0% found this document useful (0 votes)
794 views390 pages

RFP160724 9 Suni105109.fci@gov - in

Uploaded by

sun264850
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
794 views390 pages

RFP160724 9 Suni105109.fci@gov - in

Uploaded by

sun264850
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 390

FOOD CORPORATION OF INDIA

Ref No: GEM/2024/B/5166730 Date: 16.07.2024

2nd Call of Tender (Previous Tender No -


GEM/2024/B/4748982)
Request for Proposal
Selection of SI agency for SITC and Operations of CCTV
solution at FCI Owned Godowns

Volume 1: Bidding Instructions and Terms & Conditions


Volume 2: Scope of Services, Specifications and List of Site Locations
Volume 3: Draft of Master Service Agreement

Last date of Bid Submission: 01/08/2024, 16.00 Hrs.


FOOD CORPORATION OF INDIA

2nd Call of Tender (Previous Tender No - GEM/2024/B/4748982)

Request for Proposal (RFP)

Selection of SI agency for SITC and Operations of CCTV solution at FCI


Owned Godowns

RFP Number GEM/2024/B/5166730

RFP Date 16/07/2024

Last date for Bid 01/08/2024, 16.00 Hrs.


Submission

Document
Volume 1: Bidding Instructions and Terms & Conditions
Reference
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

Disclaimer

The information contained in this Tender or subsequently provided to Applicant (Bidder), whether
verbally or in documentary or any other form by or on behalf of the Authority or any of its employees
or advisers, is provided to Applicants on the terms and conditions set out in this Tender and such other
terms and conditions subject to which such information is provided.

This Tender is issued by the Food Corporation of India. This Tender is not an agreement and is neither
an offer nor invitation by the Authority to the prospective Applicants or any other person. The purpose
of this Tender is to provide interested parties with information that may be useful to them in the
formulation of their Proposals pursuant to this Tender. This Tender includes statements, which reflect
various assumptions and assessments arrived at by the Authority in relation to the Selection of System
Integrator Agency for Installation & Commissioning (I&C), Operations and maintenance of AI-based
CCTV solution at FCI Godowns. Such assumptions, assessments and statements do not purport to
contain all the information that each Applicant may require. This Tender may not be appropriate for all
persons, and it is not possible for the Authority, its employees, or advisers to consider the objectives,
technical expertise and particular needs of each party who reads or uses this Tender. The
assumptions, assessments, statements, and information contained in this Tender, may not be
complete, accurate, adequate, or correct. Each Applicant should, therefore, conduct its own
investigations and analysis and should check the accuracy, adequacy, correctness, reliability and
completeness of the assumptions, assessments and information contained in this Tender and obtains
independent advice from appropriate sources.

Information provided in this Tender to the Applicants is on a wide range of matters, some of which
depends upon interpretation of law. The information given is not an exhaustive account of statutory
requirements and should not be regarded as a complete or authoritative statement of law. The Authority
accepts no responsibility for the accuracy or otherwise for any interpretation or opinion of the law
expressed herein.

The Authority, its employees and advisers make no representation or warranty and shall have no
liability to any person including any Applicant under any law, statute, and rules or regulations or tort,
principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which
may arise from or be incurred or suffered on account of anything contained in this Tender or
otherwise, including the accuracy, adequacy, correctness, reliability or completeness of the
Tender and any assessment, assumption, statement or information contained therein or deemed to
form part of this Tender or arising in any way in this Selection Process.

The Authority also accepts no liability of any nature whether resulting from negligence or otherwise
however caused arising from reliance of any Applicant upon the statements contained in this Tender.
The Authority may in its absolute discretion, but without being under any obligation to do so, update,
amend or supplement the information, assessment or assumption contained in this Tender. The issue
of this Tender does not imply that the Authority is bound to select an Applicant or Applicants, as the
case may be, for the Selection of System Integrator Agency for I&C, Operations of AI-based CCTV
solution at FCI Godowns, the Authority reserves the right to reject all or any of the Proposals without
assigning any reasons whatsoever.

The Applicant shall bear all its costs associated with or relating to the preparation and submission of
its Proposal including but not limited to preparation, copying, postage, delivery fees, expenses
associated with any demonstrations or presentations which may be required by the Authority, or any
other costs incurred in connection with or relating to its Proposal. All such costs and expenses will
remain with the Applicant and the Authority shall not be liable in any manner whatsoever for the same
or for any other costs or other expenses incurred by an Applicant in preparation or submission of the
Proposal, regardless of the conduct or outcome of the Selection Process.

