Food Corporation of Indiafci.gov.in/app2/webroot/upload/tenders/RFP for... · In its 50 years of...
Transcript of Food Corporation of Indiafci.gov.in/app2/webroot/upload/tenders/RFP for... · In its 50 years of...
Food Corporation of India FCI Headquarters
16-20 Barakhamba Lane,
New Delhi - 110001
Request for Proposal for Depot Online System
Request For Proposal Depot Online System (FCI)
2
S. No. Particular Details
1. Publishing of RFP document 14.05.2015 at 11:00 AM
2. Start date for download of RFP Document 14.05.2015 at 11:30 AM
3. End date for download of RFP Document 15.06.2015 at 12:00 PM
4. Date and Time for submission of Online Bid Start Date/Time for submission of
online bid: 14.05.2015 at 11:30 AM
End Date/Time for submission of
online bid: 15.06.2015 at 03:00 PM
5. Last date for Submission of Queries 20.05.2015 at 10:00 AM
6. Pre-Bid Conference 21.05.2015 at 11:00 AM
7. Issue of Corrigendum To be announced later (if
applicable)
8. Date and time for opening of Technical bids 16.06.2015 at 11:00 AM
9. Date and time for opening of Commercial bids To be announced later
Request For Proposal Depot Online System (FCI)
3
Table of Contents
1. Fact Sheet ................................................................................................................................................. 5 1.1. Basic Information .......................................................................................................................... 7
Part I - Project Background ........................................................................................................................ 8 2. Background Information ......................................................................................................................... 9
2.1. About FCI ...................................................................................................................................... 9 2.2. Project Background ..................................................................................................................... 10
3. Scope of Work ....................................................................................................................................... 16
3.1. Overall Scope ................................................................................................................................ 16
3.2. Detailed Scope .............................................................................................................................. 16
3.3. Hardware Specification ................................................................................................................. 31 3.4. Application Testing and Certification ........................................................................................... 37
4. Key Personnel ........................................................................................................................................ 40 4.1. Positions Identified for Key Personnel ...................................................................................... 40 4.2. Minimum Qualification ................................................................................................................ 41
4.3. Other Instructions ........................................................................................................................ 43 5. Deliverables and Timelines ................................................................................................................... 46
Part II - Instruction to the Bidders .......................................................................................................... 49 6. Instructions to the Bidders .................................................................................................................... 50
6.1. General ......................................................................................................................................... 50
6.2. Compliant Proposals/Completeness of Response ......................................................................... 50
6.3. Pre-Bid Meeting & Clarifications .............................................................................................. 50 6.4. Key Requirements of the Bid ..................................................................................................... 51
6.5. Preparation and Submission of Proposal ................................................................................... 54 6.6. Deviations .................................................................................................................................... 55 6.7. Tender Evaluation Process ............................................................................................................ 55
7. Criteria for Evaluation ........................................................................................................................... 59 7.1. Pre-Qualification (PQ) Criteria ..................................................................................................... 59
7.2. Technical Qualification Criteria ................................................................................................... 64 8. Appointment of System Integrator .......................................................................................................... 72
8.1. Award Criteria .............................................................................................................................. 72 8.2. Right to Accept Any Proposal and To Reject Any or All Proposal(s) ......................................... 72
8.3. Notification of Award ................................................................................................................. 72 8.4. Contract Finalization and Award ............................................................................................... 72
8.5. Performance Guarantee ............................................................................................................... 72 8.6. Signing of Contract ....................................................................................................................... 73 8.7. Fraud and Corrupt Practices ......................................................................................................... 73 8.8. Conflict of Interest ...................................................................................................................... 74
Part III - Terms and Conditions of Bids ................................................................................................. 75 9. Terms and Conditions: Post Award of Contract .................................................................................. 76
9.1. Termination Clause ..................................................................................................................... 76 9.2. Liquidation Damages .................................................................................................................. 77 9.3. Acceptance Tests .......................................................................................................................... 77 9.4. Audits by Third Party ................................................................................................................... 77
9.5. Penalty .......................................................................................................................................... 77 9.6. Dispute Resolution Mechanism ................................................................................................. 78
9.7. Notices .......................................................................................................................................... 78 9.8. Force Majeure .............................................................................................................................. 78 9.9. Failure to Agree with the Terms and Conditions of the RFP ....................................................... 78
Request For Proposal Depot Online System (FCI)
4
9.10. Defect Liability ............................................................................................................................. 79
9.11. Functional Guarantees .................................................................................................................. 79 9.12. Limitation of Liability .................................................................................................................. 79 9.13. Source Codes, Copy Rights, Intellectual Property Rights and Indemnity Liability ..................... 80
9.14. Confidentiality .............................................................................................................................. 80 9.15. Laws and Jurisdiction ................................................................................................................... 81 9.16. Agreement ..................................................................................................................................... 81 9.17. Exit Management .......................................................................................................................... 81 9.18. Approval and Required Consents ................................................................................................. 83
9.19. Ethics ............................................................................................................................................ 84 10. Payment Terms ...................................................................................................................................... 85
10.1. Payment Schedules ...................................................................................................................... 85 11. Service Level Agreement & Penalties ................................................................................................. 88
11.1. Application Development and Rollout ...................................................................................... 88 11.2. Hardware Supply and Commissioning ...................................................................................... 92
Part IV - Appendix ...................................................................................................................................... 94 12. Appendix I: Pre-Qualification & Technical Bid Templates .................................................................... 95 13. Appendix II: Commercial Proposal Template....................................................................................... 118 14. Appendix III: To Be IT Landscape ....................................................................................................... 130 15. Appendix IV: Rollout Considerations ................................................................................................... 152
16. Appendix V: Functional Requirements ................................................................................................. 155 17. Appendix VI: Additional Information ................................................................................................... 203
Request For Proposal Depot Online System (FCI)
5
1. Fact Sheet The bidders are requested to refer this Fact Sheet comprising of important factual data on the RFP.
Related
Clause Details
Method of
Selection
The method of selection of vendor for this RFP is Least Cost Based
Selection (L1) for the technically qualified bidders.
RFP Release The RFP document will be published on the Central Public Procurement
(CPP) Portal (https://eprocure.gov.in/eprocure/app) and also in the
Food Corporation of India website (www.fciweb.nic.in) on 14.05.2015
11:00 AM. The interested bidders can download the RFP and other
detailed terms & conditions from the CPP Portal or FCI website after
registration, which is free of cost.
Start date and time of download of RFP documents:
14.05.2015 at 11:30 AM
End date and time for download of RFP documents:
15.06.2015 at 12:00 PM
The bidders are required to submit a non-refundable Cost of Tender of
INR 10,000/- (Rupees Ten Thousand Only) via RTGS/NEFT/
Electronic Mode to SBI Account No. 10220632672 Branch Kasturba
Gandhi Marg, New Delhi – 110001, Branch Code 05943 with IFSC
Code SBIN0005943 along with the Proposal. Cost of Tender shall not
be entertained in any other form. EMD EMD of INR 2 Crores only (Rupees Two Crore Only) should be
payable by the bidders via RTGS/NEFT/Electronic Mode to SBI
Account No. 10220632672 Branch Kasturba Gandhi Marg, New Delhi
– 110001, Branch Code 05943 with IFSC Code SBIN0005943.
Service/Product
Requirement
The RFP is to provide the turnkey services for implementation of Depot
Online System that include development, integration with LWB and
other systems, rollout at depots, application and onsite manpower
support, training and handholding, recommendation for DC/DR
hardware for application hosting as well as procurement, installation
and commissioning of necessary hardware like Desktop, UPS, Printer,
Tablets, Dongle/Sim Card across all FCI depots and establishing VSAT
based networking (LAN/W-LAN) at the depots (where no connectivity is
available), as detailed further in this document.
Request For Proposal Depot Online System (FCI)
6
Pre-Bid Meeting
Details
A pre-Bid meeting will be held after 7 days from the release of this RFP
on 21.05.2015 at 11:00 AM
The name, address, and telephone numbers of the Nodal Officer is:
The General Manager (IT)
Food Corporation of India
16-20, Barakhamba Lane,
New Delhi – 110001
Tel. No. 011-43527693
FAX No.011-43527686
E-mail: [email protected]
Clarifications may be requested till one day before the pre-bid meeting
date.
Language Proposals should be submitted in the following language(s):
English ONLY
Proposal
Validity
Proposals must remain valid upto 180 days after the submission date.
Proposal
Submission
Type
The bidders shall submit their responses in 2 parts namely “Pre-
Qualification & Technical Proposal” and “Commercial Proposal” in the
Procurement Portal by the due date and time.
The online packets containing the Proposal shall include the Scanned
copy of all relevant documents, serially numbered, and duly signed on
each page by the bidder. All documents as required to be submitted
needs to be digitally signed or self-attested by the Authorized
Signatory.
Proposal
Submission
address
The bidders are required to submit the soft copies of their Bids
electronically on CPP Portal (http://eprocure.gov.in/eprocure/app),
using valid Digital Signature Certificates.
Submission
Date
Proposals must be submitted electronically no later than the following
date and time in the CPP Portal: 15.06.2015 at 03:00 PM
Please note that the server time, which is displayed on the bidder’s
dashboard, will be considered as the standard time for referencing the
deadlines for submission of the bids by the bidders. The bidders should
follow this time during bid submission.
Request For Proposal Depot Online System (FCI)
7
1.1. Basic Information
a. Food Corporation of India (FCI) invites responses (“Tenders”) to this Request for Proposal (“RFP”) from System Integrator Agencies/Partners (“Bidders”) for the provision of Depot Online System Implementation Services as described in Section 3 of this RFP, “Scope of Work”.
b. Any contract that may result from this FCI procurement competition will be issued for a term of 4.5 years (“the Term”).
c. FCI reserves the right to extend the Term for a period as mentioned in this document, such extensions on the same terms and conditions, subject to FCI’s obligations at law.
d. Proposals must be received not later than time, date and venue mentioned in the Fact sheet. Proposals that are received late WILL NOT be considered in this procurement process.
Request For Proposal Depot Online System (FCI)
8
Part I - Project Background
Request For Proposal Depot Online System (FCI)
9
2. Background Information
2.1. About FCI
2.1.1. Vision and Organizational Objectives
FCI is one of the premier organizations of the Government of India set-up under the Food Corporations Act,
1964 in order to fulfill the following objectives of the Food Policy:
a) Effective price support operations to safeguard the interests of the farmers.
b) Storage, Preservation and Supply of food grains throughout the country for public distribution
system and other Government of India schemes and
c) Maintaining a 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 a large network of about 1841 depots spread across the entire country to manage the stock of the food grains and out of these, about 553 are owned by FCI, as per data available as on 19th January 2015.
In its 50 years of service to the nation, FCI has played a significant role in India's success in transforming the crisis management oriented food security into a stable security system.
FCI's Objectives are:
To provide farmers remunerative prices
To make food grains available at reasonable prices, particularly to vulnerable section of the society
To maintain buffer stocks as measure of Food Security
To intervene in market for price stabilization
FCI intends to develop & implement Depot online system across all the depots to automate and streamline
the various depot level operations and processes.
2.1.2. Organizational Structure
FCI has divided the organization into Headquarter (1), Zones (5), Regions (25) and Districts (164) to
operationally manage its depots across the country. The figure below shows the number of each offices and
total number of depots divided across these. It also has multiple functional divisions in it organization
structure also to manage different functions such as Procurement, Storage, Movement, Quality Control,
Audit, Engineering & Maintenance, etc. as shown below.
Request For Proposal Depot Online System (FCI)
10
2.1.3. Stakeholders Involved
FCI has a number of internal and external stakeholders to manage the successful running of its operations.
A brief overview of its various stakeholders is given below -
Planning and monitoring – done by government and ministries like Food, Agriculture etc.
Movement and transportation – railways and private transporters
Warehousing and storage – hired depots from Govt. agencies like CWC, SWC or hired from Private
Parties
Procurement – food grains are procured either directly from farmers by FCI or by State Govt.
Agencies (SGAs) or purchased from Millers
Quality Control – internal stakeholders like QC and Audit department within FCI
Labor – different labor unions and gangs (contract-basis or daily wage basis or salaried)
2.2. Project Background
FCI has a large network of about 2,000 depots spread across the entire country to manage the stock of the
food grains. FCI organization is structured into Zones, Regions and Districts to operationally manage its
depot operation across the country. The depot is the central point to most of the activities of FCI as it is the
storehouse for grains sent to various parts of the country.
Request For Proposal Depot Online System (FCI)
11
The various operations at FCI are complex considering its large network of depots and uncertainties
involved in food grain production in the country, and needs real time decision making to efficiently manage
this. However, currently the operations are mainly manual in nature and without any integrated IT system
to automate their end to end processes. The depot level staff needs to manage multiple registers which is
repetitive, time taking and prone to errors. This result in major challenge to FCI staff, both at the depot
level and the management level for effective decision making due to non-availability of real time data from
the depots. The manual operations results in depot staff spending huge time in managing operational data
in registers thereby reduce the overall effectiveness of the manpower. The FCI management also has to rely
on the manually compiled data received from the depots which is prone to errors.
Owing to its large network of operations and, complexity of interactions with internal and external
stakeholders, FCI has been facing multiple challenges in effective management of depot level operations
and stock. The primary challenges are:
Information support for spot decisions owing to dynamic nature of operations
Shortage of storage during peak season
Uncertainties in railway movement
Calculation of Release Order (RO) balance and reconciliation
Assignment of work to different gangs simultaneously
Timely and accurate data flow from district to depot level and vice-versa
Lack of single source of validated information for depot level data
It is therefore envisaged that transformation of depot operation through an integrated IT system is the need
of the hour for better management of operations related to procurement, storage, movement, quality
control and record-keeping of food grains at all depots of FCI. This is among the priority projects governed
and monitored directly by the Prime Minister’s Office (PMO) and it has mandated execution of this in a
very stringent timeline.
Implementing a Depot Online System would facilitate process automation, standardization and efficiency
of management of food grains distribution and would enable real time monitoring of operations and timely
data reporting. This implementation would also require the deployment of hardware like desktop, UPS,
tablets and printers at all the depots as well as providing VSAT based network connectivity to the remote
areas.
Following are the key benefits expected from implementing the Depot Online System:
Process streamlining and increasing efficiency by integrated view of end-to-end processes, use of workflow, notification and alerts
Better coordination between depots and district/regional offices of FCI through integrated system
Reduce redundancy in processes by capturing data at the source and in real time
Reduce weigh bridge data manipulation by integrating LWB and automatically read data
Free up manpower from laborious data collation and report preparation
Leverage IT as decision support systems to handle dynamic nature of business
KPI driven dashboard for the top management
Align with ‘Digital India’ vision for transformation of food distribution supply chain in India
Request For Proposal Depot Online System (FCI)
12
2.2.1. Project Overview
To meet the above objective FCI intends to select a System Integrator partner for the end-to-end rollout of
the Depot Online System including application development, training, rolling out to all FCI depots (approx.
553 depots), supply and commissioning of client side hardware (desktop, UPS, printers, tablets and SIM),
installation of VSAT and networking in depots without any connectivity option and providing
comprehensive support for application and hardware.
The different components of the complete project are shown below:
Process: It is to be noted that FCI has already undertaken the detail process study, process reengineering
and standardization and building up of Functional Requirement Specification (FRS) by engaging a
consultant, which will be provided to the System Integrator after on boarding. However system integrator
may undertake independent assessment and fill up any gap in terms of the understanding and information
required to design and develop the application through stakeholder interaction at various levels as felt
necessary by the SI. Below is the list of high level processes which should be covered in the system
functionality.
Request For Proposal Depot Online System (FCI)
13
Application: It is envisaged that the System Integrator will bring in the relevant experience in building
similar application to cover depot operations at FCI including receipt, storage and dispatch of food grains at
the depot, quality check within the depot; movement of food grains across regions; physical verification of
stock; engineering works etc. One of the key solution feature expected from the proposed system is ability
to work both in online and offline mode so that data entry can be done even if there is intermittent no
connectivity within the depot, and also provide mobility based solution to capture data inside the shed or at
rail head by the field staff. This will facilitate capturing of data at the source and hence eliminates the need
to maintain manual registers to record all depot level transactions.
It is also expected that this proposed system will provide analytics and dashboard facility for all levels of
decision makers so that the depot operations can be aided by the real time data. The application should also
integrate with various internal (e.g. PMS, RO, FAP etc.) and external system (such as FOIS-railway system,
LWB-Lorrie weigh bridge etc.). It is to be noted that the application will be hosted at NIC DC and DR centre
and will be accessible via the existing internet connectivity at the depot and other FCI offices. At present the
application will be used across all the 553 FCI depots. However the application must be scalable to be rolled
out to non-FCI depots in the future. For details on the to-be IT landscape, refer to Appendix III of this RFP
document.
The application is expected to be built on Open Source Software (OSS) though bidders can quote Closed
Source Software also and the same shall be governed by Government of India guidelines (Policy on
adoption of open source software for Government of India) issued by DeitY. Solutions using OSS shall be
preferred to bring down the total cost of ownership (TCO). It is to be noted that the software cost in the
price bid must give the TCO to include all necessary license fees, support and upgrade cost considering a
total contract period as per this RFP, and an additional period of 5 years. Also the rights and ownership of
the software must be transferred to FCI at the end of the warranty period to enable FCI to continue with the
solution on the exit of the System Integrator.
Rollout: The proposed application must be successfully rolled out across all FCI owned depots
(approximately 553) in a strict timeframe of 6 months from the time of the contract. It is to be noted that
FCI may decide to include non FCI depots also for rolling out the same application at an additional cost
basis on the per depot roll out cost to be quoted as per this RFP. The roll out should be done by manpower
Request For Proposal Depot Online System (FCI)
14
at each depot to include configuration of the hand held application with the depot specific information,
providing application training to the depot users and providing adequate hand holding support to ensure
going live and smooth transition to the new application system etc.. For details about the go-live acceptance
criteria and details of the proposed roll out plan, please refer to Section 3.4.3 and Appendix IV of this RFP
respectively.
Training: The System Integrator must ensure adequate trainings are provided to all stakeholders at
different levels so that the transition to this new system happens smoothly. Trainings should include
application training as well as Train The Trainer training as per the details provided in Appendix IV as part
of the overall rollout plan.
Support: The System Integrator shall provide post rollout manpower support up to the FCI District/Area
office level as well as warranty and support for the application and the deployed client side hardware.
Support shall also include setting up of a helpdesk to facilitate call logging and timely resolution of
application, hardware or network related issues as per SLA defined in this RFP. For detail SLAs, please
refer to Section 11 of this RFP.
Hardware and Networking: The System Integrator shall supply and install client side hardware to
make sure smooth running of the application. Apart from that SI need to also provide VSAT based
connectivity including setting up of LAN/Wi-Fi to a few number of depots where there is no 2G/3G or
Broadband connectivity at present. SI must also provide comprehensive warranty of all the hardware items
and support helpdesk to facilitate call logging and issue resolution as per the SLA. Below is the high level
overview of the hardware and networking requirement.
Client side hardware
This includes supply and installation of following hardware at the required depots across all parts of the
country, and providing comprehensive maintenance support for 3 years.
S. No. Components
1 Desktop
2 UPS
3 Printers (Laser and Thermal)
4 Tablets
5 Dongles
6 SIM Cards
Note:
i. Provide dongles along with each desktop and SIM along with each Tablet. For depots with
existing broadband connectivity, the desktop(s) supplied to the depot shall be configured to use
the broadband network and no separate dongles shall be required in those.
ii. Dongles & SIM cards provided with the hardware must be 3G enabled, 2G connectivity may be
allowed in case non availability of 3G network in the Depot area.
iii. For depots where no connectivity is available, VSAT connectivity shall be required as mentioned
below.
Below is a schematic diagram to depict the location within a depot where the above hardware and
networking can be established-
a) Desktop and Printer at Lorry Weight Bridge (LWB)
Request For Proposal Depot Online System (FCI)
15
b) Desktop and Thermal Printer at depot gate
c) Desktop and printer at depot office
d) Desktop and printer for Quality lab in depot
e) Desktops and Printer at District/Area Offices
f) Handheld device (Tablet) with data services to each shed in charge
g) VSAT based network to provide connectivity within depots located in remote areas and without any
existing connectivity
VSAT based connectivity and networking
This includes supply and installation of VSAT along with ancillary components and setting up of
networking (LAN and/or Wi-Fi) within the depot along with all necessary client side hardware at the
identified depots, which are located in remote areas and currently don’t have any connectivity. This also
includes 3 years of comprehensive maintenance support.
S. No. Components
1 VSAT and other ancillary
equipment
2 Networking equipment
a. All depots which require VSATs must be configured in such a way that all devices (desktops and
tablets) are able to access the application through the VSAT connectivity.
i. LAN or Wi-Fi connectivity for desktops at Depot Office, Quality Lab, Depot Gate & Lorry
Weigh Bridge.
ii. Wi-Fi connectivity for handhelds/tablets at open field within the depots.
Request For Proposal Depot Online System (FCI)
16
3. Scope of Work
3.1. Overall Scope
The overall scope of work for the System Integrator would be as follows:
a) Application Development and Rollout
a. Web-based application development and customization preferably on open-source or any
other technology platform
b. Mobile App development on Android or equivalent platform with offline capability
c. Integration with internal and external applications
d. Data migration from legacy applications that will be gradually phased out
e. Testing and STQC Audit
f. Hardware recommendations for application hosting (to be hosted at NIC DC/DR)
g. Training and capacity building across all levels (HQ, Zones, Regions, Districts and Depots)
h. Pilot in 25 FCI Depots, one in each of the 25 FCI regions
i. Rollout of the web-based application and mobile app across all 553 FCI depots
j. Common helpdesk of application and hardware for 4 years post go-live through the end of
the Application warranty period
k. Application warranty for 4 years
l. Onsite Manpower support for 1 year
b) Client side Hardware
a. Supply, installation and maintenance (with 3 years warranty) of client side hardware –
Desktop, UPS, Printers, Tablets, Data cards and SIM
b. Provisioning for networking through VSAT for identified depots
c. Site preparation for VSAT based connectivity
d. Support for VSAT based connectivity and networking during 3 years warranty period
3.2. Detailed Scope
The details of the above in-scope components for the System Integrator are mentioned below:
3.2.1. Application Development and Customization i. The System integrator shall study the existing business process functionalities, MIS reporting
requirements, problem areas and expectations of the current system. Detailed process maps with
gap analysis and recommendations along with the Functional Requirement Specifications have
already been prepared by the Project Consultant and would be shared with the System integrator,
post on-boarding. System integrator may refer all the documentation and As-Is document for
their study.
ii. The System integrator shall prepare a Solution Design Document highlighting the best practices
available in the proposed solution. The document will indicate the additions/ modification that
need to be made to the business process in view of overall implementation.
iii. The System integrator can build the solution either using Closed source software (CSS) or open
source software (OSS). Also the right and ownership of the software must be transferred to FCI at
Request For Proposal Depot Online System (FCI)
17
the end of the development.
iv. The System integrator shall also identify the customizations/ workaround that need to be made
to the base software if COTS (Commercial off the shelf) product, if applicable, and submit a
document on the customization requirements.
v. All the functionality, as mentioned in the Functional Requirement Specification needs to be
covered by the System integrator in proposing the solution. At a minimum, the System integrator
will provide all the functional components as mentioned in the Appendix III and Appendix V and
can propose any other components as may be necessary for the successful implementation.
vi. Based on the approved Solution Design Document and any additional feedback from FCI, the
System integrator will undertake the system development, configuration and customization. The
application has to be developed using open source or any other technology platform.
vii. System integrator has to design and implement the requisite user authentication and
authorization as well as other IT security controls, for the entire solution.
viii. All registers and reports, as per users’ requirements, or currently available in the existing
applications, shall be incorporated in the MIS solution of the proposed system.
ix. The System integrator shall develop an Analytics solution to enable FCI users to create analytical
reports for decision-making or decision-support purpose as well as build Dashboard as per the
KPIs of the individual divisions. An minimum set of KPIs has been provided in the Appendix V
along with the Escalation Matrix, while the System integrator is encouraged to create a
comprehensive list based on discussion with individual divisions.
3.2.2. Mobile App Development with offline capability Most of the depot level operations happen inside the sheds and in the fields (for example
Mandis/Purchase Centers, railheads, ports etc.). This would necessitate the use of smart phones and
tablets for data entry, data submission, data view or status checking purposes due to the lack of
feasibility in having desktop or PC setup at each point of transactional data source/origin.
The System integrator shall develop mobile apps on Android or equivalent Platform, specific to each
functional group, as part of the overall IT solution. This will include:
a) Provision of installing, configuring and using function-specific mobile apps for both smart
phones and tablets to capture and submit data by the internal and external users during their
routine field level activities
b) Initial data upload for depot specific data to configure the online and mobile application for use
c) Standardization of mobile apps on Android or equivalent mobile platform and support for push
notification and application updates from the central server
d) Implementation of a MDM platform to ensure secured access to FCI data using mobile devices
and enforce FCI policies on the mobile devices accessing the system network
Following is the minimum set of different functional areas, for which specific apps have to be
developed as per their respective data capture and viewing needs:
i. Shed Operation
ii. Quality Control
iii. Railhead and Siding Operation
iv. Procurement of Wheat/Paddy/Coarse Grains at Mandi
v. Procurement of CMR/Levy from Miller
Request For Proposal Depot Online System (FCI)
18
vi. Road Transportation through Contractors
3.2.3. Integration with internal and external applications
i. System integrator has to study the existing internal applications of FCI as well as the external
applications related to depot operations and then carry out the necessary integration of the
proposed system with those applications after identifying the integration points, data exchange
type and mode of integration.
ii. Currently it is envisaged that the proposed Depot Online System would have to integrate with the
following internal and external applications:
a. Release Order (RO) Application
b. Procurement Monitoring System (PMS)
c. Financial Accounting Package (FAP)
d. Human Resource Management System (HRMS)
e. Freight Order Information System (FOIS)
3.2.4. Testing and STQC Audit i. The System integrator shall develop the Testing strategy including traceability matrix, Test
Cases and conduct testing of various components of the proposed application that is being
developed, configured and customized for FCI.
ii. The following activities will be carried out by the System integrator as part of the application
software testing:
a. Prepare testing procedure for verifying and validating the various functions of the
proposed application. The software testing by the System integrator shall include Unit
Testing, Functional Testing, System Testing, Performance Testing
(Load/Stress/Volume), Integration Testing, Security & Access Control Testing and
Penetration Testing.
b. Prepare User Acceptance Test cases covering complete functionality of the application
and obtain the sign-off from FCI on the same.
c. Demonstrate to FCI that the solution meets all the functional & technical requirements
as per this RFP as well as performance benchmarks.
d. Provide and ensure all the necessary support for conducting the User Acceptance Test by
the identified representatives of FCI, who are responsible for the depot level operations
or impacted, directly or indirectly, by the depot functions. The System integrator shall
share the acceptance test scenarios and demonstrate the testing procedure to FCI prior
to actual UAT in order to obtain FCI feedback and approval.
e. Deliver the reports from different types of testing that includes execution report, bug
fixing report, and issue report.
iii. The System integrator shall arrange for an audit of the developed software by an external agency
(like STQC) that would include performance review and security review. The audit report must
be delivered to FCI as part of acceptance of the Depot Online System for implementation. Please
refer to Section 3.4 on “Acceptance Testing and Certification” for details.
Request For Proposal Depot Online System (FCI)
19
3.2.5. Server Hardware Recommendations and Installation of software i. The System integrator shall assess and provide the vendor neutral specifications for
recommended hardware infrastructure required at the DC/DR site to deploy and host the Depot
Online System
ii. The System integrator shall assess and provide the vendor neutral specifications for the
networking infrastructure required for the rollout of the Depot Online System
iii. The System integrator shall detail the steps along with the assumption and pre-requisites for the
commissioning of the required hardware infrastructure at the various depots
iv. The System integrator shall prepare the Business Continuity and Disaster Recovery plan in
compliance with the ISO 22301 Standard certification
v. The System integrator shall not be responsible for hardware procurement, commissioning and
application hosting at the DC/DR sites
vi. The System integrator shall be responsible for monitoring and reporting on the performance of
the hardware infrastructure at DC/DR as well as coordinating with DC/DR support team for any
troubleshooting and resolution
vii. The proposed application is to be hosted at the cloud infrastructure to be provided by NIC DC
and DR and system integrator should propose all hardware and software in compatible with the
infrastructure available at NIC DC and DR. System integrator must ensure that the complete
application continues to run successfully for any future software and hardware upgrades.
3.2.6. Data Migration from legacy applications The System integrator shall perform the data migration from the existing legacy systems to the
proposed solution. The different applications to be considered for the migration activity are:
IISFM Rapid Reporting Services (IRRS)
Depot Code Management System (DCMS)
District Information System for Food grains Management (DISFM)
Procurement Monitoring System (PMS)
The data migration activity shall be preceded by an appropriate data migration strategy and approach,
prepared by the System integrator and approved by FCI. Though FCI is required to provide formal
approval for the Data Migration Strategy, it is the ultimate responsibility of System integrator to
ensure that all the data sets, which are required for operationalization of the user requirements, are
migrated. Any corrections shall be addressed by the System integrator at no additional cost to FCI.
At a minimum, the following tasks will be carried out as part of the Data Migration:
Define all the specifications that are needed to populate the data into the new system
Prepare uniform codification of all data sets
Develop the data migration templates/ Forms/ Format and facilitate the migration of legacy
and new data elements into the proposed application
Identify, configure or develop the data upload/ download programs for the data migration
Convert the legacy system data, if required, into the format as required by the new system
Ensure the completeness of data migration in all respects and submit a final detailed report.
Request For Proposal Depot Online System (FCI)
20
3.2.7. Project Documentation i. The System integrator will provide detailed system documentation for reference of the FCI
personnel, who will be using the system. System integrator shall prepare the final user manual
incorporating details of all menus and functionality provided by the system.
ii. FCI expects the following (but not limited to) from the System integrator with respect to project
documents. Additionally, the System integrator will provide ongoing project information for
reference purposes and facilitating self-education for FCI personnel. Key documents required
are:
a. Solution design documents consisting of granular details of each functional activity and
any changes (if any) after the proposed system implementation.
b. Configuration documents consisting of system setting and parameters for each function.
c. User Manual including system instructions and use cases, sample reports, screen
formats, details of menus and instructions on how to perform specific tasks in the system
using screenshots.
d. Any other documentation required for usage and maintenance of implemented solution
at each depot like Technical Manual, Installation Guide, System Administration Manual.
e. System operational procedure manual.
f. Troubleshoot guides for every component of the software application as well as IT
infrastructure.
iii. The System integrator shall provide minimum three hard copies and two soft copies on the above
mentioned manuals.
3.2.8. Training and Capacity Building The System integrator has to undertake necessary training and capacity building activities at different
levels of FCI to ensure the successful implementation and rollout of the proposed solution at all the
concerned depots.
i. The System integrator shall prepare detailed Training plan for the different stakeholders of FCI.
An indicative training plan has been provided in Appendix IV for an understanding of the
minimum expectations from the SI.
ii. The training plan should indicate the schedule, scope, resource requirement & participant
details of all the trainings.
iii. The training activity by the System integrator shall include User Training, Handholding,
Technical Training and Overview Training as required at the FCI Depots, FCI District Offices,
FCI Regional Offices, FCI Zonal Offices and FCI Headquarters. At a minimum the following
training have to be conducted. However the Bidder can recommend any training, over and
above this list, that is deemed necessary for the successful implementation and rollout of
proposed system.
a. Train the Trainer Training
b. Field Level Training
c. Change Management Training
iv. The System integrator shall submit the course materials, presentations and any other material
used in the training delivery to FCI. The System integrator shall provide a detailed online
training manual for each function of the proposed Depot Online System. Hard copy of the
Request For Proposal Depot Online System (FCI)
21
training material has to be provided by the System integrator to each participant during the
training session, while soft copy is to be uploaded in Depot Online System.
v. System integrator shall use various predefined forms for gathering data regarding the
satisfaction of end users with the training delivered
vi. Detailed feedback report regarding each training session has to be submitted by the System
integrator to the FCI management.
vii. Unless explicitly stated, all Training and Capacity Building sessions are to be conducted at
locations as agreed with FCI.
3.2.9. Rollout of application across all depots The System integrator has to undertake the following activities with respect to the pilot and rollout of
the application at each of the depots. System Integrator has to ensure adequate manpower to support
all depots till the end of the roll out duration, including already rolled out depots:
i. Pilot of the application in identified model depots
ii. Stabilization of the application based on issues encountered and feedback obtained
iii. Installation of app and role-based configuration of the handheld devices at the district level
iv. Handholding of the application users for both handhelds and desktops
a. Functional Handholding – The System integrator shall provide handholding support
to FCI’s staff at the depot/district/region throughout the rollout period till the Go-
Live and acceptance of the solution at each of the depots. These staff will be
identified by FCI exclusively for performing the functions.
b. Technical Handholding – For technical expertise support such as analytics and other
special technical requirements for which FCI is not currently equipped with the
required skill sets, the System integrator shall provide the handholding support to
FCI during the warranty period.
v. Rollout of the application to all FCI owned depots based on fulfilling the agreed acceptance
criteria for go-live at individual depots
vi. Rollout of the application to all FCI hired depots based on fulfilling the acceptance criteria,
as agreed with FCI, for go-live at the individual depots
vii. Ensure the generation of all reports on-line through the implemented system after the go-
live of each of the depots
3.2.10. 4 years Warranty Support This shall cover the services/support dedicated to the continuous operation of the Depot Online
System post successful implementation of the complete application at all depots. System integrator has
to provide warranty of the application, fixes/patches and upgrade for all proposed software for a
period of 4 years.
On completion of the warranty period, the System integrator will ensure a smooth transition by
handing over complete source code and all system related up-to-date documentation as well as
providing training to the FCI IT Team on all technical aspects of the system.
Request For Proposal Depot Online System (FCI)
22
A. Application Support
i. The System integrator shall provide application warranty for a period of 4 years post successful
Go Live with the complete application functionality at all depots.
ii. This will include, but not limited to, production monitoring, troubleshooting and addressing the
functionality, availability and performance issues, as well as implementing the system changes.
iii. As part of these services, the System integrator shall provide support for bug fixes,
enhancements, operational support, and assistance to the users at all FCI depots and offices.
iv. The scope covers the following activities to be done by System integrator:
a. Enhancement / modifications with respect to new / enhanced / enriched functionality
b. Ensuring the desired functioning of the interfaces / integration points
c. Test scripts preparation and interim application testing
d. Application installation and testing for any patch or new release of the application
e. Modification/development of MIS reports
f. Database administration based on requests and standards
g. Present relevant information and training, whenever applicable and necessary, regarding
the use of new features or functional changes to the relevant users identified by FCI.
h. Backup/restore and reinstallation on a high priority basis during application failure.
i. Restoration of previous data backups on a high priority basis during database failure.
v. The System integrator shall, in addition, make recommendations on workflows and staffing
which will enable FCI to sustain support function beyond the required support period. This will
include the details of workflows to track user requests regarding technical bugs, design flaws
and feature recommendations.
vi. System Integrator will also be responsible for maintaining the application in the hosting
infrastructure by taking regular data and application backup for recovery, provide patches and
updates to maintain the application performance up to the desired level, installation of
applications in the servers, provide reports on application uptime and performance as per the
defined SLAs on monthly basis.
B. Incident Management
i. Defect management is an important activity and it will have expected turnaround time, as agreed
with FCI, based on the severity and priority level. The System integrator shall resolve any logged
or reported defects on ‘best of efforts’ basis as per timeline. Following are the steps involved:
a. Defect definition
b. Context definition (through functional teams as per requirements)
c. Analysis by System integrator
d. Priority and severity categorization
e. Resolution of the defect
f. Testing and applying in production
ii. The System integrator shall address all the errors/bugs/gaps in the functionality offered by the
proposed solution (vis-à-vis the FRS) at no additional cost during the warranty period.
Request For Proposal Depot Online System (FCI)
23
iii. The System integrator shall identify and resolve application problems like system malfunctions,
performance problems, data corruption etc. due to which the solution is not able to give the
desired performance
iv. The System integrator shall apply all available and applicable patches/ updates to the solution,
both for the application as well as the mobile app. System integrator is responsible to provide
handholding support to end users for any change in feature/functions.
C. Software Change & Version Control
i. The System integrator shall maintain version control and configuration information for any
system documentation and application software.
ii. All configuration changes or customizations or bug fixes or enhancements in the functional
scope mentioned in this RFP for the proposed application, which don’t involve the creation of
any new application module, are to be carried out by the System integrator at no extra cost.
iii. Any new functionality in the solution, which have neither been mentioned in the RFP, nor been
proposed within six months from "Go Live", shall be carried out through a separate Change
Control Note (CCN) prepared by the System integrator. The effort and cost estimates shall be
based on the person-month cost quoted by the System integrator for software changes in the
commercial proposal. This cost per man-month shall remain unchanged during the contract
period. The rate mentioned in ‘CR Man Month Rate’ table in Appendix II will be applicable for
estimating the cost of CR.
iv. Changes in the application software which are mandatorily required for complying to any of the
predefined SLA requirements, FRS or To-be Functional solution cannot be treated as a separate
Change Request, and hence are to be completed by the System integrator at no extra cost.
v. All changes during the warranty phase shall be subjected to comprehensive and integrated
testing by the System integrator to ensure that changes, implemented in the system, meet the
desired and specified requirements of FCI and don’t impact any other function of the system.
vi. The System integrator shall submit a Quarterly Report on the changes performed on the
application and resolution of malfunctions carried out by the System integrator.
vii. The System integrator shall troubleshoot all possible problems, monitor erratic behavior
through the application logs.
viii. All planned changes to application systems shall be coordinated within established Change
Control processes to ensure that:
a. Appropriate communication on changes required has taken place
b. Proper approvals have been received
c. Schedules have been adjusted to minimize impact on the production environment
ix. For any changes to the software, System integrator shall submit a document indicating proposed
changes, impact to the system in terms of functional outcomes/ additional features added to the
system.
D. Maintain configuration information & System documentation
System integrator shall maintain and update documentation of the software system to ensure that:
Request For Proposal Depot Online System (FCI)
24
a. Application documentation is updated to reflect on-going maintenance and enhancement
including SDD and SRS, in accordance with the defined standards
b. User manuals, training manuals are updated to reflect on-going changes/enhancements
c. Standard practices are adopted and followed in respect of version control and management of
system documentation.
E. Manpower Based Support
System integrator will maintain adequate number of resource at each FCI locations at the appropriate
level for 1 year after the roll out completion to facilitate the following activities:
a. Onsite support to handhold the user to troubleshoot any issues in the centralized application or
the application running on the hand held devices
b. Coordinate with backend application support team to explain any issues and assist them
resolving the issues in timely manner
3.2.11. Supply, Installation and Configuration of Client side Hardware
i. The System integrator shall be responsible for supply, installation, commissioning and
maintenance of tablets, desktop, printers and UPS devices as per the specifications given below
for around 553 depots across the country. All Hardware Devices should carry a 3 years
comprehensive warranty from the date of acceptance sign off provided by the concerned FCI
depot manager.
ii. The System integrator must ensure that the desktop supplier has shipped the desktops with pre-
loaded software as specified in this RFP.
iii. The tablets should be equipped with SIM card and System integrator has to procure the SIM cards to ensure that the tablets have adequate network connectivity for using depot online system.
iv. Similarly the desktops should be supplied with Dongles and the System integrator has to procure the Dongles as required for ensuring adequate network connectivity to use depot online system. But wherever broadband connectivity is available in the depot offices, the supplied depot office desktop(s) will use the existing broadband and will not require any Dongles. However, the desktops for Depot Gate and QC Lab are always required to be supplied with Dongles for connectivity. Please refer Appendix VI for details related to existing broadband connection at various regions.
v. System integrator will undertake Depot wise feasibility study for the available network connectivity and functioning of SIM card / Dongles, and identify the best network service provider corresponding to each district. The feasibility report is to be shared with FCI before procurement of SIM card / Dongles.
vi. System integrator will be responsible for the procurement and activation of the SIM Card and Dongles and will undertake any necessary coordinating/liasoning activities with different service providers to ensure the availability of network at depot level. However, administrative support/documentation required for procurement of SIM Card / Dongles will be provided by FCI.
vii. System integrator will not be responsible for the monthly/quarterly payment of bills for the supplied SIM Cards and Dongles, and these will be owned by FCI.
viii. System integrator will provide 3G SIM Cards to depots wherever 3G network is available. In case there is no 3G connectivity at any depot, the System integrator will provide 2G SIM Card.
Request For Proposal Depot Online System (FCI)
25
ix. The System integrator shall depute its technically qualified representative for commissioning/
installing the delivered quantity of tablets, printers, UPS, desktop etc. at depot.
x. The System integrator shall install depot management system (will be provided by department)
before deployment of hardware devices at depot level.
xi. The designated officer from the FCI Department will inspect the hardware devices deployed and
commissioned and fill up the post-delivery inspection report. Rejected equipment(s) shall be
handed over to the authorized representative of the System integrator. The numbers of such
defective equipment(s) shall be specified in the post-delivery inspection report.
xii. The System integrator is also required to provide support to Departments in reference to faulty
hardware devices. They would be required to replace/ fix/provide resolution as per the Service
levels mentioned in the document. The entire cost of replacement including transportation from
the Manufacturing Plant or Port of Landing to the location shall be borne by the System
integrator.
xiii. The System integrator should ensure that all the hardware components offered are as per the
approved specification. Prior to hardware delivery, the System integrator will also share a no-
deviation declaration stating that the hardware procured is in compliance to the specifications
mentioned. No item with short supply or with different technical specifications shall be
accepted in any circumstances.
xiv. All devices being supplied by the System integrator should be tested and certified prior to
delivery of the device at ground locations. Any device without testing certificate shall be
returned to the System integrator.
xv. The System integrator shall provide packing as is required to prevent damage or deterioration of
the goods during transit to their final destination. The packing shall be sufficient to withstand,
without limitations, rough handling during transit and exposure to extreme temperatures and
precipitation during transit and open storage.
xvi. System integrator shall provide necessary software and technical document including drivers,
installable, manuals, to enable concerned Departments in using the hardware devices.
xvii. The System integrator is expected to install web security solution on the desktop and facilitate
the department officials to control the desktop for usage other than depot online system
(restricted usage). Regular training to IT admin should also to be organized by System
integrator to facilitate the adaptability of web security solution.
xviii. The System integrator is expected to install MDM software (Mobile Device Management) in the
tablets and facilitate the department officials to control mobile devices through MDM solution.
Regular training to IT admin should also to be organized by the System integrator to facilitate
the adaptability of MDM solution. The purpose of MDM solution is to ensure that the tablets
are used only for the sole purpose of working on depot management system and the user should
not be allowed to use the tablet for personal usage.
A. AMC/Warranty Support for 3 years
i. The System integrator shall provide the onsite after-sales support as per the service level
agreement mentioned in this document.
ii. The System integrator is required to provide a comprehensive warranty for the hardware
products for a period of 3 years commencing from the date of Go Live acceptance sign-off. The
warranty shall cover all the components and sub-components of the supplied hardware.
Request For Proposal Depot Online System (FCI)
26
iii. In addition to the above clause, the System integrator shall, during the warranty period, replace
or remove hardware components with any manufacturing or functional defect, so as to
maintain the device fully operational. The replacement of components shall be done free of cost
in such cases.
iv. Additionally the System integrator shall, during the warranty period, replace any hardware
component with physical damage. Such replacement shall be done free of cost as part of
comprehensive warranty.
v. The System integrator must establish a complaint redressal system (email and phone based)
to register the complaint about hardware issue and will also maintain a log of issues, time and
date of receipt of call, cause / nature of problem, date & time of resolution provided etc.
vi. The System integrator needs to ensure that the OEM provides support for the device sold to
the concerned Department. In case any of the device model becomes obsolete and SI is unable
to provide Warranty & Support, in such case the System integrator shall offer new item/model
with the same make or higher specification at no additional cost during the warranty period.
vii. The hardware AMC should cover the following:
a. Onsite repair coverage
b. Onsite replacement coverage
c. Dedicated field staff/onsite support
d. Standard warranty from System integrator
e. Back to back warranty from OEM
3.2.12. Set up of VSAT Based Connectivity and Networking
A. VSAT and Networking
FCI envisages implementation of an end-to-end IT System to ensure automation of depot level
operations across all FCI owned depots. There are few depots in the remote regions in the country
where there is no availability of any internet connectivity either through broadband or through
2G/3G mobile network.
For overcoming this bottleneck and ensuring complete end-to-end networking within the Depots
for all client side hardware, it is proposed to augment the network of about 10-15 Depots through
VSATs to enable real-time internet connectivity at these Depots and ensure automation of all depot
level operations. The System Integrator will be responsible to set up the VSAT based networking
within these depots and connect it in NIC Hub for the communication bandwidth.
i. The System integrator will supply, install and commission the VSATs to provide real-time
internet connectivity at identified Depots under FCI.
ii. The System integrator will undertake the site survey for measuring the actual requirement
in terms of number of routers, switches and other equipment based on the depot
specification (e.g. total area, shed, stack specification etc.)
iii. The System integrator will have to provide necessary equipment like monkey cages, routers,
modems, switches, cables etc. required to ensure complete end-to-end networking within the
identified Depots for all client side hardware through LAN and/or 802.11i and upward compatible
Wi-Fi, at no extra cost to FCI.
iv. FCI reserves the right to place an order for less than or equal to or greater than 10-15 VSATs
(& allied equipment) for its depots in remote locations spread across the country. Complete
Request For Proposal Depot Online System (FCI)
27
detail on the total number of depots, along with their respective locations shall be made
available during the time of Contract Signing.
a. FCI reserves the right to postpone the delivery schedule of VSATs depending on
FCI’s requirement.
b. FCI reserves the right to make changes in the list of locations notified by FCI and
it will be binding on the System integrator.
v. The System integrator shall own the responsibility to demonstrate that the product offered
is as per the specification/performance stipulated in this RFP and as committed by the
System integrator without any extra cost to FCI.
vi. Networking at Depot level shall include provisioning for connectivity of Desktops at Depot
Gate, Lorry Weigh Bridge Station, Depot Office and Quality Control Lab; and should also
provide connectivity through Tablets at depot sheds and railway siding/railhead.
vii. Locations/access points, where tablets are envisaged to be provisioned within a Depot, are
given below.
a. Depot Shed: The total number of Sheds in a depot varies as per the overall Depot
Capacity. (Minimum 1 Shed – Maximum of 20 Sheds)
b. Depot railway siding or railhead: There will be only 1 railhead or railway siding
linked to a depot, but the depot can’t have both railhead and railway siding
c. Average estimation on dimensions per Shed is given as below:
Dimensions for a covered shed with capacity 5,000 MT = 150m X 30m
Road width = 6m - 9m
viii. System integrator shall ensure protection of VSAT hardware & allied equipment from
physical damage and uninterrupted power supply.
a. UPS driven power back up (minimum 2 hours support);
b. Monkey caging/fencing for protection of equipment, including protection against
geographical conditions (terrain/weather etc.);
ix. The System integrator shall ensure availability of networking within the Depots by LAN and/or Wi-
Fi.
x. The System integrator shall bear the expenses for the following:
a. Necessary road permits and any other related permits
b. Licenses and requisite octroi
c. Transportation, local delivery and storage
d. Cabling, installation and commissioning at the identified locations
All such expenses shall be included in the VSAT cost in the price bid.
xi. The System integrator shall get a sign-off from the Depot Manager post satisfactory
commissioning of VSATs (& allied equipment) and networking at the Depot. FCI may also
like to undertake a 3rd party audit as and when required.
a. The sign-off shall only be given after satisfactory functioning of all internet enabled
applications and shall be validated by the Depot Manager.
xii. For each site, an “Installation & Commissioning Certificate” indicating the date of
commissioning, list of hardware equipment/devices installed at the site along with their
Request For Proposal Depot Online System (FCI)
28
make/model and unique serial numbers, address of the site etc. signed jointly by the
representatives of the System integrator and FCI, shall be provided to FCI.
a. Along with the Installation & Commissioning certificate, the System integrator shall
also provide “Network Completion Certificate”. The date of providing the network
completion certificate shall be considered as the “Start date for billing”. The exact
format for both the certificates shall be finalized by FCI in consultation with the
System integrator at the time of signing of LOA.
xiii. The System Integrator shall conduct site survey for feasibility assessment prior to
installation of VSAT terminal and minor civil works as necessary. The System integrator
shall also ensure site readiness at no extra cost to FCI.
xiv. After placing the order, FCI shall have the right to cancel or substitute the component
before the System integrator dispatches the ordered components. This shall be done only
when it is deemed necessary by FCI that the supplied or substituted components may not
fulfill the required functions or the acceptance criteria.
xv. The System integrator shall comply with the guidelines/ instructions of Govt. or other
regulatory body for installation and operation of VSAT services offered. System integrator
shall be responsible for handling regulatory matters like obtaining clearances/ licenses etc.
a. The System integrator shall be responsible for ensuring all SACFA/WPC clearances
are obtained from NIC prior to commissioning of VSATs at the identified Depots.
b. FCI shall not be liable for any such payments and the System integrator shall bear all
the licensing and clearance costs required for commissioning of VSATs. However,
FCI shall provide necessary administrative support as and when required.
