konkan railway corporation · pdf filedate of sale of tender document . from 01/12/2014; ......
TRANSCRIPT
Signature of the tenderer Page No 1
कोंकण रेलवे कार्पोरेशन लललिटेड
Konkan Railway Corporation Limited
TENDER DOCUMENT
Name of Work: Setting up and Operation of voice based Call Centre for Konkan
Railway Corporation Limited on outsourced model in Goa state.
Notification No: KR/MAO/CCM/Call-Centre/01-2014 dated 21.11.2014
Cost of Tender Form: Rs.1695/- (Rs.Sixteen hundred and Ninety Five only) (Rs.1500 + service tax)
Tender Form No : __________
(To be filled by the Railway Official issuing the tender form): Tender form Sold to:
Money Receipt, date & amount:
Signature of KRCL Staff issuing tender Form
Whether the tenderer has downloaded the tender form from the website www.konkanrailway.com
If yes, please attach the cost of tender form with the application and furnish the following details:
DDNo : ___________Dated ________Bank _________________________ for Rs. __________.
Signature of the tenderer Page No 2
Konkan Railway Corporation Limited
NOTICE INVITING TENDER
Konkan Railway Corporation is planning to have a common call centre to serve its customers for
providing information related to train running position, reservations and amenities. The call centre
is expected to work on outsourcing model to be set up by the vendor in vendors premises, with
backup data link / information link from Konkan Railway Corporation Limited, Madgaon,
Tenders (bidders) are required to submit their proposals in strict adherence with the following:
I. Operations of call centre for Konkan Railway Corporation Limited fully on outsourced basis. The call centre should offer services in the following categories.
1. Providing round the clock train running information to passengers / intended
passengers 2. Satisfying their enquiries 3. E-data Collection 4. Maintaining call logs
II. Providing required connectivity between call centre and, Konkan Railway
Corporation Limited, Madgaon. III. Call centre should access the information through KR website / NTES website /
Integration of Call Centre system with KRCL’s backend applications. KRCL have developed software applications for train running systems which provides the information related to scheduled time of trains, actual time of train, and expected arrival/departure of the train from various stations etc.
In this connection, Konkan Railway Corporation Limited invites sealed open tenders (Two packet
system) for ““OUTSOURCING OF CALL CENTRE”. The schedule of the tender notification is as
under:
Estimated Cost of contract Rs.56,00,000/- per annum
Earnest Money Deposit Rs.1,12,000/-
Cost of Tender form (Non refundable) Rs. 1500 + service tax (12.5%)=Rs.1695/-
Validity of contract One year
Date of sale of tender document . From 01/12/2014; 10:30 hrs to 29/12/2014; 16:00 hrs.
Last date & time of submission of Tender 30 / 12 / 2014 upto 15:00 hrs
Date & time of opening of Tender (opening of technical bid)
30 / 12 / 2014 at 15:30 hrs.
Signature of the tenderer Page No 3
Tender document can be obtained from the office of Chief Commercial Manager, Konkan
Railway Corporation Limited, Madgaon on payment of cost of tender form in the form of Demand
Draft drawn in favour of FA&CAO/KRCL . Same can also be downloaded through KRCL website
www.konkanrailway.com. For the documents downloaded from website, cost of tender form
should be attached with the tender document in the form of demand draft drawn in favour of
FA&CAO/KRCL. The tender document submitted without cost of tender form will be summarily
rejected.
Applications in the prescribed form duly filled alongwith Earnest Money Deposit as indicated
above should be sent by registered post or dropped in a box separately provided for the purpose
in the office of Chief Commercial Manager, Konkan Railway Corporation Limited, Konkan
Rail Academy, Station Road, Madgaon, Goa state, Pin – 403 707 in a cover duly sealed and
superscribed with Tender Notification Numder and Name of work. Cover should be addressed as
mentioned above and should reach this office on or before 15:00 hrs on 30/12/2014. The
Corporation will not be responsible for any postal delay.
If the last date for submission of application is declared as a holiday, the application should reach
at 15:00 hrs of next working day.