Page 1 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

Abbreviations

S. No Abbreviations Full Form

1. ANPR Automatic Number Plate Recognition

2. AI Artificial Intelligence

3. CAPEX Capital expenditure

4. CA Charted Accountant

5. CCTV Close circuit television

6. COTS Commercial Off the Shelf

7. CWC Central Warehouse Corporation

8. EMD Earnest Money Deposit

9. FR Facial Recognition

10. FY Financial Year

11. FCI Food Corporation of India

12. GoI Government of India

13. GIS Geographic Information System

14. GPRS General Packet Radio Service

15. GPS Global Positioning System

16. GST Goods and Services Tax

17. HQ Headquarters

18. HMV Heavy Motor Vehicle

19. I&C Installation and Commissioning

20. ITB Instructions to the bidders

21. IOC Integrated Operations Centre

22. IoT Internet of Things

23. ICT Information and Communication Technology

24. IP Internet Protocol

25. IT Information Technology

26. ITES Information Technology Enabled Services

27. ISCMS Integrated Supply Chain Management System

28. LMV Light Motor Vehicle

29. LOA Letter Of Acceptance

30. LOI Letter of Intent

31. MSME Micro, Small and Medium Enterprises

Page 2 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

S. No Abbreviations Full Form

32. NDA Non-Disclosure Agreement

33. NIT Notice Inviting Tender

34. NoA Notification of Award

35. NOC Network Operations Centre

36. O&M Operations and Maintenance

37. OEM Original Equipment Manufacturer

38. OPEX Operational Expenditure

39. PAN Permanent Account Number

40. PBG Performance Bank Guarantee

41. PEG Private Entrepreneurs Guarantee

42. QCBS Quality and Cost-Based Selection

43. RFP Request For Proposal

44. SITC Supply, Installation, Testing and Commissioning

45. SLA Service Level Agreement

46. SPOC Single Point of Contact

47. SWC State Warehouse Corporation

48. UAT User Acceptance Testing

49. ZVC Zonal Viewing Center

50. SFMS Structured Financial Messaging System

Page 3 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

Table of Contents
1 Bidding Datasheet .......................................................................................................................... 8
2 Glossary ........................................................................................................................................ 10
3 Introduction ................................................................................................................................. 14
4 Overall Brief ................................................................................................................................. 14
4.1 About FCI...................................................................................................................................... 14
4.2 Project Brief ................................................................................................................................. 15
4.3 Number of Godowns State wise .................................................................................................. 15
4.4 Overall, Scope of the Project ....................................................................................................... 15
4.5 Structure of the RFP ..................................................................................................................... 18
4.6 Volume 1 – Instructions to Bidders.............................................................................................. 18
4.7 Volume 2 – Scope of work ........................................................................................................... 18
4.8 Volume 3 – Master Service Agreement ....................................................................................... 18
5 Instructions to Bidders (ITB) ........................................................................................................ 19
5.1 General Information .................................................................................................................... 19
5.2 RFP Issuing Authority ................................................................................................................... 19
5.3 Bidder Registration and Instruction ............................................................................................. 19
5.4 Payment of Portal registration Fee, Tender Fee and EMD .......................................................... 19
5.5 Publishing of N.I.T. ....................................................................................................................... 20
5.6 Downloading of Tender Document.............................................................................................. 20
5.7 Key Dates ..................................................................................................................................... 20
5.8 Consortium Conditions ................................................................................................................ 20
5.9 Sub-contracting ............................................................................................................................ 22
5.10 Compliant Bids/Completeness of Response ................................................................................ 22
5.11 Bidder to Inform........................................................................................................................... 22
5.12 Bid Preparation Costs................................................................................................................... 22
5.13 Pre-bid meeting & Clarification.................................................................................................... 23
5.14 Bidders Queries ............................................................................................................................ 23
5.15 Responses to Pre-Bid Queries and Issue of Corrigendum ........................................................... 23
5.16 RFP Document Fee ....................................................................................................................... 23
5.17 Earnest Money Deposit (EMD) .................................................................................................... 23
5.18 Bid Validity Period ........................................................................................................................ 24
5.19 Submission of Bid ......................................................................................................................... 24
5.20 Bid Formats .................................................................................................................................. 24
5.21 Pre-Qualification Bid Format ....................................................................................................... 25
5.22 Technical Bid Format.................................................................................................................... 25
5.23 Commercial Bid Format ............................................................................................................... 25

