RFP 3
RFP 3
Document
Volume 1: Bidding Instructions and Terms & Conditions
Reference
Page 1 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
Disclaimer
The information contained in this Tender or subsequently provided to Applicant (Bidder), whether
verbally or in documentary or any other form by or on behalf of the Authority or any of its employees
or advisers, is provided to Applicants on the terms and conditions set out in this Tender and such other
terms and conditions subject to which such information is provided.
This Tender is issued by the Food Corporation of India. This Tender is not an agreement and is neither
an offer nor invitation by the Authority to the prospective Applicants or any other person. The purpose
of this Tender is to provide interested parties with information that may be useful to them in the
formulation of their Proposals pursuant to this Tender. This Tender includes statements, which reflect
various assumptions and assessments arrived at by the Authority in relation to the Selection of System
Integrator Agency for Installation & Commissioning (I&C), Operations and maintenance of AI-based
CCTV solution at FCI Godowns. Such assumptions, assessments and statements do not purport to
contain all the information that each Applicant may require. This Tender may not be appropriate for all
persons, and it is not possible for the Authority, its employees, or advisers to consider the objectives,
technical expertise and particular needs of each party who reads or uses this Tender. The
assumptions, assessments, statements, and information contained in this Tender, may not be
complete, accurate, adequate, or correct. Each Applicant should, therefore, conduct its own
investigations and analysis and should check the accuracy, adequacy, correctness, reliability and
completeness of the assumptions, assessments and information contained in this Tender and obtains
independent advice from appropriate sources.
Information provided in this Tender to the Applicants is on a wide range of matters, some of which
depends upon interpretation of law. The information given is not an exhaustive account of statutory
requirements and should not be regarded as a complete or authoritative statement of law. The Authority
accepts no responsibility for the accuracy or otherwise for any interpretation or opinion of the law
expressed herein.
The Authority, its employees and advisers make no representation or warranty and shall have no
liability to any person including any Applicant under any law, statute, and rules or regulations or tort,
principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which
may arise from or be incurred or suffered on account of anything contained in this Tender or
otherwise, including the accuracy, adequacy, correctness, reliability or completeness of the
Tender and any assessment, assumption, statement or information contained therein or deemed to
form part of this Tender or arising in any way in this Selection Process.
The Authority also accepts no liability of any nature whether resulting from negligence or otherwise
however caused arising from reliance of any Applicant upon the statements contained in this Tender.
The Authority may in its absolute discretion, but without being under any obligation to do so, update,
amend or supplement the information, assessment or assumption contained in this Tender. The issue
of this Tender does not imply that the Authority is bound to select an Applicant or Applicants, as the
case may be, for the Selection of System Integrator Agency for I&C, Operations of AI-based CCTV
solution at FCI Godowns, the Authority reserves the right to reject all or any of the Proposals without
assigning any reasons whatsoever.
The Applicant shall bear all its costs associated with or relating to the preparation and submission of
its Proposal including but not limited to preparation, copying, postage, delivery fees, expenses
associated with any demonstrations or presentations which may be required by the Authority, or any
other costs incurred in connection with or relating to its Proposal. All such costs and expenses will
remain with the Applicant and the Authority shall not be liable in any manner whatsoever for the same
or for any other costs or other expenses incurred by an Applicant in preparation or submission of the
Proposal, regardless of the conduct or outcome of the Selection Process.
Page 2 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
Abbreviations
2. AI Artificial Intelligence
4. CA Charted Accountant
9. FR Facial Recognition
17. HQ Headquarters
Page 3 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
Page 4 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
Table of Contents
1 Bidding Datasheet .......................................................................................................................... 9
2 Glossary ........................................................................................................................................ 11
3 Introduction ................................................................................................................................. 16
4 Overall Brief ................................................................................................................................. 16
4.1 About FCI ...................................................................................................................................... 16
4.2 Project Brief ................................................................................................................................. 17
Number of Godowns State wise .......................................................................................................... 17
Overall, Scope of the Project ............................................................................................................... 18
4.3 Structure of the RFP ..................................................................................................................... 20
Volume 1 – Instructions to Bidders ...................................................................................................... 20
Volume 2 – Scope of work ................................................................................................................... 20
Volume 3 – Master Service Agreement ............................................................................................... 21
5 Instructions to Bidders (ITB) ........................................................................................................ 21
5.1 General Information .................................................................................................................... 21
5.2 RFP Issuing Authority ................................................................................................................... 21
5.3 Bidder Registration and Instruction ............................................................................................. 21
5.4 Payment of Portal registration Fee, Tender Fee and EMD .......................................................... 21
5.5 Publishing of N.I.T. ....................................................................................................................... 22
5.6 Downloading of Tender Document .............................................................................................. 22
5.7 Key Dates ..................................................................................................................................... 22
5.8 Consortium Conditions ................................................................................................................ 22
5.9 Sub-contracting ............................................................................................................................ 24
5.10 Compliant Bids/Completeness of Response ................................................................................ 24
5.11 Bidder to Inform ........................................................................................................................... 24
5.12 Bid Preparation Costs ................................................................................................................... 24
5.13 Pre-bid meeting & Clarification.................................................................................................... 25
5.14 Bidders Queries ............................................................................................................................ 25
5.15 Responses to Pre-Bid Queries and Issue of Corrigendum ........................................................... 25
5.16 RFP Document Fee ....................................................................................................................... 25
5.17 Earnest Money Deposit (EMD) .................................................................................................... 25
5.18 Bid Validity Period ........................................................................................................................ 26
5.19 Submission of Bid ......................................................................................................................... 26
5.20 Bid Formats .................................................................................................................................. 27
5.21 Pre-Qualification Bid Format ....................................................................................................... 27
5.22 Technical Bid Format.................................................................................................................... 27
5.23 Commercial Bid Format ............................................................................................................... 27
Page 5 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
Page 6 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
Page 7 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
12.18 Power of Attorney executed by Consortium Member in favor of Lead Bidder. .................. 88
12.19 Format for Power of Attorney to Authorize Signatory ........................................................ 90
13 Annexure 3 – Formats for submission Technical Bid ................................................................... 92
13.1 Technical Bid Checklist ................................................................................................................. 92
13.2 Technical Bid Covering Letter ...................................................................................................... 93
13.3 Project Plan .................................................................................................................................. 95
14 Annexure 4 – Formats for Submission of the Commercial Bid .................................................... 96
14.1 Commercial Bid Covering Letter .................................................................................................. 97
14.2 Bill of Materials ............................................................................................................................ 99
CAPEX (Capital Expenditure) ............................................................................................................ 100
OPEX (Operational Expenditure) ...................................................................................................... 104
15 Annexure 5 – Format for Performance Bank Guarantee ........................................................... 108
16 Annexure 6 – Non-Disclosure Agreement ................................................................................. 110
17 Annexure 7 – Project Details...................................................................................................... 113
18 Annexure 8 – Undertaking on Exit Management and Transition .............................................. 114
19 Annexure 9 – Format for affidavit for OEM claiming benefit under Make in India Policy ........ 115
20 Annexure 10 – Declaration by Bidder on Make in India ............................................................ 117
21 Annexure 11 – Land Border Sharing Declaration ....................................................................... 118
22 Annexure 12 – Installation & Commissioning Certificate Template .......................................... 119
Page 8 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
1 Bidding Datasheet
Particulars Details
Tender Inviting Authority Food Corporation of India
Tender/RFP number Same as published GeM Bid No.
Project name/ Name of the Selection of SI agency for I&C, Operations of CCTV
Engagement Monitoring at FCI Owned Godowns
Seven (7) months implementation + Five (5) years of
Operations and Maintenance (O&M) from project Go-live.
Period of Contract
(With a provision for yearly extension up to 2 additional
years on mutual agreement)
Release Date of RFP 08/03/2024
RFP document can be downloaded online from the
Availability of RFP Documents
website: https://gem.gov.in
Pre-Bid Conference Date, Time & 20/03/2024, 1500 Hrs. at the Board Room, Food
Venue Corporation of India, Headquarters, New Delhi
Last date for Submission of Pre-Bid Bidders may post queries by email to
Queries (Only through e-mail) ([email protected]) on or before 23/03/2024
Publish Response to Pre-bid queries
28.03.2024
(only through e-mail)
Last Date and Time for Submission 19.04.2024, 1600 Hrs
of Bids
Opening of Bid 19.04.2024, 1630 Hrs
Demonstration/ Presentation by To be declared later
Bidders
Opening of Financial Bids Through GeM portal
Validity of Proposal Must be valid for 180 days post the last date of submission
of bid
Address of Communication [email protected]
Page 9 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
Particulars Details
Currency in which the Bidders may quote the price and
Currency
will receive payment is INR only.
Note:
The above dates, time and venue may be altered by the Department at its sole discretion after
giving prior notice to the Bidders. The information provided in the above Bidding Data Sheet is
further elaborated in the subsequent sections of this RFP. Information provided in the Bidding
Data Sheet, and subsequent sections of this RFP are to be read in conjunction and are to be
interpreted harmoniously.
The Bidding process shall be conducted in an online (e-tendering) manner. Please visit
https://gem.gov.in
All the notification & detailed terms and conditions regarding this tender notice hereafter will
be published online on web site https://gem.gov.in
Page 10 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
2 Glossary
S No Term Definition
3. Authority/ GM(Security) acting for and on behalf of the Food Corporation of India.
Department/ Tender
Inviting Authority/
Purchaser
5. Bidder The use of the term “Bidder” in the tender means the Sole Bidder or the
Lead Bidder of the consortium of firms (not exceeding two members
including Lead Bidder)
6. Bid / Proposal Offer submitted by the Bidder to fulfil the requirement of the Client/
Authority against this RFP. It shall be a comprehensive technical and
commercial response to this RFP.
7. Breach A breach by Bidder of any of its obligations under this RFP and resultant
Agreement
8. Completed Project "Completed project" means projects, which have completed the
implementation phase/ Project has been declared Go-live/ 75% of
CAPEX has been paid to the bidder. The bidder should submit a
Certificate from the Client/ Statutory Auditor/ CA with UDIN number
to ascertain the claim of the completed project.
Client appreciation letter (if available)
10. Confidential All information including Dept. Data (whether in written, oral, electronic
Information or other format) which relates to the technical, financial and business
affairs, dealers, suppliers, products, developments, operations,
processes, data, trade secrets, design rights, know-how, plans, budgets
and personnel of each department and its affiliates which is disclosed
to or otherwise learned by the other Party in the course of or in
connection with this Agreement (including without limitation such
information received during negotiations, location visits and meetings in
connection with this Agreement);
Page 11 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
S No Term Definition
11. Consortium A consortium of up to two (2) exclusive members including the Lead
Bidder is allowed.
12. Control In relation to any business entity, the power of a person to secure:
a) by means of the holding of shares or the possession of voting
power in or in relation to that or any other business entity, or
b) by virtue of any powers conferred by the articles of association or
other document regulating that or any other business entity, that
the affairs of the first mentioned business entity are conducted in
accordance with that person’s wishes and in relation to a
partnership, means the right to a share of more than one half of
the assets, or of more than one half of the income, of the
partnership
14. Consortium The Bidder who will come along with the Lead Bidder to comply with the
member (if any) terms & conditions mentioned in the tender document.
16. Large IT project / To be used for PQ criteria no. 6,7 & TQ criteria no. 3,4
CCTV Project with
Government The Bidder should have implemented (Completed) a large IT project for
Agency any Central Government/ State Government/ PSU/ Municipal
Corporation having the order value of minimum 50 crores (as sole or
Lead Bidder) involving Centralized multilocation CCTV System / Large
IT Application Implementation / and Post Implementation Support (in
last 7 years as on bid submission date.
Completed Project:
"Completed project" means projects, which have completed the
implementation phase/ Project has been declared Go-live/ 75% of
CAPEX has been paid to the bidder. The bidder should submit a
Certificate from the Client/ Statutory Auditor/ CA with UDIN number
to ascertain the claim of the completed project.
Client appreciation letter (if available)
Notes:
a) Project should have been Completed in last seven (7) years, as
on last date of the bid submission.
Page 12 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
S No Term Definition
1. Mandatory
Centralized CCTV based Surveillance system. The project should
have at least 1000+ IP cameras distributed in multiple locations in a
single project.
Centralized Command & Control/Monitoring Center
Completed Project:
"Completed project" means projects, which have completed the
implementation phase/ Project has been declared Go-live/ 75% of
CAPEX has been paid to the bidder. The bidder should submit a
Certificate from the Client/ Statutory Auditor/ CA with UDIN number
to ascertain the claim of the completed project.
Client appreciation letter (if available)
Notes:
a) ‘Project’ should have been Completed in last seven (7) years,
as on last date of the bid submission.
b) ‘Location’ here means a distinct revenue district/city/state.
Page 13 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
S No Term Definition
20 Project Go Live The date of commencement of Operations and Maintenance phase after
the successful completion of the Project Implementation (acceptance of
the User Acceptance Testing (UAT) / overall solution by the Authority)
21 Partial Go Live/ If so, specified in the Agreement, Installation and Commissioning shall
Acceptance be carried out individually for each identified major component or
Subsystem(s) of the System. In this event, the provisions in the Contract
relating to Installation and Commissioning, including the User
Acceptance Testing (UAT), shall apply to each such major component
or Subsystem individually, and Operational Acceptance Certificate(s)
shall be issued accordingly for each such major component or
Subsystem of the System, subject to the limitations contained in the
below clause
22 Operation and The commencement of Operations and Maintenance phase from the
Maintenance Phase date of declaration of successful Project Go-live by the Authority/
Department.
23 Intellectual All rights in written designs and copyrights, moral rights, rights in
Property Rights databases and Bespoke Software / Pre-existing work including its up-
gradation systems and compilation rights (whether any of these are
registered and including application for registration).
24 IOC / NOC Refers to the Integrated Operations Centre (IOC) and Network
Operation Center (NOC) to be setup at FCI HQ or designated place as
identified by FCI. It is expected that a Network Operations Centre will
be collocated at IOC however this may change as per the decision of
FCI.
25 Month / Week The month shall mean calendar month & week shall mean calendar
week unless specified otherwise.
26 Operating Cost Operating Cost is the cost incurred by the Authority after the Project
Commissioning of each Phase/overall Project.
27 Parties Authority and Bidder for the purposes of this RFP/Agreement and
“Party” shall be interpreted; accordingly, unless specified otherwise.
28 Penalty / Liquidated The amount deducted from the payment of the Bidder owing to non-
Damages completion of defined tasks within the defined timelines as per the
project timelines.
32 Request for Written solicitation that conveys to the Bidder, requirements for
Proposal (RFP)/ products/ services that the Authority intends to buy and implement
Tender Document /
Page 14 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
S No Term Definition
Bidding document / against this RFP which consists of three (3) volumes and any further
Corrigendum addendum or corrigendum’s (if any):
Volume 1: Bidding Instructions and Terms & Conditions
Volume 2: Scope of Work
Volume 3: Master Service Agreement
33 Service Level The level of service and other performance criteria which will apply to
the Services delivered by the Successful Bidder.
34 Service Down Time The period when specified services with specified technical and
operational requirements as mentioned in this document are not
available to Food Corporation of India. The departments shall be
operational on all days of a year except holidays within the uptime
specified in the Service Level Agreement (SLA).
35 Service Level Performance and Maintenance SLA executed as part of the Master
Agreement (SLA) Service Agreement
37 Successful Bidder / Sole Bidder or Lead Bidder (representing the Consortium who is
System Integrator / declared L1 and is successfully awarded with the contract for the
SI / Implementation Project.
Agency
38 Total Project Cost Total cost quoted by the Successful Bidder for the Project in compliance
to meeting entire scope as prescribed in this RFP
39 User Acceptance Mutually agreed document, which defines procedures for Client/ User
Testing (UAT) Acceptance testing against requirements laid down in the Agreement
Document including test procedures agreed prior to the testing phase.
41 Last 5 Financial FY 2018 – 2019, FY 2019 – 2020, FY 2020 – 2021, FY 2021 – 2022,
Years (FY) FY 2022 - 2023
Page 15 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
3 Introduction
The Food Corporation of India is one of the premier organizations of Government of India setup under
the Food Corporation Act 1964, to fulfil the objectives of the Food Policy. Food Corporation of India
(FCI), since its inception, has played a highly significant role to fulfil the key objectives of the food
security policy of the Government of India (GoI), which includes effective price support operations for
safeguarding the interests of the farmers; distribution of food grains throughout the country for public
distribution system; maintaining satisfactory level of operational and buffer stocks of food grains to
ensure National Food Security.
FCI has been entrusted with the responsibility of execution of the Food Policies of the Government of
India in the areas of procurement, storage, movement, and distribution of food grains. FCI has put a
great emphasis on improving its operational efficiency, handling the complex and dynamic operations,
spread throughout the country, through use of IT enabled systems for efficient and fast-paced decision
making. It has played a significant role in India's success in transforming the crisis management-
oriented food security into a stable security system.
4 Overall Brief
FCI has a large network of 2,200+ depots spread across the entire country to manage the stock of the
food grains and out of these, approx. 560+ are owned by FCI and the remaining are hired
SWC/CWC/PEG godowns.
Organization Structure
Headquartered at New Delhi, FCI has divided the organization into Zones (5), Regions (26) and
Districts (166) to operationally manage its depots across the country. The figure below shows the
number of each office and total number of depots divided across these. It also has multiple functional
divisions in its organization structure also to manage different functions such as Procurement, Storage,
Movement, Quality Control, Audit, Engineering & Maintenance, etc.
Page 16 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
In consideration of the same, FCI is planning to on-board System Integrator (SI) Agency for supply,
installation, testing, commissioning (SITC) & operations of CCTV cameras system at 561 FCI owned
depots* across India. The ambition is that adoption of an integrated system will lead to an increased
standard of monitoring, oversight in warehouse management practices, greater levels of collaboration
(particularly amongst various line departments), innovation in monitoring models, scalable solutions,
and a more secure basis for the FCI to manage their supply chain. This will lead to an accelerated
adoption of smart surveillance systems by the warehousing industry, particularly in the public sector.
The SI scope of work will include Site Survey, Detailed Design, Supply, Installation, Testing,
Commissioning, Operations and Maintenance of the entire project.
*Note: The specified Depot count is indicative, and the final list shall be discussed and agreed with the
Successful Bidder.
Page 17 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
5 Storage of 90 days recording on HD resolution (720p) at depot level and 90 days central storage
Video Feeds of only bookmarked video data at Integrated Operations Center (IOC) and Network
Operations Center (NOC)
6 Viewing of At Depot& IOC/NOC level through viewing centers.
Video Feeds Remote monitoring over web or mobile devices for remote users (mainly at
Depot, Regional level and for senior officials of FCI at Zonal & HQ level).
Open interface over web (with limited access to identified/selected video feeds)
for on-demand monitoring by the public.
7 No. of Viewing Total 561 Viewing Centers at Godown/Depot Level
Centers
8 Integrated Setup of 8-seater Integrated Operation Centre (IOC) cum NOC with IT & Non-IT
Operation Component
Center cum
NOC
9 Network Minimum 100 Mbps internet broadband at Depot level with secure VPN
Connectivity Minimum 1Gbps of leased line at IOC/NOC level with secure VPN
Network connectivity at depot level –
o Between Depot Control Room/ Local Viewing Center & PoE Network
Switch installed at Godowns / Weighbridge area/Entry Exit Gate etc. –
Wireless
o Between PoE Network Switch installed at Godowns / Weighbridge
area/Entry Exit Gate area & Camera & Sensors - Wired
10 Applications Centralized Video Management System
Portfolio Edge level/Camera inbuilt (default/no cost) analytics such as Device Tampering,
Camera FOV change, Camera Blur/ out of Focus, Motion Detection, Trip Wire &
Loitering and other relevant analytics as available.
Application to monitor the environmental sensor data (for sensors at the Pilot
sites)
Enterprises Management Application (EMS)
Page 18 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
# Component Description
11 Data Transfer Environmental Sensors - provision for periodic (non-real-time) transfer of data with
FCI ERP applications such as ISCM/DOS/VLTS, etc. for supporting in operational
planning.
12 Operations & Five (5) years of O&M from project Go-live (with a provision for yearly extension
Maintenance up to 2 additional years on mutual agreement).
(O&M)
13 Existing Setup / The Successful Bidder must buy back the existing surveillance system and its
Buy back associated infrastructure shall be given on “as-is where-is basis”. The
Successful Bidder to remove and take away the existing surveillance system
along with active & passive infrastructure, once the newly proposed system is
commissioned & operational.
Transportation of the existing system from FCI depot premises shall be arranged
by the Bidder itself without any extra cost to FCI. Overall evaluation shall be
done considering the buyback value.
The Successful Bidder will be entirely responsible for the safe disposal of the
existing surveillance system without affecting the environment in any manner as
per prevailing statutory rules and Act/law of the land.
The Bidder may visit the site/depot and inspect the condition of buy back items
in advance before quoting for the bid. FCI will facilitate the access to such sites
post receiving visit requests from the Bidder.
14 Integration of FCI had undertaken a proactive initiative and conducted a pilot through the
infrastructure Quality Council of India at FSD Shyamnagar in Bulandshahr to rigorously test
at the Pilot Site and validate the proposed solution for implementation across FCI depots. FCI
- FSD implemented 40 cameras and other necessary equipment at the Pilot site, FSD
Shyamnagar Shyamnagar, Bulandshahr through a vendor (M/s Ultrasyst) under the
supervision of QCI personnel. Refer the table below for more details:
Warranty Installation
Installed Item Qty Make /Model
(In year) Date
# Component Description
24 Port Managed
Switch with 4 SFP
Port 1 Digisol/DG GS1528 1 Year 01.05.2022
FUJI Consul
Online UPS 5 KVA 1 Neowat/Fitnch 1 Year 01.05.2022
32 Inch LED Tv 1 LG/32 Inch Full HD 1 Year 01.05.2022
6U Rack with 2
Pole MCB 11 D Link /6U Wall Mount 1 Year 01.05.2022
32U Rack with
PDU and ENCOM/32U Network
accessories 1 Rack 1 Year 01.05.2022
Note: FCI reserves the right to change the number/location of the FCI owned Depot to be covered as
part of this project and the same shall be finalized at the time of signing the contract with the Successful
Bidder.
Page 20 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
a. Draft of the contractual, legal terms & conditions applicable for the proposed engagement.
For the list of available online modes of electronic payments that are presently accepted on the online
payments gateway services, please refer to the link ‘Payments accepted online’ on the e-tendering
website.
Vendors are advised to complete their online enrolment / registration process on the portal well in
advance to avoid last minute hassle, it is suggested to complete enrolment at least four days before
the last date of bid submission date, failing which may result in non-submission of bids on time for
Page 21 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
which vendor/end user shall be solely responsible. Also ensure to mention correct Bank account details
during the registration, which will be referred during refund of unsuccessful EMD/Bid Security.
The Tender fee and EMD must be paid to the Department as per the Bidding Data Sheet or
corrigendum, please refer to the link on the e-tendering website.
The Bidders are strictly advised to follow the tender time for their side for tasks / activities and
responsibilities to participate in the tender, as all the activities / tasks of each tender are locked before
the start time & date and after the end time & date for the relevant activity of the tender as set by the
concerned department official.
1. A Bidder applying individually or as a consortium member shall not be entitled to submit another
application either individually or as a member of any other consortium, as the case may be.
2. All consortium members must provide an Agreement covering the above points and showing their
intention to enter into such an Agreement at the time of bidding along with a Pre-Qualification Bid.
3. The Lead Bidder shall be jointly and severally responsible for complete scope, whereas consortium
partners shall be severally responsible only for their respective scope.
4. A Bidding Consortium is required to nominate a Lead Bidder. The formation of the consortium
including identification of Lead Bidder and role and responsibilities of each member shall be
supported by Memorandum of Agreement and Power of Attorney signed by all the members on a
stamp paper of INR 100/-.
5. The Successful Bidder (SI) shall require entering into an agreement with the Consortium Member
specifying the following points in the Agreement. These points shall also be captured in the
agreement:
i. Identity Lead Bidder and Power of Attorney in favor of Lead Bidder.
ii. Roles and responsibilities of each consortium partner, the identification of the lead partner,
and providing for joint and several liability for each partner.
iii. All consortium members would be available throughout the Contract Period.
iv. The Lead Bidder and all Consortium Members shall be jointly and severally responsible for
complete scope as prescribed in this RFP or any subsequent Corrigenda(s).
Page 22 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
v. The role and responsibility of any member must be commensurate with the technical/financial
capabilities that such member is contributing towards meeting the qualification criteria. Each
consortium member is liable to contribute resources in terms of knowledge, skills, and trained
Resource commensurate with its role and responsibilities during the Contract Period.
vi. All consortium members must provide an Agreement covering the above points and showing
their intention to enter into such an Agreement at the time of bidding along with a Pre-
Qualification Bid.
vii. The Consortium Agreement must also state that the period of the Agreement would coincide
with the Contract period. The consortium must continue to be in existence during the period of
the contract and any change will be subject to approval of the Authority (FCI) only.
viii. The final contract between the consortium members (The Consortium Contract) would be
available for legal vetting and open to suggestions by the FCI. FCI will suggest binding
corrections if it finds that such contract does not meet its requirements and interests as per the
Tender in letter and spirit.
ix. The Agreement should be on stamp paper and notarized. The signatories must be duly
authorized.
x. Any modification in roles and responsibilities between consortium members during the
Contract Period shall be allowed only after approval from FCI. Any changes and deviation of
roles and responsibilities of consortium members during the execution, operation, and
maintenance of this Project without prior approval of Authority shall be viewed seriously by the
FCI as it can affect an important public service. Such unilateral action by the SI shall entitle
FCI to take appropriate action including considering it an event of default under this Contract
leading to consequences including termination with appropriate notice.
xi. Any dispute arising during the Contract Period between the Consortium Members shall be
resolved amicably if the same adversely impacts Project Implementation and Operation. If in
FCI opinion, dispute between Consortium members is adversely impacting implementation
and operation of the Project then Authority may at its sole discretion in the interest of the
Project;
a. Terminate the Contract after due process and/or
b. Provide a binding solution.
xii. In case FCI intends to proceed with Termination, on account of SI’s Event of Defect and /or
unresolved disputes between the Consortium Members, both the Consortium Members shall
be jointly and severally liable for Implementation, Operation and Maintenance of project at
agreed prices and payment terms specified in this Tender till the Authority, or any new agency
appointed by the Authority takes over the Project.
xiii. FCI reserves the right to reject the Bid in case of change in the constitution of the consortium
after the submission of Bid and before the execution of the Agreement.
xiv. In case any of the Consortium member is declared bankrupt, the other member is at the liberty
to disengage/ disassociate itself from such defaulting member after obtaining prior written
permission from the Department and onboard a new Consortium partner who qualifies the
required Pre-Qualification and Technical evaluation criteria set in the RFP. To become eligible
the new consortium should score more technical marks than the incumbent consortium has
scored.
Page 23 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
5.9 Sub-contracting
The Sole/Lead Bidder/ Consortium Member would not be allowed to sub-contract work, except
for the following:
1. Sub-contracting is allowed only for the following scope of work with prior written approval
of the Authority.
a) Installation of CCTV Cameras & other environmental sensors at field/depot/edge
level
b) Passive Networking
c) Civil & Mechanical work
d) Assistance of design architects for IOC
e) Field level operations & maintenance during O&M phase
2. The Sole Bidder/Lead Bidder may sub-contract/outsource the OEM services like system
configurations, commissioning, product servicing and upgradation support during the
project duration from respective OEMs only.
3. Sub-contracting shall be allowed only with prior written approval of the Authority. However,
even if the work is sub-contracted, the sole responsibility of the work shall lie with the
Sole/Lead Bidder. The Sole/Lead Bidder shall be held responsible for any delay/error/non-
compliance etc. of its sub-contracted vendor. The details of the sub-contracting
agreements (if any) between both parties (including the complete details of the scope of
work for such sub-contracted agency) would be required to be submitted to the Authority.
ii. Failure to comply with the requirements of this paragraph may render the bid non-
compliant and the Bid may be disqualified. Bidders must:
Follow the format of this RFP while developing the bid and respond to each element
in the order as set out in this RFP.
Page 24 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
related to the bid process. The FCI will in no case be responsible for or liable for those costs, regardless
of the conduct or outcome of the bidding process.
The Authority shall not be responsible for ensuring that the Bidders’ queries have been received by
them. Any requests for clarification post the indicated date and time shall not be entertained by the
Authority.
Bidders must submit their queries as per the format mentioned in Annexure 1, Section 11
The Authority shall endeavor to provide a timely response to all queries. However, the Authority makes
no representation or warranty as to the completeness or accuracy of any response made in good faith.
The Authority does not undertake to answer all the queries that have been posed by the Bidders.
Any modifications of the RFP Documents, which may become necessary because of the Pre-Bid
Conference, shall be made by the Authority exclusively through a corrigendum. Any such corrigendum
shall be deemed to be incorporated into this RFP. However, in the event of any such amendment, the
bid submission date may be extended at the discretion of the Authority.
Any corrigendum/notification issued by the Authority, after issuance of this RFP, shall only be available/
hosted on the website URL as prescribed in the Bidding Datasheet. Any such corrigendum shall be
deemed to be incorporated into this RFP.
In case of online payments, the Bidder(s) shall submit their Earnest Money Deposit Online using
payment gateway as stated in the Notice Inviting Tender/ Bidding Datasheet. Bidder(s) must upload
an Online Payment/NEFT/RTGS receipt along with the reference details online. For e-BG, also refer
the provisions as stated under Section 7.3 about Bank Guarantee submission through Structured
Financial Messaging System (SFMS).
Page 25 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
Bidders would be entitled to an online refund subject to tender terms & conditions and evaluation by
the respective department Authority.
Bidder(s)/vendor(s)/user(s) may update their account details in their registration if desired, the last
updated account details shall be considered for future payment(s)/refund(s) if applicable.
Bidders should submit EMD (amount as mentioned in Bidding Datasheet) as part of the Pre-
Qualification bid proposal post paying through RTGS/NEFT mode in the FCI Bank Account - Food
Corporation of India, A/c No. 10220632672, IFSC Code No. SBIN0050191 (SBI, KG Marg, New Delhi-
110001), MICR code 110002729. EMD in any other form than as prescribed under this section shall
not be entertained. The EMD shall be denominated in Indian Rupees only.
For Unsuccessful Bidders: EMD will be discharged / returned as promptly as possible, but not later
than 30 days after the award of the contract to the Successful Bidder.
For Successful Bidders: The EMD/bid security for the amount mentioned above, of Successful Bidder
would be returned without interest upon submission of Performance Bank Guarantee (as per format
prescribed in Annexure 5) by the Successful Bidder.
In case a bid is submitted without the EMD then the Authority reserves the right to reject the bid without
providing opportunity for any further correspondence to the Bidder concerned.
i. If a Bidder withdraws their bid or increases their quoted prices during the period of bid validity
or its extended period, if any; or
ii. In the case of a Successful Bidder, if the Successful Bidder fails to sign the Contract or to
furnish Performance Bank Guarantee within specified time. The Authority may also blacklist
the Successful Bidder in case the Successful Bidder fails to sign the contract agreement as
per defined timelines post acceptance of the NOA/LOI/LOA.
iii. During the bid process, if a Bidder indulges in any deliberate act which would jeopardize or
unnecessarily delay the process of bid evaluation and finalization.
iv. During the bid process, if any information found wrong / manipulated / hidden in the bid.
On completion of the validity period, unless the Bidder withdraws his bid in writing, it will be deemed to
be valid until such time that the Bidder formally (in writing) withdraws his bid.
A Three-part Bid System will be followed for this RFP with an ‘L1’ Selection criterion. The three parts
of the bid are the Pre-Qualification Bid, Technical Bid and Commercial Bid.
All the pages of the Bid must be sequentially numbered and should be indexed properly. The
Department will not accept submission of the Bid by fax/ e-mail or any other electronic/non-electronic
means other than through e-Procurement portal as prescribed in this RFP. Late bids, i.e., bids
submitted beyond the prescribed deadline of submission, shall not be accepted.
Page 26 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
The Bidder must consider all Corrigendum’s to this RFP document that may have been published
before submitting their Bids. The Bid should be submitted in the covers as mentioned in the e-
Procurement portal.
The Bidders are requested to go through the RFP advertisement and the RFP carefully to understand
the documents required to be submitted and the process to be followed as a part of the Bid. Any
deviations may lead to rejection of the Bid.
The Bidder should try to submit the Bid well before the last date to avoid any inconvenience at the last
moment for which the department will not take any responsibility. The Bid submission date and time
are mentioned in the Key dates section of the e-Procurement portal. The Bidder will not be allowed to
submit the Bid after the Bid submission time.
The Bidders shall quote for the entire scope of work on an “overall responsibility” basis such that the
total price offered covers all obligations of the Bidder mentioned in or to be reasonably inferred from
this RFP in respect of providing the product / services.
Prices quoted by the Bidder shall remain firm during the entire contract period and shall not be subject
to variation on any account except for a change in GST rates and laws. A Bid submitted with an
adjustable price quotation will be treated as non-responsive and shall be disqualified.
The Commercial offer by the Bidder must include all the financial costs, duties and charges,
contingency charges due to any reasons whatsoever, dollar fluctuation, import duties, shipping and
transportation charges, other risk costs, etc., which the Bidder may incur during the entire project
duration not limited to planning, implementation/ installation, and commissioning (I&C), operation and
maintenance (O&M) phase. The Bidder must factor and include all-inclusive costs in the commercial
proposal while bidding. FCI will not incur any such costs and will not pay any other costs apart from
the price quoted by the Bidder in the financial/ commercial proposal of this RFP.
If there is any discrepancy in the commercial bid, it will be dealt as per the following:
i. If, in the price structure quoted for the required goods/services/works, there is discrepancy
between the unit price and total price (which is obtained by multiplying the unit price by the
quantity), the unit price shall prevail and the total price shall be corrected accordingly.
Page 27 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
ii. If there is an error in a total corresponding to the addition or subtraction of subtotals, the
subtotals shall prevail, and the total shall be corrected accordingly.
iii. If there is a discrepancy between words and figures, the amount in words shall prevail.
iv. If there is such discrepancy in an offer, the same shall be conveyed to the Bidder with target
date up to which the Bidder has to send his acceptance on the above lines and if the Bidder
does not agree to the decision of the Authority, the bid is liable to be disqualified and EMD will
be forfeited.
5.24 Language
The bid should be prepared and submitted by the Bidders in English language only. If any submitted
supporting documents are in any language other than English, translation of the same in English
language is to be provided (duly attested by the authorized signatory) by the Bidder(s). For purposes
of interpretation of the documents, the English translation shall govern. Such translated documents
shall be notarized and in case of any incorrectness of the translation, the Bidder will be penalized as
per the provisions prescribed in this tender.
The bid should be accompanied by an authorization in the name of the signatory (or signatories) of the
Bid. The authorization shall be in the form of a written power of attorney accompanying the Bid or in
any other form demonstrating that the representative has been duly authorized to sign all the bid
documents.
It shall be the responsibility of the prospective Bidder(s) to check the Authority’s website from time to
time for any amendment in the RFP document. In case of failure to notice/ get/ read the amendments,
if any, the Authority shall not be responsible.
In order to allow prospective Bidders a reasonable time to take the amendment into account in
preparing their bids, the Authority, at its discretion, may extend the deadline for submission of bids.
Such extensions notices shall be uploaded on the website of the Authority.
Bidders shall quote for the entire scope of contract on a “overall responsibility” basis such that the total
bid price covers Bidder’s all obligations mentioned in or to be reasonably inferred from the bidding
documents in respect of providing the product/services.
Page 28 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
Prices quoted by the Bidder shall remain firm during the entire contract period and not subject to
variation on any account. A bid submitted with an adjustable price quotation shall be treated as non-
responsive and disqualified.
The bids submitted by telex/telegram/fax/e-mail etc. shall not be considered. No correspondence will
be entertained on this matter. The bid submission should be online only.
The Authority reserves the right to modify and amend any of the above-stipulated condition/criterion.
5.33 Confidentiality
All the material/information shared with the Successful Bidder during the course of the resulting
engagement following this tendering process, shall be treated as confidential and should not be
disclosed in any manner to any unauthorized person under any circumstances.
All pages of the scanned Bid document being uploaded online by the Bidder shall be signed
and stamped by the authorized person.
The bid is liable to be disqualified in the following cases or in case Bidder fails to meet the bidding
requirements as indicated in this RFP:
i. During validity of the bid, or its extended period, if any, the Bidder changes its quoted prices.
Page 29 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
ii. If any of the Sole Bidder/Lead Bidder/Consortium partner is also partner in any other bid or
submitting more than one bid, then all the affected bids shall be disqualified.
iii. More than one make, and model is proposed for any proposed IT components. In such cases,
the Authority may seek clarification to confirm single make & model without any change in
such items cost or the commercial bid.
iv. The Bidder’s bid is conditional and has deviations from the terms and conditions of RFP.
v. The bid is received in incomplete form. The bid is not accompanied by all the requisite
documents or is not as per the terms and conditions mentioned in the RFP.
vi. Information submitted in technical bid is found to be misrepresented, incorrect or false,
accidentally, unwittingly, or otherwise, at any time during the processing of the contract (no
matter at what stage) or during the tenure of the contract including the extension period if any.
vii. Commercial Bid Proposal/Cost details are enclosed with the same document as Technical Bid
Proposal.
viii. The Bidder tries to influence the bid evaluation process by unlawful/corrupt/fraudulent means
at any point of time during the bid process management.
ix. Bids without EMD fee.
x. All the pages of the Bid must be sequentially numbered and must contain the list of contents
with page numbers.
Successful Bidder shall promptly initiate a search for a replacement to ensure that the position of any
member within the team is not vacant at any point in time during the contract period, subject to
reasonable extensions requested by Successful Bidder to the Authority.
Before assigning any replacement member of the Key Personnel prior to deployment, Successful
Bidder shall provide the Authority with:
i. A resume, curriculum vitae and any other information about the candidate that is reasonably
requested by the Authority; and
ii. An opportunity to interview the candidate.
The Successful Bidder must provide replacement resources of equal or better qualification and
experience as per the requirements of this RFP.
If the Authority objects to the appointment, Successful Bidder shall not assign the individual to that
position and shall provide an alternative candidate in accordance with the resource requirements of
this RFP.
Page 30 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
The Successful Bidder needs to ensure at least Four (4) weeks of overlap period in such replacements.
The Authority will not be responsible for any knowledge transition to the replacement resource and any
impact/escalation of cost incurred by the Successful Bidder due to resource replacement.
Page 31 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
ii. If the Authority does not procure any item(s) mentioned in the RFP/ BoQ or procures less
than the quantity specified in the bidding documents due to change in circumstances, the
Successful Bidder shall not be entitled for any claim or compensation except otherwise
provided in the bidding document.
iii. Repeat orders for extra items or additional quantities may be placed, if they are provided in
the bidding document, on the rates and conditions given in the contract if the original order
was given after inviting open competitive bids. The delivery or completion period may also be
proportionally increased.
iii. No site visits shall be arranged or scheduled after the deadline for the submission of the
Bids and prior to the award of the Contract.
Page 32 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
The representatives of the Bidders should be advised to carry the identity card or a letter of the
Authority from the Bidder firms to identify that they are bona fide representatives of the Bidder firm, for
attending the opening of bid.
Event 1: Set 1 (Tender Fee, Bid Security/EMD), Set 2 (Pre-Qualification bid) and Set 3
(Technical bid)
Event 2: Set 4 (Commercial bid)
Note:
1) The venue, date, and time for opening the Pre-qualification bid are mentioned in the Bidding
Datasheet.
2) The prequalification Bids of only those Bidders will be evaluated who clears the Set 1
requirements.
3) The Technical Bids of only those Bidders will be evaluated to see who clears the Pre-
qualification stage.
4) The Technical Bid will include the technical presentation document.
5) The Commercial Bid of only those Bidders will be opened as mentioned in Section 0.
Initial Bid scrutiny shall be held, and bids will be treated as non-responsive, if bids are:
iv. with incomplete information, subjective, conditional offers and partial offers submitted
Page 33 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
The decision of the Tender Evaluation Committee in the evaluation of bids shall be final. No
correspondence will be entertained outside the process of evaluation with the Committee. The Tender
Evaluation Committee may ask for meetings or presentation or documents from the Bidders to seek
clarifications to ascertain the claim of submitted documents in the bid or conformations on their bids.
The Tender Evaluation Committee reserves the right to reject any or all bids. Each of the responses
shall be evaluated as per the criteria and requirements specified in this RFP.
ii. If the contents of the Set 1 are as per requirements, Authority shall open the Set 2- “Pre-
Qualification Bid”. Each of the Pre-Qualification conditions mentioned in Section 6.6 is
MANDATORY. In case, the Bidder does not meet any one of the conditions, the Bidder shall
be disqualified.
iii. Technical bids of only those Bidders, who have qualified in the Pre-qualification stage, will be
opened.
ii. The Authority (through TEC) will review the technical bids of the short-listed Bidders to
determine whether the technical bids are substantially responsive. Bids that are not
substantially responsive are liable to be disqualified at the Authority’s discretion.
iii. The Bidders' technical solutions proposed in the bid document shall be evaluated as per the
requirements specified in this RFP and technical evaluation framework as mentioned in
Section 0
iv. Bidders must upload a scanned copy of this RFP document (all three volumes) after putting
authorized representative’s signature and company seal on all pages along with the technical
bid as an unconditional acceptance to the complete tender document.
v. Bidders must present the envisaged solution to the Authority who qualify the Pre-Qualification
Stage.
vi. Each Technical Bid will be assigned a Technical Score out of a maximum of 100 points. Only
the Bidders who get Technical Score of more than or equal to 70% in Technical Evaluation
will qualify for Commercial Evaluation stage. However, if less than three (3) Bidders achieve
70% of the total marks, then 60% marks would be considered for the technical qualification.
Failing to secure minimum marks shall lead to rejection of the Technical Bid."
vii. Commercial bids for only those Bidders, who have qualified in the technical evaluation stage,
will be opened.
Page 34 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
ii. The Commercial Bids for the technically qualified Bidders shall then be opened on the notified
date and time and reviewed to determine whether the commercial bids are substantially
responsive. Bids that are not substantially responsive are liable to be disqualified at the
Authority’s discretion.
iii. Commercial Bids that are not as per the format provided in Annexure 4, Section 14 or as per
requirements/ terms and conditions sought in this RFP are liable for rejection.
iv. The Bid price shall include all taxes and levies; and shall be in Indian Rupees; and must be
mentioned separately.
v. Total Price shall be calculated based on the format provided in Annexure 4, Section 14
vi. EMD/Bid Security amount shall be returned for unsuccessful Bidder after PBG is submitted by
successful Bidder.
