAHGANJ BELTHRA-DEWRIYA-GKP-BALLA 171 1 38.34 2 12 2X3 51
1614 AZAMGARH SHAHGANJ BELTHRA-DOHRI-BALLIA 43 1 34.56 2 9 2X3 38
1615 AZAMGARH SHAHGANJ BELTHRA-GKP-SIKENDERPUR 137 1 36.52 2 12 2X3 51
1616 AZAMGARH SHAHGANJ MADHUBN- GKP-BLTR-MADHUBN 91 1 37.35 2 9 2X3 38
1617 AZAMGARH SHAHGANJ MALIPUR-BALLIA-DER-BLTR 116 1 38.48 2 12 2X3 51
1618 GORAKHPUR GORAKHPUR GKP-AYODHYA-GKP 158 1 39.85 2 12 2X3 51
1619 GORAKHPUR GORAKHPUR GKP-BRIJAMANGANG-SONAULI 149 3 41.16 2 12 2X3 51
1620 GORAKHPUR GORAKHPUR GKP-MAHARAJGANG-THUTHIBAR 166 3 37.89 2 12 2X3 51
1621 GORAKHPUR GORAKHPUR GKP-PIPARICH-CAPTANGANJ 65 1 28.40 2 9 2X3 38
1622 GORAKHPUR GORAKHPUR GKP-GAZIYPUR-KHALILABAD 139 1 41.17 2 12 2X3 51
1623 GORAKHPUR GORAKHPUR GKP-TAMKUHI ROAD-KHALILABAD 135 2 42.01 2 12 2X3 51
1624 GORAKHPUR GORAKHPUR GKP-PADRAUNA-BASTI 147 2 39.60 2 12 2X3 51
1625 GORAKHPUR GORAKHPUR GKP-BHAWANICHAPAR-GKP 116 1 42.97 2 12 2X3 51
1626 GORAKHPUR GORAKHPUR GKP-SAMPUR-GKP 145 1 41.70 2 12 2X3 51
1627 GORAKHPUR GORAKHPUR BELAKANTA-SONAULI 138 2 37.74 2 12 2X3 51
1628 GORAKHPUR GORAKHPUR GKP-PADRAUNAA-BASTI-BANSI 173 10 40.33 2 12 2X3 51
1629 GORAKHPUR GORAKHPUR GKP-PADRUNA-TAMKUHIROAD 114 9 39.56 2 12 2X3 51
1630 GORAKHPUR GORAKHPUR GKP-PADRUNA 77 14 42.29 2 9 2X3 38
1631 GORAKHPUR GORAKHPUR GKP-RUDRAPUR-GKP 57 5 41.76 2 9 2X3 38
1632 GORAKHPUR GORAKHPUR GKP-TKR-TAMKUHIROAD 96 17 39.34 2 9 2X3 38
1633 GORAKHPUR GORAKHPUR GKP-SALEMPUR-LARROAD 94 9 36.10 2 9 2X3 38
1634 GORAKHPUR GORAKHPUR GKP-NAUGARH-KAKARAHWA 195 2 38.47 3 12 2X2 44
1635 GORAKHPUR GORAKHPUR GKP-THUTHIBARI 104 12 44.42 2 12 2X3 51
1636 GORAKHPUR GORAKHPUR GKP-SALEMGARH-TAMKUHIROAD 101 5 35.88 2 12 2X3 51
1637 GORAKHPUR GORAKHPUR GKP-PIPRAGHAT-TAMKUHI 102 2 37.08 2 12 2X3 51
1638 GORAKHPUR GORAKHPUR GKP-BALUWA(HATA)-PADRAUN 46 1 34.92 2 9 2X3 38
1639 GORAKHPUR GORAKHPUR GKP-SAMOGAR(MADANPUR) 71 6 35.79 2 9 2X3 38
1640 GORAKHPUR GORAKHPUR GKP-SONAULI-KARMAINI 70 1 33.97 2 9 2X3 38
[Type text]