Page 4 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

5.24 Language ...................................................................................................................................... 25


5.25 Authentication of Bids ................................................................................................................. 26
5.26 Amendment of Request for Proposal .......................................................................................... 26
5.27 Bid Price ....................................................................................................................................... 26
5.28 Deviations and Exclusions ............................................................................................................ 26
5.29 Total Responsibility ...................................................................................................................... 26
5.30 Late Bids ....................................................................................................................................... 26
5.31 Right to Terminate the Process.................................................................................................... 27
5.32 Non-Conforming bids ................................................................................................................... 27
5.33 Confidentiality .............................................................................................................................. 27
5.34 Acceptance/ Rejection/ Disqualification of bids .......................................................................... 27
5.35 Resource Requirement ................................................................................................................ 27
5.36 Resource Evaluations ................................................................................................................... 28
5.37 Resource Replacement ................................................................................................................ 28
5.38 Fraud and Corrupt Practices ........................................................................................................ 28
5.39 Conflict of Interest ....................................................................................................................... 29
5.40 Right to vary quantity .................................................................................................................. 29
5.41 Site Visit........................................................................................................................................ 30
6 Selection Process for Bidder ........................................................................................................ 31
6.1 Opening of Bids ............................................................................................................................ 31
6.2 Preliminary Examination of Bids .................................................................................................. 31
6.3 Clarification on Bids ..................................................................................................................... 31
6.4 Evaluation Process ....................................................................................................................... 31
Stage 1: Pre-Qualification (PQ) Evaluation .......................................................................................... 32
Stage 2: Technical Qualification (TQ) Evaluation ................................................................................. 32
Stage 3: Commercial Evaluation .......................................................................................................... 32
6.5 Final Selection .............................................................................................................................. 33
6.6 Pre-Qualification Criteria ............................................................................................................. 34
6.7 Technical Evaluation Framework ................................................................................................. 40
Technical Bid Evaluation Criteria ......................................................................................................... 40
OEM Eligibility Criteria ......................................................................................................................... 46
7 Award of Contract ........................................................................................................................ 48
7.1 Notification of Award/ Letter of Intent (LoI)................................................................................ 48
7.2 Signing of Contract ....................................................................................................................... 49
7.3 Performance Bank Guarantee (PBG) ........................................................................................... 49
7.4 Failure to agree with the Terms & Conditions of this RFP ........................................................... 50
8 Project Timelines and Payment Terms ........................................................................................ 51
8.1 Timeline & Payment Terms .......................................................................................................... 51
Page 5 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

8.2 Acceptance Process ..................................................................................................................... 52


9 Terms and Conditions .................................................................................................................. 53
9.1 General ......................................................................................................................................... 53
9.2 Contract Period ............................................................................................................................ 54
9.3 Contract Extension ....................................................................................................................... 55
9.4 Mishap and Injury to Resource .................................................................................................... 55
9.5 Reporting of Resource ................................................................................................................. 56
9.6 Reporting of Bidder ...................................................................................................................... 56
10 Service Level Agreement (SLA) .................................................................................................... 57
10.1 Measurement of SLA.................................................................................................................... 58
10.2 SLA Holiday (Stabilization Period) ................................................................................................ 59
10.3 Planned Downtime....................................................................................................................... 59
10.4 Pre-Implementation SLA .............................................................................................................. 59
10.5 Post-Implementation SLA (O&M Phase) ...................................................................................... 60
SLA Parameters .................................................................................................................................. 60
Breach in the supply of Managerial & Technical Resource ................................................................. 62
Breach in Security ................................................................................................................................ 62
11 Annexure 1 – Template for Pre-Bid Queries ................................................................................ 63
12 Annexure 2 – Formats for submission of Pre-Qualification Bid................................................... 64
12.1 Pre-qualification bid checklist ...................................................................................................... 64
12.2 Pre-Qualification Bid Covering Letter .......................................................................................... 65
12.3 Company profile........................................................................................................................... 67
12.4 Declaration For Existence of The Firm ......................................................................................... 68
12.5 Consortium Agreement................................................................................................................ 69
12.6 Declaration / Undertaking for Project Office at Zonal Level........................................................ 74
12.7 Statutory Auditor Certificate – Financial Status of last Five years............................................... 75
12.8 Bidder’s Experience – Project Citations ....................................................................................... 76
12.9 Resource Strength – Human Resource Certificate....................................................................... 77
12.10 Compliance of the CVs for the proposed resources ............................................................ 78
12.11 Curriculum Vitae (CV) format for proposed resources ........................................................ 80
12.12 Manufacturers Authorization Form (MAF) .......................................................................... 82
12.13 Declaration of Non-Blacklisting /Non-Debarment -Sole/ Lead Bidder ................................ 83
12.14 Declaration of Non-Blacklisting - Consortium Member ....................................................... 84
12.15 No Deviation Certificate ....................................................................................................... 85
12.16 Total Responsibility Certificate ............................................................................................ 86
12.17 Anti-Collusion Certificate ..................................................................................................... 87
12.18 Power of Attorney executed by Consortium Member in favor of Lead Bidder. .................. 88
12.19 Format for Power of Attorney to Authorize Signatory ........................................................ 90
Page 6 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