Page 35 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
2. In the case of a consortium, the Valid agreement on INR 100/- Stamp Sole Bidder / Lead
applicant consortium shall submit Paper concluded among all the Bidder &
a valid agreement among the members of the consortium duly Consortium
members. The agreement shall stamped and signed by the Bidder
clearly specify the details of the Authorized Signatories of the
lead member and other companies under consortium dated
consortium members and outline prior to the submission of Bid.
the financial strengths, technical
strengths and the role and As per Annexures 2 – Section 12.5
responsibility of each of the
members of the consortium.
Page 36 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
Page 37 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
10. The Sole/Lead Bidder should The authorized signatory of the Sole Bidder/ Lead
compulsorily possess the following Bidder should provide copy of valid Bidder
Certifications: certificates as on Bid submission
date.
1. CMMi Level 3 or above
2. ISO 9001
3. ISO/IEC 27001
11. The Bidder(s) (All the members of Self-declaration by the Bidder (All Sole Bidder/ Lead
the Consortium individually in case the members of the Consortium Bidder &
the Bidder is participating in a individually in case the Bidder is a Consortium
Consortium) must not have been Consortium) a, duly signed by the Bidder
blacklisted / debarred by FCI authorized signatory in the template
/DFPD /DoE and must not have defined under Annexures – Section
declared / applied for bankruptcy in 12.13 & 12.14
India as on the date of bid
submission.
12. The Bidder(s) (All members of the Self-Declaration as per Annexures 2 Sole Bidder/ Lead
Consortium) should not have – Section 12.17 Bidder &
colluded or adopted anti- Consortium
competitive practices for the Bidder
purpose of this RFP
13. The Sole Bidder or any member of Duly signed & stamped copies of Sole Bidder/ Lead
consortium should have at least relevant documents: Bidder &
one registered/project/site office in Consortium
each of following zones of FCI i.e., If already office is present in Bidder
North, South, West, East & North- respective FCI earmarked zone
East at the time of bid submission.
GST Certificate stating claim of
Or existing GST registration in
respective State
or
Page 38 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
14. Land/Border Sharing Declaration The Bidder or its OEM should Lead / Sole Bidder
submit a compliance certificate
abiding by the restrictions
mentioned under Rule 144 (xi) of
the General Financial Rules
(GFRs), 2017 for the active
components & applications
proposed in the project.
Self-Declaration as per
Annexure 11
Note: -
1. Projects executed for Bidder’s own or Bidder’s group (if part of same legal entity) of companies
shall not be considered.
2. Authority (or a nominated party) reserves the right to check/ validate the authenticity of the
information provided in the Pre-qualification criteria and the requisite support must be provided
by the Bidder during this process.
3. Bidders who will qualify with all the above-mentioned prequalification criteria will be considered
for the subsequent technical evaluation process.
4. Bidders are advised to upload all relevant documents to relevant sections to substantiate the
qualification criteria mentioned in the above table.
Page 39 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
is complete;
is accompanied by the required information and documents and;
is substantially responsive to the requirements set forth in the Tender Documents.
The authority shall appoint a Technical Evaluation Committee (TEC), which will evaluate bids received
in response to this Tender. The findings of the said Committee and subsequent decision of the
Authority shall be final and binding on all the Bidders. Only those Bidders, who fulfill all the criteria /
requirements mentioned in the bid, shall be eligible and qualified for technical scrutiny as per the
Evaluation Framework given below.
The authority may in its sole discretion waive any informality or non-conformity or irregularity in a Bid
document, which does not constitute a material deviation, provided such a waiver does not prejudice
or affect the relative ranking of any Bidder.
TEC shall take a Technical Demonstration of the components and applications proposed in the
Technical Bid. TEC shall ensure that the demo from each Bidder is sought on a standardized
requirement, thus creating a level playing field for all. The Committee’s decision in agreement with the
Authority in this regard shall be final. Key technical aspects, but not limited to, that will be verified
through the demonstration would be as follows:
1. Demonstration of proposed CCTV, IoT Sensor with accessories and required integrations.
2. Control Room setup with visualization of VMS on real time basis.
3. Demonstration of AI based video analytics.
Regardless of the stage of the bidding, FCI (or a nominated party) reserves the right to check/ validate
the authenticity of the information provided in the Pre-qualification and Technical Evaluation criteria
and the requisite support must be provided by the Bidder. The following sections explain how the
Bidders will be evaluated on each of the evaluation criteria.
Page 40 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
Note: -
1. Projects executed for Bidder’s own or Bidder’s group (if part of same legal entity) of companies
shall not be considered.
Page 43 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
2. The authority (or a nominated party) reserves the right to check/validate the authenticity of the
information/ documents provided in the Technical Evaluation criteria and the requisite support
must be provided by the Bidder during this process.
3. Bidders are advised to upload all relevant documents to relevant sections to substantiate the
qualification criteria mentioned in the above table.
4. In addition to the above-mentioned criteria, it's mandatory for the bidder to get the compliance
of OEM eligibility criteria and of minimum benchmark technical & functional specifications from
the OEM. Bidder should submit either technical & functional compliance to mentioned
benchmark specifications directly from the OEM or bidder to submit the technical specification
sheets highlighting the compliance to the benchmark specifications.
5. Its mandatory for the Bidder to comply with the Manufacturer Authorization Form (MAF)
certificate for listed IT components mentioned below. In case of minor deviation, the Bidder
can submit the undertaking of submitting the MAF as per format before contract signing.
However, the decision to accept the deviation at the bid evaluation stage remains with the
Department.
a. Depot Level – All type of CCTV cameras, Network video recorder, Network Switches,
VPN Firewall, Wireless Equipment, UPS
b. Centralized HQ Level – Servers, Centralized Storage, Network Switches/Routers,
Workstations, Video Wall, Centralized VMS application, EMS application, Antivirus,
UPS
6. Bidders who obtain a minimum of 70% overall technical score will be termed as technically
qualified and would be considered for a subsequent evaluation process.
7. However, if less than three Bidders achieve 70% of the total marks, then 60% marks would be
considered for the technical qualification. Failing to secure minimum marks shall lead to
rejection of the technical Bid. Only Technically Qualified Bidders shall be considered for the
subsequent evaluation process.
Page 44 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
The OEM should have its own RMA setup (or via authorized service partner /
Video Wall Solution distributor) in India as on bid submission date.
The OEM should have valid ISO 9001 certification
Page 45 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
Note:
2. For deciding L1 local supplier under Make in India policy, the policy mentioned in sr. no. III
above will be applicable. For considering the products under Make in India, the policy
mentioned in sr.no. I and II will be applicable.
3. For the products proposed under make in India, the Bidder(s) shall be required to verify, do
due diligence and submit all justifications / documents/ information along with the compliance
of the products to meet the technical specifications, functional specifications, envisaged
outcomes and SLA requirements specified in the RFP. After conforming the above, the bidders
and the OEMs shall have to provide an undertaking on INR 300 rupees’ non-judicial stamp
paper confirming the compliance of the technical specifications, functional specifications,
envisaged outcomes, local content in terms of composition of the products and SLA
requirements specified in the RFP.
4. The bidder/s is also required to submit OEM’s statutory auditor certificate certifying percentage
of local content in terms of composition of the products confirming the compliance of the
technical specifications, functional specifications, envisaged outcomes and SLA requirements
specified in the RFP.
5. Bidder to submit Annexure 9 by OEM claiming benefit under Make in India Policy.
7. In case at any point of time, the details provided is found to misrepresent any facts or
documents or any piece of information provided, then OEM/s shall be disqualified and
blacklisted. The Bidder(s) must provide the new solution as per the requirement of the RFP at
no extra price within one month.
8. With regards to the above table, OEMs will certify the installation base and the project
experience. This certificate shall be issued through the global Headquarters and attested by
the Indian office. in case of any doubt, tendering authority shall verify the claim of OEMs.
Decision of Department shall be final and binding upon the Bidder and OEM.
9. Land border sharing declaration: - The Bidder or its OEM should submit a compliance
certificate abiding the restrictions mentioned under Rule 144 (xi) of the General Financial Rules
(GFRs), 2017 for the active components & applications proposed in the project.
7 Award of Contract
The Bidder who becomes the L1 post evaluation of commercial Bid as per Section 6.4 shall be invited
for negotiations for awarding the contract. In case of a tie where two or more Bidders quoting the same
Page 46 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
cost, the Bidder with the higher Technical Score will be invited first for negotiations for awarding the
contract.
The Department will issue a Letter of Intent (LOI) or Letter of Award to the Successful Bidder as per
the evaluation process detailed above.
The Successful Bidder should submit the Letter of Acceptance (LOA) within 7 days from the date of
LOI. In case the LOA submission exceeds 7 days from the date of LOI, the department will levy a
penalty of 0.05% of the first milestone value, for each week of delay, from the first milestone payment
of Sole Bidder or Lead Bidder and Consortium member. In case the delay of submission of LOA
exceeds 21 days from date of LOI the department reserves the right to forfeit the EMD and decide the
future course of action.
Within fifteen (15) days from the date of issuance of LOI, the successful Sole/ Lead Bidder shall, at
their own expense, submit an unconditional and irrevocable Performance Bank Guarantee (PBG) to
the Authority. The PBG shall be from a Nationalized Bank or a Scheduled Commercial Bank in the
format prescribed in Annexure 5, payable on demand, for the due performance and fulfillment of the
contract by the successful Bidder.
The PBG shall be for an amount equivalent to 10% of the total contract value, as derived from the
negotiated/ final Commercial bid. PBG shall be invoked by the Authority, in the event the successful
Sole Bidder/ Lead Bidder/ Consortium member or both:
a. fails to meet the overall penalty condition as mentioned in the RFP or any changes agreed
between the parties,
b. fails to perform the responsibilities and obligations as set out in this RFP to the complete
satisfaction of Authority,
c. Misrepresents facts/ information submitted to the Authority anytime during the contract tenure.
The PBG shall be valid for a period of 90 days beyond the Actual Contract period. The PBG may be
discharged/ returned by the Authority upon being satisfied that there has been due performance of the
obligations of the Successful Bidder under the contract. However, no interest shall be payable on the
PBG.
In the event of the Successful Bidder being unable to service the contract for whatever reason(s), the
Authority shall have the right to invoke the PBG. Notwithstanding and without prejudice to any rights
whatsoever of the Authority under the contract in the matter, the proceeds of the PBG shall be payable
to Authority as compensation for any loss resulting from the Successful Bidder’s failure to
perform/comply its obligations under the contract.
Page 47 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
The Authority shall notify the Successful Bidder in writing of the exercise of its right to receive such
compensation within 40 days, indicating the contractual obligation(s) for which the successful Bidder
is in default. The Authority shall also be entitled to make recoveries from the successful Bidder’s bills,
performance bank guarantee, or from any other amount due to him, an equivalent value of any
payment made to him due to inadvertence, error, collusion, misconstruction, or misstatement.
In case the project is delayed beyond the project schedule as mentioned in RFP, the PBG shall be
accordingly extended by the successful Bidder till completion of scope of work as mentioned in RFP
Volume II.
It shall be the responsibility of the successful Lead Bidder and Consortium member to maintain, during
the contract period, a valid and binding PBG for a period of three months (90 days) after the expiry of
the Contract Period (“Validity Period”).
On satisfactory performance and completion of the order in all respects and duly certified to this effect
by the Project Coordinator, Contract Completion Certificate shall be issued and the PBG would be
returned to the successful Bidder.
"Performance Bank Guarantee" and "Performance Security" are to be read as synonyms of each other
for the purpose of understanding.
The BG issuing bank shall send cover for BG issued through SFMS platform to the FCI banker,
i.e., ICICI Bank Ltd., 9A, Phelps Building, Connaught Place, New Delhi – 110001 (IFSC Code:
ICIC0000007) as per the details below:
The Bidder shall submit the copy of SFMS message as sent by the issuing bank branch along with
the original Bank Guarantee.
BG submitted without these details shall not be accepted.
Proforma of BG shall also be amended to include the following message:
“Cover message for this BG has been sent to FCI bankers i.e., ICICI Bank Ltd., 9A, Phelps Building,
Connaught Place, New Delhi – 110001 (IFSC Code: ICIC0000007) through SFMS.”
7.4 Failure to agree with the Terms & Conditions of this RFP
Failure of the Successful Bidder to agree with the Terms & Conditions of this RFP shall constitute
sufficient grounds for the annulment of the award.
In such a case, Authority shall invoke the PBG and/or forfeit the EMD as applicable. The Authority may
also decide to Blacklist such Bidder to restrict from Participation in all ongoing (yet to be awarded) or
future tender.
Page 48 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
Implementation phase: Seven (7) Months from the date of signing of the contract. Go-live shall
be declared post implementation phase of the project as per the relevant scope of work
detailed in this RFP.
Operational & Maintenance Phase: Sixty (60) months or Five (5) years post Go-Live of the
project, extendable yearly up to 2 years subject to the approval by the Department.
i. In case of any external dependency beyond the control of the SI, the SI is not able to commission
the CCTV system in some godowns. Then in that case, Subject to the approval from the
Authority/FCI, those Godowns will not be considered as a mandatory requirement for the Project
Page 49 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
Go-live. Those Godowns can be excluded from Project Go-live with prior permission and consent
of the Department. Such reductions shall be limited to variation clause as defined under Clause
5.40.
ii. CAPEX should not be over 70% of total project cost (i.e., CAPEX + OPEX for 5 years including
all taxes). If any Bidder quotes CAPEX as over 70% of total project cost, the Department
shall cap CAPEX at 70% of total project cost & shall pay 30% of total project cost in 20 equal
instalments for five years’ post Go Live.
d) The FCI will release payments based on successful completion of each milestone.
e) The client reserves the right to withhold payments in the event of non-compliance with
specifications, delays, or any other issues identified during the acceptance process.
f) The payments will be linked to deliverables and invoices for each milestone payment must
be submitted within 15 days of the milestone's successful completion along with I&C
certificates. Late submissions may result in delayed payments. FCI will be clearing the
respective invoices post assessing the achievement of milestone for timely payments on
best effort basis.
g) In case of disputed items, the disputed amount shall be withheld (specific to the invoice/bill
under consideration) and shall be paid only after settlement of the dispute. However, the
cumulative withheld amounts will not be more than 10% of the total contract value as
thereafter the provisions of the right to Terminate shall prevail.
h) Payments to the SI during the project implementation phase & Operations phase is
envisaged to be assessed by the respective Zonal Offices of FCI as per the claimed work
completion at Depot/Godown level in respective zone.
i) Payments to the SI during the project implementation phase & operations phase for
components commissioned at IOC and NOC level will be assessed at FCI HQ level.
j) However, the detailed modalities of the Payment methodology will be discussed and
agreed on while signing the contract agreement with the Successful Bidder.
k) During the O&M phase, all invoices shall be submitted by the Successful Bidder quarterly
or as prescribed in the Payment Terms.
l) The type and template of all reports required during Operation and Maintenance Phase
needs to be submitted by the Successful Bidder to the Department and should be
approved by the Department before Go-live for release of any O&M payments.
9.1 General
i. The Successful Bidder shall be obliged to pay the salary on or before 10th of every month to
its deployed Resource.
ii. The Successful Bidder shall discharge its liability for the deployed Resource in respect of
Employees Provident Fund under The Employees’ Provident Funds and Miscellaneous
Provisions Act, 1952, if applicable.
iii. The Successful Bidder shall also have to bear all other liabilities as per existing “Contract
Labour (Regulation and Abolition) Act, 1970” and other applicable Labour Act as amended
from time to time, if applicable.
iv. Food Corporation of India shall not pay any additional cost towards the establishment of office,
Administrative & support staff deployed for administering the Resource outsourcing contract
to the Successful Bidder
v. The Successful Bidder shall provide and be responsible for payment of salaries and other
statutory privileges and facilities as applicable to its Resource as per relevant and applicable
law/rules/regulations and orders of the Central / State Government or local authorities or other
authorities as are in force from time to time.
vi. All Resource engaged under this Contract by the Successful Bidder shall be employees of
Successful Bidder. Food Corporation of India shall not have any liability/responsibility to
absorb the persons engaged by the Successful Bidder and/or extend any type of
recommendation, etc. for obtaining any job with the Food Corporation of India or elsewhere.
vii. The Successful Bidder shall at the time of execution of the Contract have PF (Provident Fund)
code number obtained from authorities concerned under the Employee’s Provident Fund and
Miscellaneous Provisions Act, 1952 and where he remits contributions in respect of the
employees employed by him to the PF office concerned every month or obtain the same within
a month after the agreement for the concerned employees, if applicable.
Page 51 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
viii. The Successful Bidder shall maintain all records/registers as required to be maintained under
various Labour laws and other statutory laws in force and as amended from time to time,
mentioned above and produce the same before the Statutory Authorities as well as the
Authorities of the Food Corporation of India, if applicable.
ix. Successful Bidder cannot assign any task / job to any third party before any written approval
from the Department. In case, if it has been reported to Food Corporation of India or Food
Corporation of India has observed the same then penalty will be invoked and two (2) such
incidents may lead to termination of contract by Food Corporation of India
x. In case the hired personnel do not attend the work at any time for whatever reason, the
successful Bidder shall make alternate arrangements to Food Corporation of India, so that the
daily work of Food Corporation of India does not suffer.
xi. If any of the persons engaged by the Successful Bidder misbehaves with any officials of the
Food Corporation of India and other stakeholders of Food Corporation of India or commits any
misconduct in connection with the property of the Food Corporation of India or suffers from
any serious communicable diseases, the Successful Bidder shall be liable to replace them
immediately.
xii. The Successful Bidder shall ensure that necessary information regarding the persons engaged
by him is intimated to the Nodal Officer through the online system along with hard copy.
xiii. The successful Bidder will be responsible for compliance of all the applicable laws and
obligations arising out from the action of providing services of all personnel and Food
Corporation of India shall not be responsible for any such liability or lapses.
xiv. During the subsistence of the contract, Food Corporation of India shall not undertake any
monetary liability other than the amount payable to the successful Bidder for the services of
personnel provided by them. Other liabilities, if any, shall be solely rest on the successful
Bidder.
Page 52 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
ii. The department may, at its discretion, provide an annual increment of maximum 7% on the
average of cumulative yearly operational & maintenance cost (OPEX) quoted by the Bidder in
the price bid/ contract for five (5) years. Such an extension would be necessitated if the
handover of the project to the next Systems Integrator, post completion of the project duration
of the Systems Integrator, is delayed. All other T&C of the original contract shall remain
applicable during the extension period.
iii. During any such extension period, the Bidder shall submit a revised a PBG worth 10% of the
contract value during each such extension period (yearly extensions subject to maximum two
iterations) and the same shall be valid for a period of 45 days from the date of expiry of such
contract.
Page 53 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
ii. The resource/person deployment shall be such so that the project operations run 24 x 7 x
365 days. Accordingly, the Successful Bidder shall make necessary arrangements for the
resource deployment.
iii. The person to be deployed by the Successful Bidder shall be working as per the directions
of Food Corporation of India. They may be assigned to any work decided by the Nodal
Officer as and when required. If any of the Resource deployed by the Successful Bidder will
disobey to carry out order of the Nodal Officer, their services shall be withdrawn immediately
and sent back to the Successful Bidder. The penalties will be invoked as defined in SLA
section.
Page 54 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
Definitions
a. Days (365 days in a calendar year): All Working and Non-working days
b. 24x7 means around the clock (24 hours) for all seven days of the week without any non-working
days
c. “Scheduled Maintenance Time” shall mean the time that the Application is not in service due to a
scheduled maintenance activity as approved by the Department.
d. “Scheduled operation time” means the scheduled operating hours of the Application for the month.
All scheduled maintenance time on the Application would be deducted from the total operation
time for the month to give the scheduled operation time. The total operation time for the
applications and required Resource will be 24X7X365 (per year).
e. “Uptime” shall mean the time period for the specified services / components with the specified
technical service standards are available to the user department. Uptime, in percentage, of any
component (Non-IT & IT) can be calculated as: Uptime = {1- [(Downtime) / (Total Time –
Scheduled Maintenance Time)]} * 100
f. “Downtime” shall mean the time period for which the specified services / components with
specified technical and service standards are not available to the user department and excludes
downtime owing to Force Majeure & Reasons beyond control of SI.
g. “Availability” means the time for which the services and facilities are available for conducting
operations. Availability is defined as: {(Scheduled Operation Time – Downtime)/ (Scheduled
Operation Time)} x 100%
h. “Incident” refers to any event/abnormalities in the functioning of the any of Equipment/Services
that may lead to disruption in normal operations of the Centralized Command Control Center or
Applications Involved or Call Taking Services.
i. Severity of the incidents are defined as below:
Severity / Issues Impact on Description
Critical Impacting DC or Any failure/malfunctioning of:
Integrated All Servers installed at FCI HQ
Operations Centre All Applications hosted at FCI HQ
or NOC at HQ Core Router/VPN Router/Switch at FCI HQ and its
level network and security modules
Ethernet port/module failure of Core
Routers/Switch
Firewalls, Firewall Modules or any security devices
installed at FCI HQ
Anti-Virus Server, Proxy Server, Domain &
Directory Server
AAA / Radius Server, EMS server and/or any other
important servers
Gigabit L3 Managed Switch
Gigabit 24 Port L2 Managed Switch
LAN Setup & LAN Switch connecting to Core router
UPS operation
Internet leased line connectivity at HQ level
Page 55 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
j. “Helpdesk Support" shall mean the 24x7x365 based support centre which shall handle Fault
reporting, Trouble Ticketing and related enquiries during this contract.
k. “Resolution Time” shall mean the time taken (after the incident has been reported at the helpdesk),
in resolving (diagnosing, troubleshooting and fixing) or escalating (to the second level or to
respective Vendors, getting the confirmatory details about the same from the Vendor and
conveying the same to the end user), the services related troubles during the first level escalation.
l. Days are to be read as calendar days for the purpose of SLA computation.
The Successful Bidder has to supply software / automated tools to monitor all the SLAs mentioned
below.
Note: Penalties shall not be levied on the Successful Bidder in the following cases:
There is a force majeure event effecting the SLA which is beyond the control of the successful
Bidder.
The non-compliance to the SLA has been due to reasons beyond the control of the Bidder.
The above exemption will only be considered if the same has been communicated by the respective
SI well in timeframe of 2-3 days.
The purpose of this Service Level Agreement (hereinafter referred to as SLA) is to clearly define the
levels of service which shall be provided by the System Integrator to Food Corporation of India for the
duration of this contract.
Payment to the successful Bidder is linked to compliance with the SLA metrics. The matrix specifies
three levels of performance, namely,
Page 56 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
The System Integrator will get 100% of the Contracted value if the all-baseline performance
metrics are compiled and the cumulative SLA score is 100
The System Integrator will get lesser payment in case of the lower performance. (For e.g., if
SLA point score is 80 out of 100 then the System Integrator will get 20% penalized on the
quarterly payment).
The aforementioned SLA parameters shall be measured per the individual SLA parameter
requirements and measurement methods, through appropriate SLA Measurement tools to be
provided by the SI and audited by Food Corporation of India (FCI) or its appointed Consultant
for accuracy and reliability.
FCI shall also have the right to conduct, either itself or through any other agency as it may
deem fit, an audit / revision of the SLA parameters. The SLAs defined, shall be reviewed by
FCI on an annual basis after consulting the SI, Project Management Consultants and other
experts. All the changes would be made by FCI after consultation with the SI and might include
some corrections to reduce undue relaxation in Service levels or some corrections to avoid
unrealistic imposition of penalty, which are noticed after project has gone live. The service
provider is required to submit the Corrective Action & Preventive Action (CAPA) plan in
case of any revision in SLA parameters.
FCI would have right to invoke termination of the contract, If the overall penalty applicable in
any Two (2) consecutive quarters during the contract period exceeds 30% of the respective
quarterly payment.
During O&M phase, the SLA shall be computed on a quarterly basis, for each individual month
separately, as per the individual SLA parameter requirements. In case the service levels
cannot be achieved at service levels defined in the tables below, it shall result in a breach of
contract and shall invoke liquidated damages.
The Liquidated damages/ penalty to be levied on the SI shall be capped at 10% of the total
contract value. In case the penalty exceeds the capped value then the Department has the
right to invoke termination of the contract. However, the description of same remains with the
client.
Note – The SLA for the supply of Managerial & Technical Resource is applicable over and above the
SLAs mentioned in the post-implementation SLA table and calculated on a quarterly basis.
Page 57 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
SLA Parameters
# Performance Area Baseline Lower Performance Breach
Metric Point Metric Point Metric Point
A. Camera, Video Feed Uptime and Quality
1. Average uptime of cameras. 95% 15 >= 92% to 10.5 < 92% 0
(Availability of Video Feed directly at <95%
the NVR Level).
Page 58 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
Page 59 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
Definition The Bidder is required to propose the CVs of the required managerial and
technical Resource (as mentioned in the RFP). It is vital that such Resource is
available to department mentioned in the RFP and performs to the expected
levels. The current SLA breach shall specify the penalty amount for the non-
availability of this Resource.
Service Level Availability of the required Resource should be 100% in the reporting period
Requirement
Penalty for non- For every above-mentioned SLA non-compliance reported and proved, there
achievement of shall be a penalty of INR 25,000/- per instance.
SLA Requirement
In case of non-deployment of profile for 20 days or more the OPEX payment
of the respective resource will be deducted in addition to above mentioned
breach.
Breach in Security
Note – This SLA for Security Breach is applicable over and above the SLAs mentioned in above table.
Page 60 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
Definition Security of the video feeds and the overall system is quite important, and
a successful bidder shall be required to ensure no compromise is done on
the same. Security Breach types considered for this SLA are– Availability
of Video feeds to any other user than those authorized by the Dept and
provided passwords Availability of any report / data to any other user than
those authorized by the Department and provided passwords. Successful
hacking of any active component on the network by any unauthorized user
or any other privacy rule is broken as per Govt of India guidelines.
Service Requirement Security compliance of the system should be 100%. There would be Zero
Level Tolerance policy against such breaches.
Measurement Service Any reported security breach shall be logged into the SLA Management
Parameter of Level solution as a security breach.
Penalty for non- For every security breach reported and proved, there shall be a penalty of
achievement of SLA INR 1,00,000/-.
Requirement
Tel:
Mobile:
Fax:
Email:
Page 61 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
Page 62 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
Page 63 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
Date: dd/mm/yyyy
To,
New Delhi
Subject: RFP for selection of SI agency for SITC and Operations of CCTV Monitoring at FCI Owned
Godowns
Dear Sir/Madam,
Having examined the Bid Document (and the clarification / corrigendum issued thereafter, if any), the
receipt of which is hereby duly acknowledged, we, the undersigned, offer to provide the professional
services as required and outlined in the Bid Document for the RFP for Selection of SI agency for I&C,
Operations of CCTV Monitoring at FCI Owned Godowns. We attach hereto our responses to pre-
qualification requirements and technical & commercial proposals as required by the Bid Document.
We confirm that the information contained in these responses or any part thereof, including the exhibits,
and other documents and instruments delivered or to be delivered to Food Corporation of India, is true,
accurate, verifiable, and complete. This response includes all information necessary to ensure that the
statements therein do not in whole or in part mislead Food Corporation of India in its shortlisting
process.
Page 64 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
We fully understand and agree to comply that on verification, if any of the information provided here is
found to be misleading the selection process, we are liable to be dismissed from the selection process
or termination of the contract during the project, if selected to do so.
We agree for unconditional acceptance of all the terms and conditions set out in the Bid Document (&
subsequent clarification / corrigendum, if any) document and also agree to abide by this tender
response for a period of 180 days from the Bid Opening date. We hereby declare that in case the
contract is awarded to us, we shall submit the contract performance guarantee bond in the form
prescribed the Bid Document.
We agree that you are not bound to accept any tender response you may receive. We also agree that
you reserve the right in absolute sense to reject all or any of the products/ services specified in the
tender response.
It is hereby confirmed that I/We are entitled to act on behalf of our company/ corporation/ firm/
organization and empowered to sign this document as well as such other documents, which may be
required in this connection.
Thanking you,
Yours sincerely,
Printed Name
Designation
Seal
Date:
Place:
Business Address:
Page 65 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
1 Name of Bidder
6 GST number
7 PAN details
11 EMD details
Page 66 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
Date: dd/mm/yyyy
To,
New Delhi
Dear Sir,
Yours sincerely,
Name of Firm:
Designation
Seal Date:
Page 67 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
This Consortium Agreement (hereinafter the "Agreement") entered into this _______ d ay o f
Having their principal place of business at ____________________ in India for and on behalf of
(hereinafter called "the Lead Bidder") of the ONE PART; AND_________________ through
Authorized Signatory having their principal place of business at in India for and on behalf of
____________________ (hereinafter called "the Consortium Member") of the SECOND PART.
RECITALS
As spe ci fie d i n cl a use ____ _ of the Tender Document, the Bidder has formed a consortium
and hereby enters into this Agreement and the Parties have agreed to the participate as members
of the Consortium subject to said terms and conditions of this Agreement
The members of the Agreement shall each be referred to as the “Party” and together as the “Parties”
NOW THEREFORE, in consideration of the mutual covenants of the Parties, the sufficiency whereof is
hereby acknowledged and other good valuable consideration, the Parties agree as follows:
Capitalized terms used in this Agreement shall have their respective defined meanings, and/or shall
have the meaning specified in the Contract and the Tender Document and subsequently signed
Contract between Authority and Bidder, unless the context expressly or by necessary implication
otherwise requires.
“Contract” shall mean the Contract entered into by the above Parties and Authority for the scope of work/
services as per Tender/ RFP published vide Ref no. ______________ dated ____________ including
its pre-bid clarifications and corrigendum, if any.
Interpretation
a) Tender document shall mean the Tender/ RFP published vide Ref no. ______________
dated ____________ including its pre-bid clarifications and corrigendum, if any.
b) For the purpose of this Agreement, where the context so admits, (i) the singular shall be
deemed to include the plural and vice-versa, and (ii) masculine gender shall be deemed to
include the feminine gender and vice-versa.
c) References to a “person” if any shall, where the context so admits, include references to
natural persons, partnership firms, companies, bodies corporate and associations, whether
incorporated or not or any other organization or entity including any governmental or political
subdivision, ministry, department, or agency thereof.
d) The headings and sub-headings are inserted for convenience only and shall not affect the
construction and interpretation of this Agreement.
Page 68 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
e) References to the word “include” and “including” shall be construed without limitation.
The purpose of this Agreement is to specify the responsibilities of the Parties under this Consortium
Agreement towards the Authority, supplement the provisions of the Contract and the Tender
Document concerning the Project and to set out further rights and obligations of the Parties
supplementing but not conflicting with those present in the Contract and the Tender Document and
to provide services mentioned in the Contract as per the Tender/ RFP published vide Ref no.
______________ dated ____________ including its pre-bid clarifications and corrigendum, if any.
3 Duration
This Agreement shall come into force as of the Date of Signing and shall continue in full force and
effect until the complete discharge of all obligations, concerning the carrying out of the Project,
which have been taken on by the Parties under the Contract, Tender Document and under this
Agreement.
4 Coordinator
The Parties hereby understand and agree that there shall be a “Lead Bidder” who shall be the point
of contact for the purpose of the Project. It is hereby agreed by the Parties that for the purpose of
the Agreement, M/s._____________ have been appointed as Lead Bidder/ Partner. The Lead
Partner shall be specifically authorized by the Parties to make representations and declarations on
their behalf.
For the purpose of this Agreement, the Tender Document and the Contract, the Lead Partner shall
be the single point of contact for the Authority, shall have the overall responsibility of the
management of the Project and shall have single point responsibility for ensuring that all members
of the consortium are complying with the terms and conditions set out in the Contract and the Tender
Document.
All instructions/communications from Authority to the Lead Partner shall be deemed to have been
duly provided to all the members of the consortium.
For the avoidance of doubt, it is hereby clarified that all Parties of the consortium shall be
individually, jointly & severely responsible for the obligations under the Tender Document,
Contract, and this Agreement, irrespective of the specific roles/responsibilities undertaken by them.
i. For delivery of all services as per the agreement with Authority, Lead Partner shall be
primarily accountable and responsible.
ii. The Lead Partner shall be responsible for the transmission of any documents and
information connected with the Project to the Parties concerned.
iii. It is hereby clarified that representations and declarations made by the Lead Partner shall be
legally binding on all the Parties of the Agreement.
iv. Each Party shall use reasonable efforts to perform and fulfil, promptly, actively and on time,
all of its obligations under the Tender Document, Contract, and this Agreement.
v. All commercials’ activities with Authority will be conducted by both the Lead Partner and the
Consortium member jointly or individually.
vi. In case if the consortium member is unable to maintain the required SLA parameters and
breaches the overall maximum capping set out in the RFP or is declared bankrupt or is
unable to deliver the services as defined in the Tripartite Agreement/ Contract, the Lead
Bidder is at the liberty to disengage/ disassociate itself from such defaulting member after
obtaining prior written permission from the Department and onboard a new consortium
Page 69 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
member on same terms & conditions of the Contract. The consortium member should qualify
the required Pre-Qualification criteria set in the RFP and should have better technical
evaluation criteria set in the RFP than the incumbent consortium member. The same will be
evaluated by the Department.
1. To promptly notify each of the Parties about any significant delay in fulfilment of milestones in
relation to the Project.
2. To inform other Parties of relevant communications it receives from third parties in relation to
the Project.
3. Each Party shall use reasonable efforts to ensure the accuracy of any information or materials
it supplies hereunder or under the Contract and promptly to correct any error that came to its
knowledge.
4. Each Party shall act in good faith. When a Party believes that for carrying out the Project or
use of knowledge from the Project it might require access rights to another Party’s pre-existing
know-how or to another Party's knowledge and material which is not from the Project, it shall
obtain written permission from the Party prior to the use of such material.
5. Each Party shall abide with the terms of confidentiality as described in Tender Document and
shall also abide with all the clauses of the Tender Document.
6. Each Party shall share and disclose information including confidential information and
documents as may be necessary for the Project. The Parties hereby understand and agree
that the information shall be used solely for the purpose of the Project and not for its own use
or for any third-party benefit.
7. The roles and responsibility of each Party with respect to fulfillment of Project Scope shall be
as follows:
a) _______
b) _______
c) _______
a) _______
b) _______
c) _______
The Parties hereby understand and agree that all the Parties shall be jointly and severally liable
for any default with regard to the deliverables as per the Tender Document.
Each Party shall indemnify each of the other Parties, in respect of liability resulting from acts or
omissions of it.
Subject to such other undertakings and warranties as are provided for in this Agreement and the
Contract, each Party shall be solely liable for any loss, damage, or injury to third parties resulting
from it carrying out its parts of the Project and from its use of knowledge and/or know how.
8 Assignment
No Party shall, without the prior written consent of the Authority and of the other Parties, assign or
otherwise transfer partially or totally any of its rights and obligations under Agreement.
(a) They are duly organized and validly existing under the laws of India and have full power and
authority to enter into this Agreement and to perform its obligations under this Agreement. The
execution and validity of this Agreement and the consummation of the transactions
contemplated by this Agreement have been duly authorized by all necessary action on the
part of the Parties.
(b) This Agreement constitutes a valid and binding obligation of the Parties, enforceable against
them in accordance with the terms hereof, and the execution, delivery and performance of this
Agreement and all instruments or agreements required hereunder do not contravene, violate, or
constitute a default of or require any consent or notice under any provision of any agreement
or other instrument to which the Bidder is a party or by which the Bidder are or may be bound.
(c) Each of the representations and warranties shall be construed as a separate representation,
warranty, covenant or undertaking, as the case may be, and shall not be limited by the
terms of any other representation or warranty or by any other term of this Agreement.
(d) The Parties have read, understood, agree and abide with the terms of this Agreement and the
Tender Document.
9 Miscellaneous
(a) This Agreement shall be specifically enforceable at the instance of any of the Parties.
(b) Notices, demands or other communication required or permitted to be given or made under this
Agreement shall be in writing in the English language and delivered personally or sent by
prepaid post with recorded delivery addressed to the intended recipient at its address set forth
below:
[Add address]
[Add address]
(c) Any such notice, demand or communication shall, unless the contrary is proved, be deemed
to have been duly served at the time of delivery in the case of service by delivery in person or
Page 71 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
by registered post.
(d) Each Party shall bear its own legal, accounting, professional and advisory fees, commissions
and other costs and expenses incurred by it in connection with this Agreement and the
transactions contemplated herein.
(e) This Agreement supersedes all prior discussions and agreements (whether oral or written,
including all event of any conflict between the terms of this Agreement and the Contract and the
Tender Document, the terms of the Contract shall prevail.
(f) Any provision of this Agreement, which is invalid or unenforceable, shall be ineffective to the
extent of such invalidity or unenforceability, without affecting in any way the remaining provisions
hereof.
(g) This Agreement shall be governed and interpreted by and construed in accordance with the
substantive laws of India, without giving effect to the principles of conflict of laws there under:
(h) The contract and the transactions contemplated therein shall be governed by and construed
in accordance with the laws of India. All the parties and their personnel deciding to participate
in this process shall be deemed to be submitting themselves to the laws of India.
(i) In case of any dispute arising out of and touching upon the Contract, the same shall be first
referred to the Dispute/Grievance Redressal Committee constituted by FCI and functioning at
Headquarter of the Corporation, with a view to settle the disputes. If any dispute remains
thereafter, the same shall be settled in the Court of law. The Courts in New Delhi shall have
exclusive jurisdiction to adjudicate the disputes arising under the Contract.
IN WITNESS WHEREOF, the Parties have entered into this Agreement the day and year first above
written. [add name of the party of the First Part]
Authorized Signatory
Name:
Designation:
Name: Address:
Authorized Signatory
Name
Designation:
In presence of:
Page 72 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
Name:
Address:
Page 73 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
To,
New Delhi
Dear Sir,
We understand that in case we fail to comply to the above requirements, Department has the right and
discretion to cancel the LoI issued to us and forfeit the EMD.
[Bidder may include details of existing offices in the Specified zones, if available]
Yours sincerely,
Name of Firm:
Designation
Seal Date:
Page 74 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
CERTIFICATE
We have verified the audited financial statements and other relevant records of M/s <Bidder name>,
“the Company”, having its registered office at __________________________________ for the
financial years tabulated below. Based on such verification and as per the information and explanations
provided to us by the Company, we certify as under:
We also certify that the Company has a positive net worth as on 31st March 2023
Note:
1. Attached Audited Balance sheets for the above period after pagination and mention total
pages here.
Page 75 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
Client type – Indicate whether the client is State/ Central Government/ PSU/Municipal Corporation
Documentary evidence provided – Indicate the documentary evidence provided with the detailed
project credential like work order or purchase order or completion certificate or letter of
appointment
Project Status – Completed (date of project completion) or Ongoing (project start date)
Prime Bidder or Consortium member is requested to furnish the credentials in the following format for
both Pre-qualification and Technical criterion. All credentials should be followed by relevant
documentary proof.
Date of Start
Date of Completion
Copy of Contract/Agreement
Client Certificate
Page 76 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
Date: dd/mm/yyyy
To,
New Delhi
Dear Sir,
We have carefully gone through the Terms & Conditions contained in the RFP document for “Selection
of SI agency for SITC and Operations of CCTV Monitoring at FCI Owned Godowns”. We hereby
declare that our company <company’s name> has below mentioned Resource strength as on date of
bid submission.
Yours sincerely,
__________________________________________
Signature of Authorized Signatory (with official seal)
Name :
Designation :
Address :
Telephone & Fax :
E-mail Address :
Page 77 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
To Date:
New Delhi
Subject: Request for Proposal for Selection of SI agency for I&C, Operations of CCTV Monitoring
at FCI Owned Godowns
Dear Sir,
As part of the Pre-Qualification bid requirement, we undertake that the below proposed resources are
employed on our Firm’s payroll and comply to the qualification and experience sought in the above
referred RFP. We also confirm that the below resources are available for immediate deployment from
the date of start of the project.
C1 Project Manager
C1.3 Post-Graduation
(Minimum M.Tech./M.Sc./MBA)
Page 78 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
C3.2 Graduation
(Minimum B.E/B.Tech./M.Sc./MCA/BCA) :
Thanking you,
Yours faithfully
Name :
Designation :
Date :
Company Seal :
Business Address :
Page 79 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
9 Employment Record
(For the total relevant From / To:
experience)
Employer:
Position Held:
From / To:
Employer:
Position Held:
From / To:
Employer:
Position Held:
Page 80 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
Year:
Location:
Client:
Positions held:
Activities performed:
Year:
Location:
Client:
Positions held:
Activities performed:
Certification:
I, the undersigned, certify that to the best of my knowledge and belief that
This CV correctly describes my qualifications and my experience
I was not part of the team who wrote the Scope of Work for this RFP.
I understand that any willful misstatement described herein may lead to my disqualification or
dismissal, if engaged.
Name
Signature:
Date:
Page 81 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
Date: dd/mm/yyyy
To,
New Delhi
Sub : “RFP for Selection of SI agency for SITC and Operations of CCTV Monitoring at FCI Owned
Godowns”.
We _______________________, (name and address of the manufacturer) who are established and
reputed manufacturers of __________________ having factories at __________________
(addresses of manufacturing / development locations) do hereby authorize M/s
_______________________ (name and address of the Bidder) to bid for the below equipment /
software list manufactured / developed by us.
We hereby certify that the above-mentioned equipment/software products are not the end of their life
of the date of bid submission and undertake to support the above equipment/ software for a period of
seven (7) years from the last date of bid submission.
Yours faithfully,
from OEM)
Name
Designation
Business Address:
Date:
Place:
Page 82 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
Date: dd/mm/yyyy
To,
New Delhi
Sir,
We further declare that presently our Company/ firm ___________________is not blacklisted or
debarred and not declared ineligible for bankruptcy or reasons other than corrupt and fraudulent
practices by FCI/DFPD/DoE as on the date of Bid Submission in compliance to the guidelines as
prescribed by Department of Expenditure OM No. F.1/20/2018-PPD.
We hereby agree and understand that in the event this declaration is found to be incorrect then without
prejudice to any other action that may be taken, our EMD/ bid security may be forfeited in full and the
tender if any to the extent accepted may be cancelled.
Printed Name
Designation
Seal
Date:
Place:
Business Address:
Page 83 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
Date: dd/mm/yyyy
To,
New Delhi
Dear Sir,
We further declare that presently our Company/ firm ___________________is not blacklisted or
debarred and not declared ineligible for bankruptcy or reasons other than corrupt and fraudulent
practices by FCI/DFPD/DoE as on the date of Bid Submission in compliance to the guidelines as
prescribed by Department of Expenditure OM No. F.1/20/2018-PPD.
If this declaration is found to be incorrect then without prejudice to any other action that may be taken,
my/ our security may be forfeited in full and the tender if any to the extent accepted may be cancelled.
Printed Name:
Designation:
Seal Date:
Page 84 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
Date: dd/mm/yyyy
To,
New Delhi
Subject: Self Declaration of No Deviation in response to the “RFP for Selection of SI agency for SITC
and Operations of CCTV Monitoring at FCI Owned Godowns”.