1641 GORAKHPUR GORAKHPUR GKP-PRATAPPUR-BHENGARI 174 1 38.02 2 12 2X3 51


1642 GORAKHPUR GORAKHPUR GKP-CHAURAKHAS-GKP-TAM. 92 2 43.17 2 9 2X3 38
1643 GORAKHPUR GORAKHPUR GKP-KHANGICHAURAHA-PADRA 117 1 41.97 2 12 2X3 51
1644 GORAKHPUR GORAKHPUR GKP-MANSACHHAPAAR-PAD 87 1 45.68 2 9 2X3 38
1645 GORAKHPUR GORAKHPUR GKP-PIPRARAMDHAR-SALEMP 90 1 46.00 2 9 2X3 38
1646 GORAKHPUR GORAKHPUR GKP-SHIVPUR-PADRAUNA 91 1 37.30 2 9 2X3 38
1647 GORAKHPUR GORAKHPUR GKP-NICHLAUL-GKP 89 5 51.95 2 9 2X3 38
1648 GORAKHPUR GORAKHPUR GKP-PADRUNA 77 8 41.63 2 9 2X3 38
1649 GORAKHPUR GORAKHPUR GKP-KAUDIRAM-SONAULI 170 1 46.91 2 12 2X3 51
1650 GORAKHPUR GORAKHPUR GKP-TAMKUHIROAD-TKR 96 11 40.23 2 9 2X3 38
1651 GORAKHPUR GORAKHPUR BANKATA-F.NAGAR-GKP-SALEM 195 1 37.72 3 12 2X2 44
1652 GORAKHPUR GORAKHPUR GKP-TURKPATTI-FAZILNAGAR 174 1 45.16 2 12 2X3 51
1653 GORAKHPUR RAPTINAGAR GKP-BANKTA-BASTI-GKP 86 1 35.82 2 9 2X3 38
1654 GORAKHPUR RAPTINAGAR GKP-DHURIYAPAR-DOHARI 116 1 34.45 2 12 2X3 51
1655 GORAKHPUR RAPTINAGAR GKP-GAZIYAPUR-GKP 102 1 37.00 2 12 2X3 51
1656 GORAKHPUR RAPTINAGAR GKP-GUR-GOLA-GKP 156 1 36.61 2 12 2X3 51
1657 GORAKHPUR RAPTINAGAR GKP-KASIMABAD-GAZIPUR 150 1 38.08 2 12 2X3 51
1658 GORAKHPUR RAPTINAGAR GKP-MOLNAPUR-BASTI 204 1 34.68 3 12 2X2 44
1659 GORAKHPUR RAPTINAGAR GKP-VARANASI-GKP 156 3 44.95 2 12 2X3 51
1660 GORAKHPUR RAPTINAGAR GORAKHPUR BAGHALPUR BASTI 170 1 38.80 2 12 2X3 51
1661 GORAKHPUR RAPTINAGAR GORAKHPUR SONAULI 172 1 47.33 2 12 2X3 51
1662 GORAKHPUR RAPTINAGAR GORAKHPUR SONULI MAHRAJGJ 122 1 42.15 2 12 2X3 51
1663 GORAKHPUR RAPTINAGAR GORAKHPUR-BADHNI-PAD-BIG 194 1 46.57 3 12 2X2 44
1664 GORAKHPUR RAPTINAGAR GORAKHPUR-BASTI-BANSI 176 1 34.62 2 12 2X3 51
1665 GORAKHPUR RAPTINAGAR GORAKHPUR-BASTI-BANSI-322 178 1 47.80 2 12 2X3 51
1666 GORAKHPUR RAPTINAGAR GORAKHPUR-BHABHNAULI 96 1 37.40 2 9 2X3 38
1667 GORAKHPUR RAPTINAGAR GORAKHPUR-DEO-TAM 119 1 48.93 2 12 2X3 51
1668 GORAKHPUR RAPTINAGAR GORAKHPUR-GANGHATA-ASHRAFPUR 179 1 34.28 2 12 2X3 51
1669 GORAKHPUR RAPTINAGAR GORAKHPUR-HARNAHI-SONAULI 74 1 46.28 2 9 2X3 38
1670 GORAKHPUR RAPTINAGAR GORAKHPUR-JATAHA-PADRUNA 54 1 33.62 2 9 2X3 38
[Type text]

1671 GORAKHPUR RAPTINAGAR GORAKHPUR-KAS-PADRAUNA 92 2 38.63 2 9 2X3 38


1672 GORAKHPUR RAPTINAGAR GORAKHPUR-MALNA-SAL-MAH 87 1 45.33 2 9 2X3 38
1673 GORAKHPUR RAPTINAGAR GORAKHPUR-PAD-TAMKUHI-DUD 166 1 35.36 2 12 2X3 51
1674 GORAKHPUR RAPTINAGAR GORAKHPUR-PAD-TUMKUHI-GKP 151 1 36.89 2 12 2X3 51
1675 GORAKHPUR RAPTINAGAR GORAKHPUR-RAJWAL-NICH 94 1 39.24 2 9 2X3 38
1676 GORAKHPUR RAPTINAGAR GORAKHPUR-RUDHPUR 171 1 37.88 2 12 2X3 51
1677 GORAKHPUR RAPTINAGAR GORAKHPUR-SALEMPUR-LAR 185 1 31.68 3 12 2X2 44
1678 GORAKHPUR RAPTINAGAR GORAKHPUR-SURYA MANDIR 114 1 35.58 2 12 2X3 51
1679 GORAKHPUR RAPTINAGAR GORAKHPUR-TAMKUHI- TMRAJ 82 1 46.42 2 9 2X3 38
1680 GORAKHPUR RAPTINAGAR GORAKHPUR-TAMKUHIRAJ 106 1 38.61 2 12 2X3 51
1681 GORAKHPUR RAPTINAGAR GORAKHPUR-THUTHI-RAMPUR 92 1 34.35 2 9 2X3 38
1682 GORAKHPUR RAPTINAGAR GORAKHPUR-TUMKUHIROAD(B) 172 1 45.28 2 12 2X3 51
1683 GORAKHPUR RAPTINAGAR GORAKHPUR-VISUNAPURA-DEO 154 1 33.44 2 12 2X3 51
1684 GORAKHPUR RAPTINAGAR GORKHPUR-PIPRAULI-TAMKUHI 152 1 33.13 2 12 2X3 51
1685 GORAKHPUR RAPTINAGAR KAUDIRAM GKP-PADRAUNA 92 1 36.69 2 9 2X3 38
1686 GORAKHPUR RAPTINAGAR GORAKHPUR BASTI TANDA 160 1 47.85 2 12 2X3 51
1687 GORAKHPUR RAPTINAGAR GKP-GAZIPUR-MOHAMDABAD 150 1 38.84 2 12 2X3 51
1688 GORAKHPUR RAPTINAGAR GORAKHPUR-BELTHRA-PAD 116 1 37.20 2 12 2X3 51
1689 GORAKHPUR RAPTINAGAR GKP-KAURIRAM-GOLA 84 1 33.55 2 9 2X3 38
1690 GORAKHPUR DEORIA DEPOT DEO-GULARIHA-AZMGARH 145 1 39.43 2 12 2X3 51
1691 GORAKHPUR DEORIA DEPOT DEO-ROPANCHAPARA-GKP 99 1 34.11 2 9 2X3 38
1692 GORAKHPUR DEORIA DEPOT DEO-VARANASI 222 1 33.69 3 12 2X2 44
1693 GORAKHPUR DEORIA DEPOT DEO-BALUA-DOHARI(GHOSHI) 118 1 38.63 2 12 2X3 51
1694 GORAKHPUR DEORIA DEPOT DEO-BHATPAR.MBARI-GKP 106 1 41.66 2 12 2X3 51
1695 GORAKHPUR DEORIA DEPOT DEO-BIRNI-FARIYAWN-DEORIA 107 1 40.49 2 12 2X3 51
1696 GORAKHPUR DEORIA DEPOT DEO-DEVKALI-AZMGARH 141 1 34.90 2 12 2X3 51
1697 GORAKHPUR DEORIA DEPOT DEO-GARAUNA-DOHARI 58 1 38.52 2 9 2X3 38
1698 GORAKHPUR DEORIA DEPOT DEO-JAURA-PAD 59 1 43.23 2 9 2X3 38
1699 GORAKHPUR DEORIA DEPOT DEO-KAROUDI-AZAMGARH 126 1 36.90 2 12 2X3 51
1700 GORAKHPUR DEORIA DEPOT DEO-KHEMADAI-KAS,GKP 102 1 36.06 2 12 2X3 51
[Type text]

