0% found this document useful (0 votes)
265 views52 pages

Northern Railway - Tender Document

This document provides details for the selection of an agency to manage social media and conduct media analysis for Northern Railway for two years. The estimated total cost is Rs. 5.83 crores excluding GST. Interested agencies must submit applications by May 23rd including a Rs. 4.94 lakh earnest money deposit. Shortlisted applicants will be contacted to undertake the work, which includes developing Northern Railway's social media presence and monitoring media coverage.

Uploaded by

abhi_1mehrota
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
265 views52 pages

Northern Railway - Tender Document

This document provides details for the selection of an agency to manage social media and conduct media analysis for Northern Railway for two years. The estimated total cost is Rs. 5.83 crores excluding GST. Interested agencies must submit applications by May 23rd including a Rs. 4.94 lakh earnest money deposit. Shortlisted applicants will be contacted to undertake the work, which includes developing Northern Railway's social media presence and monitoring media coverage.

Uploaded by

abhi_1mehrota
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 52

SELECTION OF AGENCY FOR SOCIAL MEDIA MANAGEMENT

AND MEDIA ANALYSIS SERVICES FOR NORTHERN RAILWAY

TOP SHEET
1. Important Details :
Full Name of Service/Work SELECTION OF AGENCY FOR SOCIAL MEDIA
MANAGEMENT AND MEDIA ANALYSIS
SERVICES FOR NORTHERN RAILWAY (FOR
TWO YEARS)
Appx. Total Cost of Service/Work Rs. 2,91,60,000/- Exclusive of GST (Rs. Two Crore
(Exclusive of GST) Ninety One Lakh Sixty Thousand Only) per annum;
or
Rs. 5,83,20,000/- Exclusive of GST (Rs. Five Crore
Eighty Three Lakh Twenty Thousand only) for two
years.
Appx Total Cost of Service/Work (with Rs. 6,88,17,600/- with GST (Rs. Six Crore Eighty
GST) Eight Lakh Seventeen Thousand Six Hundred
Only) for two years.
Earnest Money Amount Rs. 4,94,088/- (Rs. Four Lakh Ninety Four
Thousand Eighty Eight Only)
Cost of Application Form Rs. 10,000/- + 18% GST = Rs.11,800/- (Non-
Refundable) (Rs. Eleven Thousand Eight Hundred
only) in cash across the Railway Counter or if
downloaded from website - Demand Draft/Pay
Order in favour of FA&CAO, Northern Railway,
New Delhi.
(In case if Application Form is required by Post –
Rs. 500/- will be charged extra)
Last Date of downloading Application Up to 12.00 hrs. on 23/05/2022
Form from NR‟s official Website/
purchase from PR Office
Last Date/Time of submission of Up to 12.30 hrs. 23/05/2022
Application
Date & Time of Opening of Applications On 23/05/2022 at 12.35 hrs. onwards
Venue for Application Submission and CPRO Office, State Entry Road, NDCR Building,
Application opening New Delhi-110055
Particulars of the Website from where the
Application Form, Procedure of Selection www.nr.indianrailways.gov.in
and Terms & Conditions etc. may be
downloaded

2. Mandatory details to be filled in by Advertising Agencies while submitting their offer:

1 Name of the Firm


2 PAN No
3 GST No
4 Contact No (Landline & Mobile both)
5 Registered Office Address
6 Address on which correspondence
regarding this Application Form
should be done
7 Name of Proprietor/Partners
8 Details of EMD submitted
9 E-Mail Address of the Agency

Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer


pg. 1
BID FORM (First Sheet)
NORTHERN RAILWAY

Application No. 5PR/Social Media/2019

Name of Work SELECTION OF AGENCY FOR SOCIAL MEDIA MANAGEMENT


AND MEDIA ANALYSIS SERVICES FOR NORTHERN RAILWAY

The President of India


Chief Public Relations Officer
Northern Railway
State Entry Road
New Delhi

1. I/We have read the various conditions to bid attached here to and hereby agree to
abide by the said conditions. I/We also agree to keep this bid open for acceptance for
a period of 90 days from the date fixed for opening the same and in default thereof.
I/We will be liable for forfeiture of My/Our Earnest Money. I/We offer to provide the
services for ‘Social Media Management and Media Analysis Services’ at the rates
quoted in the attached schedule and hereby bind myself/ourselves to begin to
complete the work/provide the services in all respects within 15 days from the date of
issue of Letter of Acceptance of the bid.

2. I/We also hereby agree to abide by the Indian Railways General Conditions of
Contract for Services, with all correction slips up-to-date and to carry out the work
according to the Special Conditions of Contract and Specifications of materials and
works as laid down by Northern Railway in the annexed Special
Conditions/Specifications, Schedule of Rates with all correction slips up-to-date for
the present contract.

3. A sum of Rs. 4,94,088/- (Rs. Four Lakh Ninety Four Thousand Eighty Eight Only) is
hereby forwarded as Earnest Money in the form of DD vide DD No/MR
No_________________________________________________________________
dt.__________________ in favour of FA&CAO/Northern Railway, New Delhi. The full
value of the Earnest Money shall stand forfeited without prejudice to any other rights
of remedies if:-

a. I/We do not execute the contract documents (Agreement) within 21 days after receipt
of the notice issued by Northern Railway that such documents are ready and
b. I/We do not commence the work within 15 days after receipt of orders.

4. I/We am/are a Micro and Small Enterprise/Start up Firm registered by DIPP,


registered from ……… (body approved by Ministry of MSME) with registration No.
……… and terminal validity up to ……… for similar service contracts.

5. Until a formal agreement is prepared and executed, acceptance of this Bid shall
constitute a binding contract between us subject to modifications, as may be mutually
agreed to between us and indicated in the letter of acceptance of my/our offer for this
work/ service.

Signature(s) of the Witnesses Signature of the bidder/s

Witness-1 Address of the Agency :


Witness-2 Dated :

Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer


pg. 2
BID FORM (Second Sheet)

1. Instructions to bidder and Conditions of bid: The following documents form part of bid /
Contract:
(a) Bid forms-First Sheet and Second Sheet
(b) Special Conditions/Specifications (enclosed)
I Schedule of approximate quantities (enclosed)
(d) Standard General Conditions of Contract and Standard Specifications for Materials
and Works of Indian Railway as amended/corrected upto latest Correction Slips,
copies of which can be seen in the office of Chief Public Relations Officer, Northern
Railway State Entry Road, New Delhi or obtained from the same office of Northern
Railway on payment of prescribed charges.

2. Drawings for the Work: The drawings for the work can be seen in the office of the Chief
Public Relations Officer, Northern Railway State Entry Road, New Delhi at any time during
the office hours. The drawings are only for the guidance of Bidder(s). Detailed working
drawings (if required) based generally on the drawing mentioned above, will be given by the
Manager or her representative from time to time.
3. The Bidder(s) shall quote its / their rates as a percentage above or below the Schedule
of Rates of Northern Railway as applicable to Railway Board/Division except where
she/they are required to quote item rates and must tender for all the items shown in the
Schedule of approximate quantities attached. The quantities shown in the attached
Schedule are given as a guide and are approximate only and are subject to variation
according to the needs of the Railway. The Railway does not guarantee work under each
item of the Schedule.
4. Application Form containing erasures and / or alterations of Application Form are liable
to be rejected. Any correction made by bidder(s) in its/their entries must be attested.
5. The works are required to be commenced within a period of 15 days from the date of
issue of acceptance letter.
6. Earnest Money:
(a) The Application Form for bid must be accompanied by a sum of Rs. 4,94,088/- (Rs.
Four Lakh Ninety Four Thousand Eighty Eight Only) as earnest money deposited
in cash or in any of the forms as specified, failing which the bid will not be
considered. However, registered MSEs in terms of Ministry of MSMEs notification
No. 503 are exempted from Earnest Money Deposit.
(b) The bidder(s) shall keep the offer open for a minimum period of 90 days from the
date of opening of the bid. It is understood that the bid documents have been
sold/issued to the bidder(s) and the bidder(s), is / are permitted to bid in
consideration of the stipulation
on its / their part that after submitting its / their bid subject to the period being
extended further, if required by mutual agreement from time to time, it will not resile
from its offer or modify the terms and conditions thereof in a manner not acceptable
to the Chief Manager/Manager. Should the bidder fail to observe or comply with the
foregoing stipulation, the amount deposited as Earnest Money for the due
performance of the above stipulation, shall be forfeited to the Railway.
(c) If the bid is accepted, the amount of Earnest Money will be returned to the
successful bidder after the submission of the Performance Guarantees as per
clause 4.11, for the due and faithful fulfillment of the contract. This amount of EMD
Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer
pg. 3
shall be forfeited, if the Bidder(s)/ Contractor(s) fail to execute the Contract
Document within 7 days after receipt of notice issued by Railway that such
documents are ready or to commence the work within 15 days (unless otherwise
specified) after receipt of the order to that effect.
(d) Earnest Money of the unsuccessful Bidder(s) will, save as here-in-before provided,
be returned to the unsuccessful Bidder(s) within 15 days after finalization of the bid /
negotiation, but the Railway shall not be responsible for any loss or depreciation
that may happen to the Security for the due performance of the stipulation to keep
the offer open for the period specified in the bid documents or to the Earnest Money
while in their possession nor be liable to pay interest thereon.
7. Rights of the Railway to Deal with Tender: The authority for the acceptance of the
tender will rest with the Railway. It shall not be obligatory on the said authority to accept the
lowest tender or any other tender and no bidder(s) shall demand any explanation for the
cause of rejection of its/their tender nor the Railway to assign reasons for declining to
consider or reject any particular tender or tenders.
8. If the bidder(s) deliberately gives / give wrong information in her / their tender or
creates/ create circumstances for the acceptance of her / their tender, the Railway reserves
the right to reject such tender at any stage.
9. If the bidder(s) expire(s) after the submission of its / their tender or after the acceptance
of her / their tender, the Railway shall deem such tender cancelled. If a partner of a firm
expires after the submission of their tender or after the acceptance of their tender, the
Railway shall deem such tender as cancelled, unless the firm retains its character.
10. Bidder‟s Credentials: Bidder shall submit the documents as demanded under Bid
Evaluation criteria along with the bid.
11. For Manual Bidding:
Application Bid must be enclosed in a sealed cover, superscripted “Application Form No.
………. “ and must be sent by registered post to the address of Chief Public Relations
Officer, Northern Railway State Entry Road, New Delhi so as to reach her/their office not
later than 12.30 Hours on the 23/05/2022 or deposited in the special box allotted for the
purpose in the office of Chief Public Relations Officer, Northern Railway State Entry Road,
New Delhi. This Special box will be sealed at 12.30 hours on 23/05/2022. The Bid will be
opened at 12.35 hours on the same day. The Bid papers will not be sold after 12.00 hours
on 23/05/2022.
12. Non-compliance with any of the conditions set forth therein above is liable to result in the
tender being rejected.
13. Execution of Contract Documents: The successful bidder(s) shall be required to
execute an agreement with the President of India acting through the Railway for carrying out
the work according to Standard General Conditions of Contract, Special Conditions /
Specifications annexed to the tender and Specification for work and materials of Railway as
amended/corrected up to latest Correction Slips, mentioned in tender form (First Sheet).
14. Partnership Deeds, Power of Attorney Etc.: The bidder shall clearly specify whether
the bid is submitted on her own or on behalf of a partnership concern. If the bid is submitted
on behalf of a partnership concern, it should submit the certified copy of partnership deed
along with the tender and authorization to sign the tender documents on behalf of

Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer


pg. 4
partnership firm. If these documents are not enclosed along with tender documents, the
tender will be treated as having been submitted by individual signing the tender documents.
The Railway will not be bound by any power of attorney granted by the bidder or by changes
in the composition of the firm made subsequent to the execution of the contract. It may,
however, recognize such power of attorney and changes after obtaining proper legal advice,
the cost of which will be chargeable to the contractor.
15. The bidder whether sole proprietor, a limited company or a partnership firm if they want
to act through agent or individual partner(s) should submit along with the tender or at a later
stage, a power of attorney duly stamped and authenticated by a Notary Public or by
Magistrate in favour of the specific person whether she/they be partner(s) of the firm or any
other person specifically authorizing her/them to submit the tender, sign the agreement,
receive money, witness measurements, sign measurement books, compromise, settle,
relinquish any claim(s) preferred by the firm and sign “No Claim Certificate” and refer all or
any disputes to arbitration.
15.1 The bidder shall clearly specify whether the bid is submitted on her own or on behalf of
a Partnership Firm/Joint Venture (JV)/Society etc. The bidder(s) who is/are constituents of
Firm, Company, Association or Society shall enclose self-attested copies of the Constitution
of their concern, Partnership Deed and Power of Attorney along with their bid. Bid
Documents in such cases shall to be signed by such persons as may be legally competent,
Association or Society, as the case may be.
15.2 The bidder shall clearly specify whether the bidders submitted on his own proprietorship
firm or on behalf of a partnership company, JV, Society, LLP, Startup etc, give full details of
the constitution of the Firm/JV/Company/Society etc. and shall also submit following
documents (as applicable), in addition to documents mentioned above:
(a) Sole Proprietorship Firm: The bidder shall submit the attested copy of the firm
registration, PAN, IT proof etc/ notarized copy of the affidavit.
(b) Partnership Firm: The bidder shall submit self-attested copies of (i) registered/notarized
Partnership Deed and (ii) Power of Attorney duly authorizing one or more of the partners of
the firm or any other persons(s), authorized by all the partners to act on behalf of the firm
and
to submit & sign the Bid, sign the agreement, witness measurements, sign Measurement
Books, receive payment, make correspondences, compromise/settle/relinquish any claim (s)
preferred by the firm, sign No Claim certificate‟, refer all or any dispute to arbitration and to
take similar action in respect of all Bids/contracts OR said Bid/contract.
(c) Joint Venture (JV): The Bidder shall submit documents as mentioned in Clause 2.4 of
GCC.
(d) Company registered under Companies Act-1956 and 2013: The Bidder shall submit (i)
the copies of MOA (Memorandum of Association) and AOA (Articles of Association) of the
Company; and (ii) Power of Attorney duly registered/notarized by the company (backed by
the resolution of Board of Directors) in favour of the individual, signing the Bid on behalf of
the Company, a copy of certificate of incorporation duly attested by the competent official of
the company.
(i) Society: The Bidder shall submit (i) self-attested copy of the Certificate of Registration,
(ii) Deed of Formation and (iii) Power of Attorney in favour of the Tender signatory.

Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer


pg. 5
15.3 If it is mentioned in the Bid that it is being submitted on behalf of/by a Sole
Proprietorship Firm/Partnership Firm/Joint Venture/Registered Company etc., the afore-
mentioned document/s (as applicable) should be enclosed along with Bid. If it is NOT
mentioned in the Bid that it is being submitted on behalf of/by a Sole Proprietorship
Firm/Partnership Firs/Joint Venture/ Registered Company etc., then the Bid shall be treated
as having been submitted by the individual who has signed the Bid.
15.4 After opening of the Bid, any document pertaining to the Constitution of the
Firm/JV/Society etc. shall neither be asked nor be entertained/ considered.
15.5 A Bid from JV/Consortium/Partnership Firm etc. shall be considered only where
permissible as per the Bid/ Tender conditions
16. Employment/Partnership etc. of Retired Railway Employees:
(a) Should a bidder be a retired Manager of the Gazetted rank or any other Gazetted officer
working before its retirement, whether in the executive or administrative capacity or whether
holding a pensionable post or not, in any department of any of the railways owned and
administered by the President of India for the time being, or should a bidder being a
partnership firm have as one of its partners a retired Manager or retired Gazetted Officer as
aforesaid, or should a bidder being an incorporated company have any such retired Manager
or retired officer as one of its Directors or should a bidder have in her employment any
retired Manager or retired Gazetted Officer as aforesaid, the full information as to the date of
retirement of such Manager or Gazetted Officer from the said service and in case where
such Manager or Officer had not retired from Government service at least 2 years prior to
the date of submission of the tender as to whether permission for taking such contract, or if
the contractor be a partnership firm or an incorporated company, to become a partner or
Director as the case may be, or to take the employment under the contractor, has been
obtained by the bidder or the Manager or Officer, as the case may be from the President of
India or any officer, duly authorized by her in this behalf, shall be clearly stated in writing at
the time of submitting the bid. Bids without the information above referred to or a statement
to the effect that no such retired Manager or retired Gazetted Officer is so associated with
the bidder, as the case may be, shall be rejected.
(b) Should a bidder or Agency being an individual on the list of approved agencies, have a
relative(s) or in the case of partnership firm or company of agency one or more of her
shareholder(s) or a relative(s) of the shareholder(s) employed in reativ capacity in the any
department of the Railway, the authority inviting tenders shall be informed of the fact at the
time of submission of tender, failing which the tender may be disqualified/rejected or if such
fact subsequently comes to light, the contract may be rescinded in accordance with provision
in Clause 7.4 of Standard General Conditions of Contract.

(Signature)
Signature of Bidder(s) (Designation)

Date__________ Northern Railway, New Delhi

Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer


pg. 6
1.0 General:

Northern Railway intends to select an agency through the process of open bidding.
The agency shall work within the existing framework of rules and regulation of
Railways for professional analysis & feedback of content across various media which
will also include perception analysis of the news, ongoing issues (if any), generating
insights, gauging frequency of news items.

The agency will lend professional expertise to the already functional Public Relations
Department of the railways for:

● Communication of various initiatives of Indian Railways


● Proactive perception analysis using analytical tools to improve operations and
services for passengers
● Customer/ecosystem Feedback – For improvement in the system by analyzing
the feedback received from customers through various platforms
● Grievance Redressal – For grievances received through social media platforms
and helping in redressal thereof

1.1 General Conditions of Contract for Services: Except where specifically


stated otherwise in the Tender Documents, this tender/contract shall be
governed by the “General Conditions of Contract for Services – Indian
Railways” with latest amendments as available on Indian Railways website :
www.indianrailways.gov.in
1.2 Eligibility of bidders and bid evaluation : Eligibility of bidders and bid
evaluation shall be done as stipulated in para 6.0
1.3 This tender is on “TWO PACKET” system.
1.4 Reference clause 2.6.2.1.3 under Evaluation of Technical Bid of General
Conditions of Contract for services, the bidder shall submit an affidavit as
given in Annexure-G on a stamp paper (*To be executed in presence of Public
Notary on non-judicial stamp paper of the value of Rs. 100/-) to the effect that
all documents submitted agency along with its bid are true. This shall be
mandatory in all bids. The bid shall summarily reject if the bidder fails to
submit this undertaking along with the bid. (Authority Railway Board’s
letter no. 2017/Trans/01/Policy dated 08.02.2018)

1.5 Performance Guarantee: The successful bidder shall have to submit a


Performance Guarantee (PG) in favour of FA&CAO/Northern Railway, New
Delhi as per General Conditions of Contract for Services issued by Ministry of
Railways, Government of India with latest amendments as available on Indian
Railways website : www.indianrailways.gov.in.

1.5.1 Performance guarantee at a rate of 3% of the contractual value shall be


deposited by the successful bidder. The successful bidder shall have to submit
a Performance Guarantee (PG) valuing 3% of the contract value in four
separate parts of 2.5 % each of the contract value, within 30 (thirty) days from
the date of issue of Letter of Acceptance (LOA). Extension of time for
submission of PG beyond 30 (thirty) days and up to the date of submission of
Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer
pg. 7
PG from the date of issue of LOA may be given by the Authority who is
competent to sign the contract agreement. However, a penal interest of 15%
per annum shall be charged for the delay beyond 30 (thirty days, i.e. from 31 st
day after the date of issue of LOA. In case the contractor fails to submit the
requisite PG after 60 days from the date of issue of LOA, a notice shall be
served to the contractor to deposit the PG immediately however not exceeding
90 days from the date of issue of LOA). In case the contractor fails to submit
the requisite PG even after 90 days from the date of issue of LOA, the contract
shall be terminated duly forfeiting EMD and other dues, if any payable against
that contract. The failed contractor shall be debarred from participating in
retender for that work. In case 60th day is a bank holiday or office closure next
working day should be considered as the last day for submission of the PGs.
Decision of Authority competent to sign the Contract Agreement would be final
in case of any dispute.

1.5.2 The value of PG to be submitted by the, contractor will not change for variation
upto 25% (either increase or decrease). In case during the course of execution,
value of the contract increases by more than 25% of the original contract value,
an additional Performance Guarantee amounting to 10% ( five percent) for the
excess value over the original contract value shall be deposited in four equal
parts by the contractor. On the other hand, if the value of Contract decreases
by more than 25% of the original contract value, Performance guarantee
amounting to 10% of the decrease in the contract value shall be returned to
contractor. The PG amount in excess of required PG for decreased contract
value, available with railways shall be returned to the contractor duly
safeguarding the interest of Railways.

1.5.3 The applicable Performance Guarantee shall be calculated as per the revised
value of the contract covering all variations upto the determination of the
contract

1.5.4 If the penalty imposed exceeds 50% of the applicable maximum penalty (as per
the revised value of the contract), a PG equivalent to 25% of the applicable PG
shall be forfeited. If the penalty imposed exceeds 75% of the applicable
maximum penalty, a PG equivalent to 50% of the applicable PG shall be
forfeited. The PGs shall be encashed after the completion of the contract.

1.5.5 The successful bidder shall submit the Performance Guarantees (PG) in any of
the following forms, amounting to 3% of the contract value –

(a) A deposit of cash;


(b) Irrevocable Bank Guarantee;
I Government Securities including State Loan Bonds at 5% below the market
value;
(d) Deposit Receipts, Pay Orders, Demand Drafts and Guarantee Bonds.
These forms of Performance Guarantee could be either of the State Bank of
India or of any of the
Nationalized Banks;
I Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled
Banks;
(f) A Deposit in the Post Office Saving Bank;
(g) A Deposit in the National Savings Certificates;
(h) Twelve years National Defense Certificates;
Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer
pg. 8
(i) Ten years Defense Deposits;
(j) National Defense Bonds and
(k) Unit Trust Certificates at 5% below market value or at the face value
whichever is less. Also, FDR in favour of FA&CAO (free from any
encumbrance) may be accepted.

Note :- The instruments as listed above will also be acceptable for Guarantees
in case of Mobilization Advance.

1.5.6 The Performance Guarantees shall be submitted by the successful bidder after
the Letter of Acceptance (LOA) has been issued, but before signing of the
contract agreement. These PGs shall be initially valid up to the stipulated date
of completion and maintenance period, if any plus 60 days beyond that. In
case, the time for completion of service gets extended, the contractor shall get
the validity of PGs extended to cover such extended time for completion and
maintenance period, if any of service plus 60 days.

1.5.7 The Performance Guarantees (PGs) shall be released after physical completion
of the work/service delivery based on „Completion Certificate‟ issued by the
competent authority stating that the contractor has completed the assigned
services in all respects satisfactorily and passing of final bill based on “No
Claims Certificate” from the contractor. In case any contract provides for
warranty maintenance clause then 25% of the Performance Guarantee would
be retained till the warranty/maintenance period is over and a certificate to that
effect is issued by the Manager.

1.5.8 Whenever the contract is rescinded, the Performance Guarantees shall be


encashed/forfeited. The balance work or services for the same shall be got
done independently without risk & cost of the failed contractor. The failed
contractor shall be debarred for a period of 2 years from the date of such
rescindment from participating in the bid which includes delivery of balance
services of failed contract. If the failed contractor is Partnership firm, then every
member/partner of such a firm shall be debarred for a period of 2 years from
the date of such rescindment from participating in the bid which includes
delivery of balance services of failed contract in his/her individual capacity.

1.5.9 The Manager shall not make a claim under the Performance Guarantee except
for amounts to which the President of India is entitled under the contract (not
withstanding and/or without prejudice to any other provisions in the contract
agreement) in the event of –

(a) Failure by the contractor to extend the validity of the Performance


Guarantee as described herein above, in which event the Manager may
claim the full amount of the Performance Guarantee.

Failure by the contractor to pay President of lndia any amount due, either as
Agreed by the contractor or determined under any of the Clauses/Conditions
of the Agreement, within 30 days of the service of notice to this effect by
Manager.

(b) The Contract being determined or rescinded under provision of the GCC,
the Performance Guarantee shall be forfeited in full and shall be absolutely
at the disposal of the President of lndia.

Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer


pg. 9
2.0 Scope of Work

2.1 Social Media

2.1.0. The agency will formulate a result oriented comprehensive communication


strategy for the following social media platforms:
● Facebook
● Twitter
● Instagram
● Koo
● Quora
● YouTube
● LinkedIn
● Medium
● Telegram

Plus maximum of 5 additional popular or new Social Media Platforms


launched during the contract period.

2.1.1. Content/concept outline will be provided by CPRO/PhoDs/DRMs of Northern


Railway based on which agency would be responsible for creating crisp text,
creative, images, GIFs, infographics, animations, graphic plates etc. (details
mentioned in Annexure-A) in accordance with social media platform
guidelines.