Dear Sir,
This is to certify that our offer is exactly in line with your tender enquiry/RFP (including amendments)
no. _________ dated __________. This is to expressly certify that our offer contains no deviation
either Technical (including but not limited to Scope of Work) or Commercial in either direct or indirect
form.
(Authorized Signatory)
Signature:
Name:
Designation:
Address:
Seal:
Date:
Page 85 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
Date: dd/mm/yyyy
To,
New Delhi
Subject: Self Declaration of Total Responsibility in response to the “RFP for Selection of SI agency for
SITC and Operations of CCTV Monitoring at FCI Owned Godowns”,
Dear Sir,
This is to certify that we undertake the total responsibility for the defect free operation of the proposed
project, solution and any or all components thereof as per the requirement of the RFP for the duration
mentioned in the RFP or during any extensions provided by the Department.
(Authorized Signatory)
Signature:
Name:
Designation:
Address:
Seal:
Date:
Page 86 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
Date: dd/mm/yyyy
To,
New Delhi
Subject: Anti-Collusion Certificate in response to the “RFP for Selection of SI agency for SITC and
Operations of CCTV Monitoring at FCI Owned Godowns”,
Dear Sir,
We hereby certify and confirm that in the preparation and submission of our Bid for Request for “RFP
for Selection of SI agency for I&C, Operations of CCTV Monitoring at FCI Owned Godowns”, against
the RFP issued by Authority, we have not acted in concert or in collusion with any other Bidder or other
person(s) and also not done any act, deed, or thing, which is or could be regarded as anti-competitive.
We further confirm that we have not offered nor will offer any illegal gratification in cash or kind to any
person or organization in connection with the instant bid.
Printed Name
Designation
Seal
Date:
Place:
Business Address:
Page 87 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
Whereas the Food Corporation of India (the “Authority”) has invited proposals from applicants for
<RFP Name>, <RFP Reference No.> (the “Project”).
Whereas [name of Party], [name of Party] and [name of Party] (collectively the “Consortium”) being
Members of the Consortium are interested in bidding for the Project in accordance with the terms and
conditions of the Request for Qualification and Request for Proposal and other connected documents
in respect of the Project, and
Whereas it is necessary for the Members of the Consortium to designate one of them as the Member
in-charge with all necessary power and authority to do for and on behalf of the Consortium, all acts,
deeds, and things as may be necessary in connection with the Consortium’s bid for the Project and
its execution.
We, [name of Party] having our registered office at [registered address], M/s. [name of Party], having
our registered office at[registered address],and M/s.[name of Party],having our registered office at
[registered address], (hereinafter collectively referred to as the “Principals”) do hereby irrevocably
designate, nominate, constitute, appoint and authorize M/s [name of Member In-charge], having its
registered office at [registered address], being one of the Members of the Consortium, as the Member
In-charge and true and lawful attorney of the Consortium (hereinafter referred to as the “Attorney”)
and hereby irrevocably authorize the Attorney (with power to sub- delegate to any person) to conduct
all business for and on behalf of the Consortium and any one of us during the bidding process and,
in the event the Consortium is awarded the Contract, during the performance of the services related
to the Project, and in this regard, to do on our behalf and on behalf of the Consortium, all or any of
such acts, deeds or things as are necessary or required or incidental to the submission of its bid for
the Project, including but not limited to signing and submission of all applications, bids and other
documents and writings, accept the Letter of Acceptance, participate in Bidders’ and other
conferences, respond to queries, submit information/documents, sign and execute contracts and
undertakings consequent to acceptance of the bid of the Consortium and generally to represent the
Consortium in all its dealings with the Authority, and/ or any other government agency or any person,
in all matters in connection with or relating to or arising out of the Consortium’s bid for the Project
and/ or upon award thereof until the Contract is entered into with the Authority.
AND hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things
done or caused to be done by our said Attorney pursuant to and in exercise of the powers conferred
by this Power of Attorney and that all acts, deeds, and things done by our said Attorney in exercise
of the powers hereby conferred shall and shall always be deemed to have been done by us/
Consortium.
IN WITNESS WHEREOF WE THE PRINCIPALS ABOVE NAMED HAVE EXECUTED THIS POWER
OF ATTORNEY ON THIS [date in words] DAY OF [month] [year in ‘yyyy’ format].
[Signature]
[Name]
[Designation]
[Address]
Page 88 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
[Signature]
[Name]
[Designation]
[Address]
[Signature]
[Name]
[Designation]
[Address]
In presence of:
Notes:
1. The mode of execution of the Power of Attorney should be in accordance with the procedure, if
any, laid down by the applicable law and the charter documents of the executant(s) and when it is
so required the same should be under common seal or official seal of all members.
2. Wherever required, the Bidder should submit for verification the extract of the charter documents
and other documents such as a resolution/power of attorney in favor of the person executing this
Power of Attorney for the delegation of power hereunder on behalf of the Bidder.
3. For a Power of Attorney executed and issued overseas, the document will also have to be
legalized by the Indian Embassy and notarized in the jurisdiction where the Power of Attorney is
being issued. However, the Power of Attorney provided by Bidders from countries that have signed
The Hague Legislation Convention, 1961 are not required to be legalized by the Indian Embassy
if it carries a conforming apostolic certificate.
Page 89 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
Whereas …………………………..……….,……………………………………..,
………………………………… and ……………………….. (Collectively “Consortium”) being Members
of the Consortium are interested in bidding for the Project in accordance with the terms and conditions
of the Request for Proposal (RFP document) and other connected documents in respect of the Project,
and
Whereas it is necessary for the Members of the Consortium to designate one of them as the Lead
Member with all necessary power and authority to do for and on behalf of the Consortium, all acts,
deeds, and things as may be necessary in connection with the Consortium’s bid for the Project and its
execution.
AND hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things
done or caused to be done by our said Attorney pursuant to and in exercise of the powers conferred
by this Power of Attorney and that all acts, deeds, and things done by our said Attorney in exercise of
the powers hereby conferred shall and shall always be deemed to have been done by us/ Consortium.
IN WITNESS WHEREOF WE THE PRINCIPALS ABOVE NAMED HAVE EXECUTED THIS POWER
OF ATTORNEY ON THIS ……………… DAY OF ………………., 20….
For …………………………………
(Signature)
Page 90 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
…………………………………
For …………………………………
(Signature)
…………………………………
For …………………………………
(Signature)
…………………………………
Witnesses:
1.
2.
(Executants)
Notes:
The mode of execution of the Power of Attorney should be in accordance with the procedure,
if any, laid down by the applicable law and the charter documents of the executant(s) and when
it is so required, the same should be under common seal affixed in accordance with the
required procedure.
Also, wherever required, the Bidder should submit for verification the extract of the charter
documents and documents such as a board or shareholders’ resolution/power of attorney in
favor of the person executing this Power of Attorney for the delegation of power hereunder on
behalf of the Bidder.
For a Power of Attorney executed and issued overseas, the document will also have to be
legalized by the Indian Embassy and notarized in the jurisdiction where the Power of Attorney
is being issued. However, the Power of Attorney provided by Bidders from countries that have
signed the Hague Legislation Convention, 1961 are not required to be legalized by the Indian
Embassy if it carries a conforming Apostle certificate.
Page 91 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
Page 92 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
To,
New Delhi
Subject: “RFP for Selection of SI agency for SITC and Operations of CCTV Monitoring at FCI Owned
Godowns”,
Dear Sir,
I (in case of single Bidder) or We, <<name of the undersigned Bidder and consortium member>>,
having read and examined in detail all the bidding documents in respect of “RFP for Selection of SI
agency for SITC and Operations of CCTV Monitoring at FCI Owned Godowns”, do hereby propose to
provide our services as specified in the bid submitted by us.
It is hereby confirmed that I / We are entitled to act on behalf of our company / corporation / firm /
organization and empowered to sign this document as well as such other documents, which may be
required in this connection.
We declare that all the services shall be performed strictly in accordance with the RFP documents.
We confirm that the information contained in this response or any part thereof, including its exhibits,
and other documents and instruments delivered or to be delivered to Authority, is true, accurate,
verifiable, and complete. This response includes all information necessary to ensure that the
statements therein do not in whole or in part mislead the department in its evaluation process. We also
confirm that we shall not attract conflict of interest in principle.
We hereby declare that in case the contract is awarded to us, we shall submit the contract Performance
bank guarantee in the form prescribed at Annexure 5 of Section 15 of the RFP Volume I.
We hereby declare that our bid is made in good faith, without collusion or fraud and the information
contained in the bid is true and correct to the best of our knowledge and belief.
We understand that our bid is binding on us and that you are not bound to accept a Bid you receive.
This bid is valid for 180 days after opening of technical bid. We shall extend the validity of the bid if
required by Authority.
Thanking you,
Yours sincerely,
Printed Name
Designation
Seal
Date:
Place:
Page 93 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
Business Address:
Page 94 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
1 2 3 4 5 …………
Project Plan
1 Activity 1
2 Activity 2
…..
Note: The above activity chart is just for the purpose of illustration. Bidders are requested to provide
detailed activity & timelines for executing the project as per expected governance structure (as per
RFP) with details of deliverables & milestones.
Page 95 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
i. Bidder should provide all prices as per the prescribed format under this Annexure.
iii. Prices indicated in the schedules shall be inclusive of all Goods and Services Tax.
iv. Food Corporation of India reserves the right to ask the Bidder to submit proof of payment
against any applicable taxes.
v. Food Corporation of India shall consider total quoted cost including Goods and Services Tax
for the purpose of Evaluation.
vi. The Unit Rate as mentioned in the following formats may be used for the purpose of ‘Change
Order’ for respective items, if any. However, based on the market trends, Food Corporation of
India, retains the right to negotiate this rate for future requirement.
vii. For the purpose of evaluation of Commercial Bids, Food Corporation of India shall make
appropriate assumptions to arrive at a common bid price for all the Bidders. This however shall
have no co-relation with the Contract value or actual payment to be made to the Bidder.
viii. Food Corporation of India also intends to utilize various rates obtained through this tender for
requirements across various departments. Bidders are requested to factor this larger demand
and give the best possible rate to Food Corporation of India.
ix. Bidder should refer Volume II of the RFP for details on the functional and technical
requirements of the system and the benchmark specifications for the items mentioned in the
Commercial formats.
x. Bidders may add, delete items and increase, decrease quantities of items based on the
solution proposed to fully comply with the RFP requirements. However, if any item is deleted
or any quantity is reduced, then justification for doing so needs to be provided in the ‘Remarks
Column’ of the table.
xi. Any cell in the price format if left blank shall be read as ZERO.
Page 96 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
Date:
To:
New Delhi
Dear Sir,
We, the undersigned Bidder, having read and examined in detail all the Tender documents in respect
of Selection of SI agency for SITC and Operations of CCTV Monitoring at FCI Owned Godowns
do hereby propose to provide services as specified in the Tender documents number XXXXXXXXX
Dated XX/XX/XXXX
All the prices mentioned in our Commercial Bid are in accordance with the terms as specified in
the Tender documents. All the prices and other terms and conditions of this Tender are valid for a
period of 180 calendar days from the date of opening of the Tenders.
We hereby confirm that our Commercial Bid prices include all taxes. Taxes are quoted separately
under relevant sections, as specified in the RFP formats.
We have studied the clause relating to Indian Income Tax and hereby declare that if any income
tax, surcharge on Income Tax, Professional and any other corporate Tax in altercated under the
law, we shall pay the same.
2. UNIT RATES
We have indicated in the relevant schedules enclosed, the unit rates for the purpose of on account of
payment as well as for price adjustment in case of any increase to / decrease from the scope of work
under the contract.
3. DEVIATIONS
We declare that all the services shall be performed strictly in accordance with the RFP documents and
there are no deviations except for those mentioned in Pre-Qualification Envelope, irrespective of
whatever has been stated to the contrary anywhere else in our bid.
Further we agree that additional conditions, if any, found in our bid documents, other than those stated
in the deviation schedule in Pre-Qualification Envelope, shall not be given effect to.
4. QUALIFYING DATA
We confirm having submitted the information as required by you in your Instruction to Bidders. In case
you require any other further information/documentary proof in this regard before evaluation of our
Tender, we agree to furnish the same in time to your satisfaction.
5. BID PRICE
Page 97 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
We declare that our Bid Price is for the entire scope of the work as specified in the RFP documents.
These prices are indicated in the subsequent sub-sections of this Section.
6. MINIMUM WAGES
We declare that we shall pay each individual deployed on this project, whether an employee of Lead
Bidder or Consortium Member at least the Minimum Wages defined by the Government of India
We hereby declare that in case the contract is awarded to us, we shall submit the contract Performance
Bank Guarantee in the form prescribed in the RFP.
We hereby declare that our Tender is made in good faith, without collusion or fraud and the information
contained in the Tender is true and correct to the best of our knowledge and belief.
We understand that our Tender is binding on us and that you are not bound to accept a Tender you
receive. We confirm that no technical deviations are attached here with this commercial offer.
Thanking you,
Yours faithfully,
Name
Designation
Seal.
Date:
Place:
Enclosed: Bill of Materials (Price details as per the format prescribed in Section 14.2)
Page 98 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
Note: This is the minimum bill of material, FCI will not pay any additional amount unless the requirement is on FCI’s behalf.
Summary
*Note: The comprehensive final bid amount specified in the aforementioned row (Total Project Cost for 5 years) encompasses all buyback elements, and the
determination of the L1 Bidder will be based on the total project cost for 5 years, inclusive of both CAPEX and OPEX.
Page 99 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
16 SITC of 43" (24x7x365) display with all required accessories Nos 561
17 SITC of IT/Network rack with all required accessories Nos 561
SITC of 16/24 port L2 POE enterprise switch with all required
18 Nos 561
accessories
SITC for providing Secured Internet Connectivity along with associated
19 Hardware (Router cum Secure VPN device) and accessories & other Nos 561
cost
* NOTE:
1. The Bidder is required to consider the diverse weather conditions across India and make an informed decision regarding the deployment of network switches for FCI depots
across India. The Bidder must assess the environmental factors, such as temperature, humidity, and exposure to elements, and choose network switches (be it commercial grade
or an industrial grade) that are best suited to withstand the prevailing weather conditions at the proposed installation FCI depots.
2. FCI reserves the right to change the number/location of the FCI owned Depot to be covered as part of this project and the same shall be finalized at the time of signing the
contract with the Successful Bidder.
3 SITC of Server for (Streaming Server, Remote Site Manager, Video Management Set 4
Server, Recording, Redundancy etc.)
4 SITC of Antivirus Compute along with application for servers & clients Set 1
16 SITC of CCTV, ACS, FAS, WLD, VESDA, Gas suppression system and fire extinguisher Set 1
for NOC, DC and office area
17 SITC of IOC and NOC infra & interior (approx. 800 square feet floor space) Set 1
18 SITC of modular console with chair for operators as per the client requirement for IOC Set 8
and NOC
19 SITC of IT and electrical infra as per site requirement Set 1
20 SITC of Air Conditioning System for IOC, NOC, DC and office area for 24x7 operations Set 1
(approx. 800 sq. ft. floor space)
21 Required Power Backup for NOC along with associated electrical setup Set 1
AMC of wireless CPE (Client Place Equipment) - includes Antenna, PoE, NID, L clamp, Channel Bandwidth
Nos
8 of 20, 40 and 80 MHz (mounted on pole of appropriate height to ensure maximum connectivity Pls specify
9 AMC of armored Cat-6 Cable with all required accessories including laying Meters Pls specify
10 AMC of armored Power Cable with all required accessories including laying Meters Pls specify
11 AMC of PVC Conduit with all required accessories including laying Meters Pls specify
D Local Viewing Center & Local Server
AMC of online UPS (including SNMP card) with 1 hour backup on full load with maintenance free batteries
12 Nos 561
with all required accessories including power cable from RAW input to UPS to all field devices
AMC of storage with 90 days continuous recording for all cameras as per respective locations with local
13 monitoring software with all required enterprise licenses (HD/720p Resolution, 15 FPS) Nos 561
AMC of NVR – 32 Channel - Embedded Linux, 4K Output Support, With Audio I/O support
14 Nos 340
AMC of NVR – 128 Channel - Embedded Linux, Video Output Support, With Audio I/O support Nos 102
15 AMC of 43" (24x7x365) display with all required accessories Nos 561
16 AMC of IT/Network rack with all required accessories Nos 561
17 AMC of 24 port L2 POE enterprise switch with all required accessories Nos 561
AMC for providing Secured Internet Connectivity along with associated Hardware (Router cum Secure VPN
18 Nos 561
device) & other cost
* NOTE: The Bidder is required to consider the diverse weather conditions across India and make an informed decision regarding the deployment of network switches
for FCI depots across India. The Bidder must assess the environmental factors, such as temperature, humidity, and exposure to elements, and choose network switches
(be it commercial grade or an industrial grade) that are best suited to withstand the prevailing weather conditions at the proposed installation FCI depots.
Schedule D – AMC of Integrated Operations Center (IOC) and Network Operation Center (NOC)
Total Nos.
# Item Unit Type
A
1 AMC of Video wall (3*2, 55" Screen with 8 input/output controller) with all required accessories Set 1
AMC of workstation for video monitoring at Network Operation Center (NOC) with all required enterprise software
2 and licenses with two 22-inch monitor with keyboard and mouse Set 8
AMC of Server for (Streaming Server, Remote Site Manager, Video Management Server, Recording,
3 Redundancy etc.) Set 1
4 AMC of Antivirus Compute along with application for servers & clients Set 1
5 AMC of Server for Sensors (if required) Set 1
6 AMC of Secure VPN and WAN Gigabit L3 Managed Switch with required numbers of port (1+1) Set 1
7 AMC of Gigabit 24 Port L2 Managed Switch with required numbers of port Set 2
8 AMC of Firewall with required specifications (1+1) Set 2
9 AMC of 42U with all required accessories Set 1
AMC of Online 30KVA UPS (minimum, Bidder to quote as required) with 1 hour backup on full load with all
10 Set 1
required accessories (1+1)
11 AMC of for Integrated Video Management Software (VMS) with all required licenses Set 1
12 AMC of storage box for archive recording of flagged data at all depots for 90 days Set 1
AMC of Antivirus with all required client licenses 25
13 Nos
14 AMC of EMS, Helpdesk, Ticketing & SLA Management Tool Lot 1
15 AMC of Server for EMS, Helpdesk, Ticketing & SLA Management Tool Set 1
AMC of CCTV, ACS, FAS, WLD, VESDA, Gas suppression system and fire extinguisher for NOC, DC and office
16 Set 1
area
17 AMC of IOC and NOC infra & interior (approx. 800 square feet floor space) Set 1
AMC of modular console with chair for operators as per the client requirement for IOC and NOC 8
18 Set
19 AMC of IT and electrical infra as per site requirement Set 1
Schedule D – AMC of Integrated Operations Center (IOC) and Network Operation Center (NOC)
Total Nos.
# Item Unit Type
A
AMC of Air Conditioning System for IOC, NOC, DC and office area for 24*7 operations (approx. 800 sq. ft. floor
20 Set 1
space)
21 AMC for required Power Backup for NOC along with associated electrical setup Set 1
A
1 Internet bandwidth cost at Depot Level (Minimum 100 Mbps per Depot) Nos 561
2 Leased Line cost at IOC cum NOC Level (Minimum 1 Gbps) Nos 1
A
1 Project Manager Nos 1
2 Assistant Project Manager Nos 5
3 Surveillance Expert Nos 1
PERFORMANCE GUARANTEE
Ref:
Date:
To
New Delhi
1. Against contract vide Advance Acceptance of the Tender No. ________ Dated ______ covering
“RFP for Selection of SI agency for SITC and Operations of CCTV Monitoring at FCI Owned Godowns”
(hereinafter called the said 'contract') entered into between Food Corporation of India, (hereinafter
called the Purchaser) and M/s._________________ , a Company incorporated under the
________________ and having its Registered Office at ..................................................(hereinafter
called the Bidder) this is to certify that at the request of the Bidder we (name of the Bank / Branch
.........................................................) a body corporate constituted under the _______________ and
having its, Registered Office at..................................................................................... and a branch
office at ................................................................................................ are holding in trust in favor of
the Purchaser, an amount of Rs.......................(Rupees
................................................................................................................................only) to indemnify
and keep indemnified the Purchaser against any loss or damage that may be caused to or suffered by
the Purchaser by reason of any breach by the Bidder of any of the terms and conditions of the said
contract and/or in the performance thereof. We agree that the decision of the Purchaser, whether by
any breach of any of the terms and conditions of the said contract and/or in the performance thereof
has been committed by the Bidder and the amount of loss or damage that has been caused or suffered
by the Purchaser shall be final and binding on us and the amount of the said loss or damage shall be
paid by us forthwith on demand and without demur to the Purchaser.
2. We (Name of the Bank /Branch) ........................................................ further agree that the guarantee
herein contained shall remain in full force and effect during the period that would be taken for
satisfactory performance and fulfillment in all respects of the said contract by the Bidder i.e. till
_________________ hereinafter called the said date and that if any claim accrues or arises against us
______(Name of the Bank /Branch) by virtue of this guarantee before the said date, the same shall be
enforceable against us .........................(Name of the Bank/Branch) notwithstanding the fact that the
same is enforced within six months after the said date, provided that notice of any such claim has been
given to us .....................(Name of the Bank/Branch) by the Purchaser before the said date. Payment
under this guarantee shall be made promptly upon our receipt of notice to that effect from the
Purchaser.
3. It is fully understood that this guarantee is effective from the date of the said contract and that
we........................ (Name of the Bank /Branch) undertake not to revoke this guarantee during its
currency without the consent in writing of the Purchaser.
4. We undertake to pay to the Purchaser any money so demanded notwithstanding any dispute or
disputes raised by the Bidder in any suit or proceeding pending before any court or Tribunal relating
thereto our liability under this present bond being absolute and unequivocal.
5. The payment so made by us under this bond shall be a valid discharge of our liability for payment
there under and the Bidder shall have no claim against us for making such payment.
6. We .....................(Name of the Bank / Branch) further agree that the Purchaser shall have the fullest
liberty, without affecting in any manner our obligations hereunder to vary any of the terms and
conditions of the said contract or to extend time of performance by the Bidder from time to time or to
postpone for any time or from time to time any of the powers exercisable by the Purchaser against the
said Bidder and to forebear or enforce any of the terms and conditions relating to the said contract and
we, .....................................(Name of the Bank / Branch) shall not be released from our liability under
this guarantee by reason of any such variation or extension being granted to the said Bidder or for any
forbearance by the Purchaser to the said Bidder or for any forbearance and or omission on the part of
the Purchaser or any other matter or thing whatsoever, which under the law relating to sureties, would,
but for this provision have the effect of so releasing us from our liability under this guarantee.
7. This guarantee will not be discharged due to the change in the constitution of the Bank or the Bidder.
i) Our liability under this Bank Guarantee shall not exceed of Rs............................... (Rupees in words
only).
iii) We........................................... (Name of the Bank / Branch) are liable to pay the guaranteed amount
or any part thereof under this Bank Guarantee only and only if you serve upon us a written claim or
demand on or before ##......................................
Signature
WITNESS NO. 1
Signature
WITNESS NO. 2
Signature
And,
WHEREAS the Bidder is aware and confirms that the Authority’s business or operations, information,
application or software, hardware, business data, architecture schematics, designs, storage media and
other information or documents made available by the Authority in the RFP documents during the
bidding process and thereafter, or otherwise (confidential information for short) is privileged and strictly
confidential and or proprietary to the Authority,
1. The confidential information to be disclosed by the Authority under this Agreement (“Confidential
Information”) shall include without limitation, any and all information in written, representational,
electronic, verbal or other form relating directly or indirectly to processes, methodologies,
algorithms, risk matrices, thresholds, parameters, reports, deliverables, work products,
specifications, architecture, project information, security or zoning strategies & policies, related
computer programs, systems, trend analysis, risk plans, strategies and information communicated
or obtained through meetings, documents, correspondence or inspection of tangible items, facilities
or inspection at any site to which access is permitted by the Authority.
a. the Bidder knew or had in its possession, prior to disclosure, without limitation on its
confidentiality.
b. information in the public domain as a matter of law.
c. is obtained by the Bidder from a third party without any obligation of confidentiality.
d. the Bidder is required to disclose by order of a competent court or regulatory authority.
e. Is released from confidentiality with the written consent of the Authority.
The Bidder shall have the burden of proving hereinabove are applicable to the information in the
possession of the Bidder.
3. The Bidder agrees to hold in trust any Confidential Information received by the Bidder, as part of
the Tendering process or otherwise, and the Bidder shall maintain strict confidentiality in respect
of such Confidential Information, and in no event a degree of confidentiality less than the Bidder
uses to protect its own confidential and proprietary information. The Bidder also agrees:
a. to maintain and use the Confidential Information only for the purposes of bidding for this RFP
and thereafter only as expressly permitted herein.
b. to only make copies as specifically authorized by the prior written consent of the Authority and
with the same confidential or proprietary notices as may be printed or displayed on the original.
c. to restrict access and disclosure of Confidential Information to their employees, agents,
consortium members and representatives strictly on a "need to know" basis, to maintain
confidentiality of the Confidential Information disclosed to them in accordance with this clause;
and
d. To treat Confidential Information as confidential unless and until Authority expressly notifies
the Bidder of release of its obligations in relation to the said Confidential Information.
Page 110 of 120
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-I
4. Notwithstanding the foregoing, the Bidder acknowledges that the nature of activities to be
performed as part of the Tendering process or thereafter may require the Bidder’s personnel to be
present on premises of the Authority or may require the Bidder’s personnel to have access to
software, hardware, computer networks, databases, documents, and storage media of the
Authority while on or off premises of the Authority. It is understood that it would be impractical for
the Authority to monitor all information made available to the Bidder’s personnel under such
circumstances and to provide notice to the Bidder of the confidentiality of all such information.
Therefore, the Bidder shall disclose or allow access to the Confidential Information only to those
personnel of the Bidder who need to know it for the proper performance of their duties in relation
to this project, and then only to the extent reasonably necessary. The Bidder will take appropriate
steps to ensure that all personnel to whom access to the Confidential Information is given are
aware of the Bidder’s confidentiality obligation. Further, the Bidder shall procure that all personnel
of the Bidder are bound by confidentiality obligation in relation to all proprietary and Confidential
Information received by them which is no less onerous than the confidentiality obligation under this
agreement.
5. The Bidder shall establish and maintain appropriate security measures to provide for the safe
custody of the Confidential Information and to prevent unauthorized access to it.
6. The Bidder agrees that upon termination or expiry of this Agreement or at any time during its
currency, at the request of the Authority, the Bidder shall promptly deliver to the Authority the
Confidential Information and copies thereof in its possession or under its direct or indirect control,
and shall destroy all memoranda, notes and other writings prepared by the Bidder or its Affiliates
or directors, officers, employees or advisors based on the Confidential Information and promptly
certify such destruction.
7. Confidential Information shall at all times remain the sole and exclusive property of the Authority.
Upon completion of the Tendering process and or termination of the contract or at any time during
its currency, at the request of the Authority, the Bidder shall promptly deliver to the Authority the
Confidential Information and copies thereof in its possession or under its direct or indirect control,
and shall destroy all memoranda, notes and other writings prepared by the Bidder or its Affiliates
or directors, officers, employees or advisors based on the Confidential Information within a period
of sixty days from the date of receipt of notice, or destroyed, if incapable of return. The destruction
shall be witnessed and so recorded, in writing, by an authorized representative of the Authority.
Without prejudice to the above the Bidder shall promptly certify to the Authority, due and complete
destruction, and return. Nothing contained herein shall in any manner impair rights of the Authority
in respect of the Confidential Information.
8. In the event that the Bidder hereto becomes legally compelled to disclose any Confidential
Information, the Bidder shall give sufficient notice and render best effort assistance to the Authority
to enable the Authority to prevent or minimize to the extent possible, such disclosure. Bidder shall
not disclose to a third party any Confidential Information or the contents of this RFP without the
prior written consent of the Authority. The obligations of this Clause shall be satisfied by handling
Confidential Information with the same degree of care, which the Bidder applies to its own similar
Confidential Information but in no event less than reasonable care.
(BIDDER)
Name: Place:
Designation: Date:
General Information
3 Project Details
7 Technologies used
9 Other Details
Note: In case of NDA, copies of NDA agreement (along with masked copies of work order OR
Completion Certificate from Bidder’s CA) may be provided.
Note: - The project details have to be submitted (including required supporting documents) along with
each project submitted for pre-qualification criteria & Technical qualification criteria.
To,
New Delhi
Dear
Sir,
1. I/We hereby undertake that at the time of completion of our engagement with the Food
Corporation of India, either at the End of Contract or termination of Contract before planned
Contract Period for any reason, we shall successfully carry out the exit management and
transition phase of this Project [insert <RFP Name and Reference No.>] to the Food
Corporation of India or to System Integrator identified by Food Corporation of India to the
satisfaction of the Food Corporation of India. I/We further undertake to complete the following
as part of the Exit management and transition:
a. We undertake to complete the updating of all Project documents and other artefacts
and handover the same to Food Corporation of India before transition.
c. We undertake to handover all the services, assets, data, documents, artefacts, etc.
relating to the project as part of the exit management phase to the Department or to the
Agency nominated by the Department.
2. I/We also understand that the Exit management and transition will be considered complete
on the basis of approval from Food Corporation of India.
Yours faithfully,
Name :
Designation :
Date :
Seal :
Business Address :
Date:
That l agree to abide by the terms and conditions of <Name of Nodal Ministry / Department > of
Government of India, issued vide Notification No:__________________ dated ______________ .
That the information furnished hereinafter is correct to best of my knowledge and belief and I undertake
to produce relevant records before the procuring entity or any other authority so nominated by the
<Name of Nodal Ministry / Department >, Government of India, for the purpose of assessing the
Local Content (LC).
That the LC for all inputs which constitute the said Product / Services / Works has been verified by me
and I am responsible for the correctness of the claims made therein.
That in the event of the LC of the Product/Services/Works mentioned herein is found to be incorrect
and not meeting the prescribed LC norms, based on the assessment of an authority so nominated by
the <Name of Nodal Ministry / Department >, Government of India and I will be liable as under clause
9 (I) of Public Procurement (Preference to Make in India) Order 2017.
l agree to maintain all information regarding my claim for LC in the Company's record for a period of 2
years from the date of bidding and shall make this available for verification to any statutory authorities.
I. Name and details of the Local supplier (Registered Office, Manufacturing unit location,
nature of legal entity)
II. Date on which this certificate is issued
III. Product/Services/Works for which the certificate is produced
IV. Procuring agency to whom the certificate is furnished
V. Percentage of LC claimed
VI. Name and contact details of the unit of the manufacturer
VII. Sale Price of the product
VIII. Ex-Factory Price of the product
IX. Freight, insurance and handling
X. Total Bill of Material
XI. List and total cost value of inputs used for manufacture of the Product/Services/Works
XII. List and total cost of inputs which are locally sourced. Please attach LC certificates from
local suppliers. if the input is not in-house.
XIII. List and cost of inputs which are imported, directly or indirectly I hereby certify and
confirm that the Product/Services/Works and its components proposed in this Tender are
being Manufactured at in India and is currently underproduction and not being simply
assembled.
Identified by me Before Me
Date: Date:
Place: Place:
Note:
2. Please fill up the details as per the documents you are annexing.
To,
Executive Director (Security)
Food Corporation of India Limited
New Delhi -110001
India
Reference: RFP No. < >
1. That the Total Value of all products mentioned below claiming to qualify as “Class-I local
supplier” as per PPP-MII Order / any subsequent notification is greater than 50% of the overall
equipment cost plus corresponding AMC cost for the contract duration as proposed by the in
the Financial Bid Format
OR
That the Total Value of all products mentioned below claiming to qualify as “Class-I local
supplier” or “Class-II Local supplier” as per PPP-MII Order / any subsequent notification is
between 20% to 50% of the overall equipment cost plus corresponding AMC cost for the
contract duration as proposed by the in the Financial Bid Format
2. That the information furnished hereinafter is correct to best of my knowledge and belief and I
undertake to produce relevant records before the procuring entity or any other authority so
nominated/instructed by the FCI, for the purpose of assessing the Local Content (LC) /
validating the information provided herein.
3. That the LC for all inputs which constitute the said Product/Services/Works has been verified
by me and I am responsible for the correctness of the claims made therein.
4. That in the event of the LC of the Product/Services/Works mentioned or any information
provided herein is found to be incorrect, the FCI reserves the right to Blacklist for Two (2) years.
Sr. No Name of Product Make Model Percentage Category Certificate
the OEM of Local Class-I from
Content Local Statutory
supplier / auditor/cost
Class-II auditor
local Submitted
supplier / Yes / No
non-Local
supplier
We [Organization Name] hereby confirm that we will abide by the Rule 144 (xi) of the General
Financial Rules (GFRs), 2017 and its following amendments, ensuring that the bidder is not from a
country which shares a land border with India, or neither any of the following -
Name: :
Authorized Signatory :
Seal of the Organization :
Business Address :
Date :
Place :
Depot Details:
Depot Name: Depot Capacity: Zone Name:
Nos. of Godowns: Nos. of Chambers:
District Name: Region Name:
Make,
Device Physical Firmware/
# Item* Qty Model & Remarks
Type Check Software
Serial No.
Bullet Type
1 CCTV cameras Dome Type
Fisheye
8 Port
2 Network Switches 16 Port
24 Port
32 Channel
3 NVR 64 Channel
128
Channel
4 BTS
5 CPE
Environmental
6
Sensors
Secured Internet
Connectivity along with
7
associated Hardware
& other
8 Online UPS
9 Poles & Cantilevers
Associated Installation
10 Lump Sum
material
* Please add/modify the items in the above illustrated table as per actual on ground implementation.
By (Sign)
Name
Design.
Date
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned
Godowns
Table of Contents
1 Scope of work ........................................................................................................... 4
1.1 Project Background .............................................................................................. 4
1.2 Structure of FCI Offices ......................................................................................... 6
1.3 Indicative Scope Components ................................................................................ 6
1.4 Responsibility Matrix............................................................................................ 12
1.5 Network Architecture (illustrative) ......................................................................... 13
1.6 Bandwidth Requirement ....................................................................................... 15
2 Implementation of new initiatives for FCI ..................................................................... 15
2.1 Finalization and submission of a detailed project plan and technical architecture for
integration with all required components......................................................................... 16
2.2 Implementation & Maintenance of Surveillance & Sensors .......................................... 17
2.3 Implementation & Maintenance of Network.............................................................. 21
2.4 Implementation & Maintenance of Network Operating Center ..................................... 23
2.5 Implementation & Maintenance of Applications......................................................... 26
2.6 Implementation & Maintenance of Viewing Centers at Depots and Central Integrated
Operations Center (IOC) .............................................................................................. 28
2.7 Training to the FCI Personnel for operationalization of the system ............................... 30
2.8 Partial Acceptance Testing & Final Acceptance Testing of IT & Non-IT Equipment ........... 31
2.9 System Documents, User Documents ..................................................................... 32
2.10 Project Management & Technical Team ................................................................ 32
2.11 Hand-over of the system at the end of contractual period........................................ 34
2.12 System up-grade plan(s) for Contract duration from the date of acceptance ............... 34
3 Functional Requirements ........................................................................................... 34
3.1 Information to be Captured by Edge Devices ........................................................... 34
3.2 Information to be made available to different levels Regional / Zonal offices / Centralized
viewing center at HQ. .................................................................................................. 35
3.3 Role Based Access for the System.......................................................................... 35
3.4 Storage / Recording Requirements ......................................................................... 35
3.5 Network Connectivity ........................................................................................... 36
3.6 Solution Design and Architecture ........................................................................... 36
3.7 Other General Requirements ................................................................................. 38
4 Technical Specification .............................................................................................. 41
4.1 IP fixed Camera (Bullet/Box type) .......................................................................... 41
4.2 IP Dome Camera ................................................................................................ 43
4.3 Network Video Recorder (NVR) – 32 Channel 8 SATA ................................................ 45
4.4 Network Video Recorder (NVR) – 64 Channel 16 SATA .............................................. 46
4.5 Network Video Recorder (NVR) – 128 Channel 16 SATA ............................................. 48
4.6 Base Tower Station (BTS) for wireless connectivity at Depot level ............................... 51
4.7 Client Premise Equipment (CPE) for wireless connectivity at Depot level ....................... 51
4.8 16 port PoE switch .............................................................................................. 52
4.9 Fisheye / 360-degree top view Camera ................................................................... 53
4.10 Pole for Main Gate or General Surveillance Camera ................................................ 55
4.11 Junction Box.................................................................................................... 57
Page 1 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Page 2 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Abbreviations
7. FR Facial Recognition
14. HQ Headquarters
15. HMV Heavy Motor Vehicle
Page 3 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
1 Scope of work
1.1 Project Background
Food Corporation of India (FCI) has already implemented an existing CCTV surveillance system (analog
cameras) for FCI owned depots across India and now intends to replace (“as-is where-is basis”) the
current/existing surveillance system with a new IP based CCTV system for owned depots across India.
In consideration of the same, FCI is planning to on-board System Integrator (SI) Agency for supply,
installation, testing, commissioning (SITC) & operations of CCTV cameras system at 561 FCI owned
depots* across India. The ambition is that adoption of an integrated system will lead to an increased
standard of surveillance, oversight in warehouse management practices, greater levels of collaboration
(particularly amongst various line departments), innovation in monitoring models, scalable solutions,
and a more secure basis for the FCI to manage their supply chain. This will lead to an accelerated
adoption of smart surveillance systems by the warehousing industry particularly in the public sector.
*Note: The specified Depot count is indicative, and the final list shall be discussed and agreed with
the Successful Bidder.
SI scope of work will include Site Survey, Detailed Design, Supply, Installation, Testing, Commissioning
and Operations & Maintenance of the entire project. The detailed work to be undertaken by the Selected
SI for setting up & operationalization of the new initiatives is given in subsequent sections and is to be
performed as per the specifications and conditions mentioned in this RFP and as per any further
amendments issued and the contract to be signed with the Selected SI subsequently. From the
perspective of project implementation, the scope has been categorized as follows:
Page 4 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
ii. Scope of work includes Design, Supply, Installation, Testing, Commissioning, Operations and
Maintenance of video surveillance system & environmental Sensors for FCI depots/warehouse
across the country.
iii. The proposed video surveillance system will involve setting up of IP based cameras across the
sites of depots/offices and viewing centres at Depots and Centralized Integrated Operations
Center and Network Operation Center at Headquarter level in New Delhi.
iv. The proposed video surveillance system includes Edge level/Camera inbuilt default video
analytics such as Tamper detection, Camera FOV change, Camera Blur/ out of Focus, Motion
Detection, etc.) at depot level.
v. The proposed video surveillance system includes central video management software,
environmental sensor monitoring application, Enterprise Management System including SLA,
Helpdesk & Ticketing solution etc. at central HQ level.
vi. The number of cameras in various categories are indicative. SI may conduct the site survey of
project site locations to finalize the numbers of cameras, types of camera and video analytics.
vii. Each Camera within the Depot would be captured (digitally) in the system and Network Video
Recorder for local compute, storage & streaming. The NVR will be further connected with
network switch & video display screen.
viii. All analytics, business rule triggered video recordings/images shall also be sent to IOC cum
NoC at FCI HQ. FCI may flag a select data to be retained for a longer period for archival as per
operational needs.
ix. All Depot shall communicate with the IOC cum NOC for live view, recorded data retrieval and
for health, performance monitoring. IOC shall lead all coordination’s with respect to the video
monitoring system and assist in operations planning as required.
x. Monitoring by Remote Officials: Apart from monitoring provisions at Depot & HQ, there will also
be a provision to view the video feeds over secured mobile (4G/5G) and/or office network for
viewing by the remote officials.
xi. Monitoring by the Public: FCI may also publish the selected or all video feeds from the cameras
installed at the depots for viewing by Public at no cost. Bidder to consider the provisions (for
implementation in future, if asked) for such monitoring as part of their solution design.
xii. Network Switch Selection:
The SI is required to consider the diverse weather conditions across India and make an informed
decision regarding the deployment of network switches for FCI depots across India. The SI must assess
the environmental factors, such as temperature, humidity, and exposure to foreign particles, and choose
network switches that are best suited to withstand the prevailing weather conditions at the proposed
installation FCI depots.
Industrial Network Switch: In locations where extreme weather conditions, including high
temperatures, humidity, or exposure to harsh elements/dust/foreign particles, are anticipated,
the SI is encouraged to propose the use of industrial-grade network switches. These switches
should be designed to operate reliably under challenging environmental circumstances.
Page 5 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Commercial Network Switch: In locations where the weather conditions are relatively
moderate and do not pose significant challenges to electronic equipment, the SI may propose
the use of commercial-grade network switches. These switches should meet the necessary
performance standards for the intended application.
The SI shall be responsible for conducting a thorough site assessment and selecting the
network switches that ensure the robustness and reliability of the proposed network
infrastructure in all designated locations across India. The chosen switches must comply with
industry standards and specifications.
The SI shall provide detailed documentation outlining the rationale behind the choice of network
switches for each proposed location, taking into account the specific weather conditions
prevalent in that region.
FCI reserves the right to request additional information or clarification regarding the proposed
network switch selections.
This clause provides flexibility for the SI to choose between industrial and commercial grade
network switches based on the specific weather conditions at different locations while
emphasizing the importance of reliability and compliance with standards.
Page 6 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Page 7 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
7. Applications Edge level/Camera inbuilt default analytics such as Tampering, Camera FOV
change, Camera Blur/ out of Focus, Motion Detection, etc. as provided by the
OEM
Video Management System / software application at NVR level
Centralized Video Management Application at HQ level
Mobile Application/Web Client for viewing of cameras, alerts (from Cameras,
VA and Sensors)
Environmental Sensor monitoring and management applications
Enterprise Management System for health monitoring, SLA management,
Helpdesk and ticketing tool with dashboards & reports
Page 8 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Page 9 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
10 Existing Setup The Successful Bidder must buy back the existing surveillance system and its
/ Buy back associated infrastructure shall be given on “as-is where-is basis”. The
Successful Bidder to remove and take away the existing surveillance system
along with active & passive infrastructure, once the newly proposed system is
commissioned & operational.
Transportation of the existing system from FCI depot premises shall be arranged
by the Bidder itself without any extra cost to FCI. Overall evaluation shall be
done considering the buyback value.
The Successful Bidder will be entirely responsible for the safe disposal of the
existing surveillance system without affecting the environment in any manner as
per prevailing statutory rules and Act/law of the land.
The Bidder may visit the site/depot and inspect the condition of buy back items
in advance before quoting for the bid. FCI will facilitate the access to such sites
post receiving visit requests from the Bidder.