1701 GORAKHPUR DEORIA DEPOT DEO-KHORMA-PAD-GKP 77 1 35.18 2 9 2X3 38


1702 GORAKHPUR DEORIA DEPOT DEO-MAHEN-DOHARI 52 1 43.72 2 9 2X3 38
1703 GORAKHPUR DEORIA DEPOT DEO-MAIL/GORAKHPUR 100 1 42.78 2 9 2X3 38
1704 GORAKHPUR DEORIA DEPOT DEO-NAGAWA-RUD-MAHEN 73 1 36.43 2 9 2X3 38
1705 GORAKHPUR DEORIA DEPOT DEO-NEMA-GORAKHPUR 111 1 38.81 2 12 2X3 51
1706 GORAKHPUR DEORIA DEPOT DEO-PAKHA-PAD 39 1 39.43 2 9 2X3 38
1707 GORAKHPUR DEORIA DEPOT DEO-PINDI-RUDRAPUR 74 1 35.97 2 9 2X3 38
1708 GORAKHPUR DEORIA DEPOT DEO-PIPRAJHAM-KAS 56 1 39.14 2 9 2X3 38
1709 GORAKHPUR DEORIA DEPOT DEO-RUDRPUR-AZAMGARH 89 1 38.01 2 9 2X3 38
1710 GORAKHPUR DEORIA DEPOT DEO-SAJAO-GKP 102 1 35.85 2 12 2X3 51
1711 GORAKHPUR DEORIA DEPOT DEO-SHODARPATTI-PAD 87 1 41.73 2 9 2X3 38
1712 GORAKHPUR DEORIA DEPOT DEO-SOHAGARA-GORAKHPUR 98 1 41.10 2 9 2X3 38
1713 GORAKHPUR DEORIA DEPOT DEO-TILAULI-AZAMAGARH 106 1 39.15 2 12 2X3 51
1714 GORAKHPUR DEORIA DEPOT DEORIA**BALLIA-GKP 169 2 43.32 2 12 2X3 51
1715 GORAKHPUR DEORIA DEPOT DEORIA**LAR-BASTI 164 1 42.50 2 12 2X3 51
1716 GORAKHPUR DEORIA DEPOT DEORIA*BARDIHA-KHALILABAD 137 1 38.81 2 12 2X3 51
1717 GORAKHPUR DEORIA DEPOT DEORIA*FULWARIYA-GKP 92 1 34.38 2 9 2X3 38
1718 GORAKHPUR DEORIA DEPOT DEORIA*MAGAHARA-GKP 114 1 39.84 2 12 2X3 51
1719 GORAKHPUR DEORIA DEPOT DEORIA*MAJHAULI-GKP 88 1 37.48 2 9 2X3 38
1720 GORAKHPUR DEORIA DEPOT DEORIA*MATHAPAR-GKP 88 1 43.07 2 9 2X3 38
1721 GORAKHPUR DEORIA DEPOT DEORIA*SAJAWN-GKP 102 1 36.59 2 12 2X3 51
1722 GORAKHPUR DEORIA DEPOT DEORIA-BAGAHA-GKP 94 1 32.65 2 9 2X3 38
1723 GORAKHPUR DEORIA DEPOT DEORIA-BAKHRA-GORAKHPUR 77 1 31.35 2 9 2X3 38
1724 GORAKHPUR DEORIA DEPOT DEORIA-CHAKWA-GORAKHPUR 78 1 35.17 2 9 2X3 38
1725 GORAKHPUR DEORIA DEPOT DEORIA-GAUNARIYA-RUDRPUR 82 1 34.97 2 9 2X3 38
1726 GORAKHPUR DEORIA DEPOT DEORIA-GODOULI-GKP 92 1 35.22 2 9 2X3 38
1727 GORAKHPUR DEORIA DEPOT DEORIA-KARUWNA-GKP.BHJ 76 1 36.93 2 9 2X3 38
1728 GORAKHPUR DEORIA DEPOT DEORIA-KATAURA-GKP 82 1 33.51 2 9 2X3 38
1729 GORAKHPUR DEORIA DEPOT DEORIA-MAHARAJGANG-PADRAU 76 1 33.10 2 9 2X3 38
1730 GORAKHPUR DEORIA DEPOT DEORIA-NAKAIL-GKP 83 1 32.88 2 9 2X3 38
[Type text]

