request for proposalssocialwelfarejhar.gov.in/sites/default/files/rfpwomenhelpline181.pdf ·...

51
1 | Page REQUEST FOR PROPOSALS RFP No.PRO-JWDS/01/2017-18 Selection of Consulting Services for: “Management, implementation and technology partnership for establishment of Helpline for Women in distress and Women who are victim of violence integrated with 181-of CM Jansamvad Kendra.” Client: Department of Women, Child Development and Social Security Government of Jharkhand Address: Directorate of Social Welfare, 2nd Floor, Engineers' Hostel, Sector-III, Dhurwa, Ranchi – 834004, Jharkhand Tel: 0651-2400749 Fax: 0651-2400893 E-mail:[email protected] , [email protected] Country: India Issued on: 25/09/2017

Upload: others

Post on 12-Jul-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

1 | P a g e

REQUEST FOR PROPOSALS

RFP No.PRO-JWDS/01/2017-18

Selection of Consulting Services for:

“Management, implementation and technology partnership for establishment of

Helpline for Women in distress and Women who are victim of violence

integrated with 181-of CM Jansamvad Kendra.”

Client: Department of Women, Child Development and Social Security

Government of Jharkhand

Address: Directorate of Social Welfare,

2nd Floor, Engineers' Hostel, Sector-III, Dhurwa,

Ranchi – 834004, Jharkhand

Tel: 0651-2400749

Fax: 0651-2400893

E-mail:[email protected], [email protected]

Country: India

Issued on: 25/09/2017

Page 2: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

�ƚ

2 | P a g e

Government of Jharkhand

Department of Women, Child Development and Social Security

(Directorate of Social Welfare)

Engineers’ Hostel, 2nd Floor, Sector-III, H.E.C, Dhurwa, Ranchi – 834 004

(Ph. - 0651- 2400749 / Fax - 2400893)

e-Tender Reference no

Name of the work:

Management, implementation and technology

partnership for establishment of Helpline for

Women in distress and Women who are

victim of violence integrated with 181-of CM

Jansamvad Kendra.

Name of purchaser : DIRECTOR, SOCIAL WELFARE, GOVT. OF

JHARKHAND, RANCHI

Date of publication of Tender on website 25-09-2017

Date of pre bid meeting : (12:30 PM) IST, Date : 04-10-2017

Last date for submission of

EMD, bid document :

(05:00 PM) IST, Date: 23-10-2017

Last date and time for

Submission of bid online :

(05:00 PM) IST, Date 23-10-2017

Time and date of opening

Of bids :

(11:30 AM) IST, Date 25-10-2017

Address for communication

DIRECTORATE OF SOCIAL WELFARE

2ND FLOOR, ENGINEERS’ HOSTEL,

HEC,SEC-III, DHURWA, RANCHI-834004

Issuing department Department of Women and Child Development,

Government of Jharkhand

Contact person details

Dr. Jyoti Kumari Jha, Assistant Director,

Department of Women and Child Development,

Government of Jharkhand

Mobile Number: 9431323556

Brief description of tender

Department intends to select an Agency for

Management, Implementation and technology

partnership for establishment of Helpline for

Women in distress and Women who are victim of

violence integrated with 181- CM Jansamvad for

the Department of women, child development and

social security, government of Jharkhand for a

period of 1 year.

Earnest Money Deposit

Rs 70000 (Rs. Seventy Thousand Rupees

only)drawn from, any nationalized bank in favour

of Director Social Welfare, Government of

Jharkhand, payable at Ranchi to this office before

deadline for submission of tender

# The prospective bidders should send their pre-bid queries to the [email protected],

[email protected] citing the details of RFP clause. Pre-bid queries received after stipulated

timeline shall not be considered.

Page 3: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

3 | P a g e

Abbreviations

CCE Call Center Executive

CRM Customer Relationship Management

CLI Caller Line Identification

CERT-In Computer Emergency Response Team – India

EPABX Electronic Private Automatic Branch Exchange

EMD Earnest Money Deposit

FMS Facility Management Services

GUI Graphical User Interface

IA Implementing Agency

ICT Information and Communications Technology

IVRS Interactive Voice Response System

LAN Local Area Network

LOI Letter of Intent

O&M Operation and Maintenance

PRI Primary Rate Interface

SI System Implementer

SOP Standard Operating Procedures

SLA Service Level Agreement

UAT User Acceptance Testing

DWCDSS Department of Women, Child Development & Social Security

Page 4: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

4 | P a g e

Universalization of Women Helpline Schemes and 181 call centre

181-Women Helpline is intended to provide 24 hours immediate and emergency response to women

affected by violence through referral (linking with appropriate authority such as police, One Stop

Centre, hospital and information about women related government schemes programs across the

state through a single uniform number.

181-Women Helpline (WHL) will be linked with One Stop Centre (OSC) to provide integrated

support and assistance to women affected by violence, both in private and public spaces under one

roof. Women affected by violence and in need of redressal services will be referred to OSC through

WHL. Presently there are three OSC has been operationalized in Ranchi, Jamshedpur, Dhanbad and

further it will be scaled up with one OSC at each District of Jharkhand.

181-Women Helpline comprises of an Integrated Grievance Redressed System providing a single

platform for citizens to log, monitor and register their grievances. It will converge with various

versatile mode of communication like Mobile, SMS, E-mail & Website to register, track, and resolve

grievances.

Under the 181-WHL, the state will have a dedicated single state number. It is envisaged that this

number would be compatible with all the existing telecommunication channels whether providing

post/pre paid mobile or landline services through any public or private network i.e. GSM, CDMA,

3G, 4G etc. All the state/ district/ city level helplines whether private or public would be integrated

with this women helpline.

This Helpline, will operate from the hired premises whose management cost will be provided by

DWCDSS. This premise need to be centrally located, easily accessible and women friendly and will

work round the clock in three shifts i.e. 1st shift from 6:00 A.M to 2:00 P.M; 2nd shift from 2:00 P.M

to 10:00 P.M and 3rd shift from 10:00 P.M to 6:00 AM with preferably women deployed for

receiving the calls on different issues and addressing the grievances. The built in intelligent system

ensures that the grievance is recorded and disposed by the use of ICT which automatically tracks and

pursues the status of call/grievance with the action taking authority. To dispose a particular

complaint, only the concerned official can update the database either through return SMS, email or

from the web portal. If no action is initiated by the concerned official, the ICT tool should

automatically directs the complaint to the higher action taking authorities. It should have built in

MIS for administrators to identify the performance of their offices and officers there in for taking

preventive actions.

Objective

DWCDSS through this 181-WHL setup intends to enable the women in distress to communicate

their state of distress or complaint through 181 service for taking up their matter with respective

department /service. The objective of the helpline center is to strengthen the measures for safety of

women in Jharkhand. DWCDSS has the following objectives for the 181-WHL:

• To provide toll-free 24-hours telecom service to women affected by violence seeking support

and information.

• To facilitate crisis and non-crisis intervention through referral to the appropriate agencies

such as police/Hospitals/Ambulance services/District Legal Service Authority

(DLSA)/Protection Officer (PO)/One Stop Centre (OSC)/ District Child Protection Unit

(DCPU).

Page 5: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

5 | P a g e

• To provide information about appropriate support services, government schemes and

programs available to the women affected by violence, in her particular situation within the

local area in which she resides or is employed.

DWCDSS is seeking proposal to set-up and manage end to end facilities of 181-Women Helpline

Center. The requirement entails for handling calls through EPABX system, Head Phones, IVRS and

CRM Software with call recording facilities which will be integrated to a web application for the

call/grievance handling 181 of CM and its integration with One Stop Centre.

Services

Type of Service Description

Violence Against Women

(VAW) Redressal

As soon as an aggrieved woman or somebody on her

behalf will contact WHL, her information would be

attended by the call responder appointed there. Based on

the urgency and the requirements explained by the caller,

the responder will refer her to the relevant support

services like medical aid, police assistance or connect her

to OSC for professional counseling, shelter, legal aid etc.

If the woman needs to be rescued from a violent situation

or is in urgent need of medical assistance then the PCR

Van from the nearest police station or ambulance from

nearest hospital/ 108service would be intimated.

Information of Women

Empowerment Schemes

and programs

WHL will provide timely information about the laws,

existing schemes and government programs related to

women empowerment and protection. Any woman in

need of such information or someone on her behalf may

call WHL which will provide this information or refer the

woman to the relevant department to access the same.

WHL will also provide guidance to women about

processes to be adopted for accessing benefits of these

schemes and programs.

Instructions to Bidders 1) Pre-qualification Criteria

At the time of submission of bid response, the Bidder should conform to and/or be able to

demonstrate the following: -

a) Should have submitted the EMD of Rs 70000 (Seventy Thousand Rupees only)

b) The bidder should be a registered NGO. (Registration certificate to enclosed)

c) Should be in business for last five (5) years.( Proof to be enclosed)

d) The bidder should not have been blacklisted by any Central / State Government and Public

Sector) or under a declaration of ineligibility for corrupt or fraudulent practices.