Chief Commercial Manager
Konkan Railway Corporation Limited
Madgaon
Signature of the tenderer Page No 4
PROJECT INFORMATION AND INSTRUCTIONS TO BIDDERS
1. PROJECT OBJECTIVE
The Konkan Railway Corporation Limited (KRCL) is centralizing their Information /
Enquiry Services through a Toll Free Number for enquiry of Train Status for all KRC
Stations in Maharashtra, Goa and Karnataka. KRCL now desires to provide services to
their customers through a call center. This call center should be purely on outsourced
model to be setup by and at vendors premises, with backup data link / information link
from KRCL. The vendor should setup all infrastructure as required for operation of an
outsourced model of call center. The call center will be operated from Vendor premises.
2. PROJECT SCOPE
2.1 Vendors (“Bidders”) are required to submit their proposals in strict adherence with the
following: Operations of call centre for Konkan Railway Corporation Limited fully on
outsourced basis. The call centre should offer services in the following categories.
2.1.1 Providing round the clock train running information to passengers / intended
passengers
2.1.2 Satisfying their enquiries
2.1.3 E-data Collection
2.1.4 Maintaining call logs
2.2 Providing required connectivity between call centre and Konkan Railway Corporation
Limited, Madgaon.
2.3 Call Centre should access the information through KR website / NTES website /
Integration of Call Centre system with KRCL’s backend applications.
KRCL have developed software applications for train running systems which provides the
information related to scheduled time of trains, actual time of train, and expected
arrival/departure of the train from various stations etc.
3. ELIGIBILITY CRITERIA:
The call centre vendor must satisfy the eligibility criteria as given below:
3.1 The vendor, their Indian Operations should have minimum turnover of Rs. One Crore per
annum for the past 3 (three) financial years i.e. 2011-12, 2012-13 and 2013-14.
3.2 The vendor should have been in business of call centre for at least past 3 (three) years
and should have been running the call centre for any Government or PSU for 24X7 hrs.
Signature of the tenderer Page No 5
3.3 The vendor should have completed from start to finish, in last three financial years, at
least one call centre work for a minimum value of 35% of the advertised tender value of
work.
3.4 The vendor should have an established setup in India with presence in Goa state. The
call centre services and setup offered should be in Goa state.
3.5 The vendor should not have been blacklisted by any Central/State Government/Semi
Government / Autonomous Body / or PSUs in the country for carrying out any
business/operations.
3.6 The vendor should have Minimum 2 years of experience of running an inbound Voice
Service Escalation Call Center, 24x7 Hrs
3.7 The vendor should have minimum two years experience in running multi lingual Language
call center
3.8 The vendor should have valid registration under contract labour laws, service tax, PAN,
ESI and PF Act and all other applicable laws in India.
(The documentary proof for eligibility and credentials needs to be submitted as detailed at
Annexure -A)
4. ELIGIBILITY EVALUATION :
4.1 The Vendor needs to comply with all the eligibility criteria mentioned above. Non
compliance to any of these criteria would result in outright rejection of the vendor’s
proposal.
4.2 The Vendor is required to provide proof for each of the criteria for eligibility evaluation.
Technical bid not accompanied by relevant documentary proof from the clients will not be
considered for evaluation.
4.3 Any assumptions made by the vendors in response of this tender document will be at
their own risk and cost. KRCL will not be liable for any such assumptions /
representations made by the vendors. KRCL’s assumptions and decision in this regard
will be final.
4.4 KRCL reserves the right to disqualify the vendor who does not submit sufficient proof of
their credentials as prescribed in eligibility criteria.
4.5 A hard copy of the credential documents should be submitted neatly bound, duly page
numbered and labeled.
Signature of the tenderer Page No 6
4.6 Vendor should provide details of organization along with all the key contacts including
their work phone, Mobile phone, work address and e-mail details and audited annual
statement of accounts for relevant financial years i.e. 2011 – 2012, 2012 – 2013 and
2013-14 in support of the turnover and profit from products / services, Number of years in
this business and relevant business lines, Specific certifications like ISO, SEI CMM, SAS
70, BS 7799, COPC etc.