B. Site Preparation
i. The System integrator shall also ensure the site preparation required for installation in terms of
requirements like the size and weight of the System/sub-system (space required), operating
temperature and relative humidity, dust level, power requirement (stabilizer, UPS), electrical
grounding (earthing), floor/ceiling type, requirement of false floor/ceiling, etc. separately for
each equipment. Power requirement and heat dissipation for each of the equipment shall also be
captured. The selected System integrator shall submit the document regarding site preparation
to FCI.
a. The System integrator should ensure that the site survey is done for all sites within one
week from the date of the order and based on the site survey, FCI will provide the site
readiness for each site within the stipulated delivery time.
b. Any delay in providing site readiness by the System integrator due to non-adherence of
this procedure leading to delay in installation will attract penalty as per this RFP.
c. It is the responsibility of the selected System integrator to provide monkey cages at no
extra cost to FCI as per the site requirements. FCI shall carry no responsibility for any
damage caused to the VSAT due to monkeys or by any other means and necessary
arrangement to be made by System integrator for delivery in time.
d. The penalty shall be applicable for the delayed availability of adequate networking of
Depot through VSATs as per this RFP.
ii. In case any damage of FCI’s property during execution of work is attributable to the System
integrator, System integrator has to replace the damaged property at his own cost.
Request For Proposal Depot Online System (FCI)
29
C. AMC/Warranty Support for 3 years
i. The System integrator shall provide an onsite Comprehensive warranty of the VSAT terminals
and maintenance for a period of 3 years from the date of acceptance of each site.
ii. The System integrator shall provide the service, system spare parts and complete maintenance
of VSATs & allied equipment during the warranty period. The System integrator shall submit an
undertaking letter to this effect along with the Technical bid, otherwise the bid is liable for
rejection.
iii. All tools, testing instruments, consumables, vehicles, etc. as required during all operations such
as transport, installation, testing, commissioning and maintenance during the contract period
shall be provided by the System integrator at no extra cost to FCI for completing the scope of
work as per this RFP.
iv. System integrator shall keep sufficient stock of spares at his godown/office spaces.
v. The warranty would be on-site and comprehensive in nature and back to back support from the
OEM. The System integrator will warrant all the hardware and software components supplied as
a part of the solution against defects arising out of faulty design, materials and media
workmanship etc. for a period of 3 years. The System integrator will provide support for
Networking and other pre-installed software components during the contract period of the
hardware on which these software & operating system will be installed. The System integrator
shall repair or replace worn out or defective parts at his own cost including the cost of transport.
vi. The System integrator shall specify the availability and details of Technical expertise (personnel)
and adequate stocking of spares, including the antenna for each of the location.
vii. Irrespective of the reasons that caused damage to the equipment, the System integrator shall
ensure that the connectivity is restored within 24 hours of lodging a formal complaint by
replacing the damaged parts. Non availability of damaged parts (even VSAT antenna and allied
equipment) at the service locations cannot be considered as force majeure and appropriate
penalty shall be levied as per the uptime requirement mentioned in this RFP.
viii. The System integrator shall conduct Preventive Maintenance (including but not limited to
inspection, testing, satisfactory execution of all diagnostics, and necessary repair of the
equipment) once within first 30 days of the installation and once within the first 15 days of every
quarter throughout the warranty period of 3 years on a day and time to be mutually agreed upon
with FCI.
3.2.13. Inspection & Quality Tests
i. FCI reserves the right to carry out pre-shipment factory/godown inspection by a team of FCI
officials or demand a demo of the solution proposed on a representative model in System
integrator’s office.
ii. The Inspection and Quality Control tests before evaluation, prior to shipment of Goods and at
the time of final acceptance would be as follows:
a. Inspection/Pre-shipment Acceptance Testing of Goods at full load, facilities etc., as per
the standards / specifications may be done at factory site of the Supplier before dispatch
of goods, by the System integrator.
b. The System integrator should intimate FCI before dispatching the goods to various
Request For Proposal Depot Online System (FCI)
30
Depots for conduct of pre-shipment testing. Successful conduct and conclusion of pre-
dispatch inspection shall be the sole responsibility of the System integrator.
c. Provided that FCI may, at its sole discretion, waive inspection of goods having regard to
the value of the order and/or the nature of the goods and/or any other such basis as
may be decided at the sole discretion of FCI meriting waiver of such inspection of goods.
d. In the event of the hardware failing to pass the acceptance test, as per the specifications
and schedule given, FCI reserves the right to cancel the Purchase Order and forfeit the
EMD/PBG.
e. The inspection and quality control tests may be conducted on the premises of the
System integrator, at point of delivery and / or at the Goods’ final destination.
f. Reasonable facilities and assistance, including access to drawings and production data,
shall be furnished to FCI officials, at no charge to FCI.
iii. FCI’s right to inspect, test and wherever necessary, reject the product after the product’s arrival
at the destination shall in no way be limited or waived by reason of the products having
previously been inspected, tested and passed by FCI or its representative prior to the products
shipment from the place of origin by FCI or its representative prior to the installation and
commissioning.
3.2.14. Helpdesk System integrator will be responsible for providing a common helpdesk services for both software and
hardware for duration of 4 years, starting from the application warranty period.. The helpdesk will have
a toll free or local telephone number for after-sales or technical support and would operate 2 shifts on 6
days of the week (FCI working days would be applicable). This helpdesk would manage all issues or
clarifications related to the following:
a) Application issues
b) Data related issues
c) Consistent working of mobile app
d) Hardware functioning
e) Grievance handling
f) Other issues
The helpdesk would perform the following activities at a minimum:
Log complaints of the users
Assign severity to each call
Allocate the call to the concerned technical resource
Tracking each call to its resolution
Analyze call statistics
Ensure that all calls are attended satisfactorily and within the time limit specified in the service
level agreement
Request For Proposal Depot Online System (FCI)
31
3.3. Hardware Specification
Following are detail specification for the hardware to be provided by the System Integrator at the depots for
rolling out the Depot Online System. The System Integrator must ensure that the developed application is
compatible with the provisioned hardware and it can function smoothly meeting the SLAs defined in this
RFP.
3.3.1. Client side Hardware
Hardware Type Specification
Desktop Processor: 2.8 Ghz, Quad Core, 2 MB Cache or higher processor
OS: Linux (64-bit) or Ubuntu (64-bit) or Windows 7 or above (64-bit) pre-
installed (OEM media for OS and Drivers will be supplied by the SI, along
with licensed CD or backup CD)
Form Factor: All-in-One
Serial ATA Hard Drive: 256GB or higher SATA-II or higher HDD 7200 rpm
Memory: 2GB or higher DDR-III 1333MHz or higher
Optical Drive: DVD Drive
LAN: Integrated Ethernet Controller, 10M or above
Wi-Fi: Standard Wi-Fi Adapter
Ports:
USB 3.0 Ports (2 front/2 rear)
1 Microphone port
1 Headphone port
1 Stereo audio line out (rear)
1 Power connector (rear)
1 RJ-45 (rear)
1 7- in-1 Media Card Reader
Integrated Display Port
Display/Monitor: TCO 05 Certified or higher 17” or more LCD Monitor
with 5 ms or better response time
Power Supply: 150 W 85 plus (auto-sensing)
Keyboard: OEM Pack 104 Keys USB Keyboard with rupee sign engraved
and Hindi language compatibility
Mouse: OEM Pack USB Optical Scroll Mouse with Mouse Pad
Preloaded Software:
OS Red Hat Enterprise Linux v6.5 or above (OEM Pack) / Ubuntu
v14.04.2 LTS or above (OEM Pack)/Windows 7 or above
Adobe Acrobat Reader v9.5.5
Request For Proposal Depot Online System (FCI)
32
OpenOffice v4.1.1 /LibreOffice v4.4.2
Web Security Solution
Adobe Flash Player v11.2 Rescue and Recovery
Password Manager
Power Manager
Antivirus Software with one year free upgrade validity
All necessary plug-ins/utilities and drivers bundled in DVD Media
Warranty:
Comprehensive 3 years Unconditional Warranty (including all system
software)
Tablet Display: 7-inch or higher diagonal, scratch resistant, multi point capacitive
touch screen with minimum WSVGA resolution (1024 X 600).
Contrast Ratio should be 800:1 and Aspect Ratio should be 16:9.
Processor Speed: 1 GHz Dual Core or higher 64 bit processor
RAM: 1 GB or higher
Inbuilt Storage: 8 GB or higher flash memory
Expansion Slot: At least a micro SD slot supporting up to 32 GB memory
card
Audio: Good quality Speaker with 1W or higher output for announcements
External Keyboard Support (optional): Device should support keyboard
through USB or Bluetooth interface.
Connectivity: Device should support 3G, GPRS and Wi-Fi 802.11 b/g/n/i. It
should also support Bluetooth® 4.0 + LE (Low Energy, High-speed Data
Transfer) Flexible integrated 3G as well as GPS feature.
Ports: At least one free USB port shall be available after setting up the entire
solution including peripheral devices along with one 3.5 mm headphone
jack.
Battery: Swappable & Rechargeable 4000mAH or higher, Li-ion or Li
Polymer battery capable of providing minimum 8 hours of operation while
all function of device active
Operating System: Linux (Latest Stable Kernel)/Android 4.4.2 or
higher/Windows 8 or higher. The device operating system should support
HTML5 based web browser and CSS 3.0
Certification: RoHS (Restriction of Hazardous substance)
CE or UL
Camera Barcode Reader: Capable of reading 1D line barcode and QR codes
using 5MP auto-focus camera
Indicators: Status indicator provides ease of use; indicators for connectivity
(presence/absence), signal strength, battery status etc.
Sensors: Accelerometer, Ambient light sensor, Vibration
Request For Proposal Depot Online System (FCI)
33
SAM Slot: Device should have at least a SAM slot to support secure loading
of signed applications
Terminal Management: Device should be remotely manageable in secured
mode
External Casing: Ruggedized casing (4’ (1.22 m) Drop Direct to Plywood
over Concrete while System is Operating, 26 Drops)
Security Feature: Capable of integrating with Mobile Device Management
Solution for software/ hardware hardening
Additional Port (optional): RJ45 Port for connecting corresponding cables
Warranty:
Comprehensive 3 years Unconditional Warranty (including all system
software)
UPS 1 KVA Line Interactive UPS system with minimum 60 minute battery
backup on full load.
Warranty:
Comprehensive 3 years Unconditional Warranty
Laser Printer A4 size Laser B&W printer with duty cycle of approx. 1000 pages per month
Warranty:
Comprehensive 3 years Unconditional Warranty
Thermal Printer Print method is line direct thermal printing
High resolution
All fonts support alphanumeric and special characters
Multilingual printing
Battery life of More than 5 hours
Single charge battery life up to 1000 bills
High speed printing
Pocket size light weight for mobility (can equipped with the belt clip)
Simple to use interface protocol
Demo applications and source codes in various languages
Visual and Aural indication for power on/off, charging, busy and error
conditions
Full speed USB 2.0 / 3.0 interface device
Wireless Bluetooth compatible
Warranty:
Comprehensive 3 years Unconditional Warranty
Request For Proposal Depot Online System (FCI)
34
3.3.2. VSAT IDU In-Door Unit (IDU) Specification
1. In route
a) In route data rate capability Ku-Band VSAT, Minimum 192 Kbps, upgradable
up to 1.5 Mbps without any modification
b) Modulation QPSK with Turbo or GMSK
c) In route Access TDMA / FTDMA / MFTDMA /
d) Bit Error Rate (BER) Better than 1 x 10 -7
2. Out route
a) Out Route Data rate Upto 40 Mbps.
b) Out route format DVBS / DVB-S2
c) Modulation QPSK or better
d) Bit Error Rate( BER) Better than 1 x 10 -7
3. Physical Interface
a) No. of Ethernet Ports At least two
b) Port Speeds 10/100 Mbps
c) Data Transport Protocols TCP/IP and UDP, TCP acceleration
Other essential Features
IDU Support Packet filtering
TCP spoofing
QOS on both inbound and outbound
Access Schemes on Inbound
Guaranteed bandwidth
Bandwidth on Demand
Slotted Aloha
Mix of the above
4. Environmental specifications
Temperature 0o to 45o C operating, -20o to 70o C Storage
Humidity 95% RH Non condensing at 0o to 40o C
Antenna
Sr.
No.
Parameter Specification
1. Antenna
a) Antenna Size (Diameter) Minimum 1.2 meters
b) Mount Type Non-Penetrating mount, Elevation over
Azimuth
c) Type of Feed Offset feed
d) Operating frequency To be specified
e) Tx Gain (Mid Band) 43.0 dBi
f) Rx Gain (Mid Band) 41.5 dBi
g) Antenna Adjustment Range In Azimuth- 0° to 360° continuous Fine
In Elevation- 5° to 90° continuous
h) Wind condition a) Operational - 80 Kmph
b) Survival - 200 Kmph i) Reflector Material Glass Fiber Reinforced Polyester SMC
Material
2. Out Door Unit Specification
BUC
Request For Proposal Depot Online System (FCI)
35
a) Power Output Minimum 2 Watt
b) Transmit (Output) frequency 14.00-14.50 G Hz
c) Receive (Input) frequency 950 to 1450 MHz, L band
d) DC power requirement From IDU
LNB
a) Receive Frequency 10.95 to 11.7 GHz
b) Output Frequency 950 to 1700 MHz
c) DC power requirement From IDU
3. Environmental specification of ODU
Temperature Range
-40 to +50 C (operating) -40 to +70 C (storage)
3.3.3. Client side Hardware Quantity
The Bidder should deliver the complete hardware as per the project go live schedule. The system
software (if any) should also be delivered along with the delivery of hardware. The commissioning as
per the scope of work is expected to be completed within one week from the date of delivery of the
hardware. It may also be noted that the quantity mentioned below is indicative and actual quantity will be
based on the ground level requirements during the time of implementation. The minimum quantity of
hardware as per Section 6.7.2 will be specified during contract signing and any additional quantity (if
needed) would be decided during the contract period. Also in case the number of items required is more
or less than the numbers mentioned in the RFP the unit price of the item (as per commercial format) will
be considered for calculating actual payment to the bidder. However bidder must provide the price quote
considering the number of quantities provided below.
The tentative number under each category of hardware is given below –
Quantity Capacity wise
depot
category
Approx. no. of
depot in each
category
Desktop
with Dongle
& UPS
Laser
Printer
Thermal
Printer
Tablets
with SIM
card
Qty per depot <25,000 MT 397 4 3 1 4 -7
25,000 -
50,000 MT
80 5 3 1 7-12
>50,000 MT 76 6 3 1 10-12
Total Quantity 553 2,444 1,659 553 3,541
3.3.4. Delivery Requirements / Precautions
i. The System integrator shall provide packing of the products as is required to prevent their
damage or deterioration during transit to their final destination.
ii. The packing shall be sufficient to withstand, without limitation, rough handling during transit
and exposure to extreme temperature, salt and precipitation during transit and open storage.
Request For Proposal Depot Online System (FCI)
36
iii. Size and weights of packing case shall take into consideration, where appropriate, the
remoteness of the Products final destination and the absence of heavy handling facilities at all
transit points.
iv. Delivery of the hardware products shall be made by the System integrator in accordance with
the timelines as specified.
v. Post successful delivery, the following documentation is to be furnished by System integrator:
a. Delivery Note or acknowledgement of receipt of hardware from the Depot Manager
b. 2 copies of packing list identifying contents of each package
c. Manufacturer’s / System integrator’s warranty certificate
Request For Proposal Depot Online System (FCI)
37
3.4. Application Testing and Certification
System Integrator will perform the Testing of the software application before the application is made ready
for acceptance and rolling out at depots. The primary goal of Testing is to ensure that all the functional
requirements and integration components or data exchange interfaces of the developed application are
working as per the FRS and user expectations.
Additionally System Integrator requires the software application to be audited and certified by a third party
agency (e.g. STQC) to ensure that the application meets the security and performance standards, while
complying with the recommended infrastructure and future scalability and manageability. The STQC Audit
will have to be arranged and done by the System integrator for the following aspects:
- Security
- Performance
FCI will also conduct an User Acceptance Testing (UAT) to ensure satisfactory completion of the application
development as per the functional requirement specification. The SI has to provide the test cases/scenarios
for such testing along with test data and also facilitate and hand hold FCI official to carry out the UAT. SI
should also continue to fix any issues identified during the testing before the final acceptance of the
application.
It is to be noted that FCI may also get the solution audited through a Third Party periodically after Go-Live
in order to ensure the success of the project. Such third-party agency for carrying out the periodic audit and
certification of the entire solution will be nominated by FCI.
3.4.1. Security and Performance Testing The software developed/customized shall be audited by third party from a security and controls perspective.
Such audit shall also include the IT infrastructure and network deployed for the project. Following are the
broad activities to be performed as part of Security Review for the solution.
Audit of Network, Server and Application security mechanisms
Assessment of authentication mechanism provided in the application /components/modules
Assessment of data encryption mechanisms implemented for the solution
Assessment of data access privileges, retention periods and archival mechanisms
Server and application security features incorporated
Application Security mechanisms should be accessed in compliance with the IT Act 2000,2008
Amendment and IT rules 2011, such that it maintains data/information Integrity, Confidentiality, Non-
repudiation
Audit of Security mechanisms so that they are in compliance with the latest Guidelines by Controller of
Certifying authority (CCA), IT Act, ISO27001.
Gap assessment of certain controls like say ISO 27001 and section 43, 47, 66, 69, 79, 84 and 87 of IT
ACT amendment 2008 and decide how the sensitive data from a data centric stand point is to be
protected.
Performance Performance is another key requirement for the project and the third party shall review the performance of
Request For Proposal Depot Online System (FCI)
38
the deployed solution against certain key parameters defined in SLA. Such parameters include request-
response time, work-flow processing time, concurrent sessions supported by the system, disaster recovery
drill etc. The performance review would also include verification of scalability provisioned in the solution for
catering to the project requirements.
Availability The solution should be designed to remove all single point failures. Appropriate redundancy shall be built
into all the critical components to provide the ability to recover from failures. The third party shall perform
various tests including network, server, security, DC/DR fail-over tests to verify the availability of the
services in case of component/location failures. The third party shall also verify the availability of the project
services to all the users in the defined locations.
Manageability The third party shall verify the manageability of the solution and its supporting infrastructure deployed by
the selected Bidder, which would include the requirements such as remote monitoring, administration,
configuration, inventory management, fault identification etc.
SLA Reporting The third party shall verify the accuracy and completeness of the information captured by the SLA
monitoring system, implemented by the System integrator, and certify the same. The SLA monitoring
system will be configurable for calculating the payment to be made by FCI after deducting the necessary
penalties.
Data Quality The third party shall perform sample Data Quality Assessment for the data migrated by the System
integrator to the new system. The errors/gaps identified during the Data Quality Assessment shall be
addressed by the SI before the Go-live of the solution in production environment.
3.4.2. User Acceptance Testing The System Integrator must ensure through testing of the application before the final solution is delivered
for User Acceptance Testing (UAT) by FCI. Detail UAT test cases/scenarios along with test data will have to
be provided by the SI to FCI for review. On satisfactory review of the test cases by FCI, SI has to conduct the
UAT with the help of the designated FCI official and depot level and at other offices. The UAT should be
done using real life scenarios of the depot operation and hence all levels of users must be allowed to conduct
the proper testing. Any defects or functional gaps identified during the UAT shall be addressed by the
vendor for final acceptance of the solution.
Apart from this, the selected Bidder would develop a traceability matrix for validation of compliance of
system against the defined requirements. The acceptance testing for the functional requirements and
integration components shall be performed by the selected internal department users at the HQ/ZO/RO/DO
level and the field users at the depot level. The system has to satisfy the internal user acceptance testing for
go-live.
For conducting the User Acceptance Testing, FCI shall identify the employees from respective divisions, who
shall be responsible for day-to-day operations of the functions automated through the project. The system,
during the functional requirements review, shall necessarily satisfy the user acceptance testing process.
Request For Proposal Depot Online System (FCI)
39
3.4.3. Go-live Acceptance Criteria Following are the list of acceptance criteria to be adopted for the project. The list below is indicative and the
activities will include but not be limited to the following:
Client hardware and handheld devices (tablets) deployed and configured successfully
Application installation on tablets and configuration done successfully
Required training and handholding sessions conducted successfully for depot online staff
Daily depot operations undertaken using the Depot Online system
Daily depot level reports generated accurately for different stakeholders
Dashboard successfully displaying real time depot level data like stack wise storage loss, rake wise
transit loss etc. for various stakeholders
Depot level manual registers digitized and viewable from within the Depot Online System
Offline data capture with tablets and subsequent synchronization with central server working
successfully
Confirmation from the Depot Manager about depot operations going live using the new system
Depot operations stabilized using the new system for a period of 15 days post go-live
FCI would assign a designated nodal officer at district/Area Office level with the responsibility to provide
the Go-Live acceptance.
Request For Proposal Depot Online System (FCI)
40
4. Key Personnel This RFP requires the availability of key personnel for the identified positions onsite at FCI HQ till the end
of the first year of warranty period and in all important meetings subsequently. The positions, identified for
the key personnel, have been mentioned in the below section, against which the bidder has to propose the
CVs. The proposed resources must be in the payroll of the bidder (or any member of the consortium) or its
centres which are proposed to deliver this project. The evaluation of the resources would be limited to the
key personnel and the bidder shall make available all these key resources for the project execution. Any
change or replacement of resources will impose a penalty on the bidder as mentioned in Section 11.1.2 of
this RFP.
4.1. Positions Identified for Key Personnel
4.1.1. Project Manager
The project manager shall be responsible for overall implementation of the system and shall be the single
point of contact for any project status or execution related discussions with FCI. The individual designated
to perform the role of Project manager should have adequate relevant experience in managing projects of
such scale. The roles and responsibilities of a project manager will be as follows:
Drive the overall project, manage all deliverables as per scope within timelines and ensure end
result.
To be able to identify risks and mitigating the same to minimize impact on the success of the project.
Be an expert in the large scale application roll out and change management field.
Ensure the project milestones are achieved as per the project timelines.
Continuously monitoring the performance of system and ensuring that all the SLAs are met.
Coordination between different activity stream e.g. application, hardware etc.
4.1.2. Architecture Lead
The Technical Lead would act as a point of contact for end-to-end technical solution and expertise as well as
provide technical guidance and direction to FCI during the project lifecycle. This person would provide the
necessary technical leadership to the team for technical support and handholding to FCI staff. He/she would
have the required experience to perform large-scale rollout of technical solution along with review and
finalization of technical documentation based on industry standards and procedures. The key
responsibilities of the Technical Lead will be as follows:
Lead the design and development of the application
Sixing of the hosting infrastructure required for the application, communication bandwidth etc.
System integration with internal and external system, digital weigh scale
Guidance to the application development team
Ensuring the adherence of the application availability and performance to the SLAs
Execution of technical training to IT team and operations staff of FCI
Resolution of technical issues and deployment in DC/DR
Request For Proposal Depot Online System (FCI)
41
4.1.3. Domain Expert
The implementation of the Depot Online System requires the project team to have sufficient domain
knowledge in the food procurement storage and distribution operations and specifically how process
improvement can be done in those processes through implementation of IT and other technology
intervention. The domain expert should also be able to bring in global knowledge and expertise in this field
and be able to use the best practices to develop the new application.
4.1.4. Training and Support Lead
Team lead for the training and support would be responsible for the entire training track of the project. The
key responsibilities would include:
Training need analysis, planning and conducting training
Managing the resource deployed at the project sites, managing their day to day activities,
performance of the team
Design of training programs and curriculum.
Ensure training and support logistics at the project sites.
Work in coordination with all the stakeholders.
4.1.5. IT Infrastructure Lead
The key responsibilities of this role should be as follows:
Plan, design, install and configure the IT infrastructure assets
Ongoing monitoring and maintenance of the application infrastructure through the warranty
Achieve highest uptime of all IT infrastructures including maintaining the application at the data
centre
Maintain the servers storage and other hosting related infrastructure considering the hosting to be
done by the NIC and System integrator needs to maintain it
Perform regular server maintenance activities to install required updates and patches
Take regular backup of the database so that restoration of data can be performed without failure or
loss of any data in case of server failure in DC or any disaster recovery exercise
Maintain all system logs and data related to the application uptime and performance as per the SLA and provide MIS
4.2. Minimum Qualification
Manpower Minimum Qualifications Minimum Experience
Request For Proposal Depot Online System (FCI)
42
Manpower Minimum Qualifications Minimum Experience
Project Manager B. Tech./B.E and MBA or equivalent degree.
PMP or any other relevant Project Management certification
Minimum 15 years of overall experience with 10 years in IT system implementation project management.
Optional Criteria:
Should have demonstrated strong project management skill and deliver projects in very tight deadline with success
Should have led at least 2 govt. projects of roll out of IT system on pan India basis.
Architecture Lead
BE/B. Tech./MCA.
Enterprise Architecture (EA) or any other relevant certification.
10+ years of relevant experience in designing and architecting large enterprise scale IT application with specific experience in integrating with electronic equipment (e.g. LWB), other systems outside the client organization, building offline and online capability and data synchronization, handling large concurrent users and performance tuning of application
Optional Criteria:
Should have led the technical design and architecture in at least 2 similar IT system roll out projects.
Domain Expert B. Tech./B.E. and MBA or equivalent degree.
Food procurement and distribution supply chain related certification is mandatory in case B.Tech/BE/MBA is in nonagricultural field.
10+ years of relevant experience in Agri and food distribution field specifically in food procurement and distribution supply chain.
Optional Criteria:
Should have led at least 2 similar IT system roll out projects in the domain.
Training and Support Lead
B. Tech./B.E./MCA and MBA or equivalent degree.
10+ years of relevant experience in planning and managing large team for training, capacity building and roll out related manpower support.
Optional Criteria:
Request For Proposal Depot Online System (FCI)
43
Manpower Minimum Qualifications Minimum Experience
Experience in training internal team of support manpower as well as conducting training need analysis for client organization, preparation of training content
Should have led large number of people deployed at project sites and training and capacity building in at least 2 similar IT system roll out projects.
IT Infrastructure Lead
B.Tech/B.E./ MCA.
ITIL or any other similar IT asset management related certification, OR CCNA/CCNP/CCIE or any other data centre or IT networking related certification
7+ years of relevant experience in IT client side and server side hardware and networking related infrastructure
Optional Criteria:
Experience in hardware sizing and commissioning for enterprise applications
Should have handled IT hosting infrastructure and hardware and networking in at least 2 similar IT system roll out projects
Support Personnel Minimum Qualification: Apart from complying with the above minimum qualifications for the key personnel, the bidder has to
provide required manpower for the onsite support period of 1 year conforming the following minimum
qualification. However, this qualification will not be a part of the technical evaluation process.
BSc/BCA/MCA with minimum 3 years of experience in support role for IT implementation projects
Adequate computer skills and knowledge of the application modules for Depot Online System and
ability to trouble shoot any problems
Should have basic understanding of centralized deployment of web-based applications
Should be comfortable in spoken and written English and Hindi or any local language
4.3. Other Instructions
4.3.1. Initial Composition; Full Time Obligation; Continuity of Personnel
a) The Bidder shall ensure that each member of the Key Personnel devotes full working time to perform the
services to which that person has been assigned as per the proposal.
b) The Bidder shall use commercially reasonable efforts to ensure it retains the services of its Key Personnel,
including provisioning of competitive compensation, benefits and other conditions to its Key Personnel so as
to incentivize them to remain in the Bidder's employment.
Request For Proposal Depot Online System (FCI)
44
c) The Bidder shall not make any changes to the composition of the Key Personnel and not require or
request any member of the Key Personnel to cease or reduce his or her involvement in the provision of the
Services during the Term (or agree to any request other than from FCI that would have the same effect):
(i) unless that person resigns, is terminated for cause, dies, is long-term disabled, is on permitted
mandatory leave under Applicable Law or retires; or
(ii) without FCI's prior written consent
d) The Bidder shall promptly notify FCI of its intention to re-hire any member of the Key Personnel who had
resigned from the Bidder in the previous 12-month period. FCI shall have the right to request that any
member of the Key Personnel who resigns and is re-hired by the Bidder within 12 months of the resignation
date be re-assigned to the provision of the Services.
4.3.2. Evaluations
a) The Bidder shall carry out an evaluation of the performance of each member of the Key Personnel in
connection with the Services at least once in each Contract Year. The Bidder shall provide reasonable
written notice to FCI of the date of each evaluation of each member of the Key Personnel and FCI shall
be entitled to provide the Bidder with input for each such evaluation.
b) The Bidder shall promptly provide the results of each evaluation to FCI, subject to Applicable Law.
4.3.3. Replacement
a) The replacement of resources, deployed as key personnel as per the Technical Bid, will be liable for
penalties, specified in the Penalty Clause in Section 11.1. However such replacement will be allowed only
with a resource of equivalent or higher qualification and experience.
b) In case the resource has resigned then the System Integrator has to inform within one week of such
resignation. The SI shall promptly initiate a search for a replacement and use commercially reasonable
efforts (including the expenditure of reasonable sums, such as to engage the services of a recruiting firm)
to ensure that the role of any member of the Key Personnel is not vacant for any longer than 15 days,
subject to reasonable extensions requested by the selected Bidder of FCI.
c) Before assigning any replacement member of the Key Personnel to the provision of the Services, the
selected Bidder shall provide FCI with:
i. a curriculum vitae (CV) and any other information about the candidate that is reasonably
requested by FCI; and
ii. an opportunity to interview the candidate
d) The selected Bidder has to provide replacement resource, who score at least the same marks as the
resource proposed originally on the same evaluation parameters defined in this RFP document. Once
this is confirmed, FCI shall conduct an interview of the candidate and notify the selected Bidder within
ten days after its interview (or if FCI does not request an interview within ten working days after the
selected Bidder has provided the information, then it would be deemed as accepted).
e) If FCI does object to the appointment, the selected Bidder shall not assign the individual to that position
and shall seek an alternative candidate in accordance with this Section. The decision of FCI shall be final
and binding in the matter of replacement of resources, deployed as key personnel, irrespective of the fact
that a resource may be replaced by a person with higher qualifications and/or experience.
Request For Proposal Depot Online System (FCI)
45
f) The selected Bidder has to ensure at least 4 weeks of overlap period between the existing resource and
the replacement resource to facilitate knowledge transfer.
4.3.4. High Attrition
If in the first 6 month period from the Contract Effective Date or in any rolling 12 months period during the
Term, 20 percent or more of the members of the Key Personnel cease or reduce their involvement in the
Services for any reason other than with FCI's prior written consent, the selected Bidder shall:
(i) provide FCI with a reasonably detailed explanation as to the reasons for such change, including,
where applicable and permitted, notes from any exit interviews conducted by the selected Bidder
with any departing member of the Key Personnel; and
(ii) if such change to Key Personnel has or is likely to have any material adverse impact on the
provision of the Services or any substantial part thereof, undertake, at its own costs, such
remediation acts as are reasonably necessary in order to improve the retention of the Key
Personnel including making reasonable changes to the human resources policies and procedures
applicable to the Key Personnel (including those related to compensation, benefits and other
conditions so that they are competitive with the market) as may be necessary to ensure that such
policies and procedures comply with Good Industry Practice.
4.3.5. Solicitation of Employees
During the Termination Period and thereafter, FCI and its Affiliates shall have the right to solicit and hire:
(i) in case of a termination for convenience, 2 members of the Key Personnel; and
(ii) in case of a termination other than for convenience, all members of the Key Personnel; plus, in
each case, any two members of the team from selected Bidder (other than Key Personnel) of
FCI's choice and at its sole discretion
Request For Proposal Depot Online System (FCI)
46
5. Deliverables and Timelines The overall project implementation timeline to roll out at all FCI depot is 6 months from the award of the
contract. The Bidder shall use the table below to have an understanding on the deliverables and expected
timelines, as required for this project, during the proposal submission. The Bidder can include any
additional deliverables, deemed necessary. However, any suggestion for deviation to the timeline in the
proposal should be accompanied with proper justification and the acceptance or rejection of the same will be
at the sole discretion of FCI.
Bidder in their bid may propose to implement the application functionality in two phases to ensure
adherence with the 6 months roll out time line, and deliver the minimum set of key functionality as specified
in the Appendix III within six months and deliver complete application functionality in another 3 months.
However warranty will start only after the complete functionality is rolled out at all the depots.
At any time during the project implementation, FCI may decide to extend the project timeline further up to
three months.
Sl No
Time line in weeks
Depot Online System Implementation/ Customization
Capacity Building/ Training
IT Infrastructure Commissioning and Hosting
Deliverables
1 T Signing of contract Bank Guarantee for advance payment. (This is equal to the advance payment. The advance will be adjusted in the first bill raised by the SI.)
Mobilization Phase
2 T+1 Project Kick Off - Detailed Project Plan for Depot Online System solution implementation and its approval from FCI
Detailed Project Plan (as agreed and finalized)
Risk Management and Mitigation Plan
Manpower Deployment Plan
System Development Phase
3 T+2 System study and design
Document review
Validation and finalization
FCI orientation
Change mgmt. and comm. workshop
Initiation for setup of training centres
Study of IT infrastructure security
Study of data centre and network admin.
Study of hardware components
System Requirements Specification
Application Architecture
Integration Architecture
Data Architecture
Deployment Architecture
High Level Design document
Integration and interfacing model
Integration Design document
Hosting hardware BOM for DC/DR
Depot Online System Implementation Plan
Request For Proposal Depot Online System (FCI)
47
4 T+6 Application Development
Unit Testing
Functional Testing
Defect Resolution
Regression
Planning for capacity building
Overview Training to Top Management
Completion of setup of training centres
Deployment planning
Planning for application and system performance monitoring
Finalization of the DC/DR site and approval from FCI
Test Execution Report
End-to-end Traceability Matrix
Defect Resolution and Open Defects Report
Regression Report
Capacity Building Plan
Detailed Plan for Change Management
Communication plan
Application and System Performance Monitoring Plan
5 T+6 Integration with LWB
Integration with identified systems
Integration report
6 T+6 Data Migration from DCMS
Data Migration from IRRS
Data Migration from DISFM
Data Migration from PMS
Audit and Certification
Data Migration report
7 T+8 User Acceptance Testing
Production go live
Change management Training
Preparation of training Curriculum and training materials
Role based training on DOS application at pilot locations
Train the Trainer program
Data Centre & Network Administration training
Site preparation for DC and DR
Client side hardware delivery and installation for pilot locations
DC and DR site preparation Report
Overview Training Completion report
Training plan and schedule
Training material
Legacy System Integration Design Report
Application Test Plan and Test Cases
Report on amendments / enhancements / modifications made based on inputs of FCI
Delivery and acceptance report for client hardware
Pilot Phase (Phase 1)
Request For Proposal Depot Online System (FCI)
48
8 T+16 Pilot go-live in 25 model depots
Handholding for pilot locations
Application configuration with depot specific data
Depot level application training and hand holding
Client hardware setup at all pilot locations
Application configuration in tablets
Client side hardware delivery for 528 depots across all zone
IT Infrastructure Installation Report for Phase I locations
Pilot Go-Live Report including
o Infrastructure Deployment / Commissioning Report for Data Centre
Delivery and acceptance report for client hardware
Rollout to FCI owned depots (Phase 2)
9 T+24 Phase 2 Go-live at 553 FCI owned depots (incl. 25 pilot depots))
Handholding for Phase 2
Application configuration with depot specific data
Depot level application training and hand holding
Client hardware setup at all 528 locations
Application configuration in tablets
Phase 2 Go-Live Report including
o Infrastructure Deployment / Commissioning Report for phase 2 locations.
Training Curriculum
End User Training Completion Report on Phase 2
Training Materials, DOS User Manual
DOS Configuration/ customization report based on Phase 2 rollout
Warranty & Support
10 4 year Warranty support
4 years Application warranty
Application Helpdesk support for 4 years
Onsite manpower support for 1 year
Hardware 3 years AMC support (to begin immediately after commissioning of hardware at the depot)
Hardware helpdesk support for 4 years (to begin immediately after commissioning of hardware at the depot)
Detailed call logging by the helpdesk indicating calls which are resolved over the on-call support, site visit or application team
Detail of manpower deputed at each of the locations and their weekly attendance
Details on all the bug fix and enhancement requests and their completion status
Request For Proposal Depot Online System (FCI)
49
Part II - Instruction to the Bidders
Request For Proposal Depot Online System (FCI)
50
6. Instructions to the Bidders
6.1. General
a) While every effort has been made to provide comprehensive and accurate background information and
requirements and specifications, Bidders must form their own conclusions about the support required.
Bidders and recipients of this RFP may wish to consult their own legal advisers in relation to this RFP.
b) All information supplied by Bidders may be treated as contractually binding on the Bidders, on
successful award of the assignment by the FCI on the basis of this RFP
c) No commitment of any kind, contractual or otherwise shall exist unless and until a formal written
contract has been executed by or on behalf of the FCI. The FCI may cancel this RFP at any time prior to
a formal written contract.
d) This RFP supersedes and replaces any previous public documentation & communications, and Bidders
should place no reliance on such communications.
6.2. Compliant Proposals/Completeness of Response
a) Bidders are advised to study all instructions, forms, requirements, appendices and other information in
the RFP documents carefully. Submission of the bid / proposal shall be deemed to have been done after
careful study and examination of the RFP document with full understanding of its implications.
b) Failure to comply with the requirements of the RFP may render the Proposal non-compliant and the
Proposal may be rejected. Bidders must:
i. Comply with all requirements as set out within this RFP.
ii. Submit the forms as specified in this RFP and respond to each element in the order as set out
in this RFP
iii. Include all supporting documentations specified in this RFP
6.3. Pre-Bid Meeting & Clarifications
6.3.1. Bidders Queries
a) FCI shall hold a pre-bid meeting after 7 days from the date of release of this RFP with the prospective
bidders on 21.05.2015 11:00 AM at :
Food Corporation of India
16-20, Barakhamba Lane,
New Delhi – 110001
b) The Bidders will have to ensure that their queries for Pre-Bid meeting should reach to [email protected]
by email on or before 20.05.2015 10:00 AM
c) The queries should necessarily be submitted in the following format:
Request For Proposal Depot Online System (FCI)
51
S.
No.
RFP Document
Reference(s)
(Section & Page
Number(s))
Content of RFP requiring
clarification (s)
Points of
Clarification
d) FCI shall not be responsible for ensuring that the bidders’ queries have been received by them. Any
requests for clarifications post the indicated date and time may not be entertained by the FCI.
6.3.2. Responses to Pre-Bid Queries and Issue of Corrigendum
a) The Officer notified by the FCI will endeavor to provide timely response to all queries. However, FCI
makes no representation or warranty as to the completeness or accuracy of any response made in good
faith, nor does FCI undertake to answer all the queries that have been posed by the bidders.
b) At any time prior to the last date for receipt of bids, FCI may, for any reason, whether at its own initiative
or in response to a clarification requested by a prospective Bidder, modify the RFP Document by a
corrigendum.
c) The Corrigendum (if any) & clarifications to the queries from all bidders will be posted on the
https://eprocure.gov.in/eprocure/app & www.fciweb.nic.in and emailed to all participants of the pre-bid
conference.
d) Any such corrigendum shall be deemed to be incorporated into this RFP.
e) In order to provide prospective Bidders reasonable time for taking the corrigendum into account, FCI
may, at its discretion, extend the last date for the receipt of Proposals.
6.4. Key Requirements of the Bid
6.4.1. Right to Terminate the Process
a) FCI may terminate the RFP process at any time and without assigning any reason. FCI makes no
commitments, express or implied, that this process will result in a business transaction with anyone.
b) This RFP does not constitute an offer by FCI. The bidder's participation in this process may result FCI
selecting the bidder to engage towards execution of the contract.
6.4.2. Cost of Tender
a) Bidders shall submit non-refundable Cost of Tender of INR 10,000/- (Rupees Ten Thousand Only)
via RTGS/NEFT/Electronic Mode to SBI Account No. 10220632672 Branch Kasturba Gandhi Marg,
Request For Proposal Depot Online System (FCI)
52
New Delhi – 110001, Branch Code 05943 with IFSC Code SBIN0005943. The Cost of Tender shall
not be entertained in any other form and will be denominated in Indian Rupees only.
b) The bidder can download the RFP documents from the Central Public Procurement Portal
https://eprocure.gov.in/eprocure/app & www.fciweb.nic.in. Interested bidders should enroll or register
before participating through the Procurement Portal. The enrollment is free of cost. Proposals received
without or with inadequate Cost of Tender shall be rejected.
6.4.3. Earnest Money Deposit (EMD)
a) Bidders shall submit, along with their Bids, EMD of INR 2 Crores only (Rupees Two Crore Only),
via RTGS/NEFT/Electronic Mode to SBI Account No. 10220632672 Branch Kasturba Gandhi Marg,
New Delhi – 110001, Branch Code 05943 with IFSC Code SBIN0005943. EMD shall not be
entertained in other form and will be denominated in Indian Rupees only.
b) EMD of all unsuccessful bidders would be returned by FCI as promptly as possible, but no later
than 60 days after the award of the contract to the successful bidder. The EMD, for the amount
mentioned above, of successful bidder would be returned within 15 days after submission of
Performance Bank Guarantee as per the format provided in Appendix I, and subject to entering into a
contract/signing of SLA with FCI.
c) The EMD amount is interest free and will be refundable to the unsuccessful bidders without any
accrued interest on it.
d) The bid / proposal submitted without EMD, mentioned above, will be summarily rejected.
e) The EMD may be forfeited:
If a bidder withdraws its bid during the period of bid validity.
If a bidder increases his quoted prices during the period of bid validity or is extended period, if
any.
In case of a successful bidder, if the bidder fails to sign the contract or to furnish Performance
Bank Guarantee within specified time, in accordance with this RFP.
6.4.4. Submission of Responses
a) The bidders shall submit their responses in 2 parts namely “Pre-Qualification & Technical Proposal”
and “Commercial Proposal”. The online packets containing the Proposal shall include the Scanned
copy of all relevant documents as mentioned below, serially numbered, and duly signed on each page
by the bidder. All documents as required to be submitted needs to be digitally signed or self-attested
by the Authorized Signatory.
i. Pre-Qualification & Technical Proposal
A. All documentary evidences as specified in the Section 7.1 for Pre-Qualification Criteria
B. Scanned copy of Acknowledgement Receipt with UTR number of RTGS/NEFT/Electronic
Mode towards Earnest Money Deposit
C. Scanned copy of Acknowledgement Receipt with UTR number of RTGS/NEFT/Electronic
Mode towards non-refundable Cost of Tender
Request For Proposal Depot Online System (FCI)
53
D. A registered/notarized power of attorney authorizing the bidder to sign/execute the
proposal as a binding document and also execute all relevant agreements forming part of
the RFP
E. All relevant Experience Certificates and documents as evidence of meeting technical
evaluation criteria
F. Project Delivery Strategy as per the RFP Timelines
G. Detailed Resource Deployment Plan
H. Detailed Approach and Methodology
I. Solution Architecture
J. Curriculum Vitae (CV) of proposed staff (as per Appendix I)
K. All the Technical Proposal Forms (as per Appendix I)
L. Tender document signed on each page
ii. Commercial Proposal
A. Commercial Proposal (as per Appendix II)
b) Please note that the prices should not be indicated in the Pre-Qualification and Technical Proposal
but should only be indicated in the Commercial Proposal. The Commercial Proposal should strictly
follow the templates provided in the RFP and must be uploaded in the Procurement Portal.
c) Any proposal received by FCI after the above deadline shall be rejected and returned unopened to the
bidder.
d) The bids submitted by telex/telegram/fax/email etc. shall not be entertained. No correspondence will
be entertained on this matter.
e) All the pages of the proposal must be sequentially numbered and must contain the list of contents
with page numbers. Any deficiency in the documentation may result in the rejection of the Bid.
f) The proposal/bid shall be prepared in indelible ink. It shall contain no interlineations or overwriting,
except as necessary to correct errors made by the bidder itself. Any such corrections must be initialed
by the person (or persons) who sign(s) the proposals.
g) All pages of the bid shall be initialed and stamped by the person or persons who sign the bid.
h) Any default by the bidder in respect of tender terms and conditions will lead to rejection of the bid.
i) FCI reserves the right to reject any or all proposals without assigning any reasons thereof.
6.4.5. Authentication of Bids
Proposal should be accompanied by a power-of-attorney in the name of the signatory of the Proposal.
6.4.6. Consortium The Bidder is allowed to enter into a Consortium Agreement with another entity in order to present the proposal as a single bid. However, the RFP does not allow for more than 2 members in the Consortium – comprising of a software and a hardware vendor, and either of them can be the Lead Bidder.
Request For Proposal Depot Online System (FCI)
54
The Lead Bidder will procure the tender document, and finally sign and submit the proposal on behalf of
Consortium. He shall be authorized to incur the liabilities and receive instructions for and on behalf of any
and all partners of the consortium.
In case of a successful bidder, which is a consortium, the parties of consortium shall be jointly and severely
held responsible for the successful implementation of the project and provision of services.
The proposal should detail out the value add and experience of consortium partner and the lead bidder separately. The Lead Bidder has to submit the Consortium MOU as part of the technical proposal submission. Please refer to the Consortium MOU template in Appendix I.
6.4.7. Subcontracting
The Bidder is allowed to subcontract non-core elements of the project. It may be noted that in case of
subcontracting, the bidder is mandated to detail out the activities being proposed for subcontracting
in the technical proposal. The subcontracting can only be done for one or more of the non-core
elements as listed below:
Training & Handholding
Helpdesk for Software & Hardware
Networking through VSATs
6.5. Preparation and Submission of Proposal
6.5.1. Proposal Preparation Costs
The bidder shall be responsible for all costs incurred in connection with participation in the RFP process,
including, but not limited to, costs incurred in conduct of informative and other diligence activities,
participation in meetings/discussions/presentations, preparation of proposal, in providing any additional
information required by FCI to facilitate the evaluation process, and in negotiating a definitive contract or all
such activities related to the bid process.
FCI will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the
bidding process.
6.5.2. Language
The Proposal should be filled by the bidders in English language only. If any supporting documents
submitted are in any language other than English, translation of the same in English language is to be duly
attested by the Bidders. For purposes of interpretation of the documents, the English translation shall
govern.
6.5.3. Venue & Deadline for Submission of Proposals
Proposal, in its complete form in all respects as specified in the RFP, must be submitted electronically
to FCI in the CPP Portal (http://eprocure.gov.in/eprocure/app).
Request For Proposal Depot Online System (FCI)
55
The start date and time for submission of online bid is 14.05.2015 at 11:30 AM and the end date and time
for submission of online bid is 15.06.2015 at 03:00 PM.
Bidder should log into the CPP Portal well in advance for Bid submission so that he can upload the Bid
on time i.e. on or before the bid submission end time. Bidder will be responsible for any delay due to
other issues. FCI doesn’t take any responsibility for any technical snag or failure that has taken place
during document upload due to client system or insufficient bandwidth at the bidder side.
The server time, which is displayed on the bidder’s dashboard, will be considered as the standard time
for referencing the deadlines for submission of the bids by the bidders. The bidders should follow this
time during bid submission.
6.5.4. Late Bids
a) Bids received after the due date and the specified time (including the extended period if any) for any
reason whatsoever, shall not be entertained and shall be returned unopened.
b) The bids submitted by telex/telegram/fax/e-mail etc. shall not be considered. No correspondence
will be entertained on this matter.
c) FCI shall not be responsible for any postal delay or non-receipt/ non-delivery of the documents. No
further correspondence on the subject will be entertained.
d) FCI reserves the right to modify and amend any of the above-stipulated condition/criterion
depending upon project priorities vis-à-vis urgent commitments.
6.6. Deviations
No deviations will be allowed in the bidders response and the bidder has to agree unconditional acceptance
of all the contents of the RFP document including Terms and Conditions, Scope of Work, Deliverables and
Timelines, Payment Terms, Service Levels Agreements and Penalty.