(Undertaking to be to be enclosed )

e) The bidder should have an average annual turnover or income/expenditure (receipt/payment)

of at least Rs. 1 crores in of the last three financial years ending on 31/03/2016.( Copy of the

audited Financial Statement of the last three financial years to be attached)

f) The bidder must have experience of any project related to handling Women Violence for any

Government / private sector/donor agencies in the last five years ending on 31/03/2017. The

Page 6: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

6 | P a g e

bidder who has experience in implementing/ completed at least one project

(Network/Telecom Project) or integrated call center management system/solution meaning

call center planning, implementation, integration & operations on violence against women

issues would be given preference.(Attach work orders/completion certificates/continuing

certificate from the project authority).

g) The bidder can apply in consortium to the said assignment. The consortium partner details

also need to be submitted.

2.1 Important Points

• In absence of any one of the above criteria relevant to the bidder, the offer will be treated as

non-responsive and summarily rejected.

• Relevant documents in support of the above criteria must be enclosed along with Pre-

Qualification Bid documents failing which the bid will liable to be rejected.

• Only bidders qualifying in Eligibility Criteria would be considered for the technical

evaluation.

• Consortium or sublets is allowed for the entire assignment.

• Proposal not accompanied by EMD shall be rejected as non-responsive.

• No interest shall be paid for EMD.

• EMD of unsuccessful bidders would be returned within one month of signing of the contract.

2.2 Bid Processing 2.2.1 General Information a) The bid process involves a three-stage evaluation namely Pre-qualification, followed by the

evaluation of the Technical bid and Financial bid.

b) The bidder shall submit only one proposal.

c) Proposal should be in the format prescribed in this RFP. Any other format shall not be

acceptable.

d) Proposals should be in English language only.

e) The bidder is not permitted to modify, substitute or withdraw their proposal after submission.

f) Bid should be valid for a period of 180 days from the date of submission.

g) The original proposal shall be prepared in indelible ink. It shall contain no inter-lineation or

overwriting, except as necessary to correct errors made by the firm itself. Any such

corrections must be attested by the person or persons who sign(s) the Proposal.

h) An authorized representative of the bidder should sign on all the pages of the Proposal.

The representative’s authorization should be confirmed by a written power of attorney or

board resolution accompanying the Proposal.

i) Bidders should specify the price of their services in Indian Rupee (INR) only.

j) Authority reserves the right to accept or reject any/all bid(s) without assigning any reason

thereof, and to annul the bid process and reject all bids at any time prior to award of contract,

without thereby incurring any liability to the affected bidder(s) or any obligation to inform the

affected bidder(s) of the grounds for such decision. The decision of the DWCDSS authority

would be final and binding on the bidders.

k) All communication pertaining to this bid will be published in the designated website in case

direct communication to bidders is not feasible, so it would be the bidders’ responsibility to

check website for such communication.

Page 7: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

7 | P a g e

Note: Bidders submitting the EMD will only be considered for pre-qualification bid.

2.2.2 Pre-Bid queries on RFP

Bidder shall send their pre-bid queries as prescribed in the format below through email [email protected], [email protected] . The response to the queries will be published on tendering authority website i.e. www.socialwelfarejhar.gov.in No telephonic queries will be entertained. This response of Tendering Authority (DWCDSS) shall become integral part of RFP document. The Tendering Authority may amend the RFP by issuing an addendum.

Bidders requiring specific points of clarification may communicate with Tendering Authority during the specified period using the following format in only:

<<Name & Address of the Organization submitting the query or request for

clarification>> BIDDER’S REQUEST FOR CLARIFICATION Sl No.

RFP Reference (Section No/ Page No.)

Content of RFP requiring clarification

Points of clarification required

2.2.3 Proposal Submission a) The bid documents will need to be submitted at (through e tender portal:

https://jharkhandtenders.gov.in) addressed to Director, Social Welfare, 2nd Floor, Engineer’s

Hostel-II, Sector – 3, Dhurwa, Ranchi, Jharkhand - 834003. No delivery of bid documents by through email/Hand/Hard Copies will be entertained. Tender need to be electronically on Jharkhand e-tendering portal https://jharkhandtenders.gov.in

b) Bids must consist of the following documents:

i) Pre-Qualification (Bid) Proposal with EMD.

ii) Technical (Bid) Proposal

iii) Financial (Bid) Proposal

iv) EMD is to be submitted to this office before the last date for submission of Tender

document.

1. The technical bid shall not include any financial information. A technical bid containing

financial information may be declared as nonresponsive.

2. Financial bid should not include any conditions attached to it and any such conditional financial bids shall be declared as non responsive.

3. Proposal should be submitted in PDF Format with duly signed in each pages.

4. Proposals should be comprehensive where necessary and unwanted material, including

repetition of the bid document contents should be strictly avoided.

2.2.4 Bid Opening a) The bids which have been received within the specified deadline would be opened online at the

specified date and time as indicated. b) Bids that do not contain necessary EMD or which has substantive material deficiencies or is

violation of any eligibility conditions as specified in this RFP shall be rejected upon opening. c) Bids received after the deadline (i.e. late bids) shall not be opened.

Page 8: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

�ƚ8 | P a g e

2.2.5 Earnest Money Deposit a) The proposal must be accompanied by Earnest Money Deposit (EMD) of Rs. 7000 ( Seventy

Thousand Rupees Only) in the form of Bank Draft from any nationalized bank (valid for 180 days) in favor of DIRECTOR, SOCIAL WELFARE, GOVT. OF JHARKHAND, RANCHI

payable at Ranchi without which the proposal will be rejected outright. Earnest money deposit will not be accepted in cash or any other form. No interest is payable on the amount of EMD.

b) The EMD will be refunded or returned (along with necessary endorsement for payment) to the

bidders whose offers are not accepted by the DWCDSS within one month of the placing of final order to the successful bidder.

c) Non-acceptance of an award resulting from this bid process would entail forfeiture of the EMD.

2.2.6 Award of Contract a) The contract will be awarded to the bidder who has scored highest marks (Rank 1) totaling the

technical and financial score. b) The tendering authority will issue Work Order to the successful bidder within 15 days from the

finalization of successful bidder of the final project cost (excluding Tax component) within two weeks from the date of Work Order.

c) Failure of the successful bidder to accept the correction of the errors as specified herein OR to

sign the contract OR willful violation of the bid process shall constitute sufficient grounds for the annulment of the award and forfeiture of the EMD, in which event the tendering authority may choose to award the work to the bidder with Rank 2 at the rate of Rank 1 or call for fresh bids. The final decision rests with the Tendering Authority.

2.2.7 Bid Evaluation Bidders will be selected through Quality and Cost basis following the process below.

Pre-qualification Criteria preliminary Scrutiny a) Assessment of the eligibility criteria will be done to determine whether the proposal submitted

conforms to all mandatory Pre-qualification criteria specified to merit further evaluation. b) Bids not conforming to such prequalification criteria will be prima facie rejected.

Evaluation of Technical Bid

a) Criteria for evaluation of technical bids have been specified in this RFP.

b) All the bidders who secure a Technical Score of 70 marks or more will be declared as technically

qualified.

c) The financial bids of only the technically qualified bidders will be opened for further processing.

d) In course of evaluation of Technical bid the financial bid will remain unopened.

Evaluation of Financial Bid a) The bidders have to score a minimum of 70 marks in Technical evaluation to be considered for

Financial Evaluation as per the criteria. The Financial Bids of the technically qualified bidders

will be opened on the prescribed date in the presence of bidder’s representatives.

b) The overall evaluation shall be 70: 30 i.e. 70% weightage to the Technical evaluation (technical

Evaluation criteria in this RFP ) & 30% weightage to Financial Evaluation

c) The proposals will be ranked in terms of the Overall Scores obtained from Highest to Lowest.

Page 9: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

�ƚ

9 | P a g e

The bidder with the highest overall score will be considered for award of contract & will be

issued Work Order.

For example if the Technical Score is 75 marks and Financial Score is 95 marks then the Overall

Score will be computed as given below:

Final Score = [Technical Score × Weightage of Technical Score + Financial Score × Weightage

of Financial Score] = [75 × 0.70] + [95 × 0.30] = [52.5 + 28.5] = [81]

The bidder who scores the highest overall score will be considered for selection and Awarded

Contract.

d) If the Rank 1 bidder refuses or fails to accept the Work Order within Ten days, or willfully

violates the bid process, the next higher responsive bidder will be proposed to accept the Work

Oder at the rates offered by the Rank 1 bidder.

e) Only fixed price financial bids indicating total price for all the deliverables and services specified

in this bid document will be considered.

f) The bid price will exclude of all taxes and levies and shall be in Indian Rupees.

g) Errors & Rectification: Arithmetical errors will be rectified on the following basis: “If there is a

discrepancy between the unit price and the total price that is obtained by multiplying the unit

price and quantity, the unit price shall prevail and the total price shall be corrected.”

2.2.8 Technical Evaluation Scoring Pattern Following table shows the technical scoring pattern. The technical evaluation will be done of those

bidders which are qualified in the pre-qualification evaluation. As a part of Technical Evaluation

Process, those bidders who have scored 70 marks and above would be considered for opening of price

bid.

S. No.

Technical Evaluation Criteria

Maximum

Score

(i) Annual turnover/expenditure of the bidder in last 3 years ending 31/03/2016 (Turnover in Rs crores) Audited Financial Statement for last three years to be submitted. i.e Financial Year 2013-14, 2014-15, 2015-16

• More than 1 crores but less than 1.5 crores ( 6 marks)

• 1.5 crores and above but less than 2 crores ( 8 marks)

• 2 crores above ( 10 marks) 10

(ii)

No of similar Integrated call centre projects

on women violence issues (minimum 10

seats for each project) handled by the

bidder along with the features mentioned in

the RFP in the last five years

Supporting documents including work

orders / Completion Certificate should be

submitted.