2.1.3. The agency will aggregate the grievances received through various social
media forums and keep on sharing the same with the nominated official
responsible for grievance redressal at Northern Railway‟s Divisional or Zonal
Headquarters.

2.2 Media Coverage Analysis

(9) The agency is required to analyze all three forms of media i.e.
● Print Medium (Newspapers and magazines)
● Online Medium (News websites/Digital Dotcoms)
● Broadcast Medium (FM Channels/TV Channels)

2.2.2 Analysis is to be done for all news articles/programmes regarding Indian


Railways, its people and its schemes that appear in important news sources
available in the cities in the jurisdiction of the Northern Railways. List of
number of Publications and TV channels which are to be analyzed will be
given to the agency by CPRO/Northern Railway or the DRM‟s Public
Relations Cell.

2.2.3 For analyzing news, the agency is required to deploy a dedicated and
qualified team of analysts, working at the back end offices, to read and qualify
the news to aid the CPRO in:

● Perception analysis of each of the news coverage in Northern Railways


name
Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer
pg. 10
● Preparation of Daily News Clipping Pad having news items published in
leading national dailies duly pasted in defined manner as advised by
CPRO Office, Northern Railway. The same shall be delivered at CPRO
Office by 10:30 a.m. on all week days except Sunday. Sunday‟s News
Clipping pad may be made available on Monday.

● Identifying issues/ themes that are being associated with Northern


Railways and its Divisions
● Assessing the frequency with which the issues are seen in news.
● Identifying the influencers who are active in media in zonal railways.

2.3 Media Assistance

Assistance will be provided to CPRO/DRMs in the following:


● Gathering information and dissemination of the same to media houses
● Creating responses in effective & timely manner
● Briefing Railway personnel on various important matters
● Creating/preparing background material/speeches relevant to the
forthcoming event/announcement focusing on the need and impact

2.4 Resource Deployment

For undertaking the work of Northern Railway, Number of personnel to be


deployed at the Northern Railways headquarters (CPRO Office) & its Divisional
headquarters are given below: (Profiles of the personnel and tentative team
setup are given at Annexure-B.)

2.4.1 Zonal Headquarter Team to work with CPROs


 Project Lead = 01
 Social Media Manager = 01
 Content Analyst = 01
 Project Manager = 01
 Response Management Executive = 02
 Graphic Designer = 01
 Content Writers = 02
 Video Editor = 01
 Photography Personnel = 01
 Videography Personnel = 01

2.4.2 Division Headquarter Team


 Content Analyst: 01 at each Division Headquarter to work with DRM‟s
PR Cell at Delhi, Ambala, Ferozpur, Lucknow & Moradabad Divisions
(A total of Five) of Northern Railway and also to co-ordinate with
Headquarter team

Note:
1. The deployed manpower will work under the supervision/guidance of
the CPRO and DRM’s PR Cell’s Officer Incharge.

2. In some cases, on need basis, engaged team shall be directed to be


present at any other location(s) where ceremonial function(s) are
planned/takes place by Northern Railway.
Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer
pg. 11
3. The engaged team of the Agency will be responsible for live streaming
of events on YouTube, Facebook and Twitter or any other platforms
and also for production of various contents as shown in Annexure-A.

2.5 Archival Support

2.5.1 Social Media content (as described at Annexure-A.)


● The team will mark all digital content (text, photo, video or otherwise) as
copyright, wherever applicable and monitor
● The team would be responsible for storage of content and data by means
of online/offline archival support
● The archived content should be made available to the railways and its
Divisions/Production Units.
● The archived content would be stored for 12 months on a rolling basis

2.5.2 Media Assistance content


● The team would be responsible for storage of content and data
(Information gathered, briefs produced, Responses made etc.) by means
of online/offline archival support
● The archived content should be made available to the Northern Railways
and its Divisions/ Production Units.

2.5.3 Media coverage analysis


● The agency is required to maintain a digital store in the form of an online
portal which provides access to all news and TV programmes monitored
on the Northern Railway.
● The portal must be password protected
● The portal must offer news and TV coverage for 12 months on a rolling
basis
● Content archived should be easy to retrieve on predefined keywords

2.6 Reports

2.6.1 Social Media Reports

● Social Media reports


○ On Weekly basis: This will indicate the performance on each active
Social Media platform. The report will include change in follower base,
user response to the content posted, etc.
○ On Quarterly basis: This will be a comprehensive performance
dashboard indicating the change in follower base, content
engagement, achievements etc.
● Response Management reports
○ On Daily basis: This will indicate the number of queries received and
answered (platform wise and resource wise) for the previous day and
the average response time of the team with supporting screenshots.
To be submitted by 12 pm of the next day
○ On Monthly basis: This will be a compiled report on the total queries
received & answered and team resource wise performance in terms of
no. of queries handled, response time etc. To be a part of the monthly
presentation

Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer


pg. 12
2.6.2 Media Assistance Reports

● A weekly report mentioning number of briefs produced


● A report of the produced briefs which have been published in the
newspapers with the list of newspapers and snippets of the same to
be provided on time to time basis
● The report should be delivered as a PDF document and Hard Copy
whenever demanded.

2.6.3 Media Coverage Reports

● Email alerts: DAILY


○ Relevant news coverage from all sources (print, online and broadcast)
to be sent in an email to the CPRO and other identified officials
○ For print sources, for every news article, the email should contain the
name of the news source, its edition, date of coverage, the headline
and link to the actual scan of the news article
○ For online sources, for every news article, the email should contain
the name of the news source, date of coverage, the headline and link
to the actual news article on the world wide web
○ For TV, the email should contain the name of the TV channel, Time of
airing, date of airing, programme name, and link to view the TV clip
○ The email format should be smartphone friendly
○ The email alerts should be sent on all days of the week

2.7 Dashboard: 24/7

 Northern Railways should have an independent dashboard available for the


news in the Northern Railway Zone
 All news articles and TV clips monitored should be available online in the
form of an online dashboard
 The dashboard should be password protected
 The dashboard should offer an integrated view of the news articles from
Print and Online Sources
 The dashboard should also allow the user to look at news coverage from a
specific city chosen by the user
 The dashboard should be optimized for viewing on smartphone, tablets,
laptops and desktops
 The dashboard should further have following optimization features for ease
of reporting:
o Slicing/ dicing of data to generate insights
o Viewing and sharing of news from within dashboard
o Sorting/ Filtering basis specific selections/ qualifications/ tags as desired
by the user

2.8 Access to a Mobile application with real-time notification system: 24/7

 All news monitored should be available on a mobile application. It should


cover articles from print, online as well as TV

 The mobile application should be available for both Android and iOS
platforms

Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer


pg. 13
 The mobile application should also enable and display the insights
dashboard
 The mobile application should enable PUSH notifications for important and
prominent news coverage
 The mobile application should allow the user the option to switch on or
switch off the PUSH notifications from within the mobile application, as and
when desired

2.9 Electronic Dossiers: QUARTERLY

 Every quarter, the agency is required to provide all news articles and TV
programmes monitored during the quarter in a hard drive
 The hard drive for last quarter should be delivered in the first week of the
first month of every quarter

2.10 Media Analysis Report: MONTHLY

 A report reative the media coverage should be provided every month


 The analysis report (for previous month) should be delivered by the 14th
every month
 The report should be delivered as a PDF document
 Analysis should cover quantitative parameters and qualitative parameters
(perception, issues/ themes)

2.11 News Clippings Position Pad : DAILY

 A News Clipping Pad containing News Clippings of leading national dailies


is required to be prepared and made available at CPRO Office by 10.30 hrs.
every day during all working days including Saturday.
 News Clipping Pad of Sunday(s) and Holidays may be submitted on
following Monday or the next working day.

3.0 Infrastructure Requirement

 Railways/Divisions/Production Units will provide the agency with space, furniture


& electricity free of cost, for its operations. However, the agency shall arrange for
its resources – their own latest generation laptops/computers/software/Camera/
Mobiles/cables/chargers etc. or any other equipment required for live streaming
and software required for social media feedback gleaning etc.
 The agency shall arrange to provide backup 4G/5G Wi-Fi internet connections &
laptops to be utilized by resources deployed and for live webcast/streaming.

4.0 Duration of Contract

The duration of the contract will be for a period of two years, on monthly retainer
basis, from the date of issue of the letter of award. The successful applicant shall be
required to execute an agreement on non-judicial stamp paper worth Rs. 100/-
attested by notary public oath commissioner/first class magistrate.
The cost of the stamp duties for the execution of the agreement will be borne by the
successful bidding agency. Northern Railway shall conduct the periodic Appraisal of
the services offered by the Agency engaged. The under performer deployed
manpower
Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer
pg. 14
5.0 Right to Accept Proposal

Railways reserves the right to accept or reject any proposal and to annul the
proposal process or to reject all proposals at any time prior to award of contract,
without assigning any reason or without incurring any liability to the affected parties
or any obligation to inform the affected parties of the grounds for such decision.
CPRO office Northern Railway, State Entry Road, New Delhi reserves the right to
seek performance report from other clients of the Agency.

6.0 Selection Procedure

Offers to provide these services are invited from agencies having experience of
providing such services. No addition, alteration or modification to the documents
once submitted shall be permitted. However, Northern Railway may at its discretion
seek clarifications from the parties concerned, if any. An evaluation committee
formed for evaluation of scrutinized documents and Technical & Financial Criteria
mentioned in the process for selection of agency given below:

 Eligibility criteria:
o The agency shall be of sound financial status with a turnover of Rs. 15 Crore
or more in the last financial year.
o The agency must have carried out (completed/ongoing) at least 3 eligible
projects for Government of India (Central/ State/ PSU) during the last 3
financial years.

 List of documents to be submitted:

1. Details of offices located in cities with address, phones – both fixed and mobile, fax
no‟s and e-mail ID etc. (To be marked as Annexure-1)

2. List of important clients including Railways/other Government Ministry/


department/PSUs/Multilaterals institution etc. since last 2 years for which eligible
projects were carried out by the agency. Self-Attested copies of various Work orders
to be submitted. (To be marked as Annexure-2)

3. Details of eligible projects completed/ongoing with duration and value (in Rs._____)
during the last 3 financial years. Self-Attested copies of various Work orders to be
submitted. (To be marked as Annexure-3)

4. Details of eligible projects completed/ongoing for Government of India


(Central/State/PSU) with duration and mentioning value (in Rs.______) during the
last 3 financial years. Self-Attested copies of various Work orders to be submitted.
(To be marked as Annexure-4)

5. Annual turnover duly certified by the chartered accountant of the agency with proper
seal and signatures along with financial details like certified copies of Audited
Balance Sheets of preceding 3 years (Certification by Chartered Accountant/Auditor
is mandatory- To be marked as annexure-5)
Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer
pg. 15
6. Copies of Income Tax Returns filed for the last 3 years and GST Registration
Certificate. [To be marked as Annexure-6(i) & 6(ii)]

7. Names and short CVs of principal officers of agency. The list of the technically
qualified and competent professionals on rolls with the agency (especially Project
Leads, Social Media Manager, Graphic Designers, Content Writers, Content
Analysts, Project Manager, Response Management Executive, Video Editor,
Photography and Videography personnels) clearly mentioning their name,
designation, academic and professional qualifications, length of service with the
agency, achievements etc. [As Annexure-7(i) to 7(viii)]

8. All the copies of financial documents must be certified by the agency‟s Chartered
Accountant, with proper seal and date. The documents, the data, other statements
and details in the application may be subjected to verification (physical or otherwise)
by Northern Railway‟s Public Relations office.

9. If information in any of the document submitted is found incorrect then application


would be summarily rejected.

Note : All the documents submitted should have been properly numbered and
indexed as suggested above. The grand total of amounts should invariably be done.
Wherever necessary the values mentioned in figures (Rs.) should also be mentioned
in words. Values without indicating grand totals will not be taken into account.

6.1 Preliminary Scrutiny: Preliminary scrutiny of the applications will be done to ensure
fulfillment of eligibility criteria by agency, to determine that the application is
complete, documents have been properly signed, that there are no computational
errors and that required documents are in order (Applications not conforming to these
preliminary requirements will not be considered.)

6.2 Selection Method: Selection will be QCBS based where bidder will also be
evaluated based on a technical presentation. The bidder shall submit a financial bid,
in the format given at Annexure-C in a separate sealed cover, for the service/work
as defined in the scope of work.