6.7. Tender Evaluation Process
6.7.1. General
a) FCI will constitute a Proposal Evaluation Committee to evaluate the responses of the bidders
b) The Proposal Evaluation Committee constituted by the FCI shall evaluate the responses to the RFP
and all supporting documents / documentary evidence. Inability to submit requisite supporting
documents / documentary evidence, may lead to rejection.
c) The decision of the Proposal Evaluation Committee in the evaluation of responses to the RFP shall
be final. No correspondence in this regard will be entertained.
d) The Proposal Evaluation Committee may ask for meetings with the Bidders to seek clarifications on their
proposals
e) The FCI reserves the right to reject any or all proposals on the basis of any deviations.
Request For Proposal Depot Online System (FCI)
56
f) Each of the responses shall be evaluated as per the criterions and requirements specified in this RFP.
6.7.2. Minimum Quantity
The scope of work in this RFP includes the Depot Online System roll out to 553 FCI depots and
deployment of required client hardware at those depots only. However the hardware quantity
mentioned in the scope of work of this RFP is indicative. For estimation purpose it is considered that
rollout and hardware deployment will be done at 553 depots and provision for networking through
VSAT to be done in approximately 10-15 depots across India.
FCI reserves the right to change the number of depots for rollout, hardware deployment and
networking, which may vary from what is being specified in the RFP (in the event of changes in
number of active depots of FCI) and the payment will be made on the basis of actual number of depots
rolled out and quantity of hardware deployed and commissioned in those.
FCI reserves the right to include CWC and SWC depots also for rollout, hardware deployment and
networking on need basis anytime during the contract period. The vendor shall remain liable to accept this
additional work at the unit price quoted in the commercial bid of this proposal with the same terms and
conditions.
Any decision of FCI in this regard shall be final, conclusive and binding on the bidder.
6.7.3. Tender Opening
The Proposals submitted up to 15.06.2015 at 03:00 PM will be opened at 16.06.2015 at 11:00 AM by FCI
designated officials, in the presence of such of those Bidders or their representatives who may be present at
the time of opening.
The representatives of the bidders should be advised to carry the identity card or a letter of authority
from the tendering firms to identify their bonafides for attending the opening of the proposal.
6.7.4. Tender Validity
The offer submitted by the Bidders should be valid for minimum period of 180 days from the date of
submission of proposal.
6.7.5. Tender Evaluation
a) Initial bid scrutiny will be held and incomplete details, as given below, will be treated as nonresponsive.
Proposals
are not submitted as specified in the RFP document
received without the Letter of Authorization (Power of Attorney)
are found with suppression of details
with incomplete information, subjective, conditional offers and partial offers submitted
submitted without the documents requested in the checklist in Appendix I
have non-compliance of any of the clauses stipulated in the RFP
with lesser validity period
b) All responsive Bids will be considered for further processing as outlined below.
Request For Proposal Depot Online System (FCI)
57
Stage 1: Pre-Qualification
i. The Proposal Evaluation Committee shall open the packet for “Pre-Qualification & Technical
Proposal” from the Central Procurement Portal.
ii. The committee will evaluate each of the responses to validate the compliance of the bidders
according to the pre-qualification criteria mentioned in this RFP, as per format and supporting
documents mentioned against each clause. Each of the Pre-Qualification criteria mentioned in
Section 7.1 is MANDATORY. The bidder will qualify only if ALL the pre-qualification criteria
are met. In case the bidder does not meet any one of the conditions, the bidder will be
disqualified.
iii. Bidders would be informed of their qualification/disqualification based on the Pre-
Qualification criteria through email and/or FCI portal. The EMD amount will be returned to
the respective disqualified bidders and their Technical Proposal will remain unopened in the
Central Procurement Portal.
iv. Bidders who have qualified in Pre-Qualification stage will only be eligible for Technical
Evaluation
Stage 2: Technical Evaluation
i. The Technical Evaluation stage will begin after the completion of the Pre-Qualification stage
for those bidders who have qualified in the Pre-Qualification stage.
ii. The committee will review the technical proposals of the shortlisted bidders to determine
whether the technical proposals are substantially responsive as per the Technical Evaluation
Criteria detailed in Section 7.2. Proposals that are not substantially responsive are liable to be
disqualified at the committee’s discretion.
iii. The bidders must conform to all the requirements stated in the RFP document to qualify in the
Technical Proposal evaluation.
iv. Bidders will be required to give presentation of the envisaged solution to the committee as per
the guidelines shared in Section 7.2.3 of this RFP under Technical Evaluation Criteria. The date
and time of presentation will be informed to the eligible bidders during the Technical
Evaluation stage.
v. Each Technical Proposal will be assigned a technical score out of a maximum of 100 marks.
Only the bidders who get a Technical score of 70% or more will qualify for commercial
evaluation stage. Failing to secure minimum marks shall lead to technical rejection of the Bid
and Bidder.
vi. Bidder should also score at least 60% in each of the individual sections of Technical Evaluation
as mentioned in Technical Qualification Criteria.
vii. The bidder shall not incorporate any condition in the bid, as the conditional bids are liable to
be rejected.
Stage 3: Commercial Evaluation
i. All the technically qualified bidders will be notified to participate in Commercial Bid opening
process.
ii. The commercial bids of the technically qualified bidders will then be opened from the
corresponding packet in Procurement Portal on the notified date and time and reviewed to
Request For Proposal Depot Online System (FCI)
58
determine whether they are substantially responsive. Bids that are not substantially
responsive are liable to be disqualified at the committee’s discretion.
iii. The Bidder, who has submitted the lowest Commercial bid, shall be selected as the L1 and
shall be called for further process leading to the award of the Project. The amount mentioned
against Total Cost field in the Table-A Total Cost table in Appendix II will be considered for
the commercial evaluation of the technically qualified bidders.
iv. In the event the lowest Commercial bid is ‘tied’ between two or more bidders, the bidder
securing the highest score in Technical Evaluation out of them will be selected for award of
the Project.
v. Only fixed price financial bids indicating total price for all the deliverables and services
specified in this bid document will be considered.
vi. The bid price will include all taxes and levies except service tax and shall be in Indian
Rupees.
vii. Arithmetical errors in the commercial bid will be rectified on the following basis:
a. If there is a discrepancy between unit price and the total price that is obtained by
multiplying the unit price and quantity, the unit price shall prevail and the total price
shall be corrected.
b. If there is a discrepancy between words and figures, the amount in words will prevail.
Request For Proposal Depot Online System (FCI)
59
7. Criteria for Evaluation
7.1. Pre-Qualification (PQ) Criteria
The Bidder’s response will be evaluated as per the pre-qualification criteria tabulated in the page(s) below.
The Proposal Evaluation Committee will validate the bidder compliance according to the pre-qualification
criteria along with the format and supporting documents mentioned against each clause. Each of the Pre-
Qualification criteria mentioned below is MANDATORY. The bidder will qualify for the Technical
Evaluation only if ALL the pre-qualification criteria are met. In case the bidder does not meet any one of
the conditions, the bidder will be disqualified and will not be considered for the Technical Evaluation.
Request For Proposal Depot Online System (FCI)
60
Sl. No.
Pre-Qualification Criteria Description Single Bidder
Consortium of maximum up to two
partners Evidence Required
1 Incorporated in India under the Companies Act, 1956 and subsequent amendments thereto.
Must meet Must meet by both consortium partners
Certificate of Incorporation, PAN, Service Tax Registration Number and Sales Tax Registration Number
2 Average turnover of at least INR 120 Cr from software services and hardware supply and commissioning, as per the audited consolidated financial statements for FY 2013-14, 2012-13 and 2011-12
Must meet Must meet (Average turnover of software partner must be at least INR 48 Cr from software services and average turnover of hardware partner must be at least INR 72 Cr from hardware supply and commissioning)
Audited financial statements for the last three financial years OR Certificate from CA
3 Positive net worth as per audited consolidated financial statements during each of the FY 2013-14, 2012-13 and 2011-12
Must meet
Must meet by both consortium partners
Audited financial statements for the last three financial years OR Certificate from CA
4 Successful completion of application development and rollout projects, fulfilling the below criteria:
- At least one project of similar nature* with value not less than INR 7.2 Crores during FY 2011-12 or onwards OR - At least two projects of similar nature* with value not less than INR 4.8 Crores each during FY 2011-12 or onwards OR - At least three projects of similar nature*
Must meet Must meet by software partner
Work Order/Contract with scope of work and value
Completion/implementation certificate from client with clear reference of broad scope of work & date of implementation/go-live/ completion date OR Self-Certificate of
Request For Proposal Depot Online System (FCI)
61
with value not less than INR 2.4 Crores each during FY 2011-12 or onwards. Out of the above projects at least one (1) should be for Govt. and one (1) should be implemented at more than 10 centers/locations across India *Similar Nature would mean a project involving application development, rollout, training and support.
Completion of completion from authorized signatory (same as POA)
In case of on-going project, Self-Certification in Affidavit form (Certified by CA) conforming receipt of 60% or more payment of the total project value as per contract
5 Successful completion of at least one engagement related to application development and rollout in the domain of Storage/ Warehouse/ Inventory Management and project value of at least INR 2 Crores during FY 2011-12 or onwards.
Must meet Must meet by software partner
Work Order/Contract with scope of work and value
Completion/implementation certificate from client with clear reference of broad scope of work & date of implementation/go-live/ completion date OR Self-Certificate of Completion of completion from authorized signatory (same as POA)
In case of on-going project, Self-Certification in Affidavit form (Certified by CA) conforming receipt of 60% or more payment of the total project value as per contract
Request For Proposal Depot Online System (FCI)
62
6 Successful completion of engagements involving hardware supply, commissioning and maintenance during FY 2011-12 or onwards, meeting the following criteria: - At least one project of similar nature* with value not less than INR 14.4 Crores; OR - At least two projects of similar nature* with value not less than INR 9.6 Crores each; OR - At least three projects of similar nature* with value not less than INR 7.2 Crores each. Out of the above projects, at least one (1) project should be spread across 10 or more locations across India *Similar Nature would mean a project involving supply, commissioning and maintenance (warranty and onsite support) of hardware including Desktop/UPS/Printer/Tablet.
Must meet Must meet by hardware partner
Work Order/Contract with scope of work and value
Completion/implementation certificate from client with clear reference of broad scope of work & date of implementation/go-live/ completion date OR Self-Certificate of Completion of completion from authorized signatory (same as POA)
In case of on-going project, Self-Certification in Affidavit form (Certified by CA) conforming receipt of 60% or more payment of the total project value as per contract
7 CMMi (Level 3 or above) Quality Certification
Must meet Must meet by software partner
Copy of CMMi Level 3 or above for the centers which are proposed to deliver this project (must be valid at the time of bid submission)
8 At least 100 software development resources on payroll at the time of bid submission
Must meet Must meet by software partner
Self-Certification by authorized signatory with clear declaration of staff at the centres which are proposed to deliver this project
Request For Proposal Depot Online System (FCI)
63
9 Authorized representative of the OEM (same as proposed in this bid) for the supply and commissioning of desktops, UPS, printers and tablets.
Must meet Must meet by hardware partner
Letter of Authorization from OEM for each hardware component
10 Locational capability across India through offices and/or support centers in at least 3 of the 5 zones from North, South, East, West and North East.
Must meet Must meet by either of the consortium partners
Self-Certification by authorized signatory with clear declaration of the offices and support center across India along with address and contact details
11 No blacklisting by any Central/State Govt. in India during the last 5 years, preceding the date of submission of this bid. Further, if the single bidder or lead bidder / partner (in case of a consortium) is blacklisted by any Central/State Govt. in between the bid submission date and the date of award of contract, bidder is liable to be disqualified.
Must meet
Must meet by both consortium partners
Self-certificate letter of undertaking to this effect on company's letter head signed by authorized signatory
Request For Proposal Depot Online System (FCI)
64
7.2. Technical Qualification Criteria
Bidders who meet the pre-qualification/eligibility requirements would be considered as qualified to move to
the next stage of Technical and Commercial evaluations.
The solution offered should meet all the technical and functional details provided in the section “Scope of
Work”. Any non-compliance will attract rejection of the proposal. For technical evaluation, bidders are
required to provide similar evidence documents as mentioned in the pre-qualification criteria where ever
applicable.
The Proposal Evaluation Committee will review the technical proposals of the bidders who have qualified
during the Pre-qualification stage to determine whether they are substantially responsive as per the
Technical Evaluation Criteria detailed in this Section. Proposals that are not substantially responsive are
liable to be disqualified at the committee’s discretion. Bidders will be required to give presentation of the
envisaged solution to the committee as per the criteria under “Solution Architecture, Approach and
Methodology”. The date and time of presentation will be informed to the eligible bidders during the
Technical Evaluation stage.
The bidder’s technical solution proposed in the Technical Proposal document will be evaluated as per
evaluation criteria mentioned in the following table. Each Technical Proposal will be assigned a technical
score out of a maximum of 100 marks. The bidder has to score at least 60 in each of the individual sections
of Technical Evaluation and get a total score of 70 or more to qualify for the commercial evaluation.
Failing to secure minimum marks shall lead to technical rejection of the bid and bidder.
# Evaluation Criteria Total
Marks
Minimum Qualifying
Marks (Cut-Off)
1. Relevant Project Experience in Application Rollout 30 >= 18 (60%)
2. Relevant Project Experience in Hardware Supply
and Maintenance Services 30 >= 18 (60%)
3. Solution Architecture, Approach and Methodology 25 >= 15 (60%)
4. Bidder Profile 15 >= 9 (60%)
Overall Score 100 >= 70 (70%)
The following sections explain how the Bidders will be evaluated on each of the above evaluation criteria.
7.2.1. Relevant Project Experience for Application Development and Rollout
# Criteria Criteria Details Marks
Allotted
1.
Application development
and implementation in
the domain of Storage/
Warehouse/ Inventory
Management
Citations along with Work Order and
Completion Certificate for application
development and implementation in the domain
of Storage/Warehouse/Inventory Management
of minimum value of INR 2 Crores
5 or more citations = 5
4 Citations =4
3 Citations = 3
5
Request For Proposal Depot Online System (FCI)
65
# Criteria Criteria Details Marks
Allotted
2 Citations = 2
1 Citation = 1
2. Government Experience
Citations along with Work Order and
Completion Certificate for application
development and rollout for IT implementation
projects in Government in India of minimum
value of INR 2.4 Crores
5 or more citations = 5
4 Citations =4
3 Citations = 3
2 Citations = 2
1 Citation = 1
5
3.
Application rollout at
more than 10
centers/location across
India
One citation along with Work Order and
Completion Certificate for application rollout
at more than 10 centers in India, having a
minimum project value of INR 2.4 Crores
10 centres = 1 mark and additional 1 mark for
every 10 centres beyond that, maximum up to
10 marks.
10
4.
Mobile App
implementation on any
Platform
Citations along with Client Acknowledgement
Letter for the design and delivery of Mobile
Apps on Android or equivalet Platform in a
*similar scope and capacity of minimum value
of INR 10 lacs
5 or more citations = 5
4 Citations =4
3 Citations = 3
2 Citations = 2
1 Citation = 1
*the mobile app should support offline / online
capability and must be used by minimum of 20
users.
5
5.
Project involving
Application Warranty,
Annual Maintenance
and Support including
Manpower Support for a
duration of at least 1
year.
Citations along with Client Acknowledgement
Letter for projects /assignments related to
Application Warranty, Annual Maintenance
and Support including Manpower Support for
a minimum period of 1 year and project of
value at least INR 2.4 Crores
5 or more citations = 5
5
Request For Proposal Depot Online System (FCI)
66
# Criteria Criteria Details Marks
Allotted
4 Citations =4
3 Citations = 3
2 Citations = 2
1 Citation = 1
TOTAL 30
7.2.2. Relevant Project Experience for Hardware Supply and Maintenance Services
# Criteria Criteria Details Marks
Allotted
1.
Hardware supply,
installation and
commissioning for
turnkey IT projects
Citations along with Work Order and
Completion Certificate for supply, installation
and commissioning of hardware including
Desktop/ UPS/Printer/Tablets, for turnkey IT
implementation projects with minimum value
of INR 7.2 Crores
5 or more citations = 5
4 Citations =4
3 Citations = 3
2 Citations = 2
1 Citation = 1
5
2. Government Experience
Citations along with Work Order and
Completion Certificate for supply, installation
and commissioning of hardware including
Desktop/ UPS/Printer/Tablets for turnkey IT
implementation projects in Government in India
with minimum value of INR 7.2 Crores
5 or more citations = 5
4 Citations =4
3 Citations = 3
2 Citations = 2
1 Citation = 1
5
3. Total number of
implementation sites
Citations along with Work Order and
Completion Certificate for supply, installation
and commissioning of hardware including
Desktop/ UPS/Printer/Tablets for turnkey IT
implementation projects in India with
minimum value of INR 7.2 Crores across
multiple states in India
3 states = 1 mark and additional 1 mark for
10
Request For Proposal Depot Online System (FCI)
67
# Criteria Criteria Details Marks
Allotted
every 2 states beyond that, maximum up to 10
marks.
4.
Project involving
warranty and onsite
support for IT hardware
products for a duration
of at least 1 year
Citations along with Client Acknowledgement
Letter for delivery of projects /assignments
related to warranty and onsite support for IT
hardware products of minimum value of INR
7.2 Crores
5 or more citations = 5
4 Citations =4
3 Citations = 3
2 Citations = 2
1 Citation = 1
5
5.
Delivery of VSAT
networking
infrastructure
Citations along with Client Acknowledgement
Letter for the design and delivery of Supply
installation of VSAT networking and
LAN/WLAN
5 or more citations = 5
4 Citations =4
3 Citations = 3
2 Citations = 2
1 Citation = 1
5
TOTAL 30
7.2.3. Solution Architecture and Approach & Methodology
# Criteria Criteria Details Marks
Allotted
1. Proposed Solution
Evaluation would be done on the basis of bidder’s
understanding on the 1) proposed solution
architecture for mobile based application, online-
offline capability, integration with external systems
like LWB, FOIS etc., building Analytics and
Dashboard and b) architecture to host the
application in data center and DR, replication and
backup mechanism, and plan for meeting the
application performance and uptime related SLAs
Significantly Exceeds Requirement 5
Exceeds Requirement 3
Meets Requirement 1
5
2.
Work Breakdown
Structure for the
project
Evaluation would be done on the basis of bidder’s
plan to execute the project within the required
timeframe, linking up different activities like
deployment of hardware, training, application
5
Request For Proposal Depot Online System (FCI)
68
# Criteria Criteria Details Marks
Allotted
development, testing and rollout etc. Bidder is also
expected to propose a resource deployment plan,
keeping in mind the minimum requirement specified
in this RFP, for various activities of the project to
meet the project timeline and SLA.
Significantly Exceeds Requirement 5
Exceeds Requirement 3
Meets Requirement 1
3. Training Plan
Evaluation would be done on the Bidder’s proposed
number of trainings, contents, delivery mechanism
etc. at various levels and locations of FCI, keeping in
mind the expectation of the project
Significantly Exceeds Requirement 5
Exceeds Requirement 3
Meets Requirement 1
5
4.
Presentation of
proposed Platform &
Technologies
Evaluation would be done on the basis of clarity of
understanding of project objective, scope and
timeline and demonstration of any already available
solution similar to the requireemnt of FCI specially
having modules such as godown management,
depot operation of weigh bridge, quality testing etc.,
inward and outward truck movement, operations at
rail head/rail shed, mobile application
Meets below criteria and additionally
able to show at least 2 of the
following advanced functions as per
FCI requirement:
-Dashboard for a depot manager to
see complete real time status of stock
i.e. shed wise and stack wise stock
position,
-Mobility based solution to capture
data real time in a depot with online
& offline capability
-Rail head and rail shed operation
- Integration with Weighbridge to
capture data automatically
-Route optimization considering
multi modal transport including rail,
road, ship etc.
10
Meets below criteria and additionally
able to show at least 5 of the
6
10
Request For Proposal Depot Online System (FCI)
69
# Criteria Criteria Details Marks
Allotted
following additional functions as per
FCI requirement:
-Truck weighment at LWB
-Quality check of gunnies and food
grains
-10% of weighment of bags
-Stacking of food grain within a shed
-Quality control of food grains
-Physical verification of stock
-Daily stock position for shed and
whole depot
-Movement of bags in and out of
depot
-Labour gang work management
-Reports and MIS at depot level as
well as HO and RO level to see daily
stock data
-Online offline capability
Able to show at least 3 of the
following basic warehouse /depot
management functions:
-Warehouse/depot management for
food grain
-Inventory control of
warehouse/depot
-Inbound and outbound fleet
management
-Transporter contract management
-Reports and MIS related to
warehouse/depot operation
2
TOTAL 25
7.2.4. Bidder Profile
# Criteria Criteria Details Marks
Allotted
1.
Average turnover from IT
software services and
hardware supply and
commissioning, as per the
audited consolidated
financial statements for FY
2013-14, 2012-13 and 2011-12
Turnover >= INR 200 Cr
(Sum of Average turnover of partners in
case of consortium) = 2 marks
Turnover >= INR 120 Cr and < INR 200
Cr
(Sum of Average turnover of partners in
case of consortium) = 1 marks
2
Request For Proposal Depot Online System (FCI)
70
# Criteria Criteria Details Marks
Allotted
2. CMMi Certificate
Valid CMMi certification Level 3 & above
of the centres which are proposed for
delivery of this project.
Level 5 = 2 mark
Level 3 or 4 = 1 mark
2
3. Presence of Service Delivery
Network
Number and details of existing service
centers/project office/branch office
across India covering the 5 zones of
North, South, East, West and North-East
(all 28 states and 7 union territories) for
providing technical support services. This
should accompany a self-declaration by
the bidder in its official letterhead with
complete office details.
0.1 marks for presence per State/UT and
0.5 marks for presence in at least 2 north
east states, maximum up to 3 marks
3
RESOURCE PROFILES 8
1. Project Manager Marking will be based on the Minimum
Qualification and Experience criteria
specified in Section 4.2 of this RFP.
-Full marks would be awarded if all criteria
for Qualification as well as Experience are
fulfilled
-50% marks will be awarded optional
criteria in Experience are not fulfilled
-No marks will be awarded is minimum
qualification and experience criteria are
not met
2
2. Architecture Lead 2
3. Domain Expert 2
4. Training and Support Lead 1
5. IT Infrastructure Lead 1
TOTAL 15
The selection of the vendor for this project will be done on Least Cost or L1 basis. The commercial bids of
the technically qualified bidders only will be opened on the notified date and time and reviewed to
determine whether they are substantially responsive. Bids that are not substantially responsive are liable to
be disqualified at the committee’s discretion. The bidder, who has submitted the lowest Commercial bid,
shall be selected as the L1 and shall be called for further process leading to the award of the Project. The
amount mentioned against Total Cost field in the Table-A Total Cost table in Appendix II will be considered
for the commercial evaluation of the technically qualified bidders.
In the event the lowest Commercial bid is ‘tied’ between two or more bidders, the bidder securing the
highest score in Technical Evaluation out of them will be selected for award of the Project.
Request For Proposal Depot Online System (FCI)
71
Request For Proposal Depot Online System (FCI)
72
8. Appointment of System Integrator
8.1. Award Criteria
FCI will award the Contract to the successful bidder whose proposal has been determined to be
substantially responsive and has been determined as the most responsive bids as per the process
outlined above.
8.2. Right to Accept Any Proposal and To Reject Any or All Proposal(s)
FCI reserves the right to accept or reject any proposal, and to annul the tendering process / Public
procurement process and reject all proposals at any time prior to award of contract, without thereby
incurring any liability to the affected bidder or bidders or any obligation to inform the affected bidder or
bidders of the grounds for FCI action.
8.3. Notification of Award
Prior to the expiration of the validity period, FCI will notify the successful bidder in writing or by fax or
email, that its proposal has been accepted. In case the tendering process / public procurement process
has not been completed within the stipulated period, FCI may like to request the bidders to extend the
validity period of the bid.
The notification of award will constitute the formation of the contract. Upon the successful bidder's
furnishing of Performance Bank Guarantee, FCI will notify each unsuccessful bidder and return their
EMD.
8.4. Contract Finalization and Award
FCI shall reserve the right to negotiate with the bidder(s) whose proposal has been ranked best value
bid on the basis of Technical and Commercial Evaluation to the proposed Project, as per the guidance
provided by CVC.
On this basis the draft contract agreement would be finalized for award & signing.
8.5. Performance Guarantee
FCI will require the selected bidder to provide a Performance Bank Guarantee from a nationalized bank,
within 15 days from the Notification of Award, for a value equivalent to 10% of the total contract value.
The Performance Guarantee shall be kept valid till completion of the project and Warranty period. The
Performance Guarantee shall contain a claim period of three months from the last date of validity. The
selected bidder shall be responsible for extending the validity date and claim period of the Performance
Guarantee as and when it is due on account of non-completion of the project and Warranty period. In case
the selected bidder fails to submit performance guarantee within the time stipulated, FCI at its discretion
may cancel the order placed on the selected bidder without giving any notice. FCI shall invoke the
performance guarantee in case the selected Vendor fails to discharge their contractual obligations during
the period or FCI incurs any loss due to Vendor’s negligence in carrying out the project
Request For Proposal Depot Online System (FCI)
73
implementation as per the agreed terms & conditions.
8.6. Signing of Contract
Post notification to the successful bidder by FCI that its proposal has been accepted and subsequent
submission of Performance Guarantee by the successful bidder, FCI shall enter into a contract,
incorporating all clauses, pre-bid clarifications and the proposal of the bidder between FCI and the
successful bidder.
8.7. Fraud and Corrupt Practices
a) The Bidders and their respective officers, employees, agents and advisers shall observe the highest
standard of ethics during the Selection Process. Notwithstanding anything to the contrary contained in
this RFP, the FCI shall reject a Proposal without being liable in any manner whatsoever to the Bidder, if
it determines that the Bidder has, directly or indirectly or through an agent, engaged in corrupt practice,
fraudulent practice, coercive practice, undesirable practice or restrictive practice (collectively the
“Prohibited Practices”) in the Selection Process. In such an event, the FCI shall, without prejudice to its
any other rights or remedies, forfeit and appropriate the Bid Security or Performance Security, as the
case may be, as mutually agreed genuine pre-estimated compensation and damages payable to the
Authority for, inter alia, time, cost and effort of the Authority, in regard to the RFP, including
consideration and evaluation of such Bidder’s Proposal.
b) Without prejudice to the rights of the FCI under Clause above and the rights and remedies which the
FCI may have under the LOI or the Agreement, if an Bidder or Systems Implementation Agency, as the
case may be, is found by the Authority to have directly or indirectly or through an agent, engaged or
indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive
practice during the Selection Process, or after the issue of the LOI or the execution of the Agreement,
such Bidder shall not be eligible to participate in any tender or RFP issued by the FCI during a period
of 2 (two) years from the date such Bidder, as the case may be, is found by the FCI to have directly or
through an agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice, as the case may be.
c) For the purposes of this Section, the following terms shall have the meaning hereinafter respectively
assigned to them:
“corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly or indirectly,
of anything of value to influence the action of any person connected with the Selection
Process (for avoidance of doubt, offering of employment to or employing or engaging in any
manner whatsoever, directly or indirectly, any official of the FCI who is or has been associated
in any manner, directly or indirectly with the Selection Process or the LOI or has dealt with
matters concerning the Agreement or arising there from, before or after the execution thereof,
at any time prior to the expiry of one year from the date such official resigns or retires from or
otherwise ceases to be in the service of the FCI, shall be deemed to constitute influencing the
actions of a person connected with the Selection Process); or (ii) save as provided herein,
engaging in any manner whatsoever, whether during the Selection Process or after the issue of
the LOA or after the execution of the Agreement, as the case may be, any person in respect of
any matter relating to the Project or the LOA or the Agreement, who at any time has been or is a
legal, financial or technical consultant/ adviser of the FCI in relation to any matter concerning
Request For Proposal Depot Online System (FCI)
74
the Project;
“fraudulent practice” means a misrepresentation or omission of facts or disclosure of
incomplete facts, in order to influence the Selection Process;
“coercive practice” means impairing or harming or threatening to impair or harm, directly or
indirectly, any persons or property to influence any person’s participation or action in the
Selection Process;
“undesirable practice” means (i) establishing contact with any person connected with or
employed or engaged by FCI with the objective of canvassing, lobbying or in any manner
influencing or attempting to influence the Selection Process; or (ii) having a Conflict of Interest;
and
“restrictive practice” means forming a cartel or arriving at any understanding or arrangement
among Bidders with the objective of restricting or manipulating a full and fair competition in the
Selection Process.
8.8. Conflict of Interest
The Vendor shall disclose to FCI in writing, all actual and potential conflicts of interest that exist, arise or
may arise (either for the Vendor the Bidder’s team) in the course of performing the Service(s) as soon as
practical after it becomes aware of that conflict.
Request For Proposal Depot Online System (FCI)
75
Part III - Terms and Conditions of Bids
Request For Proposal Depot Online System (FCI)
76
9. Terms and Conditions: Post Award of Contract
9.1. Termination Clause
9.1.1. Right to Terminate the Process
FCI reserves the right to cancel the contract placed on the selected bidder and recover expenditure incurred
by FCI under the following circumstances:-
a) The selected bidder commits a breach of any of the terms and conditions of the bid.
b) The bidder goes into liquidation, voluntarily or otherwise.
c) An attachment is levied or continues to be levied for a period of seven days upon effects of the bid.
d) If the selected bidder fails to complete the assignment as per the time lines prescribed in the RFP and
the extension if any allowed, it will be a breach of contract. The FCI reserves its right to cancel the order
in the event of delay and forfeit the bid security as liquidated damages for the delay.
e) If deductions of account of liquidated damages exceeds more than 10% of the total contract price.
f) In case the selected bidder fails to deliver the quantity as stipulated in the delivery schedule, FCI
reserves the right to procure the same or similar product from alternate sources at the risk, cost and
responsibility of the selected bidder.
g) After award of the contract, if the selected bidder does not perform satisfactorily or delays execution of
the contract, FCI reserves the right to get the balance contract executed by another party of its choice by
giving one month’s notice for the same. In this event, the selected bidder is bound to make good the
additional expenditure, which FCI may have to incur in executing the balance contract. This clause is
applicable, if for any reason, the contract is cancelled.
h) FCI reserves the right to recover any dues payable by the selected Bidder from any amount outstanding
to the credit of the selected bidder, including the pending bills and/or invoking the bank guarantee
under this contract.
9.1.2. Consequences of Termination a) In the event of termination of the Contract due to any cause whatsoever, [whether consequent to
the stipulated term of the Contract or otherwise], FCI shall be entitled to impose any such obligations
and conditions and issue any clarifications as may be necessary to ensure an efficient transition and
effective business continuity of the Service(s) which the Vendor shall be obliged to comply with and
take all available steps to minimize loss resulting from that termination/breach, and further allow
the next successor Vendor to take over the obligations of the erstwhile Vendor in relation to the
execution/continued execution of the scope of the Contract.
b) Nothing herein shall restrict the right of FCI to invoke the FCI Guarantee and other guarantees,
securities furnished, enforce the Deed of Indemnity and pursue such other rights and/or remedies that
may be available FCI under law or otherwise.
c) The termination hereof shall not affect any accrued right or liability of either Party nor affect the
operation of the provisions of the Contract that are expressly or by implication intended to come into or
Request For Proposal Depot Online System (FCI)
77
continue in force on or after such termination.
9.2. Liquidation Damages
a) Notwithstanding FCI’s right to cancel the order, liquidated damages for late delivery at 1% (One
percent) of the undelivered portion of order value per week will be charged for every week’s delay in
the specified delivery schedule subject to a maximum of 10% of the value of the order value. For eg. If
Server is delivered but delivery of power cord, to be supplied along with Server, is delayed then LD
would be calculated on the total cost of the Server and not on the cost of the power cord alone.
b) Liquidated damages for late commissioning at 1% (One percent) of the order value per week will be
charged for every week’s delay in commissioning to a maximum of 10% of the value of the order value.
c) Please note that the above LD for delay in delivery and delay in commissioning are independent of
each other and shall be levied as the case may be.
d) FCI reserves its right to recover these amounts by any mode such as adjusting from any payments to be
made by FCI to the bidder. Liquidated damages will be calculated on per week basis.
9.3. Acceptance Tests
The selected bidder in presence of the FCI authorized officials will conduct acceptance test at the site.
The test will involve installation and commissioning and successful operation of the hardware, software,
communication equipment etc. No additional charges shall be payable by the FCI for carrying out these
acceptance tests.
9.4. Audits by Third Party
FCI at its discretion may appoint third party auditor for undertaking comprehensive audit of the
implementation and rollout of the Depot Online System.
9.5. Penalty
a) The bidder shall perform its obligations under the agreement entered into with FCI, in a professional
manner.
b) In the event of failure of maintaining the uptime SLA, penalty would be levied as per the clause in this
RFP.
c) FCI may recover such amount of penalty from any payment being released to the vendor, irrespective of
the fact whether such payment is relating to this contract or otherwise.
d) If any act or failure by the bidder under the agreement results in failure or inoperability of systems and if
FCI has to take corrective actions to ensure functionality of its property, FCI reserves the right to impose
penalty, which may be equal to the cost it incurs or the loss it suffers for such failures.
FCI may impose penalty to the extent of damage to its any equipment, if the damage was due to the
actions directly attributable to the staff of Bidder.
FCI shall implement all penalty clauses after giving due notice to the bidder.
If the Bidder fails to complete the due performance of the contract in accordance with the
specification and conditions of the offer document, FCI reserves the right either to cancel the order
Request For Proposal Depot Online System (FCI)
78
or to recover a suitable amount as deemed reasonable as Penalty / Liquidated Damage for non-
performance.
9.6. Dispute Resolution Mechanism
a) This Contract shall be governed by the Laws of India for the time being in force. The courts at Delhi
shall have exclusive jurisdiction for settlement of any dispute arising out of this contract.
b) In the event of any dispute or difference relating to the interpretation and application of the provisions
of the contract, such dispute or difference shall be settled amicably after mutual consultations. In the
event of non-settlement of the dispute, the settlement of the dispute with Govt. Agencies shall be dealt
with in accordance with the instructions on the Settlement of Commercial Disputes between Public
Sector Enterprises inter se and Public Sector Enterprise (s) and Government Department (s) through
Permanent Machinery of Arbitrator (PMA) in the Department of Public Enterprises issued vide Office
Memorandum No. DPE/4(10)/2001-PMA-GLI Dated 22/01.04, M/o Heavy Industries and Public
Enterprises, Department of Public Enterprises. The Arbitration clause to be entered by the selected
bidder if the bidder is a Government Agency. In case of parties other than the Govt. Agencies, the
redressal of the disputes shall be sought through Court of Law.
9.7. Notices
Notice or other communications given or required to be given under the contract shall be in writing
and shall be faxed/e-mailed followed by hand-delivery with acknowledgement thereof, or transmitted
by pre-paid registered post or courier. Any notice or other communication shall be deemed to have been
validly given on date of delivery if hand delivered & if sent by registered post than on expiry of seven days
from the date of posting.
9.8. Force Majeure
Force Majeure is herein defined as any cause, which is beyond the control of the selected bidder or FCI
as the case may be which they could not foresee or with a reasonable amount of diligence could not have
foreseen and which substantially affect the performance of the contract, such as:
a) Natural phenomenon, including but not limited to floods, droughts, earthquakes and epidemics
b) Acts of any government, including but not limited to war, declared or undeclared priorities,
quarantines and embargos
c) Terrorist attack, public unrest in work area provided either party shall within 10 days from
occurrence of such a cause, notifies the other in writing of such causes. The bidder or FCI shall
not be liable for delay in performing his/her obligations resulting from any force majeure cause
as referred to and/or defined above. Any delay beyond 30 days shall lead to termination of
contract by parties and all obligations expressed quantitatively shall be calculated as on date of
termination. Notwithstanding this, provisions relating to indemnity, confidentiality survive
termination of the contract.
9.9. Failure to Agree with the Terms and Conditions of the RFP
Failure of the successful bidder to agree with the Draft Legal Agreement and Terms & Conditions of the
RFP shall constitute sufficient grounds for the annulment of the award, in which event FCI may award
the contract to the next best value bidder or call for new proposals from the interested bidders. In such
Request For Proposal Depot Online System (FCI)
79
a case, the FCI shall invoke the PBG of the selected bidder.
9.10. Defect Liability
The selected bidder (or SI) warrants that the System, including all Information Technologies, Materials,
and other Goods supplied and Services provided, shall be free from defects in the design, engineering,
Materials, and workmanship that prevent the System and/or any of its components from fulfilling the
Functional and System Requirements or that limit in a material fashion the performance, reliability, or
extensibility of the System and/or Subsystems. Exceptions and/or limitations, if any, to this warranty with
respect to Software (or categories of Software), shall be as specified by the SI in agreement with FCI.
Commercial warranty provisions of products supplied under the Contract shall apply to the extent that they
do not conflict with the provisions of this Contract.
If during the Warranty Period any defect should be found in the design, engineering, Materials, and
workmanship of the Information Technologies and other Goods supplied or of the Services provided by the
SI, the SI shall promptly, in consultation and agreement with FCI regarding appropriate remedying of the
defects, and at its sole cost, repair, replace, or otherwise make good (as the SI shall, at its discretion,
determine) such defect as well as any damage to the System caused by such defect. Any defective
Information Technologies or other Goods that have been replaced by the SI shall remain the property of the
SI.
The SI shall not be responsible for the repair, replacement, or making good of any defect or of any damage
to the System arising out of or resulting from any of the following causes:
a) improper operation or maintenance of the System by FCI;
b) normal wear and tear;
c) use of the System with items not supplied by the SI, unless otherwise identified in the Functional
and System Requirements, or approved by the SI; or
d) modifications made to the System by FCI, or a third party, not approved by the SI.
9.11. Functional Guarantees
The selected bidder (or SI) guarantees that, once the Operational Acceptance has been completed, 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.
If, for reasons attributable to the SI, the System does not conform to the Functional Requirements or does
not conform to all other aspects of the Contract, the SI shall at its cost and expense make such changes,
modifications, and/or additions to the System as may be necessary to conform to the Functional
Requirements and meet all functional and performance standards. The SI shall notify FCI upon completion
of the necessary changes, modifications, and/or additions and shall request FCI to repeat the Operational
Acceptance Tests until the System achieves Operational Acceptance.
If the System (or Subsystem[s]) fails to achieve Operational Acceptance, FCI may consider termination of
the Contract, pursuant to Clause 6.1, and forfeiture of the Performance Bank Guarantee in compensation
for the extra costs and delays likely to result from this failure.
9.12. Limitation of Liability
Provided the following does not exclude or limit any liabilities of either party in ways not permitted by applicable law:
a) the Supplier shall not be liable to the Purchaser, whether in contract, tort, or otherwise, for any
Request For Proposal Depot Online System (FCI)
80
indirect or consequential loss or damage, loss of use, loss of production, or loss of profits or interest
costs, provided that this exclusion shall not apply to any obligation of the Supplier to pay liquidated
damages to the Purchaser; and
b) the aggregate liability of the Supplier to the Purchaser, whether under the Contract, in tort or
otherwise, shall not exceed the total Contract Price, provided that this limitation shall not apply to
any obligation of the Supplier to indemnify the Purchaser with respect to intellectual property rights
infringement.
9.13. Source Codes, Copy Rights, Intellectual Property Rights and
Indemnity Liability
a) The documents created during the course of this project, source codes of the customized software,
and IPR related to this project and its scope of work vests solely with the FCI. The software (except
third party software), data, hardware, networking equipment, manual, CDs, Drivers, Training
material etc. will be the exclusive property of the FCI after it is successfully tested and implemented.
The Intellectual Property Rights in all Standard Software and Standard Materials shall remain
vested in the owner of such rights. IPR of the newly developed software, customized software will be
with the FCI.
b) No goods or work covered by the contract shall be manufactured, sold, disposed or done by Bidder
in violation of any right whatsoever of the Third Party, and in particular, but without prejudice to
the generality of the foregoing of any patent right, trademark or similar right, or of any charge,
mortgage or lien.
c) The Bidder shall not provide or use the goods/services for the performance of work which would
infringe any Indian or foreign patent, trademark, registered design or other intellectual property
rights, whether or not similar to any of the said goods.
d) Bidder should submit Certificate/Affidavit regarding non-violation / infringement of any Indian or
foreign patent, trademark, registered design or other intellectual property rights.
e) The Bidder shall indemnify the FCI for any Third Party liability arising out of patent or copyright or
intellectual property or any other dispute. Bidder shall bear the cost of any dispute arising as of
alleged violation of any law and policy applicable in India, with respect to this project.
f) FCI shall have complete and total ownership and control over all the data generated, stored and
processed during the Project.
g) FCI will be owner of IPR for Application Developed.
9.14. Confidentiality
The Bidder, their partners, suppliers, associates and their personnel shall not, at any time either during
implementation or after completion of the project and further during operation and maintenance of the
project, collect, compile, record, store, copy, forward or disclose in any manner any proprietary or
confidential or personal information relating to the services, Agreement, the FCI’s official data or
information / data being recorded into the systems without the prior consent and authority of the
Competent Authority. Bidder and its personnel shall not disclose any information stored in the servers
of the system to any person on any ground except with the express permission of competent authority
unless it is legally required as per direction of court of competent jurisdiction. For any breach of
confidentially the bidder organization shall be responsible under all civil and criminal law in addition to
the personal liability of the person indulging in such misconduct.
Request For Proposal Depot Online System (FCI)
81
9.15. Laws and Jurisdiction
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.
9.16. Agreement
a) The Successful Bidder will have to enter into an Agreement with the FCI, for the performance of the
contract on INR 1,000/- Non Judicial Stamped Paper, within 15 days of the communication of the
final order on Bids, the cost of which has to be borne by the Bidder. FCI shall provide Performa for
such an Agreement. No variation is permitted in this Agreement.
b) Till such an Agreement is signed, there is no liability for FCI.
c) FCI may scrap the tender or any of it part without assigning any reason at any time before the
signing of the Agreement. In case of scrapping of tender or its part FCI will not be liable for any loss
or cost to Bidder.
d) Till the signing of Agreement the Selected Bidder shall bear its own cost for all the activities relating
to this tender.
e) Draft copy of the Agreement will be provided to the Successful Bidder.
f) Security deposit will have to be submitted along with the agreement signing.
g) On submission of security deposit and signing of the agreement, the timeline for completion of tasks
under the RFP shall commence forthwith.
9.17. Exit Management
9.17.1. Transfer of Assets The Selected Bidder will be allowed to continue work on the assets for the duration of the exit
management period which may be a three months period from the date of expiry or termination of
the Agreement, if required by FCI to do so. During this period, the Selected Bidder will transfer all
the assets in good working condition and as per the specifications of the bidding document
including the ones being upgraded to the department/ designated agency. The security deposit/
performance security submitted by Selected Bidder will only be returned after the successful
transfer of the entire project including its infrastructure.
The Selected Bidder, if not already done, will transfer all the Software Licenses under the name of
FCI during the Exit Management Period. The Selected Bidder shall also transfer all the relevant
Software Passwords, User Names and Keys.
FCI during the project implementation phase and the operation and management phase shall be
entitled to serve notice in writing to the Selected Bidder at any time during the exit management
period requiring the Selected Bidder to provide with a complete and up-to-date list of the assets
within 15 days of such notice.
Upon service of a notice, as mentioned above, the following provisions shall apply:
a) In the event, if the assets which are to be transferred to FCI mortgaged to any financial
institutions by the Selected Bidder, the Selected Bidder shall ensure that all such liens and
liabilities have been cleared beyond any doubt, prior to such transfer. All documents
regarding the discharge of such lien and liabilities shall be furnished to FCI or its nominated
agencies.
Request For Proposal Depot Online System (FCI)
82
b) All title of the assets to be transferred to FCI or its nominated agencies pursuant to clause(s)
above shall be transferred on the last day of the Exit Management Period. All expenses
incurred during transfer of assets shall be borne by the Selected Bidder.
c) That on the expiry of this clause, the Selected Bidder and any individual assigned for the
performance of the services under this clause shall handover or cause to be handed over all
confidential information and all other related material in its possession, including the entire
established infrastructure supplied by the Selected Bidder to FCI.
d) That the products and technology delivered to FCI during the contract term or on expiry of
the contract duration should not be sold or re-used or copied or transferred by the Selected
Bidder to other locations apart from the locations mentioned in the this bidding document
without prior written notice and approval of FCI. Supplied hardware, software & documents
etc., used by Selected Bidder for FCI shall be the legal properties of FCI.
9.17.2. Confidential Information, Security and Data The Selected Bidder will promptly on the commencement of the Exit Management Period supply to
FCI or its nominated agencies the following:
a) Documentation relating to Intellectual Property Rights;
b) Project related data and confidential information;
c) All current and updated data as is reasonably required for purposes of FCI or its nominated
agencies transitioning the services to its replacement Selected Bidder in a readily available
format nominated by FCI or its nominated agencies; and
d) All other information (including but not limited to documents, records and Agreements)
relating to the services reasonably necessary to enable FCI or its nominated agencies, or its
Replacement Operator to carry out due diligence in order to transition the provision of the
services to FCI or its nominated agencies, or its Replacement Operator (as the case may be).
e) Before the expiry of the Exit Management Period, the Selected Bidder shall deliver to FCI or
its nominated agencies all new or up-dated materials from the categories set out above and
shall not retain any copies thereof, except that the Selected Bidder shall be permitted to
retain one copy of such materials for archival purposes only.
9.17.3. Transfer of Certain Agreements On request by FCI, the Selected Bidder shall effect such assignments, transfers, innovations,
licenses and sub-licenses as FCI or its nominated agencies may require in favor of FCI or its
nominated agencies, or its Replacement Operator in relation to any equipment lease, maintenance
or service provision Agreement between Selected Bidder and the Third Party lessors, operators, or
operator, and which are related to the services and reasonably necessary for carrying out of the
replacement services by FCI or its nominated agencies, or its Replacement Operator.
Selected Bidder shall handover the copy of connectivity and back to back SLA arrangements with
Network Service providers and OEMs to the FCI to enable the latter to work out further
arrangement with them post- Exit period.
Right of Access to Premises: At any time during the Exit Management Period and for such period of
time following termination or expiry of the SLA, where assets are located at the Selected Bidder’s
premises, the Selected Bidder will be obliged to give reasonable rights of access to or, in the case of
assets located on a Third Party's premises, procure rights of access to FCI or its nominated agencies,
and/ or any Replacement Operator in order to inventory the assets.
Request For Proposal Depot Online System (FCI)
83
9.17.4. General Obligations of Selected Bidder a) The Selected Bidder shall provide all such information as may reasonably be necessary to effect
as seamless during handover as practicable in the circumstances to FCI or its nominated
agencies or its Replacement Operator and which the operator has in its possession or control at
any time during the exit management period.
b) The Selected Bidder shall commit adequate resources to comply with its obligations under this
Exit Management Clause.
9.17.5. Exit Management Plan a) The Selected Bidder shall provide FCI or its nominated agencies with a recommended exit
management plan ("Exit Management Plan") which shall deal with at least the following aspects
of exit management in relation to the SLA as a whole and in relation to the Project
Implementation, the Operation and Management SLA and SOWs within 15 days in case of
Suspension/termination of contract or 4 months prior to end of contract date.
b) A detailed program of the transfer process that could be used in conjunction with a Replacement
Operator including details of the means to be used to ensure continuing provision of the services
throughout the transfer process or until the cessation of the services and of the management
structure to be used during the transfer; and
c) Plans for the communication with such of the Selected Bidder’s, staff, suppliers, customers and
any related Third Party as are necessary to avoid any material detrimental impact on FCI
operations as a result of undertaking the transfer; and
d) If applicable, proposed arrangements and Plans for provision of contingent support in terms of
business continuance and hand holding during the transition period, to FCI or its nominated
agencies, and Replacement Operator for a reasonable period, so that the services provided
continue and do not come to a halt.
e) The Bidder shall re-draft the Exit Management Plan by end of each quarter post Go-Live to
ensure that it is kept relevant and up to date.
f) Each Exit Management Plan shall be presented by the Selected Bidder to and approved by FCI
or its nominated agencies.
g) In the event of termination or expiry of SLA, Project Implementation, Operation and
Management SLA or SOWs each party shall comply with the Exit Management Plan.
h) During the Exit Management Period, the Selected Bidder shall use its best efforts to deliver the
services.
i) Payments during the Exit Management period shall be made in accordance with the Terms of
Payment Clause.
j) It would be the responsibility of the Selected Bidder to support new operator during the
transition period.