• 1 Project – 6 Marks

• 2 Projects and above – 10

Marks 10

(iii)

Experience of project related to handling

Women Violence for any Government

private sector or donor agencies

Supporting documents including work

orders / Completion Certificate should be

submitted.

• 1 Project– 10 Marks

• 2 Projects and above – 15

Marks

15

Page 10: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

10 | P a g e

(iv) Full fledged Regd. Office in the state Regd. Office in the state of 5

of Jharkhand. (Proof to be enclosed) Jharkhand (5 Marks)

v)

Adequacy of the proposed methodology in

responding to the Scope of Work. Prospective

bidder has to give a presentation on the points

below

Understanding of the project 5

marks

Work plan : 10 marks,

Methodology :10 marks

Solution proposed and human

resource deployed :10 marks

35

(vi) Innovation /improvement 15

(vii)

Key Professional Staff : Qualification and Competence for the

assignment

The evaluation will be done on the following sub criteria

Helpline manager: 3 marks

Supervisor: 3 marks

Senior Call Responder: 2 marks (1 marks to each)

Call Responder: 2 marks (1 marks to each)

The marks to be assigned to each of the above positions shall be determined

considering the following three sub-criteria and relevant percentage weights:

1) General qualifications (general education, training, and experience): [40%]

2) Adequacy for the Assignment (relevant education, training, experience in the

sector/similar assignments): [40%]

3) Relevant experience in the region (working level fluency in local

language(s)/knowledge of local culture or administrative system, government

organization, etc.): [20%]

10

2.3 Conditions Governing Receipt and Opening of Proposals

The Financial (Bid) Proposal should only indicate prices without any condition or qualification whatsoever and should exclude of all taxes, duties, fees, levies and other charges levied by Central & State, as may be applicable in relation to activities proposed to be carried out which will be reimbursed on submission of payment bill. a) After the deadline for submission of proposals the Pre qualification. Proposal shall be opened

immediately by the evaluation committee. Technical Proposal can also be opened on the same date on the decision of Evaluation Committee.

b) From the time the bids are opened to the time the contract is awarded, if any Bidders wish to

contact the Department (Tendering Authority) on any matter related to its proposal, it should do so in writing at the address of the contact person. Any effort by the Bidder to influence the bid proposal evaluation, proposal comparison or contract award decisions may result in the rejection of the proposal.

49

Consortium Consortium or sublets is allowed for the entire assignment. The bidder needs to furnish the

consortium agreement with the bid document if applying through the consortium clearly mentioning

who will be the lead partner for the assignment.

-- End of Instructions to Bidder --

Page 11: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

11 | P a g e

3 Contractual Clauses The Agreement for this engagement would contain the following key clauses:-

3.1 Term of Contract

This will include the period required to deliver the deliverables and other services specified in the terms of reference, including the duration of the support period (as may be applicable to this engagement).

3.2 Contract period

Contract period will be for 1 year from the date of Execution of the contract/Work Order which may be extended to another one year depending upon further requirement and performance of the Implementing Agency.

3.3 Termination a) Normal termination of the contract would happen at the end of the tenure. b) Pre-mature termination of the contract would happen in case of insolvency of bidder or due to

conditions of breach of contract/agreement.

3.4 Effects of Termination

In the event the bidder is withdrawing/ terminating the contract, they have to pay compensation for any loss resulting from the bidder’s failure to perform/comply with its obligation under the contract and DWCD&SS may invoke Performance Bank Guarantee.

3.5 Scope of Work and Deliverables

This will be in conformity with the ToR specified in the RFP document and shall include the submissions made by the bidder in their proposal and work plans, further refined during the negotiations. Deliverables and milestones shall be established with a process of formal acceptance of such measurable criteria. 3.6 Norms Governing Service Delivery a) Provide necessary PBG before signing of the contract/ agreement; b) Shall deliver the services in a professional manner commensurate with accepted industry

practices and/or technical standards which are generally expected of such an engagement; c) Bidders shall establish a formal team structure with a named Helpline Manager who will serve as

single point of contact and staff with competent resources to provide effective and expert service delivery, in tune with requirements;

d) Provide a roadmap and project plan for this engagement, describing clearly the responsibilities,

timelines, dependencies, milestones and risks; e) The cost of travel & accommodation at various works should be borne by the bidder.

Page 12: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

�ƚ

12 | P a g e

3.7 Fees & Payments

a) The total fees payable to the bidder including a milestone based payment would be specified in

the ToR. Such payments shall be inclusive of all taxes / levies and other out of pocket expenses. Rate of taxes will be applicable as per the rate prevailing at the time of submission of Bill/Invoice.

b) Payments for additional services in case of change in scope will also be specified as per the

Financial (Bid) Proposal. c) The Implementing Agency alone shall invoice all payments after receiving due approval from

the competent authority. d) Payment of undisputed fees shall be made as per the milestone based payment schedule on

receipt of invoice along with supporting documents, subject to deduction of taxes at source, as applicable.

e) In case of a bona fide dispute regarding any invoice, the tendering authority shall be entitled to

delay or withhold payment of the invoice or part of it, limited to the extent of the disputed amount.

3.8 Ownership and Audit

a) Software including source code, licenses, technical documents, assets and services obtained for

the purpose of this engagement shall be in favour of the Tendering Authority and shall be submitted to the tendering authority on demand.

b) All records pertaining to this work shall be made available to the tendering authority and its

authorized agencies upon request for verification and/or audit, on the basis of a written request.

3.9 Confidentiality

a) Bidder and its agents shall exercise professionally reasonable care to maintain the required

confidentiality and privacy with regard to tendering authority / user data, wherever applicable. b) DWCDSS shall retain exclusive Intellectual Property Rights to all artifacts to which DWCDSS

has sovereign rights or right to use on a formalized agreement with another party if any software has been used in the application.

3.10 Indemnity

The bidder shall indemnify, defend and hold DWCD&SS and their officers, employees, successors and assigns harmless from and against any and all losses arising from personal injury or claims by third parties pursuant to this agreement, including but not limited to any equipment, software, information, methods of operation or other intellectual property (or the access, use or other rights thereto) provided.

3.11 Force Majeure

Neither party to this agreement shall be liable to the other for delay or default in performance of its obligations or any loss or damage which may be suffered by the other directly due to a Force Majeure event provided that the affected Party notifies the other Party of such event and its likely effects and duration as soon as possible and takes all reasonable steps to mitigate the losses/disruption.

In case of complain made by any beneficiary under the scheme regarding negligence in service on part of the implementing Agency, then the same shall be enquired by the Tendering Authority and action will be taken accordingly.

Page 13: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

13 | P a g e

3.12 Dispute Resolution

Any dispute or difference, whatsoever, arising between the parties to this agreement arising out of or in relation to this agreement shall be amicably resolved by the Parties through mutual consultation, in good faith and using their best endeavors. Parties, on mutual consent, may refer a dispute to a competent individual or body or institution or a committee of experts appointed by DWCDSS (Tendering Authority) for such purpose and abide by the decisions thereon.

On non-settlement of the dispute, same shall be referred to the Principal Secretary/Commissioner-cum- Secretary to Government, DWCD&SS, Government of Jharkhand for his/her decision and the same shall be binding on all parties, unless either party makes a reference to arbitration proceedings, within sixty days of such decision. The arbitration proceeding shall be held in Ranchi, Jharkhand.

3.13 Governing Law and Jurisdiction

This agreement and all questions of its interpretation shall be construed in accordance with the Laws of India limited to the local jurisdiction.

-- End of Contractual Clauses --

Page 14: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

�ƚ

21of 49

4. Terms of Reference The Implementing Agency(IA)is expected to provide the following scope of work for

Management, implementation and technology parternership for establishment of helpline for

Women in distress and Women who are victim of violence integrated with 181- of CM

Jansamvad Kendra, initially for a period of 1 year but renewal of the same will be based on the

performance.

The proposed Women Helpline shall be operated through an extensive open workspace for call

center executives, with workstations that include a computer for each agent, a telephone

set/headset connected to at telecom switch, and one or more supervisor stations. It will work in

integration with 181- CM Jansamvad. DWCDSS will provide the adequate room space, furniture,

telephone lines, network, internet & electricity, where the helpline will be set up.

The scope of work for implementing agency under this RFP is broadly defined below.

The IA is required to deliver the following services:

1. EPABX-Cum-Call Center Solution

a) The Bidder will provide the entire set up for EPABX Based Helpline with PRI system.

The Setup will have Agents over Soft Phone/Analog phone with various skill sets for

attending calls.

b) Complete setup of call center of appropriate design, size & procure equipment and

deploypersonnelandmanagethecallcentersolutioninawebenabledenvironment areas

included in the scope.

c) The Call Center solution should have facility of Automatic Call Distribution, Computer

Telephony Integration, and call waiting facility, Voice message notification, Call

Logging, Conference Call, and Recording Solution.(Minimum6Months).

d) The Call Center solution should have the portal to show the caller history, easy reporting

facilities, GUI based configuration integration interface, scalable license pattern as well

as generation of business-oriented comprehensive reports at Agent, Campaign, System

and Resource levels, Real-time and Historical Data Analysis and Automatic

Maintenance and Backup Management. The system solution should not be non

responsive and should be tamper proof. There should not be any loss of data or misuse of

data.

e) The Proposed Solution should be able to give Queues/Agents statistics and real time

status , Inbound/Outbound Graphs, CSV and PDF Data Export and Windows, Mac, and

Linux Desktop Applications support.

f) The implementing agency shall be responsible for customizing the Call center solution

and integrate the IVRS as per the need. The system should have following features after

the integration.

g) The Bidder has to provide a help desk application for handling queries by the citizen. The

software should have following functionalities:

• The software will allow the call center agents to login into the application as per

their authorization. The software should provide the facility to register the calls

received by the agents.