6.3 Bifurcated costs of each and every individual services/works including all
costs pertaining to personnel and logistics for execution of the complete work as per
the Scope of Work, Activities, Terms & Conditions, Deliverables and Compliances etc.
should also be pronged and specified as Annexure-C(i). The aggregate grand total
rate quoted should be mentioned in the format given at Annexure-C.

6.4 Important: The non-delivery/non-compliance of any specific service/work in a


particular month shall attract penalties which shall be imposed and deducted by the
Bill Verification/Authorization Committee from the Agency’s monthly bills preferred to
this office. Non submission of the Break-up of the costs {in a separate Annexure
marked as Annexure-C(i)} as well as the Lump Sum Price in the given format at
Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer
pg. 16
Annexure-C, shall be treated as incomplete application and will be summarily
rejected.

6.5 Technical Evaluation: The bidders would be shortlisted based on the technical
evaluation given below:-

Mention/
S. Max.
Parameter Specify the
No. Score
Value here

Annual Turnover for the last financial year

>=15 crores and <20 crores


1 10
>=20 crores and <30 crores

>=30 crores

Number of eligible projects completed/ongoing during the last 3


financial years

>6 and <=9 projects


2 10
>9 and <=12 projects

>12 and <=15 projects

More than 15 projects

Number of eligible projects completed/ongoing for Government of India


(Central/State/PSU) during the last 3 financial years

3 projects
3 5
4 projects

5 projects

6 or more projects

Number of full time technical staff employed with the agency

30

4 31 to 40 5

41 to 50

51 or more

Strategy Presentation for Northern Railways on Social Media


Management and Media Analysis, on the nominated date, time and place
which will be fixed and intimated by the committee during the
empanelment process
● SWOT Analysis of the Northern Railway current Social Media Presence
5
● Action plan/strategy proposed for the Northern Railway to enhance its 30
Social Media presence & leverage the same for business
● Technology Platform for Automation/Integration/Social Media
Listening/Online Response Management
● Social Media Tracking Metrics/Analytics & its relevance & usage for the
Northern Railways

Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer


pg. 17
Strategic Thinking: Case study on Media and its Analysis wherein strategy
direction/building is involved
6 ● The agency will have to submit on the spot Media and its analysis 20
strategy for the given case study within 4 hours on any date to be notified
later during the empanelment process.

Value of at least 1 eligible project completed/ongoing for Indian


Government (Central/State/PSU)

>=50 lakhs and <1 crore


7 10
>=1 crore and <1.5 crores

>=1.5 crores and <2 crores

>=2 crores

8 Experience of manpower of the agency

Project Lead (Years of experience)

a) >=6 years and < 7 years 2

>=7 years

Social Media Lead (Years of experience)

b) >=4 years and < 5 years 2

>=5 years

Content Analysts (Years of experience)

c) >=4 years and < 5 years 2

>=5 years

Each Content Writer and Response Management Executive (Years of


experience)
d) 2
>=4 years and < 5 years

>=5 years

Each Graphic Designer, Photography and Videography Personnels


(Years of experience)
e) 2
>=4 years and < 5 years

>=5 years

Total 100

Note: Eligible project for this purpose means completed/ongoing works of managing
social media handles or analyzing various forms of media (print, digital and online)
for Government/Semi-Government/PSU/Autonomous body under any Ministry of
Central/State Government or Private organizations.
In case, the project is on monthly retainer basis, the total value of the project will be
calculated as – Work Order billing per month x Duration of project in months.

Bidders having technical score of 70 and above will be eligible for Financial
Evaluation.
Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer
pg. 18
6.6 Evaluation of Financial Bid

The Financial proposal shall be evaluated to determine the lowest bidder.


In case, the evaluated financial offers of two or more technically qualified bidders are
lowest and same, then the bid of the bidder who is technically more sound (having
scored higher marks in evaluation of technical bid) shall be considered as the lowest.
If the marks in the evaluation of technical bid of the lowest bidders are also found to
be equal, then the bid of the bidder with the higher cumulative annual financial
turnover over the last three years and the current financial year shall be considered
as the lowest.

 Financial Evaluation: The financial scores would be normalized on a scale of


100. The individual Bidder‟s financial scores (SF) are normalized as per the
formula below:
SF = 100 * (Smin/Sb)
Where,
SF = Normalized financial score for the Bidder under consideration (rounded off
to two decimal places)
Sb = Absolute financial quote for the Bidder under consideration
Smin = Minimum absolute financial quote

 Combined and final evaluation: Proposals will finally be ranked according to


their combined technical (ST) and financial (SF) scores as follows:
S = ST x TW + SF x FW
Where,
S is the combined score
TW and FW are weights assigned to Technical Proposal and Financial Proposal
that shall be 0.70 and 0.30 respectively.

7 Award of contract:

Railways will enter into an Agreement with the agency selected after the due process
is completed. After signing of the Contract Agreement, no variation in or modification
of the term of the Contract shall be made except by written amendment signed by the
parties.

8 Disqualification:

8.1 Canvassing or recommendations or putting pressure from any source to


influence the process of selection of Social Media agency will lead to
automatic disqualification and applications will be summarily rejected/will not
be considered.
8.2 Railways may at its sole discretion and at any time during the evaluation of
proposal, disqualify any agency if the agency has submitted the proposal
documents after the response deadline; indulged in any unfair practice or not
followed the professional ethics; made misleading or false representations in
the forms, statements and attachments submitted in proof of the eligibility

Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer


pg. 19
requirements; exhibited a record of poor performance such as abandoning
works, not properly completing the contractual obligations, inordinately
delaying completion or financial failures, etc. in any project in the preceding
three years; submitted a proposal that is not accompanied by required
documentation or is nonresponsive; failed to provide clarifications related
thereto, when sought; declared ineligible by the Government of India for
corrupt and fraudulent practices or blacklisted.
8.3 Railway may terminate the contract of any agency at any time for not fulfilling
any of the terms and conditions.
8.4 Railway reserves right not to assign reasons for declining to consider any
particular application or applications.
8.5 Incomplete and conditional applications will be summarily rejected.

9 Settlement of Disputes – Arbitration and Conciliation Rules

9.1 Reconciliation of disputes: All disputes and differences of any kind


whatsoever arising out of or in connection with the contract, whether during the
progress of the work or after its completion and whether before or after the
determination of the contract, shall be referred by the Contractor to the
“General Manager” through “Notice of Dispute” (given at Annexure D (i) to (iv))
provided that no such notice shall be served later than 30 days after the date of
issue of Completion Certificate by the Engineer. GM shall, within 30 days after
receipt of the Contractor‟s “Notice of Dispute”, notify the name of conciliator(s)
to the Contractor.
The Conciliator(s) shall assist the parties to reach an amicable settlement in an
independent and impartial manner within the terms of contract.

If the parties reach agreement on a settlement of the dispute, they shall draw
up and sign a written settlement agreement duly signed by GM, Contractor and
conciliator(s). When the parties sign the settlement agreement, it shall be final
and binding on the parties.

The parties shall not initiate, during the conciliation proceedings, any arbitral or
judicial proceedings in respect of a dispute that is the subject matter of the
conciliation proceedings.

The conciliation proceedings shall be terminated:


 by the signing of the settlement agreement by the parties on the date of
agreement; or
 by written declaration of the conciliator, after consultation with the parties, to
the effect that further efforts at conciliation are no longer justified, on the
date of declaration; or
 by a written declaration of the parties addressed to the conciliator to the
effect that the conciliation proceedings are terminated, on the date of the
declaration; or
 by a written declaration of a party to the other party and the conciliator, if
appointed, to the effect that the conciliation proceedings are terminated, on
the date of declaration.

Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer


pg. 20
9.2 Matters Finally Determined by the Railways:

All disputes and differences of any kind whatsoever arising out of or in


connection with the contract, whether during the progress of the work or after its
completion and whether before or after the determination of the contract, shall
be referred by the contractor to the GM and the GM shall, within 120 days after
receipt of the contractor‟s representation, make and notify decisions on all
matters referred to by the contractor in writing provided that matters for which
provision has been made in any Clause (stated as expected matter) of the
Special Conditions of the Contract, shall be deemed as „excepted matters‟
(matters not arbitrable) and decisions of the Railway authority, thereon shall be
final and binding on the contractor; provided further that „excepted matters”
shall stand specifically excluded from the purview of the Arbitration Clause.

9.3 Demand for Arbitration:

a. In the event of any dispute or difference between the parties hereto as to


the construction or operation of this contract, or the respective rights and
liabilities of the parties on any matter In question, dispute or difference on
any account or as to the withholding by the Railway of any certificate to
which the contractor may claim to be entitled to, or if the Railway fails to
make a decision within 120 days, then and in any such case, but except
In any of the “excepted matters” referred to in Clause 9.2 of these
conditions, the contractor, after 120 days but within 180 days of his
presenting his final claim on disputed matters shall demand In writing that
the dispute or difference be referred to arbitration.
b. The demand for arbitration shall specify the matters which are in question,
or subject of the dispute or difference as also the amount of claim item-
wise. Only such dispute or difference, in respect of which the demand has
been made, together with counter claims or set off, given by the Railway,
shall be referred to arbitration and other matters shall not be Included In
the reference.
c. The parties may waive off the applicability of sub-section 12(5) of
Arbitration and Conciliation (Amendment) Act 2015, If they agree for such
waiver in writing, after dispute having arisen between them, in the format
given under Annexure-E of these conditions.
d. The Arbitration proceedings shall be assumed to have commenced from
the day, a written and valid demand for arbitration is received by the
Railway.
e. The claimant shall submit his claims stating the facts supporting the
claims along with all the relevant documents and the relief or remedy
sought against each claim within a period of 30 days from the date of
appointment of the Arbitral Tribunal.
f. The Railway shall submit its defense statement and counter claim(s), if
any, Within a period of 60 days of receipt of copy of claims from Tribunal,
unless otherwise extension has been granted by Tribunal.

Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer


pg. 21
g. Place of Arbitration: The place of arbitration would be within the
geographical limits of the Division of the Railway where the cause of
action arose or the Headquarters of the concerned Railway or any other
place with the written consent of both the parties.
h. No new claim shall be added during proceedings by either party.
However, a party may amend or supplement the original claim or defence
thereof during the course of arbitration proceedings subject to acceptance
by Tribunal having due regard to the delay in making it.
i. If the contractor(s) does/do not prefer his/their specific and final claims in
writing, within a period of 90 days of receiving the intimation from the
Railways that the final bill is ready for payment, He/they Will be deemed
to have waived his/their claim(s) and the Railway shall be discharged and
released of all liabilities under the contract in respect of these claims.

9.4 Obligation During Pendency Of Arbitration

Work under the contract shall, unless otherwise directed by the GM, continue
during the arbitration proceedings, and no payment due or payable by the
Railway shall be withheld on account of such proceedings, provided, however,
it shall be open for Arbitral Tribunal to consider and decide whether or not such
work should continue during arbitration proceedings.