1731 GORAKHPUR DEORIA DEPOT DEORIA-PAINA-GORAKHPUR 89 1 35.08 2 9 2X3 38


1732 GORAKHPUR DEORIA DEPOT DEORIA-PARASI-GORAKHPUR 103 1 35.26 2 12 2X3 51
1733 GORAKHPUR DEORIA DEPOT DEORIA-RAMPUR-GKP 63 1 35.48 2 9 2X3 38
1734 GORAKHPUR DEORIA DEPOT DEORIA-RAMPURAWASHTHI-GKP 78 1 34.00 2 9 2X3 38
1735 GORAKHPUR DEORIA DEPOT DEORIA-SATARAWN-GKP 84 1 35.78 2 9 2X3 38
1736 GORAKHPUR DEORIA DEPOT DEORIA\BADAHALGANJ\GKP 108 3 33.21 2 12 2X3 51
1737 GORAKHPUR DEORIA DEPOT DEORIA\GKP\BASTI 123 6 36.15 2 12 2X3 51
1738 GORAKHPUR DEORIA DEPOT DEORIA\GKP\BEL-BALLIA 169 22 34.40 2 12 2X3 51
1739 GORAKHPUR DEORIA DEPOT DEORIA\GKP\GAURI\SLP 82 20 31.83 2 9 2X3 38
1740 GORAKHPUR DEORIA DEPOT DEORIA\GKP\MAGAHARA 77 1 31.70 2 9 2X3 38
1741 GORAKHPUR DEORIA DEPOT DEORIA\GKP\PADROUNA 77 20 36.88 2 9 2X3 38
1742 GORAKHPUR DEORIA DEPOT DEORIA\GKP\SOHANAG 87 1 34.44 2 9 2X3 38
1743 GORAKHPUR DEORIA DEPOT DEORIA\KHEMADAEE\GKP 102 1 31.86 2 12 2X3 51
1744 GORAKHPUR DEORIA DEPOT DEORIA\MATIYARA-PATANEGI 102 1 33.99 2 12 2X3 51
1745 GORAKHPUR DEORIA DEPOT DEORIA^BARDIHA-GKP 100 1 31.88 2 9 2X3 38
1746 GORAKHPUR DEORIA DEPOT DEORIA^LAR\MEHRAUNA\GKP 100 28 33.97 2 9 2X3 38
1747 GORAKHPUR BASTI BASTI - BANSI-GKP 76 3 36.15 2 9 2X3 38
1748 GORAKHPUR BASTI BASTI -BHARNI 93 1 40.55 2 9 2X3 38
1749 GORAKHPUR BASTI BASTI AKAARI GKP 100 1 47.19 2 9 2X3 38
1750 GORAKHPUR BASTI BASTI BHAGALPUR 170 1 48.69 2 12 2X3 51
1751 GORAKHPUR BASTI BASTI KHADRA KAKRAHWA 121 1 37.72 2 12 2X3 51
1752 GORAKHPUR BASTI BASTI MAKHOUDADHAM 131 1 39.27 2 12 2X3 51
1753 GORAKHPUR BASTI BASTI POKHARNI GORAKHPUR 86 1 42.57 2 9 2X3 38
1754 GORAKHPUR BASTI BASTI SONIYAGHAAT GKP 100 1 40.51 2 9 2X3 38
1755 GORAKHPUR BASTI BASTI TANDA KAL GKP 113 2 50.85 2 12 2X3 51
1756 GORAKHPUR BASTI BASTI- DMJ.GKP 112 7 37.12 2 12 2X3 51
1757 GORAKHPUR BASTI BASTI-AKBARPUR S.NAGAR 137 1 39.76 2 12 2X3 51
1758 GORAKHPUR BASTI BASTI-AKBERPUR-PADUMPUR 120 1 39.63 2 12 2X3 51
1759 GORAKHPUR BASTI BASTI-BABURIBABU-LKO 70 2 34.08 2 9 2X3 38
1760 GORAKHPUR BASTI BASTI-BANSI-TILAULEE 142 1 41.20 2 12 2X3 51
[Type text]