Page 15: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

• The software will provide a predefined set of FAQs and their relevant responses to

the call center agents. This will help them in handling the queries raised by the

citizen.

• The software should have a well-written knowledge base which will help in fast

resolution of grievance and queries raised by citizens calling to the call center.

• The software should enable the call center agents to get notifications when another

call center agent hasn't responded to a call or when a call is taking too long to get

resolved, or one of several other possible cases. The software should also provide

facility to redirect a call from one desk to the other either manually or

automatically.

• MIS Reports-Various kinds of reports will be generated through this application

such as:

(i) Detail Call Report

(ii) Caller Information

(iii)Other required report related to Call received

4.2 Human Resource Deployment

a) Deployment of qualified resources for managing and handling the callson24X7 basis at

the premises provided by the department.

b) Understand the current business processes and functions pertaining to the business and

framing the support activities as per the implementing guidelines by Government of

India.

c) The responsible staff must engage with Grievances & Resolution, Information Services,

Enquiry Services and Request Services activities.

4.3 IT Infrastructure Deployment

a) New purchase, facility management & maintenance of all type of computer hardware

required to run the Helpline. The proposed site should have adequate power backup of

two hours battery backup. IA shall submit the entire proposed blue print (including floor

plans, training room plan, seating, civil/electrical work needed etc.) to DWCDSS for

making the arrangement.

b) Network architecture at proposed call center should be devised and implemented

considering government guidelines &customer convenience.

c) The Implementing Agency needs to provide PCs /Laptops, Internal LAN, Head Phones

with advance features for the Call Responders.

d) Maintenance liability including repair and replacement will be that of IA within the bid

cost.

4.4 Managed Service

a) Post commissioning, the Helpline shall enter the operations and management phase which

the IA shall have to run for one year from Call Center Operational and will be continued

on the basis of satisfactory work and mutual consent.

b) It will include System maintenance, Call management and Monitoring.

c) Providing Call related reports to the department as and when required.

Page 16: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

4.5 Integration with other solutions: The system will work in integration with the 181- CM

Jansamvad and will also prepare the software for the One Stop Centre- Sakhi.

5. Resource Constituents of 181-WomenHelpline Center

For the functioning of the Women Helpline activities such as management, call responding, IT,

multi-purpose and security etc., the selected bidder will provide a team of highly competent

professionals as per the requirement& qualification stated below:

S.

No.

Skills U

n

i

Qualification &Experience Roles and

Responsibilities

(a) Helpline

Manager

0

1

Post Graduate in Rural Development/ Rural

Management/Sociology/Social Work/Public

administration/Psychology/Public Policy and

any other relevant discipline from a reputed

university. Women with degree of law will be

given preference.

Candidates must

have an experience

of 5 Years in women

related programs.

(b)

Supervisor

0

3

Post Graduate in Rural Development/ Rural

Management/ Sociology/ Social Work/Public

Administration/Psychology/Public

Policy any other relevant discipline from a

reputed university. Women with degree of

law will be given preference.

Candidates must

have an experience

of 5 Years in women

related programs.

(c) Senior Call

Responder

0

3

Post Graduate in Rural Development/ Rural

Management/ Sociology/ Social Work/Public

Administration/Psychology/Public\Policy mass

Communication and any other relevant

discipline from a reputed university. Women

with degree of law will be given preference.

Candidates must have an experience of 3 Years

in women related programs.

Candidates must

have an experience

of 3 Years in women

related programs.

(d) Call

Responder

0

9

Post Graduate in Rural Development/ Rural

Management/ Sociology/ Social Work/Public

Administration/Psychology/Public

Policy any other relevant discipline from a

reputed university. Women with degree of law

will be given preferences.

Candidates must have

an experience of 2

Years in women

related programs.

(e) IT Expert 0

2

Graduate degree in B.Tec, B.Sc, and B.com

with a Diploma in Computers, IT (BBA) /

Business administration / development

studies/Public administration / Public Policy

or any other relevant discipline from a reputed

university.

Candidates must have

an experience of 3

Years data

management, process

documentation and

web based reporting

format in advanced

technological aspects.

Page 17: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

�ƚ

(f) Multi-

purpose

Helper

0

3

The multi-purpose activities could be

Outsourced to any literate person with at

least 3 years of experience of working as a

helper, peon etc.

Candidates with 3

years experience will

be preferred in working

as a helper, Peon

(g) Security

Guard/

Night

Guard

0

3

Any person having at least 3 years of

Experience of working as security personnel

in a government or reputed organization in the

district/state level. She/he could preferably be

retired military personnel and should be hired

after police verification.

Candidates with 3

years experience as

security personnel will

be preferred

The team proposed is considered as Key-Staff and representative of DWCDSS will be a member

in the selection committee to recruit the key staff.

Indicative responsibilities of each resource to be deployed at Helpline Center are mentioned

below. However, the team of resources deployed under this RFP shall be responsible for carrying

out the complete Scope of Work under the RFP and all team members shall be stationed at the

Women Helpline Center set up by DWCDSS.

6.1 Roles & Responsibilities of the deployed resources

6.1.1 Helpline Manager

a) The Helpline Manager will be in charge for the overall smooth functioning of WHL.

b) She will ensure prompt and meaningful response towards every call received at the

Helpline.

c) She will directly intervene in heinous cases in collaboration with state agencies.

d) She will be responsible to monitor and intervene (if required) in any ongoing calls. She

will supervise each case, take it to a logical conclusion and later follow up with the

aggrieved woman.

e) She will ensure effective convergence with concerned agencies/institutions.

f) She will facilitate redressal of issues related to non responsiveness of State

agencies/institutions in collaboration with Director, DWCDSS.

g) She will be responsible for making schedules for the team and managing the team in such

a way that the Helpline is up and active 24hours a day seven days a week.

h) She will be responsible for taking daily, weekly and monthly reports from the Floor

Supervisors and preparing periodical reports.

i) She will be responsible for formulating Resource Directory containing information about

the relevant State and private authorities/institutions/individuals related to women

empowerment and protection.

j) She will be responsible for conducting advocacy meetings to create good working culture

between WHL and different service providers.

k) She will conduct awareness generation activities within community to raise awareness

around WHL.

l) She will monitor the functioning of WHL, conduct the performance appraisal of the staff,

facilitate capacity building, guidance and support for the team.

m) She will be responsible for day to day management of WHL team and reporting to

Director, DWCDSS and any other competent authority as and when required.

6.1.2 Supervisor

Page 18: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

a) Overall responsibility will be to follow up the cases and talk with concerned authorities

and departments as per the requirement of the case.

b) Provides counseling and advice to women in distress, also provides guidance to her team

members makes daily report for the human rights consultant for further follow up

manages her team and schedule.

c) Helps the consultant in team training and report writing

d) She will ensure that all calls are being attended promptly and every call has been taken to

its logical conclusion by the responder, as early, as possible.

e) She will conduct regular follow up of the cases and talk with concerned authorities and

departments as per the requirement of the case.

f) She will provide guidance to team members, manages the team and makes daily report to

the Helpline Manager for further follow up.

g) She will support the Helpline Manager in capacity building of the team.

h) She will note down the shortcomings in call handling, if any, and direct the concerned

responder for further corrective action with necessary guidance.

i) She will brief/de-brief all responders before start of the duty shift and at the time of

closing of the duty shift.

j) She will recommend closure of any case.

k) She will check all the closed calls and ensure that proper/needful action has been taken on

each call.

l) She will confirm that the assistance/police help has reached/provided to the caller and

also note down his/her comments/response.

m) She will check the missed calls and initiate response towards the same.

n) She will bring into the notice of Human Right Consultant the caller/AG’s dissatisfaction

with the assistance provided or in case failure in providing assistance to the caller/AG is

noticed.

6.1.3 Senior Call Responder

a) She will advise women referred by call responders.

b) She will support the Supervisor in weekly follow up with the aggrieved woman asking

about the quality of service provided.

c) She will support the Supervisor in weekly update on any ongoing case being under police

investigation or under trial.

d) She will support the Supervisor in report writing process.

e) In case of any contingencies and absence of Supervisor, she will manage the floor.

6.1.4 Call Responder

a) She will attend the calls; do primary referrals, does data entry and forward serious cases

to Supervisor and cases which need first point counseling to Senior Call Responder.

b) She will provide information about the Government Schemes and programmes related to

women empowerment.

c) She will provide all the assistance to women applying for any such above mentioned

scheme or program and guide them through the process to be adopted for accessing the

same.

d) She will help the Supervisor in attending missed calls.

Page 19: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

e) She will be responsible for other work as assigned by the Helpline Manager. She will

advise women referred by call responders.

6.1.5 IT Expert

a) The IT Expert will look after the technological aspect of WHL and ensure that it remains

functional at all times.

b) She/he would follow strict proceedings to maintain privacy with regard to data generated

and will ensure that name and other details of aggrieved woman remain confidential in

each step of case history documentation.

c) She/he would draft the daily/monthly/quarterly report based on the data collection in the

monthly report format which would be approved at the level of the Human Right

Consultant for submission.

d) She/he with the help of Human Right Consultant will formulate the resource directory

containing information about the relevant State and private

authorities/institutions/individual related to women empowerment and protection.