4.7 Vendor should provide Call Centre services with Implementation Details, Time-frame,
Man power availability, 24x7x365 operating capability and any other information
considered relevant Credentials, if any.
4.8 The Vendor is expected to provide Call Centre agents who have expertise in Call Centre
operations and should have basic operational knowledge. The Service provider should
have a well defined methodology including processes and controls for providing call
centre services in the domain.
The first stage of evaluation will be validation of the eligibility criteria. Only those vendors
who meet the eligibility criteria will be considered for further stage of evaluation.
5. BIDDING AND AWARD PROCESS:
5.1 Mode of tender :
The tender is invited under Two Packet System. The bidder shall fill the tender form in
Two Packet System i.e Packet “A” - Technical Bid and Packet “B” -Financial Bid.
Both the envelopes i.e. packet “A” & “B” should be sealed separately and superscribed as
Technical Bid and Financial Bid respectively. These sealed envelopes should be placed in
another sealed envelope which should be superscribed with Tender Notice No. and
Name of work.
The tender, not submitted in above stated format, shall stand summarily rejected.
5.2 PACKET “A” : TECHNICAL BID
Technical Bid shall comprise the following:
5.2.1 Technical bid form (attached as Annexure ”A” with this tender document)
5.2.2 Cost of tender form ( if downloaded from website)
5.2.3 EMD of requisite amount
5.2.4 Documentary evidence in support of qualifying criteria
5.2.5 Technical literature, if any.
5.2.6 Any other relevant documents.
Signature of the tenderer Page No 7
It may please be noted that in the event of non-submission of the documents stipulated in
eligibility criteria, the offer shall be considered as technically invalid, and the Financial Bid
shall not be opened. Technical bid should not contain any cost information.
5.3 PACKET “B” : FINANCIAL BID
(In the form attached as Annexure “B” with this tender document)
The bidder shall quote their rates in the Financial Bid only; which shall be placed in a
separate envelope called Packet “B”.
This envelope will be opened after technical evaluation and only of the qualified bidders
and date of opening of the same shall be intimated to the technically qualified bidders in
due course of time.
Evaluation of the financial Bid: After evaluation of the technical bid, financial bid of the
technically qualified bidders will be opened. Lowest bid offer will be considered for award
of work.
5.4 Not withstanding anything stated above, KRCL reserves the right to assess bidders
capability to perform the contract, should the circumstances warrents (warrant), such
assessments in the overall interest of the KRCL. In this regard, the decision of KRCL shall
be final.
6. EARNEST MONEY DEPOSIT:
6.1 The tenderer shall deposit Earnest Money Deposit (EMD) amount, as mentioned in the
Tender Notice, in the form of Demand Draft drawn in favour of FA&CAO, KRCL payable
at CBD Belapur, Navi Mumbai. Tender without EMD shall be summarily rejected.
6.2 The Earnest Money deposited is liable to be forfeited if the tenderer withdraws or amends
impairs or derogates from the tender in any respect within the period of 90 days validity of
his offer.
6.3 KRCL will return the Earnest Money of all unsuccessful tenderers within a reasonable
time after finalization of the tender. No interest will be payable on Earnest Money
Deposit”.
7. SECURITY DEPOSIT :
7.1 The successful tenderer shall be required to pay amount @ 5 % of the accepted contract
value, by way of Demand Draft issued by a nationalized bank in favour of FA&CAO/KRCL,
CBD Bepaur, Navi Mumbai, or bank guarantee which should be valid for 60 days beyond
the validity period of contract.
Signature of the tenderer Page No 8
7.2 The Earnest Money of the successful tenderer will be adjusted towards the Security
Deposit; the DD/Bank Guarantee may be given for the balance amount of the Security
Deposit.