9.18. Approval and Required Consents
a) The selected bidder (or SI) shall cooperate to procure, maintain and observe all relevant and
regulatory and governmental licenses, clearances and applicable approvals (hereinafter the
“Required Consents”) necessary to provide the Services. The costs of such Approvals shall be borne
Request For Proposal Depot Online System (FCI)
84
by the SI normally responsible for such costs according to local custom and practice in the locations
where the Services are to be provided.
b) The FCI or its nominated agencies shall use reasonable endeavors to assist System Integrator to
obtain the Required Consents. In the event that any Required Consent is not obtained, the System
Integrator and the FCI or its nominated agencies will co-operate with each other in achieving a
reasonable alternative arrangement as soon as reasonably practicable for the FCI 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 System
Integrator shall not be relieved 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 System Integrator’s
obligations are not dependent upon such Required Consents.
9.19. Ethics
The selected bidder (or SI) 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
or agent of FCI 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 FCI
standard policies and may result in cancellation of this Agreement, or the SLA.
Request For Proposal Depot Online System (FCI)
85
10. Payment Terms
The payments as per the Payment Schedule covered hereinabove shall be paid by this office FCI.
However, Payment of the Bills would be payable, on receipt of advice/confirmation for satisfactory
delivery/installation/re-installation, live running and service report from the concerned sites where the
purchased equipment have been delivered. Also the bidder has to submit the certificate of insurance
covering all the risks during transit, storage, installation, commissioning, testing and handling including
third part liabilities.
FCI may also look to undertake third party audit for the software implemented and rolled out at the FCI
locations.
10.1. Payment Schedules
Sl. No. Project Milestone Payment Schedule
1 Team Deployment &
Mobilization
2% of Software, Rollout
and Training Cost
Within 15 days of completion
of Mobilization Phase
2 Hardware Delivery and
Installation
30% of Hardware Cost Monthly payment on actual
quantity supplied, installed
and commissioned
Payable against delivery
acknowledgement by Depot
Manager/concerned FCI
official
3 Completion of UAT and
successful pilot roll out at
25 depots
23% of Software, Rollout
and Training Cost
Within 15 days of completion
of UAT sign-off, subject to
submission of approved SRS,
Design Document, User
Manual and Deployment
Guide and go-live of each of
the pilot depots
4 * Successful rollout in
remaining 528 Depots
75% of Software, Rollout
and Training Cost + 40%
of Hardware Cost
Within 30 days of go-live of
the each depot and generation
of all reports through system.
Monthly payment based on
the actual number of depots
gone live with Depot Online
System and quantity of
hardware supplied, installed
and commissioned, after
deduction of any applicable
penalties.
Total payment for 553 depots
Request For Proposal Depot Online System (FCI)
86
will be prorated for each
depot.
Note: In case bidder proposes
two phased application
development and roll out,
50% of Software, rollout and
training payment will be
made after successful
completion of first phase and
remaining 25% will be made
at the end of the complete roll
out at all depots with
complete application
functionality.
5 Quarterly completion of
Hardware AMC Support
30% of Hardware Cost Equal quarterly payment
within 10 days of completion
of a quarterly period of
hardware AMC, and
submission of SLA
Compliance Sheet, Problem
Resolution & Root Cause
Analysis report
6 Completion of Warranty for
4 years
100% of Warranty Cost Equal quarterly payment
within 10 days of completion
of quarterly warranty and
submission of Problem
Resolution report, after
deduction of any applicable
penalties subject to start of
warranty post roll out
completion with complete
application functionality at all
depots.
7 Helpdesk for 4 years 100% of Helpdesk Cost Equal quarterly payment
within 10 days of completion
of quarterly helpdesk support
and submission of call log
report, after deduction of any
applicable penalties.
8 Deployment of manpower
support for 1 year
100% of Manpower
Support cost
Equal quarterly payment
within 10 days of completion
of a quarterly period of
manpower support, prorated
based on the actual number of
resources deployed against
the proposed number.
Request For Proposal Depot Online System (FCI)
87
NOTE: The taxes would be paid at the prevalent rates.
* By successful rollout in a depot it is meant that the manpower at all levels are trained adequately, Online
Depot System has been completely operational in that depot and all reports are generated on-line through
the new system after the go-live of that depot. Please refer clause “3.4.3 Go-live Acceptance Criteria”
for the detail acceptance criteria.
Note: FCI shall make the payment within 30 days of receiving of invoice along with proof of acceptance of
deliverable
Request For Proposal Depot Online System (FCI)
88
11. Service Level Agreement & Penalties
Service Level Agreement (SL A) will form part of the contract between FCI and the Vendor. SLA defines the
terms of the vendor’s responsibility in ensuring the timely delivery and the compliance to the Performance
Indicators as detailed in this document. The Vendor has to comply with Service Levels requirements to
ensure adherence to timelines, quality and availability of products / service.
The current SLAs are defined based on consideration that the project rollout has to be done within 6 months
from award. However, in case FCI decides to extend the project rollout timeline on account of any
unavoidable circumstances, the SLA timelines would be extended accordingly.
In case SLA defined below are not achieved, FCI may decide at its discretion to impose/waive off/partially
waive off the penalty if it is established that the delay is not attributable to the system integrator.
11.1. Application Development and Rollout
11.1.1. SLA
Sl.
No
SLA Parameter Target
Performance
Description Penalty
Reference
No.
Software, Roll Out and Training*
1.
Delay in completion of UAT and successful pilot roll out at 25 depots
< 10 days
Measured as the difference between the agreed planned date and actual date for application readiness
1
2. Delay in successful rollout in 528 depots
< 10 days
Measured as the difference between the agreed planned date for completion of pilot and actual date of its completion
1
IT Helpdesk
3. Problem Response time
>=95% within 30 minutes
Average time taken to acknowledge and respond once an incident is logged. This is calculated for all incidents reported within the reporting quarter (16x6xFCI working days).
2
4. MTTR - Time to resolve
>=95% of
Critical issues within 12 hrs of reporting
High severity issues within 48 hrs of reporting
Medium severity issues within 5 days of reporting
Low severity issues within 10 days of reporting
Time taken to resolve the reported problem.
3
5. Percentage of <= 2% For all incidents which are resolved 4
Request For Proposal Depot Online System (FCI)
89
reopened incidents by the System integrator, but are re-opened by the client. This is calculated for all incidents reported within the quarter.
Application availability and performance
6. Availability of
services (ALL)
excluding planned
downtime
97% Availability of all services for at
least 97% of time measured on
monthly basis for a 24x7x365 time
period. Availability will be
measured at each service level and
not at application level.
Note: Vendor would not be held
responsible for the application
uptime during any downtime of the
hosting infrastructure due to
scheduled maintenance or faults.
5
7. Average page loading
time for all services
95% within the limit
of 5-7 seconds
Page loading time measured on a
monthly basis
6
8. Business Transaction
Response Time
95% of business
transactions within
the limit of 7-10
seconds
Response time of services like form
submission, reporting and
dashboard service and integration
service with other applications,
measured on a monthly basis
6
9. Business Transaction
Response Time
involving uploading/
downloading of
documents (average
size 0.2 MB )
95% requests within
the limit of 10-12
seconds
Response time of services,
measured on a monthly basis
6
* In case bidder proposes a two phased application implementation, then the same SLA’s will be
applicable for both the phases.
11.1.2. Penalties
A Penalty No. is mentioned in “Penalty” column of the above tables against each SLA. These numbers refer
to the Sl. No. in Penalty Table provided below. The penalty table includes penalty that would be levied on
bidder on non-achievement of SLAs. Slabs have been created for each SLA and penalty would be imposed on
bidder as per the SLA achievement/ non-achievement for the period under consideration. Penalties are
mentioned as a percentage of cost components as per the commercial tables.
For levying penalty on non-performance during sustenance support period, Equated Quarterly Instalment
(EQI) of Warranty and Support phase would be considered for calculation purpose. Penalty would be
deducted from the next payment being made to the System integrator.
Ref.
No. Penalty Description
1
If the System integrator fails to achieve the completion of any of the application roll out
milestone within the defined duration, following penalty will be applicable for deduction:
1. 2% of the payment for that remaining component for every week of delay beyond 10
Request For Proposal Depot Online System (FCI)
90
Ref.
No. Penalty Description
days in case of FCI depots.
2. 1% of the payment for that remaining component for every week of delay beyond 10
days in case of non FCI depots.
2
Penalty will be levied as per the following table : -
% Transaction with
>30 minutes
response time
Penalty as % of Equated Quarterly
Instalment (EQI) of Application
Warranty cost
<95% & >=93% 0.5%
<93% & >=91% 1%
<91% & >=89% 2%
For each additional drop of 1% in percentage transactions below 89%, 2% of EQI of
Application warranty cost will be levied as additional penalty.
3
Penalty will be levied as per the following table : -
% Transaction with
resolution time
higher than the SLA
table (severity wise)
Penalty as % of Equated Quarterly
Instalment (EQI) of Application
Warranty cost
<95% & >=93% 0.5%
<93% & >=91% 1%
<91% & >=89% 2%
For each additional drop of 1% in percentage transactions below 89%, 2% of EQI of
Application warranty cost will be levied as additional penalty.
4
Penalty will be levied as per the following table : -
% of
reopened
incidents
Penalty as % of Equated Quarterly Instalment
(EQI) of Application Warranty cost
<=4% & >2% 0.5%
<=6% & >4% 1%
<=8% & >6% 2%
For each additional increase of 2% in reopened incidents above 8%, 2% of EQI of Application
warranty cost will be levied as additional penalty.
Request For Proposal Depot Online System (FCI)
91
Ref.
No. Penalty Description
5
Penalty will be levied as per the following table : -
% Availability
Penalty as % of Equated Quarterly
Instalment (EQI) of Application
Warranty cost
<97% & >=95% 0.5%
<95% & >=93% 1%
<93% & >=90% 2%
For each additional drop of 1% in performance below 90%, 2% of EQI of Application
warranty will be levied as additional penalty.
6
Penalty will be levied as per the following table : -
% Transactions
Penalty as % of Equated Quarterly
Instalment (EQI) of Application
Warranty cost
<95% & >=93% 0.5%
<93% & >=91% 1%
<91% & >=89% 2%
For each additional drop of 1% in performance below 89%, 2% of EQI of Application
warranty cost will be levied as additional penalty.
Other Penalties:
Ref.
No.
Parameter Service Level Penalty
7 Replacement of resources
identified as key personnel as
per the Technical Bid
No replacement of resources
deployed as key personnel will
be allowed till end of Application
warranty period
Penalty of INR 2.0 Lacs
per replacement of key
personnel as per the
Technical Bid
Request For Proposal Depot Online System (FCI)
92
11.2. Hardware Supply and Commissioning
SLA for hardware supply and commissioning will define the terms of the vendor’s responsibility in ensuring
the timely delivery and compliance as detailed in this document. The Vendor has to comply with Service
Levels requirements to ensure adherence to timelines, quality and availability of products / service.
FCI shall have the right to expect the following service levels and also impose penalty on hardware vendor
on its failure to meet them as under.
11.3.1. Client side hardware - Desktop, Printer, Tablet and UPS
S. No. SLA Description Target
Performance
Penalty
1 Delay in delivery of
100% of the ordered
quantity of hardware
(Desktop, Printers,
Tablets, UPS etc.) at
field/designated
depots/locations after
issuance of purchase
order by FCI
Within 4 weeks No Penalty
Between 4 weeks
and 8 weeks 1% of the value of delayed delivery
quantity. After 8 weeks 1% of the value of delayed
delivery quantity per week for every
subsequent week till the 16th week.
>16 week The contract may be terminated along
with forfeiture of the PBG amount
2 Delay in replacement
of any device or other
peripheral which was
found to be defective
by FCI
Within 2 weeks from
the time of reporting
/delivery of H/W.
No Penalty
Between 2 weeks
and 4 weeks 5% of the value of the defective hardware
3 Delay in resolution of
any hardware issue
during maintenance
period through
helpdesk support
Within 1 business
day from the
reporting of issue
No Penalty
Between 1 day and 2
days No penalty if technician visits the site to
rectify the issue. If the technician does
not visit and issue is not resolved by
helpdesk also, penalty of 1% of the value
of device for which the complaint is
registered will be invoked.
Between 2 days to 4
days 2% of the value of device for which the
complaint is registered. In case the issue
is not resolved within 4 days it is
mandated that an onsite visit should be
arranged by the vendor.
4 Delay in resolution of
any hardware issue
related to the device(s)
during maintenance
period (for the cases
where physical
verification / on site
visit/ replacement of
Within 2 days (after maximum 4
days of helpdesk
support)
No Penalty
Between 2 days and
4 days 3% of the value of device.
Between 4 days and 5% of the value of device.
Request For Proposal Depot Online System (FCI)
93
device is required) 7 days
11.3.2. VSAT and Other Components
S.No. SLA
Description
Target
Performance
Penalty
1 Ensure complete
networking through
VSATs and allied
equipment within 3
months of issuance of
contract by FCI (with
list of Depots to
covered) including
depot level internal
connectivity via LAN
and/or Wi-Fi
Within 3 months No penalty
Within 7 days beyond
3 months
1% of the total order value for such
sites calculated per day of delay
Between 3 months 7
days and 4 months
2% of the total order value for such
sites calculated per day of delay till 4
months.
Beyond 4 month, FCI may terminate
the contract along with forfeiture of
the PBG amount.
2 Ensure that the depot
connectivity is
restored within 24
hours of lodging a
formal complaint by
replacing the damaged
parts
Within 24 hours No penalty
Between 24 hours and
48 hours
2% of the total order value for such
sites calculated per day of delay
More than 48 hours 1% of total order value for such sites
calculated on per day (24 hrs) basis
till 168 hrs
Beyond 168 hrs, FCI may terminate
the contract along with forfeiture of
the PBG amount.
Note:
a) The penalty amount shall be recovered from the subsequent quarterly payments being made to
the vendor.
b) In case the date of delivery falls over the weekend or a Gazette holiday the same shall be
delivered in the next working day.
Request For Proposal Depot Online System (FCI)
94
Part IV - Appendix
Request For Proposal Depot Online System (FCI)
95
12. Appendix I: Pre-Qualification & Technical Bid Templates
The bidders are expected to respond to the RFP using the forms given in this section and all
documents supporting Pre-Qualification / Technical Evaluation Criteria.
Pre-Qualification Bid & Technical Proposal shall comprise of following forms:
Forms to be used in Technical Proposal
Form 1: Particulars of the Bidders
Form 2: Compliance Sheet for Pre-qualification Proposal
Form 3: Compliance Sheet for Technical Proposal
Form 4: Performance Bank Guarantee
Form 5: Letter of Proposal
Form 6: Project Citation Format
Form 7: Proposed Solution
Form 8: Proposed Work Plan
Form 9: Team Composition
Form 10: Curriculum Vitae (CV) of Key Personnel
Form 11: Deployment of Personnel
Form 12: Manufacturer’s Authorization Form (MAF)
Form 13: Consortium MOU
Request For Proposal Depot Online System (FCI)
96
Form 1: Particulars of the Bidder
SI No. Information Sought Details to be Furnished
A Name and address of the
bidding Company
B Incorporation status of the firm
(public limited / private limited,
etc.)
C Year of Establishment
D Date of registration
E ROC Reference No.
F Details of company
registration
G Details of registration with
appropriate authorities for
service tax
H PAN Card
I Service Tax Registration
Number
J Sales Tax Registration Number
K Name, Address, email, Phone
nos. and Mobile Number of
Contact Person
Note: All the above information is mandatory
Request For Proposal Depot Online System (FCI)
97
Form 2: Compliance Sheet for Pre-qualification
The documents mentioned in this compliance sheet along with this form will be used for pre-
qualification of the bidders and should form a part of the Technical Proposal.
S.
N
o.
Basic
Requirement
Documents Required Provided Reference
& Page
Number 1. Cost of Tender Scanned copy of Acknowledgement
Receipt with UTR number of
RTGS/NEFT/ Electronic Mode
Yes / No
2 Legal Entity Copy of the Certificate of Incorporation in
India
Yes / No
3 Particulars of the
Bidders
As per Form 1 Yes / No
4 Earnest Money
Deposit
Scanned copy of Acknowledgement
Receipt with UTR number of
RTGS/NEFT/ Electronic Mode
Yes / No
5 Annual Turnover
for FY 2013-14,
2012-13 and 2011-
12
Audited financial statements for the three
financial years;
OR
Certificate from the statutory auditor
Yes / No
6 Positive Net Worth
during FY 2013-14,
2012-13 and 2011-
12
CA’s certificate confirming net worth Yes / No
7 Consortium [As
relevant]
Copy of Consortium MOU Yes / No
8 Technical
Capability
(Application
Development &
Rollout)
Completion/Implementation Certificate
from the client;
OR
Work Order + Self Certificate of
Completion from authorized signatory;
OR
Self-Certificate in affidavit form for Phase
Completion from the Statutory
Auditor/CA confirming receipt of 60% or
more payment of project value
Yes / No
9 Technical
Capability
(Hardware Supply
and
Commissioning)
Completion/Implementation Certificate
from the client;
OR
Work Order + Self Certificate of
Completion from authorized signatory;
OR
Self-Certificate in affidavit form for Phase
Completion from the Statutory
Auditor/CA confirming receipt of 60% or
more payment of project value
Yes / No
Request For Proposal Depot Online System (FCI)
98
10 Manpower
Strength
Self-Certification by an authorized
signatory
Yes / No
11 Quality
Certifications
Active CMMi Certification from SEI and
listing in SEI website
Yes / No
12 Authorized
representative of
OEM
Letter of Authorization from OEM for
each hardware component
Yes / No
13 Locational
capability for
hardware supply,
commissioning and
support
Self-Certification by authorized signatory Yes / No -
14 Blacklisting Self-certificate letter Yes / No
Request For Proposal Depot Online System (FCI)
99
Form 3: Compliance Sheet for Technical Proposal
The Technical proposal should comprise of the following basic requirements. The documents mentioned
in this compliance sheet along with this form, needs to be a part of the Technical proposal
S.
No.
Specific Requirements Documents Required Compliance Reference &
Page No.
1 Covering Letter for
Technical Proposal
As per Form 5 Yes / No
2 Technology:
Demonstrated robustness of
the solution in terms of
Scalability
Security
Ease of implementation
A note containing details on:
a) Solution architecture
b) Security
c) System Performance
d) Supported Platform Operating
System
e) Client Hardware Operating
System
f) Database
g) System Management
h) Web Server Support
i) Application Server Support
j) Single Sign-on
k) Presentation
l) Session Management
m) Integration capabilities
n) Auditing / Reporting features
Disaster recovery & back-up
Yes / No
3 Work breakdown
structure of the project
o) Plan to execute the project
within the required timeframe,
linking up different activities
like deployment of hardware,
training, application
development, testing and rollout
etc. Bidder is also expected to
propose a resource deployment
plan for various activities of the
project to meet the project
timeline and SLA.
Yes / No
Request For Proposal Depot Online System (FCI)
100
4 Project experience for
Application Development
and Rollout:
Number of citations as per
the Technical Qualification
Criteria
Project citation (Form 6)
AND
Completion/Implementation
Certificate from the client;
OR
Work Order + Self Certificate of
Completion from authorized
signatory;
OR
Self-Certificate in affidavit form for
Phase Completion from the
Statutory Auditor/CA confirming
receipt of 60% or more payment of
project value
Yes / No
5 Project experience for
Hardware Supply,
Commissioning and
Maintenance Services:
Number of citations as per
the Technical Qualification
Criteria
Project citation (Form 6)
AND
Completion/Implementation
Certificate from the client;
OR
Work Order + Self Certificate of
Completion from authorized
signatory;
OR
Self-Certificate in affidavit form for
Phase Completion from the
Statutory Auditor/CA confirming
receipt of 60% or more payment of
project value
Yes / No
6 Training:
Trainings proposed by the
bidder including number of
trainings, contents, delivery
mechanism at various levels
and locations of FCI
A note on training containing
a) Training model
b) Approach
c) Deliverables
Yes / No
7 Profile of proposed team
members:
Relevant assignment
experience / Years of
experience / Certifications
in Technology specific to
Solution proposed
Form 9,10 and 11 Yes / No
8 Project Methodology, Support
and Documentation Form 8 & additional
notes/document for support &
documentation
Yes / No
Request For Proposal Depot Online System (FCI)
101
9 Service Delivery Network Number and details of existing
service centers/project
office/branch office across India
covering the 5 zones of North,
South, East, West and North-East
(all 28 states and 7 union
territories) for providing technical
support services.
Yes / No
10 Deviations (if any) Form 12 Yes / No
Request For Proposal Depot Online System (FCI)
102
Form 4: Performance Bank Guarantee
<Location, Date>
PERFORMANCE SECURITY:
<Name>
<Designation>
<Address>
<Phone Nos.>
<Fax Nos.>
<email id>
Whereas, <<name of the supplier and address>> (hereinafter called “the bidder”) has undertaken, in
pursuance of contract no. <Insert Contract No.> dated. <Date> to provide Implementation services for
<<name of the assignment>> to FCI (hereinafter called “the beneficiary”)
And whereas it has been stipulated by in the said contract that the bidder shall furnish you with a bank
guarantee by a recognized bank for the sum specified therein as security for compliance with its obligations
in accordance with the contract;
And whereas we, <Name of Bank> a banking company incorporated and having its head /registered
office at <Address of Registered Office> and having one of its office at <Address of Local Office> have
agreed to give the supplier such a bank guarantee.
Now, therefore, we hereby affirm that we are guarantors and responsible to you, on behalf of the supplier,
up to a total of Rs.<Insert Value> (Rupees <Insert Value in Words> only) and we undertake to
pay you, upon your first written demand declaring the supplier to be in default under the contract and
without cavil or argument, any sum or sums within the limits of Rs. <Insert Value> (Rupees <Insert
Value in Words> only) as aforesaid, without your needing to prove or to show grounds or reasons for
your demand or the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the bidder before presenting us with
the demand.
We further agree that no change or addition to or other modification of the terms of the contract to be
performed there under or of any of the contract documents which may be made between you and the
Bidder shall in any way release us from any liability under this guarantee and we hereby waive notice of any
such change, addition or modification.
This Guarantee shall be valid until <<Insert Date>>)
Notwithstanding anything contained herein:
I. Our liability under this bank guarantee shall not exceed Rs. <Insert Value> (Rupees <Insert Value in
Words> only).
II. This bank guarantee shall be valid up to <Insert Expiry Date>)
Request For Proposal Depot Online System (FCI)
103
III. It is condition of our liability for payment of the guaranteed amount or any part thereof arising under
this bank guarantee that we receive a valid written claim or demand for payment under this bank guarantee
on or before <Insert Expiry Date>) failing which our liability under the guarantee will automatically cease.
(Authorized Signatory of the Bank) Seal:
Date:
Request For Proposal Depot Online System (FCI)
104
Form 5: Letter of Proposal
To
The General Manager (IT)
Food Corporation of India
16-20, Barakhamba Lane,
New Delhi – 110001
Tel. No. 011-43527693
FAX No.011-43527686
E-mail: [email protected]
Subject: Submission of the Technical bid for Software Development and Rollout of Depot Online System
Dear Sir/Madam,
We, the undersigned, offer to provide systems implementation solution to FCI on Software
Development and Rollout of Depot Online System with your Request for Proposal dated <insert
date> and our Proposal. We are hereby submitting our Proposal, which includes this Technical bid
and the Financial Bid sealed in a separate envelope.
We hereby declare that all the information and statements made in this Technical bid are true and
accept that any misinterpretation contained in it may lead to our disqualification.
We undertake, if our Proposal is accepted, to initiate the Implementation services related to the
assignment not later than the date indicated in Fact Sheet.
We agree to abide by all the terms and conditions and agree for unconditional acceptance of all the
contents of the RFP document. We would hold the terms of our bid valid for <180> days as stipulated
in the RFP document.
We understand you are not bound to accept any Proposal you receive.
Yours sincerely,
Authorized Signature [In full and initials]:
Name and Title of Signatory:
Name of Firm:
Address:
Location:
Date:
Request For Proposal Depot Online System (FCI)
105
Form 6: Project Citation Format
Relevant IT project experience (provide no more than 5 projects in the last 5 years)
General Information
Name of the project
Client for which the project was executed
Name and contact details of the client
Project Details
Description of the project
Scope of services
Service levels being offered/ Quality of
service (QOS)
Technologies used
Outcomes of the project
Other Details
Total cost of the project
Total cost of the services provided by the
respondent
Duration of the project (no. of months, start
date, completion date, current status)
Other Relevant Information
Letter from the client to indicate the
successful completion of the projects
Copy of Work Order
Request For Proposal Depot Online System (FCI)
106
Form 7: Proposed Solution
Technical approach, methodology and work plan are key components of the Technical Proposal. You
are suggested to present Approach and Methodology divided into the following sections:
a) Solution Proposed
b) Understanding of the project (how the solution proposed is relevant to the understanding)
c) Technical Approach and Methodology
Form 7 A: Solution Proposed
S. No
Proposed Solution (Provide the Product Name or fill Custom Built, in case of a new development)
Version & Year of Release
OEM Features &
Functionality
O&M Support (Warranty/ATS as required as per RFP)
Reference in the Submitted Proposal (Please provide page number/section number/ volume)
Form 7 B: Bill of Material (Software)
S.
N
o
Item Proposed Solution
(Provide the
Product Name or
fill Custom Built, in
case of a
new development)
Unit of
Measurement
Number
of
Licenses
(Dev
Env)
Number
of
Licenses
(UAT)
Number of
Licenses
(Training)
Number of
Licenses
(Data Center
Production)
Number of
Licenses
(DR Site)
Form 7 C: Bill of Material (Hosting Infrastructure)
Request For Proposal Depot Online System (FCI)
107
S.
N
o
Proposed
Hardware
(Provide the
Product Name,
Make name)
Proposed
Software to
be installed
(name,
version)
Quantity of
the hardware
at DC
Quantity of
the hardware
at DR
Detail
specification of
hardware
Remarks
Form 7 D: Sizing detail (Hosting Infrastructure)
S.No
Capacity (in MT's)
No. of expecte
d transact
ions from a device
per hour
Average duration
(in hours) in a day a depot will
access the
system
Total transactions per day for a
depot
Total transactions per day for all the depots
Total hits
onto the server
Max. size of data
that may get
transmitted per
transaction
Total size of data
that may get
transmitted per day for
all depots
Total size of data that
may get stored per day for all depots
K L M = (K x
L)
N = (F x M)
O = (N) P Q = (N x P)
R = (Q)
1 upto 10000
2 10001 to 20000
3 20001 to 30000
4 30001 to 40000
5 40001 to 50000
6 greater than 50000
Total
Form 7 E: Bill of material for client hardware
S.
No
Product Specification of
proposed component
with Make
Specification as per
RFP
Compliance
(Complied/Not
Complied)
Quantity
proposed
Desktop
UPS
Tablet
Request For Proposal Depot Online System (FCI)
108
Laser
Printer
Thermal
Printer
Data card
dongle
SIM card
Bidder must suggest and justify any change in the hardware specification from what is mentioned in the
bid document in order to improve the performance of the end to end implementation of this project.
However FCI will reserve the right to accept or reject any change in the specification.
Form 7 F: Bill material for VSAT and Networking
S.
No
Product Specification of
proposed component
with Make
Specification as per
RFP
Compliance
(Complied/Not
Complied)
Quantity
Proposed
VSAT
Other
ancillary
equipment
for VSAT
setup
Networking
Equipment
for setting
up of LAN/
WLAN
<leave blank if
none specified>
Bidder must suggest and justify any change in the hardware specification from what is mentioned in the
bid document in order to improve the performance of the end to end implementation of this project.
However FCI will reserve the right to accept or reject any change in the specification.
Request For Proposal Depot Online System (FCI)
109
Form 8: Proposed Work Plan
No Activity Calendar Months
1 2 3 4 5 6 7 8 9 10 11 12 n
1
2
3
4
5
N
1. Indicate all main activities of the assignment, including delivery of reports (e.g.: inception, interim, and final reports), and other benchmarks such as Purchaser approvals. For phased assignments indicate activities, delivery of reports, and benchmarks separately for each phase.
2. Duration of activities shall be indicated in the form of a bar chart.
3. All activities should meet the 8/80 criteria i.e should at least take 8 hours and a maximum of 80 hours.
Request For Proposal Depot Online System (FCI)
110
Form 9: Team Composition
Name of Key Staff
with qualification
and experience
Area of Expertise Position Assigned Phase wise Task
Assigned (for
application dev, roll
out, training and post
roll out support)
Time committed
for engagement
Request For Proposal Depot Online System (FCI)
111
Form 10: Curriculum Vitae (CV) of Key Personnel
General Information
Name of the person
Current Designation / Job Title
Current job responsibilities
Proposed Role in the Project
Proposed Responsibilities in the Project
Academic Qualifications:
Degree
Academic institution graduated from
Year of graduation
Specialization (if any)
Key achievements and other relevant
information (if any)
Professional Certifications (if any)
Total number of years of experience
Number of years with the current company
Summary of the Professional / Domain
Experience
Number of complete life cycle implementation
carried out
Names of customers (Please provide the
relevant names)
Request For Proposal Depot Online System (FCI)
112
Past assignment details (For each assignment
provide details regarding name of
organizations worked for, designation,
responsibilities, tenure)
Prior Professional Experience covering:
Organizations worked for in the past
o Organization name
o Duration and dates of entry and
exit
o Designation Location(s)
o Key responsibilities
Prior project experience
o Project name
o Client
o Key project features in brief
o Location of the project
o Designation
o Role
o Responsibilities and activities
o Duration of the project
Please provide only relevant projects.
Proficient in languages (Against each
language listed indicate if speak/read/write)
Request For Proposal Depot Online System (FCI)
113
Form 11: Deployment of Personnel
No Name of Staff Staff input in Months (in the form of a bar chart)2 Total staff
man-months
proposed
1 2 3 4 5 6 7 8 9 10 11 12 n Total
1
2
3
N
Total
1. Professional Staff the input should be indicated individually; for Support Staff it should be indicated by category
2. Months are counted from the start of the assignment.
Request For Proposal Depot Online System (FCI)
114
Form 12: Manufactures / Producers Authorization Form
No. Date: To:
OEM Authorization Letter Dear Sir:
Ref: Your RFP Ref: [*] dated [*]
.
Dear Sir,
This is to certify that I/We am/are the Original Equipment Manufacturer in respect of the products
listed below. I/We confirm that
A. <Name of Bidder> have due authorization from us to provide product(s) listed below and
related services of warranty, licensing and maintenance on the products, to FCI as per your RFP.
B. We endorse the terms and condition specified in the RFP, contracting and licensing terms
provided by <Bidder> to FCI.
C. We endorse the warranty for the products for a period of 3 years commencing from the
date of acceptance sign-off. The warranty shall cover all the components and sub-components of
the supplied hardware’s.
D. We also certify that the below mentioned product being supplied by the <Bidder> meets
the minimum specifications given in the RFP
# Product Name Remarks
<Fill Model number and Product name>
Thanking you,
Yours Faithfully
[Authorized Signatory]
[Designation] [Place]
[Date and Time] [Seal & Sign]
[Business Address]
Yours faithfully,
(Name)
Request For Proposal Depot Online System (FCI)
115
Form 13: Consortium MOU
Between
M/s ___________ having its registered office at _________ (hereinafter referred to as ………..) acting as
the Lead Partner of the first part,
And
M/s ___________ having its registered office at _________ (hereinafter referred to as ………..) in the
capacity of a Joint Partner of the other part
The expressions of ________ and ________ shall wherever the context admits, mean and include their
respective legal representatives, successors-in-interest and assigns and shall collectively be referred to as “the
Parties” and individually as “the Party”
WHEREAS:
Food Corporation of India (FCI) [hereinafter referred to as “Purchaser”] has invited bids for _________
(insert name of the work).
NOW, THEREFORE, THE PARTIES AGREE AS FOLLOWS:
The following documents shall be deemed to form and be read and construed as an integral part of this MOU.
i. Notice for Bid, and ii. Bidding document
iii. Any Addendum/Corrigendum issued by Food Corporation of India iv. The bid submitted on our behalf jointly by the Lead Partner
The ‘Parties’ have studied the documents and have agreed to participate in submitting a ‘bid’ jointly.
M/s ________ shall be the lead partner of the Consortium for all intents and purpose and shall represent
the Consortium in its dealing with the Purchaser. For the purpose of submission of bid proposals, the parties
agree to nominate __________ as the Leader duly authorized to sign and submit all documents and
subsequent clarifications, if any, to the Purchaser. However M/s ________ shall not submit any such
proposals, clarifications or commitments before securing the written clearance of the other partner which
shall be expeditiously given by M/s __________ to M/s ____________.
The lead partner shall be authorized to incur the liabilities and receive instructions for and on behalf of any
and all partners of consortium. The lead partner will be solely responsible to design, development,
configuration, and/ or customization, implementation and maintenance of Depot Online System, change
management and training.
The ‘Parties’ have resolved that the following distribution of responsibilities will be followed in the event that
the Consortium Bid is accepted by Food Corporation of India.
a) Lead Partner share ___ %;
Responsibilities (i) (ii) (iii)
b) Consortium Partner share ___ %;
Responsibilities (i) (ii) (iii)
Request For Proposal Depot Online System (FCI)
116
Assignment and Third Parties
The parties shall co-operate throughout the entire period of this MOU on the basis of exclusivity and neither of the Parties shall make arrangement or enter into agreement either directly or indirectly with any other party or group of parties on matters relating to the Project except with prior written consent of the other party and FCI. Responsibilities
All partners of the Consortium shall be liable jointly and severally for the execution of the Contract in accordance with the Contract terms, Executive Authority
The said Consortium through its authorized representative shall receive instructions, payments from the Purchaser. The management structure for the project shall be prepared by mutual consultations to enable completion of project to quality requirements within permitted cost and time. Guarantees and Bonds
Till the award of the work, the lead partner shall furnish bid bond and all other bonds/guarantees to the Purchaser on behalf of the Consortium which shall be legally binding on all the partners of the Consortium. Bid Submission
Each Party shall bear its own cost and expenses for preparation and submission of the bid and all costs until conclusion of a contract with the Purchaser for the Project. Common expenses shall be shared by both the parties in the ratio of their actual participation. Indemnity
Each party hereto agrees to indemnify the other party against its respective parts in case of breach/default of the respective party of the contract works of any liabilities sustained by the Consortium. For the execution of the respective portions of works, the parties shall make their own arrangements to bring the required finance, plants and equipment, materials, manpower and other resources. All the payments from FCI will be received by the Lead partner. Documents and Confidentiality
Each Party shall maintain in confidence and not use for any purpose related to the Project all commercial and technical information received or generated in the course of preparation and submission of the bid. Arbitration
Any dispute, controversy or claim arising out of or relating to this agreement shall be settled in the first instance amicably between the parties. If an amicable settlement cannot be reached as above, it will be settled by arbitration in accordance with the Indian Arbitration and Conciliation Act 1996 or any amendments thereof. The venue of the arbitration shall be Delhi.
Validity
This Agreement shall remain in force till the occurrence of the earliest to occur of the following, unless by
mutual consent, the Parties agree in writing to extend the validity for a further period.
a) The bid submitted by the Consortium is declared unsuccessful, or b) Cancellation/ shelving of the Project by the Purchaser for any reasons prior to award of work c) Execution of detailed Consortium agreement by the parties, setting out detailed terms after award of
work by the Purchaser. This MOU is drawn in ___ number of copies with equal legal strength and status. One copy is held by M/s _________ and the other by M/s. __________ and a copy submitted with the proposal. This MOU shall be construed under the laws of India.
Notices
Notices shall be given in writing by fax confirmed by registered mail or commercial courier to the following
Request For Proposal Depot Online System (FCI)
117
fax numbers and addresses: Lead Partner Other Partner ---------------------- ---------------------- ---------------------- ---------------------- (Name & Address) (Name & Address) IN WITNESS WHEREOF, THE PARTIES have executed this MOU the day, month and year first before written. M/s ________________ M/s ________________ -------------------------------- -------------------------------- (Seal) (Seal) Witness
1. _________________ (Name & Address) 2. _________________ (Name & Address)
Request For Proposal Depot Online System (FCI)
118
13. Appendix II: Commercial Proposal Template
The bidders are expected to respond to the RFP using the forms given in this section for Commercial
Proposal.
Form 1: Covering Letter
Form 2: Commercial Bid Template
Request For Proposal Depot Online System (FCI)
119
Form 1: Covering Letter
To
The General Manager (IT)
Food Corporation of India
16-20, Barakhamba Lane,
New Delhi – 110001
Tel. No. 011-43527693
FAX No.011-43527686
E-mail: [email protected]
Subject: Submission of the financial bid for Software Development and Rollout of Depot Online
System
Dear Sir/Madam,
We, the undersigned, offer to provide the Implementation services for Software Development and
Rollout of Depot Online System in accordance with your Request for Proposal dated [Date] and our
Proposal (Technical and Financial Proposals).
Our attached Financial Proposal is for the sum of [Amount in words and figures]. This amount is
inclusive of all taxes except service tax..
1. PRICE AND VALIDITY
All the prices mentioned in our Tender are in accordance with the terms as specified in the
RFP documents. All the prices and other terms and conditions of this Bid are valid for a
period of <days> calendar days from the date of opening of the Bid.
We hereby confirm that our prices include all taxes except service tax.
We understand that the actual payment would be made as per the existing indirect tax rates
during the time of payment.
2. UNIT RATES
We have indicated in the relevant forms 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. UNCONDITIONAL ACCEPTANCE
We declare that all the services shall be performed strictly in accordance with the Tender
documents and agree for unconditional acceptance of all contents of the RFP document,
irrespective of whatever has been stated to the contrary anywhere else in our bid.
4. TENDER PRICING
We further confirm that the prices stated in our bid are in accordance with your Instruction to
Bidders included in Tender documents.
5. 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
Request For Proposal Depot Online System (FCI)
120
evaluation of our Tender, we agree to furnish the same in time to your satisfaction.
6. BID PRICE
We declare that our Bid Price is for the entire scope of the work as specified in the <Refer Section
No.>. These prices are indicated Commercial Bid attached with our Tender as part of the Tender.
7. PERFORMANCE BANK GUARANTEE
We hereby declare that in case the contract is awarded to us, we shall submit the Performance Bank
Guarantee as specified in the Appendix I of this RFP document.
Our Financial Proposal shall be binding upon us, up to expiration of the validity period of the Proposal,
i.e., [Date].
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 any Proposal you
receive.
We remain,
Yours sincerely,
Authorized Signature:
Name and Title of Signatory:
Name of Firm:
Address:
Request For Proposal Depot Online System (FCI)
121
Form 2: Commercial Bid Template
Instruction:
Instructions
1 Bidder must provide all prices as per the prescribed format. Bidder should not leave any field blank. In case the field is not applicable, Bidder must indicate “0” (Zero) in all such fields.
2 Bidder must refer to the RFP for details on the requirements for each cost component and ensure that quoted price is all inclusive. FCI will not pay any additional amount for any missing item(s) which is deemed to be necessary for the successful roll out of the project.
3 Prices must be entered in Indian Rupees ONLY.
4 All costs should be inclusive of all applicable taxes and levies except service tax.
5 Price bid evaluation will be done on the total cost.
6 FCI reserves the right to ask the Bidder to submit proof of payment against any of the taxes, duties, levies indicated.
7 Bidders are required to provide per unit rate wherever applicable as per the commercial bid template; per unit rate should not exceed the rate used for calculating the total cost.
8 FCI reserves the right to increase or decrease the number of depots for roll out, VSAT and networking and quantity of hardware to be deployed in depots and payment will be made based on the actual number of the depots and actual hardware quantity.
9 The bidder will ensure that the quoted prices for all software and hardware components will be valid for the entire period of the contract and without any additional operational and maintenance charges for the same.
THE UNIT RATES PRESCRIBED FOR ANY OF THE ITEMS MENTIONED WILL BE VALID FOR ADDITIONAL PROCUREMENT OF THOSE ITEMS DURING THE CONTRACT PERIOD, IF FCI FEELS THE NEED FOR ADDITIONAL ITEMS TO BE PROCURED.
Request For Proposal Depot Online System (FCI)
122
Table A: Total Cost
S. No. Item Table Name Total Cost in INR
1 Software and Warranty Cost B
2 Software AMC, License and Upgrade Cost
C
3 Training Cost D
4 Rollout Cost E
5 Manpower Support Cost F
6 Helpdesk Cost G
7 Hardware Cost H
8 VSAT Cost I
9 Networking Cost J
Total Cost:
Total cost in words:
Table B: Software and Warranty Cost
S. No. Cost Software Cost
(a)
4 Years Warranty Cost (b)
1 Software and Warranty Cost
Total Cost (a+b):
Total Cost In Words (a+b):
Instructions:
Software Cost must include any software license cost if applicable, performance and security audit required for execution of the end to end
project and consider the Total Cost of Ownership (TCO). FCI shall not pay for any additional licenses during the contract period.
Request For Proposal Depot Online System (FCI)
123
Table C: Software AMC, License and Upgrade Cost
Cost Software AMC for additional 5 years
(a)
Software License (if any) cost for additional 5 years
(b)
Software Upgrade Cost (if any) during additional 5
years period (c)
Software AMC, License and Upgrade Cost
Total Cost (a+b+c):
Total Cost In Words (a+b+c):
Instructions:
Bidder has to provide additionally the software license fee if any, AMC cost and upgrade cost if any, for additional period of 5 years beyond the
contract period to consider the Total Cost of Ownership (TCO).
The above cost will be considered for evaluation purpose only and FCI may decide to end the contract after the end of contract period. However
in case FCI extends the contract the above cost would be applicable.
Table D: Training Cost
S.No. Type of Training Location No of staff to be trained
(approx.)
Total Training Cost (considering
implementation in 553 depots)
1 Train The Trainer HO/ZO/RO HO, ZO and RO level master trainers (~500 staff)
2 Field Level Training
District End users from RO, Districts and Depots (~5000 staff)
Total Cost:
Total Cost in words:
Instructions:
Bidder has to include cost for training infrastructure including training rooms, hardware, training materials and other logistics required.
Request For Proposal Depot Online System (FCI)
124
Table E: Rollout Cost
S.No Depot Category No. Of Depots in each category
Total Roll Out Cost (considering
implementation in 553 depots)
1 <10,000 MT 155
2 10,000-25,000 MT 242
3 25,000-50,000 MT 80
4 >50,000 MT 76
Total Cost:
Total Cost in words:
Instructions:
Bidder has to include costs for travel, lodging, and other expenses relevant for the roll out
Table F: Manpower Support Cost
Cost
Total Manpower Support Cost (considering
implementation in 553 depots)
Support Man Month Rate
1 Year Manpower Support at HO, ZO, RO and District Office Level
Total Cost:
Total Cost In Words:
Instructions:
Bidder has to include costs for travel, lodging, and other expenses relevant for the support.
Bidder has to also provide Support man month rate which will be used in case FCI decides to increase the manpower or continue beyond 1 year period. This will
not be applicable for evaluation purpose.
Man month rate should not exceed the rate used to calculate the total manpower support cost.
Request For Proposal Depot Online System (FCI)
125
Table G: Helpdesk Cost
Cost Total Cost (considering implementation in 553
depots)
4 Years Helpdesk Cost for Application and Hardware support
Total Cost:
Total Cost In Words:
Instructions:
Bidder has to include cost for helpdesk setup, required hardware and communication cost, software and license cost, or any ot her expense.
Request For Proposal Depot Online System (FCI)
126
Table H: Hardware Cost
S.No. Hardware Item
Depot Category No. Of Depot in each
category (a)
No. Of each hardware item per depot (b)
Unit Cost of Item including
3 years warranty
(c)
Total Cost for each Item per
depot (d = b x c)
Total Cost for Items for each depot category
(e = a x d)
Total Cost of each Item (sum of all three category
wise cost for an item)
1 Desktop <25,000 MT 397 4
25,000-50,000 MT 80 5
>50,000 MT 76 6
2 UPS <25,000 MT 397 4
25,000-50,000 MT 80 5
>50,000 MT 76 6
3 Laser Printer
<25,000 MT 397 3
25,000-50,000 MT 80 3
>50,000 MT 76 3
4 Thermal Printer
<25,000 MT 397 1
25,000-50,000 MT 80 1
>50,000 MT 76 1
5 Tablets <25,000 MT 397 5
25,000-50,000 MT 80 9
>50,000 MT 76 11
6 Data Card Dongle
<25,000 MT 397 4
25,000-50,000 MT 80 5
>50,000 MT 76 6
7 SIM card <25,000 MT 397 5
25,000-50,000 MT 80 9
>50,000 MT 76 11
Total Cost for all Items:
Total Cost for all Items in Words:
Instructions:
Bidder has to provide a 'per unit' cost for each item, in case additional depots are to be rolled out, hardware for those depots would be provided as
per this 'per unit' rate.
Request For Proposal Depot Online System (FCI)
127
Table I: VSAT Cost
S. No. Item No. Of Depots (a)
Per Depot Cost (b)
Total Cost (c = a x b)
1 Cost of VSAT installation and
commissioning including all ancillary equipment and 3 years warranty
12
Total Cost:
Total Cost in Words:
Instructions:
Currently VSAT needs to be provisioned in 10-15 depots only and 12 depots are considered for the evaluation purpose.
Number of depots in which VSAT to be installed may vary in actual scenario and payments will be done based on 'per depot' cost.
Table J: Networking Cost
S.No. Depot Category No. Of Depots for networking in each
category (a)
Per depot Cost including installation,
commissioning and 3 years warranty
(b)
Total Cost per depot
category (c = a x b)
1 <10,000 MT 3
2 10,000-25,000 MT 3
3 25,000-50,000 MT 3
4 >50,000 MT 3
Total Cost for all depots:
Total Cost for all depots in Words:
Instructions:
Currently Networking needs to be provisioned in 10-15 depots only (where VSAT is provisioned) and 12 depots are considered for the evaluation purpose.
Number of depots in which Networking through VSAT to be done may vary in actual scenario and payments will be done based on category wise 'per depot' cost.
Bidder has to decide the LAN or Wi-FI connectivity within the depot/shed as per the requirement of this RFP and accordingly provide the cost.
Request For Proposal Depot Online System (FCI)
128
Cost for roll out at additional depots
FCI may decide anytime during the contract period to roll out the Depot Online System to more number of depots specifically for CWC and SWC
Depot across the country. Bidders have to provide the following ‘per depot’ cost which will be applicable for roll out of the application to these
additional depots. These costs will not be used for evaluation purpose however the ‘per depot’ cost must not exceed the rate which is used to
calculate the total cost considering implementation in 553 depots. Bidders must provide the per depot cost as per the templates below as per their
commercial bid, failing which the bid will be considered as nonresponsive.
Type of Training No of staff to be trained
(approx.) Training cost per depot
Field Level Training End users from RO Districts and Depots
Total Cost:
Total Cost in words:
Depot Category Rollout cost per depot basis for each category
<10,000 MT
10,000-25,000 MT
25,000-50,000 MT
>50,000 MT
Total Cost:
Total Cost in words:
Cost 1 year Manpower Support
Cost per depot basis
1 year Manpower Support at District Office Level
Total Cost:
Total Cost In Words:
Request For Proposal Depot Online System (FCI)
129
Bidder has to provide a man month effort rate, which will be applicable in case of any change requests as per the T&C of this RFP. This will not be
applicable for the evaluation purpose, however the rate should not exceed the rate used for calculating the total cost.
Cost CR Man month Rate
CR Man Month Effort Rate
Total Cost:
Total Cost In Words:
Request For Proposal Depot Online System (FCI)
130
14. Appendix III: To Be IT Landscape
The following key focus areas should be taken into consideration while preparing the To-Be IT solution
design.
1. Convert manual registers into electronic format
The practice of maintaining manual registers at each step of the operational processes by different
functional groups should be replaced by at-source capturing and submission of data through
respective users. The captured data at each step during the day will get automatically consolidated
and rolled up to generate the daily/weekly/fortnightly/monthly registers and reports. This would
eliminate the need of keeping track of the operational/stock data manually as temporary notes and
finally entering the same data in the different registers.
So the IT solution should have provision to capture form-based data, submitted by different users at
each step, for future access and use/reference and maintain the integrity and quality of the data.
2. Mobility solution using tablets and smart phones for convenient capturing of data
at-source anytime anywhere
Most of the depot level operations occur either in the godowns/sheds, or at the railhead/siding, or
at the procurement/purchase centers. This would necessitate the use of smart phones and tablets
for data entry, data submission, data view or status checking purposes due to the lack of feasibility
in having desktop or PC setup at each point of transactional data source/origin.
The IT solution should have the provision of installing, configuring and using function-specific
mobile apps for both smart phones and tablets to capture and submit data by the internal and
external users during their routine field level activities. The mobile apps should be standardized on
Android or equivalent mobile platform and support push notification and application updates from
the central server. The mobility solution should also include the implementation of a MDM platform
to ensure secured access to FCI data using mobile devices and enforce FCI policies on the mobile
devices accessing the system network.