11 Integration of FCI had undertaken a proactive initiative and conducted a pilot through the
infrastructure Quality Council of India at FSD Shyamnagar in Bulandshahr to rigorously test
at the Pilot and validate the proposed solution for implementation across FCI depots. FCI
Site - FSD implemented 40 cameras and other necessary equipment at the Pilot site, FSD
Shyamnagar Shyamnagar, Bulandshahr through a vendor (M/s Ultrasyst) under the
supervision of QCI personnel. Refer the table below for more details:
Warranty Installation
Installed Item Qty Make /Model
(In year) Date
FRS Camera 1 IDIS/DC-T4236WRX-A 1 Year 01.05.2022
PTZ Camera 1 IDIS/DC-S6283HRXL-A 1 Year 01.05.2022
Dome Camera 3 IDIS/DC-D4216RX-A 1 Year 01.05.2022
ANPR Camera 3 IDIS/DC-B6202XL 1 Year 01.05.2022
Fisheye Camera 12 IDIS/DC-Y6C16WRX-A 1 Year 01.05.2022
Bullet Camera 20 IDIS/DC-T4236WRX-A 1 Year 01.05.2022
NVR Channel (64) 1 IDIS/DR8364 1 Year 01.05.2022
Page 10 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
FRS Fusionstar/Invento
Server/Workstation 1 i7102 1 Year 01.05.2022
ANPR + VMS + VA Fusionstar/Invento
Server/Workstation 3 i7102 1 Year 01.05.2022
4 Port POE Switch
with 2 SFP Port 9 NEVIS/NVHFG0402GCP 1 Year 01.05.2022
16 Port POE Switch
with 2 SFP Port 1 D Link /DGSF1018PE 1 Year 01.05.2022
24 Port Managed
Switch with 4 SFP
Port 1 Digisol/DG GS1528 1 Year 01.05.2022
FUJI Consul
Online UPS 5 KVA 1 Neowat/Fitnch 1 Year 01.05.2022
32 Inch LED Tv 1 LG/32 Inch Full HD 1 Year 01.05.2022
6U Rack with 2 Pole
MCB 11 D Link /6U Wall Mount 1 Year 01.05.2022
32U Rack with PDU ENCOM/32U Network
and accessories 1 Rack 1 Year 01.05.2022
Page 11 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Integrated Project Plan for the Design & Implementation of the Entire
2. Y
System
4. Prepare FRS, SRS, SDD and other documents for the Solution Y
Hand-over of the system at the end of contractual period along with all
16. Y
documentation required to operate and maintain the system
Page 12 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
# Activity Purchaser SI
The proposed architecture shall adhere to the latest industry standards in implementation, security,
data privacy and interoperability. The proposed overall architecture shall support Service Oriented
Architecture (SOA) and be horizontally and vertically scalable to integrate future technological
advancements.
Page 13 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
i. Sensor Layer
The Edge devices installed at each of the 561 godowns will help the FCI to gather real time
situational awareness. The sensor layer would further be expanded in the future as FCI adds
more Godown.
Depot level NVR and Hard Disk Drive - Surveillance Grade will have 90 days continuous HD
resolution (720p) at 18 fps recording for all cameras.
Page 14 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
The success of the project depends on the proper project planning and management. At the onset, the
Service Provider/System Integrator shall plan the project implementation in great details and should
provide a micro level view of the tasks and activities required to be undertaken in consultation with FCI.
Initial list of planning related tasks and procedures (along with corresponding documentation) that the
SI should be submitted at the onset is as follows:
Page 15 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Resource Deployment List: List and number of all resources other than manpower that shall
be required.
Communication Plan: Detailed communication plan indicating what form of communication
will be utilized for what kinds of meeting along with recipients and frequency.
Progress Monitoring Plan: Detailed Daily, Weekly, Monthly Progress Report formats along
with issue escalation format. The format shall be approved by FCI to the successful bidder
before start of the project.
Standard Operating Procedures: Detailed procedures for monitoring for NOC, Client-side
infrastructure and FCI network.
Risk Mitigation Plan: List of all possible risks and methods to mitigate them.
Escalation Matrix & Incident Management: A detailed list of key contact persons with
contact details with escalation hierarchy for resolution of issues and problems. This has to be
via an Incident Management system.
From the perspective of project implementation, the scope has been categorized as follows:
Thereafter, SI shall submit the detailed Technical Architecture which should take into consideration
following guiding principles:
i. Scalability – Important technical components of the architecture must support scalability to
provide continuous growth to meet the growing demand of FCI. The system should also support
vertical and horizontal scalability to accommodate new infrastructure, the system may be scaled
upwards. There must not be any system-imposed restrictions on the upward scalability in no.
of cameras, main technological components such as Storage, Bandwidth, Computing
Performance (IT Infrastructure), Software / Applications.
ii. Availability – Components of the architecture must provide redundancy and ensure that are
no single point of failures in the key project components. Considering the high sensitivity of the
system, design should be in such a way as to be resilient to technological sabotage. To take
care of remote failure, the systems need to be configured to mask and recover with minimum
outage. The Bidder shall make the provision for high availability for all the services.
Page 16 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
iii. Security – The architecture must adopt an end-to-end security model that protects data and
the infrastructure from malicious attacks, theft, natural disasters etc. Selected SI must make
provisions for security of field equipment as well as protection of the software system from
hackers and other threats. Using Firewalls and Intrusion detection systems such attacks and
theft should be controlled and well supported (and implemented) with the security policy. The
virus and worms’ attacks should be well defended with Gateway level Anti-virus system, along
with workstation level Anti-virus mechanism. There should also be an endeavor to make use of
the SSL/VPN technologies to have secured communication between Applications and its end
users. Furthermore, all the system logs should be properly stored & archived for future analysis
and forensics whenever desired. FCI may carry out the Security Audit of the entire system in
approx. three (3) months of Acceptance / operationalization through a Third-Party Auditor
(TPA). The following guidelines need to be observed for security –
a. Build a complete audit trail of all activities and operations using log reports, so that errors
in system – intentional or otherwise – can be traced and corrected.
b. The most appropriate level of security commensurate with the value to that function for
which it is deployed must be chosen.
c. Access Controls must be provided to ensure that the system is not tampered or modified
by the system operators.
d. Implement data security to allow for changes in technology and business needs.
Manageability - Ease of configuration, ongoing health monitoring, and failure
detection are vital to the goals of scalability, availability, and security and must be able
to match the growth of the environment.
Interoperability - The system should have capability to take feed from edge devices
installed at FCI godowns, digitize (if required) & compress (if required) this feed &
store as per requirements.
Open Standards - System should use open standards & protocols as possible.
Stage Deliverables:
1. Project Inception Report
2. Detailed Project Plan
3. Detailed Technical Architecture & other design documents such as SRS, SDD, etc.
Scope:
The scope of work for Selected SI with regards to the edge devices consists of implementation and
maintenance of edge devices not limited to Bullet Camera, Fisheye/360-degree view camera & Dome
camera.
Two set of environmental sensors for measurement of Temperature & Relative Humidity shall be
installed for 10 Depots only (2 Depots each Zone) on pilot basis. One set of sensors will be installed
inside the chamber and another set will be installed outside the chamber. Sensor shall be connected
Page 17 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
with not only the Proposed solution but also to provide data on periodic basis for historical data analytics
and on real time basis for alerts to proposed Command center solution on crossing set threshold value.
Electrical online UPS installed in each depot must provide required specified minimum hours of power
backup. SI should ensure that proper protection is taken against power surges and ensure power
stabilization to the surveillance equipment. In addition, rack design should be modular, and each
component should be well organized and clamped inside to ensure components do not heat up or fall
out on opening.
For the detailed Bill of material please refer section 14.2 of Vol 1 and Section 6 of Vol 2 of this
tender document.
Implementation Services
The implementation component for edge level equipment shall primarily cover planning &
implementation of the edge devices at all the godowns of FCI.
A1. Study and survey of FCI B1. Obtain all necessary C1. Maintaining the Uptime of
Godown clearances & Pilot Execution edge level equipment as per
predefined SLA
A2. Finalize the technical B2. Supply, install, configure &
architecture with future integration commission of edge devices C2. Upkeep of the equipment by
plan. ensuring Repair/ Replacement/
B3. Provision of electricity Preventive maintenance
A3. Finalize the edge devices /Cleansing Services
distribution and their exact
positions in different locations in
consultation with FCI
A3. Finalize the edge devices distribution and their exact positions in different locations in
consultation with FCI
Bidders are required to note that while executing the project, the selected SI shall prepare the final
camera & other edge devices distribution plan at all the locations across all godowns. Actual place for
Page 18 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
placement of number of cameras at each location, type of cameras, height & angle for the cameras
would be done carefully to ensure optimum impact. Payments to be made to the Systems Integrator
shall be based on actual number of cameras installed and unit rates quoted by the Selected SI shall be
used to arrive at the same. The locations must be carefully selected to ensure appropriate functioning
of advanced video analytics, facial recognition, and overall coverage etc. For better field of view, it is
suggested that SI to use cantilever of minimum 1-meter length and pole with appropriate height
wherever required. Selected SI to ensure the safety of all the field equipment’s with respect to theft,
vandalism, birds, animals such as monkey to meet the desired outcome of the installed solution.
Selected SI to clearly capture the risk pertaining to respective depots in all aspect (physical & technical
both) and also propose and implement the necessary mitigation plan including supply, installation and
operation & maintenance of the installed necessary safety arrangement at depot level without any
additional cost to FCI.
A4. Finalize the Bill of Material for the number and type of edge devices to be implemented
Selected SI shall prepare the detailed report on edge level requirements – Cameras (types & numbers),
Sensors, Camera & Mounting requirements, Power requirements and connectivity requirements.
Indicative list of the edge level hardware / services is as follows:
i. Field Cameras
ii. Sensors & Controller
iii. Managed Switches
iv. Routers
v. Junction boxes
vi. Pole / Cantilever
vii. Digging & Trenching
viii. Networking cables and other related infrastructure (wired/wireless)
ix. Provisioning of Electrical Power
x. Earthing
xi. UPS
xii. Any other item or equipment to successfully operationalize the complete system
Page 19 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
The Selected SI will be required to supply, install, configure, and integrate the edge devices at the
identified locations and then undertake necessary work towards their commissioning.
SI should use the industry best practice while positioning and mounting the cameras (like using of
cantilever/pole). Some of the checkpoints which need to be adhered by the SI while installing /
commissioning cameras are as follows: Ensure Surveillance objective is met while positioning the
camera, create the required field of view ensure appropriate housing is provided to protect camera from
the on-field challenges carry out proper adjustments to have the best possible image ensure that the
pole / mast implementation is vibration resistant.
It’s the SI responsibility to take approvals of pole design from Government authorized structural
engineer in design phase and structural stability and safety certificate of all poles to be submitted by
Government authorized structural engineer before installation of poles.
C1. Maintaining the Uptime of edge level equipment as per predefined SLA
SI will ensure uptime of all the surveillance equipment and related components such as Junction Box,
UPS, Batteries, Pole Box, etc. As SLA is directly linked to uptime of these edge level equipment, SI will
ensure the uptime of these equipment and strictly adhere to the defined SLA.
Stage Deliverables:
1. Detailed Site Survey Report with Coverage Study
2. Detailed design of poles with cantilever/gantry (including civil).
3. Detailed electricity plan for each location
4. Identification of video analytics per camera
5. Updated Technical Architecture & other design documents like SRS, SDD, etc.
6. SLA plan/report for edge devices
Page 20 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Network Connectivity is one of the most important components of the project and needs very careful
attention in assessment, planning and implementation. It is important not only to ensure that the
required connectivity is provisioned within the required timelines but also ensure that it is reliable, secure
and supports the required SLA parameters of Latency, Jitter, Packet Loss, and Performance.
SI to establish network connectivity for following: -
i. Between Cameras/edge devices & Aggregation Point at edge level – Wired
ii. Between Aggregation Point at edge level & Local Viewing Center at Depot Level – Wireless
iii. Between Local Viewing Center at Depot Level & Server Room at NOC – Secure VPN over
public network/internet
iv. At IOC/NOC & Provisioning for remote viewing through Web/Mobile interface
A1. Conduct a network feasibility B1. Provisioning of connectivity C1. Maintain Uptime to follow the
study between Cameras, Sensors & SLA requirements
Command Center
A2. Prepare Network Architecture Aggregation points and Data C2. Upkeep the network
Centers components by ensuring
A3. Prepare the detailed network Repair/Replacement/Preventive
connectivity roll-out plan maintenance/ Cleansing Services
Page 21 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
time video stream/data to the command centers at all depots, and NOC through data center. All the
components of the technical network architecture should be of industry best standard and assist bidder
in ensuring that all the connectivity SLAs are adhered to during the operational phase.
A3. Prepare the detailed network connectivity roll-out plan
The Selected SI shall prepare the overall network connectivity establishment plan for this project. The
plan shall comprise of deployment of network equipment at the locations to be connected over network,
any clearances required, timelines for setting up of the entire network. The detailed plan shall be also
comprising of the scalability, expandability, and security that such architecture will implement under this
project.
A4. Design the LAN connectivity requirements at locations
The Selected SI shall be responsible for deploying the LAN connectivity requirements at the Depots
and NOC. The LAN connectivity may involve setting up the structured cabling, commissioning of active
and passive components for patronization the surveillance system.
The actual bandwidth requirement and network solution to cater to above mentioned bandwidth &
storage parameters and to meet SLAs would be calculated by the selected SI and the same shall be
clearly proposed in the technical proposal with detail calculations. FCI also requires the bidder to meet
the parameters of video feed quality; security & performance and bidders should factor the same while
designing the solution.
The acceptance of the solution would be subject to the proposed networking solution achieving the
service level requirements of FCI with respect to the Video based Surveillance System. The solution
needs to adhere to the following minimum benchmark requirements –
Page 22 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
It is expected that SI shall design the networking solution in such a manner that there is no single point
of failures for connectivity at every pole.
Stage Deliverables:
1. Detailed Network feasibility report with Coverage Study
2. Proposed network architecture integrating existing and new systems
3. Network SLA plan
The Successful Bidder will provide 24x7 operating and maintaining services for a period of 5 years from
the date of final acceptance test. Bidder should submit report quarterly basis for preventive maintenance
of all active and passive devices of NoC. The scope of the services for overall Physical and IT
infrastructure management as per ITIL framework during this period shall include 365x24x7 Monitoring,
Maintenance and Management of the entire system, along with providing Helpdesk services.
Selected SI must setup the infrastructure in identified Network operating center. This component
includes assessment and procurement of Server-Side Infrastructure and operationalization of the same
at the NOC.
Page 23 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
A1. Finalize the Bill of Material B1. Supply, install, configure & C1. Maintain Uptime to follow the
for the Server-Side Infrastructure commission Server-Side SLA requirements
Infrastructure
C2. Upkeep of the network
components by ensuring Repair /
Replacement / Cleaning Services
It is mandatory for the SI to get sign off server-side compute with respect to VMS from the application
OEM.
C2. Upkeep of the network components by ensuring Repair / Replacement / Cleaning Services
Page 24 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Performance of SI will be assessed on basis of SLA. Hence, upkeep of all components from Go Live till
end of project by providing Repair/ Replacement/ Cleaning Services shall be sole responsibility of the
selected SI.
Page 25 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Stage Deliverables:
1. NOC architecture (including Scalability & Interoperability)
2. NOC Scalability and Security plan
A1. Prepare detailed FRS, SRS B1. Deploy/ Develop, Test and C1. Licenses for new
and SDD Commission the Surveillance components
System and sensors
C2. Maintain Uptime to follow the
SLA requirements
Implementation Services
A1. Prepare detailed SRS and SDD
Indicative application portfolio to be commissioned as part of the project is as follow:
Video Management System
EMS
Web Interface / Mobile App for remote viewing of Cameras by FCI officials
Web based broadcast of video feeds on FCI official website for monitoring by citizen
The exact quantity and requirement would emerge after the Project Design Document, prepared by the
Selected SI, and is approved by FCI. The present RFP document covers the key expectations from the
project. However, it is required that the selected SI documents the requirements in detail before the
work on execution begins. Following documents are expected to be delivered as part of this
documentation:
i. System Requirements documentation, giving complete details of the entire system
components and their inter relationships to execute the project once operational.
ii. System Design Documentation, detailing the design of the Surveillance System, Sensors,
Command Control Center in particular, including integration with various systems.
Page 26 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
iii. The selected SI should prepare above mentioned documents in discussion with all key
stakeholders (FCI, Consultants, etc.). It is expected that the SI involves the SMEs as and when
required and ensure that a progressive system is implemented for FCI.
Page 27 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
iv. Provision for FCI officials to login into the system remotely from any location via a secure private
network.
Note: Over the period of the contract, even after the Go-Live of the system, FCI may require certain
modifications or additions in the application or the development of new modules. Also, the selected
Bidder can suggest certain improvements in the software to make the operations more effective at no
additional cost. In such a situation, the Selected Bidder shall be responsible for carrying out software
enhancement / development activities, as requested by the Department. Any software development /
modification will need to pass through the following envisaged phase:
i. Feasibility study / proposal for change Conceptualization of solution
ii. Requirement Study
iii. Design
iv. Development
v. Unit and Integration testing
vi. Regression Testing
vii. User acceptance testing
viii. Roll out
At each of the above phases, the Selected SI would have the deliverables (including documentation)
reviewed and approved by the FCI or its nominated agencies/ representatives. FCI will approve all the
deliverables; only then the Selected SI shall commence with the next course of action. Software
modifications / development will be considered completed only after formal acceptance provided by
FCI.
Stage Deliverables:
1. Detailed application integration architecture
2. Detailed list of customizations required
3. System Requirements Document
4. Functional requirement document
5. System design document
Page 28 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
As a part of the project, a full-fledged Integrated Operations Center with collocated Network Operating
Center is to be developed centrally in FCI Headquarters, New Delhi.
Selected SI shall create dashboards for Centralized Monitoring. Deployment of additional edge devices
shall entail upgrades in VMS and the selected SI should ensure that infrastructure is scaled up to
incorporate additional edge devices.
B1. Supply, Install & Configure all the User Level components (Active & Passive)
The System Integrator shall develop a plan to procure, install and configure all the necessary items for
the Command Center/ Viewing Centers in a timely fashion. There should be a tracker created and
shared with FCI that would track all the commissioning of the equipment, the timelines adhered to and
the compliance to the requirements.
Stage Deliverables:
1. IOC cum NOC layout and design basis report
2. Policies, Procedures/SOPs
Page 29 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
ii. Administrative Training: This training would focus on the administration of Surveillance
System and Server Infrastructure and would be imparted to about 8 – 10 staff identified by FCI
for Administration of the System. SI shall also provide additional training program of One (1)
batch (of 8 - 10 personnel) every year. Expected training time would be 4 hrs. for each batch.
iii. Senior Management Training: This training would focus on how to use the surveillance
system for day-to-day monitoring by the Sr. Management and access various exception reports.
Broad training requirement defined for the purpose of calculation of effort is as follows –
a. Initial Training of approx. 20 officers (i.e., about 2 batches of 10 officers each).
Expected training time of 4 hrs.
b. Additional training program of One (1) batch (of 10 personnel) every 1.5 years.
Other requirements to be fulfilled by the Selected SI with respect to Training are as follows:
i. Prepare the training material in consultation with FCI & it’s Consultant. Detailed Training
manuals would be prepared by the Systems Integrator prior to the start of the training.
ii. One Hard Copy & One Soft Copy of the training material shall be given by the Systems
Integrator to all the trainees.
iii. Functional training shall be delivered at each of the Depot, Regional & Zonal offices, while
location for the Administrative & Sr. Management Training would be decided subsequently.
iv. Selected SI should ensure that the knowledge transfer to FCI staff happens effectively post
training.
Page 30 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
2.8 Partial Acceptance Testing & Final Acceptance Testing of IT & Non-IT
Equipment
The acceptance test for the project shall be carried out in two phases by FCI or duly appointed third
party agency by FCI. The Selected SI should cooperate with the third-party agency to ensure successful
completion of Acceptance tests.
The acceptance test shall consist of a Partial Acceptance Test (PAT) and Final acceptance test (FAT).
The Selected SI shall submit a detailed acceptance testing document at the stage of planning and FCI
& the Selected SI shall mutually agree upon the same.
FCI will issue final acceptance certificate to the selected SI after successful testing in a real time
condition for at least 15 days of trouble-free operation. FCI may consider commissioning of complete
system at min. 95% of total depots along with other backend infrastructure at NOC level as a sufficient
condition for the overall project Go-Live. Any delay by the Selected SI in the performance of its
contracted obligations shall render the Selected SI liable to the imposition of appropriate liquidated
damages, unless agreed otherwise by FCI.
Page 31 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Note:
a) The Selected SI will ensure Upkeep & Updating of all documentation and manuals during the
contractual period. The ownership of all documents, supplied by the Selected SI, will be with
FCI. Documents shall be submitted in two copies each in Printed & in Softcopy Formats.
b) Success of the project would lie on how professionally and methodically the entire project is
managed once the implementation is completed. Successful Integrator thus is required to
depute a dedicated team of professionals to manage the project and ensure adherence to the
required SLAs.
Managerial & Technical manpower requirement during implementation and O&M phase
No. of Deployment
# Role Minimum Qualification
Resources (Indicative)
Page 32 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Surveillance B. Tech/B.E./M.Sc./MCA/BCA
Expert 6 years of experience in Surveillance
1 Subject Matter
(Surveillance, Projects/Relevant Project
3 1 Expert at IOC /
IT Infra, Specialization in domain and subject
NOC
WAN, matter area(s) as per project
Security) requirement
NOTE:
a) FCI will decide if the operational manpower (operators at IOC/NOC) are to be taken from
the SI or will be provisioned by the FCI themselves. The same shall be decided while
finalizing the MSA with the Successful Bidder.
b) FCI may reduce the above resources during the operations and maintenance phase
however the SI must ensure that they keep sufficient resources and spares to comply
with overall project and SLA requirements.
Page 33 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
2.12 System up-grade plan(s) for Contract duration from the date of
acceptance
As we are aware, constant changes / updates happen in technology, and it is very important that the
Surveillance System implemented by FCI keeps its pace with the technology. FCI would want the
Selected SI to submit a report, every 6 months, on the advancements available in technology to make
the best use of the existing infrastructure. Any upgradation / augmentation suggested by the SI would
be analyzed by the Home Department & it’s consultant (if any) and appropriate decision would be taken.
3 Functional Requirements
3.1 Information to be Captured by Edge Devices
The core of system design for IP Based CCTV Surveillance System shall be the feeds from surveillance
cameras installed at every Depot. The cameras and related components will be placed after a thorough
assessment at the identified locations of every Depot.
Bidder is also responsible for supply, installation, commissioning, and O&M of end points like CCTV
Cameras, Sensors, Storage, IT Infrastructure, Non-IT Infrastructure (Network Cabling, UPS etc.) to be
deployed across all depots/offices covered under this project.
Department plans to extend a robust Surveillance Infrastructure under its project initiative by setting up
and providing nationwide CCTV surveillance infrastructure for its warehouses. A robust nationwide-
wide surveillance system will enable the department to keep a watch on warehouse through centrally
integrated operation and monitoring on one application layer. Further, this infrastructure will provide
advanced level of digital security and surveillance system.
Page 34 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Cameras will have provision to send an alarm to the operator in the event of tampering or the viewing
window being blocked.
Alert and health monitoring and respective SOPs at different levels mentioned below:
i. Alert and health monitoring at respective Depots.
ii. Remote monitoring at Regional/Zonal/District office - For all Depots in that region (over
web/mobile interface), no hardware infrastructure to be provided by the SI.
iii. At HQ – For all deployed cameras and sensors under this project.
Page 35 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
iv. The system shall support H.265 or better, compression formats for all IP cameras connected
to the system.
v. The Recording NVR / System shall support Camera (IP cameras) devices from various
manufacturers.
Connectivity Minimum
# Locations UOM QTY. Remarks
Type Capacity
The bandwidth and quantity
Broadband with may require increasing at any
1. Depot 100 Mbps Nos. 561
Secure VPN point of time by bidder without
any additional cost to FCI
The bidder needs to increase
the bandwidth as per the
increase in the number of
depots by bidder without any
IOC Cum
Leased Line with additional cost to FCI
2. NOC & 1 Gbps Nos. 1
Secure VPN
DC
The bandwidth and quantity
may require increasing at any
point of time by bidder without
any additional cost to FCI
Page 36 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
e. Scalability, manageability must be present in the solution to handle huge data volumes.
f. System components shall follow open standards / principles to ensure interoperability
and vendor agnostic solutions.
g. System is required to be robust, effective, and reliable, to automate all the processes
that are part of IP video surveillance and must have the ability of scaling-up the
architecture according to future requirements.
ii. Security Principles
a. All the databases and data stores/storage must be encrypted.
b. In case of any incident, Department should be able to extract the encrypted video
footage from the system on a removable device or any manner for investigation /
presentation to the court of law without tampering. The sanctity of extracted video/audio
footage shall be completely maintained.
c. Security in design will encompass security risk assessment on user specifications,
secure information architecture, role-based access, secure application, and database.
d. The system will be secure at all the user touch points by using suitable security
protocols and data protection methods.
e. All the Information & Communication Technology (ICT) assets will be secured
throughout their life cycle as they contain sensitive data using hardening, asset
disposal and data disposal principles.
f. The access to data shall always be given through application layer (via an application).
g. Virtual Private Network (VPN) and Virtual Local area Networks (VLANs) will be the
principle of operations for remote access and isolation of internal traffic.
iii. Solution Architecture: Application Architecture requirement for Video Management Software
(VMS): The proposed application Architecture identifies criterion and techniques associated
with the design of applications for the enterprise computing environment. These criteria and
techniques ensure that applications can be easily modified to respond quickly to the changing
business needs, as well as to the rapidly evolving information technologies available to support
those needs.
iv. Data Architecture Requirements: Below are the data architecture requirements that define
how data will be processed, stored, and used by the department.
a. The solution should be able to deliver data assurance using Storage/VMS or third-party
appliance or software, where data while on recording server and storage shall has
protection mechanism to avoid data corruption to detect and correct data integrity
issues received from the recording server or due to hardware failures on the drives and
end to end data protection.
b. The solution shall allow changing of size of incoming video data using any technology
non-disruptively/without affecting the video live video recording or play back, for defined
storage device to meet various kind of workload.
c. The solution shall be able to offer encryption of data while data is on storage device.
Page 37 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
d. The solution should be able to deliver no single point of failure to avoid any data loss
while at rest or while is served or stored.
# Requirements
1. System shall be able to archive transactional database records to prevent long term speed
concerns.
2. A separate secured database, which mirrors the operational database, shall be created to
support online access, and maintain the integrity of the main operational database.
3. System shall have the functionality for efficient retrieval of archived video data
4. System shall have rules for controlled access to data.
5. It would be advisable to adopt open non-proprietary standards that are generic and extensible
to cover future requirements.
All Depot shall communicate to HQ for live view and recorded data retrieval. The size and capacity of
the network is determined by the solution requirement and consultation with department. The amount
of data moving through a connection determines the network capacity for that network segment. As a
rule, capacity shall be highest in the central system, which requires enough bandwidth to service
requests from each Depot and be prepared to handle the simultaneous service requests.
# Requirements
1. The SI shall provide end-to-end secure VPN based network connectivity for WAN and the
last mile connectivity.
2. All network equipment and types of connectivity shall provide robust security features and
standards.
3. Networks shall be scalable for future growth to handle data traffic and expansion of services
such as video data and other Sensors.
Page 38 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Page 39 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
g. Lock and key sets (3 keys) for both Server Room and server rack.
h. The Access Control System based on Biometric authentication to the server room door
shall be installed to monitor and restrict the physical access to this area.
i. Junction Box to keep Ruggedized Switches at different levels/ location.
vi. Civil and Electrical Works: SI shall carryout all the civil work required for setting up all the
field component of the system including:
a. Preparation of concrete foundation for MS-Poles & cantilevers
b. Laying of GI Pipes complete with GI fitting.
c. Excavation of hard / soft soil and backfilling after cabling.
d. Chambers with metal cover at every outdoor enclosure, pole and at road crossings
e. Concrete foundation from the Ground for junction box / enclosures
f. System Integrator is responsible for carrying out all the electrical work required for
powering all the components of the system.
g. Electrical installation and wiring to conform to the electrical codes of India.
Page 40 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
4 Technical Specification
4.1 IP fixed Camera (Bullet/Box type)
Compliance Cross
# Parameter Minimum Specifications or better
(Yes/No) Reference
Page 41 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Compliance Cross
# Parameter Minimum Specifications or better
(Yes/No) Reference
action shall be required to transfer the
recordings from SD cards to the
recording server.
Page 42 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Compliance Cross
# Parameter Minimum Specifications or better
(Yes/No) Reference
Page 43 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Compliance Cross
# Parameter Minimum Specifications or better
(Yes/No) Reference
Page 44 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Page 45 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Page 46 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Page 47 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Page 48 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Page 49 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Page 50 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
4.6 Base Tower Station (BTS) for wireless connectivity at Depot level
# Minimum Specifications or better Compliance Cross
(Yes/No) Reference
The wireless solution being quoted should comply with all regulations and guidelines of Wireless
Planning Commission (WPC). Offered equipment shall be compliant with GSR 38 (E) dated 19th
January 2007 and GSR 1048 (E) dated 18th October 2018
1. The Base station Radio should support min. AES-128 encryption
certifications.
2. The Base station Radio system should support synchronization
over GPS
3. The Base station Radio complete outdoor radio should conform to
IP67.No external enclosure permitted
4. The Base station Radio System must deliver actual/net usable
aggregate throughput of up to 700 Mbps supporting up to 40
CPE's.
5. The Base station Radio should support Channel Bandwidth of 20,
40 and 80 MHz, user configurable in 5 MHz steps.
6. The Base Station Radio should support IPv4 and IPv6 Addressing.
7. User must be able to define separate VLAN for management and
data traffic
8. The Base station Radio System should support LAN Interface
10/100/1000 Base T interface with Auto negotiation (IEEE802.3).
9. The Base station Radio should support Framing/Coding
IEEE802.3/U standard on Ethernet Interface to the network
10. Base station Radio should support FCC PART 15.
11. The Base station Radio should support safety standards - EN
62638-1
12. The Radio should support the lightening protection as per EN
61000-4-5.
13 The Base station Radio should have the feature of backup and
restore of configuration.
4.7 Client Premise Equipment (CPE) for wireless connectivity at Depot level
# Minimum Specifications or better Compliance Cross
(Yes/No) Reference
The wireless solution being quoted should comply with all regulations and guidelines of Wireless
Planning Commission (WPC). Offered equipment shall be compliant GSR 1048 (E) dated 18th October
2018
1. The CPE Radio should be able to operate in a LOS and near LOS
environment to ensure flexibility in choosing deployment
locations.
2. The CPE Radio System should support Channel Bandwidth of 20,
40 and 80 MHz, user configurable in 5 MHz steps.
3. The CPE radio should be capable to delivering up to 700 Mbps or
more of actual/usable aggregate throughput
Page 51 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Page 52 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Compliance Cross
# Parameter Minimum Specifications or better
(Yes/No) Reference
Page 53 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Compliance Cross
# Parameter Minimum Specifications or better
(Yes/No) Reference
Page 54 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Compliance Cross
# Parameter Minimum Specifications or better
(Yes/No) Reference
Page 55 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Compliance Cross
# Parameter Minimum Specifications or better
(Yes/No) Reference
Lightning arrester shall be provided,
10. Lightning Protection to protect all field equipment mounted
on pole.
Poles shall be designed to withstand
Page 56 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Compliance Cross
# Parameter Minimum Specifications or better
(Yes/No) Reference
Page 57 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Page 58 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
equivalent, Rapid Per-VLAN
Spanning tree supported
Network Time Protocol or equivalent
Simple Network Time Protocol
support
Switch should support traffic
11. Protocol and Traffic segmentation
Traffic classification should be based
on user-definable application types:
TOS, DSCP, Port based, TCP/UDP
port number
Console port for management via PC,
SNMP v1, v2 and v3 support, should
support 4 groups of RMON, should
have accessibility using SSH,
12. Management Console access, easier software
upgrade through network using TFTP
etc. Configuration management
through CLI, GUI based software
utility and using web interface
13. Compliance BIS, CE/FCC/UL
Operating Temperature -10°C to 45°C
14.
Temperature Humidity 5% to 95%
15. Power Supply Redundant Power Supply
Page 59 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
soil and sealing including route
markers as per FCI standard and
instructions
4. Sequential marking At every meter
5. Temperature range -10°C to 70°C
Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
1. Construction Copper
Minimum 2.5 Sq.mm with 3 Cores, voltage
rating up to 1000V (As per site conditions to
Conductor
2. avoid voltage drop or losses higher cross-
size
sectional cable to be used by System
integrator without any additional cost to FCI)
Minimum 750 mm depth or more as per site
conditions. Job includes laying of Outdoor
3. Installation CAT6, excavation, back filling, restoration in
any kind of soil and sealing including route
markers as per FCI standard and instructions
Armoured
4. PVC insulated armoured construction required
Construction
Sequential
5. At every meter
marking
Temperature
6. -10°C to 60°C
range
Page 60 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Page 61 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
2x2 TB SATA-3 Hard drive @7200
6. HDD
rpm
1000BaseT, Gigabit Ethernet
7. Network interface
(10/100/1G auto sensing)
Line/Mic IN, Line-out/Spr Out (3.5
8. Audio
mm)
Minimum 4 USB ports (out of that 2 in
9. Ports front). These would be disabled for
data transfer.
10. Keyboard 104 keys minimum OEM keyboard
11. Mouse 2 button optical scroll mouse (USB)
Two (2) 22” LED monitor, Minimum
1920 x1080 resolution, 5 ms or better
12. Monitor
response time, TCO 05 (or higher)
certified
Windows (Latest version) Licensed
13. Operating System Enterprise edition, 64-bit pre-loaded
OS with recovery disc
BIOS controlled electro-mechanical
14. Security
internal chassis lock for the system.
Advanced antivirus, antispyware,
desktop firewall, intrusion prevention
(comprising of a single, deployable
15. Antivirus feature agent) which can be managed by a
central server. (Support, updates,
patches, and errata for the entire
contract/ project period)
SMPS; Minimum 400-watt Continuous
Power Supply with Full ranging input
16. Power supply and APFC. Power supply should be
90% efficient with EPEAT Gold
certification for the system.
Page 62 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
4.19 Network Rack for Server Room with all Accessories (at Depot)
Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
1. Rack Mounting On the floor or wall mount
Minimum 12 U Rack or more as per
2. Size
site conditions
Top & Bottom cover with cable entry
gland plates. Heavy Duty Top and
Bottom frame of MS. Two pairs of
3. General Requirements
19" mounting angles with 'U'
marking. Depth support channels - 3
pairs
lockable on all sides with unique key
4. Lock
for each rack
Rear and front Cable Management
5. Cable Management
channels required
6. Power Distribution Units 2 per rack
Page 63 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Page 64 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
6. Serial ATA
Page 65 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Page 66 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
Page 67 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
Page 68 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
IPV4, IPv6
Support 802.1D, 802.1S, 802.1w,
Rate limiting
Support 802.1Q VLAN
encapsulation, IGMP v1, v2 and v3
snooping
802.1p Priority Queues, port
mirroring, DiffServ
DHCP support
MLD Snooping
Support Multicasting
Should support Loop protection
and Loop detection,
Should support Ring protection
OSPF, BGP
Page 69 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
1. Rack
Physical attributes
Modular Design
4 x GE, upgradable to 8 GE
Page 70 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
Static Routes
OSPF
TCP/IP
RTP
IPSec, DES/3DES/AES
IPSEC
Page 71 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
2 per rack
Power Distribution Power Distribution Unit -
3.
Units Vertically Mounted, 32AMPs with
25 Power Outputs.
Page 72 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
Front and Back doors should be
perforated with at least 60% or
higher perforations.
Page 73 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
Racks should have Rear Cable
Management channels, Roof, and
base cable access
2 per rack
Power Distribution Power Distribution Unit -
9.
Units Vertically Mounted, 32AMPs with
25 Power Outputs.
Page 74 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
4.26 Storage (To archive alert recording of all depots for 90 days at IOC/NOC)
Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
At least 2 Controllers in
active/active mode and upgrade
up to 8 controller pairs either in
same chassis or with federation of
arrays to deliver higher scalability
and performance.
Page 75 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
Page 76 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
Should be able to take
"snapshots" of the stored data to
another logical drive for backup
purposes
Page 77 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
Antivirus software should work on
Server-Client Architecture,
1. General Centralized management & status
update of all connect device should
be available
Shall be able to scan through several
2. Compression Scan
types of compression formats.
Must update itself over internet for
virus definitions, program updates etc.
(periodically as well as in push-
3. Update
updates in case of outbreaks)
Updates should be capable of being
rolled back in case required
Able to perform different scan Actions
4. Virus Type based on the virus type (Trojan/
Worm, Joke, Hoax, Virus, other)
Shall be able to scan only those file
types which are potential virus
carriers (based on true file type)
5. File Types
Shall be able to scan for HTML,
VBScript Viruses, malicious applets,
and ActiveX controls
Shall provide Real-time product
Performance Monitor and Built-in
6. Dashboard
Debug and Diagnostic tools, and
context- sensitive help.
The solution must support multiple
7. Remote Installation
remote installations
Shall provide for virus notification
options for Virus Outbreak Alert and
8. Notifications
other configurable Conditional
Notification.
Should be capable of providing
9. Security
multiple layers of defense.
Page 78 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
Shall have facility to clean, delete and
quarantine the virus affected files.
Shall have facility to clean, delete and
quarantine the virus affected files.
Shall have facility to clean, delete and
quarantine the virus affected files.
Should support multi-threaded
scanning.
All binaries from the vendor that are
downloaded and distributed must be
10. Installation
signed and the signature verified
during runtime for enhanced security
4.28 Air-conditioning System for NoC, DC and office area for 24x7 operations
i. System integrator to install Centralized Air condition system at NOC, DC (Precision AC) and
office area for approximately 2000 Sq. feet as per industry standards.
ii. Detailed engineering drawing of same to be submitted by System Integrator for approval with
FCI considering the heat load.
Page 79 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
4.30 Sensor Controller (IoT based, preferably in-built with the sensor)
Compliance Cross
# Parameter* Minimum Specifications
(Yes/No) Reference
It should monitor real time values of
1. Real Time monitoring Temperature & Relative humidity
(RH) on real time basis
On breach of threshold value at
sensor, It should trigger alarm on
control panel, and it should also
2. Alert provide trigger to Centralized
Management Software for event
creation and subsequent
Godown/Chamber camera Pop-up.
IoT based
For Detector :- Wired (RS-485) or
3. Connectivity Wireless.
For application software :- TCP/IP
using Modbus or BACnet.
It should be seamlessly
integrated with Centralized
management software to provide
trigger on breach of threshold
4. Integration
values at sensor.
To be integrated with existing
DOS/ISCMS/ERP for operational
purposes.
Health monitoring of all sensors at
5. Health
depot, zonal and NOC level
Local powered (within built battery for
backup of 30 minutes alarm condition
6. Power
and 24 hours during normal
operation).
7. Protection IP 54
Operating
8. -10 to 55 Degree C
Temperature
Page 80 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Compliance Cross
# Parameter* Minimum Specifications
(Yes/No) Reference
*Note:- Bidder may propose separate set of different controllers with different types of sensors
or may propose 1 set of sensors with controller to achieve all functionality. In either case
controller count shall not increase more than 2 controllers.
Secure collaborative
3. Connectivity communications with VPN,
Multipoint VPN
Page 81 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
1. General
Integrated Centralized Monitoring
Software (CMS) should have
Capability to integrate devices &
systems installed in project such as IP
1.1. General Cameras, NVR, Storages, Video Wall,
Video Controller, Temperature
Sensors, Moisture Sensor, Video
Analytics Software, Email, Active
Directory & LDAP (as applicable)
Health Monitoring of all IP Cameras &
NVRs as connected for monitoring at
1.2. Health Monitoring HQ in dashboard formats along with
alerts such as Camera Disconnection,
Storage Full Indication, etc.
Page 82 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
Page 83 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
Page 84 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
Page 85 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
Page 86 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
Page 87 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
Functional
2.24. An ISCMS analytics platform shall be
Requirement
integrated with a command control
application through a data pipeline for
viewing and monitoring the dashboard
Page 88 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
Page 89 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
Page 90 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
Page 91 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
Page 92 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
Page 93 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
Page 94 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
Page 95 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
Page 96 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
Page 97 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
Page 98 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
Page 99 of 139
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2
Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
4.33 Enterprise Management System (EMS) & Service Level Agreement (SLA)
Management Tool
To ensure that ICT systems are delivered at the performance level envisaged, it is important that an
effective monitoring and management system be put in place. It is thus proposed that a proven solution
is proposed by the Implementing Agency for efficient management of the system, reporting, SLA
monitoring and resolution of issues. Various key components of the system are listed below:-
Daily Reports:
Summary of issues / complaints logged at the Help
Desk
Summary of resolved /unresolved and escalated
issues / complaints
Summary of resolved, unresolved and escalated
issues / complaints to vendors (OEM/3rd party AMC
vendor, if any)
Summary of WAN link report including utilization &
%down for all FCI locations Backup report with
related log
Weekly Reports:
Issues / Complaints Analysis report for virus calls,
call trend, call history, etc.
Summary of systems - Uptime
Monthly Reports:
Component wise physical as well as IT infrastructure
availability and resource Utilization
Consolidated SLA / (non)-conformance report
Summary of component wise uptime statistics
Log of preventive / scheduled maintenance
undertaken
Log of break-fix maintenance undertaken
Network Traffic Analysis, pattern identification and
suggestions for improvement across FCI
Network Utilization
Network Device Status
Network Uptime Statistics & Threshold violation
Bandwidth utilization as measured at aggregation
point as well as on individual links
Quarterly Reports:
Uptime, Downtime and performance report
SLA compliance Report for the Quarter
Manpower Attendance Report
Hardware pool Report
IT infrastructure Upgrade / Obsolescence Report
AMC
Incident Reports:
Summary of all recorded Incidents (triggered through
video analytics) by type & status
Detection of security vulnerability with the available
solutions / work arounds for Fixing
Hacker attacks, Virus attacks, unauthorized access,
security threats, etc. – with root cause analysis and
plan to fix the problems
Software license violations
D Network Monitoring System
For Critical incidents, the FMS team shall also perform root
cause analysis, mitigation steps
v. Fault Management:
Help Desk-
While the Purchaser will provide the outer shell of the Integrated Operations Center (IOC) Cum Network
Operations Center (NOC), the Successful Bidder needs to consider the following works with respect to
the interiors.
Providing and fixing metal false ceiling with powder coated 0.5mm thick hot dipped
galvanised steel tiles 595 x 595 mm with regular edge (10mm) suitable for 25mm grid
supported on suitable powder coated galvanised steel grid as per manufacturer
specification. The same shall be inclusive of cut outs for lighting, AC grills, Fire detectors,
nozzles, etc.
