FOOD CORPORATION OF INDIA ZONAL OFFICE (WEST) 2ND...

42
ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014 dated 19.10.2015 FOOD CORPORATION OF INDIA ZONAL OFFICE (WEST) 2 ND FLOOR, RAJENDRA NAGAR, DATTAPADA ROAD, BORIVALI (EAST), MUMBAI – 400 066 LIMITED e-TENDER Food Corporation of India invites Limited Bid enquiries through e- Tendering for Supply, Installation, Testing, Commissioning and Maintenance of CCTV surveillance system at warehouse/Depots of Food Corporation of India which are specified in Annexure VI, from CPSUs listed below: List of CPSUs: 1. M/s Broadcasting Engineering Consultants India Ltd., New Delhi. 2. M/s Electronics Corporation of India Ltd., New Delhi 3. M/s Bharat Electronics Limited, Bangalore. 4. M/s ITI Ltd. New Delhi. 5. M/s Telecommunications Consultants India Ltd., New Delhi 6. M/s Central Electronics Ltd., Sahibabad, UP.

Transcript of FOOD CORPORATION OF INDIA ZONAL OFFICE (WEST) 2ND...

Page 1: FOOD CORPORATION OF INDIA ZONAL OFFICE (WEST) 2ND …fci.gov.in/app2/webroot/upload/tenders/CCTVTenderWZ0911.pdf · ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014

ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014 dated 19.10.2015

FOOD CORPORATION OF INDIA

ZONAL OFFICE (WEST)

2ND FLOOR, RAJENDRA NAGAR, DATTAPADA ROAD, BORIVALI (EAST), MUMBAI – 400 066

LIMITED e-TENDER

Food Corporation of India invites Limited Bid enquiries through e-Tendering for Supply, Installation, Testing, Commissioning and Maintenance of CCTV surveillance system at warehouse/Depots of Food Corporation of India

which are specified in Annexure VI, from CPSUs listed below:

List of CPSUs:

1. M/s Broadcasting Engineering Consultants India Ltd., New Delhi.

2. M/s Electronics Corporation of India Ltd., New Delhi

3. M/s Bharat Electronics Limited, Bangalore.

4. M/s ITI Ltd. New Delhi.

5. M/s Telecommunications Consultants India Ltd., New Delhi

6. M/s Central Electronics Ltd., Sahibabad, UP.

Page 2: FOOD CORPORATION OF INDIA ZONAL OFFICE (WEST) 2ND …fci.gov.in/app2/webroot/upload/tenders/CCTVTenderWZ0911.pdf · ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014

ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014 dated 19.10.2015

DISCLAIMER

Food Corporation of India (FCI) invites Tender for supply, installation, testing, commissioning and maintenance of CCTV surveillance system at Warehouse/Depots of Food Corporation of India (FCI) which are listed in

Annexure VI.

This document has been prepared on the basis of information available with the

CORPORATION and other publicly available documents which CORPORATION

believes to be reliable. The sole objective of this Bid document is to solicit Techno-

commercial offers from interested parties. While this document has been

prepared in good faith, no representation or warranty, express or implied, is or

will be made, and no responsibility or liability will be accepted by the

CORPORATION or any of their employees, advisors or agents as to or in relation

to the accuracy or completeness of this document and any liability thereof is

hereby expressly disclaimed. Interested Parties may carry out their own

study/site visit(s)/analysis/ investigation as required before submitting their

Techno commercial proposals.

This document does not constitute an offer or invitation, or solicitation of an

offer, nor does this document or anything contained herein, shall form a basis of

any contract or commitment whatsoever. The Corporation may in its absolute

discretion, but without being under any obligation to do so, update, amend or

supplement the information in this Bid document. By downloading the

document, the interested party is subjected to the confidentiality clauses.

Page 3: FOOD CORPORATION OF INDIA ZONAL OFFICE (WEST) 2ND …fci.gov.in/app2/webroot/upload/tenders/CCTVTenderWZ0911.pdf · ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014

ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014 dated 19.10.2015

INDEX

Sr. No. Name of the Content Page No.

From TO

1 Notice Inviting Tender 4 7

2 Section–I General Instructions , Terms And Conditions

8 14

3. Section –II Terms And Conditions Governing The Contract

15 22

4. Section -III

Scope Of work 23 26

5. Section –IV (Technical Bid, Price bid) Pro-forma for compliance of Technical specifications (Annexure –I)

27 29

6. Pro-forma for Price bid (Annexure –II)

30 31

7. Pro-forma for Agreement

( Annexure –III)

32 32

8. Pro-forma for Performance Bank Guarantee (Annexure-IV)

33 35

9. Undertaking for unconditional acceptance of terms and conditions of the tender document

(Annexure-V)

36 37

10. List of warehouse/Depots ( Annexure VI) 38 42

Page 4: FOOD CORPORATION OF INDIA ZONAL OFFICE (WEST) 2ND …fci.gov.in/app2/webroot/upload/tenders/CCTVTenderWZ0911.pdf · ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014

ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014 dated 19.10.2015

NOTICE INVITING LIMITED E-TENDER

Bid Notification No.: Sec/CCTV Performance Report/WZ/2014 Dated: 09.11.2015 “THROUGH LIMITED TENDER PROCESS”

I. Food Corporation of India (FCI) invites Bid enquiries through e-tendering from six CPSUs

listed at point no. 2.0 below, for supply, installation, testing, commissioning and maintenance of CCTV surveillance system at warehouse/Depots of Food Corporation of India (FCI) mentioned at Annexure VI.

Items Details

Scope of work For Supply, Installation, Testing,

Commissioning And Maintenance of CCTV surveillance system at warehouse/Depots of Food Corporation of India (FCI) and as detailed in Section – III

Tender Type Limited e-tendering under two bid system.

Tender Notice Tender document shall be available at /downloaded from www.fciweb.nic.in & eprocure.gov.in

Estimated Value of the Contract Rs 5.12 Crore [Rs Five Crore and twelve lakh only]

Earnest Money Deposit Rs 10.00 Lakhs [Rs Ten Lakh only] through Electronic Clearing System(ECS)

Pre-bid Meeting 17-11-2015 (11 AM)

Schedule of Bid Submission

Last date and time for submission of Technical & Price bids

30-11- 2015

(up to 3 pm)

Date and time for opening of the Technical bid

30-11- 2015

(3:30 pm)

Date and time for opening of the Price bid

Will be intimated later

Bid validity period 60 days [+ 30 days] from the bid opening date

Page 5: FOOD CORPORATION OF INDIA ZONAL OFFICE (WEST) 2ND …fci.gov.in/app2/webroot/upload/tenders/CCTVTenderWZ0911.pdf · ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014

ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014 dated 19.10.2015

Note:

1. FCI is using services of e-Procurement platform of CPP Portal for the

purpose of this tender. The Bidders who wish to participate in the e-Tender shall have to register themselves in the e-Procurement platform

https://eprocure.gov.in/eprocure/app which is free and shall complete necessary formalities as prescribed.

2. The Bidders may contact CPP Portal help line , with regard to technical

issues relating to functioning of their e-Procurement platform or any doubts regarding online submission of Tender document may contact toll

free number : 1800 233 7315.

3. The Tender Document and other detailed terms & conditions are available

in the Food Corporation of India website www.fciweb.nic.in (for reference only) as well as at https://eprocure.gov.in/eprocure/app (for reference and online tendering).

4. The bid can only be submitted online after uploading all the mandatory document(s)/appendices of tender, as specified. Bidder shall upload all

the document(s) duly signed in the form of JPG format and/or PDF format. All the supporting documents shall be duly signed, scanned &

uploaded by the bidder accurately in a legible format. Any alterations/over-writing should be duly signed by the authorized signatory. Corporation may call for original document(s) for verification

purpose(s) at any point of time.

5. Bid(s) not accompanied by duly signed mandatory document(s) shall not

be accepted. Bid(s) which do not comply given instructions shall be summarily rejected.

6. Tender shall be electronically submitted (on-line through internet) within

the prescribed date and time as mentioned in the Tender document and

e-Procurement portal.

7. After opening of the bid, the BIDDERS‟ can login and see the bidding

process & the bidder will receive the competitor bid sheet.

8. Complete Tenders under TWO BID SYSTEM to be received ONLY on CPP

Portal, website „https://eprocure.gov.in/eprocure/app‟, at the fixed time and the date as indicated above. The Bidder will be at liberty to be present either in person or through an authorized representative at the

time of opening of the Bid.

Page 6: FOOD CORPORATION OF INDIA ZONAL OFFICE (WEST) 2ND …fci.gov.in/app2/webroot/upload/tenders/CCTVTenderWZ0911.pdf · ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014

ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014 dated 19.10.2015

9. Bidders are advised to follow the instructions provided in the „Instructions

to the Bidders for the e-submission of the tenders online through the Central Public Procurement Portal for e-Procurement at

„https://eprocure.gov.in/eprocure/app‟.

10. Bank details of FCI ,ZO, Mumbai for remitting EMD:

Name of Bank : STATE BANK OF INDIA, BORIVALI (EAST) IFSC Code : SBIN0004666

Account No : 00000010816217209

Type of A/C : Cash Credit Account

11. Food Corporation of India reserves the right to reject any or all the tenders and / or cancel the Tender enquiry at any stage without assigning

any reason.