3. Offline mode of operation to handle the inconsistent or ‘no’ connectivity situations
during the normal day-to-day operations
The connectivity across and within all the FCI Depots may not be similar and consistent due to the
lack of availability of adequate network infrastructure in the local environment. As a result, the To-
Be IT landscape should include both offline and online mode of operation as a key functionality of
Depot Online System. The deployment of the application would be centralized, with capability of
handling the depot Gate and LWB operation, QC and field operations within Sheds in offline mode
to allow data capture locally and synching it with the central database when the system is online. All
the data should be configured and maintained at the Central location (Data Center) and the depot
specific data would be pushed to the mobile app when it comes online. Each local instance of the
mobile app should be equipped with temporary data storage for local offline transactions.
4. Efficient maintenance of all the depot level operational data for MIS reports
The current practice of day-end entry of data in the standalone applications for MIS reports
generation purpose should be replaced by real-time data entry in a single application. This would
not only reduce the effort in capturing data in multiple applications, which had earlier led to
redundancy and duplication, but also improve the accuracy of the captured data. The To-Be IT
solution should thus help FCI in phasing out of some of the current standalone MIS applications
thereby reducing the maintenance effort, and enabling more efficient monitoring and increase in
productivity.
Request For Proposal Depot Online System (FCI)
131
5. Integration with external applications for an end-to-end streamlined flow of
operations with complete visibility
The various data transmission, cross-checking and reconciliation that currently happen manually
across the different departments within FCI should be replaced by an end-to-end integrated
solution, which would enable complete visibility of data flow through the operation cycle. This
would improve the efficiency and productivity of the staff and reduce the possibility of manual
errors. For example, the sales process should have a tight integration between the proposed IT
solution, RO and FAP application, while any inward or outward movement by rail should require
integration between the proposed IT solution, FOIS and FAP.
The various integration modes and techniques that should be leveraged as part of the To-Be IT
solution are web service based interfacing technique for real-time point-to-point synchronous
integration, messaging based interfacing technique for real-time asynchronous integration, and ETL
based data integration in batch mode.
6. Analytics and management dashboard for informed decision making or decision
support
As part of our AS-IS study, multiple process gaps have been identified resulting due to the lack of an
integrated platform for informed decision making or decision support. The To-Be IT solution
should provide a higher degree of management reporting through extraction of data from various
external and internal systems into a common platform. The dashboard at each hierarchical level
should be a collection of internally produced graphs, charts, gauges, or other indicators that would
allow at-a-glance visualization of current health of FCI stocks and operations, and monitoring of key
performance indicators. The IT solution should have a tightly coupled data warehouse component
for a more effective analytics in future when volume and complexity of data would grow.
Envisaged Depot Online System
The envisaged Depot Online System should be designed taking into consideration the various aspects like process automation, application integration, integration with external applications, usage of various IT systems and infrastructure and various accessibility options.
The various aspects of Depot Online System would include automation with various core depot operational processes like procurement, storage, quality control, sales, movement along with integrating with the support processes like audit, engineering & maintenance and finance etc. This would also include integration of the application with the digital weighbridges at depots.
Currently FCI has a set of existing applications which mainly serves the purpose of MIS reporting along with capturing of certain business processes however, it lacks an end-to-end integrated system for managing the depot operations. Depot Online System would be such a tool which would bring in integrated view of the depot operations along with support processes.
A functional landscape of the To-Be IT solution is shown below with integration capability of identified internal and external applications:
Request For Proposal Depot Online System (FCI)
132
Depot Online System Stakeholders
FCI Staff Depot WorkersTransport
ContractorsRailways Private Parties Millers
Service Delivery Channels
Business Functions
Core Depot Online System
Stores and Inventory
Procurement Management
Sales Management
Engineering & Maintenance
AuditDepot Code
&Infrastructure Management
Analytics & Dashboard
Procurement MovementQuality Control
Storage & Contracts
SalesFinance & Accounts
Audit
Web Portals
Mobile Services
SMS
Provide office staff at Depot/DO/RO/ZO/HQ to view reports and capture data, and IT Support to view and respond to issues
Empower FCI Staff, field personnel and external stakeholders to remotely capture, submit and view stock related information
Receive alerts, notifications and status updates on key process indicators and implemented workflows
Supporting Components
Mobile Application
Portal Services for Logins
Incident Management
Email & SMS Gateway
Document and Workflow
Management
Data Warehouse
Movement by Road
Movement by Rail
Movement by Ship/Riverine
Movement Planning and Monitoring
Shed Operation and Storage
Quality ControlLabor
Management
Internal Apps
External Apps
FOIS
TPDS
SWC Application
CWC Application
Procuring Agency Appln
FAP
DCMS
IRRS
DISFM
PMS
State Govt. Agencies
HRMS
RO
E-Auction
Reporting & Analytics Services
Information Security
FCI Standard Operating Procedures
Engineering & Maintenance
Request For Proposal Depot Online System (FCI)
133
As shown in the diagram above, the end-to-end Depot Online System should have the following functional
bands:
System Stakeholders
This band in the functional landscape shows the different stakeholder groups (both internal and external)
for the envisaged Depot Online System. These groups will use or have a direct interaction with the system
in terms of data submission, status checking and acknowledgement/notification.
Service Delivery Channels
This band in the functional landscape shows the different service delivery channels to be used by the
envisaged Depot Online System. These are web portals, mobile services (through apps) and SMS.
Business Service Groups
This band in the functional landscape shows the different business services groups within FCI who are
directly or indirectly involved in the depot level operations and hence would be impacted by the system.
The interactions and involvement of these groups with the depot operations would act as guidance in
developing the functional requirements of the system.
Security and Operating Standards
This band in the functional landscape shows the two primary standards, internal to FCI operations, which
would drive the functioning of the Depot Online System. These are the information security standards and
the Standard Operating Procedures for depot operations.
Core System Modules
This band in the functional landscape shows the different modules, in a logical sequence, for the Depot
Online System and defines the scope of the core solution.
Supporting Components
This band in the functional landscape shows the different components that would support the functioning
of the core solution in terms of mobility, communication, reporting, issue resolution, document
management, operational workflows and dashboard.
Additionally the functional landscape shows the envisaged integration of Depot Online System with
multiple internal and external applications. The internal applications would include:
Financial Accounting Package (FAP) which manages the payment process
Release Order (RO), currently under development, which will manage the FCI release order
process for all the central government schemes and, in turn, be integrated with NCDEX e-Auction
system for Open Market Sales Scheme (OMSS)
Human Resource Management System (HRMS) which maintains the staff and worker
profiles as well as their leave and attendance details
The various external applications/systems being considered for future integration to have a complete end-
to-end visibility include:
Freight Operations Information System (FOIS) implemented by railways, for managing its
freight operation against indent from different government and private parties.
Central Warehousing Corporation (CWC) /State Warehousing Corporation (SWC)
which provide the warehousing and storage locations to FCI.
Procuring Agency Application(s) which support the procurement activities for FCI
State Government Agency Application(s) which support the distribution of food grains under
various schemes to the citizens
Request For Proposal Depot Online System (FCI)
134
At the same time, the following internal applications would be gradually phased out after the complete
migration of existing data from them into the Depot Online System -
IISFM Rapid Reporting Service (IRRS) which captures the depot level stock related data to
generate MIS Reports
District Information System (DISFM) which captures the fortnightly stock of both FCI depots
as well as State Agencies
Procurement Management System (PMS) which is used for capturing the daily procurement
data at the Mandis/Purchasing Centers by FCI and State Agencies
Depot Code Management System (DCMS) which maintains details on depot addition, re-hire
and de-hire
The Depot Online System would leverage the availability of IT infrastructure in terms of usage of desktops
stationed at the depots, tablets for providing mobility to the depot staff while performing the depot
operations. Integration of weighbridges existing at the depots with the Depot Online System to
automatically capture and transfer the data to the system would eliminate manual entry by the weighbridge
operator. It is also suggested to use biometric based attendance systems for the depot staff and laborers to
ensure punctuality in working hours.
One of the major challenges in implementing the system would be network accessibility across the remote
areas. For overcoming this bottleneck, various networking options line GPRS, 3G, 2G, Broadband, VSAT,
Data cards are envisaged. Moreover the overall application design would support both centralized
architecture (for the web based application system) as well as decentralized architecture
(for the mobile apps) and it will be built using open source or any other technology
platform. The mobile app should be developed to support both offline and online mode of operations. So
in case there is a temporary non-availability of network at the depot the mobile application would still
function in an offline mode and synchronize with the central application server once the network
connection is resumed.
A brief functional modules and key requirements to be included, but not limited to, in the proposed Depot
Online System is outlined below –
This module should capture the daily procurement data for FCI and the State Agencies as well as integrate
with all existing models of procurement in FCI and States. It should provide for capturing data at source
regarding the quantity of food grains to be procured and moved to the Depots. It would cover the following
key functions:
Mapping of Mandis with the Depots
Mapping of Millers with the Depots
Configuration of Agencies and Nodal Officers
Daily procurement by FCI/Agencies/Millers
Quality check and acceptance/rejection at Mandis
Lifting of procured food grains
Receipt of CMR
Receipt of Levy Rice
Validation and tracking of MSP Certificate
Maintenance of Miller history
Procurement of Wheat/Paddy/Rice/Coarse Grains
Procurement Planning and Monitoring
Request For Proposal Depot Online System (FCI)
135
It would cover the following key functions:
Setting up the Marketing Season
Setting up of Pay Points and temporary Purchase Centers
Empanelment of transport contractors
Preparation of food grains procurement plan at the ZO/RO/DO level
Tracking and monitoring of procured food grains
Payment approval by the Pay Point Officer or District Office
Payment to Societies/Agencies/Millers for procured food grains
Integration with PMS application
This module should capture the movement of stock by rail from a source depot siding or railhead to a
destination depot siding or railhead. It would cover the following key functions:
Placing of rake indent with railways
Tracking of indent
Placement of rake
Loading/Unloading of rake
Preparation of loading statement
Detention of rake
Tracking of interception, diversion and rebooking of a rake
Fresh indent for rebooking of a rake
Notification to source and destination depots
Identification of missing or unconnected wagons
Weighment of stock
Transit loss and gain
Goods shed storage
Direct issue to State Agencies from railhead
Stock movement from railhead or siding by HTC or ITC
This module should capture the details of all activities that happen during the inflow and outflow of stock
by road movement. It would cover the following key functions:
Gate arrival and queuing
Truck identification and verification
Issuance of Gate Pass
Automatic capture of LWB Weighment data
Road transit loss/gain
Shed and gang allocation
Stock loading/unloading in truck
Gate pass issue for exit
Verification at gate
Checking of dispatch instructions
Notifications and alerts
Movement by Rail
Movement by Ship/Riverine
Movement by Road
Request For Proposal Depot Online System (FCI)
136
This module should capture the inflow and outflow movement of food grains stock through port (for import
and export of food grains) or riverine mode (for internal movement in South and North East India). It
would cover the following key functions:
Preparation of a coastal movement plan
Raising of an indent for cargo ship
Loading/Unloading of stock at depot into/from containers
Gang allocation
This module should capture the details of inward and outward movement requirement on a monthly basis
into / from the deficit / surplus region respectively. It would cover the following key functions:
Capturing of monthly inflow plan of each deficit state
Dispatch Instructions (DI) from the regions
Monthly movement plan based on offtake, anticipated procurement, vacant space and capacity
utilization
Preparation of special-wise plan for dispatch of food grains
Movement Cost optimization (replacing current LP software)
Rake diversion
Rake rebooking
Missing and unconnected rake
Integration with Railway’s FOIS system
This module should capture the details of monitoring the movement into / from the deficit / surplus region
respectively. It would cover the following key functions:
Rake position
Arrival/Placement/Release time of rakes
Demurrage charges
Wharfage charges
Dispatch and expected travel
Transit loss
Contracting with transport contractors
Monitoring the work done by transport contractors
This module should capture details of all the shed operations and cover the following key functions:
Stack management
Stack killing
Temporary storage
Spillage management
Stock maintenance
Gunny made-up, release and replacement
Indent for gunny bags
Movement Planning and Optimization
Shed Operation and Storage
Movement Monitoring
Request For Proposal Depot Online System (FCI)
137
Internal movement of gunny bags
Daily gunny reconciliation at the depot
Stacking plan
Stacking history
Quality checking of stored stocks
Storage loss/gain calculation
Maintenance of Registers
Generation of DSR/DSI
SGA-wise and miller-wise identity of food grains
This module should capture the details of all silo related operations and cover the following key functions:
Silo storage
Silo outflow
This module should capture the details of and support the quality control of food grains in sheds as well as
track the quality of food grains along with maintaining prioritization. It would cover the following key
functions:
Curative treatment
Prophylactic treatment
Monitoring of chemical consumption
Quality analysis of procured or transferred food grains
Acceptance of food grains consignment
Rejection of food grains consignment
Stock classification and prioritization
Periodic quality inspection at Depot/DO/RO level
Maintenance of centralized priority list
Violation of FIFO guidelines
Overriding of queueing and prioritization
This module should capture the details of and support the monitoring of quality complaints and appeals
related to the movement and procurement of food grains respectively. It would cover the following key
functions:
Quality complaint for transferred food grains
Quality inspection at each stage of the quality complaint process
Monitoring of appeal process
Management of stock under appeal process
It would cover the following key functions:
Quality Control for Procurement and Storage
Quality Complaint and Appeals Monitoring
Disposal of Stock
Silo Operation
Request For Proposal Depot Online System (FCI)
138
Upgrade and downgrade of stock
Disposal of non-issuable stock based on category
This module should capture the details of the task assignment, monitoring and work done for all 4 types of
labor in a depot namely departmental, DPS, NWNP and contractual, in order to facilitate payment accuracy
and work distribution. It would cover the following key functions:
Gang availability
Gang work assignment
Monitoring of daily work done
Gang payment based on work done
Weekly and monthly work distribution
Weekly or monthly payment received
Payment slabs based on distance and stack height
Integration with FAP system
It would cover the following key functions:
Weekly and monthly work forecasting based on procurement and movement plan
Utilization of gangs on a real-time basis
View of historical data for work allocation and work done
Capturing and editing the details of labor contracts for depots
Maintenance of performance history of different labor contractors
Capturing of labor contract details for the railheads and sidings
This module should provide the functionality related to stores operation within a depot along with the
tracking and control of items’ inventory. It would cover the following key functions –
Monitoring and maintenance of chemicals inventory
Monitoring of equipment inventory
Receipt of fresh dead stock through procurement
Maintaining the inventory threshold
Requisition for dead stock
Issue of dead stock from Stores
Disposal of expired stocks
Update of dead stock accounts
Dead stock delivery monitoring and tracking
This module should provide the capability to handle the execution of Release Orders (RO) by each depot
based on information received from RO application. It would cover the following key functions:
RO for Central Government Schemes
Labor Work Assignment and Monitoring
Stores and Inventory
Sales Management
Labor Planning and Contracting
Request For Proposal Depot Online System (FCI)
139
RO for Open Market Sales Scheme (OMSS)
RO for proportionate paddy
Integration with RO application
History of Release Orders
Transaction details for each Release Order
RO balance
Validity and extension
Lifting status of RO
This module should provide the capability to handle the receipt of imported food grains and Export Release
Orders (RO). It would cover the following key functions:
Integration with RO application
Receipt of Imported food grains
RO for Export
This module should capture the scheduled monthly/quarterly/half yearly/annual maintenance required at
depot level as well as need-based maintenance requests from the depots and track the completion. It would
cover the following key functions:
Preparation of priority list
Grading system updates
Scheduled maintenance
Maintenance requests
This module should capture the details of observation from physical verification (PV) of stocks in the depot
by designated teams from Regional Office. It would cover the following key functions:
Identification of stacks to be audited (for ISI Method)
Preparation of census list (for Routine PV)
Advance communication of schedule
Weighment of the stocks
100% weighment for Zero Stock PV
100% liquidation for Zero Stock PV
Preparation of Audit Report
This module should provide the capability to manage the depot code and profiles across all the depots as
well as monitor the depot operation related expenses. It would cover the following key functions:
New depot addition
De-hire of depot
Re-hire of depot
Engineering & Maintenance
Stock PV
Depot Code Maintenance
Import and Export
Depot Infrastructure Maintenance
Request For Proposal Depot Online System (FCI)
140
This module would cover the following key functions:
Depot directory preparation
Scheduled payment of utilities
This would include but not limited to the following apps:
App for end to end depot operation including truck movement, LWB, quality control, stacking and
other shed operation, rail siding and rail head operation
App for procurement site operation to track daily procurements, stocking and dispatching details
App for tracking details of incoming truck either from procurement site, rail head, millers etc.
Any other app for 3rd parties e.g. procurement agencies, schemes, millers, transporters etc.
This would include the following types of reports:
Daily report
Fortnightly report
Monthly report
Procurement report
Miscellaneous report
This would include the following:
Key Performance Indicators – Movement
Key Performance Indicators – Quality Control
Key Performance Indicators – Storage
Key Performance Indicators – Procurement
Key Performance Indicators – Sales
This would include the following:
Depot Code Management System (DCMS)
IISFM Rapid Reporting Service (IRRS)
District Information System for Food grains Management (DISFM)
Procurement Monitoring System (PMS)
If bidder proposes two phased approach to develop and roll out the of the proposed application, then all
core functionalities of the depot operations must be delivered within the first phase itself and these must
cover data entry which are happening at the depot, LWB, rail head etc.; and rest of the application
functionality to be delivered and rolled out at the subsequent phase. The indicative lists of functionality
which may be rolled out in the subsequent phase are following:
Data Capture and Retrieval using Mobile Apps
MIS Reporting
Analytics and Dashboard
Data Migration
Request For Proposal Depot Online System (FCI)
141
Integration with PMS, FAP and FOIS systems
Movement Cost optimization (replacing the current LP software)
Stock PV
Engineering and Maintenance
Depot Infrastructure Maintenance
Mobile app for tracking procurement operation,
Mobile app for tracking incoming truck details
Mobile app for any 3rd parties
Application Landscape
In this section it is envisaged that the integrated IT Application landscape would completely map the value
chain activities of depot operations while maintaining the alignment with the current and future IT trends
in the market.
Envisaged Application Stack
The recommended application stack in the To-Be IT landscape is shown in the schematic diagram below
where the Depot Online System has been termed as the core solution.
Core Depot Online Solution
Mobile Application
Portal for Login Services
MIS ReportingAnalytics and
DashboardIncident
Management
HRMS Application
E-Auctioning Application
RO Application
FAP Application
Email and Communication Management
Enterprise Service Bus
FOIS System
As shown in the above stack, the core solution for Depot Online System should be supported by the mobile
application, MIS Reporting, Portal for Login Services, Analytics and Dashboard, and Incident Management,
and simultaneously integrated with the Release Order (RO) Application, FAP Application, and HRMS to
enable data exchange and validation for improving end-to-end operational efficiency. The RO Application
would have integration with E-Auctioning Application for fetching information regarding OMSS RO,
generated online.
The other two components of the stack (Email and Communication Management, and Enterprise Service
Bus) will support the functioning of all the other components and hence run across the stack. A service-
oriented layered architecture and modular design have been suggested for overall architecture blueprint
and present below a service-based visualization of the overall IT landscape.
Request For Proposal Depot Online System (FCI)
142
ORACLE APPLICATION SERVER
SGA APPLICATION SERVICES
SE
CU
RIT
Y S
ER
VIC
ES
(A
UT
HE
NT
ICA
TIO
N /
AU
TH
OR
IZA
TIO
N)
REQUISITIONFORMS
AVAILABILITY
COMMON SERVICES
DATA PREPARATION
INFORMATION DISSEMINATION
DATA PROCESSING
VERIFICATION APPROVAL SUBMISSION
STATUS TRACKING SERVICES
MANAGEMENT INFORMATION
SERVICES
SMS GATEWAY SERVICES
CALENDAR SERVICES
SCHEDULER SERVICESSLA MONITORING
SERVICES
DOCUMENT UPLOAD/DOWNLOAD
EXPORT/PRINTER FRIENDLY SERVICES
REPORTING SERVICES
AUDIT TRAIL SERVICES
FRAMEWORK SERVICES
WORKFLOW SERVICESNOTIFICATION SERVICES
DATA ACCESS SERVICES CONTENT SERVICES
Usage Login Services Administration
System Dashboard
SYSTEM SERVICES
CachingLogin Services
User Profile
PROCUREMENT
DEPOT INFRA MGMT
MOVEMENT
QUALITY CONTROL
SALES AND RO
STORAGE
BUSINESS SERVICES
LDAP DIRECTORY SERVICES
EMAIL GATEWAY SERVICES
EXTERNAL SERVICES
ANALYTICS DATA REPOSITORY
DATA SERVICES
CONTENT DATA REPOSITORY
APPLICATION DATA REPOSITORY
LEGACY APPLICATION SERVICES
SECURITY DATA REPOSITORY
APPLICATION SERVICES
AUDIT
ENGG. & MAINT.
The solution architecture of the To-Be IT Landscape should be a combination of centralized (for the core
application) and decentralized (for the solution) architecture.
Currently FOIS does not provide any interface for exchange of information with other systems. Instead, it
gives a view-only access to all vendors or partners for FOIS data and reports. Hence the integration with
FOIS is subject to exposing the required services from FOIS for consumption by external systems and
sharing of FOIS data by the railways.
Request For Proposal Depot Online System (FCI)
143
The key solution components of the To-Be IT landscape are discussed below in details.
Mobility Solution
Most of the depot level operations happen inside the sheds and in the fields (for example Mandis/Purchase
Centers, railheads, ports etc.). This would necessitate the use of smart phones and tablets for data entry,
data submission, data view or status checking purposes due to the lack of feasibility in having desktop or PC
setup at each point of transactional data source/origin.
The IT solution should have the provision of installing, configuring and using function-specific mobile apps
for both smart phones and tablets to capture and submit data by the internal and external users during their
routine field level activities. The mobile apps should be standardized on Android or equivalent mobile
platform and support push notification and application updates from the central server. The mobility
solution should also include the implementation of a MDM platform to ensure secured access to FCI data
using mobile devices and enforce FCI policies on the mobile devices accessing the system network.
Analytics and Dashboard
Analytics and Dashboard component of the Online Depot System solution would provide a higher degree of
management reporting through extraction of data from various systems into a common platform. The
degree and flexibility of information provided by this application component allows for more focused,
informed and agile decision making.
Dashboard
Dashboard will be a collection of internally produced graphs, charts, gauges, or other indicators that allow
at-a-glance visualization of current health of FCI stocks and operations, and monitoring of key performance
indicators. Considering the criticality and impact of the dashboards to the success of the envisaged Depot
Online System, it has been suggested to design the dashboards taking into consideration all the elements as
per industry standard and leading practices, some of which are mentioned below:
Cross-functional/Multi-process view of KPIs
Leading and lagging indicators giving a summarized snapshot on a single screen with no scrolling
Daily data refresh with filters and dropdowns to select data cut
Traffic light reporting, exception reporting and threshold breach, Top X or Bottom X
Simple and easily communicable
Specific information
Operational support with meaningful and useful data
Application of human visual perception for visual presentation of information
The minimum set of KPIs that should drive the analytics and dashboard implementation within the Depot
Online System have been mentioned in “Appendix VI: Functional Requirements”.
Email and Communication Management
In reference to the overall architectural blueprint for Depot Online System, the entire communication
management should be handled by the notification services, which would let the application users perform
simple email functions, such as view, create and delete messages, automatically create messages as part of
the business flow and reply to or forward an existing email. The service would expose data from an existing
mail server based on IMAP4 and SMTP protocol.
Notification Services should also include services which send notifications to the interested entities based on
what they would like to be notified on. In this context, the services would check if any event has occurred on
Request For Proposal Depot Online System (FCI)
144
the specified data, and then check if any entity has subscribed to be notified when the event occurs, and
finally send the notification to that entity. For example, if the QC Manager and Depot Manager want to be
notified for any violation of priority in sheds, then the same can be configured in the system and, as and
when this event occurs based on the data input, the system should trigger a SMS or email notification for the
recipients. Similarly, if any inward consignment in a depot is accepted by QC and corresponding entries are
captured in the system, it can be configured to trigger a notification SMS/email to the sender. Any running
cost related to system generated SMS will be borne by FCI.
The architecture of this Notification Service would be such that it is flexible for implementing features like
polling events, scheduling, formatting and delivery of notifications. These features should be built in the
Notification Services for easy integration and development.
Incident Management
The purpose of Incident Management as a support application to Depot Online System is to log any
operational problems, troubleshoot the issues and provide guidance to the end users i.e. FCI internal users
as well as external users from its various stakeholders. It helps in managing the requests by enabling several
automated features like Service Level Agreement, Turnaround time based on severity and priority, repeat
issues, probable solution from existing issue repository etc. This should be always in online mode and must
follow a defined lifecycle. The data flow in this module should be bi-directional and it should be able to
handle approximately 5000-6000 users. It should enable the Depot Online System users to receive, view
and maintain the log of their service requests, while providing resolution and issue reports across different
functional areas to the HQ personnel or monitoring authorities. This module can be either COTS that can be
plugged to the Depot Online System or custom built by the System integrator.
Key Architectural Considerations
The key architectural considerations discussed in this section are the focus areas for overarching IT
architecture landscape for Depot Online System along with its upstream and downstream applications.
These, along with underlying general rules and guidelines, will drive the subsequent development, use and
maintenance of architectural standards, frameworks and future state target architecture.
Integration with external and internal systems
As highlighted and discussed in the section on “Envisaged Application Stack”, the Depot Online System
needs to be integrated with internal (RO, PMS, FAP and HRMS) and external (FOIS) applications for an
end-to-end operational efficiency and workflow automation. Besides it should also be able to integrate with
equipment within a depot e.g. Lorrie Weigh Bridge (LWB), Digital Weigh Scale etc. It is to be noted that the
FCI uses LWB provided by multiple vendors on various platforms (for e.g. Across 553 FCI depots there are
more than 25 different LWB providers) and vendor has to undertake integration with these.
The solution would be based on a Service Oriented Architecture (SOA) which would help in data exchange
across applications in real-time mode (both synchronous and asynchronous), promote loose coupling with
ease of maintenance and change, facilitate rapid composition of complex services, achieve scalability
through modularity, and improved business visibility.
SOA is an architectural style that allows the integration of heterogeneous applications and users into flexible
service delivery architecture. Discrete business functions contained in enterprise applications could be
organized as layers of interoperable, standards-based shared "services" that can be combined, reused,
discovered and leveraged by other applications and processes.
All real-time data integration across enterprise applications will be through middleware based enterprise
integration platform.
Request For Proposal Depot Online System (FCI)
145
The following are the various integration modes and techniques that could be leveraged:
1. Web service based interfacing technique will be leveraged as the real-time point to point
synchronous integration mode. The following integration points could be considered for web service
based interfacing -
a. Sales or Issue function of Depot Online System and RO Application to exchange data on the
RO distribution, authenticity, status, consignee details and payment details across
districts/regions
b. RO Application and Sales or Issue function of Depot Online System to exchange data on the
RO balance and carry forward based on the issued stock from the depots
c. FOIS Application with Movement function of Depot Online System to capture data pertaining
to inward and outward movement of rakes for planning on loading/unloading and storage at
the railway siding or railhead
d. FOIS Application with Movement function of Depot Online System to exchange data
pertaining to indent, demurrage, wharfage, missing wagons, unconnected wagons, claims and
route deviations for the rakes for stock accounting and reporting purpose
e. Procurement Monitoring System and Depot Online System for real-time data exchange on
daily procurement of wheat/paddy/coarse grains/rice from the Mandi/SGA/Miller, as the
case may be
2. Message based interfacing technique will be leveraged for real-time asynchronous integration mode.
The following integration points could be considered for message based interfacing -
a. Central LDAP with Depot Online System to synchronize staff and management registration
data
b. Depot Online System and FAP Application to exchange payment data (procurement,
purchase, sales, transporter, labor, claims, penalties), and master data on rates (workers,
procuring/ purchasing agencies, millers, HTC, railways, port etc.)
c. Work allocation function in Depot Online System with HRMS application to capture data
pertaining to employee attendance and leave plans
3. Data integration in batch mode will be through ETL. The following integration points could be
considered for ETL based data integration -
a. Initial data migration to cleanse, validate and load the data extracted from legacy applications
like DCMS, IRRS, and DISFM into target tables of Depot Online System
b. Data load from Depot Online System solution, RO application, and FAP application to central
Analytics and Dashboard solution for dashboard and decision support.
c. Stock procurement, purchase, dispatch or storage related data capture and processing within
depot sheds and in the fields, in online/offline mode.
The interface requirements for the above integration points are summarized in the following table –
Depot Online
System Module
Integrating
Application/
Module
Mode Key Data to be Exchanged Data Flow
Procurement Procurement
Monitoring
System
Real time
asynchronous,
message base
Daily procurement data of
wheat/paddy/coarse grains/
rice from Mandi/SGA/Miller,
as the case may be
Unidirectional
Request For Proposal Depot Online System (FCI)
146
Procurement FAP Application Real time
synchronous,
web service
FCI procurement data for each
consignment and master data
on rates
Bi-directional
Movement FOIS Application Real time
synchronous,
web service
Inward and outward movement
data of rakes to dispatching
and destination ends – current
location, arrival time,
placement time, release time
etc.
Unidirectional
Movement FOIS Application Real time
synchronous,
web service
Data on indent, demurrage,
wharfage, and claims for the
rakes
Bi-directional
Movement FOIS Application Real time
synchronous,
web service
Data on missing wagons,
unconnected wagons and route
deviations for the rakes
Bi-directional
Movement FAP Application Real time
asynchronous,
message base
Payment related data for
transporter and labor, and
master data on rates and
classifications
Bi-directional
Movement FAP Application Real time
asynchronous,
message base
Payment related data for
claims and penalties, and
master data on rates and
classifications
Bi-directional
Storage HRMS
Application
Real time
asynchronous,
message base
Work allocation data and staff/
worker attendance and leave
plans
Bi-directional
Sales RO Application Real time
synchronous,
web service
Data on the RO distribution,
authenticity, status, consignee
details and payment details
Bi-directional
Sales RO Application Real time
synchronous,
web service
Data on RO balance and carry
forward based on issued stock
Bi-directional
Quality Control FAP Application Real time
asynchronous,
message base
Payment related data for
chemical consumption and
requisition, and master data
Bi-directional
Mobile App Central Database ETL, Batch
mode
Dispatch, issue, receipt and
storage related data in sheds
Unidirectional
Mobile App Central Database ETL, Batch
mode
Procurement, purchase and
transportation related data in
the field
Unidirectional
Analytics RO Application ETL, Batch
mode
Sales and release allocation
data at the district level
Bi-directional
Analytics FAP Application ETL, Batch
mode
Payment data, threshold limits
and master data on rates
Bi-directional
Analytics FOIS Application ETL, Batch
mode
Data on inward and outward
movement of rakes
Bi-directional
Request For Proposal Depot Online System (FCI)
147
Master Data
Management
Central LDAP Real time
asynchronous,
message base
Staff and management
registration data to
authenticate
Unidirectional
Offline Online Mode of Operation
The connectivity within the FCI Depots may not be similar and consistent due to the location of its
operations. Therefore it is envisaged that both offline and online mode of operation for the Depot Online
System and same should be taken into consideration in the overall solution design and architecture.
The key aspects of the offline solution architecture are described below:
The data capture and storage standards - In order to ensure exchange of data happens
seamlessly in duplex mode between central and local systems, the data would be captured in
standard template formats which will be compliant with existing standards. Thus the data can be
integrated and passed through in any other heterogeneous system as well.
Temporary Data Storage - Each local instance will be equipped with a temporary data storage
system (local database) which will supply necessary information on the user interface pertinent to
the local transactions and stakeholders and also capture the newly created transactions. As soon as
the network link becomes available, the synchronization process would run to bring the local and
central Depot Online System database in sync.
User Cache and Business Data Cache - Each local instance would maintain a user base cache
and business data cache identified from the central system. The user and business data cache would
cater to the static data lookup, user transaction needs when the mobile app instance would work in
offline mode. On restoration of the network link, the caches will get updated to and from the central
repository via database synchronization process so that upon subsequent link failure, the local
instance stays operational with most updated data.
All depot storage and QC operations need to be handled locally during offline mode. All the master data will
be maintained at the Central location (Data Centre). Depot specific master data will be configured at the
Data Centre. This data will then be pushed to the mobile app when online.
Load Expectation
The consistent and fast performance of the Depot Online System is a key determinant factor for a good user
experience and strong acceptance of the proposed application and hence, will drive the architecture and
design. It is envisaged that the integrated Depot Online System will have a large target user base since FCI
will have personnel from each of the functional areas within a depot accessing the application and there are
553 depots currently in scope of the rollout. Apart from the depot personnel, all the 164 district offices, 25
regional offices and 5 zonal offices along with FCI HQ will be allowed to access the application and perform
necessary actions or view reports. In addition, there will be few hundreds of external users (SGA, private
parties, millers, truck operators, railway/port representatives) to be considered by the system for regular
data submission, and data request/response. Hence a load of 6000+ logged-in users is envisaged in order to
consider the load distribution and load balancing aspects.
The horizontal scalability in the solution architecture needs to be verified, considering a target base of
15,000 registered users for the application. Additionally clustering and load balancing mechanisms need to
be considered along with high availability, fault tolerance and reliability envisaging a peak load of 2,000
concurrent users, who would interact with the Depot Online System, and a need for considerable availability
of uptime.
Request For Proposal Depot Online System (FCI)
148
Hardware and Networking
Based on the field survey and inputs received from FCI staff it is estimated that hardware like desktop,
UPS, printers, handheld devices etc. will be required at various locations within the depots. To undertake
successful rollout of Depot Online System it is essential that adequate number of handheld devices are
provided to the ground staff. Considering one handheld device/tablet allocated for each 5000MT capacity
in the sheds, this will roughly equal to the total number of shed-in-charge and Shed Assistant put together
for the 553 depots.
Proposed Client Side Hardware
Keeping in mind the various operations of the depots, following hardware is envisaged:
a) Each LWB (Lorry Weight Bridge) will be given one desktop which will be connected to existing
weigh system and thus the process of weighting will be completely automated. This will also remove
the manual intervention of entering the weight by LWB staff. Based on the site visit and discussions
with LWB staff it is assumed that existing desktop connected with the LWB is not usable for
accessing Depot Online System.
b) Each depot gate will be given one desktop and one thermal printer where in gate in-charge can
access and verify the records of the truck to be allowed to enter. The printer shall be used to print
tokens and gate passes (in cases where LWB is not in Depot) for truck drivers.
c) Each quality lab will be given one desktop and one laser printer for undertaking there operational
activities like generation of quality certificate. Technical assistant will also be working on the same
desktop and no separate desktop is provisioned for technical assistance.
d) One desktop and one laser printer is provisioned for undertaking day to day depot operations like
report generations etc. at depots level. For depots, where the capacity is more than 25K MT but less
than 50K MT, 2 desktops and 1 printer will be considered and for depots with capacity of more than
50K MT, 3 desktops and 1 printer will be considered to estimate the hardware numbers.
e) At district office three desktops and one laser printer is proposed.
Request For Proposal Depot Online System (FCI)
149
f) Handheld device per 5000MT capacity:
i. One tablet will be allocated for each 5000MT capacity, which is roughly equal to the total
number of shed-in-charge and Shed Assistant put together for 553 depots.
ii. This will ensure the future increase in manpower, and take care of operations at the good
shed/railhead.
g) One tablet is provisioned for each of the QC Managers
h) All the tablets will have a SIM Card for network connectivity. 3G SIM cards have to be provided for
the depots located in areas having 3G network, while for depots in the remaining areas 2G SIM
cards will be allowed.
i) All the supplied desktops will have to be provisioned for network connectivity. For depots with
existing broadband connection, the desktop(s) provided to depot office will continue to use the
broadband connection to access the Depot Online System. However, for all the remaining cases, the
desktops will have a Dongle for network connectivity.
Below is the matrix highlighting deployment of various hardware at different locations in a depot:
Location / Owner Desktop
& UPS
Laser/
Thermal
Printer
Handheld
Tablet
SIM
Card
SIM
Card
Dongle
Gate
Depot Office
Quality Control
Shed
Shed In-charge
Shed Assistant
Manager (QC)
It is proposed that Tablets need to be provided to field staff along with desktops at the gate, depot office,
within depot LWB and QC lab in each depot, based on their storage capacity. For online data capture by
third parties, i.e. Millers / SGAs / LWB operator outside depot / Transport Contractors etc., it is suggested
to use their own compatible mobile device to access the Depot Online mobile application.
Networking Consideration
FCI has established MPLS based connectivity up to the district offices provided by NIC, however the depots
are not yet connected. Currently all IT systems and applications are hosted in the NIC Data Centre and DR
Centre at New Delhi and Hyderabad respectively and various FCI offices are connected to the DC/DR
through the NIC cloud as shown below. At present the depots use various modes of connectivity for
accessing online applications for data entry e.g. 3G data card dongle (2G data card where 3G is currently
not available) or internet broadband.
Connectivity Link Bandwidth Type of redundancy
Head Office to
NIC cloud 34 MBPS Broadband/Data Card
Connectivity
Zonal Office to 10 MBPS Broadband/Data Card
Request For Proposal Depot Online System (FCI)
150
Connectivity Link Bandwidth Type of redundancy
NIC Cloud Connectivity
Regional Office to
NIC cloud 10 MBPS Broadband/Data Card
Connectivity
District Office to
NIC Cloud
2+2 MBPS Broadband/Data Card
Connectivity
Depot Offices Broadband/Dongle
(3G/2G)
No redundancy (Single point
of failure)
As part of this Depot Online System implementation, FCI envisages depots to use the existing mode of
internet connectivity to access Depot Online System after the new system is implemented and hence plan to
provide the 3G/2G data card dongle/SIM along with the desktops and tablet to depots. It may be noted that
depots where already broadband connectivity is available, desktops may be connected to that and no data
card dongle would be necessary.
FCI also want to provide connectivity to few depots where currently no other modes of connectivity are
available, specifically for the depots in the hilly and remote regions (10-15 such depots across country). For
these depots networking through VSAT shall be required. Along with the VSAT, the depots will also require
LAN/WLAN networking to provide access to desktops and tablets at various points within the depot. The
VSATs will be connected to the NIC Cloud and FCI will pay NIC for the necessary bandwidth.
As the future roadmap it envisages that depots will be connected through the National Optic Fibre Network
(NOFN) and therefore no new networking infrastructure to be set up till that time.
A functional schematic of the network connectivity for To-Be IT solution is shown below
Public Cloud ( Web
Interface)
NIC Cloud10 Mbps
Depot (n1, n2, n3……..)
Tablet
Regional / Zonal Office
Head Quarter
District Office
34 Mbps
4 / 2 Mbps
Bro
ad B
and C
onnect
ivity
Data C
ard ( 2G / 3 G
)
Depot (n1, n2, n3……..)
Tablet
Depot (n1, n2,…n10.)
Tablet
Vsa
t C
onnect
ivity
Field
Staff
Sim
card
Request For Proposal Depot Online System (FCI)
151
Application Hosting
The envisaged IT application is planned to be hosted centrally in DC/DR mode in the NIC Data Center at
Delhi with the DR site located in Hyderabad. The server side hardware infrastructure can either be
separately procured for the envisaged application and co-located in the Data Center or the available server
space in existing infrastructure at Data Center can be used for hosting the envisaged application.
The bidder is expected to propose the hosting infrastructure required in this project in order to meet the
desired performance and SLA as part of their technical proposal. The detail specification of the server side
hardware should be proposed with proper justification like estimated number of concurrent users and any
other similar parameters. However at minimum the bidder should consider the following -
i. Application and Database and should be configured in Active-Active or Active-Passive cluster for
failover back up.
ii. Additionally hardware servers may consider using of load-balancer for better performance.
iii. The DR site would have the same configuration of application and database server as well as a
single load-balancer, but need not be in a clustered environment.
iv. The development and training environment in the Data Center should have dedicated Servers
v. The security of the hosting infrastructure may be ensured through managed services in terms of
IPS monitoring, vulnerability assessment, firewall protection, compliance with CERT-IN, NIST,
ISO27000 and IT ACT 2000 standards.
vi. The application, hosted in the NIC cloud, would be accessible through desktop browsers and
handheld devices.
vii. Use of "Backup as a Service" for both Operating System as well as Database by the backup
agents in DC, with daily replication (delta/full as well as reverse, on need basis) to DR site.
Request For Proposal Depot Online System (FCI)
152
15. Appendix IV: Rollout Considerations
The rollout of the Depot Online System would involve the rollout approach and activities to be carried
out during the implementation at various levels.
Rollout approach
For rollout of depot online system a phase wise approach has to be considered. During Phase 1 a pilot
rollout to 25 FCI Depots (One depot in each region) would be done. The aim of getting the pilot done would
be to get the application stabilized and incorporate any changes based on feedback from the field users
before the actual rollout. Phase 2 would involve rolling out Depot Online system to all FCI depots.
During the rollout it is expected a camp to be set up at district/depot level which would be responsible for
ensuring coordination and execution of various related activities like shipment and receiving of required
client hardware, installation of these, configuring the application to run on these hardware etc. to allow
smooth roll out of the system. This would include Application/Hardware configuration, application testing,
hand holding to the depot level staff, and ensure end to end implementation at the depot level.
Duration of rollout and team size required during piloting phase would be higher as this will have more
rollout challenges and would require more on the ground assistance and support. Also the resources
deployed would be reallocated and distributed to various depots during the subsequent phases to utilize the
learning experiences they have gained from previous rollouts. The overall timeframe for rolling out depot
online system across all depots following this approach would be 6 months.
Various training sessions like Train the Trainers and Field level trainings sessions shall be conducted at
various levels as per the training details provided later in this document. The objective would be to impart
adequate training to the stakeholders for successful rollout. Post successful implementation application
support, onsite support at district level and centralized helpdesk support shall be provided to stabilize the
depot operations.
It is important to note that bidder shall be responsible for the final outcome i.e. successful roll out of the Depot Online
System at each depot, and they need to plan efficiently the number of trainings at each locations, and number of
people in each depot for roll out, based on their experience and understanding, to achieve thi outcome.
Rollout activities at depot level
Rollout of Depot Online System would require setting up of rollout camp to carry out the roll out at each
depot. It is expected that the System Integrator will use efficient ways to deploy adequate number of
resources either at the district level or at individual depot or combination of both for the roll out camp to
optimize the cost. The duration of the rollout camp may vary based on the implementation phase along
with other factors such as size of the depot, manpower skillset, infrastructure availability etc.
Following are the key considerations that shall be taken into account during the rollout:
Pre requisites for setting up a Rollout camp:
This is an indicative list and the System integrator is expected to facilitate these by creating comprehensive
checklist for the depot managers and follow up in order to timely complete these activities.
Availability of System integrator team for conducting the rollout camp
Communication to the depot manager about the timelines of the rollout camp
Availability of required Infrastructure like Internet, reliable power supply at the depot
Availability of the required hardware (Desktops/Tablets/Printers/UPS etc.)
Master trainer identified at the district/region level to monitor the rollout activities.
Prior training (classroom based) of the depot online staff at the district/region level.
Request For Proposal Depot Online System (FCI)
153
Adequate and identified IT skilled manpower at the depot
Handheld devices will be preinstalled with the mobile app and delivered at the districts, where it
will be configured for first time and synched with central application so that user ids and other
master data are pulled and local database is updated
Indicative Activities to be undertaken during the roll out camp:
Deployment & Configuration of Hardware (Handheld devices, desktops, printers, UPS etc.).
Configuring depot level setup data to the application (user credentials, department, no. of units,
sheds, weighbridge etc.) and sharing the credentials with the depot staff
Weigh bridge integration
Training for the depot staff to demonstrate application functionality, basic IT awareness etc.
Handholding support to the depot staff for undertaking their daily operations activities using new
system
Testing of the application by the depot staff post application configuration and training
Following are the expected training and manpower requirement during the roll out:
Application Rollout
S. No.
Phase No. of Depots
Expected Duration and Manpower
Remarks
1 FIRST 25 (25 Regions
spread across 5 Zones)
2 months
Deployed resource need to be able to configure
application in the handled, conduct hand
holding training and troubleshoot any issues. It is advisable that the bidder would use local resources to optimize
the rollout cost. Bidder to plan adequate number of field resource
to carry out roll out activities at each depot, it is expected that more manpower is allotted in
the 25 pilot depots in order to stabilize the
application and ensure proper adoption before
roll out to rest of the depots
2. SECOND 528 2 Months
Post Rollout Onsite Support
S. No.
No. of Support Locations
No. of Resources per
Location
Duration in months
1 164 FCI District Offices [1st
year] 1
12
2 1 HQ + 5 Zonal Offices + 25 Regional Offices [1st year] (31 locations)
1
12
Request For Proposal Depot Online System (FCI)
154
Note: It is advisable that the bidder would use local resources, as much as possible, to optimize the post rollout onsite support cost.
Helpdesk Support
S. No.
No. of Support Desks
Duration in months
Total No. of Resources in the Desk (presumed to be at the level of
Programmer)
1 Call Centre based helpdesk
12 + 36 months
Helpdesk should be considered in 2 shifts to cover 16 hours and 6 days of operations and the no of people should considered based on the call volume and defined SLA. Also it should consider the language spread across the country.
Training
S. No.
No. of Training
Locations (considering 1
FCI District as 1 Training location)
Expected no. of
Trainers in each
Training location
Training Duration in
Days
Resource Type
1 HO/ZO/RO [31 FI offices]
1 2 trainings at each location, each with
4 days
Training Specialist
2 164 [164 FCI Districts]
1 2 trainings at each location, each with
4 days
Training Specialist
Training Details
Training
Level at which training to be conducted
Training delivery mode
Participants
Total people to be trained
Training Content
Train the Trainer Training (TTT)
HO/ZO/RO Level
Classroom training
Master Trainers from HO, ZO, RO and DO
400-500
Change management training and training on application functionality, reports, dashboards, Hands on demonstration of application, role based log-in and personalization, notification/alerts, workflows etc.
Field Level Training
RO/DO
Classroom training + Self learning modules
RO/DO Level Staff + depot level users for Depot Online
4000-5000
Basic IT awareness, Application functionality, reports, dashboards, Hands on demonstration of application, role based log-in and personalization, notification/alerts, workflows etc.