Providing and fixing 12 mm thick fire line Gypsum false ceiling and lighting troughs 300 mm
as per design including 100 mm high cornices as lighting pelmets on G.I. framework, in G.I.
vertical supports at every 450mm c/c and horizontal runners at every 900mm c/c self-taping
metal screws to proper line and level. The same shall be inclusive of making holes and
required framing for fixing electrical fixtures, A.C. grills etc. GI vertical supports to be
anchored to slab by means of anchor fasteners.
The scope of the Command Setup includes design; engineering, supply & installation of
24X7 mission critical Control Centre Interiors. As the Control room is a significant place, it
is imperative that it shall be designed properly in terms of Aesthetics, Ergonomics and
Functionality. Various aspects should be considered while designing Control Room area to
create ideal workplace, considering physiological aspects such as line of sight and field of
vision and cognitive factors such as concentration and perceptivity as per ISO 11064.
The design of systems, equipment and facilities shall reflect human factors requirements
including the following:
○ Satisfactory environmental conditions for operator personnel. Including noise, air flow,
temperature and humidity, and precautionary measure under uncontrolled conditions
(like fire) beyond acceptable limits.
○ Adequate space for personnel and equipment for the movements and activities they
are required to perform during operation and maintenance, under both normal and
emergency conditions.
○ Adequate visual / auditory status information and other communication links between
personnel and equipment under normal and emergency conditions.
○ The control room shall be built as per the criteria of “Human Factor Engineering” to
improvise the efficiency utilization of the operators and provide them Fatigue free
working environment.
○ Aesthetical appeal: - The entire control room must look Aesthetically appealing so that
whosoever is coming in the control room is impressed with the beauty and the users
remain associated to the facility/work area. Modular removable PU nosing: In the
control room the front edge of consoles is the component which comes in frequent
contact of the operator. The soft polyurethane edge is an ergonomic requirement as
per ISO 11064 (International norms for Control Room Ergonomics) and is meant to
prevent injury (accidental impact) to operator during emergency and it also reduces
the contact stress. In case of damage to this edge the desk design should permit quick
& easy replacement without taking any shutdowns or removal of the tabletops.
Extruded PU edging/PVC T-beading shall be deemed unacceptable.
Control desk shall be 100% modular and ergonomically designed with 25mm thick MDF
tabletop with high pressure scratch resistant Laminate (ANSI/NEMA LD3 certified). Under-
structure shall be made up of heavy-duty Extruded Vertical and Horizontal Aluminium
profiles of HE9WP grade.
Wall panelling and Ceiling tiles must be a combination of perforated and non-perforated
tiles to have Sound absorption coefficient (NRC) value 0.30 per IS:8225-1987, ISO: 354-
1985 and ASTM 423-90.
Acoustic flooring (shall reduce impact sound by 14dB (ISO 717-2)). It shall be a combination
of acoustic laminate and Corkment. The flooring material must be Greengard certified to
reduce health hazardous because of interior finishes.
Workstation size of min. 18” depth made with 1.5mm thick laminate of standard make over
18mm thick commercial board complete with wooden beading including cutting holes &
fixing of cable manager etc. complete with French polish. Edges shall be factory post-
formed. The desk shall have the necessary drawers, keyboard trays, cabinets etc. along
with sliding / opening as per approved design with quality drawer slides, hinges, locks etc.
Providing & making of storage unit with 18 mm thick MDF board along with 1.5 mm
approved laminate colour outside and 2 coat of enamel paint inside the storage of size
1'6"x1'6"x2'4". The same should be provided with all the required accessories including the
handle, lock, sliding channel and necessary hardware, etc. complete with French polish
Cabin table of min. depth 2’ made with 1.5mm thick laminate of standard make over 19mm
thick commercial board complete with wooden beading including cutting holes & fixing of
cable manager etc. complete with French polish.
Providing, making & fixing 6" high laminated strip using 1.5mm thick laminate over 10mm
thick commercial board on all vertical surface in the entire server & ancillary areas including
low height partition, brick wall, partition wall, cladding etc. complete with French polish in
all respect.
Providing, making & fixing an enclosure for gas cylinder of Shutters and Partitions along
with wooden support and 18 mm thick MDF board along with 1.5 mm approved laminate
colour outside and 2 coat of enamel paint inside the shutter. The same should be provided
with all the required accessories including the handle, lock, loaded hinges, tower bolt and
necessary hardware etc. complete with French polish.
Providing and fixing in position full height partition wall of 125 mm thick fire line gyp-board
partition using 12.5 mm thick double fire line gyp-board on both sides with GI steel metal
vertical stud frame of size 75 mm fixed in the floor and ceiling channels of 75 mm wide to
provide a strong partition. Glass wool insulation inside shall be provided as required. Fixing
is by self-tapping screw with vertical studs being at 610 mm intervals. The same should be
inclusive of making cut-outs for switch board, sockets, grill etc. It shall also include
preparing the surface smoothly and all as per manufacture’s specification etc. finally
finishing with one coat of approved brand of fire-resistant coating.
With glazing including the framework of 4" x 2" powder coated aluminium section complete
(in areas like partition between server room & other auxiliary areas).
Providing & fixing Fire Rated Wire Glass minimum 6 mm thick for all glazing in the partition
wall complete. (External windows not included in this).
d. Painting
Providing and applying Fire retardant paint of pre-approved make and shade to give an
even shade over a primer coat as per manufacturers’ recommendations after applying
painting putty to level and plumb and finishing with 2 coats of fire-retardant paint. Base
coating shall be as per manufacturer’s recommendation for coverage of paint.
Providing and laying POP punning over cement plaster in perfect line and level with
thickness of 10 - 12 mm including making good chases, grooves, edge banding, scaffolding
pockets etc.
Applying approved fire-retardant coating on all vertical surfaces, furniture etc. as per
manufacturer's specification.
2. PVC Conduit
The conduits for all systems shall be high impact rigid PVC heavy-duty type and shall
comply with I.E.E regulations for non-metallic conduit 1.6 mm thick as per IS 9537/1983.
All sections of conduit and relevant boxes shall be properly cleaned and glued using
appropriate epoxy resin glue and the proper connecting pieces, like conduit fittings such as
Mild Steel and should be so installed that they can remain accessible for existing cable or
the installing of the additional cables.
No conduit less than 20mm external diameter shall be used. Conduit runs shall be so
arranged that the cables connected to separate main circuits shall be enclosed in separate
conduits, and that all lead and return wire of each circuit shall be run to the same circuit.
All conduits shall be smooth in bore, true in size and all ends where conduits are cut shall
be carefully made true and all sharp edges trimmed. All joints between lengths of conduit
or between conduit and fittings boxes shall be pushed firmly together and glued properly.
Cables shall not be drawn into conduits until the conduit system is erected, firmly fixed and
cleaned out. Not more than two right angle bends or the equivalent shall be permitted
between draw and junction boxes. Bending radius shall comply with I.E.E regulations for
PVC pipes.
Conduit concealed in the ceiling slab shall run parallel to walls and beams and conduit
concealed in the walls shall run vertical or horizontal.
The chase in the wall required in the recessed conduit system shall be neatly made and
shall be of angle dimensions to permit the conduit to be fixed in the manner desired. Conduit
in chase shall be hold by steel hooks of approved design of 60cm center the chases shall
be filled up neatly after erection of conduit and brought to the original finish of the wall with
cement concrete mixture 1:3:6 using 6mm thick stone aggregate and coarse sand.
3. Wiring
PVC insulated copper conductor cable shall be used for sub circuit runs from the distribution
boards to the points and shall be pulled into conduits. They shall be stranded copper conductors
with thermoplastic insulation of 650 / 1100 volts grade. Colour code for wiring shall be followed.
Looping system of wring shall be used, wires shall not be jointed. No reduction of strands is
permitted at terminations.
Wherever wiring is run through trunking or raceways, the wires emerging from individual
distributions shall be bunched together with cable straps at required regular intervals.
Identification ferrules indication the circuit and D.B. number shall be used for sub main, sub
circuit wiring the ferrules shall be provided at both end of each sub main and sub-circuit.
Where, single phase circuits are supplied from a three phase and a neutral distribution board,
no conduit shall contain wiring fed from more than one phase in any one room in the premises,
where all or part of the electrical load consists of lights, fans and/or other single phase current
consuming devices, all shall be connected to the same phase of the supply.
Circuits fed from distinct sources of supply or from different distribution boards or M.C.B.s shall
not be bunched in one conduit. In large areas and other situations where the load is divided
between two or three phases, no two single-phase switches connected to difference phase
shall be mounted within two meters of each other.
All splicing shall be done by means of terminal blocks or connectors and no twisting connection
between conductors shall be allowed.
Metal clad sockets shall be of die cast non-corroding zinc alloy and deeply recessed contact
tubes. Visible scraping type earth terminal shall be provided. Socket shall have push on
protective cap.
All power sockets shall be piano type with associate’s switch of same capacity. Switch and
socket shall be enclosed in a M. S. sheet steel enclosure with the operating knob projecting.
Entire assembly shall be suitable for wall mounting with Bakelite be connected on the live wire
and neutrals of each circuit shall be continuous everywhere having no fuse or switch installed
in the line excepting at the main panels and boards. Each power plug shall be connected to
each separate and individual circuit unless specified otherwise. The power wiring shall be kept
separate and distinct from lighting and fan wiring. Switch and socket for light and power shall
be separate units and not combined one.
Balancing of circuits in three phases installed shall be arranged before installation is taken up.
Unless otherwise specified not more than ten light points shall be grouped on one circuit and
the load per circuit shall not exceed 1000 watts.
4. Earthing
All electrical components are to be earthen by connecting two earth tapes from the frame of the
component ring and will be connected via several earth electrodes. The cable arm will be earthen
through the cable glands. Earthling shall be in conformity with provision of rules 32, 61, 62, 67 & 68 of
Indian Electricity rules 1956 and as per IS-3043. The entire applicable IT infrastructure in the Control
Rooms shall be earthed.
Earthing should be done for the entire power system and provisioning should be there to earth UPS
systems, Power distribution units, and AC units etc. so as to avoid a ground differential. State shall
provide the necessary space required to prepare the earthing pits.
All metallic objects on the premises that are likely to be energized by electric currents should be
effectively grounded.
The connection to the earth or the electrode system should have sufficient low resistance in the
range of 0 to 25 ohm to ensure prompt operation of respective protective devices in event of a
ground fault, to provide the required safety from an electric shock to personnel & protect the
equipment from voltage gradients which are likely to damage the equipment.
Recommended levels for equipment grounding conductors should have very low impedance level
less than 0.25 ohm.
In case of a UPS and Transformer equipment, the Earth resistance shall be automatically measured
on an online basis at a pre-configured interval and corrective action should be initiated based on
the observation. The automatic Earthing measurements should be available on the UPS panel itself
There should be enough space between data and power cabling and there should not be any cross
wiring of the two, in order to avoid any interference, or corruption of data.
A complete copper mesh earthing grid needs to be installed for the server farm area; every rack
needs to be connected to this earthing grid. A separate earthing pit needs to be in place for this
copper mesh.
Provide separate earthing pits for servers, UPS & generators as per the standards.
5. Cable Work
Cable ducts should be of such dimension that the cables laid in it do not touch one another. If found
necessary, the cable shall be fixed with clamps on the walls of the duct. Cables shall be laid on the
walls/on the trays as required using suitable clamping/ fixing arrangement as required. Cables shall
be neatly arranged on the trays in such manner that a criss-crossing is avoided, and final take off
to switch gear is easily facilitated.
All cables will be identified close to their termination point by cable number as per circuit schedule.
Cable numbers will be punched on 2mm thick aluminium strips and securely fastened to the. In
case of control cables all covers shall be identified by their wire numbers by means of PVC ferrules.
For trip circuit identification additional red ferrules are to be used only in the switch gear / control
panels, cables shall be supported so as to prevent appreciable sagging. In general distance
between supports shall not be greater than 600mm for horizontal run and 750mm for vertical run.
Each section of the rising mains shall be provided with suitable wall straps so that same they can
be mounted on the wall.
Whenever the rising mains pass through the floor, they shall be provided with a built-in fireproof
barrier so that this barrier restricts the spread of fire through the rising mains from one section to
the other adjacent section.
Neoprene rubber gaskets shall be provided between the covers and channel to satisfy the operating
conditions imposed by temperature weathering, durability etc.
Necessary earthling arrangement shall be made alongside the rising mains enclosure by Mean of
a GI strip of adequate size bolted to each section and shall be earthed at both ends. The rising
mains enclosure shall be bolted type.
The space between data and power cabling should be as per standards and there should not be
any criss-cross wiring of the two, in order to avoid any interference, or corruption of data.
6. Fire Detection and Control Mechanism (at IOC Cum NOC & DC)
Fire can have disastrous consequences and affect operations of a Control Room. It is required that
there is early detection of fire for effective functioning of the Control Room.
System Description
The Fire alarm system shall be an automatic 1-ton (e.g. 8) zone single loop addressable fire
detection and alarm system, utilizing conventional detection and alarm sounders.
Detection shall be by means of automatic heat and smoke detectors located throughout the Control
Room (ceiling, false floor, and other appropriate areas where fire can take place) with break glass
units on escape routes and exits.
The control panel shall be a microprocessor based single loop addressable unit, designed, and
manufactured to the requirements of EN54 Part 2 for the control and indicating component and
EN54 Part 4 for the internal power supply.
All controls of the system shall be via the control panel only.
The system status shall be made available via panel mounted LEDs and a backlit 8-line x 40-
character alphanumeric liquid crystal display.
All system controls and programming will be accessed via an alphanumeric keypad. The control
panel will incorporate form fill menu driven fields for data entry and retrieval.
The system will include a detection verification feature. The user shall have the option to action a
time response to a fire condition. This time shall be programmable up to 10 minutes to allow for
investigation of the fire condition before activating alarm outputs. The operation of a manual call
point shall override any verify command.
Manual Controls
Start sounders
Silence sounders
Reset system
Display test
Disable loop
Smoke detectors
Smoke detectors shall be of the optical or ionisation type. Devices shall be compatible with the CIE
conforming to the requirements of EN54 Part 7 and be LPCB approved. The detectors shall have twin
LEDs to indicate the device has operated and shall fit a common addressable base.
Heat detectors
Heat detectors shall be of the fixed temperature (58° C), or rate of temperature rise type with a fixed
temperature operating point.
Devices shall be compatible with the CIE conforming to the requirements of EN54 Part 5 and be
LPCB approved.
The detectors shall have a single LED to indicate the device has operated and shall fit a common
addressable base.
All bases shall be compatible with the type of detector heads fitted and the control system
component used. Each base shall comprise all necessary electronics including a short circuit
isolator.
The device shall be automatically addressed by the CIE on power up of the loop without the need
of the insertion of a pre-programmed EPROM or setting of DIL switches.
Audible Alarms
Electronic sounders shall be coloured red with adjustable sound outputs and at least 3 sound signals.
The sounders should be suitable for operation with a 24V DC supply providing a sound output of at
least 100dBA at 1 meter and 75 dBA min, for a bed head or sounder base type device. The sounder
frequency shall be in the range of 500Hz to 1000Hz.
Commissioning
The fire detection and alarm system will be programmable and configurable via an alpha numeric
keypad on the control panel.
7. High Sensitivity Smoke Detection System (at IOC Cum NOC & DC)
General – The HSSD system shall provide an early warning of fire in its incipient stage, analyse the
risk, and provide alarm and actions appropriate to the risk. The system shall include, but not be limited
to, a Display Control Panel, Detector Assembly, and the properly designed sampling pipe network. The
system component shall be supplied by the manufacturer or by its authorized distributor.
Regulatory Requirements
Factory Mutual
The Access Control System shall be deployed with the objective of allowing entry and exit to and from
the premises to authorized personnel only. The system deployed shall be based on Biometric
Technology. An access control system consisting of a central PC, intelligent controllers, power supplies
and all associated accessories is required to make a fully operational online access control system.
Access control shall be provided for doors. These doors shall be provided with electric locks and shall
operate on fail-safe principle. The lock shall remain unlocked in the event of a fire alarm or in the event
of a power failure. The fire alarm supplier shall make potential free contacts available for releasing the
locks in a fire condition especially for staircase and main doors. Entry to the restricted area shall be by
showing a proximity card near the reader and exit shall be using a push button installed in the secure
area. The system shall monitor the status of the doors through magnetic reed contacts. The system
should be designed and implemented to provide following functionality:
Configurable system for user defined access policy for each access point
Record, report, and archive each and every activity (permission granted and / or rejected) for each
access point.
Fail safe operation in case of no-power condition and abnormal condition such as fire, theft,
intrusion, loss of access control, etc.
Day, Date, Time, and duration-based access rights should be user configurable for each access
point and for each user.
One user can have different policy / access rights for different access points.
The entry of Rodents and other unwanted pests shall be controlled using non-chemical, non-toxic
devices. Ultrasonic pest repellents shall be provided in the false flooring and ceiling to repel the pests
without killing them. However periodic pest control using Chemical spray can be done once in 3 months
as a contingency measure to effectively fight the pest menace.
Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
1. Overview of Control/Console Desk
Requirement of the project is state of the art console
system. Space age, futuristic and ahead of time is a
1.1.
mandatory requirement of the console system in terms of
aesthetics, ergonomics, and functionality.
The entire desk should be free from any sharp edge as
1.2.
per standard HSE norms.
The desk can be accessed from front and back openable
1.3.
shutters. The cabinet of desk shall be flexible and
Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
capable of mounting generally used control room
equipment’s. Supplier to provide drawing for the same.
The desk shall have / ensure sufficient knee & foot space
1.4.
as per latest Ergonomic Norms of ISO 11064.
Tabletop front end should be injection molded
polyurethane edge (minimum 55mm in depth) on the
profiled wooden core and must not be inserted or glued.
1.5.
Consoles must be of modular design, facilitating future
equipment retrofits and full reconfigurations without
requiring any major modification to the structure.
An edge slope and radius spread the weight over a larger
1.6.
surface. Enhancing end user comfort.
Consoles must be of modular design, facilitating future
equipment retrofits and full reconfigurations without
1.7.
requiring any major modification to the structure or
exterior elements
2. Mandatory Requirement
The project demands for a contemporary, visually light
and ergonomically designed 24x7 desking solution.
2.1.
Traditional bulky box type control desk should not be
quoted.
3. Submittal
Certificate for ISO 9001-2015 quality certification as a
3.1. proof of quality system implementation in Manufacturing
processes
Certificate for OHSAS 18001 for Occupational Health and
3.2.
Safety.
4. Quality Criteria: -
To ensure uniformity, consistency & quality in final
product the desk manufacturer should have In-house
4.1.
Powder Coating Plant, metal manufacturing and wood
processing plant.
5. Equipment Mounting
The control desk shall house computer equipment's,
5.1. HMIs, Ethernet switches, Rack mounted equipment's,
Power Distribution Unit. The CPUs shall be mounted on
Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
Slide out metallic CPU trays (mounted on Heavy duty
slides) for ease in maintenance.
6. Structure
Made of heavy duty Extruded Vertical and Horizontal
Aluminum pro-files of HE9WP grade. The Extrusions
6.1.
shall be duly powder coated with 40+ micron over all
surfaces.
All sheet metal parts must be finished with a durable,
6.2. black, electro-static powder coating with average
application of 60-90 microns over all surfaces.
The supplier to perform following tests during inspection:
-
6.3. a. Adhesion test: ISO 2409
b. Impact test: ASTM D 2794: 40kg
c. Scratch test: IS 101-1964
To allow future extension and expansion; a weld free
6.4. system to be proposed. Interconnecting joints should not
be visible.
The consoles design shall be suitable for areas of
Seismic zone 4 or better. Bidder to provide Seismic Test
6.5. Report from government ap-proved research
laboratory/facilities to be submitted along with the
technical bid.
7. Shutters & Side Legs
Front, back shutters shall be of 18 mm Laminated MDF
Board with premium finish. Side leg shall be of 25mm of
7.1.
the same finish. Hinges shall have lifetime warranty.
Entire console to be RoHS certified.
8. Monitor Arms/Arrays and Attachments
Die cast mounted Aluminum arm; fixed firmly on MS
8.1.
Pole.
Monitor and Functional holder shall guarantee optimum
viewing distance. All ergonomic aspects shall be
considered. It shall be capable for mounting all type of
8.2. LCD display with Dimensions between 17” to 27” using
suitable adopter/additional base plate for complying
VESA standards 75 x 75, 100 x 100, 200 x 100 &
200x200 mm.
Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
For configuration of working position, it shall allow the
8.3. technical staff to rotate/ tilt/ raise/the monitors as well as
fix their adjustment in a quick and easy manner
The Monitor and functional holder shall bear the weight of
the mounted Monitors; hold the monitors firmly without
8.4.
shaking. Max load for monitor shall be 5kgs for single &
dual tier arrangements.
Modular rear walls shall be made of heavy-duty extruded
aluminum profile with better aesthetic appeal; allowing for
8.5.
various viewing levels and privacy. Conventional office
type slat wall shall not be accepted.
Modular walls shall be made of approx. 2mm thick
8.6.
Extruded Aluminum
Shall be designed in such a way that no joints or gaps
8.7.
are visible in the entire width of the console.
8.8. Load bearing capacity shall be min 30 kg per meter
It should have linear slots running throughout the length
8.9. to accept modular components (slat wall mounting
system, telephone arms, pen holders, paper holders).
No screws should be visible when joining table-top to the
8.10. Slat wall and on the top of the slat wall. OEM to produce
sample before commencing the manufacturing activities.
8.11. No buckling when arms are fully extended
Modular walls shall be made of approx. 2mm thick
8.12.
Extruded Aluminum (HE9WP aluminum alloy).
9. Electricals
Each console shall be equipped with individual power
distribution unit. The Electrical power distribution unit
shall be capable of being switched on/off and provide
9.1.
safe supply to all the consuming equipment individually.
The console should be electrically earthed for all the
body part which are conductive.
Power supply socket should be dual type i.e., Universal
9.2.
type.
Rear vertical mounting with powder coated CRCA body
9.3. having universal sockets with Inbuilt 16A single pole
MCB.
Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
10. Cable Routing Arrangement
Designed with vertical and horizontal cable trays to allow
for continuous cable management between the cabinets.
10.1.
The design of console shall allow cable run, from the
floor hollow channel.
11. Cooling
Rear shutters of each console should have provision of
11.1.
Airflow opening for cooling and heat dissipation effect.
Rear panel/door-mounted ventilation fans (optional).
Ventilation fans shall have the following properties:
a. Fans must be available for mounting on the
doors. The individual situation may dictate a
change in the ventilation requirements.
b. Axial fans should be aerodynamically shaped
11.2. with metal construction and metal blades for
longer life
c. Can operate in -10deg to +55 deg
d. Noise level should be below 50dB
e. Air flow should be approx. 105 CFM
f. Screws shall not be visible on the front metal
plate where the fan shall be mounted.
12. Illumination
Service light should be provided inside the cabinet
12.1. enclosure for maintenance of equipment with provision of
manual on/off switch.
The illumination of service lights shall be such as not to
12.2. interfere with the vision of the operator sitting in front of
the console.
Connections on the door switch must be covered to avoid
12.3.
accidental contact with live wires.
13. Hardware
All bolts must be of SS material to avoid rust due to
13.1.
environment.
14. Accessories
Supplier to demonstrate the following attachments in BID,
to quote unit price of each if not asked 3 sets of printed
14.1.
catalogues to be submitted for attachments.
g. Articulating monitor Arm,
Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
h. Telephone arm
i. Key board tray
j. File storage
k. Telephone holder
1 Delhi 6 135
2 Punjab 117 1581
3 Haryana 29 407
4 H.P. 6 38
5 J&K 16 112
6 Rajasthan 36 499
7 U.P. 45 843
8 Uttarakhand 4 36
NORTH ZONE 259 3651
9 A.P. 19 543
10 Telangana 10 346
11 T.N. 14 450
12 Karnataka 21 379
13 Kerala 18 405
SOUTH ZONE 82 2123
14 W.B. 23 810
15 Bihar 12 198
16 Odisha 21 374
17 Jharkhand 6 89
EAST ZONE 62 1471
18 Maharashtra 12 445
19 Gujarat 14 451
20 M.P. 18 268
21 C.G. 20 452
WEST ZONE 64 1616
22 Assam 17 184
23 NEF 12 83
24 Arunachal Pd. 4 26
25 Manipur 5 38
26 Nagaland 5 40
NE ZONE 43 371
ALL INDIA 510 9232
Operational
Operational
Weighbridg
Capacity in
Chambers
Entry/Exit
Godowns
Fish Eye
Camera
Camera
Camera
Camera
Rooms
Nos. of
Nos. of
Nos. of
Nos. of
Nos. of
Office
Dome
Bullet
Gates
Total
MT
# Name of Depot Zone State
es
1 EE15001 [JAYPORE (UMERI)] {A1} EAST ODISHA 20710 2 2 3 4 12 20 4 12 36
2 EE15002 [NABARANGPUR] {A1} EAST ODISHA 12530 2 1 3 4 8 19 3 8 30
3 EF28004 [OJM BUDGE BUDGE] {A1} EAST WEST BENGAL 84281 2 2 3 30 58 124 4 58 186
4 EE13003 [PHULBANI] {A1} EAST ODISHA 9396 1 1 3 2 6 10 3 6 19
5 EF13001 [ABDARPUR] {A1} EAST WEST BENGAL 50530 1 2 3 9 9 39 4 9 52
6 EE12003 [RUPSA] {A1} EAST ODISHA 12530 1 1 3 2 4 10 3 4 17
7 EC17004 [FSD PHULWARISHARIF] {A1} EAST BIHAR 61572 1 2 3 10 31 43 4 31 78
8 EE16004 [ROURKELA] {A1} EAST ODISHA 15140 1 1 3 3 10 14 3 10 27
9 EC14001 [FSD GAYA] {A1} EAST BIHAR 64329 3 2 3 13 41 57 4 41 102
10 EC17003 [FSD MOKAMA] {A1} EAST BIHAR 53529 1 2 3 10 28 43 4 28 75
11 EC15002 [FCI FSD MUZAFFARPUR] {A1} EAST BIHAR 9500 1 1 3 6 6 26 3 6 35
12 EC13005 [FSD JAYNAGAR] {A1} EAST BIHAR 11000 1 2 3 3 7 15 4 7 26
13 EC21001 [FSD SAHARSA] {A1} EAST BIHAR 15752 1 1 3 2 7 10 3 7 20
14 EC25003 [FSD BUXAR] {A1} EAST BIHAR 31320 1 2 3 4 15 19 4 15 38
15 EC15001 [FSD NARAINPUR ANANT] {A1} EAST BIHAR 43848 1 2 3 5 15 23 4 15 42
16 EC13001 [FSD DARBHANGA] {A1} EAST BIHAR 6000 1 2 3 2 4 11 4 4 19
17 EC23001 [FSD CHANPATIA] {A1} EAST BIHAR 7656 1 1 3 1 4 6 3 4 13
18 EE13002 [PARLAKHEMUNDI] {A1} EAST ODISHA 12530 1 1 3 1 3 6 3 3 12
19 EF28001 [ASHOKNAGAR] {A1} EAST WEST BENGAL 5080 1 1 3 1 4 6 3 4 13
20 EF19001 [BABURHAT] {A1} EAST WEST BENGAL 5980 2 1 3 2 2 11 3 2 16
21 EC16002 [FSD KATIHAR] {A1} EAST BIHAR 12500 2 2 3 2 4 12 4 4 20
22 EC16001 [FSD BELOURI] {A1} EAST BIHAR 10440 1 2 3 2 3 11 4 3 18
23 EF23001 [MANGALBARI] {A1} EAST WEST BENGAL 29400 1 2 3 3 12 15 4 12 31
24 EF29002 [RAIGANJ] {A1} EAST WEST BENGAL 9400 1 1 3 2 5 10 3 5 18
25 EE14001 [ANGUL] {A1} EAST ODISHA 12540 1 1 3 2 3 10 3 3 16
26 EF29001 [BUNIADPUR] {A1} EAST WEST BENGAL 26270 1 2 3 6 13 27 4 13 44
27 EF21002 [SERAMPORE] {A1} EAST WEST BENGAL 7500 1 1 3 3 5 14 3 5 22
28 EF32001 [JJP] {A1} EAST WEST BENGAL 109000 4 3 3 19 19 83 5 19 107
29 EF33001 [RANGPOO] {A1} EAST WEST BENGAL 10970 1 2 3 3 6 15 4 6 25
30 EF27002 [CHARRAH] {A1} EAST WEST BENGAL 21350 1 1 3 7 7 30 3 7 40
31 EF34001 [CSD DABGRAM] {A1} EAST WEST BENGAL 68350 1 2 3 11 38 47 4 38 89
32 EF25001 [BERHAMPUR] {A1} EAST WEST BENGAL 13230 2 1 3 4 8 19 3 8 30
33 EF30002 [SITARAMPUR] {A1} EAST WEST BENGAL 8890 1 1 3 7 9 30 3 9 42
Operational
Operational
Weighbridg
Capacity in
Chambers
Entry/Exit
Godowns
Fish Eye
Camera
Camera
Camera
Camera
Rooms
Nos. of
Nos. of
Nos. of
Nos. of
Nos. of
Office
Dome
Bullet
Gates
Total
MT
# Name of Depot Zone State
es
34 EF30001 [DURGAPUR] {A1} EAST WEST BENGAL 28660 1 2 3 5 13 23 4 13 40
35 EF21001 [CHINSURAH] {A1} EAST WEST BENGAL 6260 1 1 3 2 2 10 3 2 15
36 EF21003 [DANKUNI] {A1} EAST WEST BENGAL 25060 1 2 3 6 6 27 4 6 37
37 EF12002 [ADRA] {A1} EAST WEST BENGAL 80000 1 1 3 6 18 26 3 18 47
38 EF26003 [KALYANI] {A1} EAST WEST BENGAL 141140 4 3 3 36 44 151 5 44 200
39 EF12001 [BIKNA] {A1} EAST WEST BENGAL 28910 1 1 3 4 12 18 3 12 33
40 EE16002 [HIRAKUD] {A1} EAST ODISHA 22970 5 1 3 4 13 22 3 13 38
41 EF26001 [BHATJUNGLA] {A1} EAST WEST BENGAL 22210 1 1 3 3 3 14 3 3 20
42 EE12002 [RANITAL] {A1} EAST ODISHA 24010 1 2 3 5 15 23 4 15 42
43 EF24001 [MIDNAPUR] {A1} EAST WEST BENGAL 42700 1 2 3 16 27 67 4 27 98
44 EF27001 [BALRAMPUR] {A1} EAST WEST BENGAL 9460 1 1 3 6 9 26 3 9 38
45 EE14002 [DHENKANAL] {A1} EAST ODISHA 15600 1 1 3 3 9 14 3 9 26
46 ED13001 [GUMLA] {A1} EAST JHARKHAND 6090 1 2 3 2 2 11 4 2 17
47 ED13003 [JAMSHEDPUR] {A1} EAST JHARKHAND 13000 1 2 3 2 8 11 4 8 23
48 ED15001 [FSD JASIDIH] {A1} EAST JHARKHAND 15000 2 2 3 4 9 20 4 9 33
49 ED13004 [RANCHI] {A1} EAST JHARKHAND 14600 1 1 3 5 9 22 3 9 34
50 EE17002 [KESINGA] {A1} EAST ODISHA 16180 1 1 3 3 10 14 3 10 27
51 EE12010 [BARIPADA] {A1} EAST ODISHA 6260 1 1 3 2 6 10 3 6 19
52 ED14001 [FSD DALTONGANJ] {A1} EAST JHARKHAND 15000 1 1 3 4 10 18 3 10 31
53 EE17001 [DUNGURIPALLI] {A1} EAST ODISHA 30280 2 1 3 6 6 27 3 6 36
54 ED12001 [DHANBAD] {A1} EAST JHARKHAND 15500 2 2 3 3 4 16 4 4 24
55 EE12005 [KEONJHAR] {A1} EAST ODISHA 8640 1 1 3 1 6 6 3 6 15
56 EE15003 [RAYAGADA] {A1} EAST ODISHA 12530 2 1 3 2 7 11 3 7 21
57 EE16005 [BALIJHARI] {A1} EAST ODISHA 50110 1 2 3 7 24 31 4 24 59
58 EE18002 [KHURDA ROAD] {A1} EAST ODISHA 20160 1 2 3 5 13 23 4 13 40
59 EE13001 [JAGANNATHPUR] {A1} EAST ODISHA 16640 2 2 3 6 12 28 4 12 44
60 EE16001 [ATTABIRA] {A1} EAST ODISHA 10440 1 1 3 2 6 10 3 6 19
Sub Total (East Zone) 1570463 83 91 180 335 709 1514 211 709 2434
61 SC13002 [WEST HILL CALICUT] {A1} SOUTH KERALA 36688 2 2 3 9 25 40 4 25 69
62 SC14001 [ANGAMALI] {A1} SOUTH KERALA 45600 1 2 3 9 26 39 4 26 69
63 SC13003 [KUTTIPURAM] {A1} SOUTH KERALA 6264 1 1 3 1 4 6 3 4 13
64 SC19001 [CHALAKUDI] {A1} SOUTH KERALA 12240 1 1 3 2 7 10 3 7 20
65 SC12002 [MAVELIKARA] {A1} SOUTH KERALA 21600 1 1 3 5 13 22 3 13 38
66 SC20002 [VAILATHURA TVM] {A1} SOUTH KERALA 37488 1 2 3 25 35 103 4 35 142
67 SC19002 [MULAKUNATHUKAVU] {A1} SOUTH KERALA 50180 2 2 3 29 49 120 4 49 173
Operational
Operational
Weighbridg
Capacity in
Chambers
Entry/Exit
Godowns
Fish Eye
Camera
Camera
Camera
Camera
Rooms
Nos. of
Nos. of
Nos. of
Nos. of
Nos. of
Office
Dome
Bullet
Gates
Total
MT
# Name of Depot Zone State
es
68 SD15004 [FSD MYSURU] {A1} SOUTH KARNATAKA 15763 1 1 3 3 8 14 3 8 25
69 SD15001 [FSD K R NAGAR] {A1} SOUTH KARNATAKA 12576 1 1 3 4 8 18 3 8 29
70 SC20001 [KAZHAKUTTAM] {A1} SOUTH KERALA 38640 1 2 3 6 21 27 4 21 52
71 SC18001 [AVANESWARAM] {A1} SOUTH KERALA 11484 1 1 3 2 7 10 3 7 20
72 SC12001 [ALLEPPY] {A1} SOUTH KERALA 11000 2 1 3 2 7 11 3 7 21
73 SE17003 [T.V.KOIL] {A1} SOUTH TAMIL NADU 35670 2 2 3 7 16 32 4 16 52
74 SB13002 [FCI OWN BSC SAMALKOT] {A1} SOUTH ANDHRA PRADESH 62640 2 2 3 10 30 44 4 30 78
75 SE14002 [EGMORE] {A1} SOUTH TAMIL NADU 24520 1 1 3 6 16 26 3 16 45
76 SC17001 [ANGADIPURAM] {A1} SOUTH KERALA 18363 1 1 3 3 10 14 3 10 27
77 SC16001 [MUZHAPPILANGAD] {A1} SOUTH KERALA 12630 2 2 3 6 14 28 4 14 46
78 SE18002 [SEVOOR] {A1} SOUTH TAMIL NADU 81900 1 2 3 13 39 55 4 39 98
79 SC18003 [QUILON] {A1} SOUTH KERALA 11900 1 1 3 3 6 14 3 6 23
80 SB25001 [FCI OWN FSD AKIVIDU] {A1} SOUTH ANDHRA PRADESH 17632 1 1 3 5 10 22 3 10 35
81 SC18004 [KILIKOLLOOR] {A1} SOUTH KERALA 5400 1 1 3 1 3 6 3 3 12
82 SB13004 [FCI OWN BSC DOWLESWARAM] {A1} SOUTH ANDHRA PRADESH 62640 1 2 3 10 30 43 4 30 77
83 SB17002 [FCI OWN FSD KAKUTUR] {A1} SOUTH ANDHRA PRADESH 56376 1 2 3 10 28 43 4 28 75
84 SB25006 [FCI OWN FSD TADEPALLIGUDEM] {A1} SOUTH ANDHRA PRADESH 14442 1 1 3 3 7 14 3 7 24
85 SB25003 [FCI OWN FSD ELURU] {A1} SOUTH ANDHRA PRADESH 32422 1 1 3 9 15 38 3 15 56
86 SD17001 [BHADRAWATI] {A1} SOUTH KARNATAKA 7450 1 1 3 2 4 10 3 4 17
87 SB25007 [FCI OWN FSD BHIMAVARAM] {A1} SOUTH ANDHRA PRADESH 24302 1 1 3 7 14 30 3 14 47
88 SB22001 [VIZAG] {A1} SOUTH ANDHRA PRADESH 37584 1 2 3 7 21 31 4 21 56
89 SE17001 [KARAIKAL] {A1} SOUTH TAMIL NADU 10440 1 1 3 5 5 22 3 5 30
90 SB25004 [FCI OWN FSD NIDADAVOLE] {A1} SOUTH ANDHRA PRADESH 18096 1 1 3 4 9 18 3 9 30
91 SB17001 [FCI OWN FSD CHITTOOR] {A1} SOUTH ANDHRA PRADESH 12528 1 1 3 2 6 10 3 6 19
92 SD15005 [FSD KUSHAL NAGAR] {A1} SOUTH KARNATAKA 3132 1 1 3 1 2 6 3 2 11
93 SB25002 [FCI OWN BSC PENNADA] {A1} SOUTH ANDHRA PRADESH 87696 1 1 3 14 42 58 3 42 103
94 SB25005 [FCI OWN FSD PALAKOLE] {A1} SOUTH ANDHRA PRADESH 13168 1 1 3 3 7 14 3 7 24
95 SC17002 [OLAVAKKOT] {A1} SOUTH KERALA 81549 2 2 3 29 58 120 4 58 182
96 SB13003 [FCI OWN FSD KAKINADA] {A1} SOUTH ANDHRA PRADESH 27492 3 1 3 8 16 36 3 16 55
97 SB14035 [FCI OWN FSD ONGOLE] {A1} SOUTH ANDHRA PRADESH 37584 1 1 3 6 19 26 3 19 48
98 SC15001 [CHINGAVANAM] {A1} SOUTH KERALA 17496 1 1 3 6 15 26 3 15 44
99 SC13004 [MEENANGADI(WYNAD)] {A1} SOUTH KERALA 12528 1 1 3 2 6 10 3 6 19
100 SB13001 [FCI OWN FSD BICCAVOLE] {A1} SOUTH ANDHRA PRADESH 25056 1 1 3 5 12 22 3 12 37
101 SC16003 [PAYYANNUR] {A1} SOUTH KERALA 34776 1 1 3 6 18 26 3 18 47
102 SC13001 [THIKKODI] {A1} SOUTH KERALA 45368 2 2 3 10 26 44 4 26 74
103 SC14002 [WILLINGDON ISLAND] {A1} SOUTH KERALA 18432 2 1 3 8 11 35 3 11 49
Operational
Operational
Weighbridg
Capacity in
Chambers
Entry/Exit
Godowns
Fish Eye
Camera
Camera
Camera
Camera
Rooms
Nos. of
Nos. of
Nos. of
Nos. of
Nos. of
Office
Dome
Bullet
Gates
Total
MT
# Name of Depot Zone State
es
104 SB14034 [FCI OWN FSD SATTENAPALLI] {A1} SOUTH ANDHRA PRADESH 21228 1 1 3 4 13 18 3 13 34
105 SB14003 [FCI OWN BSC GUDIVADA] {A1} SOUTH ANDHRA PRADESH 75168 1 2 3 12 36 51 4 36 91
106 SE15002 [RAMANATHAPURAM] {A1} SOUTH TAMIL NADU 12530 1 1 3 3 6 14 3 6 23
107 SE18001 [ARAKONAM] {A1} SOUTH TAMIL NADU 74030 1 2 3 14 38 59 4 38 101
108 SD15003 [FSD MADDUR] {A1} SOUTH KARNATAKA 11716 1 1 3 3 6 14 3 6 23
109 SD17005 [UDUPI] {A1} SOUTH KARNATAKA 12310 1 1 3 2 6 10 3 6 19
110 SC16002 [NILESWAR] {A1} SOUTH KERALA 11592 2 1 3 2 7 11 3 7 21