6.1.6 Multi-purpose Helper

a) She would be responsible for maintaining hygiene and sanitation at Helpline. b) She will

be responsible for the house keeping at WHL.

6.1.7 Security Guard

a) She/he will be responsible for the overall security of Helpline Centre.

b) She/hewouldberesponsibleforsafetyofallcapitalassets,furnitureandequipmentat

WHL

6.1.8 Language Capabilities

All the resources deployed should be proficient in English and Hindi and Jharkhand local

language to enable access to a greater section of the populace.

For contacts made via telephone, an IVRS prompt shall provide language options to the caller to

facilitate language selection. The IA shall ensure that adequate number of agents trained in local

language is available for providing services.

Any online interface provided by the IA should also support multi-lingual (English & Hindi and

Jharkhand local language) capabilities for both display and input. In case language of

communication is not known, English will be the default language.

7. Roles & Responsibilities

7.1.1 Roles & Responsibilities of the IA

a) Set up and Management of 181- Women Helpline as per the scope within the contract

timeline.

b) Providing Required Manpower to manage the Helpline for the contract timeline.

c) Incur recurring cost towards operation and maintenance of equipment and facility.

d) Timely submission of Progress report on monthly/ quarterly basis.

e) Participation in status review meetings (on need basis)

Page 20: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

f) Preparation of software required for One Stop Centre.

7.1.1 Obligations of the IA

• Standard of performance:- The bidder shall perform the services and carry out his

obligations hereunder with all due diligence, efficiency and economy, in accordance with

generally accepted professional standards and practices and shall observe sound

management practices and appropriate technology and safe and effective equipment,

machinery, materials and methods.

• Conflict of Interests:-The bidder shall hold the Department’s interests paramount,

without any consideration for future work, and strictly avoid conflict of interest with

other assignments or their own interest.

• Bidder not to benefit from commissions , discounts, etc:- The bidder shall not accepts

for its own benefit any trade commission, discount or similar payment in connection with

activities pursuant to this contract or in the discharge of its obligation

• Bidder not to engage in shorten activities:- The bidder during the term of this contract

shall be disqualify from providing goods, works or services resulting from or directly

related to his services for the preparation and implementation of this assigned project.

• Prohibition of conflicting activities:- The bidder shall not engage either directly or

indirectly, in any business or professional activities that would conflict with the activities

to them under this contract.

• Confidentiality except with the prior written consent of the Department, the bidder shall

not any time communicate to any person or entity any confidential information neither

acquired in course of implementation of this project nor make public the

recommendations formulated in the course of, or as a result of the implementation.

• Accounting, inspection & Auditing:- The bidder shall keep accurate and systematic

accounts and records in accordance with accounting principles.

• Documents, Reports prepared by the bidder to be the property of the Department:-

All designs reports, other documents and software prepared by the bidder for the

Department for implementation of the project under this contract shall become and

remain the property of the Department.

• Equipment, materials made available to the bidder:-Equipments and materials made

available to the bidder by the Department or purchased by the bidder wholly or partly

with funds provided by the Department shall be the property of the Department. Upon

termination or expiration of this Contract, the bidder shall make available to the

Department and inventory of such equipment’s, materials.

Roles & Responsibilities of DWCDSS

• Make availability of required office space, electricity & electrical fittings, power supply,

Toll Free Number and its cost involved (Fixed & Recurring) for smooth running of the

project.

• Make necessary arrangement for hosting of the software application at State Data center

along with necessary servers for application and EPABX System,

Page 21: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

• Facilitate networking equipment, internet bandwidth, etc. for smooth running of the

application software.

• Identification of functional representatives, users for discussions on project related issues

• Participation in status review meeting (on need basis)

• Providing all necessary information regarding the project process, MIS infrastructure,

operational procedures, categories of operational dimensions and any other information

required for understanding the operations.

• Provision of Helpline number (PRI based)

• Proper physical and financial monitoring of the all the activities related to the assignment.

• Proper Mentoring, guidance and assigning of any other activities coming in future to the

IA.

Project Timeline

Sl No Deliverable Description

Target

(in months)

(a)

Supply, Install & Operational

of Install all necessary H/W and N/W

T0+1

181-Women Helpline Center for the project

(b)

Deployment of Required

Engagement of Helpline Resources T0+1

resources

(c)

Training & SOP Manual Provide all Training and prepare all

T0+2

Preparation SOP

(d) Call Center Operational Final Acceptance T0+2.5

T0= Date of award of contract

Call Center Management Performance

Definition: Time in which a complaint /query is resolved after it has been reported to the post

Call Center Operational support team of the successful bidder.

Service Level Requirement: Each query will have a different impact on the Helpline

functionality so it has been categorized as follows:

Priority Level 1 (L1): Queries regarding issues that have the greatest impact in the helpline

functionality wherein the user is not able to perform his/her regular work e.g. unable to log into

the system due to errors in software.

Page 22: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

Priority Level 2 (L2): Queries regarding issues that have medium impact in the helpline

functionality where in the user is partially able to perform his/her regular work e.g. user is able to

log in and perform most of his normal work, but can’t approve a certain document on screen.

Priority Level 3 (L3): Queries regarding issues that have the least/no impact in the helpline

functionality involving cosmetic changes, e.g. change of character font on screen, etc.

The successful bidder should provide service within following timeline:

L1: 24 Hours

L2: 48 Hours

L3: 72 Hours

Measurement of Service Level Parameter: The service level would be defined in the number of

days calculated from the date and time of logging the call/raising the request with the successful

bidder. The penalty would be calculated on quarterly basis and would be adjusted from the

quarterly payment. The penalty per day is Rs. 1,000/-.

Measurement of deviation in Call Recording: All calls must be recorded and stored for minimum

6 Month. Deviation in recording will charge Rs. 500/- per record.

Penalties shall not be levied on the successful bidder in the following cases: f 49

The noncompliance to the SLA has been solely due to reasons beyond the control of the

successful bidder.

There is a Force Majeure event affecting the SLA, which is beyond the control of the successful

bidder.

Manpower Deployment

The IA shall deploy and maintain as far as possible the same set of personnel in the Helpline

Center subject to satisfactory performance which will also be assessed by the department during

contract period as per the qualification and experience mentioned in the ToR. Any deviation in

the qualification and experience of the deployed resources would be result of termination of

contract and penalty will be charges as per the decision of DWCDSS

In case any change of resources (whether number or person) initiated by the IA in terms of

manpower deployment plan (as per submitted proposal), IA needs to inform DWCDSS

maximum three (3) weeks from the date of request including one (1) week handover time.

Deviation in deployment plan will be charged 2% of Monthly payment due only in the

succeeding month. However DWCDSS decision on the deployment plan will be final.

Page 23: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

Any deployment/replacement of the resources has to be approved by DWCDSS. If replacement

of any resource is sought by DWCDSS or due to attrition in the deployed team, IA shall replace

the resources with equivalent or better skills and experience within 30working days. Any

deviation in the plan will charge 2% of Monthly payment due only in the succeeding month.

However, the IA will ensure that there is no dislocation in 24X7 operation of the helpline by

deploying existing human resource or making any alternative arrangement under knowledge of

the department.

DWCDSS shall not be responsible for any employee related issues and it shall be the

responsibility of the IA to ensure compliance with relevant laws such as the Labour Act.

9.4 Hardware

a) IA needs to provide the necessary maintenance support for the Hardware installed for this

solution. IA should keep the standby system to give un-interrupt services. IA must give update

for the solution in both Hardware and Software. Deviation will be charge with 2.5% of monthly

fee.

9.5 Exit Management and Transition at the end of Contract Period

IA shall conduct a smooth Exit Management and Transition at the end of Contract Period

including action plan for transition to DWCDSS or other designated data center.

IA will hand over the items or usage rights thereto for hardware and software installed as part of

data center services to DWCDSS at any time if DWCDSS demands for transfer of the whole O

& M support of 181 Women Helpline to any other Agency and will help in smooth transition.

IA will hand over all the equipment of the Helpline Center in running condition to DWCDSS

after end of the contract period which will be certified by a team to be formed by the department.

If there is any deviation in exit management then Performance Bank Guarantee of the Bidder

would be forfeited.

10. Payment Schedule

Sl. No Milestone % payment

1 Supply, Installation,

Implementation & Operation

of Hardware for Helpline

Center Set- up Women

(a) 80% of the total quoted cost for the component

shall be paid after successful implementation and

satisfactory performance which would be certified

by a team formed by the department.

Balance 20% will be paid in four equal installment

quarterly.

2 Women Helpline Center

Management [Start from the

date of operation of the

Will be paid monthly as per the rate quoted for

Women Helpline Centre Management.

Page 24: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

Helpline]

Pre -Qualification Proposal Format to be submitted in

Separately from Technical Proposal

11 Formats for Pre-Qualification Proposals

11.1 Pre-Qualification Bid Letter Formats

11.1.1 Self Declaration: Not blacklisted (in letterhead)

To,

…………………

Page 25: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

In response to the RFP Ref. No.********************* for RFP titled

“Management, implementation and technology parternership for establishment of

helpline for Women in distress and Women who are victim of violence integrated

with 181- of CM Jansamvad Kendra for DWCD&SS, Jharkhand”, as an owner/

partner/ Director of (organization name) ________________________ I/ We hereby

declare that presently our Company/ firm is having unblemished record and is not

declared ineligible for corrupt & fraudulent practices, blacklisted either indefinitely or

for a particular period of time, or had work withdrawn, by any State/ Central

government/ PSU.