13 Annexure 3 – Formats for Submission of the Technical Bid ........................................................ 91


13.1 Technical Bid Checklist ................................................................................................................. 91
13.2 Technical Bid Covering Letter ...................................................................................................... 92
13.3 Project Plan .................................................................................................................................. 93
14 Annexure 4 – Formats for Submission of the Commercial Bid .................................................... 94
14.1 Commercial Bid Covering Letter .................................................................................................. 95
14.2 Bill of Materials ............................................................................................................................ 97
CAPEX (Capital Expenditure) .............................................................................................................. 98
OPEX (Operational Expenditure) ...................................................................................................... 103
15 Annexure 5 – Format for Performance Bank Guarantee ........................................................... 109
16 Annexure 6 – Non-Disclosure Agreement ................................................................................. 111
17 Annexure 7 – Project Details...................................................................................................... 113
18 Annexure 8 – Undertaking on Exit Management and Transition .............................................. 114
19 Annexure 9 – Format for affidavit for OEM claiming benefit under Make in India Policy ........ 115
20 Annexure 10 – Declaration by Bidder on Make in India ............................................................ 117
21 Annexure 11 – Land Border Sharing Declaration....................................................................... 118
22 Annexure 12 – Installation & Commissioning Certificate Template .......................................... 119
23 Annexure 13 – Earnest Money Deposit (EMD) as Bank Guarantee (including e-BG) ................ 120
24 Annexure 14 – Bid Security (Earnest Money Deposit) Declaration Form ................................. 122

Page 7 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

1 Bidding Datasheet

Particulars Details
Tender Inviting Authority Food Corporation of India
Tender/RFP number GEM/2024/B/5166730
Project name/ Name of the Selection of SI agency for SITC and Operations of CCTV
Engagement solution at FCI Owned Godowns
Nine (9) months implementation + Five (5) years of
Operations and Maintenance (O&M) from project Go-live.
Period of Contract
(With a provision for yearly extension up to 2 additional
years on mutual agreement)
Release Date of RFP 16/07/2024
RFP document can be downloaded online from the
Availability of RFP Documents
website: https://gem.gov.in
Last Date for Purchase of RFP
Documents/Start date of bid To be declared later
submission
Last Date and Time for Submission 01/08/2024, 16.00 Hrs.
of Bids
Opening of Pre-Qualifications 01/08/2024, 16.30 Hrs
Opening of Technical – To be declared later
Qualifications
Demonstration/ Presentation by To be declared later
Bidders
Opening of Commercial Bids To be declared later
Validity of Proposal Must be valid for 180 days post the last date of submission
of bid
Address of Communication [email protected]

Compliance to Pre-Qualification: Mandatory


Compliance to Technical Specifications: Mandatory
Method of Selection
Technical Cutoff: 70% (Min.)
Commercial Evaluation: L1 (Lowest Quote)
Three-Stage Bid System
1. Pre-Qualification Bid
Bid System
2. Technical Qualification Bid
3. Financial / Commercial Bid
RFP Document Fee Nil
Earnest Money Deposit / Bid INR 3.25 Crores
Security (Three Crores Twenty-Five Lakh Rupees Only)
Earnest Money Deposit / Bid
180 days from the last date of submission of Bids
Security Validity Period
Performance Bank Guarantee 10% of the Contract Value
Period for furnishing Performance
Within 15 days from the date of issuance of Letter of Intent
Bank Guarantee
Performance Bank Guarantee
90 days beyond the actual Contract period
validity period
Within 15 days from the date of receipt of Letter of Intent
Period of Signing the contract
(LOI) or Letter of Award (LOA)
Currency in which the Bidders may quote the price and
Currency
will receive payment is INR only.