1761 GORAKHPUR BASTI BASTI-CHAMANGANJ-KAMPER 70 2 35.23 2 9 2X3 38


1762 GORAKHPUR BASTI BASTI-CHANGERAW 85 1 37.39 2 9 2X3 38
1763 GORAKHPUR BASTI BASTI-GKP-THOOTHIBARI 174 1 33.07 2 12 2X3 51
1764 GORAKHPUR BASTI BASTI-GOLAURA-FARENDA 76 2 37.34 2 9 2X3 38
1765 GORAKHPUR BASTI BASTI-GORAKHPUR-KHORIYABA 69 1 37.00 2 9 2X3 38
1766 GORAKHPUR BASTI BASTI-HALUWABAZAR-SUKAHIA 117 1 40.71 2 12 2X3 51
1767 GORAKHPUR BASTI BASTI-JAHANGIRGANJ-GORAKH 84 1 36.72 2 9 2X3 38
1768 GORAKHPUR BASTI BASTI-MEADAWAL-PHENDRA 62 1 38.64 2 9 2X3 38
1769 GORAKHPUR BASTI BASTI-NAGAR-SIDDARTH NAGA 76 1 40.70 2 9 2X3 38
1770 GORAKHPUR BASTI BASTI-NAND-KAMPEARGAN-LKO 70 2 37.31 2 9 2X3 38
1771 GORAKHPUR BASTI BASTI-NANDGOUN CHOURI-SID 147 1 37.26 2 12 2X3 51
1772 GORAKHPUR BASTI BASTI-RAMPUR-SIDDARTHNAGA 121 1 43.71 2 12 2X3 51
1773 GORAKHPUR BASTI BASTI-SANSARIPUR-BABHNAN- 126 1 39.16 2 12 2X3 51
1774 GORAKHPUR BASTI BASTI-SIDARTHNAGAR-PATKOL 76 1 36.17 2 9 2X3 38
1775 GORAKHPUR BASTI BASTI-SIDDARTHANAGAR-HRD 76 1 37.62 2 9 2X3 38
1776 GORAKHPUR BASTI BASTI-TAMESHWARNATH-GKP 112 1 38.65 2 12 2X3 51
1777 GORAKHPUR BASTI BASTI-TANDA-KALWARI-GKP 61 4 37.05 2 9 2X3 38
1778 GORAKHPUR BASTI BASTI-WARLESH-GORAKHPUR 93 1 38.33 2 9 2X3 38
1779 GORAKHPUR BASTI BASTI-BANSI 54 4 41.32 2 9 2X3 38
1780 GORAKHPUR BASTI BASTI-KHUNWA- 99 1 40.30 2 9 2X3 38
1781 GORAKHPUR BASTI BASTI-DUMARYGANG 52 1 36.47 2 9 2X3 38
1782 GORAKHPUR BASTI BASTI-GKP-FZB 158 3 44.29 2 12 2X3 51
1783 GORAKHPUR BASTI BASTI-SEMARIYAWAN-AGAYA 39 1 38.77 2 9 2X3 38
1784 GORAKHPUR BASTI BASTI-VISKOHAR 102 1 39.42 2 12 2X3 51
1785 GORAKHPUR BASTI BASTI-BANPUR(ORD) 110 1 36.53 2 12 2X3 51
1786 GORAKHPUR BASTI BASTI-DANWQUNYA 75 1 38.74 2 9 2X3 38
1787 GORAKHPUR BASTI BASTI-DUBAU-PAKRICHAUHAN 114 2 40.33 2 12 2X3 51
1788 GORAKHPUR BASTI BASTI-PARASURAMPUR-MAKHAU 66 1 37.88 2 9 2X3 38
1789 GORAKHPUR SIDDHARTHNAGAR BASTI-KAKARAHAWA 101 1 35.21 2 12 2X3 51
1790 GORAKHPUR SIDDHARTHNAGAR S.NAGER-BANSI-GORAKHPUR 118 2 35.18 2 12 2X3 51
[Type text]