12. No negotiations will be entertained with any of the bidder(s).

Page 7: FOOD CORPORATION OF INDIA ZONAL OFFICE (WEST) 2ND …fci.gov.in/app2/webroot/upload/tenders/CCTVTenderWZ0911.pdf · ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014

ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014 dated 19.10.2015

II. Following documents duly signed and scanned to be uploaded along with Technical bid:

1. Authorization letter/Resolution from the Competent Authority/Board of

Directors‟ in favor of the officer signing the bid declaring him/her as Authorized Signatory

2. Compliance of Technical specifications i.e. Annexure –I of Section IV

duly signed by authorized signatory.

3. Undertaking For Unconditional Acceptance of Terms & Conditions of the Tender Document as per Annexure-V of Section IV duly signed by the

authorized signatory 4. One copy of Cancelled Cheque as a reference for e-payment by the

Corporation 5. Proof of remittance of EMD.

III. Price bid as per Annexure-II of Section IV of the tender should be uploaded in the prescribed format.

IV. The Tenders will be opened in Zonal Office(W), Food Corporation of India, 2nd Floor,

Rajendra Nagar, Dattapada Road, Borivali, Mumbai – 400 066 on the date and time as

mentioned in Tender, in the presence of bidders‟ representatives who wish to be present at their own cost.

1. In case the day for opening of Tender becomes holiday, the Tenders will

be opened at the same specified time on next working day. Further, in case of any change of venue, date & time, the same will be intimated

separately. Bidder shall submit the Bid in accordance with clause no. 9 of Section-I of Bid Document.

2. Corporation reserves the right to extend the last date and time for

submission of filled Bid.

Executive Director (West Zone), Food Corporation of India, 2nd Floor, Rajendra Nagar,

Dattapada Road, Borivali (East),

Mumbai – 400 066

Tel: 022 – 28702171 022-28707084

Email ID: [email protected]

Page 8: FOOD CORPORATION OF INDIA ZONAL OFFICE (WEST) 2ND …fci.gov.in/app2/webroot/upload/tenders/CCTVTenderWZ0911.pdf · ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014

8

SECTION–I

GENERAL INSTRUCTIONS, TERMS AND CONDITIONS

1. COMPANY PROFILE

The Food Corporation of India was setup under the Food Corporation's Act 1964 in order to fulfill following objectives of the Food Policy: (i) Effective price support operations for safeguarding the interests of the farmers. (ii) Distribution

of food-grains throughout the country for public distribution system & (iii) Maintaining satisfactory level of operational and buffer stocks of food-grains to

ensure National Food Security.

2. OBJECTIVE OF CONTRACT

To ensure uninterrupted, effective, clear and proper capturing of video images of identified locations for the designated depot premises, so as to have continuous display/storage of such image/data and its retrieval as and when required for

effective security surveillance.

3. SCOPE OF WORK

1. Supply, Installation, Testing, Commissioning and Maintenance of CCTV surveillance system at warehouse/Depots of Food Corporation of India (FCI)

which are listed in Annexure VI of this bid document as per the technical specifications mentioned herein. However, the number of CCTVs to be installed may be increased/ decreased at the discretion of the FCI depending

upon the operational/site requirement. Please refer Section –III of the tender for detailed scope of work.

2. The scope of the proposal shall be on the basis of a single Bidder's

responsibility, completely covering all the works as specified under the scope of work mentioned in the Bid Documents. Bids not covering the entire Scope of Work shall be treated as incomplete and shall be rejected.

4. PLACE OF WORK

Warehouse/Depots of Food Corporation of India, as per the list given at

Annexure -VI of Section-IV.

5. PERIOD OF CONTRACT:

The entire CCTV System shall be under comprehensive onsite warranty for a

period of (01) one year from the date of successful commissioning of CCTV

surveillance system. Thereafter the CCTV System shall be under comprehensive

onsite Annual Maintenance Contract (AMC) for a period of (04) four years

commencing from the date of completion of warranty period.

Page 9: FOOD CORPORATION OF INDIA ZONAL OFFICE (WEST) 2ND …fci.gov.in/app2/webroot/upload/tenders/CCTVTenderWZ0911.pdf · ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014

9

6. DUE DILIGENCE

The Bidder is expected to examine all instructions, forms, terms, conditions and specifications in this Bid document. Bid shall be deemed

to have been made after inspection of various sites and careful study and examination of this document with full understanding of its implications. The Bid should be precise, complete and strictly in the prescribed format

as per the requirement of this tender. Failure to furnish all information required by this bid document or submission of a Bid not as per this

document will be at the bidder‟s risk and shall result in rejection of the Bid and the decision of the Corporation in this regard will be final, conclusive and binding.

7. AUTHORIZED SIGNATORY

7.1 Persons signing the tender shall have the authority/authorization by way of Board Resolution/Authorization Letter of competent authority

and shall state in what capacity he/she or they is / are signing the tender e.g. as a Secretary/Manager/Director etc., of a Central Public

Sector Unit. Bid should be signed by authorized officer and shall affix the Seal of the CPSU.

7.2 The bidders shall authorize a person(s) who will be responsible for the

management and control of the work relating to the contract during the tenure of the contract. The person so authorized shall be deemed to have power of attorney from the bidders in respect of the contract

and whose act shall be binding on the bidders.

8. ESTIMATED VALUE OF THE CONTRACT, EARNEST MONEY DEPOSIT(EMD) &

PERFOMANCE BANK GUARANTEE (PBG)

8.1 The estimated value of the contract is Rs 5.12 Crore [Rs Five Crore and twelve lakh only].

8.2 Each tender must be accompanied by an Earnest Money Deposit of

Rs 10,00,000/- [Rs Ten Lakh only] through Electronic Clearing

System(ECS) in favour of “Food Corporation of India”, Mumbai [State Bank of India, Borivali(East) (Account No.

00000010816217209 IFSC Code: SBIN0004666)].

8.3 The bidder shall be permitted to bid on the express condition that in

case he resiles or modifies his offer, or terms & conditions thereof, after submitting his tender, for him/her is found to be incorrect or false, the Earnest Money Deposited by him shall stand forfeited,

without prejudice to any other rights and remedies of the Corporation

Page 10: FOOD CORPORATION OF INDIA ZONAL OFFICE (WEST) 2ND …fci.gov.in/app2/webroot/upload/tenders/CCTVTenderWZ0911.pdf · ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014

10

under the Contract and Law, and the Bidder will be liable for any loss

suffered by the Corporation on account of its withdrawal/modification etc. besides forfeiture of EMD. He will also be debarred for participating in any other Tender Enquiry with FCI

for a period of three years.

8.4 The Earnest Money shall be returned to all technically disqualified

bidders within a period of 15 (fifteen) days from the date of their technical disqualification. In case of other unsuccessful bidders, EMD shall be returned within a period of 15 (fifteen) days from the

date of opening of price bid(s). The EMD in case of the successful bidder shall be returned within 15 (fifteen) days from the date of submission of Performance Bank Guarantee (PBG). No interest,

whatsoever, shall be payable on the EMD.

8.5 The successful Bidder shall have to submit a performance bank guarantee as per Annexure-IV from a Scheduled bank in India equivalent to 15% of the actual tendered value. This will be

submitted within 30 (thirty) days from the date of issuance of acceptance letter by the Corporation and shall remain valid for the

entire contract period, including the extended period (if any), plus for a period of 90 (ninety) days after the expiry of the contract period. In case of failure of the successful bidder to furnish the PBG within the

prescribed time-frame, EMD is liable to be forfeited, without prejudice to any other rights and remedies of the Corporation under the Contract and Law, and the Bidder will be liable for any loss suffered

by the Corporation on this account. The bidder shall also be debarred from participating in any other Tender Enquiry with FCI for a period

of three years.

8.6 All incidental charges whatsoever such as premium; commission etc. with respect to the performance bank guarantee (PBG) shall be borne

by the bidder. If the project implementation period is delayed, the PBG shall be extended by the bidder for such additional duration. The performance bank guarantee may be discharged/ returned by

FOOD CORPORATION OF INDIA upon being satisfied that there has been due performance of the obligations of the bidder under the agreement. However, no interest shall be payable on the performance

bank guarantee.

8.7 In the event of the bidder being unable to service the agreement for

whatever reason, FOOD CORPORATION OF INDIA would invoke the PBG. Notwithstanding and without prejudice to any rights whatsoever of FOOD CORPORATION OF INDIA under the agreement

in the matter, the proceeds of the PBG shall be payable to FOOD CORPORATION OF INDIA as compensation resulting out of the

bidder‟s failure to perform/comply its obligations under the

Page 11: FOOD CORPORATION OF INDIA ZONAL OFFICE (WEST) 2ND …fci.gov.in/app2/webroot/upload/tenders/CCTVTenderWZ0911.pdf · ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014

11

agreement. FOOD CORPORATION OF INDIA shall notify the bidder

in writing of the exercise of its right to receive such compensation within 15 (Fifteen) days, indicating the contractual obligation(s) for which the bidder is in default.