If this declaration is found to be incorrect then without prejudice to any other action that

may be taken, my/ our security may be forfeited in full and the tender if any to the

extent accepted may be cancelled.

Thanking you,

Name of the Bidder: ..................................

Authorized Signatory: .................................

Signature:

Seal:

Date:__________________

Place: _________________

11.1.2 Bidder’s Authorization Certificate (in letterhead)

To,

………….

Bid Ref No ……………………..

<Name>, , <Designation> is hereby authorized to attend meetings & submit pre-

qualification, technical & financial information as may be required by you in the course

of processing the above said Bid. For the purpose of validation, his/ her verified

signatures are as under.

Page 26: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

Ȗ

Thanking you,

Name of the Bidder: -

Verified Signature:

Authorized Signatory: -

Seal:

Date:__________________

Place: _________________

11.1.3 Particulars of the bidder Annexure-1

Submission Requirements for Pre-Qualification:

A. Consultant’s Profile [ Maximum 10 pages ]

Organizational Name of the Organization:

Postal Address:

Telephone / Mobile no.

Fax/ E-mail/ Website:

Contact Person name and designation with contract details:

Date of establishment (DD/MM/YY):

Date and place of Registration:

Registration No (Copy to be enclosed):

Location of Head office:

Details of Branches if any:

Provide a brief description of the background of organization:

Does the consultant have an office in Jharkhand (Yes/No):

If Yes, then Please mention the Key Contact Person along with the

Page 27: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

Ȗ

contact details in Jharkhand.

Any other information which the consultant wants to add.

If applying through consortium, please provide the detail of partner

agency/ organization.

B. Financial Information {Please enclose the financial statement of last three financial year. }

The firm should have an

average annual turnover of at least INR 1 Crore in the last

three financial years. i.e for

financial year (2013-14, 2014-

15 & 2015-16)

Provide the turnover on the basis of audited financial statement of the

previous three financial year in Rupees.

2013-14 2014-15 2015-16

C. Firms Experience

Similar Experience of Integrated call centre projects (minimum 10 seats for each project) handled by

the bidder along with the features mentioned in the RFP in the last five years

{Supporting documents including work orders / Completion Certificate should be submitted. enclosed}.

You may add more rows

Sl. No Name of the

Project/Assign

ment

Brief

details of

the

Service

provided

Client

and

country

Duration of

Assignment in months

Value of

Contract

(in INR)

Whether

contract

closed

or not

Please mention

Page No

of the

supporting

document

to be

referred

From

{start

date}

To

{End

date or

ongoing}

Total

months

2. Experience of project related to handling Women Violence for any Government private sector or donor

agencies .{Supporting documents including work orders / Completion Certificate should be enclosed}.

You may add more rows

Sl. No Name of the

Project/Assi

gnment

Brief

details

of the

Service

provided

Client

and

country

Duration of

Assignment in

months

Value of

Contract

(in INR)

Whether

contract

closed

or not

Please

mention

Page No

of the

supporting

document

to be

referred

From

{start

date}

To

{End

date or

ongoing}

Total

months

4. Confirms the availability of qualified experts in fields relevant to lead the proposed work

Please Put the Tick (����) mark in box.

Yes

No

Signature of the authorized representative in all pages.

Page 28: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

Note Below:

• Please mention the page no at the supporting documentation to be referred. Also Index the proposal and

accordingly ensure the numbering of pages.

Annexure -2

Declaration

Date:………….

To whom so ever it may be concern

I/We hereby solemnly take oath that I/We am/are authorized signatory in the firms/Agency/

Institute/ Company and hereby declare that "Our firms/ Agency/ Institute/Company/Organization

do not face any sanction or any pending disciplinary action from any authority against our firms/

Agency/ Institute/ Company /Organization or partners." Further, it is also certified that our firm

has not been blacklisted by any government or any other donor/partner organization/External

aided Projects in past.

In case of any further changes which effect of this declaration at a later date; we would inform the

society accordingly.

Page 29: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

Ȗ

Authorized Signatory

(with seal)

Annexure-3

Check list for submission of documents

Sl No. Description Yes/No Remark, if any

1. Document (s) to demonstrate that the firm is in the

working for the last five (5) years; i.e, till 31st March

2017. Registration certificate to be enclosed

2. Proof for an average annual turnover of at least INR

1 Crore in the last three financial years. i.e for financial

year (2013-14, 2014-15 & 2015-16)

3. Proof for experience of project related to handling

Women Violence for any Government private sector or

donor agencies.

{Supporting documents including work orders /

Completion Certificate should be submitted}

4. Similar Integrated call centre projects (minimum 10 seats

for each project) handled by the bidder along with the

features mentioned in the RFP in the last five years

Supporting documents including work orders /

Completion Certificate should be submitted.

Page 30: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

5. Certificate that the firm have not been black listed {annexure-2}

Technical Bid Format

11.2.1 Technical Proposal Cover Letter (in Letterhead) To Director, Social Welfare.

Government of Jharkhand Subject: Submission of the Technical bid for “Management, implementation and technology

partnership for establishment of helpline for Women in distress and Women who are victim of

violence integrated with 181”

Bid Reference No - *********************************

Dear Sir/Madam,

We, the undersigned, offer to provide solution for “Management, implementation and technology parternership for establishment of helpline for Women in distress and Women who are victim of violence integrated with 181 for DWCDSS, Jharkhand We hereby declare that all the information and statements made in this Technical bid are true and accept that any misinterpretation contained in it may lead to our disqualification.

We undertake, if our Proposal is accepted, to initiate the Implementation services related to the assignment not later than the date indicated in the RFP Document.

Page 31: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

We agree to abide by all the terms and conditions of the RFP document. We would hold the terms of our bid valid for 180 days as stipulated in the RFP document.

We understand you are not bound to accept any Proposal you receive.

Yours sincerely,

Authorized Signature [In full and initials]: __________________________________

Name and Title of Signatory: ____________________________________________

Name of Firm: _________________________________________________________

Address: ______________________________________________________________

Page 32: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

11.2.2 Certificate of Conformity and Non-Deviation (in Letterhead) To

Director Social Welfare, Government of Jharkhand Bid Reference No : ……………………………..

This is to certify that, the specifications of Hardware, Software & Services which I/ We have mentioned in the Technical bid, and which I/ We shall supply if I/ We am/ are awarded with the work, are in conformity with the specifications of the Tender document and that there are no deviations of any kind from the requirement specifications.

Also, I/ we have thoroughly read the tender document and by signing this certificate, we hereby submit our token of acceptance to all the tender terms & conditions without any deviations.

I/ We also certify that the price I/ we have quoted is exclusive of all the cost factors involved in the execution of the project, to meet the desired Standards set out in the Tender Document.

Thanking you,

Name of the Bidder: -

Authorized Signatory: -

Seal of the Organization:

Date:

Place:

Page 33: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

11.2.3 Format for fairness of documents (in Letterhead) To The Director, Social Welfare,

Government of Jharkhand

In response to the RFP Ref. No……………………. dated / /2017 for RFP titled “ Management implementation and technology Partnership for establishment of Helpline for Women in distress & Women who are victim of Violence integrated with 181. As an owner/ partner/ Director of............................................................., I/ We hereby declare that any documents or information submitted under this bid is without any doubt, true and fair, to the best of my/our knowledge.

If this declaration is found to be incorrect then without prejudice to any other action that may be taken, my/ our security may be forfeited in full and the tender if any to the extent accepted may be cancelled.

Thanking you,

Name of the Bidder: -

Authorized Signatory: -

Seal of the Organization:

Date:

Place:

Page 34: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

ŀ Technical Proposal Format

CONSULTANT’S ORGANIZATION AND EXPERIENCE

A brief description of the Consultant’s organization and an outline of the recent experience of the

Consultant that is most relevant to the assignment.

A - Consultant’s Organization

1. Provide here a brief description of the background and organization of your company.

2. Include organizational chart, a list of Board of Directors, and beneficial ownership

B - Consultant’s Experience

Format for Citations of projects required to be evaluated for Technical evaluation

A. Firms Experience

Similar experience of Integrated call centre projects (minimum 10 seats for each project) handled by

the bidder along with the features mentioned in the RFP in the last five years

{Supporting documents including work orders / Completion Certificate should be submitted. enclosed}.

You may add more rows

Sl. No Name of the

Project/Assign

ment

Brief

details of

the

Service

provided

Client

and

country

Duration of

Assignment in months

Value of

Contract

(in INR)

Whether

contract

closed

or not

Please

mention

Page No

of the

supporting

document

to be

referred

From

{start

date}

To

{End

date or

ongoing}

Total

months

2. Experience of project related to handling Women Violence for any Government private sector or donor

agencies .{Supporting documents including work orders / Completion Certificate should be enclosed}.