1791 GORAKHPUR SIDDHARTHNAGAR SIDHARTH NAGAR-GORAKHPUR 86 4 39.57 2 9 2X3 38


1792 GORAKHPUR SIDDHARTHNAGAR SIDHARTH NAGAR-DUMARIYAGANJ 54 1 35.36 2 9 2X3 38
1793 GORAKHPUR SIDDHARTHNAGAR SIDHRTHNAGAR-USKA-GORAKHP 138 1 35.59 2 12 2X3 51
1794 GORAKHPUR SIDDHARTHNAGAR SIDHARTHNAGAR-UBARE 131 1 23.74 2 12 2X3 51
1795 GORAKHPUR SIDDHARTHNAGAR SIDHARTHNAGAR-BHARATBHARI, 54 1 44.63 2 9 2X3 38
1796 GORAKHPUR SIDDHARTHNAGAR S.NAGER-MEHDAWAL 56 2 35.73 2 9 2X3 38
1797 GORAKHPUR SIDDHARTHNAGAR S.NAGER-BADHANI-GKP 138 1 37.72 2 12 2X3 51
1798 GORAKHPUR SIDDHARTHNAGAR S.NAGER-ALIGDHWA-BASTI 98 1 35.47 2 9 2X3 38
1799 GORAKHPUR MAHARAJGANJ GANGI-MAHARAJGANJ-GKP 94 1 35.84 2 9 2X3 38
1800 GORAKHPUR MAHARAJGANJ SISWA HEWTI GORKHPUR 89 1 36.14 2 9 2X3 38
1801 GORAKHPUR MAHARAJGANJ NICHLAUL - MUKHLISHPUR 142 1 41.73 2 12 2X3 51
1802 GORAKHPUR MAHARAJGANJ GORAKHPUR - THOOTHIBARI 104 4 39.02 2 12 2X3 51
1803 GORAKHPUR MAHARAJGANJ MAHRAJGANJ-FARENDA 30 1 42.04 2 9 2X3 38
1804 GORAKHPUR MAHARAJGANJ KHOOSHNAGAR-GORKHPUR 132 1 39.27 2 12 2X3 51
1805 GORAKHPUR MAHARAJGANJ MADHUBANI CHOUK GORAKHPUR 74 1 37.91 2 9 2X3 38
1806 GORAKHPUR MAHARAJGANJ MAHARAJGANJ-BRIJMANGANJ 46 1 41.92 2 9 2X3 38
1807 GORAKHPUR MAHARAJGANJ ITAHIYA-MAHARAJGANJ-GORAK 102 1 40.76 2 12 2X3 51
1808 GORAKHPUR MAHARAJGANJ JHUNGWA-MRJG-GORAKHPUR 87 1 31.59 2 9 2X3 38
1809 GORAKHPUR MAHARAJGANJ MOHNAPUR-MRJG-GORAKHPUR 97 1 31.32 2 9 2X3 38
1810 GORAKHPUR MAHARAJGANJ SISWA-NICHLAUL-MRJG-GKP 107 1 40.33 2 12 2X3 51
1811 GORAKHPUR MAHARAJGANJ RAMPURWA - GORAKHPUR 89 1 42.68 2 9 2X3 38
1812 GORAKHPUR MAHARAJGANJ REGAHIYA-NICH-MRJG-GKP 102 1 38.68 2 12 2X3 51
1813 GORAKHPUR MAHARAJGANJ FURSTPUR-MAHARAJGANJ-GKP 80 1 25.03 2 9 2X3 38
1814 GORAKHPUR MAHARAJGANJ SISWA-THUTHIBRI-GORAKHPUR 169 1 32.26 2 12 2X3 51
1815 GORAKHPUR MAHARAJGANJ MRJ-GORAKHPUR-THUTHIBARI 104 1 41.56 2 12 2X3 51
1816 GORAKHPUR MAHARAJGANJ TIKAR PARSAUNI-GORAKHPUR 81 1 37.16 2 9 2X3 38
1817 GORAKHPUR MAHARAJGANJ MRJ-GKP-THUTHIBARI 166 1 51.00 2 12 2X3 51
1818 GORAKHPUR SONAULI SONAULI-USKA-SONAULI 81 1 40.96 2 9 2X3 38
1819 GORAKHPUR SONAULI SONAULI-GORAKPUR 106 14 41.62 2 12 2X3 51
1820 GORAKHPUR SONAULI SONAULI GORAKPUR SONAULI 220 2 51.62 3 12 2X2 44
[Type text]

1821 GORAKHPUR SONAULI SONAULI MAHARAJGANJ SONAULI 172 3 51.84 2 12 2X3 51


1822 GORAKHPUR SONAULI SONAULI-MEHDAWAL-SONAULI 168 1 42.28 2 12 2X3 51
1823 GORAKHPUR PADRAUNA PAD- JATAHA-KASIA-GKP 100 2 39.52 2 9 2X3 38
1824 GORAKHPUR PADRAUNA PAD- GORAKHPUR 77 2 44.21 2 9 2X3 38
1825 GORAKHPUR PADRAUNA PAD-GKP-MARKANDEY CHAURAH 99 1 44.67 2 9 2X3 38
1826 GORAKHPUR PADRAUNA PAD-GKP-MISHRAULI 86 1 41.80 2 9 2X3 38
1827 GORAKHPUR PADRAUNA PAD-GKP-NAURANGIYA 174 1 49.36 2 12 2X3 51
1828 GORAKHPUR PADRAUNA PAD-GKP-RAMPUR GONAHA 198 1 43.31 3 12 2X2 44
1829 GORAKHPUR PADRAUNA PAD-GODRIYA-GKP 170 1 41.62 2 12 2X3 51
1830 GORAKHPUR PADRAUNA PAD-AMAWADIGAR-GKP 190 1 35.51 3 12 2X2 44
1831 GORAKHPUR PADRAUNA PAD-BALIA-PAD 172 1 34.84 2 12 2X3 51
1832 GORAKHPUR PADRAUNA PAD-BANSI-GKP-PAD 169 1 33.33 2 12 2X3 51
1833 GORAKHPUR PADRAUNA PAD-DUDHAHI-TAMKUHI-PAD 213 1 27.08 3 12 2X2 44
1834 GORAKHPUR PADRAUNA PAD-GKP-BELTHARAROAD 187 1 36.21 3 12 2X2 44
1835 GORAKHPUR PADRAUNA PAD-GKP-DUBAULI 168 1 43.70 2 12 2X3 51
1836 GORAKHPUR PADRAUNA PAD-GKP-KATKUIYAAN-DUDHAI 101 1 35.70 2 12 2X3 51
1837 GORAKHPUR PADRAUNA PAD-GKP-RAMKOLA 92 1 50.86 2 9 2X3 38
1838 GORAKHPUR PADRAUNA PAD-GKP-SALEMPUR 162 1 34.37 2 12 2X3 51
1839 GORAKHPUR PADRAUNA PAD-GKP-TAMKUHI 173 1 41.62 2 12 2X3 51
1840 GORAKHPUR PADRAUNA PAD-SEMARA-GKP 177 1 35.76 2 12 2X3 51
1841 GORAKHPUR PADRAUNA PADR-GKP-BADHARAGANG 163 1 34.19 2 12 2X3 51
1842 VARANASI JAUNPUR JAUNPUR-RAMDAYLGANJ-VNS 148 1 24.87 2 12 2X3 51
1843 VARANASI JAUNPUR JNP-AZM-MAU 112 3 35.03 2 12 2X3 51
1844 VARANASI JAUNPUR JNP-BHATPURA-VNS 121 2 45.66 2 12 2X3 51
1845 VARANASI JAUNPUR JNP-KANDHI-VNS 113 2 44.10 2 12 2X3 51
1846 VARANASI JAUNPUR JNP-NAHORA-VNS 93 2 40.72 2 9 2X3 38
1847 VARANASI JAUNPUR JNP-PATRAHI-VNS 113 1 47.43 2 12 2X3 51
1848 VARANASI JAUNPUR JNP-PRAYAGRAJ 106 4 43.12 2 12 2X3 51
1849 VARANASI JAUNPUR JNP-RAMNAGAR-VNS 111 4 41.45 2 12 2X3 51
1850 VARANASI JAUNPUR JNP-RANIPUR-PRAYAGRAJ 138 1 42.15 2 12 2X3 51
[Type text]