111 SB27001 [PORT BLAIR] {A1} SOUTH ANDHRA PRADESH 7080 1 1 3 2 5 10 3 5 18
112 SB19001 [FCI OWN FSD AMDALAVALASA] {A1} SOUTH ANDHRA PRADESH 30044 1 1 3 10 19 42 3 19 64
113 SD12002 [BSC WHITEFIELD] {A1} SOUTH KARNATAKA 106488 1 2 3 17 51 71 4 51 126
114 SE12002 [PEELAMEDU] {A1} SOUTH TAMIL NADU 138600 1 2 3 22 66 91 4 66 161
115 SB14002 [FCI OWN BSC HANUMAN JUNCTION] {A1} SOUTH ANDHRA PRADESH 50112 1 1 3 8 24 34 3 24 61
116 SB14001 [FCI OWN FSD KRISHNACANAL] {A1} SOUTH ANDHRA PRADESH 14268 1 1 3 3 9 14 3 9 26
117 SE15001 [THOOTHUKKUDI] {A1} SOUTH TAMIL NADU 41760 1 2 3 15 29 63 4 29 96
118 SB15002 [FCI OWN FSD TIMMANCHERLA] {A1} SOUTH ANDHRA PRADESH 33116 1 1 3 9 18 38 3 18 59
119 SD16001 [BALLARI] {A1} SOUTH KARNATAKA 31300 1 2 3 5 15 23 4 15 42
120 SE14001 [AVADI] {A1} SOUTH TAMIL NADU 171550 2 2 3 63 120 256 4 120 380
121 SE16001 [FSD SEMBANARKOIL] {A1} SOUTH TAMIL NADU 9040 1 1 3 11 11 46 3 11 60
122 SB15001 [FCI OWN BSC ZANGALAPALLI] {A1} SOUTH ANDHRA PRADESH 93960 1 2 3 15 45 63 4 45 112
123 SD13004 [VIJAYAPURA] {A1} SOUTH KARNATAKA 12000 1 1 3 2 6 10 3 6 19
124 SD13002 [BOMMAPUR] {A1} SOUTH KARNATAKA 36000 2 2 3 6 18 28 4 18 50
125 SD16002 [RAICHUR] {A1} SOUTH KARNATAKA 18792 1 1 3 3 9 14 3 9 26
126 SF14001 [FCI OWN BSD CHERLAPALLY] {A1} SOUTH TELANGANA 125280 2 2 3 20 60 84 4 60 148
127 SB13005 [FCI OWN FSD PERUR] {A1} SOUTH ANDHRA PRADESH 12528 1 1 3 2 6 10 3 6 19
128 SD12001 [FSD K R PURAM] {A1} SOUTH KARNATAKA 55510 1 2 3 14 38 59 4 38 101
129 SE12003 [SALEM] {A1} SOUTH TAMIL NADU 31500 1 2 3 7 16 31 4 16 51
130 SD13001 [HUBBALLI(UNKAL)] {A1} SOUTH KARNATAKA 13000 1 1 3 4 7 18 3 7 28
131 SD16003 [KOPPAL] {A1} SOUTH KARNATAKA 12520 1 1 3 2 6 10 3 6 19
132 SD12003 [FSD K G F KOLAR GOLD FIELD] {A1} SOUTH KARNATAKA 6560 1 1 3 2 4 10 3 4 17
133 SD17003 [HASSAN] {A1} SOUTH KARNATAKA 12500 1 1 3 2 6 10 3 6 19
134 SE12001 [COIMBATORE] {A1} SOUTH TAMIL NADU 58550 1 2 3 27 46 111 4 46 161
135 SF17001 [FCI OWN FSD SANATHNAGAR] {A1} SOUTH TELANGANA 64496 1 2 3 15 37 63 4 37 104
136 SF18001 [FCI OWN FSD KAZIPET] {A1} SOUTH TELANGANA 110403 1 2 3 18 50 75 4 50 129
137 SD17002 [GODIKOPPA SHIMOGA] {A1} SOUTH KARNATAKA 15800 1 1 3 6 9 26 3 9 38
138 SF12002 [FCI OWN BSC JAMMIKUNTA] {A1} SOUTH TELANGANA 62640 1 1 3 10 30 42 3 30 75
139 SF15001 [FCI OWN BSC MIRYALGUDA] {A1} SOUTH TELANGANA 94192 1 2 3 20 48 83 4 48 135
Operational
Operational
Weighbridg
Capacity in
Chambers
Entry/Exit
Godowns
Fish Eye
Camera
Camera
Camera
Camera
Rooms
Nos. of
Nos. of
Nos. of
Nos. of
Nos. of
Office
Dome
Bullet
Gates
Total
MT
# Name of Depot Zone State
es
140 SF15002 [FCI OWN BSC NALGONDA] {A1} SOUTH TELANGANA 62640 1 2 3 10 30 43 4 30 77
141 SF13002 [FSD MAIN DEPOT KHAMMAM] {A1} SOUTH TELANGANA 13000 1 1 3 3 8 14 3 8 25
142 SF12003 [FCI OWN FSD PEDDAPALLI] {A1} SOUTH TELANGANA 16617 1 1 3 3 8 14 3 8 25
143 SF12001 [FCI OWN FSD MANCHERIYAL] {A1} SOUTH TELANGANA 30015 1 1 3 7 15 30 3 15 48
144 SF16001 [FCI OWN FSD DICHPALLY] {A1} SOUTH TELANGANA 12528 1 1 3 2 6 10 3 6 19
145 SD15006 [FSD TUMAKURU] {A1} SOUTH KARNATAKA 24408 1 1 3 4 12 18 3 12 33
146 SD15002 [FSD NANJANGUD] {A1} SOUTH KARNATAKA 10020 1 1 3 3 5 14 3 5 22
147 SD17004 [THAVAREKOPPA] {A1} SOUTH KARNATAKA 18800 1 1 3 3 9 14 3 9 26
148 SD17025 [FSD ANDROTH] {A1} SOUTH KARNATAKA 2850 1 1 3 2 2 10 3 2 15
149 SD13003 [BELAGAVI] {A1} SOUTH KARNATAKA 24000 1 2 3 3 12 15 4 12 31
150 SC15002 [ARRAKULAM] {A1} SOUTH KERALA 12528 1 1 3 2 6 10 3 6 19
151 SC18002 [KARUNGAPALLY] {A1} SOUTH KERALA 35136 1 1 3 6 18 26 3 18 47
152 SF13001 [BSC KHAMMAM] {A1} SOUTH TELANGANA 75168 1 2 3 14 36 59 4 36 99
153 SE17004 [CHIDAMBARAM(MRM)] {A1} SOUTH TAMIL NADU 1920 1 1 3 3 3 14 3 3 20
Sub Total (South Zone) 3278528 108 126 279 753 1815 3246 312 1815 5373
154 FB17007 [FSD NILAMBAZAR] {A1} NORTH ASSAM 5544 1 1 3 1 1 6 3 1 10
EAST
155 FB17005 [LALABAZAR] {A1} NORTH ASSAM 5724 1 1 3 1 1 6 3 1 10
EAST
156 FB16001 [DIPHU] {A1} NORTH ASSAM 6264 1 1 3 1 3 6 3 3 12
EAST
157 FB15001 [FSD DHEMAJI] {A1} NORTH ASSAM 6669 1 1 3 1 3 6 3 3 12
EAST
158 FB14001 [GOSSAIGAON] {A1} NORTH ASSAM 8200 1 1 3 4 6 18 3 6 27
EAST
159 FB18001 [JOGIGHOPA] {A1} NORTH ASSAM 8840 1 1 3 3 7 14 3 7 24
EAST
160 FB19002 [TINSUKIA] {A1} NORTH ASSAM 10082 1 1 3 2 4 10 3 4 17
EAST
161 FB16003 [SENCHOWA] {A1} NORTH ASSAM 10272 1 1 3 4 8 18 3 8 29
EAST
162 FB12002 [TIHU] {A1} NORTH ASSAM 10320 1 1 3 2 5 10 3 5 18
EAST
163 FB17001 [BADARPURGHAT] {A1} NORTH ASSAM 11448 1 1 3 2 6 10 3 6 19
EAST
164 FB15002 [FSD NORTH LAKHIMPUR] {A1} NORTH ASSAM 13572 1 1 3 3 7 14 3 7 24
EAST
Operational
Operational
Weighbridg
Capacity in
Chambers
Entry/Exit
Godowns
Fish Eye
Camera
Camera
Camera
Camera
Rooms
Nos. of
Nos. of
Nos. of
Nos. of
Nos. of
Office
Dome
Bullet
Gates
Total
MT
# Name of Depot Zone State
es
165 FB13001 [CINNAMARA] {A1} NORTH ASSAM 15420 1 2 3 2 8 11 4 8 23
EAST
166 FB19001 [CHAULKHOWA] {A1} NORTH ASSAM 17600 1 1 3 4 9 18 3 9 30
EAST
167 FB15003 [FSD NARAYANPUR] {A1} NORTH ASSAM 18430 1 1 3 3 10 14 3 10 27
EAST
168 FB20002 [TANGLA] {A1} NORTH ASSAM 20072 1 1 3 5 12 22 3 12 37
EAST
169 FB16002 [HOJAI] {A1} NORTH ASSAM 20081 1 2 3 10 16 43 4 16 63
EAST
170 FB17002 [RAMNAGAR] {A1} NORTH ASSAM 22896 1 2 3 4 12 19 4 12 35
EAST
171 FB15004 [FSD ARCHIPATHAR] {A1} NORTH ASSAM 25056 1 1 3 4 8 18 3 8 29
EAST
172 FB12001 [NEW GUWAHATI] {A1} NORTH ASSAM 29260 1 2 3 6 20 27 4 20 51
EAST
173 FB20001 [BINDUKURI] {A1} NORTH ASSAM 45900 1 2 3 8 23 35 4 23 62
EAST
174 FB12006 [SILO CHANGSARI] {A1} NORTH ASSAM 50000 1 2 3 4 4 19 4 4 27
EAST
175 FB12003 [FSD CHANGSARI] {A1} NORTH ASSAM 62640 1 2 3 10 30 43 4 30 77
EAST
176 FC12008 [ANINI] {A1} NORTH ARUNACHAL PRADESH 440 1 1 3 1 1 6 3 1 10
EAST
177 FC12014 [FSD KHUPA] {A1} NORTH ARUNACHAL PRADESH 640 1 1 3 1 1 6 3 1 10
EAST
178 FC12013 [YINGKIONG] {A1} NORTH ARUNACHAL PRADESH 696 1 1 3 1 1 6 3 1 10
EAST
179 FC12016 [FSD AALO] {A1} NORTH ARUNACHAL PRADESH 1670 1 1 3 1 1 6 3 1 10
EAST
180 FC12006 [TAWANG] {A1} NORTH ARUNACHAL PRADESH 1764 1 1 3 1 2 6 3 2 11
EAST
181 FC12005 [SEPPA] {A1} NORTH ARUNACHAL PRADESH 2088 1 1 3 1 1 6 3 1 10
EAST
182 FC12003 [ZIRO] {A1} NORTH ARUNACHAL PRADESH 2970 1 1 3 1 2 6 3 2 11
EAST
183 FC12007 [PASIGHAT] {A1} NORTH ARUNACHAL PRADESH 3036 1 1 3 1 2 6 3 2 11
EAST
184 FC12012 [TEZU] {A1} NORTH ARUNACHAL PRADESH 3996 1 1 3 1 1 6 3 1 10
EAST
Operational
Operational
Weighbridg
Capacity in
Chambers
Entry/Exit
Godowns
Fish Eye
Camera
Camera
Camera
Camera
Rooms
Nos. of
Nos. of
Nos. of
Nos. of
Nos. of
Office
Dome
Bullet
Gates
Total
MT
# Name of Depot Zone State
es
185 FC12015 [FCI FSD BOMDILA] {A1} NORTH ARUNACHAL PRADESH 3996 1 1 3 1 2 6 3 2 11
EAST
186 FC12001 [BANDERDEWA] {A1} NORTH ARUNACHAL PRADESH 6264 1 1 3 2 2 10 3 2 15
EAST
187 FC12004 [BHALUKPONG] {A1} NORTH ARUNACHAL PRADESH 6264 1 1 3 1 3 6 3 3 12
EAST
188 FC12010 [KHARSANG] {A1} NORTH ARUNACHAL PRADESH 6264 1 1 3 1 1 6 3 1 10
EAST
189 FF12008 [THOUBAL] {A1} NORTH MANIPUR 3132 1 1 3 1 1 6 3 1 10
EAST
190 FF12009 [FSD CHURACHANDPUR] {A1} NORTH MANIPUR 3132 2 1 3 1 2 7 3 2 12
EAST
191 FF12007 [BISHNUPUR] {A1} NORTH MANIPUR 5568 1 1 3 2 4 10 3 4 17
EAST
192 FF12010 [FSD TAMENGLONG] {A1} NORTH MANIPUR 5916 2 1 3 2 4 11 3 4 18
EAST
193 FF12001 [SENAPATI] {A1} NORTH MANIPUR 6264 1 1 3 1 2 6 3 2 11
EAST
194 FF12003 [JIRIBAM] {A1} NORTH MANIPUR 6264 1 1 3 2 2 10 3 2 15
EAST
195 FF12004 [UKHRUL] {A1} NORTH MANIPUR 6264 1 1 3 3 3 14 3 3 20
EAST
196 FF12006 [SAWOMBUNG] {A1} NORTH MANIPUR 12528 1 1 3 2 6 10 3 6 19
EAST
197 FF12005 [SANGAIPROU] {A1} NORTH MANIPUR 15660 1 1 3 4 10 18 3 10 31
EAST
198 FE14004 [MON] {A1} NORTH NAGALAND 2784 1 1 3 1 2 6 3 2 11
EAST
199 FE14002 [MOKOKCHUNG] {A1} NORTH NAGALAND 3132 1 1 3 1 3 6 3 3 12
EAST
200 FE14003 [TUENSANG] {A1} NORTH NAGALAND 3132 1 1 3 1 3 6 3 3 12
EAST
201 FE14006 [FSD PHESAMA] {A1} NORTH NAGALAND 5742 2 1 3 3 3 15 3 3 21
EAST
202 FE14001 [DIMAPUR] {A1} NORTH NAGALAND 26712 1 2 3 3 14 15 4 14 33
EAST
203 FD12002 [CHURAIBARI] {A1} NORTH NEF 2080 1 1 3 1 2 6 3 2 11
EAST
204 FD16012 [FCI FSD BAGHMARA] {A1} NORTH NEF 2500 1 1 3 1 2 6 3 2 11
EAST
Operational
Operational
Weighbridg
Capacity in
Chambers
Entry/Exit
Godowns
Fish Eye
Camera
Camera
Camera
Camera
Rooms
Nos. of
Nos. of
Nos. of
Nos. of
Nos. of
Office
Dome
Bullet
Gates
Total
MT
# Name of Depot Zone State
es
205 FD15002 [LUNGLEI] {A1} NORTH NEF 3654 1 1 3 1 1 6 3 1 10
EAST
206 FD15007 [FSD LAWNGTLAI] {A1} NORTH NEF 4176 1 1 3 2 4 10 3 4 17
EAST
207 FD16003 [JOWAI] {A1} NORTH NEF 4698 1 1 3 2 3 10 3 3 16
EAST
208 FD15003 [AIZWAL] {A1} NORTH NEF 5742 1 1 3 1 3 6 3 3 12
EAST
209 FD15005 [BUALPUI] {A1} NORTH NEF 5742 1 1 3 1 2 6 3 2 11
EAST
210 FD16001 [TURA] {A1} NORTH NEF 6264 2 1 3 1 3 7 3 3 13
EAST
211 FD16002 [SHILLONG] {A1} NORTH NEF 6264 1 1 3 2 4 10 3 4 17
EAST
212 FD15001 [KOLASIB] {A1} NORTH NEF 6264 1 1 3 1 3 6 3 3 12
EAST
213 FD15004 [BAIRABI] {A1} NORTH NEF 6264 1 1 3 2 4 10 3 4 17
EAST
214 FD12004 [CHANDRAPUR] {A1} NORTH NEF 6264 1 1 3 1 3 6 3 3 12
EAST
215 FD12006 [KUMARGHAT] {A1} NORTH NEF 6264 1 1 3 1 3 6 3 3 12
EAST
216 FD12003 [NANDAN NAGAR] {A1} NORTH NEF 12528 1 1 3 4 8 18 3 8 29
EAST
217 FD12001 [DHARAMNAGAR] {A1} NORTH NEF 16472 1 1 3 5 12 22 3 12 37
EAST
Sub Total (North East Zone) 665784 68 72 192 151 339 744 200 339 1283
218 NB12002 [NEW PUSA (CTO)] {A1} NORTH DELHI 9877 2 1 3 3 4 15 3 4 22
219 NB12001 [NARAINA] {A1} NORTH DELHI 82730 2 2 3 15 48 64 4 48 116
220 NB12003 [OKHLA] {A1} NORTH DELHI 13360 2 1 3 2 8 11 3 8 22
221 NB13002 [GHEVRA] {A1} NORTH DELHI 141426 1 2 3 27 74 111 4 74 189
222 NB13003 [SHAKTINAGAR] {A1} NORTH DELHI 17235 5 2 3 8 8 39 4 8 51
223 NB13001 [NARELA] {A1} NORTH DELHI 63000 2 2 3 11 30 48 4 30 82
224 NC14001 [FSD AMBALA CANTT] {A1} NORTH HARYANA 12238 1 1 3 3 8 14 3 8 25
225 NC16002 [FSD NARWANA] {A1} NORTH HARYANA 10440 1 1 3 2 8 10 3 8 21
226 NC14004 [BG PANIPAT] {A1} NORTH HARYANA 89960 1 1 3 5 41 22 3 41 66
227 NC16003 [FSD ROHTAK] {A1} NORTH HARYANA 28780 1 1 3 6 18 26 3 18 47
228 NC14003 [FSD TARAORI] {A1} NORTH HARYANA 71064 2 1 3 8 20 35 3 20 58
229 NC14002 [FSD KARNAL] {A1} NORTH HARYANA 20010 1 1 3 3 9 14 3 9 26
Operational
Operational
Weighbridg
Capacity in
Chambers
Entry/Exit
Godowns
Fish Eye
Camera
Camera
Camera
Camera
Rooms
Nos. of
Nos. of
Nos. of
Nos. of
Nos. of
Office
Dome
Bullet
Gates
Total
MT
# Name of Depot Zone State
es
230 NC16007 [FSD SAFIDON] {A1} NORTH HARYANA 12500 1 1 3 3 8 14 3 8 25
231 NC16006 [BG NARWANA] {A1} NORTH HARYANA 97614 1 2 3 18 48 75 4 48 127
232 NC16005 [SONEPAT] {A1} NORTH HARYANA 10000 1 1 3 2 8 10 3 8 21
233 NC16001 [FSD GOHANA] {A1} NORTH HARYANA 21940 1 1 3 5 12 22 3 12 37
234 NC15002 [FSD KURUKSHETRA] {A1} NORTH HARYANA 13108 1 1 3 2 8 10 3 8 21
235 NC15004 [FSD PEHOWA] {A1} NORTH HARYANA 24592 2 1 3 4 15 19 3 15 37
236 NC12002 [FSD PALWAL] {A1} NORTH HARYANA 12150 1 1 3 3 8 14 3 8 25
237 NC15005 [FSD KAITHAL II] {A1} NORTH HARYANA 9744 2 1 3 2 5 11 3 5 19
238 NC13001 [FSD BARWALA] {A1} NORTH HARYANA 17148 1 1 3 2 6 10 3 6 19
239 NC15006 [BG KURUKSHETRA] {A1} NORTH HARYANA 37584 1 2 3 6 18 27 4 18 49
240 NC13009 [FSD KALANWALI] {A1} NORTH HARYANA 18000 1 1 3 3 9 14 3 9 26
241 NC15001 [FSD CHEEKA] {A1} NORTH HARYANA 25752 1 1 3 10 18 42 3 18 63
242 NC13008 [FSD HISSAR] {A1} NORTH HARYANA 23500 1 1 3 5 21 22 3 21 46
243 NC13003 [FSD BHIWANI] {A1} NORTH HARYANA 13608 1 1 3 3 9 14 3 9 26
244 NC13004 [FSD BAWANI KHERA] {A1} NORTH HARYANA 11502 1 1 3 2 6 10 3 6 19
245 NC12003 [FSD FARIDABAD] {A1} NORTH HARYANA 44460 1 1 3 8 23 34 3 23 60
246 NC15007 [BG DHAND] {A1} NORTH HARYANA 87696 1 2 3 14 42 59 4 42 105
247 NC15003 [FSD KAITHAL I] {A1} NORTH HARYANA 6003 2 1 3 2 4 11 3 4 18
248 NC13011 [FSD TOHANA] {A1} NORTH HARYANA 11658 1 1 3 3 8 14 3 8 25
249 NC14005 [MRM KARNAL] {A1} NORTH HARYANA 8000 2 1 3 1 5 7 3 5 15
250 NC16004 [MG SAFIDON] {A1} NORTH HARYANA 9600 2 1 3 15 15 63 3 15 81
251 NC13007 [FSD FATEHABAD] {A1} NORTH HARYANA 22958 1 1 3 5 12 22 3 12 37
252 NC13005 [FSD DABWALI] {A1} NORTH HARYANA 30094 1 1 3 4 12 18 3 12 33
253 NC13002 [FSD BHATTU] {A1} NORTH HARYANA 15000 1 1 3 3 9 14 3 9 26
254 NC13006 [FSD ELLENABAD] {A1} NORTH HARYANA 15390 1 1 3 3 8 14 3 8 25
255 NC13010 [BG SIRSA] {A1} NORTH HARYANA 58320 1 1 3 7 30 30 3 30 63
256 NC15008 [CAP PIPLI] {A1} NORTH HARYANA 73030 2 1 3 0 0 3 3 0 6
257 NC13012 [FSD SIRSA] {A1} NORTH HARYANA 24786 1 1 3 5 17 22 3 17 42
258 NC14010 [CAP GHARAUNDA] {A1} NORTH HARYANA 40000 1 0 3 0 0 1 2 0 3
259 ND13001 [GUJJAR KA TALAB] {A1} NORTH HIMACHAL PRADESH 11088 1 1 3 2 6 10 3 6 19
260 ND14001 [KULLU] {A1} NORTH HIMACHAL PRADESH 1944 1 1 3 1 2 6 3 2 11
261 ND13003 [CHAMBA] {A1} NORTH HIMACHAL PRADESH 1944 1 1 3 1 2 6 3 2 11
262 ND14002 [HAMIRPUR] {A1} NORTH HIMACHAL PRADESH 2088 1 1 3 1 1 6 3 1 10
263 ND13010 [BHAWARNA] {A1} NORTH HIMACHAL PRADESH 2240 1 1 3 1 2 6 3 2 11
264 ND13002 [UNA] {A1} NORTH HIMACHAL PRADESH 2898 1 1 3 1 2 6 3 2 11
265 ND13008 [FSD TANDA KHOLI] {A1} NORTH HIMACHAL PRADESH 4176 1 1 3 1 3 6 3 3 12
Operational
Operational
Weighbridg
Capacity in
Chambers
Entry/Exit
Godowns
Fish Eye
Camera
Camera
Camera
Camera
Rooms
Nos. of
Nos. of
Nos. of
Nos. of
Nos. of
Office
Dome
Bullet
Gates
Total
MT
# Name of Depot Zone State
es
266 NE12005 [RAJOURI] {A1} NORTH JAMMU AND KASHMIR 3132 1 1 3 1 3 6 3 3 12
267 NE12006 [POONCH] {A1} NORTH JAMMU AND KASHMIR 3132 1 1 3 2 3 10 3 3 16
268 NE12001 [CHATHA] {A1} NORTH JAMMU AND KASHMIR 15792 3 1 3 4 12 20 3 12 35
269 NE12007 [KISHTWAR] {A1} NORTH JAMMU AND KASHMIR 2088 1 1 3 1 3 6 3 3 12
270 NE12003 [KATHUA] {A1} NORTH JAMMU AND KASHMIR 6264 1 1 3 1 3 6 3 3 12
271 NE12002 [NEW GODOWN JAMMU] {A1} NORTH JAMMU AND KASHMIR 26904 2 2 3 5 15 24 4 15 43
272 NE12004 [KHILLANI (DODA)] {A1} NORTH JAMMU AND KASHMIR 3132 1 1 3 1 3 6 3 3 12
273 NE13007 [KUPWARA] {A1} NORTH JAMMU AND KASHMIR 5990 1 1 3 2 4 10 3 4 17
274 NE13002 [SRINAGAR] {A1} NORTH JAMMU AND KASHMIR 10440 2 1 3 2 5 11 3 5 19
275 NE13004 [KARGILI] {A1} NORTH JAMMU AND KASHMIR 3132 1 1 3 1 3 6 3 3 12
276 NE13005 [BARAMULA] {A1} NORTH JAMMU AND KASHMIR 5922 1 1 3 1 3 6 3 3 12
277 NE13006 [PHYANG] {A1} NORTH JAMMU AND KASHMIR 12528 1 1 3 3 6 14 3 6 23
278 NE13003 [LEH] {A1} NORTH JAMMU AND KASHMIR 5990 1 1 3 2 2 10 3 2 15
279 NE13008 [KARGILII] {A1} NORTH JAMMU AND KASHMIR 2995 1 1 3 1 3 6 3 3 12
280 NE13001 [ANANTNAG (MIRBAZAR)] {A1} NORTH JAMMU AND KASHMIR 8700 2 1 3 3 7 15 3 7 25
281 NE13009 [BUDGAM] {A1} NORTH JAMMU AND KASHMIR 3132 1 1 3 1 2 6 3 2 11
282 NG14001 [FSD GANDHINAGAR JAIPUR] {A1} NORTH RAJASTHAN 28594 1 1 3 9 24 38 3 24 65
283 NG14002 [FSD BANDIKUI] {A1} NORTH RAJASTHAN 23520 1 1 3 8 15 34 3 15 52
284 NG15004 [FSD JODHPUR] {A1} NORTH RAJASTHAN 29750 1 1 3 11 18 46 3 18 67
285 NG14004 [FSD SIKAR] {A1} NORTH RAJASTHAN 16128 1 1 3 3 8 14 3 8 25
286 NG19006 [FSD MARWAR JN] {A1} NORTH RAJASTHAN 12144 1 1 3 2 8 10 3 8 21
287 NG14003 [FSD NEWAI] {A1} NORTH RAJASTHAN 24528 1 1 3 6 19 26 3 19 48
288 NG19003 [FSD BHILWARA] {A1} NORTH RAJASTHAN 14616 1 1 3 3 9 14 3 9 26
289 NG19004 [FSD NAGAUR] {A1} NORTH RAJASTHAN 20889 1 1 3 3 10 14 3 10 27
290 NG19005 [FSD PALI] {A1} NORTH RAJASTHAN 15200 1 1 3 6 11 26 3 11 40
291 NG15001 [FSD BARMER] {A1} NORTH RAJASTHAN 32200 1 1 3 6 21 26 3 21 50
292 NG19002 [FSD KISHANGARH] {A1} NORTH RAJASTHAN 17508 1 1 3 4 12 18 3 12 33
293 NG19001 [FSD AJMER] {A1} NORTH RAJASTHAN 47005 1 1 3 10 28 42 3 28 73
294 NG12002 [FSD BHARATPUR] {A1} NORTH RAJASTHAN 15232 1 1 3 3 10 14 3 10 27
295 NG12003 [FSD KHERLI] {A1} NORTH RAJASTHAN 15736 1 1 3 6 11 26 3 11 40
296 NG17003 [FSD HANUMANGARH] {A1} NORTH RAJASTHAN 59156 2 1 3 9 27 39 3 27 69
297 NG16002 [FSD SHIVPURA(KOTA)] {A1} NORTH RAJASTHAN 35110 1 1 3 11 22 46 3 22 71
298 NG17002 [FSD SRIBIJAYANAGAR] {A1} NORTH RAJASTHAN 15456 1 1 3 3 9 14 3 9 26
299 NG12001 [FSD ALWAR] {A1} NORTH RAJASTHAN 16704 1 1 3 3 9 14 3 9 26
300 NG12004 [FSD DHOLPUR] {A1} NORTH RAJASTHAN 14378 1 1 3 2 9 10 3 9 22
301 NG16015 [FSD SAWAIMADHOPUR] {A1} NORTH RAJASTHAN 12010 1 1 3 3 9 14 3 9 26
Operational
Operational
Weighbridg
Capacity in
Chambers
Entry/Exit
Godowns
Fish Eye
Camera
Camera
Camera
Camera
Rooms
Nos. of
Nos. of
Nos. of
Nos. of
Nos. of
Office
Dome
Bullet
Gates
Total
MT
# Name of Depot Zone State
es
302 NG13004 [FSD SADULPUR] {A1} NORTH RAJASTHAN 12075 1 1 3 2 8 10 3 8 21
303 NG16005 [FSD BHAWANIMANDI] {A1} NORTH RAJASTHAN 12520 2 1 3 2 8 11 3 8 22
304 NG16001 [FSD BARAN] {A1} NORTH RAJASTHAN 15660 1 1 3 3 9 14 3 9 26
305 NG15002 [FSD POKRAN] {A1} NORTH RAJASTHAN 18144 1 1 3 3 10 14 3 10 27
306 NG15003 [FSD JALORE] {A1} NORTH RAJASTHAN 14848 1 1 3 4 10 18 3 10 31
307 NG13003 [FSD SUJANGARH] {A1} NORTH RAJASTHAN 10080 1 1 3 2 6 10 3 6 19
308 NG16004 [BC SAWAIMADHOPUR] {A1} NORTH RAJASTHAN 130220 2 2 3 16 48 68 4 48 120
309 NG18004 [FSD SIROHI ROAD] {A1} NORTH RAJASTHAN 14700 1 1 3 3 7 14 3 7 24
310 NG18002 [FSD CHANDERIA] {A1} NORTH RAJASTHAN 29950 1 1 3 7 19 30 3 19 52
311 NG16003 [FSD BUNDI] {A1} NORTH RAJASTHAN 16630 1 1 3 3 12 14 3 12 29
312 NG18001 [FSD BANSWARA] {A1} NORTH RAJASTHAN 12600 1 1 3 4 8 18 3 8 29
313 NG16006 [FSD KESHORAI PATAN] {A1} NORTH RAJASTHAN 14610 1 1 3 2 7 10 3 7 20
314 NG13001 [FSD BIKANER] {A1} NORTH RAJASTHAN 23029 1 1 3 5 15 22 3 15 40
315 NG13002 [FSD CHURU] {A1} NORTH RAJASTHAN 13944 1 1 3 3 10 14 3 10 27
316 NG13005 [FSD JHUNJHUNU] {A1} NORTH RAJASTHAN 15512 1 1 3 5 12 22 3 12 37
317 NG18003 [FSD UDAIPUR] {A1} NORTH RAJASTHAN 48680 2 2 3 15 33 64 4 33 101
318 NG12010 [CAP ALWAR] {A1} NORTH RAJASTHAN 36295 1 1 3 0 0 2 3 0 5
319 NH28001 [ATTARA] {A1} NORTH UTTAR PRADESH 14600 1 1 3 3 7 14 3 7 24
320 NH16001 [FSD GORAKHPUR] {A1} NORTH UTTAR PRADESH 37282 1 1 3 5 20 22 3 20 45
321 NH16002 [FSD BASTI1] {A1} NORTH UTTAR PRADESH 5796 1 1 3 4 4 18 3 4 25
322 NH26002 [FSD FATEHPUR] {A1} NORTH UTTAR PRADESH 9600 1 1 3 2 5 10 3 5 18
323 NH22002 [DHAMORA] {A1} NORTH UTTAR PRADESH 40824 1 1 3 7 21 30 3 21 54
324 NH24002 [VYASNAGAR] {A1} NORTH UTTAR PRADESH 44712 2 2 3 9 25 40 4 25 69
325 NH28003 [MAHOBA] {A1} NORTH UTTAR PRADESH 12500 1 1 3 2 8 10 3 8 21
326 NH22001 [MORADABAD] {A1} NORTH UTTAR PRADESH 23350 1 2 3 8 8 35 4 8 47
327 NH15003 [BARABANKI (NEW)] {A1} NORTH UTTAR PRADESH 68904 1 1 3 12 33 50 3 33 86
328 NH28002 [BANDA] {A1} NORTH UTTAR PRADESH 6250 1 1 3 1 4 6 3 4 13
329 NH15001 [FAIZABAD] {A1} NORTH UTTAR PRADESH 44892 1 1 3 8 8 34 3 8 45
330 NH16003 [FSD PADRAUNA] {A1} NORTH UTTAR PRADESH 2898 1 1 3 1 2 6 3 2 11
331 NH34003 [HARDUAGANJ] {A1} NORTH UTTAR PRADESH 51030 1 1 3 7 25 30 3 25 58
332 NH12016 [FSD KOSI OLD] {A1} NORTH UTTAR PRADESH 27580 1 1 3 8 19 34 3 19 56
333 NH21002 [RAIBAREILLY] {A1} NORTH UTTAR PRADESH 71214 1 2 3 7 36 31 4 36 71
334 NH24001 [VARANASI] {A1} NORTH UTTAR PRADESH 75210 1 2 3 16 44 67 4 44 115
335 NH12001 [AGRA] {A1} NORTH UTTAR PRADESH 52960 1 2 3 11 33 47 4 33 84
336 NH13001 [BAREILLY] {A1} NORTH UTTAR PRADESH 41975 1 1 3 12 31 50 3 31 84
337 NH34006 [ETAH1] {A1} NORTH UTTAR PRADESH 13524 1 1 3 3 9 14 3 9 26
Operational
Operational
Weighbridg
Capacity in
Chambers
Entry/Exit
Godowns
Fish Eye
Camera
Camera
Camera
Camera
Rooms
Nos. of
Nos. of
Nos. of
Nos. of
Nos. of
Office
Dome
Bullet
Gates
Total
MT
# Name of Depot Zone State
es
338 NH15002 [BARABANKI (OLD)] {A1} NORTH UTTAR PRADESH 21924 1 1 3 3 12 14 3 12 29
339 NH13002 [PILIBHIT] {A1} NORTH UTTAR PRADESH 9072 2 1 3 2 6 11 3 6 20
340 NH21001 [TALKATORA] {A1} NORTH UTTAR PRADESH 41380 1 2 3 7 28 31 4 28 63
341 NH31002 [ROZA] {A1} NORTH UTTAR PRADESH 58320 2 2 3 10 30 44 4 30 78
342 NH12015 [FSD MATHURA] {A1} NORTH UTTAR PRADESH 14280 2 1 3 3 8 15 3 8 26
343 NH20001 [CHANDARI KANPUR] {A1} NORTH UTTAR PRADESH 123788 3 2 3 26 78 109 4 78 191
344 NH31001 [SHAHJAHANPUR] {A1} NORTH UTTAR PRADESH 15552 1 1 3 3 10 14 3 10 27
345 NH20002 [ETAWAH] {A1} NORTH UTTAR PRADESH 15134 1 1 3 3 9 14 3 9 26
346 NH34004 [HATHRAS] {A1} NORTH UTTAR PRADESH 16704 1 1 3 4 8 18 3 8 29
347 NH32002 [FSD LAKHIMPUR KHERI] {A1} NORTH UTTAR PRADESH 14256 1 1 3 3 10 14 3 10 27
348 NH27001 [FSD AZAMGARH] {A1} NORTH UTTAR PRADESH 24540 2 1 3 4 12 19 3 12 34
349 NH34007 [KASGANJ] {A1} NORTH UTTAR PRADESH 10280 1 1 3 4 8 18 3 8 29
350 NH13003 [PARSAKHERA] {A1} NORTH UTTAR PRADESH 30240 1 1 3 5 15 22 3 15 40
351 NH17001 [HAPUR] {A1} NORTH UTTAR PRADESH 42196 2 2 3 17 36 72 4 36 112
352 NH17002 [PARTAPUR] {A1} NORTH UTTAR PRADESH 32340 2 2 3 6 18 28 4 18 50
353 NH32001 [FSD HARDOI] {A1} NORTH UTTAR PRADESH 13344 1 1 3 5 11 22 3 11 36
354 NH14001 [BULANDSHAHAR IMALIA] {A1} NORTH UTTAR PRADESH 14476 1 1 3 2 9 10 3 9 22
355 NH26001 [FSD NAINI(ALLAHABAD)] {A1} NORTH UTTAR PRADESH 57040 1 2 3 10 34 43 4 34 81
356 NH14002 [SHYAMNAGAR] {A1} NORTH UTTAR PRADESH 9394 1 1 3 3 4 14 3 4 21
357 NH12002 [SHIKHOABAD] {A1} NORTH UTTAR PRADESH 29060 1 1 3 8 17 34 3 17 54
358 NH30001 [GONDA] {A1} NORTH UTTAR PRADESH 34500 1 1 3 6 18 26 3 18 47
359 NH32003 [FSD SITAPUR] {A1} NORTH UTTAR PRADESH 31020 1 1 3 8 17 34 3 17 54
360 NH14005 [KHURJA] {A1} NORTH UTTAR PRADESH 5000 1 1 3 1 4 6 3 4 13
361 NH14003 [CHANDPUR ROAD] {A1} NORTH UTTAR PRADESH 27000 2 1 3 6 15 27 3 15 45
362 NH12014 [FSD KOSIKALAN] {A1} NORTH UTTAR PRADESH 30240 1 1 3 6 18 26 3 18 47
363 NH17003 [HAPUR(SILO)] {A1} NORTH UTTAR PRADESH 10160 0 0 3 0 0 0 2 0 2
364 NH19001 [JHANSI] {A1} NORTH UTTAR PRADESH 20328 1 1 3 5 13 22 3 13 38
365 NH19002 [ORAI] {A1} NORTH UTTAR PRADESH 33768 1 1 3 4 18 18 3 18 39
366 NH21003 [LUCKNOW(SILO)] {A1} (Talkatora Silo) NORTH UTTAR PRADESH 20000 0 0 3 1 1 4 2 1 7
367 NI14001 [SIMLI] {A1} NORTH UTTARAKHAND 6084 1 1 3 2 4 10 3 4 17
368 NI13001 [RUDRAPUR] {A1} NORTH UTTARAKHAND 49530 2 1 3 11 32 47 3 32 82
369 NI13003 [PITHORAGARH] {A1} NORTH UTTARAKHAND 5220 1 1 3 2 6 10 3 6 19
370 NI13002 [BAZPUR] {A1} NORTH UTTARAKHAND 12528 1 1 3 2 6 10 3 6 19
371 NF16004 [FARIDKOT FSD] {A1} NORTH PUNJAB 33468 2 1 3 5 19 23 3 19 45
372 NF22009 [SUNAM] {A1} NORTH PUNJAB 22908 1 1 3 7 10 30 3 10 43
373 NF19009 [BANGA] {A1} NORTH PUNJAB 16356 2 1 3 3 10 15 3 10 28
Operational
Operational
Weighbridg
Capacity in
Chambers
Entry/Exit
Godowns
Fish Eye
Camera
Camera
Camera
Camera
Rooms
Nos. of
Nos. of
Nos. of
Nos. of
Nos. of
Office
Dome
Bullet
Gates
Total
MT
# Name of Depot Zone State
es
374 NF19003 [BHOGPUR] {A1} NORTH PUNJAB 5976 1 1 3 1 2 6 3 2 11
375 NF21005 [BC PATIALA] {A1} NORTH PUNJAB 99180 2 2 3 17 48 72 4 48 124
376 NF21006 [PATRAN] {A1} NORTH PUNJAB 20532 2 1 3 11 15 47 3 15 65
377 NF23005 [KAPURTHALA NEW] {A1} NORTH PUNJAB 18792 1 1 3 3 9 14 3 9 26
378 NF21007 [RAJPURA(NEW)] {A1} NORTH PUNJAB 75168 1 2 3 12 36 51 4 36 91
379 NF21010 [RAJPURA] {A1} NORTH PUNJAB 14036 1 1 3 3 8 14 3 8 25
380 NF20009 [LUDHIANA GILL ROAD] {A1} NORTH PUNJAB 20184 1 1 3 4 13 18 3 13 34
381 NF21009 [PATIALA FSD] {A1} NORTH PUNJAB 32683 2 1 3 6 20 27 3 20 50
382 NF18008 [TANDA NEW] {A1} NORTH PUNJAB 89784 2 2 3 14 43 60 4 43 107
383 NF13007 [TALWANDI SABOO] {A1} NORTH PUNJAB 18792 1 1 3 4 11 18 3 11 32
384 NF16009 [MALOUT BG] {A1} NORTH PUNJAB 112740 2 2 3 10 30 44 4 30 78
385 NF16003 [DODA FSD] {A1} NORTH PUNJAB 18912 1 1 3 4 8 18 3 8 29
386 NF13002 [BHUCHHU] {A1} NORTH PUNJAB 11832 1 1 3 3 9 14 3 9 26
387 NF21004 [NABHA] {A1} NORTH PUNJAB 25056 3 2 3 4 9 21 4 9 34
388 NF12002 [BHARARIWAL] {A1} NORTH PUNJAB 20184 1 1 3 5 6 22 3 6 31
389 NF24005 [DHARAMKOT FSD] {A1} NORTH PUNJAB 18972 1 1 3 3 11 14 3 11 28
390 NF18005 [MUKERIAN] {A1} NORTH PUNJAB 16332 2 1 3 3 8 15 3 8 26
391 NF18002 [DASUYA] {A1} NORTH PUNJAB 26700 1 1 3 5 15 22 3 15 40
392 NF18004 [HOSHIARPUR] {A1} NORTH PUNJAB 20892 2 1 3 3 3 15 3 3 21
393 NF13005 [RAMPURAPHUL] {A1} NORTH PUNJAB 12528 1 1 3 3 8 14 3 8 25
394 NF13001 [BHATINDA] {A1} NORTH PUNJAB 36138 1 1 3 8 18 34 3 18 55
395 NF20011 [KHANNA] {A1} NORTH PUNJAB 44370 1 2 3 11 26 47 4 26 77
396 NF16007 [MALOUT FSD] {A1} NORTH PUNJAB 13050 1 1 3 4 8 18 3 8 29
397 NF22001 [AHMEDGARH] {A1} NORTH PUNJAB 26448 1 1 3 5 17 22 3 17 42
398 NF13003 [BUDHLADA] {A1} NORTH PUNJAB 13572 1 1 3 3 8 14 3 8 25
399 NF13004 [MANSA] {A1} NORTH PUNJAB 15138 2 1 3 3 10 15 3 10 28
400 NF12003 [BHIKHIWIND] {A1} NORTH PUNJAB 6264 1 1 3 2 3 10 3 3 16
401 NF21002 [DUDHAN] {A1} NORTH PUNJAB 17701 1 1 3 3 9 14 3 9 26
402 NF12009 [TARAN TARAN] {A1} NORTH PUNJAB 15138 2 1 3 4 9 19 3 9 31
403 NF15009 [TALWANDIBHAI] {A1} NORTH PUNJAB 18324 1 1 3 5 9 22 3 9 34
404 NF12006 [MAJITHA] {A1} NORTH PUNJAB 7656 1 1 3 2 4 10 3 4 17
405 NF15002 [FAZILKA] {A1} NORTH PUNJAB 15448 1 1 3 3 3 14 3 3 20
406 NF12005 [MEHTA] {A1} NORTH PUNJAB 12354 1 1 3 2 6 10 3 6 19
407 NF12008 [RAYYA] {A1} NORTH PUNJAB 26970 1 1 3 6 18 26 3 18 47
408 NF22010 [SANGRUR1] {A1} NORTH PUNJAB 20878 1 1 3 5 5 22 3 5 30
409 NF15010 [ZIRA] {A1} NORTH PUNJAB 22968 1 1 3 4 13 18 3 13 34
Operational
Operational
Weighbridg
Capacity in
Chambers
Entry/Exit
Godowns
Fish Eye
Camera
Camera
Camera
Camera
Rooms
Nos. of
Nos. of
Nos. of
Nos. of
Nos. of
Office
Dome
Bullet
Gates
Total
MT
# Name of Depot Zone State
es
410 NF15007 [MAKHU] {A1} NORTH PUNJAB 14600 1 1 3 3 7 14 3 7 24
411 NF20003 [RSD KHANNA GOBINDGARH (SILO)] {A1} NORTH PUNJAB 20000 1 2 3 8 24 35 4 24 63
412 NF20008 [KILARAIPUR] {A1} NORTH PUNJAB 17226 1 1 3 5 11 22 3 11 36
413 NF12011 [JANDIALA] {A1} NORTH PUNJAB 37584 1 1 3 7 18 30 3 18 51
414 NF15001 [ABOHAR] {A1} NORTH PUNJAB 18792 1 1 3 4 10 18 3 10 31
415 NF15003 [FEROZEPUR] {A1} NORTH PUNJAB 14616 2 1 3 2 4 11 3 4 18
416 NF15004 [GURUHARSAHAI] {A1} NORTH PUNJAB 25056 1 1 3 3 7 14 3 7 24
417 NF15005 [JALALABAD] {A1} NORTH PUNJAB 31156 1 1 3 4 12 18 3 12 33
418 NF15006 [LADHUKA] {A1} NORTH PUNJAB 10440 1 1 3 2 2 10 3 2 15
419 NF19002 [APRA] {A1} NORTH PUNJAB 16488 1 1 3 2 10 10 3 10 23
420 NF16008 [KOTKAPURA BG] {A1} NORTH PUNJAB 100224 1 2 3 5 15 23 4 15 42
421 NF19008 [LADOWALI ROAD] {A1} NORTH PUNJAB 11832 1 1 3 3 3 14 3 3 20
422 NF20006 [JAGRAON] {A1} NORTH PUNJAB 33408 2 3 3 6 20 29 5 20 54
423 NF20005 [JAGRAON(SILO)] {A1} NORTH PUNJAB 20000 0 0 3 1 1 4 2 1 7
424 NF22006 [KHANAURI] {A1} NORTH PUNJAB 12528 1 1 3 2 6 10 3 6 19
425 NF20002 [DORAHA] {A1} NORTH PUNJAB 19372 1 1 3 3 9 14 3 9 26
426 NF22014 [SANGRUR2] {A1} NORTH PUNJAB 40716 2 1 3 8 24 35 3 24 62
427 NF21003 [GHANAUR] {A1} NORTH PUNJAB 15312 1 1 3 3 5 14 3 5 22
428 NF12004 [CHABHAL] {A1} NORTH PUNJAB 12006 2 1 3 3 7 15 3 7 25
429 NF18006 [NASARALA] {A1} NORTH PUNJAB 19870 1 1 3 4 8 18 3 8 29
430 NF20012 [MALOUD] {A1} NORTH PUNJAB 20880 1 1 3 4 10 18 3 10 31
431 NF14004 [MORINDA] {A1} NORTH PUNJAB 9396 2 1 3 2 6 11 3 6 20
432 NF20016 [SAHNEWAL] {A1} NORTH PUNJAB 91524 1 2 3 10 44 43 4 44 91
433 NF17003 [GURDASPUR] {A1} NORTH PUNJAB 12354 3 1 3 8 8 36 3 8 47
434 NF20015 [RAIKOT] {A1} NORTH PUNJAB 13050 1 1 3 2 8 10 3 8 21
435 NF14007 [SIRHIND] {A1} NORTH PUNJAB 14790 1 1 3 4 10 18 3 10 31
436 NF14002 [KURALI] {A1} NORTH PUNJAB 18404 1 1 3 4 5 18 3 5 26
437 NF20004 [HATHUR] {A1} NORTH PUNJAB 18792 1 1 3 3 9 14 3 9 26
438 NF14003 [CH SAHIB] {A1} NORTH PUNJAB 16704 1 1 3 2 6 10 3 6 19
439 NF14008 [SANGHOL] {A1} NORTH PUNJAB 19488 1 1 3 3 10 14 3 10 27
440 NF23002 [KAPURTHALA] {A1} NORTH PUNJAB 15678 1 1 3 4 8 18 3 8 29
441 NF23004 [SULTANPUR LODHI] {A1} NORTH PUNJAB 20880 1 1 3 4 12 18 3 12 33
442 NF14009 [KHAMMANON] {A1} NORTH PUNJAB 12528 1 1 3 2 6 10 3 6 19
443 NF14001 [KHARAR] {A1} NORTH PUNJAB 8352 1 1 3 2 2 10 3 2 15
444 NF14006 [CHINARTHAL] {A1} NORTH PUNJAB 16936 1 1 3 3 11 14 3 11 28
445 NF23003 [PHAGWARA] {A1} NORTH PUNJAB 23302 2 1 3 4 13 19 3 13 35
Operational
Operational
Weighbridg
Capacity in
Chambers
Entry/Exit
Godowns
Fish Eye
Camera
Camera
Camera
Camera
Rooms
Nos. of
Nos. of
Nos. of
Nos. of
Nos. of
Office
Dome
Bullet
Gates
Total
MT
# Name of Depot Zone State
es
446 NF23001 [BHALOT (BHOLATH)] {A1} NORTH PUNJAB 18792 1 1 3 3 9 14 3 9 26
447 NF19001 [ADAMPUR] {A1} NORTH PUNJAB 12528 2 1 3 2 8 11 3 8 22
448 NF24004 [NIHALSINGHWALA FSD] {A1} NORTH PUNJAB 10962 1 1 3 3 7 14 3 7 24
449 NF20007 [JAMALPUR] {A1} NORTH PUNJAB 33292 1 1 3 8 21 34 3 21 58
450 NF20014 [MACHHIWARA] {A1} NORTH PUNJAB 16240 1 1 3 4 10 18 3 10 31
451 NF21001 [BANUR] {A1} NORTH PUNJAB 16298 1 1 3 5 11 22 3 11 36
452 NF20001 [CHAWAPAIL] {A1} NORTH PUNJAB 13920 1 1 3 4 4 18 3 4 25
453 NF24001 [BAGHAPURANA FSD] {A1} NORTH PUNJAB 12528 1 1 3 3 9 14 3 9 26
454 NF19006 [NAKODAR] {A1} NORTH PUNJAB 11380 1 1 3 9 10 38 3 10 51
455 NF13006 [SARDULGARH] {A1} NORTH PUNJAB 18792 2 1 3 4 9 19 3 9 31
456 NF19005 [LOHIANKHAS] {A1} NORTH PUNJAB 12528 1 1 3 2 5 10 3 5 18
457 NF19007 [NAWANSHAHAR FSD I] {A1} NORTH PUNJAB 44980 4 2 3 9 27 42 4 27 73
458 NF12001 [BHAGTANWALA] {A1} NORTH PUNJAB 7638 1 1 3 2 8 10 3 8 21
459 NF20010 [MULLANPUR DAKHA] {A1} NORTH PUNJAB 12528 2 1 3 2 8 11 3 8 22
460 NF12010 [VALLAH] {A1} NORTH PUNJAB 18270 1 1 3 3 3 14 3 3 20
461 NF20017 [JANGPUR MULLANPUR] {A1} NORTH PUNJAB 8874 1 1 3 6 6 26 3 6 35
462 NF24002 [MOGA FSD] {A1} NORTH PUNJAB 64452 2 3 3 12 27 53 5 27 85
463 NF24003 [MOGA (SILO)] {A1} NORTH PUNJAB 20000 2 3 3 8 24 37 5 24 66
464 NF18003 [GARHSHANKAR] {A1} NORTH PUNJAB 7656 1 1 3 2 7 10 3 7 20
465 NF18007 [TANDA] {A1} NORTH PUNJAB 20880 1 1 3 4 10 18 3 10 31
466 NF15008 [RORANAWALI] {A1} NORTH PUNJAB 11640 1 1 3 3 5 14 3 5 22
467 NF22003 [BHADAUR1] {A1} NORTH PUNJAB 15888 1 1 3 3 7 14 3 7 24
468 NF17002 [DHARIWAL] {A1} NORTH PUNJAB 22968 1 1 3 4 4 18 3 4 25
469 NF22011 [TAPA] {A1} NORTH PUNJAB 9822 1 1 3 2 7 10 3 7 20
470 NF22013 [BARNALA2] {A1} NORTH PUNJAB 37584 1 1 3 6 18 26 3 18 47
471 NF18001 [BALACHAUR] {A1} NORTH PUNJAB 26730 1 1 3 4 12 18 3 12 33
472 NF22004 [BHAWANIGARH] {A1} NORTH PUNJAB 6264 1 1 3 2 4 10 3 4 17
473 NF21008 [SAMANA] {A1} NORTH PUNJAB 15236 2 1 3 4 12 19 3 12 34
474 NF22012 [DHURI BC2] {A1} NORTH PUNJAB 77256 2 2 3 7 21 32 4 21 57
475 NF22007 [MEHALKALAN] {A1} NORTH PUNJAB 18732 1 1 3 4 7 18 3 7 28
476 NF17001 [BATALAI] {A1} NORTH PUNJAB 25752 1 1 3 5 18 22 3 18 43
477 NF17005 [BATALAII] {A1} NORTH PUNJAB 18792 1 1 3 4 9 18 3 9 30
478 NF17004 [PATHANKOT] {A1} NORTH PUNJAB 31332 1 1 3 6 11 26 3 11 40
479 NF22008 [MALERKOTLA FSD II] {A1} NORTH PUNJAB 29058 1 1 3 5 14 22 3 14 39
480 NF22002 [BARNALA1] {A1} NORTH PUNJAB 46716 1 1 3 8 8 34 3 8 45
481 NF14005 [AMLOH] {A1} NORTH PUNJAB 18444 2 1 3 1 1 7 3 1 11
Operational
Operational
Weighbridg
Capacity in
Chambers
Entry/Exit
Godowns
Fish Eye
Camera
Camera
Camera
Camera
Rooms
Nos. of
Nos. of
Nos. of
Nos. of
Nos. of
Office
Dome
Bullet
Gates
Total
MT
# Name of Depot Zone State
es
482 NF22005 [DHURI1] {A1} NORTH PUNJAB 12354 1 1 3 2 2 10 3 2 15
483 NF12007 [N PANNUWAN] {A1} NORTH PUNJAB 12528 1 1 3 3 9 14 3 9 26
484 NF19004 [JALLANDHAR] {A1} NORTH PUNJAB 25068 1 1 3 4 15 18 3 15 36
485 NF16006 [LAKHEWALI FSD] {A1} NORTH PUNJAB 13728 1 1 3 4 8 18 3 8 29
486 NF16001 [BARIWALA FSD] {A1} NORTH PUNJAB 22968 1 1 3 3 12 14 3 12 29
487 NF16005 [KOTKAPURA FSD] {A1} NORTH PUNJAB 38802 1 1 3 3 6 14 3 6 23
Sub Total (North Zone) 6739576 334 304 810 1294 3444 5814 844 3444 10102
488 WF13017 [A B SHED RAJNANDGAON] {A1} WEST CHHATTISGARH 77256 1 2 3 13 37 55 4 37 96
489 WF13001 [DURG] {A1} WEST CHHATTISGARH 65946 2 2 3 12 35 52 4 35 91
490 WF13002 [JAGDALPUR] {A1} WEST CHHATTISGARH 13224 1 1 3 2 6 10 3 6 19
491 WF14009 [MANDIR HASAUD] {A1} WEST CHHATTISGARH 156600 1 2 3 25 75 103 4 75 182
492 WF14001 [BAGHBAHARA] {A1} WEST CHHATTISGARH 12673 1 1 3 2 7 10 3 7 20
493 WF14005 [MAHASAMUND] {A1} WEST CHHATTISGARH 16994 1 1 3 4 10 18 3 10 31
494 WF14007 [RAIPUR] {A1} WEST CHHATTISGARH 27898 1 1 3 7 17 30 3 17 50
495 WF12008 [RAIGARH] {A1} WEST CHHATTISGARH 12528 1 1 3 3 9 14 3 9 26
496 WF14008 [RAJIM] {A1} WEST CHHATTISGARH 19372 1 1 3 4 10 18 3 10 31
497 WF13017 [A B SHED RAJNANDGAON] {A1} WEST CHHATTISGARH 12528 1 1 3 2 6 10 3 6 19
498 WF12005 [BISHRAMPUR] {A1} WEST CHHATTISGARH 16704 1 1 3 3 8 14 3 8 25
499 WF14002 [DHAMTARI] {A1} WEST CHHATTISGARH 14268 1 1 3 8 9 34 3 9 46
500 WF12004 [SAKTI] {A1} WEST CHHATTISGARH 15660 1 1 3 3 8 14 3 8 25
501 WF12007 [KHARSIA] {A1} WEST CHHATTISGARH 17226 1 1 3 3 8 14 3 8 25
502 WF12006 [KARGI ROAD] {A1} WEST CHHATTISGARH 18733 1 1 3 3 9 14 3 9 26
503 WF14003 [ARJUNI(DTR)] {A1} WEST CHHATTISGARH 18792 1 1 3 4 5 18 3 5 26
504 WF12002 [BELHA] {A1} WEST CHHATTISGARH 10440 1 1 3 2 3 10 3 3 16
505 WF14004 [NEORA (NC)] {A1} WEST CHHATTISGARH 29232 1 1 3 4 14 18 3 14 35
506 WF14006 [NEORA TILDA] {A1} WEST CHHATTISGARH 14500 1 1 3 5 9 22 3 9 34
507 WF12003 [NAILA] {A1} WEST CHHATTISGARH 17863 1 1 3 5 10 22 3 10 35
508 WF12001 [BILASPUR] {A1} WEST CHHATTISGARH 43384 2 2 3 8 26 36 4 26 66
509 WB12003 [FSD GODHRA] {A1} WEST GUJARAT 28111 1 1 3 10 21 42 3 21 66
510 WB13002 [WADHWAN] {A1} WEST GUJARAT 12500 1 1 3 2 6 10 3 6 19
511 WB13004 [BHAVNAGAR] {A1} WEST GUJARAT 25000 1 1 3 3 12 14 3 12 29
512 WB12002 [FSD BHOMAIYA] {A1} WEST GUJARAT 68751 1 2 3 11 33 47 4 33 84
513 WB13003 [WANKANER] {A1} WEST GUJARAT 12500 1 1 3 2 6 10 3 6 19
514 WB12001 [FSD BARODA] {A1} WEST GUJARAT 17460 1 1 3 2 8 10 3 8 21
515 WB14003 [MEHSANA] {A1} WEST GUJARAT 13889 1 1 3 3 9 14 3 9 26
Operational
Operational
Weighbridg
Capacity in
Chambers
Entry/Exit
Godowns
Fish Eye
Camera
Camera
Camera
Camera
Rooms
Nos. of
Nos. of
Nos. of
Nos. of
Nos. of
Office
Dome
Bullet
Gates
Total
MT
# Name of Depot Zone State
es
516 WB14001 [SABARMATI] {A1} WEST GUJARAT 98491 3 2 3 25 68 105 4 68 177
517 WB13001 [JAMNAGAR] {A1} WEST GUJARAT 37500 1 1 3 6 18 26 3 18 47
518 WB13005 [GHANTESHWAR(RAJKOT)] {A1} WEST GUJARAT 25000 1 1 3 4 12 18 3 12 33
519 WB14004 [PALANPUR] {A1} WEST GUJARAT 35167 1 1 3 4 17 18 3 17 38
520 WB14002 [VIRAMGAM] {A1} WEST GUJARAT 43750 1 1 3 7 28 30 3 28 61
521 WB12004 [FSD VALSAD] {A1} WEST GUJARAT 12000 1 1 3 2 3 10 3 3 16
522 WB15002 [GANDHIDHAM (FSD)] {A1} WEST GUJARAT 62501 1 2 3 10 30 43 4 30 77
523 WD21001 [RATLAM FSD] {A1} WEST MADHYA PRADESH 11088 1 1 3 3 6 14 3 6 23
524 WD19012 [SHAHDOL FSD] {A1} WEST MADHYA PRADESH 6910 2 1 3 2 4 11 3 4 18
525 WD16001 [BALAGHAT FSD] {A1} WEST MADHYA PRADESH 5742 1 1 3 1 4 6 3 4 13
526 WD19003 [SATNA FSD] {A1} WEST MADHYA PRADESH 8352 1 1 3 4 6 18 3 6 27
527 WD21002 [UJJAIN FSD] {A1} WEST MADHYA PRADESH 18792 1 1 3 3 9 14 3 9 26
528 WD16035 [FSD NAVEGAON] {A1} WEST MADHYA PRADESH 18270 1 1 3 4 9 18 3 9 30
529 WD16005 [KATNI FSD] {A1} WEST MADHYA PRADESH 11136 1 1 3 2 5 10 3 5 18
530 WD16006 [SEONI FSD] {A1} WEST MADHYA PRADESH 10440 1 1 3 2 6 10 3 6 19
531 WD12056 [FSD SURAJGANJ] {A1} WEST MADHYA PRADESH 8190 1 1 3 2 5 10 3 5 18
532 WD20009 [HARPALPUR FSD] {A1} WEST MADHYA PRADESH 12006 1 1 3 2 7 10 3 7 20
533 WD20010 [NEWARI FSD] {A1} WEST MADHYA PRADESH 22530 1 1 3 4 13 18 3 13 34
534 WD16003 [WARASEONI FSD] {A1} WEST MADHYA PRADESH 12528 1 1 3 2 7 10 3 7 20
535 WD15001 [MEGHNAGAR FSD] {A1} WEST MADHYA PRADESH 6264 1 1 3 1 3 6 3 3 12
536 WD12003 [ITARSI BSC] {A1} WEST MADHYA PRADESH 104832 2 2 3 16 48 68 4 48 120
537 WD16002 [KATANGI FSD] {A1} WEST MADHYA PRADESH 17400 1 1 3 4 8 18 3 8 29
538 WD14001 [ASHOKNAGAR FSD] {A1} WEST MADHYA PRADESH 13686 1 1 3 2 8 10 3 8 21
539 WD20001 [BINA FSD] {A1} WEST MADHYA PRADESH 7608 1 1 3 4 6 18 3 6 27
540 WD20011 [TIKAMGARH FSD] {A1} WEST MADHYA PRADESH 18792 1 1 3 3 9 14 3 9 26
541 WD16004 [RAMPUR FSD] {A1} WEST MADHYA PRADESH 12528 1 1 3 3 8 14 3 8 25
542 WD14003 [GWALIOR FSD] {A1} WEST MADHYA PRADESH 15156 1 1 3 3 10 14 3 10 27
543 WD12054 [VIDISHA FSD] {A1} WEST MADHYA PRADESH 13104 1 1 3 2 8 10 3 8 21
544 WD14004 [SHEOPUR FSD] {A1} WEST MADHYA PRADESH 13920 2 1 3 4 8 19 3 8 30
545 WD12001 [BHOPAL FGD] {A1} WEST MADHYA PRADESH 27090 1 1 3 6 19 26 3 19 48
546 WD14002 [DATIA FSD] {A1} WEST MADHYA PRADESH 8856 1 1 3 2 6 10 3 6 19
547 WD12002 [BETUL FSD] {A1} WEST MADHYA PRADESH 13104 1 1 3 3 6 14 3 6 23
548 WC20003 [FSD RATNAGIRI] {A1} WEST MAHARASHTRA 11664 1 2 3 2 6 11 4 6 21
549 WC19001 [MORMUGAO(SADA)] {A1} WEST MAHARASHTRA 18792 1 2 3 2 12 11 4 12 27
550 WC18003 [SOLAPUR] {A1} WEST MAHARASHTRA 31912 2 2 3 6 18 28 4 18 50
551 WC14002 [FSD BHIWANDI] {A1} WEST MAHARASHTRA 12816 1 2 3 2 6 11 4 6 21
Operational
Operational
Weighbridg
Capacity in
Chambers
Entry/Exit
Godowns
Fish Eye
Camera
Camera
Camera
Camera
Rooms
Nos. of
Nos. of
Nos. of
Nos. of
Nos. of
Office
Dome
Bullet
Gates
Total
MT
# Name of Depot Zone State
es
552 WC17001 [GONDIA] {A1} WEST MAHARASHTRA 35016 1 2 3 7 21 31 4 21 56
553 WC14001 [FSD BORIVILLI] {A1} WEST MAHARASHTRA 138667 1 2 3 36 108 147 4 108 259
554 WC18002 [PUNE] {A1} WEST MAHARASHTRA 31577 2 2 3 8 25 36 4 25 65
555 WC17002 [FSD AJNI OLD COMPLEX] {A1} WEST MAHARASHTRA 52118 2 1 3 18 48 75 3 48 126
556 WC16047 [FSD AHMEDNAGAR] {A1} WEST MAHARASHTRA 5400 1 1 3 1 3 6 3 3 12
557 WC17003 [FSD WARDHA] {A1} WEST MAHARASHTRA 131770 1 2 3 21 63 87 4 63 154
558 WC16054 [FSD ANKAI COMPLEX] {A1} WEST MAHARASHTRA 35232 1 1 3 12 32 50 3 32 85
559 WC16001 [MANMAD] {A1} WEST MAHARASHTRA 288700 1 1 3 50 120 202 3 120 325
560 WC20001 [PANVEL] {A1} WEST MAHARASHTRA 114840 2 2 3 19 57 80 4 57 141
561 WC17044 [FSD AJNI NEW COMPLEX] {A1} WEST MAHARASHTRA 33382 1 1 3 7 19 30 3 19 52
Sub Total (West Zone) 2484651 85 91 222 488 1358 2128 239 1358 3725
Grand total of all zones 678 684 1683 3021 7665 13446 1806 7665 22917
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned
Godowns
Page 1 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3
Table of Contents
DRAFT MASTER SERVICE AGREEMENT .............................................................................................................................................. 5
1 DEFINITIONS AND INTERPRETATION ...........................................................................................................................6
1.1 DEFINITIONS .................................................................................................................................................................. 6
1.2 INTERPRETATION ........................................................................................................................................................... 13
1.3 MEASUREMENTS AND ARITHMETIC CONVENTIONS .............................................................................................................. 13
1.4 AMBIGUITIES WITHIN AGREEMENT ................................................................................................................................... 13
1.5 PRIORITY OF DOCUMENTS ............................................................................................................................................... 14