You may add more rows

Sl. No Name of the

Project/Assi

gnment

Brief

details

of the

Service

provided

Client

and

country

Duration of

Assignment in

months

Value of

Contract

(in INR)

Whether

contract

closed

or not

Please

mention

Page No

of the

supporting

document

to be

referred

From

{start

date}

To

{End

date or

ongoing}

Total

months

Page 35: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

Technical Proposal Format

COMMENTS AND SUGGESTIONS ON THE TERMS OF REFERENCE, COUNTERPART

STAFF, AND FACILITIES TO BE PROVIDED BY THE CLIENT

Comments and suggestions on the Terms of Reference that could improve the quality/effectiveness of the

assignment; and on requirements for counterpart staff and facilities, which are provided by the Client,

including: administrative support, office space, local transportation, equipment, data, etc.

A - On the Terms of Reference

{improvements to the Terms of Reference, if any}

B - On Counterpart Staff and Facilities

{comments on counterpart staff and facilities to be provided by the Client. For example, administrative

support, office space, local transportation, equipment, data, background reports, etc., if any}

DESCRIPTION OF APPROACH, METHODOLOGY, AND WORK PLAN IN

RESPONDING TO THE TERMS OF REFERENCE

A description of the Understanding of assignment, work plan, methodology, Human Resource

Deployed and innovation/improvement for performing the assignment, including a detailed description

of the proposed methodology and staffing for training, if the Terms of Reference specify training as a

specific component of the assignment.

{Suggested structure of your Technical Proposal):

a) Understanding of the Project

b) Work Plan

c) Methodology

d) Human Resource Deployed i.e Organization and Staffing

e) Innovation/Improvement

a) Understanding of Assignment: Please explain your understanding to the

Project.Please do not repeat/copy the TORs in here.}

b) Work Plan.{Please outline the plan for the implementation of the main activities/tasks

of the assignment, their content and duration, phasing and interrelations, milestones

(including interim approvals by the Client), and tentative delivery dates of the reports.

The proposed work plan should be consistent with the technical approach and

methodology, showing your understanding of the TOR and ability to translate them

into a feasible working plan. A list of the final documents (including reports) to be

delivered as final output(s) should be included here. The work plan should be

consistent with the Work Schedule Form.}

Page 36: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

Technical Proposal Format

c) Methodology.{Please explain your understanding of the objectives of the assignment

as outlined in the Terms of Reference (TORs), the technical approach, and the

methodology you would adopt for implementing the tasks to deliver the expected

output(s), and the degree of detail of such output. Please do not repeat/copy the TORs

in here.}

d) Human Resource Deployed i.eOrganization and Staffing.{Please describe the

structure and composition of your team, including the list of the Key Experts, Non-

Key Experts and relevant technical and administrative support staff.}

e) Innovation or Improvement : To be suggested by the firm

Page 37: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

Technical Proposal Format

WORK SCHEDULE AND PLANNING FOR DELIVERABLES

N° Deliverables 1 (D-..)

Months

1 2 3 4 5 6 7 8 9 ..... n TOTAL

D-1 {e.g., Deliverable #1:

D-2 {e.g., Deliverable #2:...............}

n

1 List the deliverables with the breakdown for activities required to produce them and other benchmarks such as the Client’s approvals. For phased

assignments, indicate the activities, delivery of reports, and benchmarks separately for each phase.

2 Duration of activities shall be indicatedin a form of a bar chart.

3. Include a legend, if necessary, to help read the chart.

Page 38: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

Technical Proposal Format

FORMAT FOR CURRICULUM VITAE (CV)

This format should be used for submission of the CV of:

• Helpline manager

• Supervisor

• Senior Call Responder

• Call Responder

CURRICULUM VITAE (CV)

Position Title and No. {e.g., K-1, Helpline Manager}

Name of Expert: {Insert full name}

Date of Birth: {day/month/year}

Country of Citizenship/Residence

Education: {List college/university or other specialized education, giving names of educational institutions,

dates attended, degree(s)/diploma(s) obtained}

________________________________________________________________________

________________________________________________________________________

Employment record relevant to the assignment: {Starting with present position, list in reverse order. Please

provide dates, name of employing organization, titles of positions held, types of activities performed and

location of the assignment, and contact information of previous clients and employing organization(s) who can

be contacted for references. Past employment that is not relevant to the assignment does not need to be

included.}

Period Employing organization and

your title/position. Contact infor

for references

Country Summary of activities

performed relevant to

the Assignment

[e.g., May

2005-

present]

[e.g., Ministry of ……,

advisor/consultant to…

For references: Tel…………/e-

mail……; Mr. Hbbbbb, deputy

minister]

Language Skills (indicate only languages in which you can work): ______________

______________________________________________________________________

Page 39: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

Technical Proposal Format

Adequacy for the Assignment:

Detailed Tasks Assigned on Consultant’s

Team of Experts:

Reference to Prior Work/Assignments that

Best Illustrates Capability to Handle the

Assigned Tasks

{List all deliverables/tasks as in which the

Expert will be involved)

Experts contact information :(e-mail…………………., phone……………)

Certification:

I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes myself, my

qualifications, and my experience, and I am available to undertake the assignment in case of an award. I

understand that any misstatement or misrepresentation described herein may lead to my disqualification or

dismissal by the Client, and/or sanctions by the Bank.

{day/month/year}

Name of Expert Signature Date

{day/month/year}

Name of authorized Signature Date

Representative of the Consultant

(the same who signs the Proposal)

Page 40: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

Financial proposal format

FORMAT FOR FINANCIAL PROPOSAL -

This Financial Proposal Standard Forms shall be used for the preparation of the Financial Proposal

according to the instructions .

FIN-1 Financial Proposal Submission Form

FIN-2 Summary of Costs

FIN-3 Breakdown of Remuneration,

FIN-4 Reimbursable expenses

FIN- 5Non-Recurring Component

Page 41: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

Financial proposal format

FORM FIN-1

FINANCIAL PROPOSAL SUBMISSION FORM

{Location, Date}

To: [Name and address of Client]

Dear Sirs:

We, the undersigned, offer to provide the consulting services for [Insert title of assignment] in

accordance with your Request for Proposal dated [Insert Date] and our Technical Proposal.

Our attached Financial Proposal is for the amount of {Indicate the corresponding to the

amount(s) currency(ies)}{Insert amount(s) in words and figures}, [Insert “including” or “excluding”]

of all indirect local taxes. The estimated amount of local indirect taxes is {Insert currency} {Insert

amount in words and figures} which shall be confirmed or adjusted, if needed, during negotiations.

{Please note that all amounts shall be the same as in Form FIN-2}.

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.

We understand you are not bound to accept any Proposal you receive.

We remain,

Yours sincerely,

Authorized Signature {In full and initials}:

Name and Title of Signatory:

In the capacity of:

Address:

E-mail: _________________________

Page 42: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

FORM FIN-2SUMMARY OF COSTS

Cost in Indian Rupees

Cost of the Financial Proposal

Including:

(1) Remuneration

(2) Reimbursable

(3) Service Charges by Agency in INR

(4) Non Recurring Cost in INR

Total Cost of the Financial Proposal:

{Should match the amount in Form FIN-1}

Indirect Local Tax Estimates – to be discussed and finalized at the negotiations if the Contract is awarded

(i) GST

(ii) Any other applicable Taxes/CESS

Total Estimate for Indirect Local Tax:

Page 43: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

FORM FIN-3 BREAKDOWN OF REMUNERATION

When used for Lump-Sum contract assignment, information to be provided in this Form shall only be used to demonstrate the basis for the

calculation of the Contract’s ceiling amount;to calculate applicable taxes at contract negotiations; and, if needed, to establish payments to the

Consultant for possible additional services requested by the Client. This Form shall not be used as a basis for payments under Lump-Sum

contracts

Part –A: Women Helpline Center Management

Sl.No Position

Quoted Unit

Rate per

month in INR

Unit

(No of

Person)

No of Months Quoted Rate per

month

(F)

Maximum Celling

in INR per person

per Month

(A) (B) (C) (D) (E) (F=C X D X E)

The bidder must not

exceed the maximum

ceiling for quoting

the rate per month

or else proposal will

out rightly rejected

(a) Helpline Manager

01

12 60,000

(b) Supervisor

01

12 40,000

(c) Senior Call Responder

03

12 30,000

(d) Call Responder

04

12 25,000

Page 44: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

(e) IT staff

02

12 20,000

(f) Multi-purpose Helper

02

12 10,000

(g) Security Guard/Night Guard 03 12

10,000

Total Charges towards remuneration per year in INR

Amount in words :

Note: Above price are inclusive of all statutory dues, perks and benefits. IA will have to submit pay slip of the salary paid to the resources deployed at the Helpline center each month to the department for payment process.

Page 45: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

ŀ

FORM FIN-4 BREAKDOWN OF REIMBURSABLE EXPENSES

When used for Lump-Sum contract assignment, information to be provided in this Form shall only be used to demonstrate the basis for

calculation of the Contract ceiling amount, to calculate applicable taxes at contract negotiations and, if needed, to establish payments to the

Consultant for possible additional services requested by the Client. This form shall not be used as a basis for payments under Lump-Sum

contracts

N° Type of ReimbursableExpenses Unit Unit Cost Quantity

{e.g., Per diem allowances**} {Day}

{e.g., tickets}

{Ticket}

{e.g., In/out transportation}

{Trip}

{e.g., Communication costs between Insert place

and Insert place}

{ e.g., reproduction of reports}

{e.g., Office rent}

....................................

{Training of the Client’s personnel – if required

in TOR}

Total Costs

Legend:

“Per diem allowance” is paid for each night the expert is required by the Contract to be away from his/her usual place of residence. Client can

set up a ceiling.