8.8 The Performance Bank Guarantee would be invoked by the Corporation under the following conditions:-

i) The Bidder fails to conform to the terms and conditions of the tender document to the complete satisfaction of the Corporation.

ii) The Bidder fails to maintain strict confidentiality of all the

documents, information, data coming in possession of the Bidder

as a result of awarding the contract and also any oral, written or other information disclosed for evaluation or for any other purposes.

9. BIDDING PROCESS

9.1 Bidders are advised to study the Bid Document carefully.

Submission of the Bid will be deemed to have been done after careful study and examination of all instructions, terms and required specifications in the tender document with full understanding of its

implications. Bids not complying with all the given clauses in this tender document are liable to be rejected. Failure to furnish all

information required in the tender Document or submission of a bid not substantially responsive to the tender document in all respects will be at the bidder‟s risk and may result in the rejection of the bid.

9.2 FCI is using services of e-Procurement platform of CPP Portal for the purpose of this tender. The Bidders who wish to participate in the e-Tender shall have to register themselves in the e-Procurement

platform https://eprocure.gov.in/eprocure/app which is free and shall complete necessary formalities as prescribed.

9.3 The Bidders may contact CPP Portal help line , with regard to technical issues relating to functioning of their e-Procurement

platform or any doubts regarding online submission of Tender document may contact toll free number : 1800 233 7315.

9.4 The Tender Document and other detailed terms & conditions are available in the Food Corporation of India website www.fciweb.nic.in

(for reference only) as well as at https://eprocure.gov.in/eprocure/app (for reference and online tendering).

Page 12: FOOD CORPORATION OF INDIA ZONAL OFFICE (WEST) 2ND …fci.gov.in/app2/webroot/upload/tenders/CCTVTenderWZ0911.pdf · ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014

12

9.5 The bid can only be submitted online after uploading all the

mandatory document(s)/appendices of tender, as specified. Bidder shall upload all the document(s) duly signed in the form of JPG format and/or PDF format. All the supporting documents shall be

duly signed, scanned & uploaded by the bidder accurately in a legible format. Any alterations/over-writing should be duly signed by

the authorized signatory. Corporation may call for original document(s) for verification purpose(s) at any point of time.

9.6 Bid(s) not accompanied by duly signed mandatory document(s) shall not be accepted. Bid(s) which do not comply given instructions shall

be summarily rejected.

9.7 Tender shall be electronically submitted (on-line) within the

prescribed date and time as mentioned in the Tender document and e-Procurement portal.

9.8 After opening of the bid, the BIDDERS‟ can login and see the details of bidding & the bidder will receive the competitor bid sheet.

9.9 Complete Tenders under TWO BID SYSTEM to be received ONLY on

CPP Portal, website „https://eprocure.gov.in/eprocure/app‟, at the

fixed time and the date as indicated above. The Bidder will be at liberty to be present either in person or through an authorized

representative at the time of opening of the Bid.

9.10 Bidders are advised to follow the instructions provided in the

„Instructions to the Bidders for the e-submission of the tenders online through the Central Public Procurement Portal for e-Procurement at „https://eprocure.gov.in/eprocure/app‟.

9.11 Food Corporation of India reserves the right to reject any or all the

tenders and / or cancel the Tender enquiry at any stage without assigning any reason.

9.12 No negotiation will be entertained with any of the bidder(s).

10. MODIFICATION AND WITHDRAWAL OF BIDS

No Bid can be withdrawn or modified in the interval between the Bid submission deadline and the expiration of the Bid validity period specified

in Bid documents. Withdrawal or modification of a Bid during this interval shall result in Bidder‟s forfeiture of its EMD.

Page 13: FOOD CORPORATION OF INDIA ZONAL OFFICE (WEST) 2ND …fci.gov.in/app2/webroot/upload/tenders/CCTVTenderWZ0911.pdf · ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014

13

11. BID OPENING AND EVALUATION

11.1 The Corporation will open Technical Bid in the presence of Bidder‟s

representatives who choose to attend the opening at the time, on the date and at the place specified in the bid at their own cost.

Bidder‟s representatives shall sign a register as a proof of their attendance. In the event of the specified date for the opening of tenders being declared holiday for the FCI, the Tenders will be

opened at appointed time on the next working day.

11.2 Prior to the detailed evaluation, the Corporation will determine

whether each Bid is prima facie complete and is substantially responsive to the bidding documents. For purposes of this

determination, a substantially responsive Bid is one that conforms to all the terms, conditions and specifications of the bidding documents.

11.3 Bids with any deviations, objections to or reservations on provision of terms and conditions of tender will be treated as non-responsive.

12. ACCEPTANCE OF BIDS

12.1 The Executive Director, Zonal Office (West), Mumbai for and on behalf of the Corporation reserves the right to reject any or all the bids, without assigning any reasons thereof and does not bind

himself to accept the lowest or any other tender. When a Bid is accepted, the successful Bidder will be advised for the acceptance of

his Bid by a letter as formal „Acceptance of bid‟.

12.2 The Corporation reserves the right to award the work for all items of

schedule or anyone/few of them by dropping the rest of items of schedule of operations for which rates are called for herein. The decision of the Executive Director, Zonal Office (West), Mumbai, shall

be final and binding on the bidder.

13. VALIDITY OF THE BID

13.1 The Bid should be kept valid for a period of 60 days from the date

set for opening of Technical Tenders.

13.2 In exceptional circumstances, prior to expiry of the original Bid

validity period, the Corporation, at its discretion, may extend the validity period beyond 60 days for a further period of 30 days and the same shall be binding on the Bidder.

Page 14: FOOD CORPORATION OF INDIA ZONAL OFFICE (WEST) 2ND …fci.gov.in/app2/webroot/upload/tenders/CCTVTenderWZ0911.pdf · ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014

14

13.3 The Bid valid for a period shorter than specified period shall

be rejected.

14. LIQUIDATED DAMAGES POST COMMISSIONING AND ACCEPTANCE OF

CCTV SYSTEM (FOR NON-PERFORMANCE)

In case of any item becoming out of order or defective, or major defects noticed which cause complete/partial dislocation of system during the

currency of the contract and the defects are not attended and rectified by the contractor within a period of 48 (FORTY EIGHT) hours from the time of receipt of intimation from the Corporation or its authorized

representative, a penalty at Rs.200/- per day for the number of days for which the system remains out of order or the expenditure incurred by the

FCI for rectification of the system through other agencies beyond the period of 48 (FORTY EIGHT) hours whichever is higher will be levied on the bidder. The compensation for such rectification of system got done by the

FCI will be made within 10 (ten) days by the bidder failing which the said amount will be adjusted from any amount due / withheld under terms of

payment. If the defect is rectified by replacing the item (defective) by compatible and equivalent or higher specification, the defect shall be considered to be resolved. However, in such cases, the penalty levied on

account of delay in attending the defect(s) shall not be refunded.

15. EXECUTIVE DIRECTOR(WEST ZONE)’S DECISION 15.1 In respect of all matters which are left to the decision of

EXECUTIVE DIRECTOR (WEST ZONE) including the granting or with-holding of the certificates, the EXECUTIVE DIRECTOR (WEST ZONE) shall, if required to do so by the bidder, give in

writing a decision thereon.

15.2 If, in the opinion of the Bidder, a decision made by the EXECUTIVE DIRECTOR (WEST ZONE) is not in accordance with the meaning

and intent of the Contract, the Bidders may file with the EXECUTIVE DIRECTOR (WEST ZONE) within seven (7) days after receipt of decision, a written objection to the decision.

Failure to file an objection within the allotted time will be considered as an acceptance of the EXECUTIVE DIRECTOR (WEST ZONE) decision and the decision shall become final and

binding.

EXECUTIVE DIRECTOR (WEST ZONE)

Page 15: FOOD CORPORATION OF INDIA ZONAL OFFICE (WEST) 2ND …fci.gov.in/app2/webroot/upload/tenders/CCTVTenderWZ0911.pdf · ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014

15

SECTION –II

TERMS AND CONDITIONS GOVERNING THE CONTRACT

1. DEFINITIONS

(i) Supply, Installation, Testing, Commissioning & Maintenance of CCTV

surveillance system shall mean the supply, installation, testing,

commissioning & Maintenance of CCTV surveillance system as per

the Corporation requirement and complete in all respects.

(ii) The term „CONTRACT‟ shall mean and include the invitation to Bid,

incorporating also the instructions to bidders, the Bid, its Annexures, appendices and schedules, acceptance of Bid and such general and special conditions as may be added to it.

(iii) Contractor / Supplier / Bidder/ Vendor shall mean the Bidder whose Bid will be accepted by the Corporation for the award of the Works and shall include such successful Bidder‟s legal representatives,

successors and permitted assigns.

(iv) The term „CORPORATION‟ or „FOOD CORPORATION OF INDIA‟ wherever occurs shall mean the FOOD CORPORATION OF INDIA

established under FOOD CORPORATION ACT 1964 and shall include its administrators, successors and assigns. It will also be called FCI.

(v) „EXECUTIVE DIRECTOR‟ shall mean the Executive Director (West

Zone) of FOOD CORPORATION OF INDIA or any person authorized by him on his/Corporation‟s behalf.

(vi) „SERVICES‟ shall mean the performance of any of the items of work

enumerated in schedule of services including such auxiliary, additional and incidental duties, services and operations as may be indicated by the Executive Director, Zonal Office (West), Mumbai or

any person authorized by him on his/Corporation‟s behalf.