8. Performance Guarantee:
The successful bidder shall have to submit a Performance Guarantee (PG) at 5 % of the
value of contract within 30 (thirty) days from the date of issue of Letter of Acceptance
(LOA). Extension of time for submission of PG beyond 30 (thirty) days and up to 60 days
from the date of issue of LOA may be given by the authority who is competent to sign the
contract agreement. However, a penal interest of 18% per annum shall be charged for the
delay beyond 30 (thirty) days, (i.e.) from 31st day after the date of issue of LOA. In case
the contractor fails to submit the requisite PG even after 60 days from the date of issue of
LOA, the contract shall be terminated duly forfeiting EMD, security deposit etc., paid
during the commencement of the contract. The failed contractor shall be debarred from
participating in re-tender for that work.
The successful bidder shall submit the Performance Guarantee in the form of Demand
Draft (of State Bank of India or any Nationalized Bank) or irrevocable Bank Guarantee.
The Performance Guarantee shall be submitted by the successful bidder after the Letter
of Acceptance has been issued, but before signing of the License Agreement. The
performance guarantee shall be initially valid up to the stipulated date of completion plus
60 days beyond that. In case, the time for completion of work gets extended, the licensee
shall get the validity of performance guarantee extended to cover such extended time for
completion of work plus 60 days.
9. VALIDITY OF OFFER :
The tenderer shall keep the offer open for a minimum period of 90 days from the date of
opening of tender. Within this period, the tenderer shall not withdraw his offer. The period
of validity may be extended further, if required, by mutual agreement, from time to time.
Any contravention of the above condition shall make the tenderer liable for forfeiture of his
Earnest Money Deposit.
10. ATTESTATION AND ALTERATIONS:
The tender form shall be filled in English and all entries must be made by hand written in
ink. Each page of the offer must be numbered consecutively. A reference to total number
of pages comprising the offer must be made at the top right of the first page. Each page of
the tender document including technical brochures, manuals etc, submitted by tenderer
should be attested by tenderer as true copies. No scribbling is permissible in the tender
documents. Tender containing erasures and alterations in the tender document are liable
to be rejected. All erasures and alterations made in filling the tender documents shall be
attested by initials of the tenderer. Overwriting of figures is not permitted. Failure to comply
these conditions shall render the tender liable to rejection. No advice of any change, in
rate, or conditions, after the opening of the tender, shall be entertained.
Signature of the tenderer Page No 9
11. SCOPE OF WORK
11.1 CALL CENTRE STRATERGY
11.1.1 Customer Access strategy:
11.1.1.1 KRCL intends to engage a voice based call center in Goa state to give
additional service to their customers.
11.1.1.2 This call center should be purely on outsourced model.
11.1.1.3 The Call Center solution should be a single location customer contact solution
which will handle In-bound as well as outbound services.
11.1.2 Agent Specification for call handling:
The Vendor would need to provide one Manager and agents as per following
requirements of KRCL
Morning Shifts – 3 Agents
Evening Shifts – 3 Agents
Night Shifts – 3 Agents
KRCL may increase/decrease the agent strength after periodical review of call centre
operations.
11.1.3 Agent Qualities:
All the agents should have the following qualities:
11.1.3.1 The agent must have experience in handling and managing inbound and
outbound calls.
11.1.3.2 Ability to handle and track calls in a timely manner.
11.1.3.3 Excellent communication skills (Verbal – languages: English, Hindi, Marathi,
Konkani & Kannada)
11.1.3.4 Experience working in high pressure and demanding environment.
11.1.4 Agent wise Job roles
The agent strength should be mixed in the following manner to handle the operations in
an efficient way: inbound only
Signature of the tenderer Page No 10
General (Agents) – These agents would solve minor enquiry based difficulties /queries
of the customers
Supervisors : These agents will indentify the problem, Interact with the backend and
monitor the process till it completes its cycle.