9.5 Appointment of Arbitrator:

a. Appointment of Arbitrator where applicability of section 12 (5) of Arbitration


and Conciliation Act has been waived off

 In cases where the total value of all claims in question added together does not
exceed Rs. 1,00,00,000/- (Rupees One Crore only), the Arbitral Tribunal shall
consist of a Sole Arbitrator who shall be a Gazetted Officer of Railway not
below JA Grade, nominated by the General Manager. The sole arbitrator shall
be appointed within 60 days from the day when a written and valid demand for
arbitration is received by GM.
 In cases not covered by the above Clause, the Arbitral Tribunal shall consist of
a panel of three Gazetted Railway Officers not below JA Grade or 2 Railway
Gazetted Officers not below JA Grade and a retired Railway Officer, retired not
below the rank of SAG Officer, as the arbitrators. For this purpose, the Railway
will send a panel of at least four (4) names of Gazetted Railway Officers of one
or more departments of the Railway which may also include the name(s) of
retired Railway Officer(s) empanelled to work as Railway Arbitrator to the
contractor within 60 days from the day when a written and valid demand for
arbitration is received by the GM.
Contractor will be asked to suggest to General Manager at least 2 names out of
the panel for appointment as contractor‟s nominee Within 30 days from the
date of dispatch of the request by Railway. The General Manager shall appoint
at least one out of them as the contractor‟s nominee and will, also
simultaneously appoint the balance number of arbitrators either from the panel
or from outside the panel, duly indicating the „presiding arbitrator‟ from amongst

Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer


pg. 22
the 3 arbitrators so appointed. GM shall complete this exercise of appointing
the Arbitral Tribunal Within 30 days from the receipt of the names of
contractor‟s nominees. While nominating the arbitrators, it will be necessary to
ensure that one of them is from the Accounts Department. An officer of
Selection Grade of the Accounts Department shall be considered of equal
status to the officers in SA grade of other departments of the Railway for the
purpose of appointment of arbitrator.
 The serving railway officer working in arbitral tribunal in the ongoing arbitration
cases as per above clauses, can continue as arbitrator in the tribunal even after
his retirement.

b. Appointment of Arbitrator where applicability of section 12 (5) of Arbitration


and Conciliation Act has not been waived off

 In cases where the total value of all claims in question added together does not
exceed Rs. 50,00,000/- (Rupees Fifty lakh only), the Arbitral Tribunal shall
consist of a Retired Railway Officer, retired not below the rank of SAG Officer,
as the arbitrator. For this purpose, the Railway will send a panel of at least four
(4) names of retired Railway Officer(s) empanelled to work as Railway Arbitrator
duly indicating their retirement dates to the contractor within 60 days from the
day when a written and valid demand for arbitration is received by the GM.
Contractor will be asked to suggest to General Manager at least 2 names out of
the panel for appointment as arbitrator within 30 days from the date of dispatch
of the request by Railway. The General Manager shall appoint at least one out
of them as the arbitrator.
 In cases where the total value of all claims in question added together exceed
Rs. 50,00,000/- (Rupees Fifty lakh only), the Arbitral Tribunal shall consist of a
panel of three (3) retired Railway Officers, retired not below the rank of SAG
Officer, as the arbitrators. For this purpose, the Railway will send a panel of at
least four (4) names of retired Railway Officer(s) empanelled to work as Railway
Arbitrator duly indicating their retirement dates to the contractor within 60 days
from the day when a written and valid demand for arbitration is received by the
GM.
Contractor will be asked to suggest to General Manager at least 2 names out of
the panel for appointment as contractor‟s nominee within 30 days from the date
of dispatch of the request by Railway. The General Manager shall appoint at
least one out of them as the contractor‟s nominee and will, also simultaneously
appoint the balance number of arbitrators either from the panel or from outside
the panel, duly indicating the „Presiding Arbitrator‟ from amongst the 3
arbitrators so appointed. GM shall complete this exercise of appointing the
Arbitral Tribunal within 30 days from the receipt of the names of contractor‟s
nominees. While nominating the arbitrators, it will be necessary to ensure that
one of them has served in the Accounts Department.

c. If one or more of the arbitrators appointed as above refuses to act as arbitrator,


withdraws from his office as arbitrator, or vacates his/their office/offices or
is/are unable or unwilling to perform his functions as arbitrator for any reason
whatsoever or dies or in the opinion of the General Manager fails to act without

Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer


pg. 23
undue delay, the General Manager shall appoint new arbitrator/arbitrators to
act in his/their place in the same manner in which the earlier
arbitrator/arbitrators had been appointed. Such re-constituted Tribunal may, at
its discretion, proceed with the reference from the stage at which it was left by
the previous arbitrator(s).

d. The Arbitral Tribunal shall have power to call for such evidence by way of
affidavits or otherwise as the Arbitral Tribunal shall think proper, and it shall be
the duty of the parties hereto to do or cause to be done all such things as may
be necessary to enable the Arbitral Tribunal to make the award without any
delay. The proceedings shall normally be conducted on the basis of documents
and written statements.

e. Before proceeding into the merits of any dispute, the Arbitral Tribunal shall first
decide and pass its orders over any plea submitted/objections raised by any
party, if any, regarding appointment of Arbitral Tribunal, validity of arbitration
agreement, jurisdiction and scope of the Tribunal to deal with the dispute(s)
submitted to arbitration, applicability of time „limitation‟ to any dispute, any
violation of agreed procedure regarding conduct of the arbitral proceedings or
plea for interim measures of protection and record its orders in day to day
proceedings. A copy of the proceedings duly signed by all the members of
tribunal should be provided to both the parties.

f. Qualification of Arbitrator(s)

 Serving Gazetted Railway Officers of not below JA Grade level


 Retired Railway Officers not below SA Grade level, one year after his date of
retirement
 Age of arbitrator at the time of appointment shall be below 70 years

g. An arbitrator may be appointed notwithstanding the total number of arbitration cases


in which he has been appointed in the past.

h. While appointing arbitrator(s) due care shall be taken that he/they is/are not the
one/those who had an opportunity to deal with the matters to which the contract
relates or who In the course of his/their duties as Railway servant(s) expressed views
on all or any of the matters under dispute or differences. A certification to this effect
as per Annexure-F shall be taken from Arbitrators also. The proceedings of the
Arbitral Tribunal or the award made by such Tribunal will, however, not be invalid
merely for the reason that one or more arbitrator had, in the course of his service,
opportunity to deal with the matters to which the contract relates or who in the course
of his/their duties expressed views on all or any of the matters under dispute.

i. The arbitral award shall state item wise, the sum and reasons upon which it is based.
The analysis and reasons shall be detailed enough so that the award could be
inferred therefrom.

Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer


pg. 24
j. A party may apply for corrections of any computational errors, any typographical or
clerical errors or any other error of similar nature occurring in the award of a Tribunal
and interpretation of a specific point of award to Tribunal within 60 days of receipt of
the award.

k. A party may apply to Tribunal within 60 days of receipt of award to make an


additional award as to claims presented in the arbitral proceedings but omitted from
the arbitral award.

l. In case of the Tribunal, comprising of three Members, any ruling on award shall be
made by a majority of members of Tribunal. In the absence of such a majority, the
Views of the Presiding Arbitrator shall prevail.

m. Where the arbitral award is for the payment of money, no interest shall be payable on
whole or any part of the money for any period till the date on which the award is
made.

n. The cost of arbitration shall be borne by the respective parties. The cost shall Inter-
alia include fee of the arbitrator(s), as per the rates fixed by Railway Board from time
to time and the fee shall be borne equally by both the parties, provided parties sign
an agreement in the format given at Annexure-E to these conditions after/ while
referring these disputes to Arbitration. Further, the fee payable to the arbitrator(s)
would be governed by the instructions issued on the subject by Railway Board from
time to time irrespective of the fact whether the arbitrator(s) is/are appointed by the
Railway Administration or by the court of law unless specifically directed by Hon‟ble
court otherwise on the matter.

o. Subject to the provisions of the aforesaid Arbitration and Conciliation Act 1996 and
the rules thereunder and relevant para of General Conditions of Contract (GCC)
applicable to railways and any statutory modifications thereof shall apply to the
appointment of arbitrators and arbitration proceedings under this Clause.

10 Penalties :

The non-delivery/non-compliance of any specific service/work in a particular month


shall attract penalties which shall be imposed and deducted by the Bill
Verification/Authorization Committee from the Agency‟s monthly bills preferred to PR
Office. The contracted agency shall invariably submit both the statements mentioned
in Annexure-H duly filled in all respects along with its monthly bill.

Penalty may also be imposed in the following conditions:-

10.1 In case of any damage is caused by the contractor to any railway property, the cost
of such damages will be recovered from the contractor bill.
10.2 If any compensation/penalty is to be paid by the Railway in compliance of the
order/judgment passed by the court, consumer forum or any other law enforcing
agency on default of the contractor or his person/servant/employee to the
complainant, the said amount shall be liable to be paid by the contractor. The

Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer


pg. 25
decision of the railway administration in this regard shall be final and binding on the
contractor.
10.3 Besides specific penalty as above and mentioned in Statement A&B of Annexure-H,
Contract Signing Authority/Tender Accepting authority reserves the right to impose
penalty/penalties for non-compliance of any other conditions of the tender, on receipt
of recorded complaint/s & in case any abnormalities found.
10.4 The contractor shall be liable to be penalized for any undesirable activities,
endangering the image of railways. In this regard decision of Accepting Authority
will be final.

Note : After commencement of work, for an initial period of two weeks no penalty on
account of Quantity shortfall or minor quality issues shall be imposed on the
contractor to stabilize the process.

11.0 Law Governing the Contract

The contract shall be governed by the law for the time being in force in the Republic
of India.

11.1 Compliance to Regulations and Bye-Laws

The Agency shall conform to the provision of any statute relating to the services and
regulations and bye-laws of any local authority and of any water, drainage and
lighting companies or undertakings, with whose system the services are proposed to
be provided and shall before making any variation from the drawings or the
specifications that may be necessitated by so confirming give to the Manager notice
specifying the variation proposed to be made and the reason for making the variation
and shall not carry out such variation until she has received instructions from the
Manager in respect thereof. The Contractor shall be bound to give all notices
required by statute, regulations or bye-laws as aforesaid and to pay all fees and
taxes payable to any authority in respect hereof.

11.2 Communications to be in Writing

All notices, communication, reference and complaints made by the Railway or the
Manager or the Manager‟s Representative or the Contractor infers concerning the
Works/services shall be in writing and no notice, communication, reference or
Complaint not in writing shall be recognized.

12.0 Service of Notices on Agency

The Agency shall furnish to the Manager the name, designation and address of its
authorized agent and all complaints, notices, communications and references shall
be deemed to have been duly given to the Agency, if delivered to the Agency or her
authorized agent or left at or posted to the address so given and shall be deemed to
have been so given in the case of posting on day on which they would have reached
such address in the ordinary course of post or on the day on which they were so
delivered or left. In the case of contract by partners, any change in the constitution of
the firm shall be forthwith notified by the Agency to the Manager.

Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer


pg. 26
13.0 Force Majeure

If at any time, during the continuance of this contract, the performance in whole or in
part by either party of any obligation under this contract shall be prevented or delayed
by reason of any war, hostility, acts of public enemy, civil commotion, sabotage,
serious loss or damage by fire, explosions, epidemics/pendemics, strikes, lockouts or
acts of God (hereinafter, referred to events) provided, notice of the happening of any
such event is given by either party to the other within 7 days from the date of
occurrence thereof, neither party shall by reason of such event, be entitled to
terminate this contract nor shall either party have any claim for damages against the
other in respect of such nonperformance or delay in performance, and works/services
under the contract shall be resumed as soon as practicable after such event has
come to an end or ceased to exist, and the decision of the Manager as to whether the
works/ services have been so resumed or not shall be final and conclusive,
PROVIDED FURTHER that if the performance in whole or in part of any obligation
under this contract is prevented or delayed by reason of any such event for a period
exceeding 120 days, either party may at its option terminate the contract by giving
notice to the other party.

14.0 Confidentiality

The parties shall keep confidential all confidential information and not, without the
prior written consent of the other party, disclose the Confidential Information to any
party save to the extent required by law

15.0 Illegal Gratification

15.1 Any bribe, commission, gift or advantage given, promised or offered by or on behalf
to the Agency or its partner, agent or servant or, anyone on its behalf, to any officer
or employee of the Railway, or to any person on her behalf in relation to obtaining or
execution of this or any other contract with the Railway shall, in addition to any
criminal liability which may incur, subjected Agency to the rescission of the contract
and all other contracts with the Railway and to the payment of any loss or damage
resulting from such decision and the Railway shall be entitled to deduct the amounts
so payable from any moneys due to the Agency under this contract or any other
contracts with the Railway.

15.2 The Agency shall not lend or borrow from or have or enter into any monetary
dealings or transactions either directly or indirectly with any employee of the Railway
and if she shall do so, the Railway shall be entitled forthwith to rescind the contract
and all other contracts with the Railway. Any question or dispute as to the
commission or any such offence or compensation payable to the Railway under this
Clause shall be settled by the General Manager of the Railway, in such a manner as
it shall consider fit & sufficient and its decision shall be final & conclusive. In the event
of rescission of the contract under this Clause, the Agency will not be paid any
compensation whatsoever except payments for the wow services rendered upto the
date of rescission.

16.0 Agency’s Understanding

It is understood and agreed that the Contractor has, by careful examination, satisfied
itself as to the nature, scope and location of the services, the type/character of
equipment and facilities needed preliminary to, and during the progress of the
services, the general and local conditions, the labour conditions prevailing therein
and all other matters which can in any way affect the services under the contract.
Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer
pg. 27
17.0 Commencement of Services

The Agency shall commence the services within 15 days (unless specified otherwise)
after the receipt by it of an order in writing to this effect from the Manager or as
directed by the Manager and shall proceed with the same with due expedition and
without delay.