Page 46: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

FORM FIN- 5 NON-RECURRING COMPONENT

(Cost of hardware &including maintenance component for one Year)

Qty

Unit

Total

Sl# Item Description

Cost (T)

(Q2)

Cost (U)

{Specification as per Annexure-5}

=Q2*U

(1) (2) (3) (4) (5)

A. EPABX cum Call Center Solution

(Includes all necessary EPABX , Help

desk Solutionand Storage) 1

B. Dialers/Intercom/Extension Instrument /

Headphones/Earphone & Dialer

(Analog Phone) 5

Audio Port/Head set with dialer etc

C. Computer (Desktop)

6

D. Multifunctional Printer

1

E. Online UPS (5 KVA) with Battery

1

Total

Excluding taxes

Tax (Mention Type & Rate)

Net Total

(In words)

Note:

The quantity mentioned may change as per the decision of DWCD&SS. The above price will be evaluated exclusive of Taxes. Any changes of taxes during the contract period will be as per actual during the billing at the prevailing rate.

Page 47: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

ANNEXURE-4: STANDARD OPERATING PROCEDURES

GENERAL INSTRUCTIONS

• The helpline staff shall at all times be extremely polite and give a patient hearing to the

caller. • The helpline staff should reassure the caller that help is on its way.

• The helpline staff shall not insist on the caller disclosing his/her identity, unless

the caller so agrees and should assure the caller that the confidentiality of his/her identity and contact information shall be maintained.

• A confidential record including identity and contact details of the caller (if

provided), along with aggrieved woman’s personal and case details and name of the officer to whom information was passed on with date and time will be fed in to a system as per the prescribed format and a Unique ID Number would be generated.

• As soon as the complaint is registered a call/text message (SMS) would be sent

to the SHO/ DM/ SP/ DYSP/CMO/PO/DO of the district/area as required.

CASE SPECIFIC STEPS

• As soon as a call is received on the Helpline, the call responder shall listen to the caller patiently by keeping in mind physical/mental condition of the caller and shall take all possible information about the grievance of the caller (i.e. type of problem/grievance, his/her present location, type of help/assistance he/she required etc.), including the details of the caller (whatever he/she discloses at that point of time without insisting too much on this aspect).

• The same shall be immediately passed to the local police, nearest PCR

Van/Ambulance etc. as well as other concerned authorities/agencies as per the requirement.

• The call responder will also assure the caller of quick action and shall encourage

the caller to keep patience and not to loose his/her control/temper/composure.

• After passing the information to all concerned authorities, a brief note about the caller, mentioning the maximum details available i.e. name, age, sex, present location, type of grievances/complaint, as well as the same of the officer to whom the call has been forwarded/entrusted for further action shall be fed into the software.

• Similarly, in case the information is received through text message, email or

mobile app the concerned officials would be contacted to provide emergency support to the concerned woman.

• In case of requirement of police or medical assistance, the nearest PCR van or

ambulance shall reach the caller at the earliest and shall provide all possible assistance to the caller without waiting for local police or hospitals and shall confirm their position at the spot.

• The PCR Van shall suo-moto respond immediately to any incident which

unfolds before them or reported to them or brought to their notice. Under no circumstances shall the PCR van remain as mere spectator to the incident.

Page 48: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

• The officer from the local police or other authorities to whom the information

has been forwarded must reach the caller at the earliest without fail. Any delay on the part of the officer to whom the call has been marked will be viewed seriously.

• The concerned officer should reach the caller with all the required/necessary

equipment i.e. first aid kit etc. Keeping the mental and physical condition of the caller in mind, maximum possible aid should be provided immediately.

ANNEXURE-5: TECHNICAL SPECIFICATION FOR EPBAX-cum-CALL CENTER Features of EPABX Gateway The Gateway should have the facility of accepting PRI connection, more than 32 extensions as per the below mentioned features.

ACD (Auto call Distribution) The ACD Key Features includes ANI/ DNIS based routing, managing multiple Queues, Welcome greeting message, Hold-on Music(User Defined), Office hours configuration, Compliant with standard PBX, Media Gateways & Phones, Different user defined reports, Web access facilitating remote agent login, Skill-based Call Routing, Wait time notification and integration with calendar & Voice logger. Also have the ACD Queues facilities.

IVR (Level-3 Voice Messaging) Level-3 IVR should have Self-help service with Text to Speech and Automatic Speech Recognition, IVR Node Flow Designer with Scripting Capabilities, Multi-language Support, Email/SMS/Fax Integration, Customizable IVR prompts and Agent Greetings facility,

Call Center Communicator The CCC should be GUI based. It includes VoIP Soft Phone, Instant Messaging Client, Operator Panel, Conference Administration, pop-up agent workbench screen, Unified Customer Interface for call handling, Call disposition, Conferencing, N-way Call Transfer and Missed Call Alerts

Real Time Agent Monitoring The Solution should be provided with facility of Barging, Listening and monitoring the calls.

Voice Logger There should be provision of Pre-integrated Active Voice Logging, 100% Blind Recording, Multi-format Voice Recording, Automatic Compression and Archiving and Web-based Remote Access to Voice Logs. Facility for quick and easy retrieval of Voice file according to the calls made.

Page 49: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

Reporting Application It should have the provision of Generation of business-oriented comprehensive reports at Agent, Campaign, System and Resource levels, Real-time and Historical Data Analysis and Automatic Maintenance and Backup Management

Supervisor Application There must be the facility of Supervision architecture on telephony, agent, dialer and lead performance, Independent supervisor interfaces for Inbound & Outbound campaigns and Complete MIS management for device, voice log, services and systems

Voice Recording & Storage There should be the facility of taking backup of System, Agent, Queue, and Instant automatically with time interval. Graphical interface to maintain the storage location. The implementing agency will maintain the voice recording library. Incoming call recording facility to be implemented for further evaluation of complaints.

CRM Module CRM integration with IVR & ACD should be facilitated to enable customer profiling, Integration with any third-party database, CRM or tool for smooth and seamless functioning and having Web-Agent facility

Head Phones for CCEs The solution provider needs to facilitate the Head Phones with advance features for the CCEs. It should have the facility of Own Dial Pad, Volume Control, Flash Button, Tone/pulse dialing switch, Last Number Redial Button, Mute Button, Over-The-Head Noise-Canceling Headset, Clear Sound quality, Extension Jack

Call Center Statistics The Proposed Solution can able to give Queues/Agents statistics and real time status, Inbound/Outbound Graphs, CSV and PDF Data Export and Windows, Mac, and Linux Desktop Applications support.

Service Finalization Report Generation Suitable reporting software should be available, as part of the above mentioned applications, to generate standard report formats to measure/ verify various SLAs, for monitoring the performance of agents, IVRS, ACD etc. SI has to provide a portal for sharing reports so that the designated officers of purchaser are able to generate reports at purchaser’s end. The key characteristics of the reports shall include:

(a) The reports should be in flexible report formats, in xls, txt or any other user-friendly

structure including graphics depending on the request of the Purchaser from time to time

(b) Reports should also be available in web-enabled format & should be configurable to

be mailed to a defined mailing list at defined interval/ period

Page 50: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

COMPUTER (Desktop): Intel® Core™ i5 Processor (3M Cache, 3.10 GHz), 4GB Single

Channel DDR3L 1600MHz (4GBX1) or Higher,1TB 7200 rpm HDD,

monitor 18.5”, Graphics, Intel® HD Integrated Graphics, DVDRW

Optical drive, Network Port, VGA (1), HDMI out (1), DC power,

Front- (2) USB 3.0, OS windows 10 pro, MS Office, 1 year Antivirus,

1 year onsite warrantyThe Product should be BIS Certified..

Multi-function Device-Print, copy, scan

S. No. Type Particulars

1 Functions Print, Copy, Scan

2 Multitasking supported Yes

3 Print speed black Required Min. 23 PPM

4 Scan Colour Scan up to 30 ipm

5 RAM 128 MB

6 Duty cycle (monthly, A4) Up to 50,000 pages per month

7 Print technology Laser

8 Print quality black (best) Optical: 600 x 600 x 2 bit dpi; Enhanced: 1200 x 1200 dpi

9 Processor speed 600 MHz

10 Paper Input capacity Up to 350 Sheets

11 Display 4-Line LCD

12 RADF 100 Sheet

13 Connectivity, standard High speed USB 2.0

14 Network Yes

15 Zoom 25 to 400%

16 Multi Copy Yes

17 Scan file format TIFF, JPEG, PDF, BMP

18 Paper Size Up to A3

19 Power

Normal Operation 550W,

Max/Peak 1.1kWh,

Sleep/Power Off 1W/0.2W,

20 Duplex Yes

21 Warranty 1 year OEM warranty and the Product should be BIS

Certified.

Online UPS (5 KVA) with Battery: Input -Single Phase, voltage 230 V AC,Voltage range

160V-300 V AC) with 8 nos. of Battery 150 AH, 12 volt,

Warranty- In UPS 2 Years with spare or as per the

manufacturer's warranty policy whichever is in higher side

& In Battery 2 years or as per the manufacturer’s warranty

Page 51: REQUEST FOR PROPOSALSsocialwelfarejhar.gov.in/sites/default/files/RFPWomenHelpline181.pdf · department /service. The objective of the helpline center is to strengthen the measures

policy whichever is in higher side.

Product should be ISO certified

-- End of Format for Proposal --

End of Document