(vii) „Warehouse or Depot‟ shall mean Storage Complexes comprising of Godowns/Sheds where food-grains are stored, Weigh-bridge, office

block etc.

(viii) „Depot Manager‟ shall mean the officer-in-charge of the Warehouse or Depot.

Page 16: FOOD CORPORATION OF INDIA ZONAL OFFICE (WEST) 2ND …fci.gov.in/app2/webroot/upload/tenders/CCTVTenderWZ0911.pdf · ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014

16

2. COMMISSIONING OF CCTV SURVEILLANCE SYSTEM AT ALL THE

LOCATION

The bidder shall complete the work including training within 04

(four) months from the date of signing of the agreement.

3. WARRANTY

The successful bidder shall provide a comprehensive onsite warranty for duration of one year for the material supplied &

installed from date of commissioning.

4. EXTENSION

On completion of one year warranty period and four year AMC period, Corporation shall be free either to continue with the bidder

by extending the arrangements for another one year or to part ways with the bidder after giving three month advance notice and engage

another agency as may be decided by it. The payment for the extension period shall be released as per mutually agreed rate and other terms and conditions shall remain same.

5. PAYMENT TERMS

5.1 The payment shall be made as per following schedule:

Sl. No.

Activity Payment to be released

Documents to be submitted by the bidder 1 Supply,

Installation, Testing and Commissioning

60% of total cost Submission of bill along with certificate regarding successful completion of work issued by Depot Manager and counter signed by concerned Area Manager.

2 On completion of 1st

year

8% of total cost Submission of certificate of successful operation during the time period issued by Depot Manager and counter signed by concerned Area Manager.

3 On completion of 2nd

year

8% of total cost Submission of certificate of successful operation during the time period issued by Depot Manager and counter signed by concerned Area Manager.

Page 17: FOOD CORPORATION OF INDIA ZONAL OFFICE (WEST) 2ND …fci.gov.in/app2/webroot/upload/tenders/CCTVTenderWZ0911.pdf · ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014

17

4 On completion of 3rd

year

8% of total cost Submission of certificate of successful operation during the time period issued by Depot Manager and counter signed by concerned Area Manager.

5 On completion of 4th

year

8% of total cost Submission of certificate of successful operation during the time period issued by Depot Manager and counter signed by concerned Area Manager.

6 On completion of 5th

year

8% of total cost Submission of certificate of successful operation during the time period issued by Depot Manager and counter signed by concerned Area Manager.

5.2 No advance payments will be made.

5.3 The payment shall be made through E-Payment system only.

5.4 The bidder should submit bills as per clause 5.1 above but not later than

two months from the date of expiry of the contract to the concerned

General Manager (Region), FCI, Raipur/Bhopal/Mumbai/Ahmedabad.

5.5 Taxes as applicable from time to time as per the Income Tax Act will be

deducted from the bills. In case the bidder is exempted from deduction of

Income Tax, then he is required to produce a certificate from the Income

Tax Authority indicating clearly that no tax at source be deducted from

the bidder against the said contract. Such a certificate shall have to be

obtained at the commencement of each Financial Year.

5.6 Service Tax or any other Tax in lieu thereof levied by the Central Govt.

from time to time on the Services rendered by the Contractor to FCI shall

be paid by Corporation to the Contractor over and above the Schedule

of Rates, subject to the Contractor submitting his Bills/Invoices thereof

in the Format prescribed under Rule 4A (1) of the Service Tax Rules,

1994 or other relevant Laws, as the case may be.

Page 18: FOOD CORPORATION OF INDIA ZONAL OFFICE (WEST) 2ND …fci.gov.in/app2/webroot/upload/tenders/CCTVTenderWZ0911.pdf · ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014

18

5.7 The bidder may raise Region-wise bill for Supply, Installation, Testing &

Commissioning after completion of work in a particular Region.

5.8 The rates quoted by the bidder and accepted by the Corporation and

incorporated in the contract agreement shall remain applicable during

the period of the contract.

5.9 The Corporation shall not be liable for payment of any interest on any

bill outstanding for payment for any reasons, whatsoever.

6. TERMINATION

6.1 Corporation may terminate this agreement at any point of time in the

event of material breach of the agreement by the other party.

Corporation may also terminate the contract in the event of the

bidder having been adjudged insolvent or going into liquidation or

winding up their business or making arrangements with their

creditors or failing to observe any of the provisions of this contract or

any of the terms and conditions governing the contract.

6.2 Corporation without prejudice to any other rights or remedies under

the contract shall have the right to get balance work at the risk and

cost of the bidder and to claim from the bidder any resultant loss

sustained or costs incurred besides forfeiting Performance Bank

Guarantee for the balance work.

6.3 In the event corporation terminates the contract in whole or in part,

pursuant, corporation may procure, upon such terms and in such

manner, as it deems appropriate, Goods or Services similar to those

undelivered, and the Bidder shall be liable to corporation for any

excess costs for such similar goods or services. However, the bidder

shall continue the performance of the contract to the extent not

terminated.

7. NON-PERFORMANCE

The non-performing and defaulting Bidder shall be DEBARRED and shall

be suspended / banned from participating in all the Corporation Bid inquiries for a period of three years. The decision of the Executive Director

(West Zone) shall be final and binding in this regard.

Page 19: FOOD CORPORATION OF INDIA ZONAL OFFICE (WEST) 2ND …fci.gov.in/app2/webroot/upload/tenders/CCTVTenderWZ0911.pdf · ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014

19

8. FORCE MAJEURE

8.1 The Bidder shall not be liable for forfeiture of its Performance Bank

Guarantee (PBG), liquidated damages or termination for default, if and

to the extent that it‟s delay in performance or other failure to perform its obligations under the contract is the result of an event of force

majeure.

8.2 For purposes of this clause, “Force Majeure” means an event beyond the control of the Bidder and not involving bidder‟s fault or negligence.

Such events may include, but are not limited to wars or revaluations, fires, floods, epidemics, quarantine restrictions and freight embargoes.

8.3 The party unable to fulfill its obligations due to Force Majeure will immediately:

a) Notify the other in writing of the reasons within 10 days for its failure to fulfill its obligations and the effect of such failure;

b) Use all responsible endeavours to avoid or remove the cause and

perform its obligations.

9. LAWS GOVERNING THE CONTRACT

The contract will be governed by the laws of the country in force from time

to time. The Contract shall be interpreted in accordance with the law of the land & will be under the jurisdiction of courts in Mumbai.

10. AGREEMENT

The successful Bidder shall execute a formal agreement as per Annexure III with the Executive Director (West), Zonal Office, Mumbai within the

fifteen (15) days of award of contract.

11. TAXES AND DUTIES

Except as otherwise specifically provided in the Contract, the Bidder shall

bear and pay all taxes, duties, levies and charges assessed on the bidder,

by all municipal, state or central government authorities

As regards the Indian Income Tax, Surcharge on Income Tax, Education

Cess and any other Corporate Tax, Corporation shall not bear any tax liability whatsoever. The bidder shall be liable and responsible for payment of such tax, if attached under the provisions of the law present

or future and Corporation will make deduction at source as applicable.

Page 20: FOOD CORPORATION OF INDIA ZONAL OFFICE (WEST) 2ND …fci.gov.in/app2/webroot/upload/tenders/CCTVTenderWZ0911.pdf · ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014

20

12. AVAILABILTY OF REQUISITE PERMISSIONS AND LICENSES AND

COMPLIANCE WITH THE STATUTORY PROVISIONS

The bidder is required to follow all the statutory acts as may be applicable

for such type of work which may also involve manpower/links/ services provided/ intellectual property right and other IT Acts, Labour Acts, PF Acts. The bidder merely by filling the bid confirms that the bidder has all

the requisite permissions and licenses to carry out all the works as stipulated by this tender. Further, merely by filling the tenders, the bidder

reconfirms that the bidder has complied with all the statutory provisions of the central, state, local and municipal laws enforce. The bidder also confirms merely by filling the tenders, to comply with any future laws that

may be enforced upon by the statute. Agencies which do not have requisite permissions / licenses or who do not comply with the statutory provisions are requested to fill in the bids only if they are eligible in this

respect. Valid registrations viz. Sales Tax / VAT / Central Excise and with any other authorities as per requirement should be available with the

bidder and be produced as and when required. The bidder shall obtain such permits and licenses as may be required under any law in force for the time being for his business.

13. LIQUIDATED DAMAGES (DELAYED COMMISSIONING & NON-DELIVERY)

Time is the essence of the contract and the milestones/ delivery dates are

binding on the bidder. In the event of delay or any gross negligence, for causes attributable to the bidder, in meeting the milestones/deliverables

as per tender, the Corporation shall be entitled at its option to recover from the bidder as agreed, liquidated damages, a sum of 0.5% of the actual contract value for every week of delay or part of a week for initial

04 (four) weeks. Thereafter, a sum of 1% of the actual contract value for every week or part of a week after initial 04 (four) weeks of delay would be

recovered, subject to the maximum value of the Liquidated Damages being not higher than 10% of the actual contract value. This right to claim any liquidated damages shall be without prejudice to other rights and

remedies available to Corporation under the contract and/or any other law.