11.1.5 Quality Service required from the agents:
Maintaining customer satisfaction is a critical factor and some of the Metrics that are
required to measure Customer Satisfaction are as follows:
Number of calls resolved by agents as First Point of Contact (FPOC) Resolution
Rate (%)
Average call response time (This is the average time taken by callers waiting in a
queue to be attended by an agent). Also known as Average Speed of Answer (
ASA)
Average call handling time,(This is the average amount of time during which
agents work with callers, including actual talk time, hold time and after call work /
wrap up time)
Abandoned call rate (%) (This is the percentage of calls abandoned by a caller
when a caller is in agent queue)
Average delay before abandon (This the average time spent by callers in agent
queue before abandoning calls)
Repeat call rate (%) (This is the number of calls relating to a previous ticket
/complaint number)
Average After call work time / Wrap up time (This is the time taken by an agent to
complete talks related to a call after the call has terminated. Ex. Data entry or
placing outbound calls etc)
Average hold time (AHT) (This is the average amount of time a caller is connected
with an agent and placed on hold while waiting to be transferred for an escalation
or while an agent seeks assistance for the caller’s issue)
Average talk time (ATT) (This is the amount of time a caller is connected with an
agent and not on hold)
Number of complaints escalated to Level 2 and resolution time
Number of complaints escalated to Level 3 and resolution time
Signature of the tenderer Page No 11
Error rates (re-work and overrides)
Customer survey results (call satisfaction levels).
11.2 Call Center Services
The call center is expected to provide the following services to the customers:
11.2.1 Information Services
Information services will provide customers with information desired by caller deriving
it from the links provided by KRCL, data bases or any other such sources.
11.2.2 Enquiry Services
Enquiries on train running position, actual and expected arrival / departure of trains
etc and the direct and indirect enquiries connected with this matter.
11.3 Campaign Management:
11.3.1 Should have the capability of management and execution of effective outbound calls
involving campaigns and calling back to customers.
11.3.2 Should have the capability to monitor & report of outbound call activities
11.4 Performance Monitoring
Provide the capability to define key Performance Indicators (KPIs) and measure
performance against defined KPIs, both online and with scheduled/ad-hoc reports
11.5 Recording:
11.5.1 100% recording of calls and approximately 20% of agent screen action recording
(for critical inputs) is to be provided. The recording should contain detailed call
information and the solution must provide advanced searching capabilities
11.5.2 Calls must be stored for 15 days and preserved and should be made available when
required. The appropriate storage media for archival will be provided by the Vendor.
11.5.3 Vendor shall submit the statement for call records to KRCL on monthly basis or
whenever demanded intermittently.
11.6 Language Requirements:
The call center must support English, Hindi, Marathi, Konkani and Kannada languages.
11.7 Operating Window:
The call center will operate on a 24x7 basis for 365 days.
Signature of the tenderer Page No 12
11.8 Security and Privacy
Proposed Call center solution should be designed in a way that guarantees that
information is collected directly from the caller and should only be used for the specific
purpose for which it was collected. Privacy of customer information guidelines must be
pushed to Call center agents to ensure that customers are told how their personal data
will be used
System must maintain log including date, time, terminal number of each operation, done
by every user/group and should have back up.
There should be a complete and comprehensive security from unauthorized access and
misuse.
12. TECHNICAL INFRASTRUCTURE
The complete call center solution needs to be implemented on outsourced model at
vendor’s premises in Goa state. The entire required infrastructure for operationalization
of call center as per the requirements is to be arranged & managed by Vendor. The
desired hardware setup is enclosed as Annexure-‘C’.
12.1 Hardware & Platforms
The vendor is required to do a complete setup of call center and design, size, procure,
deploy and manage the complete call center solution in a web enabled environment at no
cost to KRCL.
12.2 Database
Direct access to KRCL Data base applications will not be granted to the vendor. However
access to the desired information through web services can be provided.
12.3 Disaster Recovery
The vendor should have proper Business continuity and Disaster Recovery Plan and
process in place.
12.4 Scalability :
The vendor must provide infrastructure that is scalable beyond the initial requirement of
agents as specified in this tender.
12.5 Agreement
The successful vendor should sign the formal agreement with KRCL within 15 days from
the date of acceptance of the Letter of Acceptance (LOA)
Signature of the tenderer Page No 13
13. Penalty
Inability to set up the proposed service or deliver the required functionality and quality of
service will result in breach of contract conditions leading to invocation of penalty clause.