1851 VARANASI JAUNPUR JNP-SHAHGANJ-VNS 102 10 44.10 2 12 2X3 51


1852 VARANASI JAUNPUR JNP-THANAGADDI-VARANASI 123 1 39.45 2 12 2X3 51
1853 VARANASI JAUNPUR JNP-VINDHYACHAL 90 1 34.02 2 9 2X3 38
1854 VARANASI JAUNPUR JNP-VINDHYACHAL M 90 1 36.32 2 9 2X3 38
1855 VARANASI JAUNPUR JAUNPUR-GAZHIPUR 106 1 13.65 2 12 2X3 51
1856 VARANASI JAUNPUR JAUNPUR-IJARI-VNS 222 1 43.74 3 12 2X2 44
1857 VARANASI JAUNPUR JNP-SHAHGANJ-VARANASI 102 1 56.48 2 12 2X3 51
1858 VARANASI VARANASI (R) CANNT-ROBERTSGANJ 103 2 35.03 2 12 2X3 51
1859 VARANASI VARANASI (R) VARANASI-OBERA 142 3 38.25 2 12 2X3 51
1860 VARANASI VARANASI (R) VNS-PRAYAGRAJ 126 1 48.49 2 12 2X3 51
1861 VARANASI VARANASI (R) VNS-PRAYAGRAJ 126 13 43.21 2 12 2X3 51
1862 VARANASI VARANASI (R) VNS-PRAYAGRAJ 126 27 35.91 2 12 2X3 51
1863 VARANASI VARANASI (R) VNS-AZAMGARH 124 25 35.14 2 12 2X3 51
1864 VARANASI VARANASI (R) VNS-AZAMGARH 124 7 43.99 2 12 2X3 51
1865 VARANASI VARANASI (R) VNS-VINDHYACHAL-ALD 98 1 31.93 2 9 2X3 38
1866 VARANASI VARANASI (R) VNS-VINDHYACHAL 70 9 36.24 2 9 2X3 38
1867 VARANASI VARANASI (R) VNS-VINDHYACHAL-MANDA 107 1 33.82 2 12 2X3 51
1868 VARANASI GHAZIPUR GHAZIPUR-BHARAULI-BAKSAR 54 2 19.76 2 9 2X3 38
1869 VARANASI GHAZIPUR GHAZIPUR-BLLIYA-VARANSI 152 1 44.83 2 12 2X3 51
1870 VARANASI GHAZIPUR GHAZIPUR-DHARMARPUR-VNS.JMN 115 1 40.90 2 12 2X3 51
1871 VARANASI GHAZIPUR GHAZIPUR-GODAUR-VNS 138 1 43.66 2 12 2X3 51
1872 VARANASI GHAZIPUR GHAZIPUR-GORAKHPUR 150 7 45.88 2 12 2X3 51
1873 VARANASI GHAZIPUR GHAZIPUR-MAU-VNS 123 7 50.64 2 12 2X3 51
1874 VARANASI GHAZIPUR GHAZIPUR-MAUDHA-JAUNPUR 129 1 5.21 2 12 2X3 51
1875 VARANASI GHAZIPUR GHAZIPUR-RASEPUR-VNS 126 1 42.94 2 12 2X3 51
1876 VARANASI GHAZIPUR GHAZIPUR-SHERPUR-VNS 116 1 46.57 2 12 2X3 51
1877 VARANASI GHAZIPUR GHAZIPUR-VARACHAWAR-VNS 130 1 47.69 2 12 2X3 51
1878 VARANASI GHAZIPUR GHAZIPUR-VARANSI 81 5 49.52 2 9 2X3 38
1879 VARANASI GHAZIPUR GHAZIPUR-VEERBHANPUR-VNS 130 1 44.92 2 12 2X3 51
1880 VARANASI GHAZIPUR GHAZIPUR-VEERPUR-VNS 121 1 54.68 2 12 2X3 51
[Type text]