18.0 Damage to Railway Property or Private Life and Property

The Agency shall be responsible for all risk involved in the services rendered and
for trespass and shall make good at its own expense all loss or damage whether to
the works/services themselves or to any other property of the Railway or the lives,
persons or property of others from whatsoever cause in connection with the and this
although all reasonable and proper precautions may have been taken by the
Agency, and in case the Railway shall be called upon to make good any costs,
loss or damages, or to pay any compensation, including that payable under the
provisions of the Workmen‟s Compensation Act or any statutory amendments thereof
to any person or persons sustaining damages as aforesaid by reason of any act, or
any negligence or omissions on the part of the Agency; the amount of any costs
or charges including costs and charges in connection with legal proceedings, which
the Railway may incur in reference thereto, shall be charged to the Agency. The
Railway shall have the power and right to pay or to defend or compromise any
claim of threatened legal proceedings or in anticipation of legal proceedings being
instituted consequent on the action or default of the Agency, to take such steps as
may be considered necessary or desirable to ward off or mitigate the effect of such
proceedings, charging to Contractor, as aforesaid, any sum or sums of money which
may be paid and any expenses whether for reinstatement or otherwise which may be
incurred and the propriety of any such payment, defense or compromise, and the
incurring of any such expenses shall not be called in question by the Agency.

19.0 Provision of Access to Premises

During progress of services in any street or thoroughfare, the Agency shall make
adequate provision for the passage of traffic, for securing safe access to all premises
approached from such street or thoroughfare and for any drainage, water supply or
means of lighting which may be interrupted by reasons of the execution of the
services and shall react and maintain at her own cost barriers, lights and other
safeguards as prescribed by the Manager, for the regulation of the traffic, and
provide watchers necessary to prevent accidents.

20.0 Environmental Requirements

The Contractor shall, when working on the Premises, perform its obligations under
the Contract in accordance with the Indian Railways environmental policy, which is to
conserve energy, water, wood, paper and other resources, reduce waste and phase
out the use of ozone depleting substances and minimize the release of greenhouse
gases, volatile organic compounds and other substances damaging to health and the
environment.

21.0 Data Protection

21.1 Where the Agency is processing Personal Data, as a Data Processor for the lndian
Railways, the Agency shall:

Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer


pg. 28
a. Process the Personal Data only in accordance with instructions from lndian
Railways (which may be specific instructions or instructions of a general
nature) as set out in this Contract or as otherwise notified by lndian Railways;
b. Comply with all applicable laws;
c. Process the Personal Data only to the extent; and in such manner as is
necessary for the provision of the Provider‟s obligations under this Contract or
as is required by Law or any Regulatory Body;
d. Implement appropriate technical and organizational measures to protect the
Personal Data against unauthorized or unlawful Processing and against
accidental loss, destruction, damage, alteration or disclosure. These
measures shall be appropriate to the harm which might result from any
unauthorized or unlawful Processing, accidental loss, destruction or damage
to the Personal Data and having regard to the nature of the Personal Data
which is to be protected;
e. Take reasonable steps to ensure the reliability of its staff and agents who may
have access to the Personal Data;
f. Obtain prior written consent from the Authority in order to transfer the
Personal Data to any sub-contractor for the provision of the Services;
g. Not cause or permit the Personal Data to be transferred, stored, accessed,
viewed or processed outside of India without the prior written consent of the
lndian Railways
h. Ensure that all staff and agents required to access the Personal Data are
informed of the confidential nature of the Personal Data and comply with the
obligations set out in this clause
i. Ensure that none of the staff and agents publish disclose or divulge any of the
Personal Data to any third parties unless directed in writing to do so by the
Railways
j. Not disclose Personal Data to any third parties in any circumstances other
than with the written consent of the Railways or in compliance with a legal
obligation imposed upon the Railways; and

21.2 Notify the lndian Railways (within five Working Days) if it receives:
a) a request from a Data Subject to have access to that person‟s Personal Data; or
b) a complaint or request relating to the lndian Railways‟ obligations under the law;

21.3 The provision of this clause 21.0 shall apply during the Contract Period and indefinitely
after its expiry.

22.0 Legal Obligations

The Agency shall be responsible for carrying out all legal obligations as may be required
by the law. Broadly they are as under:-

 Contractor Labour (Regulation and Abolition) Act, 1970


 Minimum Wages Act, 1948
 Payment of Wages Act, 1936
 The Workman‟s Compensation Act, 1923
 Provisions of Employees Provident Fund and Miscellaneous Provisions Act,1952
 Employees‟ State Insurance Act, 1948
 Employees‟ Pension Scheme, 1995
 Factories Act, 1948
 Enforcement of Employment of Manual Scavengers and construction of Dry
Latrines (Prohibitions) Act, 1993
 Child Labour Act, 1986

Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer


pg. 29
 Apprentices Act, 1961
 Equal Remuneration Act, 1976
 Safai Karamcharis Act, 1993
 Industrial Disputes Act, 1947
 Maternity Benefit Act, 1961
 Trade Unions Act, 1926
 Payment of Bonus Act, 1965
 Payment of Gratuity Act, 1972
 industrial Employment (Standing Orders) Act, 1946
 Sexual Harassment of Women at Workplace (Prevention, Prohibition and
Redressal) Act, 2013

Other Conditions

 The Agency shall undertake, during or after completion/termination of the contract,


that it will not indulge itself in any work or project, which may hamper the image of
Railways.
 The Agency will hand over all the concerned software/tools/credentials/source code
or any such thing to the Northern Railway on completion/termination of the contract,
after satisfaction of the CPRO.
 The Agency is obligated to indemnify Northern Railway from and against damages,
liabilities, losses, costs, and expenses caused by the Agency‟s negligent
performance of services. Also, a prompt corrective action shall be taken by the
Agency for the resolution of the same.
 Northern Railway, at its sole discretion, may impose penalty, as deemed fit, on any
agency for poor performance/ service during the period of empanelment.
 Provision of Efficient and Competent Staff at Sites by the Agency
The Agency shall maintain efficient and competent staff to give the necessary
directions to her workers and to see that they provide their services in proper and
desirable manner and shall employ only such supervisors, workers & labour in or
about the execution of any of these services as are careful and skilled in the various
trades. Daily record of such supervisors and labour shall be maintained.

Deployment of Qualified Resource persons by the Agency

(a) The Agency shall also employ qualified resource persons based on value of the
contract and the extent of services as prescribed in the Bid documents as „Special
Conditions of Contract‟ by the Tender Inviting Authority.
(b) In case the Agency fails to employ the Resources, as aforesaid in the above
paragraph and in Annexure-B, Agency shall be liable to pay penalty at the rates, as
may be prescribed by the Ministry of Railways through separate instructions from
time to time for the default period for the provisions, as contained in this section or as
provided for in the bid document.

 Skilled Qualified Expert Deployed Resource Persons :

The whole of the services and/or supply of deliverables specified and provided in the
contract or that may be necessary to be done in order to form and complete any part
thereof shall be executed in the best and most substantial resource persons with
Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer
pg. 30
expertise and in a workman like manner with materials of the best and most
approved quality of their respective kinds, agreeable to the particulars contained in or
implied by the specifications and as referred to in and represented by the drawings or
in such other additional particulars, instructions and drawings may be found requisite
to be given during the carrying on of the services and to the entire satisfaction of the
concerned Manager according to the instructions and directions which the
Contractors may from time to time receive from the concerned Manager.

Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer


pg. 31
Annexure-A
Social Media Deliverables

SN Type of Work Frequency Targets

1. Regular creative On a Weekly basis: At least 50 At least 600 such


content for Social creatives in .jpeg .jpg, or .png reative per quarter
Media platforms / form. Adaptations of the same shall be required.
websites for other digital/ non-digital
formats including websites, etc. At least 45 such GIFs
per quarter shall be
On a monthly basis: At least 15 required.
GIFs
2. Whiteboard On a monthly basis: At least The Whiteboard
Animation and one white board animation and Animation/video shall
Videos one video, up to 2 to 3 minutes be shared in HD quality
duration and adaptations of the
same for different
media platforms like
YouTube, Facebook,
Twitter etc.

At least 6 such
Whiteboard Animation
and videos, each of up
to 2 to 3 minutes per
quarter shall be
required.

3. Infographics On a monthly basis: At least These will need to be


100 infographics adapted for other
mediums as well.

At least 300
infographics per
quarter shall be
required.

4. Blog Content/ Write On monthly basis: At least 4 Blog articles need to be


Ups for News Papers, articles 300 to 500 words with
Magazines/ House appropriate graphical
Journal etc. content in English and
Hindi.
5. Preparation of 360 On Daily Basis including on The file/folder/pad
Degree Reports Weekly Holidays and Gazetted containing news clippings
(News Papers/ Holidays of all the leading National
Magazines/ News dailies, News Channels,
Channels/ Social Social Media Platforms,
Media Platfroms/ Online dot coms should
News Dot Coms/ FM reach (through e-mailed/
Channels etc.) Whats App/
Print, Online, digital Drive/Cloud/Telegram/Pan
and social media Drive/CD or any other
coverage suggested medium) to
CPRO or to the Authorized
Officer/ CPRO‟s Office
Premises every day by 9:00
a.m.
6. Webcast/Live All important Events/ Ceremonial Only the important events
Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer
pg. 32
Streaming of important Functions etc. as informed by having VVIP present will be
events on YouTube, CPRO Office, Northern Railway. covered as and when
Facebook and Twitter needed.
and other social media
platforms.
7. Photography Still Coverage of all important The Still Photography
Events/Ceremonial Functions as Coverage will be submitted
and when informed by the CPRO to CPRO office for record
office and also the creative and and Archive purpose
artistic photography for various through CD/Drive etc. and
publicity contents for Social will be the sole property of
Media Northern Railway. No
photographs will be
provided to any other
person/ organization
without the consent of
authorized person of CPRO
Office Northern Railway
8. Videography Video Coverage of all important The Videography Coverage
Events/Ceremonial Functions as will be submitted to CPRO
and when informed by the CPRO office for record and
office and also the creative Archive purpose through
videography for various publicity CD or Drive etc. and will be
contents for Social Media the sole property of
Northern Railway. No Video
Content will be provided to
any other person/
organization without the
consent of authorized
person of CPRO Office
Northern Railway
9. Dash Board As defined in Scope of Work As defined in Scope of
Work
(With minimum 99.9%
uptime Guarantee)
10 Mobile Application As defined in Scope of Work As defined in Scope of
Work
(With minimum 99.9%
uptime Guarantee)

Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer


pg. 33
Annexure-B

Resource Deployment: Profiles of the Personnel

SN Designation Required Profile


1. Project Lead Qualification: Graduate in Mass Communication/Journalism/PR
Required Experience: >5 years
Expected Role: This person shall be the focal point of contact with
NORTHERN RAILWAY. This person will function as the campaign
manager–cum-team leader

2. Social Media Qualification: Any Graduate


Manager Required Experience: 3 years in Social Media
Expected Role: This person shall focus on managing the overall
hygiene, formulating strategies, coordinating with back-end team
(design and content) and shall have ability to analyse social media
platforms for the Railway Zone

3. Content Qualification: Any Graduate


Analyst Required Experience: 1 year in the field of content management
Expected Role: This person is expected to be proficient in spoken
and written English/Hindi. He/She should effectively able to
communicate, reative e with teams deployed at division level & with
internal teams of Railway Zones.

4. Project Qualification: Post-Graduation in Mass


Manager Communication/PR/Journalism
Required Experience: 5-8 years with at least 3 years in Social Media
Management
Expected Role: This person shall be the focal point of contact with
Zonal Team. This person will function as the campaign manager–cum-
team leader. The person shall have knowledge of Social Media
Management, ORM, Social Analytics, etc.
5. Response Qualification: Any Graduate
Management Required Experience: 3-5 years with at least 2 years in Response
Executive Management on social media for consumer-centric brands
Expected Role: The person will be the team leader for the ORM team
and shall be responsible for day-to-day user query management, MIS
reports and user conversations related analytics

6. Graphic Qualification: Any Graduate with Diploma in Multi-media


Designer Required Experience: Must have experience of having worked on
multiple platforms such as Adobe Photoshop, Corel Draw, in Design.
The person should have an experience of 3 to 5 years with at least 3
years, as graphic designer for multiple mediums and at least 2 years
for designing graphics for social media or digital audience
Expected Role: The person will be required to create designs for
social media
7. Content Qualification: Any Graduate
Writers Required Experience: Must have experience of having worked on
multiple platforms such as social media content, articles, blog, etc.

Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer


pg. 34
8. Video Editor Qualification: Any Graduate with Diploma in Multi-media
Required Experience: Must have experience of having worked on
multiple platforms such as Adobe Premiere Pro, Final Cut Pro, Adobe
After Effects, etc. The person should have an experience of 3 to 5
years, with at least 3 years as video editor for multiple mediums
9. Personnel for Qualification: 10+2 or above with Certificate/Diploma from any
Photography recognized institute of Photography
Required Experience: Must have experience of minimum 3 years of
having worked with any News Paper, Publication House, Media
House/ Institute/ Organization for news content, ceremonial or creative
photography.
10 Personnel for Qualification: 10+2 or above with Certificate/Diploma from any
Videography recognized institute of Photography/Videography
Required Experience: Must have experience of minimum 3 years of
having worked with any News Channel/ Publication House/ Media
House/ Production House/ Institute / Organization for news content,
ceremonial or creative videography for visual content.