The rate of penalty would be 1% of the total cost payable per month for each instance of
deficiency of service subject to a maximum of 10% for any given month. However,
repeated/frequent instances of such deficiency of service or failure to retain the standards
of functionality detailed in the contract would also lead to cancellation of contract and
recovery of damages as assessed by KRCL.
14. Exit Option
KRCL reserves the right to cancel the contract in the event of happening of one or more
of the following events:
(1) Delays in delivery of service as specified in the scope of the call center project
(2) Any serious deficiency in performance levels or service envisaged that renders the
negates the very purpose of contracting the facility of call center.
(3) Failure to deliver any or all of the services covered under scope of Project.
15. Payment Terms
The following payment terms are non-negotiable and any financial bid not conforming to
the same will not be accepted.
Call Center Agent costs:
Payable monthly at the end of the month on the basis of the actual number of
agents deployed.
PSTN line charges on monthly basis as per actual.
16. Publicity
Any publicity by the Vendor in which the name of KRCL is to be used should be done only
with the explicit written permission of KRCL.
17. Solicitation of Employees
Both the parties agree not to hire, solicit, or accept solicitation (either directly, indirectly, or
through a third party) of their employees directly involved in this contract during the period
of the contract, except as the parties may agree on a case-by-case basis
18. Information Ownership:
All information processed, stored, or transmitted by Vendor belongs to KRCL. Similarly,
any information provided by KRCL is exclusively to be used only in the discharge of the
contractual obligations of call center service as defined in this contract. The contract to
provide the call center service does not confer the Vendor any implicit access rights to the
information or rights to redistribute the information except as provided therein. The
Signature of the tenderer Page No 14
Vendor is required to understand that civil, criminal, or administrative penalties may apply
for failure to protect information appropriately. For this the vendor has to enter into a Non-
Disclosure agreement that all the information on customer data will be protected using
appropriate security measures. Any legal issues due to leak or disclosure of information of
the customer data will be vendor liability and any cost on the issue will be borne by the
vendor.
19. Indemnity :
The vendor shall at all times indemnify the KRCL against all claims or damages of
whatsoever nature which may be made against the KRCL in respect of the said work for
infringement of any right or Law or Act by the vendor or his representative/employee.
The Vendor shall indemnify KRCL against any loss, damage or injury to its workers/staff
during night shifts and Vendor will solely responsible for the security of its property and
staff/agents deployed or in any other claims against Vendor by any person.
20. Assignment or subletting of contract:
The vendor shall not assign or sublet in the contract or any part thereof or allow any
person to become interested therein any manner whatsoever without the written
permission of the KRCL. Any breach of this condition shall entitle the KRCL to rescind the
contract and render the vendor liable for payment to the KRCL in respect of any loss or
damage arising or accruing from such cancellation. Provided always that execution of the
details of the work by petty contractor under the direct and personal supervision of the
vendor or his agent shall not be deemed to be sub-letting under this clause.
21. Alterations:
The KRCL may require such alteration to be made in the scope of the contract work,
during its progress, as deemed necessary. Should these alterations be such that either
party to the contract considers an alteration in price justified, such alterations shall not be
carried out until accepted by the KRCL.
22. Accommodations and Railway Passes:
The vendor shall have to arrange accommodation for himself and his staff. No
accommodations shall be provided by KRCL to any vendor(s) or staff/supervisors for the
purpose of stay. Also, no Railway pass / PTO / Complimentary pass shall be given to
them at any time.
23. Inspections: KR officials shall be authorized to inspect the operations and premises as
and when required with or without giving any prior notice.
24. Taxes/Duties:
Rates quoted should be inclusive of all taxes as is being levied or may be levied in future.
No increase in Rates will be permissible even if the tax rates are increased. Vendor shall
pay in time all the statutory taxes levied by Government or Local Bodies and KRCL shall
not be responsible for any such default on the part of the Vendor.