1881 VARANASI KASHI VNS-AZM-GORAKHPUR 216 8 40.48 3 12 2X2 44


1882 VARANASI KASHI VNS-OBRA 142 1 33.38 2 12 2X3 51
1883 VARANASI KASHI VNS-PRYAGRAJ 126 1 48.16 2 12 2X3 51
1884 VARANASI CHANDAULI VNS-AZM-GKP 220 23 38.72 3 12 2X2 44
1885 VARANASI CHANDAULI VNS-KERAKAT-JNP 109 1 34.74 2 12 2X3 51
1886 VARANASI CHANDAULI VNS-MIRZAPUR 70 2 43.96 2 9 2X3 38
1887 VARANASI CHANDAULI VNS-SHAHGANJ-GAYTRINAGAR 126 1 36.11 2 12 2X3 51
1888 VARANASI SONEBHADRA BEEJPUR - SONBHADRA-MIRZAPUR 224 1 42.05 3 12 2X2 44
1889 VARANASI SONEBHADRA ROB-RAMGAGH-VARANASI 124 1 36.20 2 12 2X3 51
1890 VARANASI SONEBHADRA ROB-DUDDHI-VINDAMGANJ-MIRZAPUR 176 1 43.90 2 12 2X3 51
1891 VARANASI SONEBHADRA ROB-GORAWAL-VNS 153 1 39.83 2 12 2X3 51
1892 VARANASI SONEBHADRA ROB-KONE-VINDAMGANJ-MIRZAPUR 171 1 37.52 2 12 2X3 51
1893 VARANASI SONEBHADRA ROB-DEOGARH-VNS 149 1 44.67 2 12 2X3 51
1894 VARANASI CANTT. VNS-PAKDI-MEHNAJPUR 155 1 47.43 2 12 2X3 51
1895 VARANASI CANTT. VNS-DHARMARPUR-ZAMANIYA 208 2 48.74 3 12 2X2 44
1896 VARANASI CANTT. VNS-PRAYAGRAJ 126 2 42.61 2 12 2X3 51
1897 VARANASI CANTT. VNS-PRAYAGRAJ 126 1 50.37 2 12 2X3 51
1898 VARANASI CANTT. VNS-SHAHGANJ 117 1 46.56 2 12 2X3 51
1899 VARANASI CANTT. VNS-MAU 123 4 40.58 2 12 2X3 51
1900 VARANASI CANTT. VNS-GYANPUR-JAUNPUR 126 1 47.46 2 12 2X3 51
1901 VARANASI CANTT. VNS-MEHNAJPUR 132 1 47.59 2 12 2X3 51
1902 VARANASI CANTT. VNS-SINDHORA-BADALAPUR 125 1 42.77 2 12 2X3 51
1903 VARANASI CANTT. VNS-BALIYA-SIKANDARPUR 213 1 48.08 3 12 2X2 44
1904 VARANASI CANTT. VARANASI TO JAUNPUR 128 2 56.15 2 12 2X3 51
1905 VARANASI CANTT. VNS-DAKWAN 113 1 47.43 2 12 2X3 51
1906 VARANASI CANTT. VNS-DEWGAWN-PAKADI-JNP 185 1 41.39 3 12 2X2 44
[Type text]

Annexure-O
Bank details
From,
M/s……………………………………….
……………………………………….
………………………………………..
To,
General Manager (MMT).
U.P. State Road Transport Corporation,
Head Quarter,
Lucknow.

Dear Sir,
I /We have read the terms and General Conditions and ATC of Tender attached with the
Tender form and agree to abide by them.An earnest money of
Rs…………………………………………………………………………………………………………………(In words)
Rs………………………………………………………………………………………………………………..has been
deposited in UPSRTC,.
Name of Account-Earnest money deposit UP.S.R. F.C., Head Quarter, Lucknow are-

(1) Account No. 50100486520196


(2) IFSC Code HDFC0000412
(2) Bank & Branch Name HDFC BANK ALIGANJ LUCKNOW
(4) Bank & Branch Address HDFC BANK, A-1/21 Sector-B, in front of Nehru Bal Vatika Aliganj, Lucknow-
226024. (U.P.)
(5) Earnest Money UTR
No……………………………………Date…………………………………………………………by each the
amount has been deposited in UPSROT's above account.

The earnest money shall be forfeited by UPSRTC If I/We submit false Tender and
EMD/Security money shall be forfeited if I/We fail to fulfill the terms and condition of the
Tender in Case an order is placed on me/we.

Earnest Money UTR No. Date should be quoted and the receipt of NEFT/RTGS
Transaction should be uploaded along with the Technical Bid by the Tenderer or incase if the
EMD is to be deposited by the representative it should be clearly mentioned in the uploaded
Tender along with authority that the Tenderer takes the full responsibility.

Signature of Bidder
Name & Designation (With Stamp)

179

You might also like