In case of delay in achieving any of the targets/milestones solely not

attributable to bidder, Corporation may consider condoning or reducing part of the liquidated damages. Corporation has the exclusive right to

exercise this provision.

The decision of the competent authority i.e. Executive Director (West)

Food Corporation of India, Zonal Office, Borivali, Mumbai for imposing Liquidated Damages will be final and binding upon the party and no

Page 21: FOOD CORPORATION OF INDIA ZONAL OFFICE (WEST) 2ND …fci.gov.in/app2/webroot/upload/tenders/CCTVTenderWZ0911.pdf · ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014

21

correspondence in this regard will be entertained by Food Corporation of

India.

14. TRAINING

User training will be provided to the FCI user staff by the successful

bidder free of cost as given in scope of work at Section-III of the tender

document.

15. OPERATIONAL ACCEPTANCE AND FINAL ACCEPTANCE

Upon successful completion of entire work in each Warehouse/Depot

including testing by the bidder, the concerned Depot Manger shall issue a Certificate to the bidder as a proof of the final acceptance. Such certificate

shall not relieve the bidder of any of his obligations which otherwise survive, by the terms and conditions of the Contract after issuance of

such certificate.

16. LIMITATION OF LIABILITY:

16.1 The Contractor shall arrange all safety precautions for this representatives and workmen during the contract period and FCI shall

not be responsible for any consequences due to his failure to do so. The contractor shall ensure that no electric hazards/fire are caused due to

his negligence or improper usage of materials etc.

16.2 Bidder‟s aggregate liability for actual damages shall be capped at 100%

of the total value of the contract. However, in the following cases, the liability of the Bidder‟s shall be as per actual damages: 1) the bodily injury (including death) and damage to real property and tangible

personal property caused by Bidder‟s negligence and/or 2) the intellectual property infringement claims.

16.3 Bidder shall not in any event be liable for any indirect or consequential

damages, or for loss of profit, business, revenue, goodwill, anticipated savings or Data, or third party claims except with respect to bodily injury (including death) and damage to real and tangible personal

property.

16.4 Neither this Contract nor the Services delivered by Bidder under this Contract grants or creates any rights, benefits, claims, obligations or causes of action in, to or on behalf of any person or entity (including

any third party) other than between the respective Parties to this Contract, as the case may be.

16.5 Title and Risk of Loss: Bidder shall bear the risk of loss on Project

Page 22: FOOD CORPORATION OF INDIA ZONAL OFFICE (WEST) 2ND …fci.gov.in/app2/webroot/upload/tenders/CCTVTenderWZ0911.pdf · ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014

22

Assets; up to the time they are transferred and handed over to the FCI -

after which it shall stand transferred to the FCI. Bidder shall arrange and pay for insurance to cover such item until it is transferred.

Page 23: FOOD CORPORATION OF INDIA ZONAL OFFICE (WEST) 2ND …fci.gov.in/app2/webroot/upload/tenders/CCTVTenderWZ0911.pdf · ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014

23

SECTION-III

SCOPE OF WORK

Tender for Supply, Installation, Testing, Commissioning and Maintenance

of CCTV surveillance system at warehouse/Depots listed at Annexure -VI of Food Corporation of India, Zonal Office (West), Mumbai.

a) Each entry/exit gate(s) of the warehouse/Depots, as the case may be, shall be covered by 02 (two) Analog IR Vari-focal Bullet Cameras.

b) Weigh bridge shall be covered with 02 (two) Analog IR Vari-focal

Bullet Cameras.

c) 02 (two) Analog IR Vari-focal Bullet Cameras (one on each side of the Godown) to cover the passage as well as platform of the

Godown/Shed.

d) All the cameras shall be connected through network to DVR placed

in control room (Office of the Warehouse /Depot Manager) connected to a 32 inch LED Monitor (Resolution 1920*1080) display unit for

monitoring & managing the CCTV functions.

e) CCTV footage recording of 30 days has to be provisioned initially

with scalability to enhance the recording period as and when required.

f) Two days onsite training program for up to the seven officials for

operations of CCTV Systems at each warehouse/Depot will be

arranged by the vendor.

g) The complete CCTV System should be under warranty for 01 (one)

year and AMC for 04 (four) years.

h) The Vendor shall supply, installation, testing & commissioning of

CCTV Surveillance System along with required accessories, software,

DVR , UPS, cables, accessories etc

i) Bill of Material including cabling shall be indicative only, the

successful bidder shall visit the warehouse/Depot and arrive at the

actual requirement & location of placing the cameras in consultation

with the Warehouse/Depot Manager and Area Manager. Accordingly

payment shall be released on actual bill of material deployed based

on completion certificate & satisfactory report submitted by

warehouse/Depot manager through respective Area Manager(s) to

the concerned General Manager (Region).

Page 24: FOOD CORPORATION OF INDIA ZONAL OFFICE (WEST) 2ND …fci.gov.in/app2/webroot/upload/tenders/CCTVTenderWZ0911.pdf · ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014

24

j) Any enhancement/addition of the CCTV system within the

warehouse/Depot shall be taken up as per unit rate of the items

during contract period.

k) Time period for installation, testing & commissioning of CCTV system along with cabling in warehouse/Depots shall be 04 (four) months

from the date of award of contract.

l) An extended period of 03 (three) months shall be allowed to the contractor with leviable liquidated damages as mentioned in Clause 13 of Section II beyond the scheduled period of 04 (four) months for

completion of the installation, testing & commissioning of CCTV system along with cabling in warehouse/Depots. No further delay

shall be allowed beyond the extended period of 03 (three) months. Failure to complete the installation, testing & commissioning of CCTV system along with cabling in warehouse/Depots shall result in

invocation of PBG and will also be debarred for participating in any other Tender Enquiry with FCI for a period of 03 (three) years.

m) The price quoted by the bidder should include all the expenses in commissioning of all cameras with power supply, accessories and other devices complete with software.

n) The bidder shall make his own arrangements for supply and installation of the equipments at the designated warehouse/Depot

and no road permit shall be issued by FCI.

o) Specifications of camera offered by bidder should capture the number plate of the vehicle from a reasonable distance at gate,

Godown & weighbridge. Accordingly bidder has to provision required specifications of the lenses/items.

p) The batteries for UPS shall be under warranty for two years. Since the batteries are consumables, FCI to provide the same after

warranty period of two years, if required. The bidder has to install the batteries as per requirement.

q) Bidder shall quote separate price, each for UPS and Batteries as given in the price bid.

r) The bidder may survey the site for understanding of requirements, before bidding.

Page 25: FOOD CORPORATION OF INDIA ZONAL OFFICE (WEST) 2ND …fci.gov.in/app2/webroot/upload/tenders/CCTVTenderWZ0911.pdf · ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014

25

SCOPE FOR ONSITE COMPREHENSIVE WARRANTY AND AMC:

a) The period of warranty on all electronic equipment i.e. cameras, DVR etc. and allied materials, supplied by successful contractor, shall be 12 (twelve) months from the date of taking over certificate issued by

FCI.

b) The contractor shall ensure that the entire CCTV System including its components and all allied materials are working properly and continuously without fail during the currency of the contract. The

contractor shall also ensure visit by service Engineer/skilled technical personnel bi-monthly and submit the entire CCTV System

working reporting to the concerned Area Manager.

c) Annual Maintenance Charges will commence from the date of expiry of warranty period of 12 (twelve) months from date of commissioning with the same terms and conditions. It shall be the

responsibility of the bidder to carry out repairing/replacement of part(s), if any, during the period of warranty as well as AMC, without

any extra cost to FCI.

d) It shall be the responsibility of the contractor to ensure uninterrupted and proper functioning of the CCTV Setup during the currency of the contract period. In case of continued failure of the

CCTV system or contractor failing to provide satisfactory / uninterrupted functioning of CCTV System during the contract

period, Executive Director (West) will be at liberty to terminate the contract at any time and appoint new contractor at his risk and cost without prejudice to other right and remedies as per contract and

law. The Executive Director (West) shall have the sole authority to judge the performance of the Contractor in such cases and his decision shall be binding on the Contractor.

e) All materials and equipments etc. required by the contractor for the works, during On-site comprehensive warranty and AMC, will be arranged by him, without any extra cost to FCI.

f) FCI will neither provide foreign exchange nor any assistance whatsoever for import of equipments involved in the contract, if any.

g) Before handing over the system to the Corporation, the contractor will submit the following for each set of equipment to the concerned

Depot Manager.

i. Operation manual

Page 26: FOOD CORPORATION OF INDIA ZONAL OFFICE (WEST) 2ND …fci.gov.in/app2/webroot/upload/tenders/CCTVTenderWZ0911.pdf · ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014

26

ii. Servicing manual

iii. Equipment‟s Guarantee/Warranty certificates.

h) The contractor shall be responsible for any acts of commission or omission on the part of their work men in respect of any damage or loss to FCI property.

i) Any liability arising out of accident or death of any personnel during the execution of work shall be upon the contractor.

j) The contractor shall be responsible to comply with all the statutory obligations including Labour/Taxation/Octroi etc.

k) The contractor shall deploy only well experienced and qualified workmen for execution of the work.

l) All persons employed by the contractor shall be engaged by him as own employees in all respects, and all rights & liabilities under the workmen‟s compensation act, or EPF act and other applicable

enactments, in respect of all such personnel shall exclusively be that of the contractor. Contractor shall also comply with all rules and regulations/ enactments made by the State Government/ Centre

Government from time to time pertaining to the contract including all labour laws.