Signature of the tenderer Page No 15
25. Service Tax :
The vendor should have valid registration for service tax. Service tax as applicable for call
centre services should be paid by the vendor to the service tax authorities in time and
proof thereof should be submitted to KRCL. KRCL shall not be responsible for any such
default on the part of the Vendor.
26. Payment terms & Statutory Deductions:
The Contractor shall declare that all the employees engaged by him shall be his paid
employees and Corporation shall have no onus for them and he will be abiding by all the
statutory provisions for the same.
27. The standard payment terms subject to recoveries of any amount under the penalty
clause of contract will be as under:
27.1 The tax bill/invoice should be submitted in contractor’s bill form, in triplicate
showing the appropriate delineation of taxes included therein at the beginning of
the month following the one for which service was rendered. The bill shall contain
all registration particulars for taxes such as service tax, PAN number etc
27.2 Payment as above shall be subject to any deductions of any amount for which the
vendor is liable under the contract against this tender including penalty as
specified in work evaluation as per penalty clause.
27.3 TDS: TDS will be deducted at source including surcharge, if any, at the applied
rates and TDS certificate will be issued.
27.4 Payment of Excise duty and Municipality taxes: Excise duty and Municipal taxes, if
any, in respect of the above work has to be borne by the vendor and is deemed to
be included in the rates quoted by him.
27.5 Other Taxes/ Levies: All rates quoted in the Tenders shall be deemed to be
inclusive of all taxes, duties, royalties, cess etc payable by the vendor to the
Government or any Public body and no additional amount/ rate or Claim will be
entertained on this account by the Railways. Also no claim whatsoever will be
accepted by the Railways on account of revision of tax rates, new taxes of
statutory nature by State/ Central Government.
28. Termination Clause : The contract can be terminated :-
28.1 By giving three month notice by either party of the contract.
28.2 Upon completion of validity period including any extended period of validity.
28.3 Contract can also be terminated for unsatisfactory performance of contracted work
during the contract period. The termination clause will be invoked by one month
Signature of the tenderer Page No 16
notice in advance extending opportunities to the contractor to make good the
performance. This will be followed by 7 days notice and final termination notice at
end of the notice period.
28.4 The KRCL shall also have the right to terminate this agreement without giving
notice for breach of conditions or for any reason of whatsoever nature in the
interest of Public or KRCL or both.
28.5 The agreement stands terminated if the vendor becomes bankrupt or is declared
insolvent or ordered to be wound up by court or goes into voluntary liquidation.
29. Representation of the parties: The successful agency shall act and be treated as
independent contractor and the relation between KRCL and he agency shall be purely as
Employer and Contractor. The successful agency shall in no way during the currency of
contract represent itself nor permit any person to represent itself as a partner, joint
venture, employee, agent or representative of KRCL. The successful agency shall not
have any right power or authority to obligate KRCL in anyway in the course of
performance of contract.
30. Period of Contract :
The period of contract will be one year from the date of execution of agreement.
31. Arbitration Clause :
All questions, disputes and/or difference arising under or in connection with this
agreement or in any way touching or relating to or concerning the construction, meaning
or effect of these presents (except as to matters the decision where of is otherwise herein
before expressly provided for) shall be referred to the sole arbitration of the Chief
Commercial Manager, KRCL for the time being or in case his designation is changed or
his office is abolished, to the sole arbitration of the officer who for the time being is
entrusted, whether or not in addition to other functions, with the functions of the Chief
Commercial Manager, of the Corporation, by whatever designation such officer may be
called (hereinafter referred to as the said officer) and if the Chief Commercial Manager for
the time being of the Corporation or the said officer is unable or unwilling to act, to the
sole arbitration of some other Officer to be appointed by the Chairman & Managing
Director of the Corporation. It will be no objection to any such appointment that the
arbitrator so appointed is an officer of the Corporation that he had to deal with matters to
which this agreement relates and that in the course of his duties as a officer of the
Corporation he had expressed views on all or any of the matters in dispute or difference.
The award of the arbitrator so appointed shall be final and bind on the parties hereto.