Request For Proposal Depot Online System (FCI)
155
16. Appendix V: Functional Requirements
Procurement Management
FRS ID Functional Requirements
Procurement of Wheat
PFG_FRS_01 Ability to capture the procurement details from the purchasing center by the different FCI Depots
PFG_FRS_02 Ability to capture the quality check results by FCI Quality Inspector at the purchasing center
PFG_FRS_03 Ability to generate the Acceptance Note for quality check of food grains at the purchasing centers
PFG_FRS_04 Ability to prepare the truck chit at the purchasing center including particulars of the consignment carried and truck information
PFG_FRS_05 Ability to prepare a Rejection Slip for unsatisfactory quality check results of food grains along with rejection reason(s)
PFG_FRS_06 Ability to capture rejection details of food grains along with names of Commission Agent and purchase center for updating the Rejection Register
PFG_FRS_07 Ability to capture bidding process results along with FCI bid price details in the Bidding Register
PFG_FRS_08 Ability to access the generated Acceptance Note for quality check in the FAP application in case of a winning bid for FCI
PFG_FRS_09 Ability to capture the total number of bags and total weight of the procured food grains before loading in the trucks
PFG_FRS_10 Ability to alert the user and flag in the system if the captured gross weight of each bag of food grains is found to be <50 kgs
PFG_FRS_11 Ability to pass on the details of purchased food grains (quantity, commodity name, purchasing center, date, commission agent, unit bid price etc.) to the FAP application for payment verification
PFG_FRS_12 Ability to update and maintain the details of Purchase Register for food grains procurement
PFG_FRS_13 Ability to generate the Waybill for dispatch of procured food grains in trucks from purchase center
PFG_FRS_14 Ability to enter the details of loaded trucks and generate the Gate pass for outward movement from the purchase center
PFG_FRS_15 Ability to intimate the concerned Depot on dispatch of procured food grains from purchase center
PFG_FRS_16 Ability to perform real-time tracking of the trucks in transit based on GPS enabled devices of the Transport Contractors and notify the Depot Manager
PFG_FRS_17 Ability to capture the daily procurement data of food grains by the State Agencies
PFG_FRS_18 Ability to set up new procuring agency for food grains
PFG_FRS_19 Ability to assign/reassign the nodal officer for each of the procuring agencies
PFG_FRS_20 Ability to capture the mapping of Mandis or Purchase Centers with the FCI Depots
PFG_FRS_21 Ability to perform daily reconciliation of Depot Purchase Registers with available stock in the depot
PFG_FRS_22 Ability to capture the verification of the quality check Acceptance Note by the Pay Point Inspector at the Purchase Center
Request For Proposal Depot Online System (FCI)
156
FRS ID Functional Requirements
PFG_FRS_23 Ability to account for gunny bags being sent from the depot to the Mandis for FCI procurement against an indent from the Mandi/purchase centers
PFG_FRS_24 Ability to print and store any of the notes, chits or passes generated through the system
Procurement of Rice (CMR)
PFG_FRS_25 Ability to capture the different charges applicable for purchase of CMR from the millers
PFG_FRS_26 Ability to enter the dispatch details of CMR to respective depots from millers for the State Agency procured paddy
PFG_FRS_27 Ability to pass on the purchase data with handling contractor details along with the associated unit charges to FAP application for payment approval
PFG_FRS_28 Ability to capture the mapping of millers with the Depots
PFG_FRS_29 Ability to maintain the miller wise, crop year wise CMR purchase transactions
PFG_FRS_30 Ability to maintain the State Agency wise, crop yearwise CMR purchase transaction against the procurement of paddy by the State Agency in the same crop year
PFG_FRS_31 Ability to flag a miller with a history of frequent rejection
PFG_FRS_32 Ability to register a new miller and associate the same with the depot
PFG_FRS_33 Ability to view and edit the details of an existing miller
PFG_FRS_34 Ability to remove the association with an existing miller citing the reasons and notifying the District Manager
PFG_FRS_35 Ability to view the approval of payment to the miller/contractor by Finance against the purchased CMR from the miller
Procurement of Rice (Levy)
PFG_FRS_36 Ability to capture the different charges applicable for purchase of Levy rice from the millers
PFG_FRS_37 Ability to enter the dispatch details of Levy rice to respective depots from the associated millers for the Miller procured paddy
PFG_FRS_38 Ability to capture the details of MSP Certificate issued by the Government
PFG_FRS_39 Ability to receive intimation from Region/District office on rice dispatch instructions given to the millers by Government for associated depots on a fortnightly basis
PFG_FRS_40 Ability to pass on the purchase data with handling contractor details along with the associated unit charges to FAP application for payment approval
PFG_FRS_41 Ability to capture the mapping of millers with the Depots
PFG_FRS_42 Ability to maintain the miller wise, crop year wise Levy rice purchase transactions
PFG_FRS_43 Ability to check the validity and balance of an active MSP Certificate issued for the miller by Government
PFG_FRS_44 Ability to view a snapshot of the current MSP Certificate for a particular miller
PFG_FRS_45 Ability to view the leftover MSP of a miller for a given year and carry forward the same to the following year
PFG_FRS_46 Ability to view the miller wise MSP history
PFG_FRS_47 Ability to flag a miller with a history of frequent rejection
PFG_FRS_48 Ability to register a new miller and associate the same with the depot
PFG_FRS_49 Ability to view and edit the details of an existing miller
Request For Proposal Depot Online System (FCI)
157
FRS ID Functional Requirements
PFG_FRS_50 Ability to remove the association with an existing miller citing the reasons and notifying the District Manager
PFG_FRS_51 Ability to view the approval of payment to the miller/contractor by Finance against the purchased Levy rice from the miller
Procurement Planning
PFG_FRS_52 Ability to capture the details of deficit and surplus states crop-wise for a given year
PFG_FRS_53 Ability to define the marketing season for crops procurement across FCI Regions in a given year
PFG_FRS_54 Ability to generate alerts at pre-defined intervals on shortfall in actual procurement against defined target for the available period
PFG_FRS_55 Ability to generate alerts on "no procurement" data at depot or agency level for a pre-defined consecutive period/no. of days
PFG_FRS_56 Ability to prepare the Zone wise procurement plan for a year by the FCI HQ
PFG_FRS_57 Ability to receive intimation on the Zone wise procurement plan at the respective FCI Zones
PFG_FRS_58 Ability to make any updates on the Zone wise procurement plan at the Zone based on approval from the FCI HQ
PFG_FRS_59 Ability to prepare RO wise procurement plan for a given year by the corresponding Zonal Office
PFG_FRS_60 Ability to receive intimation on the RO wise procurement plan at the respective Regional Offices
PFG_FRS_61 Ability to make any updates on the individual RO wise procurement plan at the Regions based on approval from the corresponding Zonal Office
PFG_FRS_62 Ability to prepare the DO wise procurement plan for a given year by corresponding Regional Office
PFG_FRS_63 Ability to intimate corresponding Area Managers on the district level planning of procurement and dispatch based on deficits and surplus respectively
PFG_FRS_64 Ability to enter the details of newly empaneled transport contractors at the District level
PFG_FRS_65 Ability to edit details of existing empaneled transport contractors based on contract terms
PFG_FRS_66 Ability to view the history of empaneled transport contractors and terminate the contract
PFG_FRS_67 Ability to enter details of newly setup pay points at the District level
PFG_FRS_68 Ability to view the procurement history at the pay points to decide on removal of one or more pay points
PFG_FRS_69 Ability to generate comparative graphical reports for procurement data year-wise, crop-wise at the district/region/State Agency level
Request For Proposal Depot Online System (FCI)
158
Movement Management
FRS ID Functional Requirements
Movement Planning
MFG_FRS_01 Ability to make the following data available at the regional level - a. Offtake b. Anticipated Procurement c. Vacant Space d. Capacity Utilization
MFG_FRS_02 Ability to calculate the surplus/deficit of each region based on the above data
MFG_FRS_03 Ability to capture the inward and outward movement requirement from all regions
MFG_FRS_04 Ability to alert the corresponding regional GMs if the inward or outward movement data from that region is not entered by 21st of each month
MFG_FRS_05 Ability to view the movement requirement for all regions by ED (Transport) on 22nd of each month
MFG_FRS_06 Ability to allow alterations of both inward and outward movement only against a reason or justification by ED (Transport) in order to match total demand of inflow and outflow
MFG_FRS_07 Ability to view the altered demand of inflow and outflow by all the regional GMs
MFG_FRS_08 Ability to capture the names of depots and week-wise quantity and commodity to be moved in/out to/from each depot for all the regions
MFG_FRS_09 Ability to notify ED (Transport) once depot-wise movement data is submitted for all the regions
MFG_FRS_10 Ability to view the depot-wise, week-wise, quantity-wise and commodity-wise movement plan along with linked railhead details by ED (Transport)
MFG_FRS_11 Ability to capture and update the rail distances between all the railheads
MFG_FRS_12 Ability to capture and update the road distances between all the depots
MFG_FRS_13 Ability to capture and update all the railway freight slabs
MFG_FRS_14 Ability to enter the details of newly empanelled Road Transport Contractors, HTC and Coastal Movement Contractors at the Regional level
MFG_FRS_15 Ability to view the history of empanelled movement contractors and terminate the contract
MFG_FRS_16 Ability to update details of Road Transport Contracts (RTCs) along with name, 'from' and 'to' station, and rate in INR per MT
MFG_FRS_17 Ability to update details of Coastal Movement Contracts (CMCs) along with name, 'from' and 'to' station, and rate in INR per MT
MFG_FRS_18 Ability to flag a Transport or Movement Contractor based on its performance
MFG_FRS_19 Ability to view the region-wise month-wise utilization and payment of the empanelled transport or movement contractors
MFG_FRS_20 Ability to send alerts and/or notification if the contract renewal for a transport contractor is overdue by more than 7 days
MFG_FRS_21 Ability to consider the following parameters for a least cost movement plan between two (2) depots at a national level: a. Type of transport (Rail/Road/Riverine/Ship) b. Details of contracts (HTC/RTC/Coastal Movement etc.) c. Type of depot (Owned/Hired/Managed/AUB etc.) d. Handling cost of depots
MFG_FRS_22 Ability to compare the cost of movement through rail and cost of movement through road to suggest the cheapest mode of movement between two depots
Request For Proposal Depot Online System (FCI)
159
FRS ID Functional Requirements
MFG_FRS_23 Ability to link dispatching depots and recipient depots on least cost basis
MFG_FRS_24 Ability to override the cheapest movement option and select another option only against an associated reason
MFG_FRS_25 Ability to convert the quantity of movement into number of rakes
MFG_FRS_26 Ability to capture the final Movement Plan for a month by FCI HQ
MFG_FRS_27 Ability to receive intimation at the Regions on the final movement plan for a month prepared by HQ
MFG_FRS_28 Ability to receive the Depot level movement plan from the corresponding Region for advance preparation
MFG_FRS_29 Ability to request for alternate DIs within the same Region/Zone for submission to FCI HQ, if the entire rake can't be accommodated in the planned destination
MFG_FRS_30 Ability to map and maintain the depot(s) to railhead linkages at the regional and district level
Loading of Special
MFG_FRS_31 Ability to enter the rake loading details at the dispatch station
MFG_FRS_32 Ability to view the rake loading details by the recipient districts
MFG_FRS_33 Ability to get advance notification/alerts on the rake loading for rail inflow by the recipient districts for preparation
MFG_FRS_34 Ability to receive notification if any deviation on the direct route is adopted by the rake, citing the reasons
MFG_FRS_35 Ability to capture the Forecast Daily Loading Position statement from the railways
MFG_FRS_36 Ability to assign Special Number for each rake
MFG_FRS_37 Ability to capture the details for registration of indent by the loading Depot Officer, three days or 72 hours before the scheduled date of loading of the rake
MFG_FRS_38 Ability to send alert to loading Depot Officer for non-registration of indent three days before the scheduled date of loading of the rake to avoid cancellation
MFG_FRS_39 Ability to generate alerts for loading the rakes within the allocated time and prevent the forfeiture of the indent amount
MFG_FRS_40 Ability to accept open wagons at the loading point only against specific advice from FCI HQ
MFG_FRS_41 Ability to capture details of any open wagons at the dispatch point within the rake loading details
MFG_FRS_42 Ability to capture any shortfall of commodity in a rake at the loading point
MFG_FRS_43 Ability to capture any change in commodity in rake for a shortfall of any number of wagons
MFG_FRS_44 Ability to capture approval from controlling SRM/RM for change in rake commodity due to shortfall
MFG_FRS_45 Ability to prepare the Loading Statement based on the rake load at the railhead or siding
MFG_FRS_46 Ability to send real-time information on rake placement and rake loading time to FCI HQ
MFG_FRS_47 Ability to allocate gang at the railhead or siding for loading the rake
MFG_FRS_48 Ability to capture the details of work done by the assigned gang and generate the corresponding Work Slip
MFG_FRS_49 Ability to capture the weighment at siding for at least 10% of the rake/stock
Request For Proposal Depot Online System (FCI)
160
FRS ID Functional Requirements
MFG_FRS_50 Ability to alert the user if weighment is captured for less than 10% of the rake/stock
MFG_FRS_51 Ability to capture the weighment at railhead for 100% of the rake/stock
MFG_FRS_52 Ability to not accept the weighment if it is captured for less than 100% of the rake/ stock
MFG_FRS_53 Ability to confirm the presence of Convoy Note in each loaded wagon of the rake
MFG_FRS_54 Ability to capture details of Clear Railway Receipt for rake loaded at the railhead
MFG_FRS_55 Ability to capture details of Said-to-Contain Railway Receipt for rake loaded at the railway siding
MFG_FRS_56 Ability to parameterize the Free Hours for loading of stocks for the different combination of types and number of wagons
MFG_FRS_57 Ability to notify the District Manager all the cases of forfeiture of the registration fee for railway indent
MFG_FRS_58 Ability to accept multiple Railway Receipts but only one Special number for a full rake being sent and divided between two different railheads
MFG_FRS_59 Ability to capture "Additional Free Time" given for loading of rake on account of extra shunting for placement and removal of wagons
MFG_FRS_60 Ability to cap the additional free time given by railways for loading/unloading of rakes on account of deficiency in railway infrastructure or other railway related constraint (dias-non or peacemeal placement)
MFG_FRS_61 Ability to capture the Demurrage Charges (150 INR per 8-wheeled wagon per hour or part of an hour) by the Railhead Incharge considering the entire rake as a unit
MFG_FRS_62 Ability to pass on the details of Demurrage Charges, to be paid to railways, to finance division considering the entire rake as a unit
MFG_FRS_63 Ability to send an alert/notification to Area Manager and RO for any Demurrage Charges to be incurred for loading a rake
MFG_FRS_64 Ability to show real-time the list of rakes being placed and lying idle or detained for more than three hours
MFG_FRS_65 Ability to maintain a complete record of the wagons indented, utilized and surrendered for a depot on a daily basis, along with reasons for their non-utilization
MFG_FRS_66 Ability to allow for manual capture of details related to loading/unloading of a rake, missing and unconnected wagons, interception or diversion of a rake
MFG_FRS_67 Ability to raise an open indent without any date and/or destination details
MFG_FRS_68 Ability to allow only update of status (rake placed or not) for any open indent
MFG_FRS_69 Ability to match Rail Receipt No. with the raised indent only for indents with destination details
MFG_FRS_70 Ability to capture the details of pending wagons to be arranged and loaded
MFG_FRS_71 Ability to capture and flag the details of pending RRs for submitted indents
Receipt of Special
Request For Proposal Depot Online System (FCI)
161
FRS ID Functional Requirements
MFG_FRS_72 Ability to capture the following checklist and generate a note on receiving a rake for unloading: a. Whether Railway/FCI Seal on each wagon is intact or tampered b. Whether all entries on label/seal card are legible and cards are intact c. Whether wagons opened by labor on getting the instructions from Depot Manager d. Whether Convoy Notes are found with complete legible entries in each wagon e. Whether 2 sealed samples are found in each wagon f. Whether wagon stock quality conforms to representative sample quality received in the wagons
MFG_FRS_73 Ability to identify any missing or unconnected wagon at the unloading point
MFG_FRS_74 Ability to capture details of unconnected and missing wagon(s) of a full rake, having a Special number, and link them
MFG_FRS_75 Ability to reconcile missing wagons and unconnected wagons
MFG_FRS_76 Ability to track missing wagon claims through its payment or liquidation (in case a missing wagon is later found and moved to a depot by railways)
MFG_FRS_77 Ability to capture details of any compensation claim raised to railways for quality deterioration of the missing stock
MFG_FRS_78 Ability to create both missing wagon claim and compensation claim for movement by rail and notify the District Manager of the dispatching depot and Regional Manager of the receiving depot
MFG_FRS_79 Ability to liquidate a missing wagon claim and replace it with a compensation claim to railways for quality deterioration of food grains if the missing wagon is found and delivered in future
MFG_FRS_80 Ability to link the details of stock from various depots/sheds loaded at the dispatch point with the stock received at the goods-shed or railway siding
MFG_FRS_81 Ability to capture details to track any interception, re-booking and diversion (initiated by the recipient region) of rake
MFG_FRS_82 Ability to send intimation to concerned depot(s) automatically for any interception, re-booking and diversion of rake
MFG_FRS_83 Ability to capture any rebooking or diversion plan by the FCI HQ based on information received from Railways
MFG_FRS_84 Ability to alert the user to enter details of a fresh indent issued for rebooking of an existing indent
MFG_FRS_85 Ability to send notification to Area Manager and RO of the dispatching depot on issue of fresh indent
MFG_FRS_86 Ability to allow for interception of a rake at an intermediate point on its route without the issuance of any fresh indent
MFG_FRS_87 Ability to carry out wagon reconciliation of a full rake, both for inward and outward movement
MFG_FRS_88 Ability to edit both the receiving and despatching depot in case of a diversion or rebooking of a rake
MFG_FRS_89 Ability to capture the details of demurrage receipt for each rake, if applicable
Unloading of Special
MFG_FRS_90 Ability to prepare the Unloading Statement based on the rake load at the railhead or siding
MFG_FRS_91 Ability to send real-time information on rake unloading and rake placement time to FCI HQ
MFG_FRS_92 Ability to capture the 10% weighment at siding for all the loaded wagons
Request For Proposal Depot Online System (FCI)
162
FRS ID Functional Requirements
MFG_FRS_93 Ability to alert the user if weighment is captured for less than 10% of the rake
MFG_FRS_94 Ability to capture 100% weighment at railhead for the rake load
MFG_FRS_95 Ability to flag if 100% weighment data is not captured for the rake load
MFG_FRS_96 Ability to verify the Railway Receipt at the railhead or railway siding prior to unloading
MFG_FRS_97 Ability to set up the unloading time window for different rake types to calculate the detention period (<= 9 hours for 42 wagon rake, <= 11 hours for 58 wagon rake)
MFG_FRS_98 Ability to capture "Additional Free Time" given for unloading of rake on account of extra shunting for placement and removal of wagons
MFG_FRS_99 Ability to calculate the excess detention for a siding, having placement capacity less than a rake, by deducting the permissible free time and periods of dies-non from the period of total detention of the rake
MFG_FRS_100 Ability to calculate the excess detention for splitting up and placement of rake in case of sheds having multiple lines of limited capacity
MFG_FRS_101 Ability to calculate the Demurrage Charges considering the entire rake as a unit
MFG_FRS_102 Ability to pass on the details of Demurrage Charges, to be paid to railways, to finance system considering the entire rake as a unit
MFG_FRS_103 Ability to send an alert/notification to Area Manager and RO for any Demurrage Charges to be incurred for unloading a rake
MFG_FRS_104 Ability to calculate the Wharfage Charges only for the period from commencement of unloading of consignment at rail head till its removal even when the free time for removal expires before beginning of unloading from a rake
MFG_FRS_105 Ability to calculate the free time for Wharfage Charges without considering if the unloading of rake is done in single or multiple placements
MFG_FRS_106 Ability to set up the rates (per hour or part there of) for demurrage charges both for 8 wheeled wagons as well as 4 wheeled wagons on the Broad/Meter/Narrow Gauge
MFG_FRS_107 Ability to set up the permissible free time for removal of goods from railway premises based on their classification
MFG_FRS_108 Ability to set up the Wharfage Rates on per wagon per hour basis irrespective of the wagon types
MFG_FRS_109 Ability to set the free hours of Wharfage to 3 days from the date of arrival (including date of arrival) at rail head when the food grains are reaching after 2 months from date of booking with railways
MFG_FRS_110 Ability to set Wharfage Rates to 50% of the applicable rate for first 10 days and prescribed rate for subsequent days when food grains are reaching after 2 months from date of booking with railways
MFG_FRS_111 Ability to calculate and combine the Demurrage and Wharfage Charges when the free time for both unloading of rake and removal of consignment from platform have expired
MFG_FRS_112 Ability to capture the stack planning details for each of the incoming wagons in a rake
MFG_FRS_113 Ability to automatically suggest optimized options to unload the wagon consignment across the different shed compartments
MFG_FRS_114 Ability to accept a rake in a railway siding having one Special Number but two (2) Railway Receipt (RR), each for a different railhead or depot siding
Request For Proposal Depot Online System (FCI)
163
FRS ID Functional Requirements
MFG_FRS_115 Ability to calculate the transit loss based on the difference between Dispatch Weight and Receipt Weight for all Railway Receipts of stocks received during particular month
MFG_FRS_116 Ability to update and maintain the Unloading Register and Siding Register based on data capture from Loading and Unloading Statement, and Railway Receipts
MFG_FRS_117 Ability to automatically show inward and outward transaction of the same stock for the receiving FCI Depot if the rake load is directly delivered to State Agencies from the railhead
MFG_FRS_118 Ability to capture information on any direct delivery of rake load to State Agency from the railhead
MFG_FRS_119 Ability to have provision to stack the consignment on the siding platform or in goods shed as a temporary storage
MFG_FRS_120 Ability to calculate the stock in transit based on the following conditions - a. Stock received at railhead but not entered the depot b. Stock entered the depot but not stacked in the sheds
Movement by Road
MFG_FRS_121 Ability to receive advance intimation of dispatch or issue from either a procuring agency or another Depot
MFG_FRS_122 Ability to enter consignment data through handheld devices at the truck loading point and issue a token to be carried by the truck driver
MFG_FRS_123 Ability to perform real-time tracking of the trucks in transit based on GPS enabled devices of the Transport Contractors and notify the Depot Manager
MFG_FRS_124 Ability to generate the queue number of the truck and expected arrival time at the destination depot against the issued token
MFG_FRS_125 Ability to check the correctness and authenticity of the transport pass, available with the transporter, at the gate
MFG_FRS_126 Ability to enter the waybill number of the transporter and automatically get the consignment details in the system
MFG_FRS_127 Ability to issue a token to each of the incoming trucks for assigning the queue position to them
MFG_FRS_128 Ability to send intimation on the arrival of the consignment at the gate to the issuer/ dispatcher
MFG_FRS_129 Ability to know the current utilization and space availability in the Depot for stacks/ compartments/sheds at the Gate and LWB
MFG_FRS_130 Ability to assign godown/shed in the depot to the incoming food grains by truck
MFG_FRS_131 Ability to capture the details of the incoming consignment and space allocation
MFG_FRS_132 Ability to map the dumping platforms to the stacks of each compartment within a godown
MFG_FRS_133 Ability to allocate the available platform adjacent to a stack for dumping of consignment for quality check
MFG_FRS_134 Ability to issue a gate pass based on all the captured information
MFG_FRS_135 Ability to estimate the waiting period of the incoming trucks outside the gate for gate pass issuance
MFG_FRS_136 Ability to link the parts of a full consignment, coming in multiple trucks
MFG_FRS_137 Ability to assign space and dumping platform only after the entry of all parts of a full consignment in the depot
MFG_FRS_138 Ability to accept part consignment of rice only at the end of the cropping season
Request For Proposal Depot Online System (FCI)
164
FRS ID Functional Requirements
MFG_FRS_139 Ability to reject any consignment of rice, part or full, at the gate after the acceptance of a part consignment in a given crop-year
MFG_FRS_140 Ability to automatically generate and maintain the gate inward register
MFG_FRS_141 Ability to view the gate inward status at the block/compartment level for a depot
MFG_FRS_142 Ability to generate and print the day wise Token booking report along with status
MFG_FRS_143 Ability to cancel or edit token given to a particular truck at the gate
MFG_FRS_144 Ability to cancel or edit gate pass given to any part or full consignment at the gate
MFG_FRS_145 Ability to automatically transfer the digital weighbridge data in order to get the weight of the consignment
MFG_FRS_146 Ability to automatically generate the procurement weighment sheet for the 10% weighment of gunny bags for a consignment
MFG_FRS_147 Ability to transfer the 10% weighment data from the digital weighing scale for calculation of actual weight of the consignment
MFG_FRS_148 Ability to capture the weighment data of inward consignment using a handheld device if the weighbridge is located outside the depot premises
MFG_FRS_149 Ability to have a provision for second weighment at the weigh bridge in case of any foreign materials being present in the inward truck consignment
MFG_FRS_150 Ability to calculate the transit loss on the basis of the difference between the dispatched weight and first weighment at the weigh bridge
MFG_FRS_151 Ability to calculate the container loss on the basis of the difference between first and second weighment at weigh bridge
MFG_FRS_152 Ability to identify the truck at the LWB based on the data captured during gate pass issue
MFG_FRS_153 Ability to send notification of internal movement of truck from each point in the depot to the in-charge of the next logical/selected point
MFG_FRS_154 Ability to check and verify the gate register digitally on a daily basis by the Depot Manager
MFG_FRS_155 Ability to maintain the truck chits or transport passes for all IN transactions on a daily basis in a serial order for reporting
MFG_FRS_156 Ability to generate the weighing slip for the LWB data of each incoming truck and notify the QC person for the consignment entry
MFG_FRS_157 Ability to generate the weight check memo for receipts and send acknowledgement to the despatcher
MFG_FRS_158 Ability to allocate and schedule the unloading of trucks to gangs available in different compartments /sheds at the LWB
MFG_FRS_159 Ability to change the gang allocation during QC Check process or at the Dumping Platform
MFG_FRS_160 Ability to generate and maintain the truck-wise register to transport the food grains from rail head to depot by HTC
MFG_FRS_161 Ability to calculate the recovery of Transit Loss from HTC for road movement at double the rate
MFG_FRS_162 Ability to keep track of all the millers associated with the depots along with their rejected consignments
MFG_FRS_163 Ability to maintain the MSP history and transactions for the associated millers
MFG_FRS_164 Ability to provide a mechanism to attach the leftover MSP into the next MSP for associated millers
MFG_FRS_165 Ability to allow unloading of trucks directly in the stack for depot to depot
Request For Proposal Depot Online System (FCI)
165
FRS ID Functional Requirements
delivery
MFG_FRS_166 Ability to disallow rice unloading in the stack prior to quality check and approval in the dumping platform
MFG_FRS_167 Ability to view and use the available dumping platforms based on utilization
MFG_FRS_168 Ability to report the utilization of the dumping platforms and stacks on a monthly basis
Movement Outflow by Road
MFG_FRS_169 Ability to view currently available stocks for the region and allocate depot(s) for dispatch planning
MFG_FRS_170 Ability to capture the particulars of an outgoing consignment and prepare truck chit on its basis for each truck load
MFG_FRS_171 Ability to compare the signed truck chit copy surrendered by the truck driver with the one available in the system at the gate to allow outward movement of truck
MFG_FRS_172 Ability to maintain the truck chits or transport passes for all OUT transactions on a daily basis in a serial order for reporting
MFG_FRS_173 Ability to disallow any truck, which has come in the depot empty, to leave the same depot empty without approval from Depot Manager
MFG_FRS_174 Ability to capture the reasons from the Depot Manager for any truck to come inside the depot empty and leave the same depot empty
MFG_FRS_175 Ability to calculate the net weight of dispatched stock by automatically deducting the weight of gunny bags from the gross weight
MFG_FRS_176 Ability to automatically calculate the total weight of empty gunny bags in a dispatch by capturing the weight of an empty bag
MFG_FRS_177 Ability to have provision to adopt the prescribed weight of the bag depending on the type of gunnies to calculate the net weight where only weighbridge is used for weighment purpose
MFG_FRS_178 Ability to have provision to issue loose grains to complete delivery of exact quantity sold to private companies
MFG_FRS_179 Ability to maintain the record of loose grains issued to notify the Depot Manager, District Manager, purchaser and handling contractor
MFG_FRS_180 Ability to keep the history and transaction details of all the release orders in the given crop-year
MFG_FRS_181 Ability to issue truck chit with the loaded consignment details for outward movement from depot
MFG_FRS_182 Ability to capture the ‘Tare’ weight of an empty truck in weigh bridge during entry to get the net weight of the consignment during exit at the weigh bridge
MFG_FRS_183 Ability to capture any violation on the loading of trucks as per priority guidelines
MFG_FRS_184 Ability to capture the stack wise outflow data and update corresponding registers
MFG_FRS_185 Ability to record the weight of loaded truck in LWB and calculate the net weight of the consignment
MFG_FRS_186 Ability to view the truck chit issued and update the outbound register at the gate
MFG_FRS_187 Ability to update the Gate pass for the truck, issued during entry, with the outward movement details
Movement Monitoring
MFG_FRS_188 Ability to view the monthly movement plan depot, region and zone wise
MFG_FRS_189 Ability to view the rakes on run for a particular destination depot along with the
Request For Proposal Depot Online System (FCI)
166
FRS ID Functional Requirements
current location of a rake and expected arrival time
MFG_FRS_190 Ability to view the placement time and release time for any particular rake along with the freight payment
MFG_FRS_191 Ability to view the list of indents pending at any particular railhead
MFG_FRS_192 Ability to generate a weekly report on quantity loaded from each of the depots in dispatching regions
MFG_FRS_193 Ability to generate a weekly report on quantity received at each of the depots in the recipient regions
MFG_FRS_194 Ability to generate a statement of in-transit stocks at any given point of time
MFG_FRS_195 Ability to view the data on railway claims and quantity loaded for each rake dispatched from a region
MFG_FRS_196 Ability to view the data on railway claims, quantity unloaded and rail transit loss for each rake received at a region
MFG_FRS_197 Ability to view the number of wagons in an incoming rake along with the commodity and quantity (in MTs) contained in the rake
Movement by Ship
MFG_FRS_198 Ability to capture the indent details for booking of ship for stock movement
MFG_FRS_199 Ability to send SMS alert to loading Depot Officer for non-registration of indent to avoid cancellation
MFG_FRS_200 Ability to generate alerts for loading the ship within the allocated time and prevent of forfeiture of the indent amount
MFG_FRS_201 Ability to capture the receipt of dispatched food grains at the port for loading into ship containers
MFG_FRS_202 Ability to account for additional gunny bags (2 gunny bags instead of 1) to store food grains in depots for loading in ships
MFG_FRS_203 Ability to have a separate identification for the depot stock that has been marked for ship movement
MFG_FRS_204 Ability to calculate the work performed and utilization of the gang at the port
MFG_FRS_205 Ability to update the Work Done register and generate the Work Slips to print for filing
MFG_FRS_206 Ability to perform real-time synchronization of the updated Work Done register with the FAP application for payment approval
MFG_FRS_207 Ability to prepare the loading statement based on the containers loaded into the ship and contents of each container
MFG_FRS_208 Ability to send SMS alert/notification to the destination point on preparation of Loading Statement
MFG_FRS_209 Ability to view the Loading Statement by the source Area Manager and Regional Office, and the destination office
MFG_FRS_210 Ability to capture the details of contract for the coastal movement plan
Request For Proposal Depot Online System (FCI)
167
Quality Control
FRS ID Functional Requirements
Quality Check for Procurement
QC_FRS_01 Ability to flag low weight of consignment gunny bag that falls in the warning range and intimate the Shed in-charge
QC_FRS_02 Ability to mark the consignment as rejected and intimate the Depot Manager and dispatcher, if the weight of individual consignment bags are found below a specified value
QC_FRS_03 Ability to mark the consignment as accepted and ready to be stacked based on the satisfactory results of 10% weighment
QC_FRS_04 Ability to consider the extrapolated wieight based on 10% weight as the final weight to be captured in Acceptance Note even if it is different from LWB weight (The max value, however, should not exceed the standard weight of consignment)
QC_FRS_05 Ability to receive notification on entry of wheat/paddy/coarse grains stock at the depot, both from procurement as well as from other depots
QC_FRS_06 Ability to receive notification on receipt of CMR or Levy Rice, only after entry of a full consignment at the gate, along with dumping platform and consignment details
QC_FRS_07 Ability to send alerts to QC Manager if no sample analysis has taken place on the consignment within the stipulated timeframe
QC_FRS_08 Ability to assign TA for sample analysis of an incoming stock
QC_FRS_09 Ability to capture the analysis data of the sample corresponding to each consignment in the dumping platform or the shed
QC_FRS_10 Ability to accept a consignment based on analysis results
QC_FRS_11 Ability to reject a consignment with justification based on analysis results
QC_FRS_12 Ability to send SMS alerts/notification of both approval and rejection of samples to the Depot Manager
QC_FRS_13 Ability to update the Acceptance register with the inward consignment prior to stacking in the shed
QC_FRS_14 Ability to generate the Acceptance Note for quality check of procured or transferred food grains only after a successful Test Check Weighment of 10% bags and 2% empty gunnies
QC_FRS_15 Ability to view and download the Acceptance Note for each of the accepted stock in the depot
QC_FRS_16 Ability to create and print the Crop year-wise, Day-wise analysis report of procured/ transferred stock
QC_FRS_17 Ability to automatically assign non-issuable status to a procured/purchased stock based on quality check results
QC_FRS_18 Ability to generate the Rejection Note for quality check of procured or transferred food grains by the QC Manager
QC_FRS_19 Ability to track the complete quality analysis and moisture contents for the procured food grains and assign "Pass/Fail" status
QC_FRS_20 Ability view and download the Rejection Note for each of the rejected stock in the depot
QC_FRS_21 Ability to capture the observation from reinspection by Manager (QC) for a rejected lots of rice consignment by TA
QC_FRS_22 Ability to flag and alert the Depot Manager if a rejected lot of rice consignment by TA is not reinspected by Manager (QC) with capturing of observations
Request For Proposal Depot Online System (FCI)
168
FRS ID Functional Requirements
QC_FRS_23 Ability to automatically delete the quantity of rejected stock in Inward Movement records if miller agrees to rejection and lifts stock immediately
QC_FRS_24 Ability to capture the record of 10% weighment (bag wise weight) done after quality check along with the date and name of the personnel prior to stacking the stock
QC_FRS_25 Ability to reject any non-standard consignment from miller based on Test Check Weighment of 10% bags and 2% of empty gunnies
QC_FRS_26 Ability to capture the 100% inspection data by TA on a daily basis for rice procurement
QC_FRS_27 Ability to capture the inspection data of 25% of the accepted stock by Manager QC on a daily basis for rice procurement
QC_FRS_28 Ability to capture the inspection data of 10% of the accepted stock by AGM QC on a fortnightly basis for rice procurement
QC_FRS_29 Ability to capture the inspection data of 2% of the accepted stock by Area Manager on a fortnightly basis for rice procurement
Quality Check for Storage
QC_FRS_30 Ability to receive intimation/SMS alert by the shed in-charge and Depot Manager on upcoming fortnightly shed inspection
QC_FRS_31 Ability to compile all the inspection data to maintain the Inspection register
QC_FRS_32 Ability to capture data by Manager QC and generate Monthly Inspection Report at the depot level for the storage stock
QC_FRS_33 Ability to update the Technical Analysis register with the monthly inspection data
QC_FRS_34 Ability to maintain the inventory for 3 types of stocks in the QC Ledger - issuable or ready, upgradable, and non-issuable (along with categorization)
QC_FRS_35 Ability to consider the upgradable stock at a depot on the basis of following criteria - All stock other than ready stock but within PFA limits which can be upgraded by cleaning/upgrade
QC_FRS_36 Ability to maintain the storage area of complaint stock separately once it is identified at the depot level
QC_FRS_37 Ability to compile the inspection data by AGM QC and generate Squared Inspection Report at the district level for the total stock of different commodities
QC_FRS_38 Ability to raise alerts to the Area Manager if fortnightly QC data is not captured in the system at the depot level
QC_FRS_39 Ability to maintain separate register for each of the stored commodities
QC_FRS_40 Ability to capture the assessment results based on which prophylactic treatment for a stock is decided
QC_FRS_41 Ability to capture the following details for each stack of stored food grains - a. Status of Aluminium Phosphide, Malathion, DDVP and Delta Methrine b. Moisture content c. Date of receipt d. Infestation status
QC_FRS_42 Ability to capture the following details to maintain the Prophylactic Treatment Register digitally - a. 20% stock treatment with Melathion every 15 days b. 80% stock treatment with Deltamethrin every 3 months c. 20% floor area and wall sprayed with DDVP every 15 days d. Any missed timeline with reasons
QC_FRS_43 Ability to view the Shed Register to determine if and when the prophylactic treatment was done for the stock
Request For Proposal Depot Online System (FCI)
169
FRS ID Functional Requirements
QC_FRS_44 Ability to alert if prophylactic treatment was decided or done for infested stock
QC_FRS_45 Ability to view and edit both the curative and prophylactic treatment data for each of the stacks
QC_FRS_46 Ability to show the count for the number of times of each treatment type
QC_FRS_47 Ability to capture the result for joint inspection of stock by Manager (QC) with state representative prior to any issue
Priority List Maintenance
QC_FRS_48 Ability to set up different pre-defined criteria and considerations for FIFO queueing and drawing priority for shed outflow
QC_FRS_49 Ability to create the priority list on the basis of ready (issuable) stocks only
QC_FRS_50 Ability to prioritize the stocks of older crop year in a depot for any movement or issue, irrespective of the date of receipt of those stocks
QC_FRS_51 Ability to apply FIFO based on the date of receipt for stocks of same category as well as same crop year
QC_FRS_52 Ability to assign priority on the basis of category if the stocks of different category are received in the same crop year
QC_FRS_53 Ability to draw priority on the basis of stock category when the locally procured stocks and stocks from surplus regions are of the same crop year with little difference in the date of receipt
QC_FRS_54 Ability to prioritize URS rice stocks irrespective of date of receipt when both URS and FAQ rice stocks of the same crop year are available
QC_FRS_55 Ability to request permission from Regional Office for issuing newer crop year stocks when issuable older stocks are available in the depot
QC_FRS_56 Ability to notify or alert the Regional GM for any FIFO guideline violation permission request
QC_FRS_57 Ability to disallow violation of FIFO guidelines for stocks of different crop year without approval from Regional GM
QC_FRS_58 Ability to capture Post Facto approval from RO for any case operational exigency to violate the FIFO guideline
QC_FRS_59 Ability to flag any case of operational exigency related violation if the Post Facto approval from RO is not captured and notify the Regional GM
QC_FRS_60 Ability to deviate from FIFO guideline for issue of stocks of the same crop year only in case of operational exigencies after approval from the Area Manager
QC_FRS_61 Ability to maintain a centralized priority list based on FIFO guidelines
QC_FRS_62 Ability to follow the priority list for drawing liquidation plans for Central Pool stocks by the district and regional offices
QC_FRS_63 Ability to update prioritization and maintain the priority list across blocks and commodities by the QC Manager
QC_FRS_64 Ability to receive the updated priority list for the depot by the Depot Manager at the beginning of every month
QC_FRS_65 Ability to send SMS alert/intimation for non-receipt of updated priority list or no changes in the existing priority list
Request For Proposal Depot Online System (FCI)
170
FRS ID Functional Requirements
QC_FRS_66 Ability to override FIFO priority for the following cases – a. Food grains stored in CAP on vulnerable plinths irrespective of crop-year or age of stock b. Under Relaxed Specification (URS) food grains of more than one year old c. Vulnerability of keeping stock in a particular shed/stack (leakage, structural issues etc.) d. Stocks stored in scientific CAP that has crossed one year in storage to facilitate liquidation of older stocks e. Exports f. Wheat stocks procured with relaxation in luster, lost due to unseasonal rains
QC_FRS_67 Ability to provide a centralized view of prioritization of a depot across sheds and compartments
Quality Complaint Monitoring
QC_FRS_68 Ability to capture the quality check results of representative samples for food grains transferred from another depot
QC_FRS_69 Ability to automatically detect the conformance of the samples to the specifications and standards in force
QC_FRS_70 Ability to flag the sample analysis results for creation of quality complaint in case of non-conformance
QC_FRS_71 Ability to notify or alert the Depot Manager to intimate the consignor Area Manager and Regional Manager on quality complaint within 3 days of stock unloading
QC_FRS_72 Ability to prepare a quality complaint with the following information for notification to the consignor Area Manager, Regional Manager and Manager (QC) at HQ - a. RR/GR No. b. Date and Center of Dispatch c. Source Depot Name d. Contract No. e. Lot No. f. Date of Receipt g. Unloading Depot Name h. Commodity i. Crop year j. Quantity of stock (MT) k. Nature of complaint (Moisture/Infestation/Refraction)
QC_FRS_73 Ability to assign a unique identity to the stock under quality complaint
QC_FRS_74 Ability to store and account for a complaint stock separately in the sheds
QC_FRS_75 Ability to notify or alert the Area Manager to nominate an AM(QC) to assess the stock under complaint and provide recommendations within 5 days of unloading of the stock
QC_FRS_76 Ability to upload the assessment report of the Inspecting Officer only within 5 days of receipt/unloading of the stocks
QC_FRS_77 Ability to flag and capture any disciplinary action taken against consignee who lodged the complaint if assessment report not received in 5 days
QC_FRS_78 Ability to update the Stock Register with the received stock as issuable, if assessment is not received in 5 days
QC_FRS_79 Ability to send intimation on joint inspection by the Area Manager of consignor region to the consignee
QC_FRS_80 Ability to notify or alert the consignee Area Manager for disposal of stock under complaint if intimation for joint inspection is not received within 7 days of receipt of assessment report
Request For Proposal Depot Online System (FCI)
171
FRS ID Functional Requirements
QC_FRS_81 Ability to notify or alert the consignor Area Manager for completion of joint inspection and analysis within 25 days of unloading of the stock
QC_FRS_82 Ability to upload the joint inspection and analysis report for the stock under complaint
QC_FRS_83 Ability to disallow the upload of joint inspection and analysis report for any quality complaint due to receipt of stock in infested condition that requires fumigation
QC_FRS_84 Ability to notify or alert the consignee Area Manager to prepare a Loss Assessment Statement after 25 days of unloading the stock
QC_FRS_85 Ability to prepare a Loss Assessment Statement (in INR) against the Quality Complaint of any transferred stock within 30 days of unloading of the stock
QC_FRS_86 Ability to view and download the Quality Complaint, assessment report and joint analysis report of any transferred stock both by the source and destination regions
QC_FRS_87 Ability to notify or alert the source and destination Depot Manager if the complaint is not settled within 30 days
QC_FRS_88 Ability to capture and update the status of the quality complaint along with comments or reasons
QC_FRS_89 Ability to automatically capture the date of disposal of quality complaint based on the complaint settlement status
QC_FRS_90 Ability to accept Quality Complaint only for stock movement from one depot to another depot
QC_FRS_91 Ability to notify or alert the consignee Area Manager of FCI to complete inspection for receipt of infested stock at CWC/SWC depot within 10 days of unloading
QC_FRS_92 Ability to upload the inspection report of FCI official only within 10 days of receipt/ unloading of the stock at CWC/SWC depot
Disinfestation Treatment of Stock
QC_FRS_93 Ability to capture and maintain the records for chemical consumption at the stack level
QC_FRS_94 Ability to reconcile the shed level chemical consumption with the chemicals being requisitioned and delivered from the stores
QC_FRS_95 Ability to alert the QC Manager if the inventory of chemicals falls short of the FCI guideline at the shed/depot level
QC_FRS_96 Ability to track the inventory of chemicals being used for sample analysis and preservation during procurement and storage period
QC_FRS_97 Ability to capture the fumigation plan based on the receipt of infested stock, information on infestation from QC inspection and daily report of TA
QC_FRS_98 Ability to capture the assessment of quantity of ALP and covers required for fumigation
QC_FRS_99 Ability to capture the review of disinfestation after de-gassing of the infested stock
QC_FRS_100 Ability to track and monitor the chemical spraying, and moisture analysis related information for each stack during storage
QC_FRS_101 Ability to send a SMS alert or notification to QC Manager for pre-monsoon fumigation (1st April – 30th June)
QC_FRS_102 Ability to perform stack identification from Shed Register on 1st May of every year for pre-monsson fumigation
QC_FRS_103 Ability to alert/notify the Depot Manager on the prepared Fumigation Plan
QC_FRS_104 Ability to check the status of Fumigation Plan for a given year by the Depot
Request For Proposal Depot Online System (FCI)
172
FRS ID Functional Requirements
Manager
QC_FRS_105 Ability to pre-define the quantity of chemicals to be used as per standards issued by ministry and based on stack size/square feet coverage
QC_FRS_106 Ability to disallow disinfestation for more than 3 times on a particular stack through its lifetime
QC_FRS_107 Ability to capture and maintain the disinfestation record at stacks/sheds/depot level
QC_FRS_108 Ability to capture details and update the Chemical Consumption register for view by Depot Manager
Periodic Inspection
QC_FRS_109 Ability to capture the fortnightly quality inspection results of 100% stacks of a depot by TA and update the Inspection Register
QC_FRS_110 Ability to capture the monthly quality inspection results of 33% stacks of a depot by the Manager QC to generate the Monthly Inspection Report
QC_FRS_111 Ability to capture the quarterly quality inspection results of 10% stacks of a depot, with capacity < 25,000 MT, by the AGM QC to generate the SQUAD Inspection Report
QC_FRS_112 Ability to capture the quarterly quality inspection results of 5% stacks of a depot, with capacity > 25,000 MT, by the AGM QC to generate the SQUAD Inspection Report
QC_FRS_113 Ability to alert or intimate the Depot Manager if the timely data capture for the MIR and SIR does not happen
QC_FRS_114 Ability to capture the assessment of TA regarding upgradable stock within a depot
QC_FRS_115 Ability to capture the assessment of Issuale and Non-Issuable stocks
QC_FRS_116 Ability capture the assessment of downgraded stocks
QC_FRS_117 Ability to flag the stock for tender sale if the upgradation is not financially viable
Appeals Monitoring
QC_FRS_118 Ability to capture the completed quality check results for acceptance or rejection of procured stock within 24 hours of receipt
QC_FRS_119 Ability to capture the appeal being made by the source Agency/miller against rejection of any procured stock
QC_FRS_120 Ability to restrict any appeal being prepared in case it is not made within the pre-defined timeframe from the date of rejection
QC_FRS_121 Ability to notify/alert the Depot Manager and Agencies/millers based on the pre-defined timeline for each level of the appeal process during stock rejection - a. 4 days for Level 1 b. 5 days for Level 2 c. 5 days for Level 3
QC_FRS_122 Ability to upload the joint inspection report at the following 3 levels during appeal process of each stock rejection - a. District Lab under AGM (QC) b. Regional Lab under DGM (QC) c. Central Referral Laboratory CGAL
QC_FRS_123 Ability to send the uploaded joint inspection and analysis report to State Government Agency or millers at each level of appeal process
QC_FRS_124 Ability to capture the status of appeal at each level of the process
QC_FRS_125 Ability to flag the agency/miller if the appeal is rejected at all the 3 levels
Request For Proposal Depot Online System (FCI)
173
FRS ID Functional Requirements
QC_FRS_126 Ability to capture the representatives being present for joint analysis at each level of the appeal process
QC_FRS_127 Ability to flag the presence of Manager (QC), who has rejected the received stock, during joint analysis
QC_FRS_128 Ability to maintain the history of status of appeal process miller wise or agency wise
QC_FRS_129 Ability to levy the storage charges from the date of delivery if the appeal is rejected at all levels
QC_FRS_130 Ability to automatically delete the quantity of stock in Inward Movement Record if the corresponding appeal is rejected
QC_FRS_131 Ability to update the Issue Register if the appeal is upheld at any level
Disposal of Stock
QC_FRS_132 Ability to consider the following as ready or issuable stock in a depot - a. Wheat A & B Category stock b. Rice A, B & C Category and within PFA limits
QC_FRS_133 Ability to capture the QC inspection of stock at the Agency depot and automatically determine them as upgradable or issuable
QC_FRS_134 Ability to capture the infestation status of Agency depot stock due for take-over
QC_FRS_135 Ability to set the time period by which the Agency depot inspected stock has to be upgraded
QC_FRS_136 Ability to term an agency stock as non-issuable from upgradable if the agency fails to upgrade the stock within the period given by FCI
QC_FRS_137 Ability to capture the removal of non-issuable stock, present in Agency depots, from the central stock pool
QC_FRS_138 Ability to show the non-issuable stock in the storage register till the categorization of non-issuable stock gets approved and communicated from the regional office
QC_FRS_139 Ability to receive approval communication on categorization of non-issuable stock from RO
QC_FRS_140 Ability to automatically remove the non-issuable stock from the QC Register post approval from RO
QC_FRS_141 Ability to maintain the non-issuable stock and track their disposal to vendors