Page 27: FOOD CORPORATION OF INDIA ZONAL OFFICE (WEST) 2ND …fci.gov.in/app2/webroot/upload/tenders/CCTVTenderWZ0911.pdf · ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014

27

SECTION –IV

ANNEXURE-I

A. TECHNICAL BID: Supply, installation, testing, commissioning and maintenance of CCTV

surveillance system at warehouse/Depots of Food Corporation of India (FCI) listed in Annexure - VI

Sr. No.

Items Documentary Proof to be enclosed

Compliance (Y/N)

1. Authorized signatory (As per Clause No. 7 of

Section-I)

Authorization letter/Board Resolution in favour of the

officer signing the bid

2. Undertaking For

Unconditional

Acceptance of Terms &

Conditions of the

Tender Document

Bidder to submit Undertaking for

Unconditional Acceptance of Terms & Conditions of the Tender Document as per

Annexure-V duly signed by the authorized signatory.

3. Compliance of Technical Specifications:

Sr. No

Details Items/Work with specifications Compliance Yes/No

1 Analog IR Vari Focal Bullet Camera

i Sensor 1/3 " Progressive Scan CMOS or

higher

ii Effective Pixels 2 MP or higher

iii Effective Resolution 1930 x 1088 or more

iv Illumination 0.01 lux @ (F1.2, AGC ON), 0 Lux

with IR ON

v Shutter Speed 1/25 to 1/50000 second or better

vi Focal Length 4 mm or better

vii SNR 50 dB or more

viii Frame rate minimum 25 fps

ix Weather Rating IP 66

x IR Range minimum 30 m

xi Working Temp (-) 10 to (+) 60 degree Celsius

xii Horizontal Resolution 700 TVL or higher

Page 28: FOOD CORPORATION OF INDIA ZONAL OFFICE (WEST) 2ND …fci.gov.in/app2/webroot/upload/tenders/CCTVTenderWZ0911.pdf · ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014

28

xiii Certification UL / NABL ; FCC ; CE /EN

2 Digital Video

Recorder DVR

i Channels 16

ii Video Compression H.264

iii Output

HDMI/VGA output -

1920x1080/60Hz, 1280x1024/60Hz,

1280x720/60Hz, 1024x768/60Hz.

iv Minimum recording

period 30 days SD recording storage

v Playback 16 channels

vi Network Interface Yes

vii USB Ports Yes

viii Serial Interface Yes

ix Working Temp (-) 10 to (+) 60 degree Celsius or

better

x Certification UL / NABL ; FCC ; CE /EN

3A UPS 1 KVA UPS without battery

3B Battery 60 minutes battery backup for above

1 KVA UPS

4 Coaxial cable RG 11 Coaxial Copper Cable ISI

mark

5 Power cable 3 C x 1.5 sq mm Copper power cable

ISI

6 Monitor 32" LED Monitor resolution 1920 *

1080

7 PVC Pipe 32 mm PVC Pipe Heavy ISI Marked

8 GI Pipe 50 mm GI pipe medium ISI Mark

9 Supply of 6 U Network Rack with Power strip & related

accessories of Standard Make

10 Supply of 12 V Power Adaptors 4 AMP SMPS, Input Voltage -

90 to 285, Voltage variation + _ 10%, over voltage & short circuit protection

11 Supply of L Shape Angles Iron Bracket of required

specifications with provision of mounting bullet cameras on

the gate, weighbridge and godown walls

12 Supply of Cage for protection of the camera with barbed wire of suitable size

13 Provision for fixing of PVC pipe on wall, Laying of RG

armoured cable, Fixing of GI pipe under road, Fixing of L

shape iron angle brackets including installation of above

equipments complete with testing and commissioning

14

The Specifications parameters listed are minimum

requirement and any item of higher specification will be

accepted.

15 The proposed solution should be modular and scalable so

that at later date the additional requirement can be met by

add-on components based on rates quoted in price bid and

shall be valid for contract period.

Page 29: FOOD CORPORATION OF INDIA ZONAL OFFICE (WEST) 2ND …fci.gov.in/app2/webroot/upload/tenders/CCTVTenderWZ0911.pdf · ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014

29

16 All components of the CCTV System should be compatible

with one another

17 The proposed CCTV System‟s components must not be

obsolete

18

The sizing of DVR should be commensurate with the number of cameras and number of days to record the video

etc.

19 The specified items must be current/ recent in the

Supplier's/OEM product line

20 All the items shall be branded and reputed 21 All CCTV Cameras, housing and DVR should be of the same

OEM.

Signature of bidder

Page 30: FOOD CORPORATION OF INDIA ZONAL OFFICE (WEST) 2ND …fci.gov.in/app2/webroot/upload/tenders/CCTVTenderWZ0911.pdf · ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014

30

ANNEXURE-II

B. PRICE BID: C. Supply, Installation, Testing, Commissioning and Maintenance of CCTV surveillance

system at warehouse/Depots of Food Corporation of India (FCI) listed in Annexure VI

(Amount in Rupees)

Sr. No

Details Items/Work with specifications (including testing and commissioning)

Unit Rate per

unit

Quantity Amount

In figures

In words

1 Analog IR Vari-Focal Bullet Camera Each

2 Digital Video Recorder DVR

Each

3A UPS 1 KVA UPS without battery Each

3B Battery 60 minutes battery backup

for above 1 KVA UPS

Each

4 Coaxial cable RG 11 Coaxial Copper

Cable ISI mark

Meter

5 Power cable

3 C x 1.5 sq mm Copper power cable ISI

Meter

6 Monitor 32" LED Monitor

resolution 1920 * 1080

Each

7 PVC Pipe

32 mm PVC Pipe Heavy ISI

Marked

Meter

8 GI Pipe

50 mm GI pipe medium ISI

Mark

Meter

9 Supply of 6 U Network Rack with Power strip

& related accessories of Standard Make

Set

10 Supply of 12 V Power Adaptors 4 AMP SMPS, Input Voltage -90 to 285, Voltage variation +

_ 10%, over voltage & short circuit protection

Set

11 Supply & Installation of L Shape Angles Iron

Bracket of required specifications with

provision of mounting bullet cameras on the

gate, weighbridge and godown walls

Set

12 Supply of Cage for protection of the camera

with barbed wire of suitable size

Set

13 A Installation charges for fixing of PVC pipe on

wall including cabling

Meter

13 B Installation charges for fixing of PVC/GI

pipe underground including cabling

Meter

14 AMC charges for First year

NA

15 AMC charges for Second year

16 AMC charges for third year

17 AMC charges for forth year

Grand Total

Page 31: FOOD CORPORATION OF INDIA ZONAL OFFICE (WEST) 2ND …fci.gov.in/app2/webroot/upload/tenders/CCTVTenderWZ0911.pdf · ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014

31

Note: 1. The lowest of Grand Total above shall be considered as L1 bidder.

2. All accessories to be included in above quoted rates. Rates for all the items must be quoted. The items for which Bidder does not quote the price or indicates as „Nil‟ or puts a (-) mark or indicates „NA‟ etc. in the rate/amount column; cost of

that item shall be considered as „ZERO‟ and inclusive for Bid evaluation for such items.

3. The Specifications parameters listed are minimum requirement and any item of

higher specification will be accepted.

4. The bidder may survey the site(s) before bidding for understanding of requirements.

5. The solution should be modular and scalable so that at later date the additional

requirement can be met by add-on components based on rates quoted in price bid and shall be valid for contract period.

6. All components of the CCTV System should be compatible with one another. 7. The proposed CCTV System‟s components must not be obsolete. 8. The sizing of DVR should be commensurate with the number of cameras and

number of days to record the video etc. 9. The specified items must be current/ recent in the Supplier's/OEM product line.

10. All the items shall be branded and reputed. 11. All CCTV Cameras, housing and DVR should be of the same OEM.

12. Price quoted is inclusive of all applicable taxes. However, service tax shall be paid extra at applicable rate as per rules.

13. AMC charges to be quoted shall be lump sum amount for all the Depots.

Signature of bidder

Page 32: FOOD CORPORATION OF INDIA ZONAL OFFICE (WEST) 2ND …fci.gov.in/app2/webroot/upload/tenders/CCTVTenderWZ0911.pdf · ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014

32

ANNEXURE-III

AGREEMENT

The agreement made on this day of 201_ between the Food Corporation of India through its Executive Director, Zonal Office(West), Datta Pada Road, Rajendra Nagar, Borivali (East), Mumbai - 400 066,

established under Food Corporations‟ Act, 1964 (herein after called the Corporation) and ________________________________________________ (herein after called Contractor) which term shall include, unless repugnant to the context,

his/heirs and legal representatives, executers/ administrators and successors.

WHEREAS the Corporation being in requirement of __________________________ had

invited tenders for supply thereof vide tender No. AND WHEREAS the rate/rates submitted by the Contractor in his/their/its

letter dated has/ have been accepted by the Corporation vide communication No. dated .