2 SCOPE OF THE PROJECT ............................................................................................................................................. 15
2.1 SCOPE OF WORK............................................................................................................................................................ 15
3 TERM AND DURATION OF THE AGREEMENT .............................................................................................................. 15
4 CONDITIONS PRECEDENT & EFFECTIVE DATE ............................................................................................................. 15
4.1 PROVISIONS TO TAKE EFFECT UPON FULFILLMENT OF CONDITIONS PRECEDENT .......................................................................... 15
4.2 CONDITIONS ................................................................................................................................................................ 15
4.3 EXTENSION OF TIME FOR FULFILLMENT OF CONDITIONS PRECEDENT ........................................................................................ 16
4.4 NON-FULFILMENT OF THE SYSTEM INTEGRATOR’S CONDITIONS PRECEDENT.............................................................................. 16
5 OBLIGATIONS UNDER THE SLA .................................................................................................................................. 17
6 REPRESENTATIONS AND WARRANTIES ......................................................................................................................19
6.1 REPRESENTATIONS AND WARRANTIES OF THE IMPLEMENTATION AGENCY ................................................................................. 19
6.2 REPRESENTATIONS AND WARRANTIES OF THE PURCHASER OR ITS NOMINATED AGENCIES ............................................................. 20
7 OBLIGATIONS OF THE PURCHASER OR ITS NOMINATED AGENCIES ............................................................................21
8 OBLIGATIONS OF THE IMPLEMENTATION PARTNER ..................................................................................................21
9 APPROVALS AND REQUIRED CONSENTS .................................................................................................................... 21
10 USE OF ASSETS BY THE IMPLEMENTATION AGENCY .............................................................................................. 22
10.1 DURING THE TERM THE IMPLEMENTATION AGENCY SHALL: .................................................................................................... 22
11 ACCESS TO THE PURCHASER OR ITS NOMINATED AGENCIES LOCATIONS...............................................................22
12 MANAGEMENT PHASE ..........................................................................................................................................23
12.1 GOVERNANCE .............................................................................................................................................................. 23
12.2 USE OF SERVICES .......................................................................................................................................................... 23
12.3 CHANGES .................................................................................................................................................................... 23
12.4 SECURITY AND SAFETY ................................................................................................................................................... 23
12.5 COOPERATION .............................................................................................................................................................. 24
13 FINANCIAL MATTERS.............................................................................................................................................24
13.1 TERMS OF PAYMENT...................................................................................................................................................... 24
13.2 INVOICING AND SETTLEMENT .......................................................................................................................................... 24
13.3 TAX ............................................................................................................................................................................ 26
14 TERMINATION.......................................................................................................................................................27
14.1 FOR MATERIAL BREACH ................................................................................................................................................. 27
14.2 TERMINATION FOR CONVENIENCE..................................................................................................................................... 27
14.3 TERMINATION OF THIS AGREEMENT DUE TO BANKRUPTCY OF IMPLEMENTATION AGENCY .............................................................. 28
14.4 EFFECTS OF TERMINATION .............................................................................................................................................. 28
15 INDEMNIFICATION & LIMITATION OF LIABILITY .................................................................................................... 28
16 FORCE MAJEURE ...................................................................................................................................................30
16.1 DEFINITION OF FORCE MAJEURE ...................................................................................................................................... 30
16.2 FORCE MAJEURE EVENTS ................................................................................................................................................ 30
Page 2 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3
17 CONFIDENTIALITY ................................................................................................................................................. 31
18 AUDIT, ACCESS AND REPORTING ........................................................................................................................... 32
19 INTELLECTUAL PROPERTY RIGHTS ......................................................................................................................... 32
20 WARRANTY & MAINTENANCE...............................................................................................................................33
20.1 STANDARD .................................................................................................................................................................. 33
20.2 IMPLIED WARRANTY...................................................................................................................................................... 34
21 LIQUIDATED DAMAGES (PENALTIES) ..................................................................................................................... 34
22 FRAUD AND CORRUPTION .................................................................................................................................... 34
23 INSURANCE COVER ............................................................................................................................................... 35
23.1 OBLIGATION TO MAINTAIN INSURANCE .............................................................................................................................. 35
23.2 CERTIFICATES OF CURRENCY ............................................................................................................................................ 35
23.3 NON-COMPLIANCE ......................................................................................................................................................... 35
24 MISCELLANEOUS ................................................................................................................................................... 35
24.1 PERSONNEL ................................................................................................................................................................. 35
24.2 INDEPENDENT CONTRACTOR ........................................................................................................................................... 36
24.3 SUB-CONTRACTORS ....................................................................................................................................................... 36
24.4 ASSIGNMENT ............................................................................................................................................................... 36
24.5 TRADEMARKS, PUBLICITY ................................................................................................................................................ 37
24.6 NOTICES ..................................................................................................................................................................... 37
24.7 VARIATIONS AND FURTHER ASSURANCE ............................................................................................................................ 37
24.8 SEVERABILITY AND WAIVER............................................................................................................................................. 38
24.9 COMPLIANCE WITH APPLICABLE LAW ................................................................................................................................ 38
24.10 PROFESSIONAL FEES .................................................................................................................................................. 38
24.11 ETHICS ................................................................................................................................................................... 38
24.12 ENTIRE AGREEMENT.................................................................................................................................................. 39
24.13 AMENDMENT .......................................................................................................................................................... 39
24.14 DATA OWNERSHIP .................................................................................................................................................... 39
25 GOVERNING LAW AND DISPUTE RESOLUTION....................................................................................................... 39
26 SCHEDULES ...........................................................................................................................................................41
26.1 SCHEDULE I – CHANGE CONTROL ..................................................................................................................................... 41
CHANGE MANAGEMENT PROCESS ................................................................................................................................... 41
26.2 SCHEDULE II – EXIT MANAGEMENT .................................................................................................................................. 42
a) PURPOSE .................................................................................................................................................................. 42
b) TRANSFER OF ASSETS ............................................................................................................................................... 42
c) COOPERATION AND PROVISION OF INFORMATION ................................................................................................. 43
d) CONFIDENTIAL INFORMATION, SECURITY AND DATA .............................................................................................. 43
e) EMPLOYEES .............................................................................................................................................................. 43
f) TRANSFER OF CERTAIN AGREEMENTS ..................................................................................................................... 44
g) RIGHTS OF ACCESS TO PREMISES ............................................................................................................................. 44
h) GENERAL OBLIGATIONS OF THE IMPLEMENTATION AGENCY .................................................................................. 44
i) EXIT MANAGEMENT PLAN ....................................................................................................................................... 44
26.3 SCHEDULE III – AUDIT, ACCESS AND REPORTING ................................................................................................................. 46
a) PURPOSE .................................................................................................................................................................. 46
b) AUDIT NOTICE AND TIMING ..................................................................................................................................... 46
c) ACCESS ..................................................................................................................................................................... 46
d) AUDIT RIGHTS .......................................................................................................................................................... 46
e) AUDIT RIGHTS OF SUB-CONTRACTORS, SUPPLIERS AND AGENTS ............................................................................ 47
f) ACTION AND REVIEW ............................................................................................................................................... 47
g) TERMS OF PAYMENT ................................................................................................................................................ 47
h) RECORDS AND INFORMATION ................................................................................................................................. 47
26.4 SCHEDULE IV – GOVERNANCE STRUCTURE ......................................................................................................................... 48
a) PURPOSE .................................................................................................................................................................. 48
b) GOVERNANCE STRUCTURE ....................................................................................................................................... 48
c) GOVERNANCE PROCEDURES .................................................................................................................................... 48
Page 3 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3
Page 4 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3
THIS MASTER SERVICE AGREEMENT (“Agreement”) is made on this the <***> day of <***> 2024…
at <***>, India.
BETWEEN
__________________________________________________________________ having its office at
expression shall, unless the context otherwise requires, include its permitted successors and assigns;
AND
< >, a Company incorporated under the Companies Act, 1956, OR A Limited
Liability Partnership, incorporated under Limited Liability Partnerships Act, 2008 OR A partnership firm
registered under Indian Partnership Act, 1932 having its registered office at < >
(hereinafter referred to as ‘the Implementation Agency/IA or System Integrator/SI’ which
expression shall, unless the context otherwise requires, include its permitted successors and assigns).
Each of the parties mentioned above are collectively referred to as the ‘Parties’ and individually as a
‘Party’.
WHEREAS:
• Purchaser is desirous to implement the project for CCTV Installation at FCI Godowns.
• In furtherance of the same, Purchaser undertook the selection of a suitable Implementation
Agency through a competitive bidding process for implementing the Project and in this behalf
issued Request for Proposal (RFP) dated <***>.
• The successful bidder has been selected as the Implementation Agency based on the bid
response set out as Annexure D (Including all the documents submitted as part of the bid
submission including technical bid, clarifications, and commercial bids) of this Agreement, to
undertake the Project of the CCTV installation, its roll out and sustained operations.
Page 5 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3
1.1 Definitions
Terms and expressions used in this Agreement (including the Introduction) shall have the meanings
set out below.
Term Meaning
Agreement means this Master Services Agreement, Service Level Agreement and Non-
Disclosure Agreement together with all Articles, Annexures, Schedules and the
contents and specifications of the RFP;
Applicable Law(s) means any statute, law, ordinance, notification, rule, regulation, judgment, order,
decree, bye-law, approval, directive, guideline, policy, requirement or other
governmental restriction or any similar form of decision applicable to the relevant
party and as may be in effect on the date of the execution of this Agreement and
during the subsistence thereof, applicable to the Project;
Assets shall have the same meaning ascribed to it in Clause 10.1 (a)
Software means the software procured, designed, developed / customized, tested and
deployed by the Implementation Agency for the purposes of the Project and
includes the source code (in case of Bespoke development) along with associated
documentation, which is the work product of the development efforts involved in
the Project and the improvements and enhancements effected during the term of
the Project, but does not include the third party software products (including the
COTS products used for the product), proprietary software components and tools
deployed by the Implementation Agency;
Business Hours shall mean the working time for Purchaser users which is 9:30 AM to 6:30 PM.
Again for Web Server and other components which enable successful usage of
web portals of Purchaser the working time should be considered as 24 hours for
all the days of the week. It is desired that IT maintenance, other batch processes
(like backup) etc. should be planned so that such backend activities have
minimum effect on the performance;
[Note: the office time should be customized as per the requirement of the project.
The purpose of putting webserver is to ensure online services (if relevant to the
project) 24X7]
Page 6 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3
Term Meaning
Compliance
Confidential means all information including Purchaser Data (whether in written, oral,
Information electronic or other format) which relates to the technical, financial, and business
affairs, dealers, suppliers, products, developments, operations, processes, data,
trade secrets, design rights, know-how, plans, budgets and personnel of each
Party and its affiliates which is disclosed to or otherwise learned by the other Party
in the course of or in connection with this Agreement (including without limitation
such information received during negotiations, location visits and meetings in
connection with this Agreement);
Control means, in relation to any business entity, the power of a person to secure
Deliverables means the products, infrastructure and services agreed to be delivered by the
Implementation Agency in pursuance of the agreement as defined more
elaborately in the RFP - Vol 1 & RFP - Vol 2, Implementation and the Maintenance
phases and includes all documents related to the user manual, technical manual,
design, process and operating manuals, service mechanisms, policies and
guidelines (such as security related, data migration related), inter alia
payment and/or process related etc., source code and all its modifications;
Information
Effective Date shall have the same meaning ascribed to it in Clause 4.1;
Page 7 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3
Term Meaning
Purchaser Data means all proprietary data of the department or its nominated agencies generated
out of operations and transactions, documents all taxpayers data and related
information including but not restricted to user data which the Implementation
Agency obtains, possesses or processes in the
Force Majeure shall have the same meaning ascribed to it in Clause 16;
Force Majeure shall have the same meaning ascribed to it in Clause 16;
Costs
Go-Live [Note: An objective definition of Go-Live must be customized basis the project
requirements. A sample definition is provided below.}
1.1.1
1.1.2
(b) At any time after any of the events set out in Clause above have occurred,
the Implementation Agency may give a notice to the Purchaser requesting the
issue of a Final Acceptance Certificate.
Page 8 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3
1.1.3
(c) After consultation with the Purchaser, and within fourteen (14) days after
receipt of the Implementation Agency notice, the Purchaser shall: (a) issue a
Final Acceptance Certificate; or
(b) notify the IA in writing of any defect or deficiencies or other reason for the
failure of the Final Acceptance Tests; or (c) issue the Operational Acceptance
Certificate, if the situation covered by sub-clause (a) arises.
1.1.4
(d) The IA shall use all reasonable endeavors to promptly remedy any defect
and/or deficiencies and/or other reasons for the failure of the Final Acceptance
Test that the Purchaser has notified the IA of. Once such remedies have been
made by the IA, the IA shall notify the Purchaser, and the Purchaser, with the
full cooperation of the IA, shall use all reasonable endeavors to promptly carry
out retesting of the System or Subsystem. Upon the successful conclusion of
the Final Acceptance Tests, the IA shall notify the Purchaser of its request for
Final Acceptance Certification, in accordance with sub clause (b) The
Purchaser shall then issue to the IA the Final Acceptance Certification in
accordance with subclause
(c), or shall notify the IA of further defects, deficiencies, or other reasons for
the failure of the Final Acceptance Test. The procedure set out in this sub-
clause (d) shall be repeated, as necessary, until a Final Acceptance Certificate
is issued.
1.1.5
(e) If the System or Subsystem fails to pass the Final Acceptance Test(s) in
accordance with these provisions, then either:
ii. If within 14 days after receipt of the IA’s notice the Project Manager
fails to issue the Operational Acceptance Certificate or fails to inform the IA in
writing of the justifiable reasons why the Project Manager has not issued the
Operational Acceptance Certificate, the System or Subsystem shall be
deemed to have been accepted as of the date of the IA’s said notice.
Page 9 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3
v. In the case of minor components for the System that by their nature
do not require Commissioning or an Operational Acceptance Test (e.g., minor
fittings, furnishings or site works, etc.), the Project Manager shall issue a Final
Acceptance Certificate within fourteen (14) days after the fittings and/or
furnishings have been delivered and/or installed or the site works have been
completed. The IA shall, however, use all reasonable endeavors to promptly
remedy any defects or deficiencies in such minor components detected by the
Purchaser or IA.
Indemnifying Party shall have the same meaning ascribed to it in Clause 15 (a);
Indemnified Party shall have the same meaning ascribed to it in Clause 15(a);
means all rights in written designs and copyrights, moral rights, rights in
Intellectual Property databases and Bespoke Software / Pre-existing work including its up-
Rights gradation systems and compilation rights (whether or not any of these are
Insurance Cover - Public liability insurance for an insured amount of INR <insert
amount> per occurrence and not less than <insert amount> in
aggregate.
Additional Insurance <insert any additional types of insurance the Service Provider is required to
maintain. Otherwise insert ‘not applicable’>
Page 10 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3
Term Meaning
Material Breach means a breach by either Party (Purchaser or Implementation Agency) of any
of its obligations under this Agreement which has or is likely to have an
Adverse Effect on the Project which such Party shall have failed to
cure;
Required shall have the same meaning ascribed to it in Annexure F of this Agreement;
Deliverables
Parties means Purchaser and Implementation Agency for the purposes of this
Agreement and “Party” shall be interpreted accordingly;
Agreement;
Downtime supporting infrastructure wherein prior intimation (at least two working days in
advance) of such planned outage shall be given and approval sought from
the Purchaser as applicable;
Project means Pilot, Project Implementation (roll out) and Maintenance in terms of
the Agreement;
Project shall be from the Effective Date of the Agreement to the date of final
Implementation acceptance testing & certification as set out in Clause 5 (d) of this Agreement;
Phase
Page 11 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3
Term Meaning
Providing Party shall have the same meaning ascribed to it in Clause 12.5;
Receiving Party shall have the same meaning ascribed to it in Clause 12.5;
Replacement means any third party that Purchaser or its nominated agencies appoint to
Implementation replace Implementation Agency upon expiry of the Term or termination of
Service Level means the level of service and other performance criteria which will apply
SLA means the Performance and Maintenance SLA executed as part of this
Stakeholders means the Purchaser or its nominated agencies, Purchaser, employees and
the Departments of Central or State Government;
means systems (or any part thereof) in which the Intellectual Property Rights
Third Party Systems are not owned by the Purchaser or Implementation Agency and to which
Implementation Agency has been granted a license to use and
Unplanned means the total time for all the instances where services given, or services
Application mentioned in the scope of work are not available for more than 5 consecutive
Downtime minutes;
Unplanned network means the total time for all the instances where services are not available for
outage more than 5 consecutive minutes;
Application means the all the applications associated with CCTV system implemented by
Implementation agency as a part of scope of work set out in Clause 2.1
Page 12 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3
Application means the time for which user/s is not able to access the application. However,
Downtime in calculating downtime, scheduled downtime (for example, backup time, batch
processing time, routine maintenance time) would not be considered;
Network Uptime Quarters and associated zonal offices, Godowns to Data center and vice-
versa. “%Uptime” means ratio of ‘up time’ (in minutes) in
Warranty / AMC shall be <insert number> years from the date of successful completion
Period /Go-live.
Safety and [Note: insert any safety and security requirements additional to those
1.2 Interpretation
In this Agreement, unless otherwise specified:
a) as between two Clauses of this Agreement, the provisions of a specific Clause relevant
to the issue under consideration shall prevail over those in a general Clause;
b) as between the provisions of this Agreement and the Schedules/Annexures, the
Agreement shall prevail, save and except as expressly provided otherwise in the
Agreement or the Schedules/Annexures; and
Page 13 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3
c) as between any value written in numerals and that in words, the value in words shall
prevail.
Page 14 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3
For the avoidance of doubt, it is expressly clarified that the obligations of the Parties (or its
nominated agencies) under this Agreement shall commence from the fulfillment of the Conditions
Precedent as set forth below.
4.2 Conditions
a) Conditions Precedent of the Implementing Partner
The Implementation Agency/ System Integrator shall be required to fulfill the
Conditions Precedent in which is as follows:
Page 15 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3
Page 16 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3
i. Final testing and certification criteria will lay down a set of guidelines following
internationally accepted norms and standards for testing and certification for all
aspectsof project development and implementation covering software, hardware and
networking including the processes relating to the design of solution architecture,
design of systems and sub- systems, coding, testing, business process description,
documentation, version control, change management, security, service oriented
architecture, performance in relation to compliance with SLA metrics, interoperability,
scalability, availability and compliance with all the technical and functional
requirements of the RFP and this Agreement;
ii. Final testing and certification criteria will be finalized from the development stage to
ensure that the guidelines are being followed and to avoid large scale modifications
pursuant to testing done after the application is fully developed;
iii. Final testing and certification criteria will consider conducting specific tests on the
software, hardware, networking, security and all other aspects;
iv. Final testing and certification criteria will establish appropriate processes for notifying
the Implementation Agency of any deviations from the norms, standards or guidelines
at the earliest instance after taking cognizance of the same to enable the
Implementation Agency to take corrective action; etc.
v. Functional Guarantees:
1) The Implementation Agency shall guarantee that, once the Go-Live of the
complete Project has been achieved, the System represents a complete,
integrated solution to FCI’s requirements set forth in the functional
requirements and scope of work and it conforms to all other aspects of the
contract.
2) If, for reasons attributable to the Implementation Agency, the system does not
conform to the functional requirements or does not conform to all other aspects
of the contract, the Implementation Agency shall at its cost and expense make
Page 17 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3
e) The Parties shall each ensure that the range of the Services under the SLA shall not be
varied, reduced or increased except with the prior written agreement between the
Purchaser and Implementation Agency in accordance with the Change Control Schedule
set out in Schedule I of this Agreement. Save for the express terms of the Terms of Payment
Schedule set out as Schedule V of this Agreement, Purchaser or its nominated agencies
and its users may purchase any category of Services that may become necessary as per
the Change Control Schedule set out in Schedule I of this Agreement, without the need to
go for a separate procurement process.
Page 18 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3
a) It is duly organized and validly existing under the laws of India, and has full power and
authority to execute and perform its obligations under this Agreement and other
agreements and to carry out the transactions contemplated hereby;
b) It is a competent provider of a variety of information technology and business process
management services;
c) It has taken all necessary corporate and other actions under laws applicable to its business
to authorize the execution and delivery of this Agreement and to validly exercise its rights
and perform its obligations under this Agreement.
d) From the Effective Date, it will have the financial standing and capacity to undertake the
Project in accordance with the terms of this Agreement;
e) In providing the Services, it shall use reasonable endeavors not to cause any unnecessary
disruption to Purchaser's normal business operations
f) This Agreement has been duly executed by it and constitutes a legal, valid and binding
obligation, enforceable against it in accordance with the terms hereof, and its obligations
under this Agreement shall be legally valid, binding and enforceable against it in
accordance with the terms hereof;
g) The information furnished in the Implementation Agency’s response to the RFP and any
subsequent clarification pertaining to the evaluation process, furnished on or before the
date of this Agreement is to the best of its knowledge and belief true and accurate in all
material respects as at the date of this Agreement;
h) The execution, delivery and performance of this Agreement shall not conflict with, result in
the breach of, constitute a default by any of the terms of its Memorandum and Articles of
Association or any Applicable Laws or any covenant, contract, agreement, arrangement,
understanding, decree, or order to which it is a party or by which it or any of its properties
or assets is bound or affected;
i) There are no material actions, suits, proceedings, or investigations pending or, to its
knowledge, threatened against it at law or in equity before any court or before any other
judicial, quasi-judicial or other authority, the outcome of which may result in the breach of
this Agreement or which individually or in the aggregate may result in any material
impairment of its ability to perform any of its material obligations under this Agreement;
j) It has no knowledge of any violation or default with respect to any order, writ, injunction or
decree of any court or any legally binding order of any Government Instrumentality which
may result in any Adverse Effect on its ability to perform its obligations under this
Agreement and no fact or circumstance exists which may give rise to such proceedings
that would adversely affect the performance of its obligations under this Agreement;
k) It has complied with Applicable Laws in all material respects and has not been subject to
any fines, penalties, injunctive relief or any other civil or criminal liabilities which in the
aggregate have or may have an Adverse Effect on its ability to perform its obligations
under this Agreement;
l) No representation or warranty by it contained herein or in any other document furnished
by it to Purchaser or its nominated agencies in relation to the Required Consents contains
or shall contain any untrue or misleading statement of material fact or omits or shall omit
to state a material fact necessary to make such representation or warranty not misleading;
and
m) No sums, in cash or kind, have been paid or shall be paid, by it or on its behalf, to any
person by way of fees, commission or otherwise for entering into this Agreement or for
Page 19 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3
a) It has full power and authority to execute, deliver and perform its obligations under this
Agreement and to carry out the transactions contemplated herein and that it has taken all
actions necessary to execute this Agreement, exercise its rights and perform its
obligations, under this Agreement and carry out the transactions contemplated hereby;
b) It has taken all necessary actions under Applicable Laws to authorize the execution,
delivery and performance of this Agreement and to validly exercise its rights and perform
its obligations under this Agreement;
c) It has the financial standing and capacity to perform its obligations under the Agreement;
d) It is subject to the laws of India, and hereby expressly and irrevocably waives any immunity
in any jurisdiction in respect of this Agreement or matters arising thereunder including any
obligation, liability or responsibility hereunder;
e) This Agreement has been duly executed by it and constitutes a legal, valid and binding
obligation enforceable against it in accordance with the terms hereof and its obligations
under this Agreement shall be legally valid, binding and enforceable against it in
accordance with the terms thereof;
f) The execution, delivery and performance of this Agreement shall not conflict with, result in
the breach of, constitute a default under, or accelerate performance required by any of the
Applicable Laws or any covenant, contract, agreement, arrangement, understanding,
decree or order to which it is a party or by which it or any of its properties or assets is
bound or affected;
g) There are no actions, suits or proceedings pending or, to its knowledge, threatened against
it at law or in equity before any court or before any other judicial, quasi-judicial or other
authority, the outcome of which may result in the default or breach of this Agreement or
which individually or in the aggregate may result in any material impairment of its ability to
perform its material (including any payment) obligations under this Agreement;
h) It has no knowledge of any violation or default with respect to any order, writ, injunction or
any decree of any court or any legally binding order of any Government Instrumentality
which may result in any Adverse Effect on the Purchaser or its nominated agencies ability
to perform its obligations under this Agreement and no fact or circumstance exists which
may give rise to such proceedings that would adversely affect the performance of its
obligations under this Agreement;
i) it has complied with Applicable Laws in all material respects;
j) all information provided by it in the RFP in connection with the Project is, to the best of its
knowledge and belief, true and accurate in all material respects; and
k) upon the Implementation Agency performing the covenants herein, it shall not at any time
during the term hereof, interfere with peaceful exercise of the rights and discharge of the
obligations by the Implementation Agency, in accordance with this Agreement.