QC_FRS_142 Ability to raise alerts to ensure the disposal of non-issuable stocks within 45 days
QC_FRS_143 Ability to consider the following different categories of damaged food grains within a depot stock - a. Feed 1 b. Feed 2 c. Feed 3 d. Industrial Use e. Manure Use f. Dumping
QC_FRS_144 Ability to capture the details of DCC, RCC, and ZCC categorization for disposal of non-issuable stocks in a depot
QC_FRS_145 Ability to tag the non-issuable stock in a depot that are identified for auctioning
QC_FRS_146 Ability to capture the auction details of non-issuable stock in a depot
QC_FRS_147 Ability to capture all data as per the existing quality proforma templates used for various data capture and reporting
QC_FRS_148 Ability to make all the quality related reports available at HQ for analysis
Request For Proposal Depot Online System (FCI)
174
Labor Management
FRS ID Functional Requirements
Labor Work Assignment and Monitoring
LM_FRS_01 Ability to allocate gang for loading the stocks on to the truck by the shed in-charge
LM_FRS_02 Ability to modify the existing gang allocation for stacking the incoming stocks in the shed
LM_FRS_03 Ability to capture the labor attendance across each gang and maintain the attendance register
LM_FRS_04 Ability to view the attendance register to determine the availability of labors for loading the stack
LM_FRS_05 Ability to allocate gang for loading the stocks on to the identified stacks by the shed in-charge
LM_FRS_06 Ability view the utilization and work allocation of the gangs on a real-time basis
LM_FRS_07 Ability to capture the actual work done by the gang for payment and update the work register
LM_FRS_08 Ability to perform real-time synchronization of the work register data of all the gangs with FAP application on a daily basis for payment approval
LM_FRS_09 Ability to generate and print the work slips of each gang on a daily basis
LM_FRS_10 Ability to assign the work of gunny replacement and/or made-up to specific gang
LM_FRS_11 Ability to capture the actual work done by the gang for payment and update the work register
LM_FRS_12 Ability to pass on the work register data of all the gangs to FAP application on a daily basis for payment approval
LM_FRS_13 Ability to generate monthly utilization and payment report for each gang
LM_FRS_14 Ability to capture any regional variation of guidelines in allocation of gangs to stack/ shed/depot for the work distribution
LM_FRS_15 Ability to exclude the work allocation and work done on a daily basis by the contract labors in the Work Done register of the depot
Labor Work Planning
LM_FRS_16 Ability to view the utilization and work allocation of the gangs on a real-time basis
LM_FRS_17 Ability to set up the guideline for automatic calculation of work done by the gang based on distance travelled (lead) and different height categories of the food grains stacking in the shed
LM_FRS_18 Ability to forecast the work allocation and associated payments for the gangs in a depot based on the monthly movement plan
LM_FRS_19 Ability to map each of the gang numbers to compartment/stacks of a depot shed
LM_FRS_20 Ability to configure and update gang number and team size based on contract with the depot
LM_FRS_21 Ability to view the historical data for work allocation and work done by the different gangs within a depot
LM_FRS_22 Ability to view the history of payments being made to the different gangs
LM_FRS_23 Ability to prepare the plan for work allocation to gangs based on the procurement and movement plan at the depot level
Labor Payment
LM_FRS_24 Ability to calculate the payment to be made to gangs based on the captured work slip in the sheds/railheads/sidings
Request For Proposal Depot Online System (FCI)
175
FRS ID Functional Requirements
LM_FRS_25 Ability to send the gang work related data to the finance system for approval of payment
LM_FRS_26 Ability to capture the payment approval for each of the work slips of the contract labor gangs
LM_FRS_27 Ability to compare the payment calculation at the depot level with the actual payment being approved for the contract labor gangs
LM_FRS_28 Ability to edit the work done by the gangs for adjustment to payments
Labor Contracting
LM_FRS_29 Ability to capture the details of new labor contracts for depots
LM_FRS_30 Ability to edit the details of existing labor contracts, as applicable
LM_FRS_31 Ability to notify the Depot Manager on expiry or renewal of existing contracts based on the contract dates
LM_FRS_32 Ability to maintain the performance history of different labor contractors
LM_FRS_33 Ability to maintain the rates and payment history of labor contractors
LM_FRS_34 Ability to capture the details of labor contracts for the railheads and sidings
Request For Proposal Depot Online System (FCI)
176
Storage I - Shed Operations
FRS ID Functional Requirements
Stacking of Food Grain
SO_FRS_01 Ability to receive intimation on quality acceptance of procured food grains
SO_FRS_02 Ability to view the Acceptance Note for quality check of procured food grains for stacking in sheds
SO_FRS_03 Ability to notify/alert the shed in-charge on the loading plan prepared by the Depot Manager
SO_FRS_04 Ability to view the approved loading plan from Depot Manager by shed in-charge
SO_FRS_05 Ability to maintain separate weighment record for each wagon or truck, as the case may be
SO_FRS_06 Ability to make any weight correction for a record on the same day based on approval from the Depot Manager
SO_FRS_07 Ability to maintain the stock quantity of individual commodities through storage stack-wise registers
SO_FRS_08 Ability to perform automatic compilation of all the stack-wise registers to prepare and maintain the corresponding shed wise register of the depot
SO_FRS_09 Ability to prepare the stack card for each stack being built up with the inward consignment
SO_FRS_10 Ability to assign a unique number to a stack in the stack card based on the stack number, compartment number and shed number
SO_FRS_11 Ability to prepare a NIL receipt statement automatically if there is no transaction recorded for a particular day
SO_FRS_12 Ability to confirm the arrangement of gunny bags in the stack either under the ‘12+8’ or ‘13+9’ rule by the shed in-charge
SO_FRS_13 Ability to capture the stock details loaded in each stack to update the Stack wise register
SO_FRS_14 Ability to combine the stack wise stock details to automatically generate the Shed wise register
SO_FRS_15 Ability to automatically generate and maintain the Daily Statement of Receipts (DSR) at shed level
SO_FRS_16 Ability to combine the shed wise DSRs to prepare the DSR at the depot level
SO_FRS_17 Ability to prevent the issue and dispatch of stocks in the same stack in the godown
SO_FRS_18 Ability to disallow the mixing of commodities in a single stack
SO_FRS_19 Ability to keep provision for necessary dunnage during stacking of the consignment in each stack
SO_FRS_20 Ability to automatically generate and maintain the Stack ledger on a daily basis
SO_FRS_21 Ability to perform automatic compilation of shed wise transactions, and generate and maintain the Depot Master Ledger on a daily basis
SO_FRS_22 Ability to generate and print the daily stack accounting statement
SO_FRS_23 Ability to generate and print the monthly stack accounting statement
SO_FRS_24 Ability to log shed-wise complaints within a depot by the respective shed in-charge
SO_FRS_25 Ability to highlight any open complaints of a shed during the data entry for that particular shed
SO_FRS_26 Ability to track the logged shed-wise complaints and receive intimation once
Request For Proposal Depot Online System (FCI)
177
FRS ID Functional Requirements
resolved and closed
SO_FRS_27 Ability to maintain and report the storage history of each stack in a shed
SO_FRS_28 Ability to account for all the stack-level shed spillage on a daily basis
SO_FRS_29 Ability to maintain separate registers for each shed in a depot with separate record section for each stack in the shed
SO_FRS_30 Ability to maintain miller wise and category wise identity of rice across stacks/sheds of a depot
SO_FRS_31 Ability to maintain SGA-wise and category-wise identity of wheat and coarse grains for the take-over stock of central pool across the depot sheds
SO_FRS_32 Ability to maintain the mandi-wise or commission agent-wise identity of wheat, paddy and coarse grains across the stacks/sheds of a depot
SO_FRS_33 Ability to have a centralized view of the depot stocks with option to drilldown on individual sheds
Temporary Storage of Food Grains
SO_FRS_34 Ability to separately account for the food grains, stored in temporary locations, within the available stock for a depot
SO_FRS_35 Ability to categorize the usage of temporary storage space based on following 4 types - alleyways, gangways, siding platform, goods shed
SO_FRS_36 Ability to alert the Depot Manager if stock is kept in temporary storage space
SO_FRS_37 Ability to flag a depot which is frequently using temporary storage space for stocking and notify Area Manager
SO_FRS_38 Ability to enforce justification comments while capturing data on stocks kept in temporary storage space
SO_FRS_39 Ability to give real-time data on depot stocks kept in sheds and in temporary storage space
SO_FRS_40 Ability to disallow use of alleyways, gangways or siding platform as temporary storage space if stack is available in the depot sheds
SO_FRS_41 Ability to highlight the availability of stock in temporary storage space for prioritization during the dispatch or issue of stock from a depot
SO_FRS_42 Ability to highlight the availability of stock in temporary storage space for stacking prioritization during the killing of a stack
SO_FRS_43 Ability to capture the weight and update the stacking registers for consignment food grains kept in the temporary storage of railway siding platform
SO_FRS_44 Ability to have a separate numbering scheme to identify the stocks kept in temporary storage spaces
SO_FRS_45 Ability to alert the Depot Manager on a daily basis if the stacks in temporary storage space are not getting killed
SO_FRS_46 Ability to calculate the storage charges for rejected consignments
SO_FRS_47 Ability to notify/alert the Depot Manager and intimate the consignor on the charges and removal of the rejected consignment
Gunny Accounting
SO_FRS_48 Ability to account for a separate stack of empty gunny bags in the depot
SO_FRS_49 Ability to submit a request for gunny made-up, release or replacement
SO_FRS_50 Ability to verify and approve the gunny made-up, release or replacement request by the Depot Manager
SO_FRS_51 Ability to capture the made-up, release or replacement for each shed based on
Request For Proposal Depot Online System (FCI)
178
FRS ID Functional Requirements
approval from the Depot Manager
SO_FRS_52 Ability to capture the gunny consumption data on a daily basis across stacks
SO_FRS_53 Ability to capture and maintain the record of gunny release across the different storage stacks
SO_FRS_54 Ability to capture and maintain the record of gunny replacement across each of the stacks in the depot
SO_FRS_55 Ability to have a provision to convert the status of gunny bags from serviceable to non-serviceable
SO_FRS_56 Ability to make an indent to carry out internal movement of empty gunny bags from one shed to another
SO_FRS_57 Ability to account for dispatch of empty gunny bags from the depot against an indent from the Mandi or purchase center
SO_FRS_58 Ability to reconcile the gunny bags being sent to Mandi or purchase center with the truck consignment received from the Mandi
SO_FRS_59 Ability to account for release of gunny bags to millers for the receipt of CMR from SGA procured paddy and Levy Rice
SO_FRS_60 Ability to keep track of receipt of gunny bags, as per accepted specifications, through the central procurement
SO_FRS_61 Ability to maintain the records of damaged or defective gunny bags being received from the dispatching or issuing sources
SO_FRS_62 Ability to disallow replacement of jute gunny bags with plastic gunny bags and vice-versa
SO_FRS_63 Ability to capture the actual made-up or replacement of gunny bags and update the gunny register
SO_FRS_64 Ability to capture the record of 2% empty gunny bags weight to get the total average weight of gunny bags for each consignment
SO_FRS_65 Ability to follow below guideline for gunny weight if capturing 2% empty bag weight is not feasible: a. Jute Gunny Bag - 665 gms b. Plastic Gunny Bag - 135 gms
SO_FRS_66 Ability to provide an end-to-end tracking of gunny bags being used and available in the depot
SO_FRS_67 Ability to perform gunny reconciliation on a daily basis for the entire depot
Issue or Dispatch of Food Grains
SO_FRS_68 Ability to provide a centralized view of prioritization of a depot across sheds and compartments
SO_FRS_69 Ability to suggest options for liquidation of stocks from different stacks/sheds in a depot on FIFO basis and stack kill guidelines
SO_FRS_70 Ability to prepare the unloading plan by the Depot Manager against an Issue or Dispatch order
SO_FRS_71 Ability to receive intimation and view the unloading plan by shed in-charge
SO_FRS_72 Ability to include any operational exigencies to govern the priorities in some situations
SO_FRS_73 Ability to parameterize the reasons for overriding the FIFO guidelines, based on historical data on operational exigencies
SO_FRS_74 Ability to make a request by the shed in-charge to the Depot Manager to override the FIFO based priority rules
Request For Proposal Depot Online System (FCI)
179
FRS ID Functional Requirements
SO_FRS_75 Ability to approve or reject the request for overriding priority rules by the Depot Manager with notification to Area Manager and AGM QC
SO_FRS_76 Ability to avoid FIFO priority rules and consider only current year stocks in case of issue for exports
SO_FRS_77 Ability to capture the stack number(s) and quantity of bags to be loaded from each stack on the truck
SO_FRS_78 Ability to update the stack wise register based on shed outflow data
SO_FRS_79 Ability to ensure that at least one of the stacks is killed if the outflow consignment contains stocks from two stacks
SO_FRS_80 Ability to capture any violation on issue of stocks from a stack and receipt of stock in the same stack before it is killed completely
SO_FRS_81 Ability to raise alerts and notify the Depot Manager for each occurrence of the above violation
SO_FRS_82 Ability to disallow the extrapolation of average weight of consignment from a stack to calculate the total weight of that particular stack
SO_FRS_83 Ability to permit the extrapolation of average weight of a consignment, if it is loaded from two stacks and it should be applied for calculating the weight of both stacks
SO_FRS_84 Ability to maintain the records of partially killed and completely killed stacks at the gunny bag level
SO_FRS_85 Ability to assign a new stack number if a re-stacking is done before killing a stack
SO_FRS_86 Ability to generate the truck chit for issuance of gate pass at the gate for outward movement
SO_FRS_87 Ability to automatically generate and maintain the Daily Statement of Issues (DSI) at the shed/depot level
SO_FRS_88 Ability to keep and view the history of each stack from the date of receipt of the grain up to the date of dispatch
SO_FRS_89 Ability to capture the plan for issue of food grains from the RO/DO against an export order
SO_FRS_90 Ability to receive advance intimation by the identified depot for issue of export food grains
SO_FRS_91 Ability to uniquely identify the depot stock for export purpose only
SO_FRS_92 Ability to update the corresponding Release Order details and depot stock register based on the issue of export food grains
SO_FRS_93 Ability to capture the quantity, commodity type and specification of food grains to be imported
SO_FRS_94 Ability to update the depot (s) stock register and compare with quantity to be imported, based on the imported stock received in the depot(s)
SO_FRS_95 Ability to update the Release Order details for OMSS and depot stock register based on issue of stock to private parties
SO_FRS_96 Ability to update the Release Order details for proportionate paddy and depot stock register based on issue of paddy to miller for CMR
Storage Loss and Gain
SO_FRS_97 Ability to capture the weight of individual gunny bags during stack liquidation
SO_FRS_98 Ability to automatically calculate the stack-wise storage loss after the complete liquidation of the stack based on the difference between total received weight and total issue weight
Request For Proposal Depot Online System (FCI)
180
FRS ID Functional Requirements
SO_FRS_99 Ability to calculate justified Storage Loss on the basis of following parameters: a. Loss in weight on reduction in moisture content (allowance of 0.7%) b. Period of storage (0.2% per year)
SO_FRS_100 Ability to calculate the storage loss month wise, depot and commodity wise
SO_FRS_101 Ability to flag off the storage loss calculation for restacked stacks in a shed
SO_FRS_102 Ability to automatically calculate the stack-wise storage gain after the complete liquidation of the stack based on difference between issue weight and received weight
SO_FRS_103 Ability to notify or alert the Depot Manager if the loss in weight of a stack on reduction in moisture content is more than 0.7%
SO_FRS_104 Ability to notify or alert the Depot Manager if the loss in weight of a stack on account of storage period is more than 0.2% per year
SO_FRS_105 Ability to maintain and track the history of storage loss/gain commodity wise and source wise
Stack Planning
SO_FRS_106 Ability to have a centralized view of the stacks and their capacity utilization across the depot sheds
SO_FRS_107 Ability to suggest stacking options of received stock in the depot sheds based on commodity and type
SO_FRS_108 Ability to automatically suggest the most optimum placement of wagons in the railway siding based on possible stacking across sheds
SO_FRS_109 Ability to override the stacking suggestion to enter manual plan to stack the incoming food grains
SO_FRS_110 Ability to have a centralized view of the sheds and their capacity utilization
SO_FRS_111 Ability to automatically suggest the shed, both at the gate entry as well as at the LWB, for unloading of the received stock
SO_FRS_112 Ability to override the shed suggestion for entering manual plan to stock the incoming food grains
SO_FRS_113 Ability to keep a provision for internal movement of stocks across different sheds within a depot
Silo Operations
SO_FRS_114 Ability to capture the quality assessment results of incoming food grains for silo storage
SO_FRS_115 Ability to perform gunny reconciliation for debagging of food grains
SO_FRS_116 Ability to capture the work done by the allocated gang during debagging
SO_FRS_117 Ability to capture the weight of loose food grains after debugging before they are stored in silos
SO_FRS_118 Ability to automatically update the stocks in Silo Register based on weighment of loose grains
SO_FRS_119 Ability to capture the weight of stock in loading station during outflow from a silo storage
SO_FRS_120 Ability to capture the final weight of loaded truck or rake in weigh bridge to get the weight of the dispatched or issued stock
SO_FRS_121 Ability to automatically update the stocks in Silo Register based on the weight of dispatched or issued stocks
SO_FRS_122 Ability to allocate the gang for debagging of food grains to be stored in silos
Request For Proposal Depot Online System (FCI)
181
FRS ID Functional Requirements
SO_FRS_123 Ability to automatically assign the silo for storage of received stock based on the availability, capacity utilization and commodity type
Request For Proposal Depot Online System (FCI)
182
Storage II - Deadstock
FRS ID Functional Requirements
Chemicals Inventory Monitoring
SI_FRS_01 Ability to capture the dead stock consumption data by the shed in-charge on a daily basis
SI_FRS_02 Ability to perform automatic calculation of balance dead stock in the sheds
SI_FRS_03 Ability to send SMS alert or intimation to shed in-charge and store manager if the dead stock balance falls below the threshold value
SI_FRS_04 Ability to view the balance dead stock across sheds by the Store Manager on a real-time basis
SI_FRS_05 Ability to forecast the consumption of dead stocks within a depot on a monthly basis, based on the historical usage of previous 3 months
SI_FRS_06 Ability to maintain the inventory of dead stocks above the threshold value through automatic alerts and warnings
Inflow of Stocks in Stores
SI_FRS_07 Ability to set up the inventory threshold limit to 6 months of dead stocks based on average usage of last 3 months
SI_FRS_08 Ability to check the inventory of dead stocks in the store against the requisition from the sheds
SI_FRS_09 Ability to capture the procurement request made to the Depot Manager by the Store Manager for maintaining the inventory threshold
SI_FRS_10 Ability to capture the receipt of fresh stock in the stores against the procurement request
SI_FRS_11 Ability to perform automatic updates to dead stock accounts based on the receipt of fresh stock
SI_FRS_12 Ability to view and use the weekly and monthly consumption data of dead stocks in sheds from the stores by the FAP application for payment and stores budgeting
SI_FRS_13 Ability to alert or notify the Depot Manager and Manager QC for receipt of fresh stock in the depot
Outflow of Stocks from Stores
SI_FRS_14 Ability to send automatic alerts to shed in-charge if the dead stocks availability in the shed falls below a preset value based on weekly consumption
SI_FRS_15 Ability to give requisition to stores for any items required at the shed for storage of food grains by the shed in-charge to Store Manager
SI_FRS_16 Ability to send SMS alert/intimation to Store Manager on the request from the shed in-charge
SI_FRS_17 Ability to check the dead stock balance at the store against the request
SI_FRS_18 Ability to view and update the requisition status with delivery details to different sheds
SI_FRS_19 Ability to monitor the requisition and delivery of items/materials across sheds on a weekly and monthly basis
SI_FRS_20 Ability to send notification to shed in-charge from the Store Manager for any delay in fulfilling the request, with reasons and explanation
SI_FRS_21 Ability to issue dead stock from the Stores and update the dead stock accounting register at the depot level
SI_FRS_22 Ability to receive SMS alert by the shed in-charge on the dead stocks being issued for the respective sheds
Request For Proposal Depot Online System (FCI)
183
FRS ID Functional Requirements
SI_FRS_23 Ability to accept the dead stocks at the shed level and update the shed wise dead stock register
SI_FRS_24 Ability to capture the data for disposal of expired stocks from the Stores and update the dead stock register of the depot
SI_FRS_25 Ability to make the shed-wise records on chemical consumption available to Depot/ Area Manager
SI_FRS_26 Ability to track various equipment/devices used by the sheds for their daily operations
SI_FRS_27 Ability to track the consumption of various chemicals that are used for maintaining the quality of the food grains
Request For Proposal Depot Online System (FCI)
184
Storage III - Depot Maintenance
FRS ID Functional Requirements
New Depot Addition
DCM_FRS_01 Ability to submit request for addition of a new depot of a specific type in a particular district by the concerned District Office
DCM_FRS_02 Ability to auto-generate a tentative depot code during creation and submission of the request
DCM_FRS_03 Ability to assign a numeric depot code only for any new depot addition
DCM_FRS_04 Ability to generate the numeric depot code for each of the existing depots and map them to the corresponding alphanumeric depot codes currently in place
DCM_FRS_05 Ability to disallow user to edit the system generated depot code
DCM_FRS_06 Ability to prevent user from submitting a request for addition of an existing active depot
DCM_FRS_07 Ability to approve the request for addition of new depot by the Regional Office
DCM_FRS_08 Ability to reject the request for addition of a new depot with necessary justification by the Regional Office
DCM_FRS_09 Ability to view the pending list of requests for addition of new depot in each region
DCM_FRS_10 Ability to notify or alert the Regional Office on submission of a new depot request
DCM_FRS_11 Ability to notify or alert the concerned District Office on approval or rejection of a new depot request
DCM_FRS_12 Ability to assign the auto-generated tentative depot code as permanent code on approval of a new depot request
DCM_FRS_13 Ability to reassign the auto-generated tentative depot code to the next new depot request on rejection of the current new depot request
DCM_FRS_14 Ability to submit request for modifying the details of an existing active depot by the corresponding District Office
DCM_FRS_15 Ability to notify or alert the Regional Office on submission of depot details modification request
DCM_FRS_16 Ability to approve the request for modification of depot details by Regional Office
DCM_FRS_17 Ability to reject the request for modification of details of an existing active depot with necessary justification by the Regional Office
DCM_FRS_18 Ability to notify or alert the concerned District Office on approval or rejection of a depot details modification request
DCM_FRS_19 Ability to view the modified details of a depot by all users only on approval by the Regional Office
DCM_FRS_20 Ability to view and use the new depot for any operations only on approval by the Regional Office
Depot Dehire and Rehire
DCM_FRS_21 Ability to view the list of existing depots for a given district in a region
DCM_FRS_22 Ability to view the list of dehired and rehired depots for a given district in a region
DCM_FRS_23 Ability to select an active depot and submit request for dehire by the corresponding District Office
DCM_FRS_24 Ability to disable the selection of existing dehired depots for a fresh dehire request
DCM_FRS_25 Ability to notify or alert the corresponding Regional Office on submission of depot dehire request
DCM_FRS_26 Ability to approve the request for depot dehire by the Regional Office
Request For Proposal Depot Online System (FCI)
185
FRS ID Functional Requirements
DCM_FRS_27 Ability to reject the request for depot dehire with necessary justification by the Regional Office
DCM_FRS_28 Ability to notify or alert the corresponding District Office on approval or rejection of a depot dehire request
DCM_FRS_29 Ability to select an existing dehired depot and submit request for rehire by the corresponding District Office
DCM_FRS_30 Ability to disable the selection of existing active depots for a fresh rehire request
DCM_FRS_31 Ability to notify or alert the corresponding Regional Office on submission of depot rehire request
DCM_FRS_32 Ability to approve the request for depot rehire by the Regional Office
DCM_FRS_33 Ability to reject the request for depot rehire with necessary justification by the Regional Office
DCM_FRS_34 Ability to notify or alert the corresponding District Office on approval or rejection of a depot rehire request
DCM_FRS_35 Ability to disable the selection of a depot, whose dehire request has been approved by Regional Office, for any further operation by the users
DCM_FRS_36 Ability to allow the use of a depot, whose rehire request has been approved by the Regional Office, for any further operation by the users
DCM_FRS_37 Ability to prepare the profile of an existing depot by the corresponding District Office based on approval from Regional Office
DCM_FRS_38 Ability to migrate a depot from one FCI district to another FCI district by the District Office
DCM_FRS_39 Ability to view the migrated depot under the new District only on approval by the Regional Office
Scheduled Payment of Utilities
DCM_FRS_39 Ability to capture and maintain the list of assets within a depot
DCM_FRS_40 Ability to capture the schedule of payments for each utility being provided at depot
DCM_FRS_41 Ability to capture the rental charges for any assets being maintained at depot
DCM_FRS_42 Ability to notify or alert the Depot Manager based on scheduled payment due date for each utility and asset
DCM_FRS_43 Ability to capture the details of payments being made for each utility or asset at the depot level
DCM_FRS_44 Ability to capture any penalties being charged to the depot for any non-payment of utility or rental charges within the due date
DCM_FRS_45 Ability to notify or alert the Area Manager for non-payment of any utility or rental charges for 3 consecutive months
DCM_FRS_46 Ability to notify or alert the Regional GM for non-payment of any utility or rental charges for 6 consecutive months
DCM_FRS_47 Ability to capture the following details to prepare the Depot Directory - layout, total area, unit wise capacity, various infrastructure like gate, LWB, road, rail siding and other ancillaries etc.
Request For Proposal Depot Online System (FCI)
186
Stock PV
FRS ID Functional Requirements
Physical Verification
PV_FRS_01 Ability to enter the list of depots at the Regional Level where ISI Method based PV will be conducted along with the schedule of visits
PV_FRS_02 Ability to notify or alert the concerned Area Manager in advance on ISI Method based PV schedule
PV_FRS_03 Ability to capture the PV results for 100% killing of a stack and physical weighment of stocks after loading in a truck
PV_FRS_04 Ability to capture the scheduled PV for a depot (once a year for capacity of 10,000 MT & above, once in 2 years for capacity less than 10,000 MT)
PV_FRS_05 Ability to notify or alert the concerned Area Manager if a PV is not done as per the captured schedule
PV_FRS_06 Ability to capture the inventory of dead stocks in the depot based on inspection by the PV team
PV_FRS_07 Ability to compare the observation report from PV team with the existing records in the depot and highlight the deviations, if any
PV_FRS_08 Ability to capture the census list by the Depot Manager for Routine PV
PV_FRS_09 Ability to notify or alert the concerned Depot Manager on Routine PV schedule by the District Office
PV_FRS_10 Ability to capture the Routine PV results for peripheral counting of complete stacks and 100% weighment of baby stacks
PV_FRS_11 Ability to enter the list of depots based on previous PVs at the Regional Level where Zero Stock PV will be conducted
PV_FRS_12 Ability to notify or alert the concerned Area Manager in advance on Zero Stock PV schedule
PV_FRS_13 Ability to capture the details for 100% weighment and liquidation of stocks for Zero Stock PV in a depot
PV_FRS_14 Ability to compare the Book Balance and Actual Stock for the Zero Stock PV
PV_FRS_15 Ability to capture the storage loss/gain at the depot level
PV_FRS_16 Ability to alert the Area Manager, Regional GM, ED Zone and HQ if there is a delay in completion of the Annual PV
PV_FRS_17 Ability to capture the variation in full bags as well as partial shortage during Annual PV
PV_FRS_18 Ability to alert the Area Manager and Regional GMs for full bag variation and partial shortage
PV_FRS_19 Ability to view the census list on a daily basis to plan for Quarterly PV
PV_FRS_20 Ability to alert the Area Manager, Regional GMs, ED & Above if there is a delay in completion of the Quarterly PV
Request For Proposal Depot Online System (FCI)
187
Engineering Works
FRS ID Functional Requirements
Engineering Works
EM_FRS_01 Ability to capture the details of scheduled maintenance to be done for each depot (quarterly or half yearly or annual)
EM_FRS_02 Ability to request for any interim maintenance required for operational continuity by the Depot Manager
EM_FRS_03 Ability to notify or alert the Regional Office of any maintenance request from depot
EM_FRS_04 Ability to update the request with tentative turnaround time for maintenance
EM_FRS_05 Ability to track the status of maintenance request till its resolution and closure
EM_FRS_06 Ability to notify or alert the Regional Office and Depot Manager on the due date for completion of any maintenance request
EM_FRS_07 Ability to close the request on successful maintenance activity by Depot Manager
EM_FRS_08 Ability to maintain the records of adhoc maintenance being done for a depot
EM_FRS_09 Ability to maintain the records of scheduled maintenance being done for a depot
EM_FRS_10 Ability to notify or alert the Depot Manager on due date for any scheduled maintenance activity being captured
EM_FRS_11 Ability to track the non-occurrence of any scheduled maintenance activity at depot
EM_FRS_12 Ability to notify or alert the Regional GM for 3 consecutive non-occurrence of scheduled maintenance for the depots
EM_FRS_13 Ability to identify any repeat or frequent maintenance being done at the depot level
EM_FRS_14 Ability to set up the master list of maintenance requirement for selection while making the request
EM_FRS_15 Ability to prepare the priority list at the Regional Level based on budgetary approval for maintenance across the depots within the region
EM_FRS_16 Ability to capture the 5 different options for identification of type of work to be done for the depot
EM_FRS_17 Ability to update the grading parameter based on work done by the vendor
EM_FRS_18 Ability to send the updated grading sheet to the HQ from the Regional Office
EM_FRS_19 Ability to raise flags to Manager (Engg.) and AGM (Engg.) if work schedule is extended or any scope is deviated from the approved plan and budget
EM_FRS_20 Ability to raise flag in case the agency or vendor is not paid where work is completed and vise-versa
EM_FRS_21 Ability to capture the budgetory approval for maintenance work to be done in each depot
EM_FRS_22 Ability to generate reports on the statement of work as well as budget vs. actual expenditure
Request For Proposal Depot Online System (FCI)
188
Reporting and KPIs
FRS ID Functional Requirements
General
RPT_FRS_01 Ability to generate reports in desired format through custom-build queries
RPT_FRS_02 Ability to export the generated reports to PDF/MS-Excel/MS-Word format
RPT_FRS_03 Ability to set up conditional formatting and email alerts for Dashboards in order to immediately see where action is needed
RPT_FRS_04 Ability to notify when predetermined levels of performance deviate from norm
RPT_FRS_05 Ability to set priorities in advance to focus time on the most pressing issues
RPT_FRS_06 Ability to make available key information in one place, real-time in order to make decisions, root out issues and monitor performance
RPT_FRS_07 Ability to email a report to a customer or manager directly from the report view
RPT_FRS_08 Ability to store all reports in a central location to avoid flipping in and out of screens for finding required reports
RPT_FRS_09 Ability to drag and drop fields on a page and apply desired filters, fonts and colors, to create custom reports
RPT_FRS_10 Ability to view the dashboard as a desktop application or through the web or a handheld device
List of Daily Reports for FCI HQ
RPT NO. 01 State-wise Available Number of Depots (Owned & Hired / Covered & CAP)
RPT NO. 02 State-wise Available Number of Storage Units
RPT NO. 03 Daily Depot-wise Stock Position
RPT NO. 04 Daily Region-wise Stock Position
RPT NO. 05 Depot-wise Average Offtake and Stock Position
RPT NO. 06 Region-wise Average Offtake and Stock Position
RPT NO. 07 Depot-wise Daily Stock Position and Capacity Utilisation
RPT NO. 08 Region-wise Daily Stock Position and Capacity Utilisation
RPT NO. 09 Depot-wise Daily Receipt/Issue/Despatch Statement
RPT NO. 10 Region/District/Depot-wise Receipt/Issue/Despatch Statement for All Commodities between Two Dates
RPT NO. 11 Date-wise Commodity-wise Receipt/Issue/Despatch Statement between Two Dates
RPT NO. 12 Region/District/Depot-wise Crop Year-wise Receipt/Issue/Despatch Statement between Two Dates
RPT NO. 13 Region-wise Receipt/Issue/Despatch Statement between Two Dates
RPT NO. 14 Crop Year-wise Stock Summary
RPT NO. 15 Scheme-wise Crop Year-wise Allocation Offtake between Two Dates
RPT NO. 16 Scheme-wise Allocation Offtake between Two Dates
RPT NO. 17 Scheme Group-wise Allocation Offtake between Two Dates
RPT NO. 18 All India Allocation & Offtake between Two Dates
RPT NO. 19 Region-wise District-wise Allocation & Offtake between Two Dates
RPT NO. 20 TPDS Schemes District-wise Allocation & Offtake between Two Dates
RPT NO. 21 TPDS Schemes Region-wise Allocation & Offtake between Two Dates
Request For Proposal Depot Online System (FCI)
189
FRS ID Functional Requirements
RPT NO. 22 OMSS (Domestic, through FCI) Schemes District-wise Allocation & Offtake between Two Dates
List of Fortnightly Reports for FCI HQ
RPT NO. 01 Crop Year-wise Commodity-wise Stock Position for Rice/Wheat/Paddy/Sugar/Coarse Grain
RPT NO. 02 Crop Year-wise Commodity-wise Stock Position for North-East States only
RPT NO. 03 Stock Position with FCI for All Commodities
RPT NO. 04 Region-wise FCI Stock Balance Sheet for Rice/Wheat/Sugar/Coarse Grain/Paddy
RPT NO. 05 Total All India Stock Position in Central Pool for Rice/Wheat/Coarse Grains/All Commodities
RPT NO. 06 TPDS Schemes Commodity-wise Offtake for FCI (with Additional APL & BPL Schemes)
RPT NO. 07 TPDS Schemes Commodity-wise Offtake for State Agencies
RPT NO. 08 Commodity-wise Scheme-wise Offtake for OMSS (Domestic through FCI)
RPT NO. 09 Commodity-wise Scheme-wise Offtake for Exports/Other Welfare Schemes/Tender Sale excluding OMSS/Adhoc Additional Allocation
RPT NO. 10 UT/State wise Commodity-wise Scheme-wise Allocation & Offtake
RPT NO. 11 Total All India State Agency Stock Position
RPT NO. 12 Total All India State Agency Allocation & Offtake for All Schemes
RPT NO. 13 Total All India State Agency Offtake under TPDS Scheme (APL/BPL/AAY etc.)
RPT NO. 14 Total All India State Agency Offtake under All Schemes
List of Fortnightly Reports for District Offices
RPT NO. 01 District wise Inflow Outflow Report for Rice/Wheat/Paddy/Sugar/Coarse Grain
RPT NO. 02 Commodity wise Crop Year wise Detailed Inflow Outflow Report for Rice/Wheat/ Paddy/Sugar/Coarse Grain
RPT NO. 03 District wise Stock Transaction Report for Rice/Wheat/Paddy/Sugar/Coarse Grain
RPT NO. 04 District wise Scheme wise Commodity wise Offtake Report for TPDS with FCI
RPT NO. 05 District wise Scheme wise Commodity wise Offtake Report for TPDS with State Agencies
RPT NO. 06 District-wise Commodity-wise Scheme-wise Offtake for OMSS (Domestic through FCI)
RPT NO. 07 District-wise Commodity-wise Scheme-wise Offtake for Exports/Other Welfare Schemes/Tender Sale excluding OMSS/Adhoc Additional Allocation
RPT NO. 08 District wise FCI Stock Balance Sheet for Rice/Wheat/Sugar/Coarse Grain/Paddy
RPT NO. 09 District wise State Agency Stock Position Report
RPT NO. 10 District wise State Agency Report for Allocation under TPDS Schemes
RPT NO. 11 District wise State Agency Report for Offtake under TPDS Schemes
List of Monthly Reports for FCI HQ
RPT NO. 01 Storage Capacity (Owned & Hired / Covered & CAP), Stocks Held & % Utilization (Comparison Report, Monthly Average)
RPT NO. 02 State wise Monthly Average Storage Capacity and Stock Report
RPT NO. 03 Monthly Average Storage Capacity (Owned & Hired / Covered & CAP), Stocks Held & its % Utilization
Request For Proposal Depot Online System (FCI)
190
FRS ID Functional Requirements
RPT NO. 04 Region-wise Commodity-wise Monthly Stock Position with FCI
RPT NO. 05 Region-wise Monthly Paddy vs. CMR Reconciliation Report
RPT NO. 06 Region-wise Monthly Stock Position in Central Pool (State Agency Data as reported by FCI District Offices)
RPT NO. 07 Region-wise Monthly Stock Position in Central Pool (State Agency Data as reported by FCI Regional Offices)
RPT NO. 08 Monthly Statement on Grade-wise Position of Rice
RPT NO. 09 Monthly Report on Issuable and Non-Issuable Wheat
RPT NO. 10 Monthly Report on Issuable and Non-Issuable Rice
RPT NO. 11 Region-wise Commodity-wise Monthly Storage Loss/Gain and Transit Loss/Gain
RPT NO. 12 Region-wise Commodity-wise Monthly Storage Loss/Gain and Transit Loss/Gain in Percentage
RPT NO. 13 Region-wise Crop Year-wise & Category wise Monthly Stock Position
RPT NO. 14 Region-wise Crop Year-wise & Category wise Monthly Stock Position Summary
RPT NO. 15 Region-wise Monthly Stock Position (State Agency, Mandi/Miller, Port)
List of Miscellaneous Reports for FCI HQ
RPT NO. 01 Depot-wise Data Transmission / Defaulter Status
RPT NO. 02 Status of Relaxation Period Request & Feedback
RPT NO. 03 Zone-wise Region-wise Statistics of Data Transmission Status for Daily Data (excluding Dehired Depots)
RPT NO. 04 Data Deletion History of Depot
RPT NO. 05 Complete Data Deletion History of Depot and District
RPT NO. 06 Reporting Performance
RPT NO. 07 Login Details
List of Procurement Reports for FCI HQ
RPT NO. 01 Levy and CMR Received by FCI
RPT NO. 02 State Agency Type-wise Levy and CMR Procurement
RPT NO. 03 State and District-wise Progressive Procurement of Wheat
RPT NO. 04 Region and District-wise Progressive Procurement of Wheat by FCI
RPT NO. 05 Data Availability Status Agency-wise State-wise
RPT NO. 06 Modification Log of State Agency Procurement Data
RPT NO. 07 State-wise Agency Type-wise Coarse Grain Procurement
RPT NO. 08 Market Arrival and Miller Purchase of Paddy
RPT NO. 09 State-wise Agency-wise No Transaction for Paddy Procurement
RPT NO. 10 No Transaction for Wheat Procurement by FCI
RPT NO. 11 State and District-wise Agency Type-wise Progressive Procurement of Wheat
RPT NO. 12 Total Wheat Procurement by FCI
RPT NO. 13 Total Wheat Procurement by the State Agencies
RPT NO. 14 Agency Master Report
RPT NO. 15 Agency Nodal Officer Master Report
List of Key Performance Indicators for Dashboard and Analytics
Request For Proposal Depot Online System (FCI)
191
FRS ID Functional Requirements
Procurement
KPI NO. 01 Number of days for stock movement from Mandi to Depot
KPI NO. 02 Occurrence of spot contracts with transporter
KPI NO. 03 Procurement vs. Lifting at Mandi for each district
KPI NO. 04 Variation in procurement against target across regions
KPI NO. 05 Rejection of stocks at Mandi
KPI NO. 06 Payment made to commission agents against procurement
Movement
KPI NO. 01 Detention period beyond free time and demurrage of rakes
KPI NO. 02 Percentage shortfall from movement plan district wise and region wise
KPI NO. 03 Rake accommodation capacity for destination depots
KPI NO. 04 Transit loss
KPI NO. 05 Month wise region wise lifting data for stocks
Storage
KPI NO. 01 Storage loss
KPI NO. 02 Utilization of gangs
KPI NO. 03 Utilization of depot storage space
KPI NO. 04 Turnaround time for quality check of stock during receipt
KPI NO. 05 Lifting efficiency of stock
KPI NO. 06 Chemicals utilization for storage and preservation
KPI NO. 07 Daily stock accounting deviation between QC and Shed Registers
Quality Control
KPI NO. 01 Capacity stored in 'kachcha' or vulnerable position for each district and region
KPI NO. 02 Age of the stocks
KPI NO. 03 Amount of stock in upgradable and non-issuable category at the district level
KPI NO. 04 Infestation level classification of stock (clear/few/heavy)
KPI NO. 05 Category of stock (A/B/C) and downgrade at depot level
KPI NO. 06 Pre-monsoon fumigation
KPI NO. 07 Stack wise priority violation
KPI NO. 08 Chemicals stock reserve of 3 months at each depot
KPI NO. 09 Categorization and approval of non-issuable stock
KPI NO. 10 Disposal of non-issuable stock
KPI NO. 11 BRL quantity in a depot and its timely replacement
KPI NO. 12 Shortfall in mandatory inspections for the procuring regions
Sales
KPI NO. 01 Validity of schemes and their extensions
KPI NO. 02 Scheme wise monthly lifting position of each depot/district
KPI NO. 03 RO Issued vs. Executed
Stocks
KPI NO. 01 Completion of Annual PV
Request For Proposal Depot Online System (FCI)
192
FRS ID Functional Requirements
KPI NO. 02 Completion of Quarterly PV
KPI NO. 03 Variation in full bags during PV
KPI NO. 04 Partial shortage in bag contents identified during PV
KPI NO. 05 Availability of Census List
KPI NO. 06 Timely unloading and weighment of complete rake at railhead
Request For Proposal Depot Online System (FCI)
193
Non-Functional Requirements
NFR ID Non-Functional Requirements (NFR)
General System Requirement
DOS_GSR_01 System shall implement Secure Sockets Layer (SSL) by using the Secure Hyper
Text Transport Protocol (HTTPS)
DOS_GSR_02 System shall utilize the latest, widely used SSL standard of 128-bit encryption
DOS_GSR_03 The security solution must examine all traffic to all services/pages being protected
by the solution. All attempts to access the web server/application should be
intercepted and examined for authentication and authorization.
DOS_GSR_04 System shall ensure that only authorized personnel have access rights to the
module and system logs
DOS_GSR_05 System shall implement "append only" mode for log files
DOS_GSR_06 All log repositories should be configured as read-only file systems except for the
systems that are providing log entries so that no alteration of the log file is
possible
DOS_GSR_07 System shall support the analysis of the log information so that the full audit trail
of daily transaction for any particular depot can be generated
DOS_GSR_08 Intrusion Prevention System coupled with a weekly review of the system logs shall
be adopted to ensure that no unauthorized processes/programs are
installed/running on the Depot Online System servers
DOS_GSR_09 The centralized deployment of Depot Online System shall adopt security
standards such as usage of Demilitarized zones for web servers, completely
secured zones for application and database servers
DOS_GSR_10 All the services and associated ports, not required for Depot Online System
operations, should be disabled/uninstalled in the IT Infrastructure
DOS_GSR_11 The system must have extensive audit trail facility so that any addition, deletion
or modification to an existing record, whether master or transaction, must bear
the date and time stamp, the name of log-in user who made the change
DOS_GSR_12 System shall be modular in nature so that FCI can implement modules/add-ons
that are not implemented as part of this project, at a future date without any
technical difficulties
DOS_GSR_13 System shall implement password management controls to ensure that the
passwords created/defined by the users adhere to the standard information
security requirements
DOS_GSR_14 Password composition shall be alphanumeric characters with upper and lower
case, and minimum eight characters length
DOS_GSR_15 Password shall not be the same as user name
DOS_GSR_16 Password must be changed at regular intervals (minimum at every 60 days)
DOS_GSR_17 Users shall not be allowed to use any of the last 3 passwords during password
change
DOS_GSR_18 User shall have the provision to reset the password using Forgot Password link
DOS_GSR_19 Any person not part of the DOS shall have the provision to access and view the
DOS reports using OTP based authentication received through mobile
Request For Proposal Depot Online System (FCI)
194
NFR ID Non-Functional Requirements (NFR)
DOS_GSR_20 The system should be capable of generating alerts/notifications in various
processes or stages of daily depot operations. These could be either time based or
event based.
DOS_GSR_21 The system must encrypt the FCI business data in the DOS database and database
administrator should not be able to modify the business data
DOS_GSR_22 The application should have the functionality to record all the administrator, user
level activities including the failed attempts
DOS_GSR_23 The system should have the capability to define access based on time of day, day
of week or by group or user defined access
DOS_GSR_24 The system should have the functionality to provide authentication based on the
role
DOS_GSR_25 The system should have the capability to delegate the role, if required, for
operational continuity
DOS_GSR_26 The system should have the option of blocking multiple sessions for the user
DOS_GSR_27 The DOS application should support role based access control to enforce
separation of duties
DOS_GSR_28 The DOS application should display the last login status (successful/unsuccessful,
time) to the user
DOS_GSR_29 The DOS application should not store authentication credentials on client
computers after a session terminates
DOS_GSR_30 The MIS reports generated from the system shall contain the name of the person
generating the report along with date and timestamp in form of watermark
DOS_GSR_31 The mobile app for the Depot Online System must be capable of being configured
for access to different modules and tasks, based on role-based user groups
DOS_GSR_32 The system must be capable of carrying out data migration from existing
applications like IRRS, DISFM, DCMS and PMS
DOS_GSR_33 The system should allow for editing of captured data in saved status until the data
is confirmed and submitted by the user
DOS_GSR_34 The system should allow for editing of confirmed and submitted data at Depot
level only on approval from the Area Manager if it is within 3 days old
DOS_GSR_35 The system should allow for editing of confirmed and submitted data at Depot
level only on approval from the Regional Manager if it is between 4-7 days old
DOS_GSR_36 The system should allow for editing of confirmed and submitted data at Depot
level only on approval from the Zonal Manager if it is between 8-10 days old
DOS_GSR_37 The system should not allow for editing of confirmed and submitted data at Depot
level if it is more than 10 days old
DOS_GSR_38 The system should allow for editing of confirmed and submitted data by Agency
only on approval from the Agency District Office if it is within 3 days old
DOS_GSR_39 The system should allow for editing of confirmed and submitted data by Agency
only on approval from the State level Agency Head if it is between 4-10 days old
DOS_GSR_40 The system should not allow for editing of confirmed and submitted data by
Agency if it is more than 10 days old
DOS_GSR_41 The system should alert the user for any missing fields during data capture
Request For Proposal Depot Online System (FCI)
195
NFR ID Non-Functional Requirements (NFR)
DOS_GSR_42 The system should allow for deletion of confirmed and submitted data only on
approval from Area Manager if it is within 3 days old
DOS_GSR_43 The system should sent a SMS alert /notification to Regional Manager on
approval and deletion of confirmed and submitted data
DOS_GSR_44 The system should account for any relaxation request for data capture and
feedback received only against specific conditions
DOS_GSR_45 The system should sequence the work for inflow of stock in the depot till it is
stacked in the shed stacks
DOS_GSR_46 The system should sequence the work for outflow of stock from the shed till it is
loaded in truck/rake and moved out of the depot
DOS_GSR_47 The system should alert the Depot Manager if data capture is skipped in between
at any particular stage of inflow or outflow process
DOS_GSR_48 The system should support automatic detection of erroneous data entry and alert
the user (For example, stocks entered exceeds the stack size or shed capacity, data
captured at LWB exceeds the full truck weight, chemical consumption data
exceeds the standards etc.)
DOS_GSR_49 The system should not allow the user to capture/edit data of past dates without
prior approval from the Depot Manager or Area Manager
DOS_GSR_50 The system should not allow the user to capture data of future dates
DOS_GSR_51 The system should default the data capture to current date only without any
provision for any date change
DOS_GSR_52 The system should support automatic conversion of data from Quintals to MT
DOS_GSR_53 The system should confirm with the user the unit of weight (Quintal or MT) for
the stock data entered
DOS_GSR_54 The system should support the scan and upload of the signed copies of note, slips,
truck chits, waybill, tokens etc.
DOS_GSR_55 The system should allow the user to search and view any of the signed and
scanned copies
DOS_GSR_56 Ability to view and manage the user profile in the system for all registered users
DOS_GSR_57 The mobile app for Depot Online System should be compatible with any mobile
platform for eg. Android, iOS, Windows 8 etc.
DOS_GSR_58 The mobile app shall have notification features so that the users get proactive
notification
DOS_GSR_59 The communication through the mobile app shall be secured, with no
vulnerability threats
DOS_GSR_60 The mobile app shall be available in the apps store for downloading, installation
and configuration purpose
DOS_GSR_61 Provision should also be there to push an updated version of the app in the
appstore
DOS_GSR_62 The app shall have offline data capture and retention capability so that when
network is restored, the captured data can be post back to the server
DOS_GSR_63 Ability to capture depot operations related form-based data in the field for
submission through the mobile app
Request For Proposal Depot Online System (FCI)
196
NFR ID Non-Functional Requirements (NFR)
DOS_GSR_64 Ability to perform data confirmation or request approval through the mobile app
DOS_GSR_65 Ability to check and track the status of submitted request or data through the app
DOS_GSR_66 Ability to send acknowledgement from the field using the mobile app for receipt
of dispatched or issued items
DOS_GSR_67 Ability to retrieve submitted data in the handheld device for edit or delete based
on approval
DOS_GSR_68 Ability to view the data capture and submission history of the corresponding user
for the past 7 days through the mobile app
Other Non-functional Requirements
DOS_NFR_01 The architecture components shall be capable of being scaled up to more number
of depots/users using the same hardware and little customizations or tuning
requirements
DOS_NFR_02 Depot Online System application shall leverage inherent high availability features
designed in Data Center to deliver predictable service levels
DOS_NFR_03 The Depot Online System will be accessed from different depots across the
country through internet over variable bandwidth. The system should be designed
to provide optimal performance even with lower bandwidth connection.
DOS_NFR_04 The client application should be made light weight to decrease loading time and
should use appropriate caching mechanisms for faster interactions with data
DOS_NFR_05 The connectivity with the database should be tuned to decrease latency at the user
end
DOS_NFR_06 Asynchronous messaging based data exchange shall be used wherever applicable
to keep the system transactional performance high
DOS_NFR_07 Uniformity shall be maintained in screen features, functionality and controls
DOS_NFR_08 Usability of the screen controls shall be optimum and ease of use for the end users
shall be considered
DOS_NFR_09 Error messages shall be user friendly for ease of understanding by the end user
DOS_NFR_10 The screens shall have minimum keyboard entry and mostly use dropdown
menus for user selection
DOS_NFR_11 The architecture should consider backup/archival of static as well as transactional
data
DOS_NFR_12 The architecture should accommodate and maintain a disaster recovery site which
can be deployed in production, as and when necessary
DOS_NFR_13 The system interface should be compatible with IE 8.0 and above as well as
Google Chrome and Mozilla
Request For Proposal Depot Online System (FCI)
197
KPI Escalation Matrix for Dashboard
The following Escalation Matrix has been suggested for tracking the availability of data in the envisaged system to generate the KPI values:
Sl. No.