It is hereby witnessth: The terms & conditions incorporated in tender No. form an integral

part of this agreement and will be sole repository of the terms and conditions governing the supply of to be made by the Contractor, and the said letter of the

Contractor is to be referred to only for the purpose of rates.

In witnesses whereof the parties have set their hands on the date herein before mentioned above written.

WITNESS Signature ____________

(Name & address of Contractor)

Seal

WITNES

S 1.

2. General Manager (Sec.) FOOD CORPORATION OF INDIA

Page 33: FOOD CORPORATION OF INDIA ZONAL OFFICE (WEST) 2ND …fci.gov.in/app2/webroot/upload/tenders/CCTVTenderWZ0911.pdf · ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014

33

Annexure-IV

BANK GUARANTEE FOR BID SECURITY (PERFORMANCE BANK GUARANTEE) (To be stamped in accordance with Stamp Act)

Bank Guarantee No. ……….. Date

………………………...

To [FCI's Name & Address]

Dear Sir,

In consideration of the …………….. [FCI's Name]…………. (hereinafter referred to

as the 'FCI,' which expression shall unless repugnant to the context or meaning

thereof, include its successors, administrators and assigns) having awarded to

……………..[Contractor's Name]

………..with its Registered/Head Office at …………………………..……………………

(Hereinafter referred to as the 'Contractor', which expression shall unless

repugnant to the context or meaning thereof, include its successors,

administrators, executors and assigns), a Contract by issue of FCI's Letter of

Award No. …………….. Dated ………….. and the same having been unequivocally

accepted by the Contractor, resulting in to a contract bearing No…………. dated

…………. Valued at……………….. for ……………… and the Contractor having

agreed to provide a Performance Guarantee for the faithful performance of the

entire Contract equivalent to 15% of contract value to the FCI.

We ……………….. [Name & Address of the Bank] …..………. having its Head

Office at

………………………….. (hereinafter referred to as the 'Bank', which expression

shall, unless repugnant to the context or meaning thereof, include its

successors, administrators, executors and assigns) do hereby guarantee and

undertake to pay the FCI, on demand any and all monies payable by the

contractor to the extent of 15% of contract value as aforesaid at any time upto

……………. (@) ………… [days/month/year] without any demur, reservation,

context, recourse or protest and/or without any reference to the Contractor. Any

such demand made by the Corporation on the Bank shall be conclusive and

binding notwithstanding any difference between the Corporation and the

Contractor or any dispute pending before any Court, Tribunal, Arbitrator or any

other authority. The Bank undertakes not to revoke this guarantee during its

currency without previous consent of the Corporation and further agrees that

Page 34: FOOD CORPORATION OF INDIA ZONAL OFFICE (WEST) 2ND …fci.gov.in/app2/webroot/upload/tenders/CCTVTenderWZ0911.pdf · ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014

34

the guarantee herein contained shall continue to be enforceable till the

Corporation discharges this guarantee.

The Corporation shall have the fullest liberty, without affecting in any way the

liability of the Bank under this guarantee, from time to time to extend the time

for performance of the Contract by the Contractor. The Corporation shall have

the fullest liberty, without affecting this guarantee, to postpone from time to

time the exercise of any powers vested in them or of any right which they might

have against the Contractor, and to exercise the same at any time in any

manner, and either to enforce or to forbear to enforce any covenants, contained

or implied, in the Contract between the Corporation and the Contractor or any

other course or remedy or security available to the FCI. The Bank shall not be

released of its obligations under these presents by any exercise by the

Corporation of its liberty with reference to the matters omission or commission

on the part of the Owner or any other indulgence shown by the Corporation or

by any other matter or thing whatsoever which under law would, but for this

provision, have the effect of relieving the Bank.

The Bank also agrees that the Corporation at its option shall be entitled to

enforce this Guarantee against the Bank as a principal debtor, in the first

instance without proceeding against the Contractor and notwithstanding any

security or other guarantee that the Corporation may have in relation to the

Contractor's liabilities.

Notwithstanding anything contained hereinabove, our liability under this

guarantee is restricted to …………. (*) ……….. and it shall remain in force up to

and including…………. (@) ……… and shall be extended from time to time for

such period, as may be desired by M/s………….. [Contractor's Name] ………... on

whose behalf this guarantee has been given.

In witness where of the Bank, through its authorized officer, has set its hand

and stamp on this

………………………… day of ……………….. 201_ at …………………… This

………………. day of ………….. 201_ at …………………………...

WITNESS …………………………..… (Signature) ……….…………

(Signature) ……………………………..

(Name) (Name) ………………….…. …………………………….. ………………………………

Page 35: FOOD CORPORATION OF INDIA ZONAL OFFICE (WEST) 2ND …fci.gov.in/app2/webroot/upload/tenders/CCTVTenderWZ0911.pdf · ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014

35

(Official Address) (Designation with Bank

Stamp)

Attorney as per Power of Attorney No……………… Dated

…………………….

Notes: 1. The validity of the Performance Bank Guarantee will be ninety (90)

days beyond the CONTRACT period as specified in the Contract.

2. The stamp papers of appropriate value shall be purchased in the name of Guarantee issuing Bank.

Page 36: FOOD CORPORATION OF INDIA ZONAL OFFICE (WEST) 2ND …fci.gov.in/app2/webroot/upload/tenders/CCTVTenderWZ0911.pdf · ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014

36

Annexure -V

Undertaking For Unconditional Acceptance of Terms & Conditions of the

Tender Document.

[Date]

To,

Executive Director (Zone),

Zonal Office (West)

Food Corporation of India,

2nd Floor, FCI Building,

Rajendra Nagar, Dattapada

Road,

Borivali (E),

Mumbai – 400 066

Dear Sir,

Subject: Tender notice for Supply, Installation, Testing, Commissioning and

Maintenance of CCTV surveillance system at Warehouses/Depots of Food Corporation of India under the jurisdiction of Zonal Office (West), Mumbai

We, the undersigned have thoroughly examined the tender document, and

have understood the Terms and Condition(s) of the Tender notice for Supply, Installation, Testing, Commissioning And Maintenance of CCTV surveillance system at warehouses/Depots of Food Corporation of India under the

jurisdiction of Zonal Office (West), Mumbai.

We confirm that the information contained in this response or any part

thereof, including its exhibits, and other documents and instruments delivered

or to be delivered to Food Corporation of India is true, accurate, verifiable and

complete. This response includes all information necessary to ensure that the

statements therein do not in whole or in part mislead the Corporation in its

short-listing process.

We fully understand and agree to comply that on verification, if any of the

information provided here is found to be misleading the short listing process, we

are liable to be dismissed from the selection process or termination of the

agreement during the project, if selected to do so.

We agree for unconditional acceptance of all the terms and conditions set

out in the tender document including annexures and corrigendum if any and

Page 37: FOOD CORPORATION OF INDIA ZONAL OFFICE (WEST) 2ND …fci.gov.in/app2/webroot/upload/tenders/CCTVTenderWZ0911.pdf · ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014

37

also agree to abide by this tender response for a period of 90 days from the date

fixed for bid opening.

We hereby declare that in case the agreement is awarded to us, we shall

submit the Performance Bank Guarantee in the form of bank guarantee in the

form prescribed at Annexure-IV.

We agree that FCI is not bound to accept any tender response that they

may receive. We also agree that FCI reserves the right in absolute sense to reject

all or any of the services specified in the tender response.

It is hereby confirmed that I/We are entitled to act on behalf of our

company/ corporation/ firm/ organization and empowered to sign this

document as well as such other documents, which may be required in this

connection.

We understand that it will be the responsibility of our organization to keep

Food Corporation of India informed of any changes in respect of authorized

person and we fully understand that Food Corporation of India shall not be

responsible for non-receipt or non-delivery of any communication and/or any

missing communication in the event reasonable prior notice of any change in

the authorized person of the company is not provided to Food Corporation of

India.

Dated: ___ Day of 201_

(Signature)

(Name)

(In the capacity of)

Duly authorized to sign the Tender for and on behalf of:

(Name and Address of Company)

Seal/Stamp of bidder

Page 38: FOOD CORPORATION OF INDIA ZONAL OFFICE (WEST) 2ND …fci.gov.in/app2/webroot/upload/tenders/CCTVTenderWZ0911.pdf · ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014

ANNEXURE – VI LIST OF DEPOTS/WAREHOUSES Sr.

No.

Region

Sr. No.

Name of the

Depot

Capacity

in MT

No. of

Cameras

proposed

to be

installed

Complete Address of the Depot

along with Pin Code

Name of Depot

Manager

Contact No. of

Depot Manager

Area Office

REGIONAL OFFICE – AHMEDABAD (GUJARAT REGION)

1 1 FSD

Sabarmati 80000 46

Near Lalita Mahal Cinema,

Kaligam, Sabarmati, Ahmedabad-

380009 Nikunj Katara 7574802120

DO-

Ahmedabad

2 2 FSD

Viramgam 35000 18

Raiyapur Railway Crossing,

Rampura Bhakoda Road,

Viramgam-382150 J C Jadhav 9574511151

3 3 FSD Baroda 12220 08 Alembic Road, Nr. Priyalaxmi

mill, Vadodara-390003 Deepak Meena 7574802133

DO -

Baroda

4 4 FSD

Bhomaiya 55000 32

A'bad-Dakor Road, Post:

Bhomaiya, Taluka, Bhomaiya,

Dist: Panchmahal-389001 Saurabh Porwal 7574802131

5 5 FSD

Gandhidham 50000 31 Opp. Kandla Economic Zone, NH

8 A Gandhidham-370201 K V Maheshwari 7574802143

DO -

Adipur

6 6 FSD

Wadhwan 10000 08

Kharva Road, Wadhwan, Dist.