Page 20 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3
a) To provide any support through personnel to test the system during the Term;
b) To provide any support through personnel and/or test data during development, rollout,
steady state operation, as well as, for any changes/enhancements in the system
whenever required due to scope change that may arise due to business, delivery or
statutory/regulatory reasons;
c) Purchaser shall provide the data (including in electronic form wherever available) to be
migrated.
d) To authorize the Implementation Agency to interact for implementation of the Project with
external entities such as the state treasury, authorized banks, trademark database etc.
e) Provide prompt Deliverable feedback: Within 45 working days from the submission of
a deliverable/SLA and performance reports, the purchaser shall provide a sign off on the
deliverable or its comments for changes.
In case the purchaser fails to respond and provide feedback on above stated submission,
the deliverables or SLA and performance reports will be deemed accepted. Post 45
working days there will be no rework of the said deliverable except in case the purchaser
has provided an alternate date for acceptance. Any subsequent rework post acceptance
/ deemed acceptance would form the subject of a formal change request under the
provisions of this Agreement.
b) The Purchaser or its nominated agencies shall use reasonable endeavors to assist
Implementation Agency to obtain the Required Consents [or vice versa, depending on the
Scope of work defined in the RFP]. In the event that any Required Consent is not obtained,
the Implementation Agency and the Purchaser or its nominated agencies will co-operate with
each other in achieving a reasonable alternative arrangement as soon as reasonably
practicable for the Purchaser or its nominated agencies to continue to process its work with as
minimal interruption to its business operations as is commercially reasonable until such
Required Consent is obtained, provided that the Implementation Agency shall not be relieved
Page 21 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3
of its obligations to provide the Services and to achieve the Service Levels until the Required
Consents are obtained if and to the extent that the Implementation Agency’s obligations are
not dependent upon such Required Consents.
Page 22 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3
12 Management Phase
12.1 Governance
a) The review and management process of this Agreement shall be carried out in accordance with
the Governance Structure set out in Schedule IV of this Agreement and shall cover all the
management aspects of the Project.
12.3 Changes
a) Unless expressly dealt with elsewhere in this Agreement, any changes under or to this
Agreement or under or to the SLA shall be dealt with in accordance with the Change Control
Schedule set out in Schedule I of this Agreement.
Page 23 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3
12.5 Cooperation
a) Except as otherwise provided elsewhere in this Agreement or the SLA, each Party (“Providing
Party”) to this Agreement or to the SLA undertakes promptly to provide the other Party
(“Receiving Party”) with all such information and co-operation which the Receiving Party
reasonably requests, provided that such information and co-operation:
i. does not require material expenditure by the Providing Party to provide the same;
ii. is reasonably required by the Receiving Party in order for it to comply with its
obligations under this Agreement or the SLA;
iii. cannot be construed to be Confidential Information; and
iv. is capable of being provided by the Providing Party.
b) Further, each Party agrees to co-operate with the contractors and subcontractors of the other
Party as reasonably requested in order to accomplish the purposes of this Agreement.
13 Financial Matters
b) Subject to the specific terms of the Agreement and the SLA, the Implementation Agency shall
submit its invoices in accordance with the following principles:
i. The Purchaser shall be invoiced by the Implementation Agency for the Services.
Generally and unless otherwise agreed in writing between the Parties or expressly set
out in the SLA, the Implementation Agency shall raise an invoice as per Schedule V
of this Agreement; and
ii. Any invoice presented in accordance with this Clause shall be in a form agreed with
the Purchaser
c) The Implementation Agency alone shall invoice all payments after receiving due approval of
completion of payment milestone from the competent authority. Such invoices shall be
accurate with all adjustments or changes in the terms of payment as stated in Schedule V of
this Agreement. The Implementation Agency shall waive any charge for a Service that is not
invoiced within six months after the end of the month in which the change relating to such
Service is (i) authorized or (ii) incurred, whichever is later
Page 24 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3
d) Payment shall be made within 60 working days of the receipt of invoice along with supporting
documents by the Purchaser subject to deduction of applicable liquidated damages (till “Go
Live”) or SLA penalties (post “Go Live”) . The penalties are imposed on the vendor as per the
SLA criteria specified in the SLA.
Page 25 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3
e) The Purchaser shall be entitled to delay or withhold payment of any invoice or part of it
delivered by the Implementation Agency under Schedule V of this Agreement where the
Purchaser disputes/withholds such invoice or part of it provided that such dispute is bona fide.
The withheld amount shall be limited to that which is in dispute. The disputed / withheld amount
shall be settled in accordance with the escalation procedure as set out in Schedule V of this
Agreement. Any exercise by the Purchaser under this Clause shall not entitle the
Implementation Agency to delay or withhold provision of the Services.
13.3 Tax
a) The Purchaser or its nominated agencies shall be responsible for withholding taxes from the
amounts due and payable to the Implementation Agency wherever applicable. The
Implementation Agency shall pay for all other taxes in connection with this Agreement, SLA,
scope of work and any other engagement required to be undertaken as a part of this
Agreement, including, but not limited to, property, sales, use, excise, value-added, goods and
services, consumption and other similar taxes or duties.
b) The Purchaser or its nominated agencies shall provide Implementation Agency with the
original tax receipt of any withholding taxes paid by Purchaser or its nominated agencies on
payments under this Agreement. The Implementation Agency agrees to reimburse and hold
the Purchaser or its nominated agencies harmless from any deficiency including penalties and
interest relating to taxes that are its responsibility under this paragraph. For purposes of this
Agreement, taxes shall include taxes incurred on transactions between and among the
Purchaser or its nominated agencies, the Implementation Agency and third-party
subcontractors.
c) If, after the date of this Agreement, there is any change of rate of levy under the existing
applicable laws of India with respect to taxes and duties, which are directly payable by the
Purchaser for providing the goods and services i.e. service tax or any such other applicable
tax from time to time, which increase or decreases the cost incurred by the Implementation
Agency in performing the Services, then the remuneration and reimbursable expense
otherwise payable to the Implementation Agency under this Agreement shall be increased or
decreased accordingly by correspondence between the Parties hereto, and corresponding
adjustments shall be made to the ceiling amounts specified in Schedule V. However, in case
of any new or fresh tax or levy imposed after submission of the proposal the Implementation
Agency shall be entitled to reimbursement on submission of proof of payment of such tax or
levy.
d) The Parties shall cooperate to enable each Party to accurately determine its own tax liability
and to minimize such liability to the extent legally permissible. In connection therewith, the
Parties shall provide each other with the following:
i. any resale certificates;
ii. any relevant information regarding out-of-state or use of materials, equipment or
services; and
iii. any direct pay permits, exemption certificates or information reasonably requested
by the other Party.
Page 26 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3
14 Termination
a) Subject to Clause 15 (d) below, Implementation Agency (the "Indemnifying Party") undertakes
to indemnify, hold harmless the Purchaser (the "Indemnified Party") from and against all
claims, liabilities, losses, expenses (including reasonable attorneys' fees), fines, penalties,
taxes or damages (Collectively “Loss”) on account of bodily injury, death or damage to tangible
personal property arising in favour of any person, corporation or other entity (including the
Indemnified Party) including those from third parties or liabilities of any kind howsoever
suffered, arising or incurred inter alia during and after the Contract period attributable to the
Indemnifying Party's negligence or willful default in performance or non-performance under
this Agreement.
Page 28 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3
b) If the Indemnified Party promptly notifies Indemnifying Party in writing of a third-party claim
against Indemnified Party that any Service provided by the Indemnifying Party infringes a
copyright, trade secret or patents incorporated in India of any third party, Indemnifying Party
will defend such claim at its expense and will pay any costs or damages, that may be finally
awarded against Indemnified Party.
c) Indemnifying Party will not indemnify the Indemnified Party, however, if the claim of
infringement is caused by;
i. Indemnified Party’s misuse or modification of the Service;
ii. Indemnified Party’s failure to use corrections or enhancements made available by the
Indemnifying Party;
iii. Indemnified Party’s use of the Service in combination with any product or information
not owned or developed by Indemnifying Party;
However, if any service, information, direction, specification or materials provided by Indemnified Party
or any third party contracted to it, is or likely to be held to be infringing, Indemnifying Party shall at its
expense and option either;
d) The indemnities set out in Clause 15 shall be subject to the following conditions:
i. the Indemnified Party as promptly as practicable informs the Indemnifying Party in
writing of the claim or proceedings and provides all relevant evidence, documentary
or otherwise;
ii. the Indemnified Party shall, at the cost of the Indemnifying Party, give the Indemnifying
Party all reasonable assistance in the Defense of such claim including reasonable
access to all relevant information, documentation and personnel provided that the
Indemnified Party may, at its sole cost and expense, reasonably participate, through
its attorneys or otherwise, in such Defense;
iii. if the Indemnifying Party does not assume full control over the Defense of a claim as
provided in this Article, the Indemnifying Party may participate in such Defense at its
sole cost and expense, and the Indemnified Party will have the right to defend the
claim in such manner as it may deem appropriate, and the cost and expense of the
Indemnified Party will be included in Losses;
iv. the Indemnified Party shall not prejudice, pay or accept any proceedings or claim, or
compromise any proceedings or claim, without the written consent of the Indemnifying
Party;
v. all settlements of claims subject to indemnification under this Clause will
• be entered into only with the consent of the Indemnified Party, which consent
will not be unreasonably withheld and include an unconditional release to the
Indemnified Party from the claimant or plaintiff for all liability in respect of such
claim; and
• include any appropriate confidentiality agreement prohibiting disclosure of the
terms of such settlement;
vi. the Indemnified Party shall account to the Indemnifying Party for all awards,
settlements, damages and costs (if any) finally awarded in favour of the Indemnified
Party which are to be paid to it in connection with any such claim or proceedings;
vii. the Indemnified Party shall take steps that the Indemnifying Party may reasonably
require to mitigate or reduce its loss as a result of such a claim or proceedings;
viii. in the event that the Indemnifying Party is obligated to indemnify an Indemnified Party
pursuant to this Article, the Indemnifying Party will, upon payment of such indemnity
in full, be subrogated to all rights and defenses of the Indemnified Party with respect
to the claims to which such indemnification relates; and
Page 29 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3
ix. if a Party makes a claim under the indemnity set out under Clause 15 (a) above in
respect of any particular Loss or Losses, then that Party shall not be entitled to make
any further claim in respect of that Loss or Losses (including any claim for damages).
e) The liability of either Party (whether in contract, tort, negligence, strict liability in tort, by statute
or otherwise) for any claim in any manner related to this Agreement, including the work,
deliverables or Services covered by this Agreement, shall be the payment of direct damages
only which shall in no event exceed (A) one time the total contract value payable under
this Agreement or (B) the proceeds Implementation Agency may be entitled to receive
from any insurance maintained by SI to cover such a liability, whichever of (A) or (B) is
higher. The liability cap given under this Clause shall not be applicable to the indemnification
obligations set out in Clause 15 and breach of Clause 12.4 and 17.
f) In no event shall either party be liable for any consequential, incidental, indirect, special or
punitive damage, loss or expenses (including but not limited to business interruption, lost
business, lost profits, or lost savings) nor for any third-party claims (other than those set-forth
in Clause 15.1) even if it has been advised of their possible existence.
g) The allocations of liability in this Section 15 represent the agreed and bargained-for
understanding of the parties and compensation for the Services reflects such allocations. Each
Party has a duty to mitigate the damages and any amounts payable under an indemnity that
would otherwise be recoverable from the other Party pursuant to this Agreement by taking
appropriate and commercially reasonable actions to reduce or limit the amount of such
damages or amounts.
h) Liability of Deployed Resources:
i. All resources deployed by the SI shall be engaged by them as their own employees
in all respects.
ii. All rights and liabilities under the prevailing acts, rules and statutory obligations as
applicable, in respect of all such resources shall exclusively be that of the SI.
iii. SI shall be bound to take care of their resources under the applicable acts for any
statutory modifications thereof or otherwise for or in respect of any damages or
compensation payable in consequence of any accident or injury sustained by any
person whether in employment with the SI or not.
iv. SI shall be liable for making contributions in accordance with the provisions of the
applicable acts and the schemes framed in respect of the resources deployed by
them. FCI shall be in no way responsible for making any contributions towards any
statutory provisions or acts.
16 Force Majeure
Page 30 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3
occurrence of such event and the circumstances of the event of Force Majeure within fourteen
(14) days after the occurrence of such event.
c) The party who has given such notice shall be excused from the performance or punctual
performance of its obligations under the Contract for so long as the relevant event of Force
Majeure continues and to the extent that such party’s performance is prevented, hindered, or
delayed. The time for achieving Final Acceptance shall be extended.
d) The party or parties affected by the event of Force Majeure shall use reasonable efforts to
mitigate the effect of the event of Force Majeure upon its or their performance of the Contract
and to fulfill its or their obligations under the Contract, but without prejudice to either party’s
right to terminate the Contract under Clause 16.
e) No delay or nonperformance by either party to this Contract caused by the occurrence of any
event of Force Majeure shall:
i. constitute a default or breach of the Contract;
ii. give rise to any claim for damages or additional cost or expense occasioned by the
delay or nonperformance, if, and to the extent that, such delay or nonperformance is
caused by the occurrence of an event of Force Majeure.
f) If the performance of the Contract is substantially prevented, hindered, or delayed for a single
period of more than sixty (60) days on account of one or more events of Force Majeure during
the time period covered by the Contract, the parties will attempt to develop a mutually
satisfactory solution, failing which, either party may terminate the Contract by giving a notice
to the other.
g) In the event of termination pursuant to Clause 16, the rights and obligations of the Purchaser
and the Supplier shall be as specified in the clause titled Termination.
h) Notwithstanding Clause 16.2 (d), Force Majeure shall not apply to any obligation of the
Purchaser to make payments to the Supplier under this Contract.
i) For the avoidance of doubt, it is expressly clarified that the failure on the part of the
Implementation Agency under this Agreement or the SLA to implement any disaster
contingency planning and back-up and other data safeguards in accordance with the terms of
this Agreement or the SLA against natural disaster, fire, sabotage or other similar occurrence
shall not be deemed to be a Force Majeure event. For the avoidance of doubt, it is further
clarified that any negligence in performance of Services which directly causes any breach of
security like hacking aren’t the forces of nature and hence wouldn’t be qualified under the
definition of “Force Majeure”. In so far as applicable to the performance of Services, Service
Provider will be solely responsible to complete the risk assessment and ensure implementation
of adequate security hygiene, best practices, processes and technology to prevent any breach
of security and any resulting liability therefrom (wherever applicable).
17 Confidentiality
a) The Purchaser or its nominated agencies shall allow the Implementation Agency to review and
utilize highly confidential public records and the Implementation Agency shall maintain the
highest level of secrecy, confidentiality and privacy with regard thereto.
b) Additionally, the Implementation Agency shall keep confidential all the details and information
about the Project, including systems, facilities, operations, management and maintenance of
the systems/facilities.
c) The Purchaser or its nominated agencies shall retain all rights to prevent, stop and if required
take the necessary punitive action against the Implementation Agency regarding any forbidden
disclosure.
d) The Implementation Agency shall ensure that all its employees, agents and sub-contractors
involved in the project, execute individual non-disclosure agreements, which have been duly
approved by the Purchaser with respect to this Project. The implementing agency may submit
a declaration that it has obtained the NDA from its employees. However, if the project is critical
in nature, IA may get NDAs signed from every resource involved in the project and submit it to
purchaser (Optional).
For the avoidance of doubt, it is expressly clarified that the aforesaid provisions shall not apply to the
Page 31 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3
following information:
conditioned upon its compliance with the terms of this Agreement and the perpetual license
applies solely to the pre-existing work that bidder leaves with Purchaser at the conclusion of
performance of the services
d) Residuals: In no event shall Implementation Agency be precluded from independently
developing for itself, or for others, anything, whether in tangible or non-tangible form, which is
competitive with, or similar to, the deliverables, set-out in this Agreement or Annexure. In
addition, subject to the confidentiality obligations, Implementation Agency shall be free to use
its general knowledge, skills and experience, and any ideas, concepts, know-how, and
techniques that are acquired or used while providing the Services.
20.1 Standard
a) The Implementation Agency warrants that the Project, including all the system(s), materials
and goods supplied pursuant to the Agreement, shall be free from any defect or deficiency in
the material, design, engineering, and workmanship that prevent the system and/or any of its
systems(s) from fulfilling the technical requirements or that limit in a material fashion the
performance, reliability, or extensibility of the system and/or any of its sub-system(s).
Commercial warranty provisions of products supplied under the Agreement shall apply to the
extent they do not conflict with the provisions of this Agreement.
b) The IA also warrants that the products, materials and other goods supplied under the
Agreement are new, unused and incorporate all recent improvements in design that materially
affect the system’s or subsystem’s ability to fulfill the technical requirements specified in the
RFP.
c) In addition, the IA warrants that: (i) all Goods components to be incorporated into the System
form part of the IA/OEM’s and/or Subcontractor’s current product lines.
d) The warranty period shall commence from the date of Go Live of the project or of any major
component or subsystem for which phased Go-Live is provided for in the Agreement and shall
extend for as follows;
Component Period
IT and Non -IT Hardware supplied under this project Till the end of the agreement
All applications /Software’s supplied under this project. Till the end of the agreement
Purchaser/Government department should approve signoff within 45 days from the submission of
deliverables for Go-Live/Phased Go-live (as relevant, depending on project requirement) by the
implementing agency.
In case the Purchaser/Government department fails to respond and provide feedback on the above
stated submission, the deliverables will be deemed accepted for the commencement of warranty for
the project.
However, in case the purchaser confirms to vendor an alternative date, then the date would stand
revised for deemed acceptance. Such revisions may be limited to 2 (two).
e) If during the warranty period any defect or deficiency is found in the material, design and
performance/workmanship of the Project and other Services provided by the Implementation
Agency, the Implementation Agency shall promptly, in consultation and agreement with
Purchaser, and at the Implementation Agency’s sole cost repair, replace, or otherwise make
good (as the Implementation Agency shall, at its discretion, determine) such default, defect or
deficiency as well as any damage to the system caused by such default, defect or deficiency.
Any defective component, excluding hard disks, that has been replaced by the Implementation
Agency shall remain the property of the Implementation Agency.
f) The IA may, with the consent of the Purchaser, remove from the site any product and other
Page 33 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3
goods that are defective, if the nature of the defect, and/or any damage to the System caused
by the defect, is such that repairs cannot be expeditiously carried out at the site. If the repair,
replacement, or making good is of such a character that it may affect the efficiency of the
System, the Purchaser may give the IA notice requiring that tests of the defective part be made
by the IA immediately upon completion of such remedial work, whereupon the IA shall carry
out such tests. If such part fails the tests, the IA shall carry out further repair, replacement, or
making good (as the case may be) until that part of the System passes such tests. The tests
shall be agreed upon by the Purchaser and the Supplier.
g) If the IA fails to commence the work necessary to remedy such defect or any damage to the
System caused by such defect within a reasonable time period, the Purchaser may, following
notice to the IA, proceed to do such work or contract a third party (or parties) to do such work,
and the reasonable costs incurred by the Purchaser in connection with such work shall be paid
to the Purchaser by the IA or may be deducted by the Purchaser from any amount due to the
IA.
h) If the System or any of its sub-systems cannot be used by reason of such default, defect or
deficiency and/or making good of such default, defect or deficiency, attributable to IA, the
warranty period for the Project shall be extended by a period equal to the period during which
the Project or any of its system could not be used by the Purchaser because of such defect
and/or making good of such default, defect or deficiency. For reasons not attributable to IA,
the IA shall not be liable.
i) Items substituted for defective parts of the System during the Warranty Period shall be covered
by the Warranty for the remainder of the Warranty Period applicable for the part replaced or
three (3) months, whichever is greater.
j) The Implementing Agency shall have no liability in the case of breach of this warranty due to
(i) use of the deliverables on any environment (hardware or software) other than the
environment recommended or approved by the Implementing Agency, (ii) the combination,
operation, or use of some or all of the deliverables with information, software, specifications,
instructions, data, or materials not approved by the Implementing Agency; (iii) the deliverables
having been tampered with, altered or modified by Purchaser without the written permission of
the Implementing Agency, or (iv) use of the deliverables otherwise than in terms of the relevant
documentation.
23 Insurance Cover
a) for the Agreement Period, valid and enforceable insurance coverage for
i. public liability;
ii. either professional indemnity or errors and omissions;
iii. product liability;
iv. workers’ compensation as required by law;
23.3 Non-compliance
Purchaser or its nominated agencies may, at its election, terminate this Agreement as per clause 14,
upon the failure of Implementation Agency or notification of such failure, to maintain the required
insurance coverage. Inadequate insurance coverage for any reason shall not relieve Implementation
Agency of its obligations under this Agreement.
24 Miscellaneous
24.1 Personnel
a) The personnel assigned by Implementation Agency to perform the Services shall be
employees of Implementation Agency or its subcontractor(s), and under no circumstances
shall such personnel be considered employees of Purchaser or its nominated agencies. The
Implementation Agency shall have the sole responsibility for the supervision and control of the
personnel deployed in the Project and for payment of such personnel’s compensation,
including salary, withholding of income taxes and social security taxes, worker’s compensation,
employee and disability benefits and the like and shall be responsible for all obligations of an
employer subject to Applicable Law.
Page 35 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3
b) The Implementation Agency shall use its best efforts to ensure that sufficient Implementation
Agency personnel are assigned to perform the Services and that such personnel have
appropriate qualifications to perform the Services. After discussion with Implementation
Agency, Purchaser or its nominated agencies shall have the right to require the removal or
replacement of any Implementation Agency personnel performing work under this Agreement
based on bonafide reasons. In the event that Purchaser or its nominated agencies requests
that any Implementation Agency personnel be replaced, the substitution of such personnel
shall be accomplished pursuant to a mutually agreed upon schedule. In the event that the
Purchaser and Implementation Agency identify any personnel of Implementation Agency as
“Key Personnel”, then the Implementation Agency shall not remove such personnel from the
Project without the prior written consent of Purchaser or its nominated agencies unless such
removal is the result of an unavoidable circumstance including but not limited to resignation,
termination, medical leave, etc.
c) Except as stated in this Clause, nothing in this Agreement or the SLA will limit the ability of
Implementation Agency to freely assign or reassign its employees; provided that
Implementation Agency shall be responsible, at its expense, for transferring all appropriate
knowledge from personnel being replaced to their replacements. Purchaser or its nominated
agencies shall have the right to review and approve Implementation Agency’s plan for any
such knowledge transfer. Implementation Agency shall maintain the same or higher standards
for skills and professionalism among replacement personnel as in personnel being replaced.
d) Each Party shall be responsible for the performance of all its obligations under this Agreement
or the SLA as the case may be and shall be liable for the acts and omissions of its employees
and agents in connection therewith.
e) Neither Party will solicit for employment or knowingly hire an employee of the other Party with
whom such Party has contact pursuant to project engagements under this Agreement. This
restriction shall not apply to employees of either Party responding to advertisements in job
fairs or news media circulated to the general public.
24.3 Sub-contractors
Implementation Agency shall not subcontract any work related to <Please refer the Vol 1 of this tender
document> without Purchaser’s prior written consent. However, the Implementation Agency shall
provide the list of all the other services planned to be subcontracted, within 15 days of signing the
Agreement. It is clarified that the Implementation Agency shall be the principal employer for all claims
arising from the liabilities statutory or otherwise, concerning the sub-contractors. The Implementation
Agency undertakes to indemnify the Purchaser or its nominated agencies from any claims on the
grounds stated hereinabove.
24.4 Assignment
a) All terms and provisions of this Agreement shall be binding on and shall inure to the benefit of
the Purchaser and their respective successors and permitted assigns.
b) Subject to Clause 5 (c) , the Implementation Agency shall not be permitted to assign its rights
Page 36 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3
24.6 Notices
a) Any notice or other document which may be given by either Party under this Agreement or
under the SLA shall be given in writing in person or by pre-paid recorded delivery post, email
or by facsimile transmission.
b) In relation to a notice given under this Agreement, any such notice or other document shall be
addressed to the other Party’s principal or registered office address as set out below:
<Insert Address> Tel:
Fax:
Email:
Contact:
Implementation Agency
Tel:
Fax:
Email:
Contact:
In relation to a notice given under the MSA / SLA, a Party shall specify the Parties’ address for service
of notices, any such notice to be copied to the Parties at the addresses set out in this Clause.
c) Any such notice or other document shall be deemed to have been given to the other Party (or,
if relevant, its relevant associated company) when delivered (if delivered in person) if delivered
between the hours of 9.00 am and 5.00 pm at the address of the other Party set forth above
or if sent by fax, provided the copy fax is accompanied by a confirmation of transmission, or
on the next working day thereafter if delivered outside such hours, and 7 days from the date
of posting (if by letter).
d) Either Party to this Agreement or to the SLA may change its address, telephone number,
facsimile number and nominated contact for notification purposes by giving the other
reasonable prior written notice of the new information and its effective date.
Page 37 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3
a) No amendment, variation or other change to this Agreement or the SLA shall be valid unless
authorized in accordance with the change control procedure as set out in the Change Control
Schedule set out in Schedule I of this Agreement. Such amendment shall be made in writing
and signed by the duly authorized representatives of the Parties to this Agreement or the SLA
b) Each Party to this Agreement or the SLA agrees to enter into or execute, without limitation,
whatever other agreement, document, consent and waiver and to do all other things which
shall or may be reasonably required to complete and deliver the obligations set out in this
Agreement or the SLA.
c) At the time of award of contract, the quantity of goods, works or services originally specified in
the bidding documents may be increased or decreased by 25% of the total value of contract
during the contract period or extensions, if any. It shall be without any upward change in the
unit prices or other terms and conditions of the Bid and the bidding documents.
d) If the Authority does not procure any item(s) mentioned in the RFP/ BoQ or procures less than
the quantity specified in the bidding documents due to change in circumstances, the
Successful Bidder shall not be entitled for any claim or compensation except otherwise
provided in the bidding document.
e) Repeat orders for extra items or additional quantities may be placed, if they are provided in
the bidding document, on the rates and conditions given in the contract if the original order
was given after inviting open competitive bids. The delivery or completion period may also be
proportionally increased.
24.11 Ethics
The Implementation Agency represents, warrants and covenants that it has given no commitments,
payments, gifts, kickbacks, lavish or expensive entertainment, or other things of value to any employee
Page 38 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3
or agent of Purchaser or its nominated agencies in connection with this agreement and acknowledges
that the giving of any such payment, gifts, entertainment, or other things of value is strictly in violation
of Purchaser standard policies and may result in cancellation of this Agreement, or the SLA.
24.13 Amendment
Any amendment to this Agreement shall be made in accordance with the Change Control Schedule
set out in Schedule I of this Agreement by mutual written consent of all the Parties.
b) In case of any dispute arising out of and touching upon the Contract, the same shall be first
referred to the Dispute/Grievance Redressal Committee constituted by FCI and functioning at
Headquarter of the Corporation, with a view to settle the disputes. If any dispute remains
thereafter, the same shall be settled in the Court of law. The Courts in New Delhi shall have
exclusive jurisdiction to adjudicate the disputes arising under the Contract.
Representatives set their respective hands and seal on the date first above
WITNESSES:
Signed by:
(FIRST PARTY)
Signed by:
Page 39 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3
IMPLEMENTATION AGENCY
(SECOND PARTY)
Signed by:
Page 40 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3
26 Schedules
The Purchaser and IA recognize that frequent change is an inevitable part of delivering services
and that a significant element of this change can be accomplished by re-organizing processes and
responsibilities without a material effect on the cost. The IA will endeavor, wherever reasonably
practicable, to effect change without an increase in the terms of payment as stated in the Terms
of Payment Schedule and Purchaser or its nominated agencies will work with the Implementation
Agency to ensure that all changes are discussed and managed in a constructive manner. This
Change Control Schedule sets out the provisions which will apply to all the changes to this
agreement.
Page 41 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3
• material evidence to prove that the proposed change is not already covered
within the Agreement and the scope of work
ii. Prior to submission of the completed CCN to the Purchaser, or its nominated agencies,
the Service Provider will undertake its own internal review of the proposal and obtain
all necessary internal approvals. As a part of this internal review process, the IA shall
consider the materiality of the proposed change in the context of the MSA, and the
Project Implementation affected by the change and the total effect that may arise from
implementation of the change.
c) Costs
Each Party shall be responsible for its own costs incurred in the quotation, preparation of CCNs
and in the completion of its obligations described in this process provided the IA meets the
obligations as set in the CCN. In case of recertification due to proposed changes, required cost will
be borne by the party that initiated the change. In the event the IA is unable to meet the obligations
as defined in the CCN then the cost of getting it done by third party will be borne by the IA.
d) Obligations
The IA shall be obliged to implement any proposed changes once approval in accordance with
above provisions has been given, with effect from the date agreed for implementation and within
an agreed timeframe. IA will not be obligated to work on a change until the parties agree in writing
upon its scope, price and/or schedule impact. The cost associated with any
hardware/goods/License for COTS product should not exceed the price quoted in the bidder’s
proposal. Any costs associated with changes to Software specifications which cannot be arrived
at on the basis of the IA’s proposal shall be mutually agreed to between the IA and the Purchaser.
Page 43 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3
Page 45 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3
• For the avoidance of doubt the audit rights under this Schedule shall not include
access to the Implementation Agency's profit margins or overheads, any
confidential information relating to the Implementation Agency’ employees, or (iii)
minutes of its internal Board or Board committee meetings including internal audit,
or (iv) such other information of commercial-in-confidence nature which are not
relevant to the Services associated with any obligation under the MSA.
e) AUDIT RIGHTS OF SUB-CONTRACTORS, SUPPLIERS AND AGENTS
i. The Implementation Agency shall use reasonable endeavors to achieve the same
audit and access provisions as defined in this Schedule with sub-contractors who
supply labor, services in respect of the services. The Implementation Agency shall
inform the Purchaser or its nominated agency prior to concluding any sub-contract or
supply agreement of any failure to achieve the same rights of audit or access.
ii. REPORTING: The Implementation Agency will provide quarterly reports to the
Chairperson, PIU / Steering committee regarding any specific aspects of the Project
and in context of the audit and access information as required by the Purchaser or its
nominated agency.
f) ACTION AND REVIEW
i. Any change or amendment to the systems and procedures of the Implementation
Agency, or sub- contractors, where applicable arising from the audit report shall be
agreed within thirty (30) calendar days from the submission of the said report.
ii. Any discrepancies identified by any audit pursuant to this Schedule shall be
immediately notified to the Purchaser or its nominated agency and the Implementation
Agency Project Manager who shall determine what action should be taken in respect
of such discrepancies in accordance with the terms of the MSA.
g) TERMS OF PAYMENT
The Purchaser shall bear the cost of any audits and inspections. The terms of payment are
exclusive of any costs of the Implementation Agency and the sub-contractor, for all reasonable
assistance and information provided under the MSA, the Project Implementation, Operation and
Management SLA by the Implementation Agency pursuant to this Schedule.
Page 47 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3
i. establish and maintain the formal and informal processes for managing the
relationship between the Purchaser and the Implementation Agency (including the
outputs from other Schedules to this Agreement;
ii. define the principles that both Parties wish to follow to ensure the delivery of the
Services;
iii. ensure the continued alignment of the interests of the Parties;
iv. ensure that the relationship is maintained at the correct level within each Party;
v. create the flexibility to revise and maintain the relationship and this Agreement during
theTerm;
vi. set out the procedure for escalating disagreements; and
vii. enable contract administration and performance management
b) GOVERNANCE STRUCTURE
i. Project Managers: The relationship under this Agreement will be managed by the
Project Managers appointed by each Party, who will provide the interface between the
executive management of the respective Parties.
ii. Project Implementation Unit (PIU): Within 7 days following the Effective Date,
Purchaser or its nominated agencies and the Implementation Agency shall each
appoint a Project Manager. In the event that either Party wishes to substitute its Project
Manager it will do so in manner in which the original appointment is made and notify
the other Party of such substitution as soon as reasonably practicable but at the latest
within 7 days of the substitution.
iii. The Project Managers shall have responsibility for maintaining the interface and
communication between the Parties.
iv. The PIU will meet formally on a fortnightly / monthly / quarterly, as required, basis at
a time and location to be agreed between them. These meetings will cover, as a
minimum, the following agenda items: (i) consideration of Quarterly Performance
Reports; (ii) consideration of matters arising out of the Change Control Schedule; (iii)
issues escalated in accordance with the escalation procedure as set out in the
Governance Schedule; (iv) matters to be brought before the PIU in accordance with
the MSA and the Schedules; (v) any matter brought before the PIU by the
Implementation Agency under this Article; and (vi) any other issue which either Party
wishes to add to the agenda.
v. In the event that there is any material factor which affects the delivery of the Services,
or the terms of payment as stated in the Terms of Payment Schedule, the Parties
agree to discuss in the PIU any appropriate amendment to the Agreement or any
Service Level Agreements or Statement of Works including any variation to the terms
of payment as stated in the Terms of Payment Schedule. Any variation so agreed
shall be implemented through the change control procedure as set out in the Change
Control Schedule.
c) GOVERNANCE PROCEDURES
i. The Implementation Agency shall document the agreed structures in a procedure’s
manual.
ii. The agenda for each meeting of the PIU shall be set to reflect the discussion items
referred to above and extraordinary items may be added either with the agreement of
the Parties or at the request of either Party. Copies of the agenda for meetings of the
PIU, along with relevant pre- reading material, shall be distributed at least one week
in advance of the relevant meeting.
iii. All meetings and proceedings will be documented such documents to be distributed
to the Parties and copies shall be kept as a record. All actions, responsibilities and
accountabilities arising out of any meeting shall be tracked and managed.
iv. The Parties shall ensure as far as reasonably practicable that the PIU shall resolve
Page 48 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3
the issues and resolve the objectives placed before them and that members
representing that Party are empowered to make relevant decisions or have easy
access to empowered individuals for decisions to be made to achieve this
v. In order formally to submit a Disputed Matter to the aforesaid for a, one Party
("Claimant") shall give a written notice ("Dispute Notice") to the other Party. The
Dispute Notice shall be accompanied by (a) a statement by the Claimant describing
the Disputed Matter in reasonable detail and (b) documentation, if any, supporting the
Claimant's position on the Disputed Matter.
vi. The other Party ("Respondent") shall have the right to respond to the Dispute Notice
within 7 days after receipt of the Dispute Notice. In the event that the parties are unable
to resolve the Disputed Matter within a further period of 7 days, it shall refer the
Disputed Matter to next level of the dispute resolution for action.
vii. All negotiations, statements and / or documentation pursuant to these Articles shall be
without prejudice and confidential (unless mutually agreed otherwise).
viii. If the Disputed Matter is having a material effect on the operation of the Services (or
any of them or part of them) the Parties will use all their respective reasonable
endeavors to reduce the elapsed time in reaching a resolution of the Disputed Matter.
Page 49 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3
27 ANNEXURES
ANNEXURE A – FORMAT FOR CHANGE CONTROL NOTICE
Change Control Note CCN Number:
Part A: Initiation
Title:
Originator:
Sponsor:
Date of Initiation:
Details of Proposed Change
(To include reason for change and appropriate details/specifications. Identify any attachments as A1,
A2,
and A3 etc.)
Received by the IA
Name:
Signature:
Part B : Evaluation
(Identify any attachments as B1, B2, and B3 etc.)
Changes to Services, charging structure, payment profile, documentation, training, service levels and
component working arrangements and any other contractual issue.
Impact:
Deliverables:
Page 50 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3
Timetable:
Signature:
Approved
Rejected
Requires Further Information (as follows, or as
Attachment 1 etc.)
For Purchaser and its nominated agencies For the Implementation Agency
Signature Signature
Name Name
Title Title
Date Date
Page 51 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3
Note : Deliverables and timelines should be in line to the clause 8 of RFP Vol 1
ANNEXURE D – BID
a) TECHNICAL BID RESPONSE OF SUCCESSFUL BIDDER
b) FINANCIAL BID RESPONSE OF SUCCESSFUL BIDDER
Page 52 of 52
All material and information shared with the successful bidder during the engagement period must be treated as confidential and should not be disclosed to unauthorized persons under any circumstances. This ensures protection of sensitive information throughout the engagement .
The bid price requirements for the tender of selecting a SI agency involve submitting a Commercial Bid in the specified format provided in Annexure 4. Bidders must include all applicable costs such as Goods and Services Tax (GST) and quote a total price covering all obligations under the bidding documents, with the price remaining firm during the contract period and not subject to variation . Bids must be submitted online through the e-Procurement portal by the deadline specified in the tender schedule, and any bid submitted after the deadline will not be accepted . The bid system follows a three-stage approach: Pre-Qualification, Technical Qualification, and Commercial Bid, with an 'L1' (Lowest Quote) selection criterion . Non-compliance with the submission format, incomplete bids, or deviations from the RFP terms can lead to disqualification . Each bid must include a No Deviation Certificate, and deviations from terms & conditions are grounds for rejection ."}
During the management phase of the SI agency for CCTV operations at FCI Godowns, governance structures and changes include ensuring payment terms and compliance with employment regulations and managing operational manpower. Payments are assessed by FCI’s Zonal Offices as per milestone completion at Depot/Godown level and by FCI HQ at IOC/NOC level . Operational resources for the IOC/NOC will be determined by FCI or the SI . The SI is responsible for 365x24x7 operations and maintenance services for five years from the Go-Live date, ensuring physical and IT infrastructure management according to the ITIL framework . Infrastructure needs constant monitoring, maintenance, upgrading, and compliance with technology advancements, as well as proper exit management planning . Data privacy and security are emphasized, with the SI managing user profiles and ensuring compliance with CERT-In guidelines . The SI must also align operations with changes in technology to maintain pace with advancements, providing relevant reports every six months .
The responsibilities of the Implementation Agency regarding performance and security include maintaining and ensuring the usability of hardware, software, and IT infrastructure, keeping them in good condition according to manufacturer instructions, and complying with applicable laws . They are also required to guarantee the security, integrity, and availability of all data processed, held, or conveyed by them, complying with technical standards and internal controls . The Implementation Agency must ensure the functionality of the system meets project requirements and take corrective actions if performance standards are not met . Additionally, they must implement adequate security hygiene to prevent breaches and collaborate with the Purchaser in audits, inspections, and maintaining records . Security audits are conducted annually at the Implementation Agency's cost ."}
Bid submission for the selection of the SI agency for SITC operations is strictly regulated to occur online via the e-Procurement portal. Bidders must pay all applicable fees, including the Registration fee, Transaction fees, and Earnest Money Deposit (EMD) through various online modes like Credit Card, Debit Card, Internet Banking, etc. . The process follows a Three-part Bid System: Pre-Qualification Bid, Technical Bid, and Commercial Bid. Each part must be submitted in the specified format, accompanied by the necessary documentation, and uploaded before the deadline . The bids are evaluated in sequence; only bidders who clear a set stage progress to the next evaluation stage . Late bids and those not conforming to the stipulated format or which deviate from the RFP conditions are disqualified . The bid document is time and date locked, and submission must match the schedule provided, with no extensions for last-minute submissions ."} धाब इससे समस्या के समाधान की तरफ इकरार किया
Key security and safety compliance requirements for the Implementation Agency include taking proper care of all hardware, software, and IT infrastructure components to ensure service delivery, following manufacturer instructions for asset use, using assets in a safe manner, and keeping them in compliance with applicable laws . The Implementation Agency must maintain records to verify data security, integrity, and compliance with technical standards, and submit to annual security and implementation audits at its own cost . Additionally, the Implementation Agency must provide reasonable access for audits and facilitate information copying by the Purchaser or its nominated agencies . They must also update and adhere to an Exit Management Plan and grant necessary access to premises and information for service continuity during transition periods .
A bidder's Earnest Money Deposit (EMD) may be forfeited under the following circumstances: if the bidder withdraws their bid or increases their quoted prices during the period of bid validity or any extension thereof; if a successful bidder fails to sign the contract or furnish the Performance Bank Guarantee within the specified time; if a bidder indulges in any deliberate act that jeopardizes or unnecessarily delays the process of bid evaluation and finalization; or if any information in the bid is found to be wrong, manipulated, or hidden . Additionally, if there is a discrepancy in the commercial bid and the bidder does not agree to the correction as decided by the Authority, the EMD will be forfeited . Moreover, the EMD may be forfeited if the bidder fails to comply with requirements such as setting up a project office in each FCI zone within the specified timeframe after contract signing ."}
The responsibility of the bidder regarding bid deviation is to submit a No Deviation Certificate as per the specified format, ensuring that their bid strictly adheres to the requirements and terms of the RFP. Any deviations from these terms and conditions may lead to the rejection of the bid . A bid submitted with deviations is considered non-conforming and can be deemed ineligible for consideration, resulting in disqualification from the process .