32. Governing Laws & Jurisdiction: This agreement shall be governed by the provisions
of All Indian Laws & Jurisdiction of the Court will be at Madgaon, Goa
---o0o--
Signature of the tenderer Page No 17
ANNEXURE –‘A’
TECHNICAL BID
Name of Work: Setting up and Operation of voice based Call Centre for Konkan
Railway Corporation Limited on outsourced model in Goa state.
Notification No: KR/MAO/CCM/Call-Centre/01-2014
S No. Eligibility Criteria Supporting Documents required
1
Name of vendor (individual/firm)
2
Address
3 Service tax Registration No (Please
attach proof)
4 PAN No (Please attach proof)
5 ESI No(Please attach proof)
6 PF No. (Please attach proof)
7
Turnover for past three years
(Please attach Audited / Certified
Annual Financial Statements in the
form of Balance sheet and P & L
account. Annual report for the three
financial years)
2011-12 : _________________
2012-13 : _________________
2013-14 : __________________
8
Experience in business of call Centre ( Please attach Proof of Income Tax Sales Tax, Service Tax and VAT Registration number (whichever As applicable)
9
Name of Government agency or PSU for which vendor is running call centre for 24 X 7 (Please attach Certificate from Agency/Customer about operational call center)
10
Address of business Setup/call centre in India and Goa state (Please attach Certificate of Incorporation/Registration.)
Signature of the tenderer Page No 18
11
Proof regarding not blacklisted by any Central / State Government / Semi Government / Autonomous Body / or PSUs in the country (Please attach affidavit duly notarized).
Yes / No
12
Experience in running of an inbound Voice Service Escalation Call Centre 24 X 7 X 365 hrs. (Please attach Certificate from a competent authority or Customer)
13
Experience in running multi lingual Language call center (Please attach Certificate from a Competent Authority of Customer)
Signature of the Tenderer
Name of the Tenderer :
(in block letters)
Address:
Place:
Date :
Signature of the tenderer Page No 19
ANNEXURE “B”
FINANCIAL BID
Name of Work: Setting up and Operation of voice based Call Centre for Konkan
Railway Corporation Limited on outsourced model in Goa state.
Notification No: KR/MAO/CCM/Call-Centre/01-2014
S.N.
ITEM
Rate (Rs.)
Taxes (Rs.)
Total Price
(Rs.)
01
Charges per month to run
3 seater call center
24x7x365
02
Additional charges per
month to increase one seat
per call centre with
associated infrastructure.
Signature of the Tenderer
Name of the Tenderer :
(in block letters)
Address:
Place:
Date :
Signature of the tenderer Page No 20
ANNEXURE – ‘C’
Facilities / Equipment which desirable at the Call Centre are as follows:
1. Desktop PC for each seat of minimum configuration: CPU: Intel Core i3 with 2.8 GHz
Clock speed or Similar/Higher. RAM: 2 GB or higher. Hard Disk: 320 GB or higher. O.S:
Windows / Linux. And all the related accessories OR Laptop for each seat of minimum
configuration of: CPU: Intel Celeron / Dual Core with 1.8 GHz Clock speed or higher.
RAM: 2 GB or higher. Hard Disk: 320 GB or higher. O.S: Windows / Linux.
2. One server of minimum configuration of Processor: Intel Xeon Quad Core with 8 MB
cache or Similar/Higher. RAM: 4 GB or higher. Hard Disk: 500 GB or higher. Network
Interface: integrated dual Gigabit Ethernet and all the related accessories.
3. Local Area Network with CAT6 or Similar
4. Three Hunted Lines to Route Toll Free No. ( To be Provided by Call Centre Vendor)
5. 1 MBPS or 2 MBPS lease Line for internet facility on all PC’s (To be provided by KRC at
KRC Cost)
6. Headphones for each agent Noise cancellation with mute and hang up buttons
7. Air-Conditioning unit for office.
8. UPS with 6 hour backup with enough capacity to handle entire load of the Call Center
9. Appropriate licenses should be acquired by the Vendor for all the equipments / software /
hardware used for the Call Center.
10. All the above systems should be scalable.
--o0o--