Surendranagar-363030 L J Meena 7574802157

DO -

Rajkot

7 7 FSD

Bhavnagar 20000 10 Kumbharwada, Nari Road, Nr

IPCL, Bhavnagar-364006 Divyakant Mehta 7574802163

8 8 FSD Dared

(Jamnagar) 30000

16 Post Chela, Dared, Jamanagar-

361012 Shivpaul Yadav 7574802164

Page 39: FOOD CORPORATION OF INDIA ZONAL OFFICE (WEST) 2ND …fci.gov.in/app2/webroot/upload/tenders/CCTVTenderWZ0911.pdf · ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014

REGIONAL OFFICE – MUMBAI (MAHARASHTRA REGION)

9 1 FSD Borivali 134352

86

Food Corporation of India,

Rajendra Nagar, Dattapada road,

Borivali (East), Mumbai 400066

Shri R S Jodge 9619317150 DO –

Borivali

10 2 FSD

Bhiwandi 10000

10

Food Storage Depot, Food

Corporation of India, Anjur Patha,

Raval Vill., Bhiwandi, Thane -

401302

Shri. A S

Kukreja

9324823104

11 3 FSD Panvel 91700

48

Food Storage Depot, Food

Corporation of India, Kalamboli,

New Mumbai - 410218

Shri S.T. Kokare 9664030007 DO –

Panvel

12 4 FSD Goa 15000

08

Food Corporation of India,

Headland Sada, Near Sada jail,

Vasco Goa- 403804

Shri. A. K. Minz 8450970328 DO – Goa

13 5 FSD

Ratnagiri 10000

10

Food Corporation of India, C - 65,

MIDC, Mirjole, Ratnagiri -

415639

Shri A. S.

Kachare

9527643758 DO –Pune

14 6 FSD Pune 29100

22

Food Corporation of India,

94/102, South Main Road, Lane

no. 3, Koregaon Park, Pune -

411001

Shri. C.P.

Nadekar

8450970316

15 7 FSD

Ahmednagar 5000

06

Food Corporation of India, Near

Renuka Devi Mandir, Kedgaon,

Ahmednagar - 414005

Shri

R.K.Chintamani

9764771825

16 8 FSD Gondia 30000

18

Food Storage Depot, Food

Corporation of India, Murry

Village, Gondia - 415639

Shri Manoj

Verma

8450970352 DO -

Nagpur

Page 40: FOOD CORPORATION OF INDIA ZONAL OFFICE (WEST) 2ND …fci.gov.in/app2/webroot/upload/tenders/CCTVTenderWZ0911.pdf · ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014

REGIONAL OFFICE – BHOPAL (MADHYA PRADESH REGION)

17 1 FSD Betul 10000 08 ITARSI ROAD, SADAR NEAR

HMT BETUL -460001 Sh. P.S. Sakya, 9826086915

DO -

Bhopal

18 2 FSD Vidisha 10000 08 Ahmadpur Road, Vidisha - 464001

Sh. S S Chahar,

M(D) 7024213038

19 3 FSD

Ashoknagar 11920 08

Isha garh Road, Ashoknagar-

473331 Sh. Nilesh Soni,

Manager (D) 9993700926

DO -

Gwalior

20 4 FSD Datia 7500 08 CIVIL Line Datia 475661 Sh. Rohitash

Meena,

Manager(D) 9425775672

21 5 FSD Gwalior 12500 10 Jhansi road, Near by Hotel Land

mark, Gwalior-474001

Sh. Sumit

Chanderia,

Manager(D) 9725752896

22 6 FSD Sheopur 11280 10 Pali Road, nearby Dgree College,

Sheopur -476337 Sh. R P Meena,

Manager(D) 8171957175

23 7 FSD

Meghnagar 5000 06

Manager (Depot)

FCI, Opp. Govt. Hospital, Nr

Police station,Meghnagar-457779

District-Jhabua

Sh. R.K. Bansal 7024213045,

9098661560

DO - Indore

24 8 FSD Katni 8640 08

Food Corporation of India, FSD

Katni, Gram- Puraini, PO -Waka

Thana- Kuthla, District-Katni-

483501 (M.P.)

Shri B.N. Prasad,

Manager (D) 7024213055

DO -

Jabalpur

25 9 FSD Seoni 8340 08 Food Corporation of India, Seoni

Depot, Behind Yogiraj Talkies,

Manglipeth Seoni-480661 (M.P.)

Shri K K Yadav,

Manager (D) 9406753444

26 10 FSD Newari 18140 12 HARSHMAU NEAR Rail Station

Newari 472442 Sh. Himanshu

Meena, M(D) 7024213065

DO - Sagar

27 11 FSD

Tikamgarh 15000 10

FCI, Tikamgarh, Dhonga,

Gwaleschand Godown 472001 Sh. M.L. Kori,

M(D) 7683242368

Page 41: FOOD CORPORATION OF INDIA ZONAL OFFICE (WEST) 2ND …fci.gov.in/app2/webroot/upload/tenders/CCTVTenderWZ0911.pdf · ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014

28 12 FSD Ujjain 15000 10

Manager (Depot) ,

Food Corporation of India ,

FSD,Maksi Road, Ujjain (M.P)

Pin Code -456010

Shri K.L. Gome ,

Manager (Depot) 9424892371

DO - Ujjain

29 13 FSD Ratlam 9080 08

Manager (Depot) ,

Food Corporation of India ,

FSD, Mahu Neemuch Road,

Ratlam (M.P) - 457001

Shir M.K.

Mandloi,

Manager (Depot)

7024213047/

9993377866

REGIONAL OFFICE – RAIPUR (CHHATTISGARH REGION)

30 1 FSD

Jagdalpur 10640 10

MANAGER (D), FCI, KUMHAR

PARA CHAUK, JEYPORE

ROAD, JAGDALPUR (C.G.)-

494001

Shri. R K

Sadafal 7694810168

DO - Durg

31 2 Rajnanadgaon

AB Shed 10000 08

MANAGER (D), FCI, RAIPUR

NAKA, RAJNANDGAON (C.G.)-

491441

Sh. Praveen

Mishra 7694810167

32 3 FSD

Rajnandgaon 61625 36

MANAGER (D), FCI, RAIPUR

NAKA, RAJNANDGAON (C.G.)-

491441

Sh. Praveen

Mishra 7694810167

33 4 FSD Sakti 12500 10 MANAGER (D), FCI, SAKTI-

495689 Sh. R.K. SAHU 9981526826

DO -

Bilaspur

34 5 FSD Raigarh 10640 10 MANAGER (D), FCI,FSD,

RAIGARH ,JUTE MILL KABIR

CHOUK-496001

Sh. Puneet Singh

M(QC) 7694810186

35 6 FSD Belha 8340 10 MANAGER (D), FCI, BELHA-

495224 Sh. JOHN MINZ 8109387137

36 7 FSD

Bishrampur 13340 10

MANAGER (D), FCI, FSD,

BISHRAMPUR ,DIST-

SURAJPUR-4972226 Sh. T. LAKRA 9425290871

37 8 FSD

Kargiroad 15000 10

BELGAHANA ROAD 495113 Sh. NITIN SONI 7582829230

Page 42: FOOD CORPORATION OF INDIA ZONAL OFFICE (WEST) 2ND …fci.gov.in/app2/webroot/upload/tenders/CCTVTenderWZ0911.pdf · ZO CCTV Tender Finalization Committee (Sec/CCTV Performance Report/WZ/2014

38 9 FSD Bilaspur 35120 26 MANAGER (D), FCI,

BILASPUR,TARBAHAR-495001 Sh. NITIN SONI 7582829230

39 10 FSD Neora

Old Complex 11920 14 MANAGER (D), FCI, FSD,

NEORA-493114

Sh. R.N.

Prajapati 7694810151

DO -

Raipur

40 11 FSD

Dhamtari 11640 20 MANAGER (D), FCI,

DHAMTARI-493773

Sh. ROHIT

VERMA 7694810153

41 12 FSD Arjuni

(Dtr) 15000 12 MANAGER (D), FCI,ARJUNI

DHAMTARI-493773

Sh. ROHIT

VERMA 7694810153

42 13 FSD Raipur

Own 25090 18 MANAGER (D), FCI, FSD,

RAIPUR-492001

Sh. M.K.

Rodekar 9617148272

43 14 FSD Rajim 15640 12 MANAGER (D), FCI, RAJIM-

493881

Sh. VINAY

KUMAR 7694810152

44 15 FSD

Bagbahra 10670 14 MANAGER (D), FCI,

BAGBAHARA-493449

Sh.

R.N.P.PANDEY 9424315159

45 16 FSD

Mahasamund 14233 12 MANAGER (D), FCI,

MAHASAMUND-493445

Sh. NITIN

AGRAWAL 7694810155