Note: All concerned personnel shall be proficient in English, Hindi, Microsoft Office and IT
Tools required for managing social media like publishing softwares, softwares meant for
Creative Designs etc.

Working Timings: The Contractor shall have to carry out any required services round the
clock as per direction of the CPRO/DRM/Representative of CPRO/DRM.

Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer


pg. 35
Annexure-C
Price Bid Format

(To be submitted in a Separate Sealed Cover inside the main sealed cover)

SN Item Proposed Unit of Base Total Price Total Price


Name Quantity Measurement Price per exclusive of exclusive
unit GST (in Rs.) of GST (in
exclusive (in Figures) Rs.)
of GST (in Words)
(in Rs.)

(1) (2) (3) (4) (5)=(2)x(4) (6)

1 Annual 1 Lump Sum*


Agency
fees
covering
the
complet
e scope
of work

*The applicant shall also submit the break-up of costs for all the items mentioned in Scope of
work as Annexure-C(i). A total of the same shall be shown in the Lump Sum column
indicated as above. Later, in case if the successful Agency fails to deliver any service
mentioned in scope of work, penalty will be imposed on the basis of itemized break-up cost
submitted by the applicant/bidder please.
(The Annuxure-C as above & C(i) containing break up of costs to be submitted in a
Sealed Cover within the envelope containing Annexure-C)

Note:-

Price Basis
a. The quoted rates of the bidder in Sl. No. 1 of Price bid table have to be all-
inclusive (including all costs pertaining to personnel and logistics) for execution of
the complete work as per the Scope of Work, activities, terms & conditions, and
compliances, etc. Any other item as required for execution of Scope of work to be
provided within the quoted price.

b. The quoted rates are inclusive of all applicable taxes and levies, etc. except GST
charges. GST would be paid extra at applicable rates. The successful bidder
must be mandatorily registered under GST Act of the particular state.

c. Prices given are for a year and will remain firm till the execution of the contract for
2 years.

Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer


pg. 36
Annexure-D(i)
Registered Acknowledgement Due

PERFORMANCE NOTICE

_______ RAILWAY
(Without Prejudice)

To

M/s_________________________________

Dear Madam/Sir

Contract Agreement No. _________________________________


In connection with _________________________________

1. In spite of repeated instructions to you by the subordinate offices as well as by this


office in various letters of even no. _______ ,dated__________,you have failed to
start service/achieve desirable standard of services till now.
2. Your attention is invited to this office/Chief Manager‟s office letter no._____,
dated_____ in reference to your representation, dated_______.
3. As you have failed to abide by the instructions issued to commence the service/
achieve desirable standard of services, you are hereby given a notice to commence
the service/ to make good the default, failing which further action will be taken as to
terminate your Contract and complete the balance services without your participation.
4. In addition to the above, Railway is also free to invite a bid to procure the balance
services without your participation, starting from the date of issue of this notice.

Kindly acknowledge receipt.

Yours faithfully,

Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer


pg. 37
Annexure-D(ii)
Registered Acknowledgement Due

REVOCATION OF PERFORMANCE NOTICE

___________RAILWAY
(Without Prejudice)

To

M/s _________________________________

Dear Madam/Sir,

Contract Agreement No. _________________________________

In connection with _________________________________

1. Your attention is invited to this performance notice Issued by this office vide letter no.
_________, dated ________.
2. As you have Improved the delivery of services since the issue of the said notice, the
performance notice mentioned at para 1 above stands withdrawn.

Kindly acknowledge receipt.

Yours faithfully,

Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer


pg. 38
Annexure-D(iii)
Registered Acknowledgement Due

7 DAYS NOTICE

______________RAILWAY
(Without Prejudice)

To

M/s _____________________________

Dear Madam/Sir,

Contract Agreement No. _____________________________


In connection with. _____________________________

1. Performance Notice was given to you under this office letter of even no.,
dated______, but you have taken no action to commence the services / improve the
quality of the services to the specified standards.
2. You are hereby given 7 days notice to commence the service to make good the
default, failing which further action to terminate your Contract and complete the
balance services without your participation will be taken.
3. If your performance does not improve, on expiry of this period, a notice for
termination of the above contract shall be Issued to you under which your contract
shall stand rescinded and the services under this contract will be earned out
independently without your participation and your Performance Guarantee shall also
be encashed forfeited and consequences which may please be noted.

Kindly acknowledge receipt.

Yours faithfully,

Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer


pg. 39
Annexure-D(iv)
Registered Acknowledgement Due

TERMINATION NOTICE RAILWAY


(Without Prejudice)

No.__________________________ Dated __________

To

M/s. _____________________________

Dear Madam/Slr

Contract Agreement No. _____________________________


ln connection with _____________________________

Seven days (7 days) notice was given to you under this office letter of even no.
dated_________ but your performance has not Improved/ you have taken no action to
commence the services/ improve the quality of the services to the specified standards.

Since the period of 7 days‟ notice has already expired, the above contract stands rescinded
and the balance services under this contract will be carried out independently without your
participation. Your participation as well as participation of every member/partner In any
manner as an individual or a partnership firm is hereby debarred from participation in the Bid
for executing the balance services and your Performance Guarantee shall also be encashed/
forfeited.

In addition, your participation as well as participation of every member/ partner in any


manner as an individual or a partnership firm is hereby debarred from participation in the bid
for executing any work being tendered by the said Railway for a period of two years from the
date of issue of this letter.

Kindly acknowledge receipt.

Yours faithfully,

Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer


pg. 40
Annexure-E

Agreement towards Waiver under Section 12(5) and Section 31A (5) of Arbitration and
Conciliation (Amendment) Act

I/we__________ (Name of agency/Contractor) with reference to agreement no. ________


raise disputes as to the construction and operation of this contract, or the respective rights
and liabilities, withholding of certificate and demand arbitration in respect of following claims:

Brief of claim:
a. Claim 1- Detailed at Annexure –
b. Claim 2 –
c. Claim 3 –

I/we________(post of Officer) with reference to agreement no. ________ hereby raise


disputes as to the construction and operation of this contract, or the respective rights and
liabilities, withholding of certificate and demand arbitration in respect of following claims:

I/we ______ do/do not agree to waive off applicability of section 12(5) of Arbitration and
Conciliation (Amendment) Act.

Signature of Claimant __________________ Signature of Respondent _____________

Agreement under Section 31(5)


I/we___________ (Name of claimant) with reference to agreement no. __________ hereby
waive off the applicability of sub section 31-A (2) to 31-A (4) of the Arbitration and
Conciliation (Amendment) Act. We further agree that the cost of arbitration will be shared by
the parties as per Clause 9.5 (h).

Signature of Claimant _________________ Signature of Respondent _____________

* Strike out whichever not applicable.

Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer


pg. 41
Annexure-F

Certification by Arbitrators appointed under Settlement of Disputes – Arbitration and


Conciliation Rules
Conditions of Contract
1. Name:
2. Contact Details:
3. Prior experience (Including Experience with Arbitrations):
4. I do not have more than ten on-going Arbitration cases with me.
5. I hereby certify that I have retired from Railways w.e.f. ________ and empanelled as
Railway Arbitrator as per „The Arbitration and Conciliation Act- 1996‟.
6. I have no any past or present relationship in relation to the subject matter in dispute, whether
financial, business, professional or other kind
Or
I have past or present relationship in relation to the subject matter in dispute. Whether
financial, business, professional or other kind. The list of such interests is as under:

7. I have no any past or present relationship with or interest in any of the parties whether
financial, business, professional or other kind, which is likely to give rise to justifiable doubts
as to my independence or impartiality in terms of The Arbitration and Conciliation Act-1996.
Or
I have past or present relationship with or interest in any of the parties whether financial,
business, professional or other kind, which is likely to give rise to justifiable doubts as to my
independence or impartiality in terms of The Arbitration and Conciliation Act-1996. The
details of such relationship or interests are as under:

8. There are no concurrent Circumstances which are likely to affect my ability to devote
sufficient time to the arbitration and in particular to finish the entire arbitration within twelve
months.
Or
There are Circumstances which are likely to affect my ability to devote sufficient time to the
arbitration and in particular to finish the entire arbitration within twelve months. The list of
such circumstances is as under:

Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer


pg. 42
Annexure-G

FORMAT FOR AFFIDAVIT TO BE SUBMITTED BY TENDERER ALONGWITH THE


TENDER DOCUMENTS

( To be executed in presence of Public notary on non-judicial stamp paper of the value of Rs.100/-. The stamp
paper has to be in the name of tenderer)**
I………………………(Name and designation)** appointed as the attorney/authorized signatory of the tenderer
(including its constituents),
M/s------------------------(hereinafter called the tenderer) for the purpose of the Tender documents for the work
of________________as per the tender No.____________________of Northern Railway, do hereby solemnly
affirm and state on the behalf of the tenderer including its constituents as under:

1. I/We the tenderer(s) am/are signing this document after carefully reading the contents.

2. I/We the tenderer(s) also accept all the conditions of the tender and have signed all the pages in
confirmation thereof.

3. I/We hereby declare that/I/we have downloaded the tender documents from Northern Railway website
www.nr.indianrailways.gov.in . I/we have verified the content of the documents from the website and there is
no addition, no deletion or no alteration to the content of the tender document. In case of any discrepancy
noticed at any stage i.e. evaluation of tender; execution of work or final payment of the contract, the master
copy available with the Railway Administration has all be final and binding upon me/us.

4. I/We declare and certify that I/we have not made any misleading or false representation in the forms,
statements and attachments in proof of the qualification requirements.

5. I/We also understand that my/our offer will be evaluated based on the documents/credentials/submitted
along with the offer and same shall be binding upon me/us.

6. I/We declare that the information and documents submitted along with the tender by me/us are correct and
I/we are fully responsible for the correctness of the information and documents, submitted by us.

7. I/We undersigned that if the certificates regarding eligibility criteria submitted by us are found to be
forged/false or incorrect at any time during process for evaluation of tenders, it shall lead to forfeiture of the
tender EMD besides banning of business for five year on entire IR. Further, I/We(insert name of the
tenderer)**______________________and all my/our constitutes understand that my/our offer shall be
summarily rejected.

8. I/We also understand that if the certificates submitted by us are found to be false/forged or incorrect at any
time after the award of the contract, it will lead to termination of the contract, along with forfeiture of EMD/SD
and Performance guarantee besides any other action provided in the contract including banning of business
for five year on entire IR.

DEPONENT
SEAL AND SIGNATURE
OF THE TENDERER

VERIFICATION

I/We above named tenderer do hereby solemnly affirm and verify that the contents of my/our above affidavit are
true and correct. Nothing has been concealed and no part of it is false.