Event Description Level 1 Level 2 Level 3 Level 4
Trigger Escalated To
Trigger Escalated To
Trigger Escalated To
Trigger Escalated To
1 Data availability for Procurement KPI values in dashboard
Data unavailability in system > 1 day of due date
Area Manager Data unavailability in system > 3 days of due date
GM Region Data unavailability in system > 7 days of due date
ED Zone Data unavailability in system > 10 days of due date
ED Proc. – HQ
2 Data availability for Movement KPI values in dashboard
Data unavailability in system > 1 day of due date
Area Manager Data unavailability in system > 3 days of due date
GM Region Data unavailability in system > 7 days of due date
ED Zone Data unavailability in system > 10 days of due date
ED Movement – HQ
3 Data availability for Storage Operations KPI values in dashboard
Data unavailability in system > 1 day of due date
Area Manager Data unavailability in system > 3 days of due date
GM Region Data unavailability in system > 7 days of due date
ED Zone Data unavailability in system > 10 days of due date
ED Storage – HQ
4 Data availability for Quality Control KPI values in dashboard
Data unavailability in system > 1 day of due date
Area Manager Data unavailability in system > 3 days of due date
GM Region Data unavailability in system > 7 days of due date
ED Zone Data unavailability in system > 10 days of due date
ED QC – HQ
5 Data availability for Sales KPI values in dashboard
Data unavailability in system > 1 day of due date
Area Manager Data unavailability in system > 3 days of due date
GM Region Data unavailability in system > 7 days of due date
ED Zone Data unavailability in system > 10 days of due date
ED Sales – HQ
Request For Proposal Depot Online System (FCI)
198
Sl. No.
Event Description Level 1 Level 2 Level 3 Level 4
Trigger Escalated To
Trigger Escalated To
Trigger Escalated To
Trigger Escalated To
6 Data availability for Stocks KPI values in dashboard
Data unavailability in system > 1 day of due date
Area Manager Data unavailability in system > 3 days of due date
GM Region Data unavailability in system > 7 days of due date
ED Zone Data unavailability in system > 10 days of due date
ED Stocks – HQ
Request For Proposal Depot Online System (FCI)
199
The following Escalation Matrix has been suggested for the process of KPI monitoring by the respective business divisions of FCI:
FCI Services Sl. No. Key Performance Indicators Level 1 Level 2 Level 3
Trigger Escalated To
Trigger Escalated To Trigger Escalated To
Procurement 1 Number of days for stock movement from Mandi to Depot
Stock in Mandi for > 3 days
Area Manager
Stock in Mandi for > 5 days
GM Region Stock in Mandi for > 7 days
ED Proc. - HQ
2 Occurrence of spot contracts with transporter
> 24 hours of unavailability of contractor at Mandi
Area Manager
> 3 days of unavailability of contractor at Mandi
GM Region > 7 days of unavailability of contractor at Mandi
ED Proc. - HQ
3 Procurement vs. lifting at Mandi for each district
Stock in Mandi for > 3 days
Area Manager
Stock in Mandi for > 5 days
GM Region Stock in Mandi for > 7 days
ED Proc. - HQ
4 Variation in procurement against target across regions
NA NA 10% variation with respect to target
GM Region 20% variation with respect to target
ED Proc. - HQ
5 Rejection of stocks at Mandi > 1% of purchased stock
Area Manager
> 3% of purchased stock
GM Region > 5% of purchased stock
ED Proc. - HQ
6 Payment made to agents against procurement
Pending > 3 days
Area Manager
Pending > 5 days
GM Region Pending > 7 days
ED Proc. - HQ
Movement 1 Detention period beyond free time and demurrage of rakes
Beyond free time
Area Manager
> 2 hours beyond free time
GM Region > 7 hours beyond free time
ED Movement - HQ
2 Percentage shortfall from movement plan district wise and region wise
5% of district plan
Area Manager
5% of region plan
GM Region 10% of district and region plan
ED Movement - HQ
3 Rake accommodation capacity for destination depots
Rakes expected to be received in 3 days
Area Manager
Rakes expected to be received in 7 days
GM Region Rakes expected to be received in 15 days
ED Zone
4 Transit loss Any rake beyond 0.25%
Area Manager
Any rake beyond 0.4%
GM Region Any rake beyond 1%
ED S&TL – HQ
Request For Proposal Depot Online System (FCI)
200
FCI Services Sl. No. Key Performance Indicators Level 1 Level 2 Level 3
Trigger Escalated To
Trigger Escalated To Trigger Escalated To
5 Month wise region wise lifting data for stocks
NA NA NA NA NA NA
Storage 1 Storage loss Any loss beyond 0.2% (net of driage)
Area Manager
Any loss beyond 0.5% (net of driage)
GM Region Any loss beyond 1% (net of driage)
ED S&TL – HQ
2 Utilization of gangs No. of bags handled by each labor per day > 200
Area Manager
No. of bags handled by each labor per day > 300
GM Region No. of bags handled by each labor per day > 500
ED IRL – HQ
3 Utilization of depot storage space < 50% Area Manager
< 40% GM Region < 30% ED Storage – HQ
4 Turnaround time for quality check of stock during receipt
More than 1 day Area Manager
More than 2 days
GM Region More than 5 days
ED Storage – HQ
5 Daily stock accounting deviation between QC and Shed registers
Any variation Area Manager
Any variation GM Region Any variation ED Storage – HQ
6 Chemicals utilization for storage and preservation
Any delay in treatment by 2 days from schedule
Area Manager
Any delay in treatment by 5 days from schedule
GM Region Any delay in treatment by 10 days from schedule
ED Storage – HQ
7 Lifting efficiency of stock Delay in stacking of accepted stock > 2 days
Area Manager
Delay in stacking of accepted stock > 5 days
GM Region Delay in stacking of accepted stock > 10 days
ED Storage - HQ
Quality 1 Capacity stored in ‘kachcha’ or vulnerable position for each district and region
Any stock Area Manager
Any stock GM Region Any stock ED QC - HQ
2 Age of the stocks > 1 year Area Manager
> 1 year GM Region > 2 years ED QC - HQ
Request For Proposal Depot Online System (FCI)
201
FCI Services Sl. No. Key Performance Indicators Level 1 Level 2 Level 3
Trigger Escalated To
Trigger Escalated To Trigger Escalated To
3 Amount of stock in upgradable and non-issuable category at the district level
All stocks lying in upgradable condition
Area Manager
All stocks lying in upgradable condition > 30 days
GM Region All stocks lying in upgradable condition > 90 days
ED QC - HQ
4 Infestation level classification of stock (clear/few/heavy)
Stocks lying in infested condition for > 2 days
Area Manager
Stocks lying in infested condition for > 5 days
GM Region Stocks lying in infested condition for > 10 days
ED QC - HQ
5 Category of stock (A/B/C) and downgrade at depot level
All stock downgraded
Area Manager
All stock downgraded
GM Region All stock downgraded
ED QC - HQ
6 Pre-monsoon fumigation Delay by > 1 day Area Manager
Delay by > 5 days
GM Region Delay by > 15 days
ED QC - HQ
7 Stack wise priority violation Any violation Area Manager
Any violation GM Region Any violation ED QC - HQ
8 Chemical stock reserve of 3 months at each depot
Chemicals reserve less than 3 months
Area Manager
Chemicals reserve less than 3 months
GM Region Chemical reserve less than 3 months 15 days
ED QC - HQ
9 Categorization and approval of non-issuable stock
All stock lying uncategorized for > 10 days
Area Manager
All stock lying uncategorized for > 30 days
GM Region All stock lying uncategorized for > 60 days
ED QC - HQ
10 Disposal of non-issuable stock All stock lying undisposed for > 45 days
Area Manager
All stock lying undisposed for > 60 days
GM Region All stock lying undisposed for > 75 days
ED QC - HQ
11 BRL quantity in a depot and its timely replacement
Any stock declared as BRL
Area Manager
BRL stock not replaced within 7 days
GM Region BRL stock not replaced within 15 days
ED QC - HQ
12 Shortfall in mandatory inspections for the procuring regions
Any shortfall Area Manager
Any shortfall GM Region Any shortfall ED QC - HQ
Sales 1 Validity of schemes and their NA NA NA NA NA NA
Request For Proposal Depot Online System (FCI)
202
FCI Services Sl. No. Key Performance Indicators Level 1 Level 2 Level 3
Trigger Escalated To
Trigger Escalated To Trigger Escalated To
extension
2 Scheme wise monthly lifting position of each depot/district
NA NA NA NA NA NA
3 RO issued vs. executed Any stock not lifted within initial validity
Area Manager
Any stock not lifted after extension granted by GM
GM Region Any stock not lifted after extension granted by ED Zone
ED Zone
Stocks 1 Completion of Annual PV Not done by 2nd April of any year
Area Manager
Not done by 5th April of any year
GM Region Not done by 7th April of any year
ED Zone, ED Stocks
2 Completion of Quarterly PV Delay of 10 days or more
Area Manager
Delay of 15 days or more
GM Region Delay of 30 days or more
ED Zone, ED Stocks
3 Variation in full bags during PV Any variation Area Manager
Any variation GM Region Any variation > 25 bags
ED Zone, ED Stocks
4 Partial shortage in bag contents identified during PV
> 0.5% Area Manager
> 1% GM Region > 1.5% ED Zone, ED Stocks
5 Availability of Census List NA NA NA NA NA NA
6 Timely unloading and weighment of complete rake at railhead
Delay of 24 hours or more
Area Manager
Delay of 48 hours or more
GM Region Delay of 72 hours or more
ED Zone, ED Stocks
Request For Proposal Depot Online System (FCI)
203
17. Appendix VI: Additional Information
Region wise existing depot level hardware details
Region Desktop No UPS No of Printers
ANDHRA PRADESH 123 60 77
Arunachal 6 3 7
Assam 12 4 4
Bihar 45 30 25
CHHATTISGARH 98 49 57
DELHI 27 13 19
Gujarat 95 33 73
HARYANA 142 82 100
HIMACHAL PRADESH 54 30 36
J&K 6 6 3
JHARKHAND 49 23 31
KARNATAKA 36 21 25
Kerala 147 40 102
MADHYA PRADESH 98 49 68
Maharashtra 277 125 194
MANIPUR 13 9 7
Nagaland 13 8 9
NEF 41 25 24
Orissa 63 85 58
Punjab 426 261 267
Rajasthan 148 81 69
TAMILNADU 114 51 80
TELANGANA 109 60 54
UTTAR PRADESH 212 104 107
UTTARANCHAL 23 18 12
WEST BENGAL 96 53 63
Request For Proposal Depot Online System (FCI)
204
List of Region wise FCI Districts and Depots with Capacity
FCI Zone FCI Region FCI District FCI Depot Capacity (MT)
North HIMACHAL PRADESH MANDI KARGA 1,100
NEF NAGALAND NAGALAND MON 1,110
North HARYANA KURUKSHETRA KAITHAL6 1,120
South TAMIL NADU CUDDALORE(POND
ICHERR CHIDAMBARAM(MRM)
1,540
North J & K JAMMU KISHTWAR 1,660
NEF ASSAM NOWGONG DIPHU 1,667
NEF NEF TRIPURA CHURAIBARI 1,670
North HIMACHAL PRADESH DHARAMSHALA CHAMBA 1,670
North HIMACHAL PRADESH MANDI KULLU 1,670
North HIMACHAL PRADESH MANDI HAMIRPUR 1,670
North HARYANA KURUKSHETRA KAITHAL7 1,680
NEF ARUNACHAL PRADESH BANDERDEWA PASIGHAT 2,500
NEF NAGALAND NAGALAND MOKOKCHUNG 2,500
NEF NAGALAND NAGALAND TUENSANG 2,500
North HARYANA KURUKSHETRA FSD KURUKSHETRA6 2,500
North HIMACHAL PRADESH DHARAMSHALA UNA 2,500
North J & K JAMMU KHILLANI (DODA) 2,500
North J & K JAMMU RAJOURI 2,500
North J & K JAMMU POONCH 2,500
North J & K SRINAGAR KARGILI 2,500
North J & K SRINAGAR KARGILII 2,500
North J & K SRINAGAR BUDGAM 2,500
North UTTAR PRADESH GORAKHPUR PADRAUNA 2,500
South KARNATAKA MYSORE KUSHAL NAGAR 2,500
South KARNATAKA SHIMOGA FSD ANDROTH 2,500
NEF NEF MIZORAM LUNGLEI 2,920
NEF MANIPUR IMPHAL SENAPATI 3,333
NEF NEF MIZORAM FSD LAWNGTLAI 3,340
NEF NEF MEGHALYA JOWAI 3,750
North HARYANA KARNAL MRM KARNAL 4,000
North HARYANA KARNAL CAP MRM KARNAL 4,000
North UTTARANCHAL HALDWANI PITHORAGARH 4,167
NEF NEF MIZORAM AIZWAL 4,590
NEF NEF MIZORAM BUALPUI 4,640
East JHARKHAND RANCHI GUMLA 5,000
East ORISSA BALASORE JALESWAR 5,000
East WEST BENGAL COOCH BIHAR BABURHAT 5,000
East WEST BENGAL HOOGHLY CHINSURAH 5,000
East WEST BENGAL 24 PARGNAS ASHOKNAGAR 5,000
NEF ASSAM SILCHAR LALABAZAR 5,000
NEF ASSAM BANGAIGAON JOGIGHOPA 5,000
NEF ARUNACHAL PRADESH BANDERDEWA BANDERDEWA 5,000
NEF ARUNACHAL PRADESH BANDERDEWA BHALUKPONG 5,000
NEF ARUNACHAL PRADESH BANDERDEWA KHARSANG 5,000
NEF NEF TRIPURA CHANDRAPUR 5,000
NEF NEF MIZORAM KOLASIB 5,000
Request For Proposal Depot Online System (FCI)
205
NEF NEF MIZORAM BAIRABI 5,000
NEF NEF MEGHALYA TURA 5,000
NEF NEF MEGHALYA SHILLONG 5,000
NEF MANIPUR IMPHAL JIRIBAM 5,000
NEF MANIPUR IMPHAL UKHRUL 5,000
North HARYANA KURUKSHETRA KAITHALI 5,000
North J & K JAMMU KATHUA 5,000
North J & K SRINAGAR LEH 5,000
North J & K SRINAGAR BARAMULA 5,000
North J & K SRINAGAR KUPWARA 5,000
North UTTAR PRADESH BANDA BANDA 5,000
North UTTARANCHAL SRINAGAR(P.GARH
WAL) SIMLI
5,000
South KERALA CALICUT KUTTIPURAM 5,000
South TAMIL NADU CUDDALORE(POND
ICHERR PONDICHERRY
5,000
West MAHARASTRA POONA AHMEDNAGAR1 5,000
South KARNATAKA BANGLORE K G F KOLAR 5,500
NEF ASSAM NORTH
LAKHIMPUR DHEMAJI
5,640
South KARNATAKA SHIMOGA BHADRAWATI 5,640
West MADHYA PRADESH SATNA SHAHDOL FSD 5,640
East BIHAR DARBHANGA DARBHANGA 5,740
North PUNJAB JALLANDHAR BHOGPUR 5,740
South KERALA QUILON KILIKOLLOOR 6,200
East WEST BENGAL HOOGHLY SERAMPORE 6,240
East BIHAR MOTIHARI CHANPATIA 6,280
North HARYANA KARNAL CAP PANIPAT 6,440
North PUNJAB HOSHIARPUR GARHSHANKAR 6,850
West MADHYA PRADESH SATNA SATNA FSD 6,920
West MADHYA PRADESH INDORE MEGHNAGAR FSD 6,960
South TAMIL NADU THANJAVUR FSD SEMBANARKOIL 7,000
South ANDHRA PRADESH PORT BLAIR (A&N) PORT BLAIR 7,080
NEF ASSAM KOKRAJHAR GOSSAIGAON 7,100
East ORISSA BALASORE KEONJHAR 7,500
East ORISSA BEHRAMPUR PHULBANI 7,500
East WEST BENGAL WEST DINAJPUR RAIGANJ 7,500
North PUNJAB CHANDIGARH KHARAR 7,500
North UTTAR PRADESH BAREILLY PILIBHIT 7,500
West MADHYA PRADESH GWALIOR DATIA FSD 7,500
East BIHAR MUZAFFARPUR MUZAFFARPUR 7,600
East ORISSA BHUBANESWAR BHUBANESWAR 8,137
North PUNJAB AMRITSAR BHIKHIWIND 8,150
East WEST BENGAL PURULIA BALRAMPUR 8,200
East WEST BENGAL DURGAPUR SITARAMPUR 8,200
North UTTAR PRADESH GORAKHPUR BASTI1 8,240
North PUNJAB SANGRUR BHAWANIGARH 8,300
East ORISSA SAMBALPUR ATTABIRA 8,340
North J & K SRINAGAR SRINAGAR 8,340
North RAJASTHAN BIKANER FSD SUJANGARH 8,340
North UTTAR PRADESH ALLAHBAD FSD FATEHPUR 8,340
Request For Proposal Depot Online System (FCI)
206
West MADHYA PRADESH JABALPUR SEONI FSD 8,340
West CHHATTISGARH BILASPUR BELHA 8,340
South TAMIL NADU CUDDALORE(POND
ICHERR KARAIKAL
8,350
North PUNJAB AMRITSAR MAJITHA 8,370
North J & K SRINAGAR ANANTNAG (MIRBAZAR) 8,500
North HARYANA KURUKSHETRA KAITHALII 8,560
North PUNJAB SANGRUR TAPA 8,570
NEF ASSAM NOWGONG SENCHOWA 8,590
West MADHYA PRADESH JABALPUR KATNI FSD 8,640
North PUNJAB MOGA NIHALSINGHWALA FSD 8,750
East BIHAR PURNIA FSD BELOURI 8,980
NEF ASSAM GUWAHATI TIHU 9,040
West MADHYA PRADESH UJJAIN RATLAM FSD 9,080
North PUNJAB LUDHIANA JANGPUR MULLANPUR 9,150
North UTTAR PRADESH ALIGARH KASGANJ 9,160
East WEST BENGAL SIKKIM(UT) RANGPOO 9,180
South ANDHRA PRADESH TADEPALLIGUDAM TADEPALLIGUDEM 9,200
South KERALA QUILON AVANESWARAM 9,200
NEF ASSAM DIBRUGARH TINSUKIA 9,420
South KERALA MAZAHAPPOALANG
AD NILESWAR
9,500
North PUNJAB FEROZPUR RORANAWALI 9,540
North DELHI NARAINA NEW PUSA (CTO) 9,559
North HARYANA ROHTAK MG SAFIDON 9,600
South KARNATAKA MYSORE MADDUR 9,610
East BIHAR MADHUBANI JAINAGAR 9,670
North HARYANA ROHTAK FSD NARWANA 9,740
North PUNJAB AMRITSAR MEHTA 9,849
North PUNJAB CHANDIGARH MORINDA 9,900
North UTTAR PRADESH BULANDSHAHAR SHYAMNAGAR 9,990
East ORISSA BALASORE RUPSA 10,000
East ORISSA BALASORE BADAMPAHAR 10,000
East ORISSA BALASORE BARIPADA 10,000
East ORISSA BEHRAMPUR PARLAKHEMUNDI 10,000
East ORISSA CUTTACK ANGUL 10,000
East ORISSA JAYPORE NABARANGPUR 10,000
East ORISSA JAYPORE RAYAGADA 10,000
East ORISSA SAMBALPUR JHARSUGUDA 10,000
NEF ASSAM SILCHAR BADARPURGHAT 10,000
NEF NEF TRIPURA NANDAN NAGAR 10,000
North HIMACHAL PRADESH DHARAMSHALA GUJJAR KA TALAB 10,000
North J & K SRINAGAR PHYANG 10,000
North PUNJAB SANGRUR DHURI1 10,000
North RAJASTHAN KOTA BHAWANIMANDI 10,000
North RAJASTHAN UDAIPUR FSD BANSWARA 10,000
South ANDHRA PRADESH KAKINADA PERUR 10,000
South ANDHRA PRADESH NELLORE CHITOOR 10,000
South KERALA ALLEPPY ALLEPPY 10,000
South KERALA CALICUT MEENANGADI(WYNAD) 10,000
South KERALA KOTTYAM ARRAKULAM 10,000
Request For Proposal Depot Online System (FCI)
207
South KERALA PALGHAT ANGADIPURAM 10,000
South KARNATAKA HUBLI BIJAPUR 10,000
South KARNATAKA RAICHUR KOPPAL 10,000
South KARNATAKA SHIMOGA HASSAN 10,000
South KARNATAKA SHIMOGA UDUPI 10,000
South TAMIL NADU TUTICORIN RAMANATHAPURAM 10,000
South TELANGANA NIZAMABAD DICHPALLY 10,000
West GUJARAT BARODA VALSAD 10,000
West GUJARAT RAJKOT WANKANER 10,000
West MAHARASTRA POONA RATNAGIRI 10,000
West MADHYA PRADESH BHOPAL BETUL FSD 10,000
West MADHYA PRADESH JABALPUR WARASEONI FSD 10,000
North PUNJAB FEROZPUR LADHUKA 10,140
North UTTAR PRADESH HAPUR HAPUR(SILO) 10,160
North PUNJAB FEROZPUR FEROZEPUR 10,200
North PUNJAB JALLANDHAR LADOWALI ROAD 10,360
North PUNJAB AMRITSAR BHAGTANWALA 10,600
East JHARKHAND RANCHI JAMSHEDPUR 10,640
North HARYANA KURUKSHETRA FSD KURUKSHETRA 10,640
South ANDHRA PRADESH TADEPALLIGUDAM PALAKOLE 10,640
South KERALA MAZAHAPPOALANG
AD MUZHAPPILANGAD
10,640
West CHHATTISGARH BILASPUR RAIGARH 10,640
West CHHATTISGARH DURG JAGDALPUR 10,640
North PUNJAB BHATINDA BHUCHHU 10,660
West CHHATTISGARH RAIPUR BAGHBAHARA 10,670
East BIHAR PURNIA FSD KATIHAR 10,840
South TELANGANA KHAMMAM FSD MAIN DEPOT
KHAMMAM 10,840
South KARNATAKA MYSORE KRISHANRAJNAGAR 11,000
North HARYANA HISSAR BHIWANI KHERA 11,120
West GUJARAT SABARMATI MEHSANA 11,120
North PUNJAB JALLANDHAR LOHIANKHAS 11,200
West MADHYA PRADESH JABALPUR RAMPUR FSD 11,240
West MADHYA PRADESH GWALIOR SHEOPUR FSD 11,280
North HARYANA KARNAL FSD AMBALA CANTT 11,310
North PUNJAB JALLANDHAR NAKODAR 11,380
West MADHYA PRADESH BHOPAL VIDISHA FSD 11,400
North PUNJAB LUDHIANA MULLANPUR DAKHA 11,440
NEF ASSAM NORTH
LAKHIMPUR NORTH LAKHIMPUR
11,480
North PUNJAB LUDHIANA RAIKOT 11,480
West CHHATTISGARH RAIPUR DHAMTARI 11,640
North PUNJAB JALLANDHAR ADAMPUR 11,650
East JHARKHAND RANCHI RANCHI 11,670
North RAJASTHAN ALWAR FSD DHOLPUR 11,670
North RAJASTHAN UDAIPUR FSD SIROHI ROAD 11,670
South KERALA TRICHUR CHALAKUDI 11,670
North PUNJAB BHATINDA BUDHLADA 11,740
East WEST BENGAL MURSHIDABAD BERHAMPUR 11,800
North RAJASTHAN AJMER FSD MARWAR JN 11,800
Request For Proposal Depot Online System (FCI)
208
North UTTAR PRADESH ALIGARH ETAH1 11,890
South KERALA QUILON QUILON 11,900
North RAJASTHAN JODHPUR FSD JALORE 11,920
West MADHYA PRADESH GWALIOR ASHOKNAGAR FSD 11,920
West CHHATTISGARH RAIPUR NEORA TILDA 11,920
North RAJASTHAN BIKANER FSD CHURU 11,930
North PUNJAB MOGA BAGHAPURANA FSD 12,160
North PUNJAB FARIDKOT MALOUT FSD 12,178
North HARYANA ROHTAK SONEPAT 12,240
North UTTAR PRADESH SITAPUR FSD LAKHIMPUR KHERI 12,240
North RAJASTHAN ALWAR FSD BHARATPUR 12,310
South ANDHRA PRADESH VIJAYWADA KRISHNACANAL 12,310
North PUNJAB CHANDIGARH SIRHIND 12,340
East JHARKHAND DHANBAD JASIDIH 12,500
East ORISSA CUTTACK DHENKANAL 12,500
East ORISSA SAMBALPUR ROURKELA 12,500
NEF ASSAM TEZPUR BINDUKURI 12,500
NEF NAGALAND NAGALAND DIMAPUR 12,500
North HARYANA ROHTAK FSD SAFIDON 12,500
North PUNJAB SANGRUR DHURI6 12,500
North RAJASTHAN KOTA BARAN 12,500
West CHHATTISGARH BILASPUR SAKTI 12,500
NEF NEF TRIPURA DHARAMNAGAR 12,510
North PUNJAB AMRITSAR CHABHAL 12,630
North HARYANA HISSAR TOHANA 12,660
North PUNJAB CHANDIGARH KHAMMANON 12,700
North HARYANA HISSAR BHIWANI 12,790
South KARNATAKA MYSORE MYSORE 12,800
North PUNJAB FEROZPUR FAZILKA 12,920
North HARYANA KURUKSHETRA BG KURUKSHETRA5 12,940
North UTTAR PRADESH KANPUR ETAWAH 13,060
North DELHI SHAKTINAGAR SHAKTINAGAR 13,083
NEF MANIPUR IMPHAL SANGAIPROU 13,090
North UTTAR PRADESH ALIGARH MATHURA 13,100
North RAJASTHAN BIKANER FSD SADULPUR 13,110
North RAJASTHAN BIKANER FSD JHUNJHUNU 13,130
North PUNJAB KAPURTHALA KAPURTHALA 13,150
North RAJASTHAN SRI GANGANAGAR FSD SRIBIJAYANAGAR 13,160
North J & K JAMMU CHATHA 13,200
North PUNJAB SANGRUR MALERKOTLA4 13,300
East ORISSA TITLAGARH KESINGA 13,340
North PUNJAB PATIALA BANUR 13,340
South TELANGANA KARIMNAGAR PEDDAPALLI 13,340
West CHHATTISGARH BILASPUR BISHRAMPUR 13,340
North DELHI NARAINA OKHLA 13,360
North PUNJAB FARIDKOT LAKHEWALI FSD 13,380
South KARNATAKA SHIMOGA GODIKOPPA SHIMOGA 13,380
North RAJASTHAN ALWAR FSD KHERLI 13,400
North PUNJAB BHATINDA RAMPURAPHUL 13,450
North RAJASTHAN AJMER FSD BHILWARA 13,480
Request For Proposal Depot Online System (FCI)
209
North PUNJAB JALLANDHAR APRA 13,590
West CHHATTISGARH BILASPUR KHARSIA 13,640
North UTTAR PRADESH SITAPUR FSD HARDOI 13,680
East JHARKHAND DHANBAD DHANBAD 13,740
East JHARKHAND RANCHI DALTONGANJ 13,740
North PUNJAB LUDHIANA MACHHIWARA 13,740
NEF ASSAM JORHAT CINNAMARA 13,840
West MADHYA PRADESH GWALIOR GWALIOR FSD 13,900
North UTTAR PRADESH SHAHJAHANPUR SHAHJAHANPUR 13,980
West MADHYA PRADESH JABALPUR KATANGI FSD 13,980
NEF ASSAM DIBRUGARH CHAULKHOWA 14,170
North PUNJAB SANGRUR KHANAURI 14,200
North RAJASTHAN AJMER FSD PALI 14,200
North UTTAR PRADESH ALIGARH HATHRAS 14,200
West CHHATTISGARH RAIPUR MAHASAMUND 14,233
North RAJASTHAN ALWAR FSD ALWAR 14,240
North PUNJAB PATIALA SAMANA 14,340
North RAJASTHAN KOTA KESHORAI PATAN 14,370
North PUNJAB BHATINDA MANSA 14,380
East ORISSA BEHRAMPUR JAGANNATHPUR 14,420
North RAJASTHAN AJMER FSD KISHANGARH 14,420
South ANDHRA PRADESH TADEPALLIGUDAM NIDADAVOLE 14,590
South ANDHRA PRADESH TADEPALLIGUDAM AKIVIDU 14,620
East BIHAR SAHRSA SAHARSA 14,640
West CHHATTISGARH BILASPUR NAILA 14,640
North PUNJAB PATIALA DUDHAN 14,690
North UTTAR PRADESH BANDA ATTARA 14,700
North PUNJAB AMRITSAR N PANNUWAN 14,725
West GUJARAT RAJKOT WADHWAN 14,800
North UTTAR PRADESH BULANDSHAHAR BULANDSHAHAR IMALIA 14,840
NEF ASSAM NORTH
LAKHIMPUR NARAYANPUR
15,000
South KARNATAKA RAICHUR RAICHUR 15,000
South KARNATAKA SHIMOGA THAVAREKOPPA 15,000
West MAHARASTRA BORIVILLI BHIWANDI 15,000
West MAHARASTRA GOA MORMUGAO(SADA) 15,000
West MADHYA PRADESH SAGAR TIKAMGARH FSD 15,000
West CHHATTISGARH BILASPUR KARGI ROAD 15,000
West CHHATTISGARH RAIPUR ARJUNI(DTR) 15,000
North PUNJAB FEROZPUR MAKHU 15,105
North PUNJAB HOSHIARPUR MUKERIAN 15,120
North PUNJAB CHANDIGARH CH SAHIB 15,140
North RAJASTHAN JAIPUR FSD SIKAR 15,140
North PUNJAB FEROZPUR TALWANDIBHAI 15,150
North PUNJAB LUDHIANA CHAWAPAIL 15,220
North PUNJAB PATIALA GHANAUR 15,240
North PUNJAB AMRITSAR TARAN TARAN 15,250
North HARYANA HISSAR BARWALA 15,260
South KERALA KOTTYAM CHINGAVANAM 15,320
North PUNJAB MOGA DHARAMKOT FSD 15,450
Request For Proposal Depot Online System (FCI)
210
North PUNJAB SANGRUR MEHALKALAN 15,500
West CHHATTISGARH RAIPUR RAJIM 15,640
NEF ASSAM NOWGONG HOJAI 15,657
North PUNJAB CHANDIGARH KURALI 15,800
North HARYANA HISSAR ELLENABAD 15,860
North PUNJAB JALLANDHAR BANGA 15,890
North PUNJAB FARIDKOT DODA FSD 15,900
North PUNJAB LUDHIANA RSD KHANNA 16,100
North PUNJAB GURDASPUR BATALAII 16,200
North PUNJAB LUDHIANA HATHUR 16,250
West GUJARAT BARODA BARODA 16,250
NEF ASSAM TEZPUR TANGLA 16,280
South KARNATAKA MYSORE NANJANGUD 16,340
South KARNATAKA HUBLI HUBLI(UNKAL) 16,470
East ORISSA BHUBANESWAR KHURDA ROAD 16,480
North PUNJAB KAPURTHALA BHALOT (BHOLATH) 16,500
North RAJASTHAN SRI GANGANAGAR FSD HANUMANGARH I 16,540
North PUNJAB HOSHIARPUR TANDA 16,670
North PUNJAB FEROZPUR ABOHAR 16,725
North PUNJAB SANGRUR BHADAUR1 16,740
North PUNJAB CHANDIGARH SANGHOL 16,780
North PUNJAB CHANDIGARH AMLOH 16,800
North PUNJAB KAPURTHALA KAPURTHALA NEW 16,800
South ANDHRA PRADESH GUNTUR SATENAPALLI 16,960
North PUNJAB BHATINDA SARDULGARH 17,000
North PUNJAB CHANDIGARH CHINARTHAL 17,080
North PUNJAB HOSHIARPUR HOSHIARPUR 17,100
North PUNJAB PATIALA PATRAN 17,140
North HARYANA KARNAL FSD KARNAL 17,228
North HARYANA FARIDABAD PALWAL 17,460
East ORISSA JAYPORE JAYPORE (UMERI) 17,500
North RAJASTHAN BIKANER FSD BIKANER 17,500
North UTTARANCHAL HALDWANI BAZPUR 17,500
East WEST BENGAL PURULIA CHARRAH 17,560
North UTTAR PRADESH FAIZABAD BARABANKI (OLD) 17,560
North HARYANA KURUKSHETRA BG DHAND2 17,640
West MADHYA PRADESH SAGAR NEWARI FSD 18,140
North RAJASTHAN AJMER FSD NAGAUR 18,255
East ORISSA SAMBALPUR HIRAKUD 18,340
North PUNJAB LUDHIANA DORAHA 18,340
North PUNJAB KAPURTHALA SULTANPUR LODHI 18,340
North PUNJAB FEROZPUR ZIRA 18,350
North PUNJAB LUDHIANA KILARAIPUR 18,450
North UTTAR PRADESH BANDA MAHOBA 18,600
South KERALA COCHIN WILLINGDON ISLAND 18,700
North PUNJAB HOSHIARPUR NASARALA 18,930
East WEST BENGAL NADIA BHATJUNGLA 19,500
South TAMIL NADU MADRAS(EGMORE) EGMORE 19,500
North PUNJAB KAPURTHALA PHAGWARA 19,640
North RAJASTHAN JAIPUR FSD BANDIKUI 19,710
Request For Proposal Depot Online System (FCI)
211
North PUNJAB AMRITSAR VALLAH 19,800
East ORISSA BALASORE RANITAL 20,000
East WEST BENGAL HOOGHLY DANKUNI 20,000
NEF ASSAM SILCHAR RAMNAGAR 20,000
North HARYANA FARIDABAD FARIDABAD 20,000
North PUNJAB LUDHIANA GOBINDGARH (SILO) 20,000
North PUNJAB LUDHIANA JAGRAON(SILO) 20,000
North PUNJAB MOGA MOGA (SILO) 20,000
North RAJASTHAN JODHPUR FSD POKRAN 20,000
North UTTAR PRADESH LUCKNOW LUCKNOW(SILO) 20,000
South ANDHRA PRADESH KAKINADA BICCAVOLE 20,000
South KERALA ALLEPPY MAVELIKARA 20,000
South KARNATAKA HUBLI BELGAUM 20,000
South KARNATAKA MYSORE TUMKUR 20,000
West GUJARAT RAJKOT BHAVNAGAR 20,000
West GUJARAT RAJKOT GHANTESHWAR(RAJKOT
) 20,000
North J & K JAMMU NEW GODOWN JAMMU 20,020
West MADHYA PRADESH JABALPUR BALAGHAT FSD 20,310
North PUNJAB SANGRUR SUNAM 20,420
North HARYANA HISSAR BHATTU 20,600
North PUNJAB FARIDKOT BARIWALA FSD 20,600
South ANDHRA PRADESH TADEPALLIGUDAM BHIMAVARAM 20,800
North PUNJAB BHATINDA TALWANDI SABOO 21,000
North HARYANA KURUKSHETRA FSD PEHOWA 21,090
North PUNJAB JALLANDHAR JALLANDHAR 21,160
East WEST BENGAL WEST DINAJPUR BUNIADPUR 21,200
North PUNJAB GURDASPUR GURDASPUR 21,420
North HARYANA HISSAR KALANWALI 21,440
West MADHYA PRADESH UJJAIN UJJAIN FSD 21,480
North HARYANA KURUKSHETRA GULHA CHEEKA 22,180
East BIHAR PATNA DIGHAGHAT 22,310
North PUNJAB AMRITSAR BHARARIWAL 22,465
North PUNJAB HOSHIARPUR DASUYA 22,470
North HARYANA HISSAR HISSAR 22,480
North PUNJAB SANGRUR SANGRUR1 22,500
North PUNJAB HOSHIARPUR BALACHAUR 22,520
North RAJASTHAN KOTA BUNDI 22,650
North PUNJAB LUDHIANA MALOUD 23,320
West CHHATTISGARH RAIPUR NEORA (NC) 23,640
West MADHYA PRADESH BHOPAL BHOPAL FGD 23,750
North RAJASTHAN JAIPUR FSD NEWAI 23,840
North PUNJAB LUDHIANA LUDHIANA GILL ROAD 23,900
North HARYANA HISSAR FATEHABAD 23,960
South TELANGANA KARIMNAGAR MANCHERIAL 24,040
South KERALA CALICUT WEST HILL CALICUT 24,160
East ORISSA TITLAGARH DUNGURIPALLI 24,170
North UTTAR PRADESH AGRA SHIKHOABAD 24,210
North HARYANA HISSAR SIRSA (FSD) 24,460
East WEST BENGAL BANKURA BIKNA 24,480
Request For Proposal Depot Online System (FCI)
212
North UTTAR PRADESH SITAPUR SITAPUR FSD 24,600
South ANDHRA PRADESH VISHAKHAPATNAM VIZAG PORT 24,816
South ANDHRA PRADESH SRIKAKULAM AMDALAVALASA 24,880
East BIHAR MUZAFFARPUR NARAINPUR ANANT 25,000
East BIHAR PATNA BUXAR 25,000
North PUNJAB FEROZPUR GURUHARSAHAI 25,000
North UTTAR PRADESH BAREILLY PARSAKHERA 25,000
South TAMIL NADU COIMBTORE SALEM 25,000
East WEST BENGAL DURGAPUR DURGAPUR 25,060
West CHHATTISGARH RAIPUR RAIPUR 25,090
North HARYANA HISSAR DABWALI 25,600
North RAJASTHAN JODHPUR FSD BARMER 25,640
West GUJARAT BARODA GODHRA 25,785
North PUNJAB SANGRUR MALERKOTLA1 25,812
North UTTAR PRADESH BULANDSHAHAR CHANDPUR ROAD 25,840
North UTTAR PRADESH JHANSI JHANSI 26,020
North PUNJAB FEROZPUR JALALABAD 26,100
East WEST BENGAL MALDA MANGALBARI 26,400
North HARYANA ROHTAK GOHANA 26,410
North PUNJAB GURDASPUR DHARIWAL 26,440
South ANDHRA PRADESH KURNOOL TIMMANCHARILA 26,480
North RAJASTHAN JAIPUR FSD GANDHINAGAR
JAIPUR 26,780
North PUNJAB SANGRUR AHMEDGARH 26,920
North UTTAR PRADESH AZAMGARH FSDAZAMGARH 26,920
South ANDHRA PRADESH TADEPALLIGUDAM ELURU 27,030
North RAJASTHAN JODHPUR FSD JODHPUR 27,980
North UTTAR PRADESH AGRA MAINPURI 28,000
North PUNJAB FARIDKOT FARIDKOT FSD 28,356
North HARYANA ROHTAK ROHTAK 28,820
North PUNJAB PATIALA NABHA 29,000
South KERALA MAZAHAPPOALANG
AD PAYYANNUR
29,000
West MAHARASTRA POONA PUNE 29,100
North UTTAR PRADESH MORADABAD MORADABAD 29,210
North PUNJAB AMRITSAR RAYYA 29,475
North PUNJAB PATIALA PATIALA FSD 29,600
North HARYANA KARNAL CAP TARAORI 30,000
North HARYANA KURUKSHETRA BG KURUKSHETRA 30,000
South ANDHRA PRADESH GUNTUR ONGOLE 30,000
South KERALA QUILON KARUNGAPALLY 30,000
West GUJARAT RAJKOT JAMNAGAR 30,000
West MAHARASTRA NAGPUR GONDIA 30,000
West GUJARAT SABARMATI PALANPUR 30,480
NEF ASSAM GUWAHATI NEW GUWAHATI 31,060
North PUNJAB LUDHIANA JAGRAON 31,150
South ANDHRA PRADESH KAKINADA KAKINADA 31,610
North PUNJAB LUDHIANA JAMALPUR 31,950
West MAHARASTRA POONA SOLAPUR 32,000
North RAJASTHAN UDAIPUR FSD CHANDERIA 32,020
North PUNJAB GURDASPUR BATALAI 32,300
Request For Proposal Depot Online System (FCI)
213
North PUNJAB SANGRUR BARNALA2 32,400
North UTTAR PRADESH HAPUR PARTAPUR 32,730
South TAMIL NADU CUDDALORE(POND
ICHERR T.V.KOIL
33,460
North HARYANA KARNAL FSD TARAORI 33,560
North PUNJAB GURDASPUR PATHANKOT 33,570
North UTTAR PRADESH JHANSI ORAI 33,980
South TAMIL NADU TUTICORIN THOOTHUKKUDI 34,600
South KARNATAKA HUBLI BOMMAPUR 35,000
South ANDHRA PRADESH VISHAKHAPATNAM VIZAG 35,026
West CHHATTISGARH BILASPUR BILASPUR 35,120
North PUNJAB SANGRUR SANGRUR2 35,350
South KERALA TRIVANDRUM VAILATHURA TVM 35,690
North PUNJAB FARIDKOT KOTKAPURA FSD 35,760
East WEST BENGAL MIDNAPUR MIDNAPUR 35,780
South KERALA TRIVANDRUM KAZHAKUTTAM 36,136
North RAJASTHAN ALWAR CAP ALWAR 36,295
North UTTAR PRADESH GORAKHPUR GORAKHPUR 36,808
North RAJASTHAN KOTA SHIVPURA(KOTA) 38,230
North UTTAR PRADESH FAIZABAD FAIZABAD 39,230
North PUNJAB SANGRUR BARNALA1 39,600
East ORISSA SAMBALPUR BALIJHARI 40,000
North HARYANA KARNAL CAP GHARAUNDA 40,000
South KERALA COCHIN ANGAMALI 40,000
North PUNJAB AMRITSAR JANDIALA 40,200
North PUNJAB LUDHIANA KHANNA 41,252
North UTTAR PRADESH BAREILLY BAREILLY 41,910
North PUNJAB BHATINDA BHATINDA 42,110
East WEST BENGAL BIRBHUM ABDARPUR 42,680
North RAJASTHAN UDAIPUR FSD UDAIPUR 43,290
North UTTAR PRADESH VARANASI VYASNAGAR 43,590
North HARYANA KARNAL CAP HEMDA KARNAL 45,000
South ANDHRA PRADESH NELLORE KAKUTUR 45,000
South KERALA CALICUT THIKKODI 45,000
North PUNJAB JALLANDHAR NAWANSHAHAR 45,280
South KARNATAKA RAICHUR BELLARY 45,500
North RAJASTHAN AJMER FSD AJMER 45,960
North RAJASTHAN SRI GANGANAGAR FSD HANUMANGARH II 47,180
South ANDHRA PRADESH KAKINADA DOWLESWARAM 50,000
West GUJARAT PO KANDLA GANDHIDHAM (FSD) 50,000
West GUJARAT SABARMATI VIRAMGAM 50,120
East BIHAR PATNA MOKAMEH 51,000
North UTTARANCHAL HALDWANI RUDRAPUR 51,040
East BIHAR PATNA PHULWARISHARIF 51,400
North UTTAR PRADESH LUCKNOW TALKATORA 51,730
South KARNATAKA BANGLORE BANGALORE KR PURAM 52,090
South TAMIL NADU COIMBTORE COIMBATORE 52,700
South TELANGANA SANATHNAGAR SANATHNAGAR 53,375
North HARYANA FARIDABAD FARIDABAD 53,940
West CHHATTISGARH DURG DURG 53,950
Request For Proposal Depot Online System (FCI)
214
South KERALA TRICHUR MULAKUNATHUKAVU 54,710
West GUJARAT BARODA BHOMAIYA 55,000
East BIHAR GAYA GAYA 55,760
North UTTAR PRADESH BULANDSHAHAR LALPUR 55,800
North DELHI SHAKTINAGAR NARELA 57,230
North HARYANA HISSAR SIRSA(BG) 58,540
North PUNJAB MOGA MOGA FSD 59,010
South TAMIL NADU VELLORE ARAKONAM 59,260
South ANDHRA PRADESH VIJAYWADA GUDIVADA 60,000
South TELANGANA KHAMMAM BSC KHAMMAM 60,000
North UTTAR PRADESH GONDA GONDA 61,900
North UTTAR PRADESH AGRA AGRA 62,240
North UTTAR PRADESH ALLAHBAD FSD NAINI(ALLAHABAD) 62,880
South TAMIL NADU VELLORE SEVOOR 65,000
North HARYANA KARNAL BG PANIPAT 68,340
North RAJASTHAN KOTA SAWAIMADHOPUR 68,620
North DELHI NARAINA NARAINA 69,163
North UTTAR PRADESH HAPUR HAPUR 69,448
North HARYANA KURUKSHETRA BG DHAND 70,000
West CHHATTISGARH DURG RAJNANDGAON 71,625
North HARYANA KURUKSHETRA CAP PIPLI 73,030
East WEST BENGAL SILIGURI CSD DABGRAM 73,300
North UTTAR PRADESH VARANASI VARANASI 73,340
East WEST BENGAL CALCUTTA NPD OJM BUDGE BUDGE 73,550
North UTTAR PRADESH LUCKNOW RAIBAREILLY 75,000
South KERALA PALGHAT OLAVAKKOT 75,740
North PUNJAB SANGRUR DHURI BC2 75,940
West MAHARASTRA NAGPUR NAGPUR 77,698
North UTTAR PRADESH ALIGARH KOSIKALAN 78,100
North UTTAR PRADESH FAIZABAD BARABANKI (NEW) 79,000
East WEST BENGAL BANKURA ADRA 80,000
South ANDHRA PRADESH TADEPALLIGUDAM PENNADA 80,000
South TELANGANA KARIMNAGAR JAMMIKUNTA 80,000
South TELANGANA NALGONDA BSC NALGONDA 80,000
West GUJARAT SABARMATI SABARMATI 82,620
North UTTAR PRADESH SHAHJAHANPUR ROZA 85,000
South KARNATAKA BANGLORE WHITEFIELD 85,616
North UTTAR PRADESH ALIGARH HARDUAGANJ 86,850
South TELANGANA WARANGAL FSD KAZIPET 88,340
West MAHARASTRA PANVEL PANVEL 91,700
West GUJARAT PO KANDLA GANDHIDHAM (SPG) 93,360
South ANDHRA PRADESH KAKINADA SAMALKOT 95,000
North HARYANA ROHTAK BG NARWANA 98,840
South ANDHRA PRADESH VIJAYWADA NIZAVIDU 100,000
West MADHYA PRADESH BHOPAL ITARSI BSC 103,500
North DELHI SHAKTINAGAR GHEVRA 103,630
South TELANGANA NALGONDA BSC MIRYALGUDA 106,540
North RAJASTHAN KOTA BC SAWAIMADHOPUR 110,000
South TAMIL NADU COIMBTORE PEELAMEDU 110,000
North PUNJAB PATIALA RAJPURA(NEW) 110,680
Request For Proposal Depot Online System (FCI)
215
South TELANGANA MAHABOOBNAGAR FCI BSD CHERLAPALLY 111,615
North UTTAR PRADESH MORADABAD DHAMORA 115,000
East WEST BENGAL CALCUTTA NPD KALYANI 117,380
South ANDHRA PRADESH KURNOOL ANANTAPUR (Z.PALLI) 120,000
North PUNJAB PATIALA BC PATIALA 120,180
North PUNJAB FARIDKOT KOTKAPURA BG 121,750
West CHHATTISGARH RAIPUR MANDIR HASAUD 125,000
North PUNJAB HOSHIARPUR TANDA NEW 129,600
West MAHARASTRA BORIVILLI BORIVILLI 134,352
North PUNJAB FARIDKOT MALOUT BG 141,300
South TAMIL NADU MADRAS(EGMORE) AVADI 144,090
North UTTAR PRADESH KANPUR CHANDARI KANPUR 149,880
East WEST BENGAL CALCUTTA PORT J J P 154,974
North PUNJAB LUDHIANA SAHNEWAL 157,850
West MAHARASTRA NAGPUR WARDHA 158,760
West MAHARASTRA MANMAD MANMAD 337,993
Request For Proposal Depot Online System (FCI)
216
Details of region wise status of existing Broadband/Wi-fi/WLAN connectivity
Following are details which are currently available, however vendor shall conduct its own study for assessing
the current status.
Request For Proposal Depot Online System (FCI)
217
End of Document