DEPONENT SEAL AND SIGNATURE OF THE TENDERER


Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer
pg. 43
Annexure-H

List of Deliverables Monitoring Indices to be linked with Release of Payment

(To be submitted by the Selected Agency after the Agreement/Contract is signed)

The selected Social Media Management and Media Analysis Agency shall furnish the following Statements
(Statements A & B) along with the bill preferred by the Agency before the Payment Release Committee for
scrutiny and arranging payments. If the Agency fails to perform the any of assigned task as per scope of work,
the Agency’s bill shall be deducted:-

Statement-A

Sr. Indices Particulars Frequency Penalty (Amount Remarks, if


No. to be deducted any.
from the Bill)
Detail of Resource Deployed along with their payment details disbursed electronically
1 Name of Project Days of Work Furnish Detail of Monthly Salary
Lead/ Head posted Payment done to Multiplied by No.
at CPRO office (Furnish the Deployed Staff by of Days of
Days of Work Cheque No./ Absence and
here) RTGS/ ECS in this Divided by 30
column here
Illustration :
Suppose Salary =
Rs. 30,000
Days of Absence
= 02

Then Penalty will


be :-

30,000X2/30 =
Rs. 2000/-
2 Name of Social Days of Work Furnish Detail of Monthly Salary
Media Manager Payment done to Multiplied by No.
posted at CPRO (Furnish the Deployed Staff by of Days of
Office Days of Work Cheque No./ Absence and
here) RTGS/ ECS in this Divided by 30
column here
3 Name of Content Days of Work Furnish Detail of Monthly Salary
Analyst posted at Payment done to Multiplied by No.
CPRO office (Furnish the Deployed Staff by of Days of
Days of Work Cheque No./ Absence and
here) RTGS/ ECS in this Divided by 30
column here
4 Name of Content Days of Work Furnish Detail of Monthly Salary
Analyst at Delhi Payment done to Multiplied by No.
Division (Furnish the Deployed Staff by of Days of
Days of Work Cheque No./ Absence and
here) RTGS/ ECS in this Divided by 30
column here
5 Name of Content Days of Work Furnish Detail of Monthly Salary
Analyst at Ferozpur Payment done to Multiplied by No.
Division (Furnish the Deployed Staff by of Days of
Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer
pg. 44
Days of Work Cheque No./ Absence and
here) RTGS/ ECS in this Divided by 30
column here
6 Name of Content Days of Work Furnish Detail of Monthly Salary
Analyst at Ambala Payment done to Multiplied by No.
Division (Furnish the Deployed Staff by of Days of
Days of Work Cheque No./ Absence and
here) RTGS/ ECS in this Divided by 30
column here
7 Name of Content Days of Work Furnish Detail of Monthly Salary
Analyst at Lucknow Payment done to Multiplied by No.
Division (Furnish the Deployed Staff by of Days of
Days of Work Cheque No./ Absence and
here) RTGS/ ECS in this Divided by 30
column here
8 Name of Content Days of Work Furnish Detail of Monthly Salary
Analyst at Payment done to Multiplied by No.
Moradabad Division (Furnish the Deployed Staff by of Days of
Days of Work Cheque No./ Absence and
here) RTGS/ ECS in this Divided by 30
column here
9 Name of Project Days of Work Furnish Detail of Monthly Salary
Manager Payment done to Multiplied by No.
(Furnish the Deployed Staff by of Days of
Days of Work Cheque No./ Absence and
here) RTGS/ ECS in this Divided by 30
column here
10 Names of 02 Days of Work Furnish Detail of Monthly Salary
Response Payment done to Multiplied by No.
Management (Furnish the Deployed Staff by of Days of
Executives Days of Work Cheque No./ Absence and
here) RTGS/ ECS in this Divided by 30
column here
11 Name of Graphic Days of Work Furnish Detail of Monthly Salary
Designer Payment done to Multiplied by No.
(Furnish the Deployed Staff by of Days of
Days of Work Cheque No./ Absence and
here) RTGS/ ECS in this Divided by 30
column here
12 Names of 02 Days of Work Furnish Detail of Monthly Salary
Content Writers Payment done to Multiplied by No.
(Furnish the Deployed Staff by of Days of
Days of Work Cheque No./ Absence and
here) RTGS/ ECS in this Divided by 30
column here
13 Name of Video Days of Work Furnish Detail of Monthly Salary
Editors Payment done to Multiplied by No.
(Furnish the Deployed Staff by of Days of
Days of Work Cheque No./ Absence and
here) RTGS/ ECS in this Divided by 30
column here
14. Name of Days of Work Furnish Detail of Monthly Salary
Photography Payment done to Multiplied by No.
Personnel (Furnish the Deployed Staff by of Days of
Days of Work Cheque No./ Absence and
Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer
pg. 45
here) RTGS/ ECS in this Divided by 30
column here
15. Name of Days of Work Furnish Detail of Monthly Salary
Videography Payment done to Multiplied by No.
Personnel (Furnish the Deployed Staff by of Days of
Days of Work Cheque No./ Absence and
here) RTGS/ ECS in this Divided by 30
column here
Please furnish the Detail of Archival Support provided as under :-
16 Weather the team 1/12 of the amount
has marked all mentioned by the
digital content (text, agency in
photo, video etc.) as Annexure-C(i) for
copyright wherever this service
applicable?
17 Storage of content 1/12 of the amount
and data by means mentioned by the
of online/offline agency in
archival done? Annexure-C(i) for
this service
18 Archival Support 1/12 of the amount
made available to mentioned by the
the Northern agency in
Railway on Annexure-C(i) for
demand? this service
19 Is the content being 1/12 of the amount
stored on rolling mentioned by the
basis? agency in
Annexure-C(i) for
this service
20 Media Assistant 1/12 of the amount
Content provided by mentioned by the
means of agency in
online/offline Annexure-C(i) for
archival support this service
(Information
gathered, briefs
produced,
Responses made
(please mention the
numbers in a month)
21 Media Coverage 1/12 of the amount
Analysis mentioned by the
Whether the Agency agency in
has maintained a Annexure-C(i) for
digital store in the this service
form of online portal
which provide
access to all news
and TV programmes
monitored on
Railways
22 Is the portal 1/12 of the amount
password protected mentioned by the
and mention its agency in
Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer
pg. 46
uptime period Annexure-C(i) for
this service
23 Is the Portal 1/12 of the amount
providing news and mentioned by the
TV coverage on a agency in
rolling basis ? Annexure-C(i) for
this service
Social Media Reports
24 Is the Social Media 1/12 of the amount
report including mentioned by the
follower base, user agency in
response to the Annexure-C(i) for
content posted have this service
been provided on
Weekly basis, if yes
please attach Copy
25 Has a 1/12 of the amount
comprehensive mentioned by the
quarterly agency in
performance Annexure-C(i) for
dashboard indicating this service
the change in
follower base,
content
engagement,
achievements etc
prepared, plz attach
copy
26 Response 1/12 of the amount
Management Report mentioned by the
on Daily basis agency in
attached ? Annexure-C(i) for
this service
27 Response 1/12 of the amount
Management Report mentioned by the
on Monthly basis agency in
attached ? Annexure-C(i) for
this service
28 Weekly Media 1/12 of the amount
Assistance Report mentioned by the
mentioning number agency in
of briefs produced ? Annexure-C(i) for
this service

Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer


pg. 47
29 A report of the 1/12 of the amount
produced briefs mentioned by the
which have been agency in
published in Annexure-C(i) for
newspapers with the this service
list of newspapers
and snippets of the
same provided ?

30 Is the report 1/12 of the amount


produced is in pdf mentioned by the
format ? agency in
Annexure-C(i) for
this service
31 Media Coverage 1/12 of the amount
Reports through mentioned by the
Daily Email Alerts agency in
provided ? Annexure-C(i) for
this service

Signature and Seal of Authorized Signatory

Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer


pg. 48
Statement-B

SN Type of Work Frequency Target Penalty Remarks


(Amount to
be deducted
from the
Bill)
1. Regular On a Weekly basis: At At least 600 such 1/12 of
creative least 50 creatives in reative per the
content for .jpeg .jpg, or .png form. quarter shall be amount
Social Media Adaptations of the required. mentione
platforms / same for other digital/ d by the
websites non-digital formats At least 45 such agency in
including websites, etc. GIFs per quarter Annexure
shall be required. -C(i) for
On a monthly basis: At this
least 15 GIFs service
2. Whiteboard On a monthly basis: At The video shall 1/12 of
Animation least one video, up to 2 be shared in HD the
and Videos to 3 minutes duration quality and amount
adaptations of mentione
the same for d by the
different media agency in
platforms like Annexure
YouTube, -C(i) for
Facebook, this
Twitter etc. service

At least 9 such
videos, each of
up to 2 to 3
minutes per
quarter shall be
required.

3. Infographics On a monthly basis: At These will need 1/12 of


least 150 infographics to be adapted for the
other mediums amount
as well. mentione
d by the
At least 450 agency in
infographics per Annexure
quarter shall be -C(i) for
required. this
service
4. Blog Content/ On monthly basis: At Blog articles need to 1/12 of the
Write Ups for least 10 articles be 300 to 500 words amount
News Papers, with appropriate mentioned by
Magazines/ graphical content in the agency in
House Journal English and Hindi. Annexure-C(i)
etc. for this service
5. Preparation of On Daily Basis including The file/folder/pad 1/12 of the
360 Degree on Weekly Holidays and containing news amount
Reports (News Gazetted Holidays clippings of all the mentioned by
Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer
pg. 49
Papers/ leading National the agency in
Magazines/ dailies, News Annexure-C(i)
News Channels/ Channels, Social for this service
Social Media Media Platforms,
Platfroms/ News Online dot coms
Dot Coms/ FM should reach (through
Channels etc.) e-mailed/ Whats App/
Print, Online, Drive/Cloud/Telegram
digital and social /Pan Drive/CD or any
media coverage other suggested
medium) to CPRO or
to the Authorized
Officer/ CPRO’s
Office Premises every
day by 9:00 a.m.
6. Webcast/Live All important Events/ Only the important 1/12 of the
Streaming of Ceremonial Functions events having VVIP amount
important events etc. as informed by present will be mentioned by
on YouTube, CPRO Office, Northern covered as and when the agency in
Facebook and Railway. needed. Annexure-C(i)
Twitter and for this service
other social
media platforms.
7. Photography Still Coverage of all The Still Photography 1/12 of the
important Coverage will be amount
Events/Ceremonial submitted to CPRO mentioned by
Functions as and when office for record and the agency in
informed by the CPRO Archive purpose Annexure-C(i)
office and also the through CD/Drive etc. for this service
creative and artistic and will be the sole
photography for various property of Northern
publicity contents for Railway. No
Social Media photographs will be
provided to any other
person/ organization
without the consent of
authorized person of
CPRO Office
Northern Railway
8. Videography Video Coverage of all The Videography 1/12 of the
important Coverage will be amount
Events/Ceremonial submitted to CPRO mentioned by
Functions as and when office for record and the agency in
informed by the CPRO Archive purpose Annexure-C(i)
office and also the through CD or Drive for this service
creative videography for etc. and will be the
various publicity contents sole property of
for Social Media Northern Railway. No
Video Content will be
provided to any other
person/ organization
without the consent of
authorized person of
CPRO Office
Northern Railway
Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer
pg. 50
9. Dash Board As defined in Scope of As defined in Scope 1/12 of the
Work of Work amount
(With minimum mentioned by
99.9% uptime the agency in
Guarantee) Annexure-C(i)
for this service
10 Mobile As defined in Scope of As defined in Scope 1/12 of the
Application Work of Work amount
mentioned by
(With minimum the agency in
99.9% uptime Annexure-C(i)
Guarantee) for this service

Note : This is subject to minor modification on the basis of the Annexure-C(i) submitted by the applicant tenderer.
Please attach the relevant statement/documents also.

Signature and Seal of Authorized Signatory

Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer


pg. 51
COVERING LETTER TO BE SUBMITTED WITH THE OFFER

The Chief Public Relations Officer


Northern Railway, NDCR Building,
State Entry Road,
New Delhi-110055

Sub: Application for Selection of Agency for Social Media Management and Media
Analysis for Northern Railway with CPRO of the Zone

1. Name of the Agency ------------------------------------------


2. Full Address ------------------------------------------
3. Earnest Money/Cost of the Application Form, attached Yes No
4. Details of facilities/documents furnished along with application
a. Agency website Yes No
b. Income Tax Return for last 3 years attached Yes No
c. GST Registration no. Provided Yes No
d. List of Resource Persons to be deployed along with individuals experience, attached
Yes No
5. Details of other additional infrastructure and manpower available at local office.
6. Experience of Agency

a. List of Clients (period to be specified)


b. Experience with Central Govt./State Govt./PSU) Yes No
If yes, then whether the details of name of the organization(s), period and value of campaigns
furnished
c. Experience with Railways Yes No
If yes, then whether the details of the Railway, period and value of campaigns furnished

7. List of all the documents defined in Para 6.0 of the Application Form duly numbered as
suggested in Application Form, attached Yes No
8. Certified Turnover in Rs (Crore). in last 3 years, attached Yes No

9. Willing to service on holidays/ beyond office hours Yes No


10.Technical and Financial Bid Documents (Double Packet), attached Yes No
11.Annexure-C and C, (i) attached as advised in Application Form Yes No
12.The Grand Totals of all the Annexures having monetary Values have been done? (If not done,
such documents will not be entertained.) Yes No
13. Any other information which the applicant feels necessary to bring to the notice of Northern
Railway Administration.

I/we have perused the attached Terms & Conditions for the Selection of Agency for Social
Media Management and Media Analysis service for Northern Railway and hereby agree to all the
Terms and Conditions.

Signature:--------------------------------------------
Name of Signing authority (In Block letters)------------------------
Date:------------
Stamp of the Agency and Place: ----------

Special Note : Please prepare proper index of all the enclosures of your Application Form and
indicate here the Sr.Nos. of the above mentioned Documents.
Signature of Ch.OS Signature of Sr.PRO Signature of Tenderer
pg. 52

You might also like