Page 8 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

Note:

 The above dates, time and venue may be altered by the Department at its sole discretion after
giving prior notice to the Bidders. The information provided in the above Bidding Data Sheet is
further elaborated in the subsequent sections of this RFP. Information provided in the Bidding
Data Sheet, and subsequent sections of this RFP are to be read in conjunction and are to be
interpreted harmoniously.
 The Bidding process shall be conducted in an online (e-tendering) manner. Please visit
https://gem.gov.in
 All the notification & detailed terms and conditions regarding this tender notice hereafter will
be published online on web site https://gem.gov.in

Page 9 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

2 Glossary
S No Term Definition

1. Affiliate “Affiliate” shall mean any holding company or subsidiary company of a


part of the Agreement or any company, which is subsidiary of such a
holding company. The expressions "holding company" and “subsidiary
company” shall have the meaning specified in the Companies Act 1956
or 2013 (as amended from time to time).

2. Agreement/ Agreement entered between Authority and the Systems Integrator


Contract including all attachments, schedules, annexure there to and all
documents incorporated by reference therein and all amendments,
corrigendum /corrigenda, changes thereto

3. Authority/ GM (Security) acting for and on behalf of the Food Corporation of India.
Department/ Tender
Inviting Authority/
Purchaser

4. Authorized Shall mean any person authorized by either of the parties.


Representative

5. Bidder The use of the term “Bidder” in the tender means the Sole Bidder or the
Lead Bidder of the consortium of firms (not exceeding two members
including Lead Bidder)

6. Bid / Proposal Offer submitted by the Bidder to fulfil the requirement of the Client/
Authority against this RFP. It shall be a comprehensive technical and
commercial response to this RFP.

7. Breach A breach by Bidder of any of its obligations under this RFP and resultant
Agreement

8. Completed Project  "Completed project" means projects, which have completed the
implementation phase/ Project has been declared Go-live/ 75% of
CAPEX has been paid to the bidder. The bidder should submit a
Certificate from the Client/ Statutory Auditor/ CA with UDIN number
to ascertain the claim of the completed project.
 Client appreciation letter (if available)

9. Client/ Refers to the Food Corporation of India


Department/FCI

10. Confidential All information including Dept. Data (whether in written, oral, electronic
Information or other format) which relates to the technical, financial and business
affairs, dealers, suppliers, products, developments, operations,
processes, data, trade secrets, design rights, know-how, plans, budgets
and personnel of each department and its affiliates which is disclosed
to or otherwise learned by the other Party in the course of or in
connection with this Agreement (including without limitation such
information received during negotiations, location visits and meetings in
connection with this Agreement);

11. Consortium A consortium of up to two (2) exclusive members including the Lead
Bidder is allowed.

Page 10 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

S No Term Definition

12. Control In relation to any business entity, the power of a person to secure:
a) by means of the holding of shares or the possession of voting
power in or in relation to that or any other business entity, or
b) by virtue of any powers conferred by the articles of association or
other document regulating that or any other business entity, that
the affairs of the first mentioned business entity are conducted in
accordance with that person’s wishes and in relation to a
partnership, means the right to a share of more than one half of
the assets, or of more than one half of the income, of the
partnership

13. Deliverables Products, infrastructure, and services agreed to be delivered by the


Bidder in pursuance of the agreement as defined more elaborately in
this RFP Implementation and the Maintenance phases and includes all
documents related to the user manual, technical manual, design,
process and operating manuals, service mechanisms, policies, and
guidelines (such as security related, data migration related), inter alia
payment and/or process related etc., source code and all its
modifications;

14. Consortium The Bidder who will come along with the Lead Bidder to comply with the
member (if any) terms & conditions mentioned in the tender document.

15. Notification of Department notification to the Successful Bidder in writing by way of


Award (NoA)/ Letter Letter or by fax or email, that their proposal has been accepted.
of Intent (LoI)/
Letter of Award

16. Letter of Successful Bidder’s response in writing by way of letter to Department


Acceptance (LoA) acknowledging the receipt and acceptance of the of NoA/ LoI along with
confirmation that the selected Bidder is willing to enter into a Contract
by fulfilling the pre-requisites mentioned in this RFP.

17. Project “Project” shall refer to Supply, Installation, Testing, Commissioning


(SITC) and Operations of CCTV solution at FCI Owned Godowns,
unless specified otherwise such as its references in qualification criteria.

18. Project Go Live The date of commencement of Operations and Maintenance phase after
the successful completion of the Project Implementation (acceptance of
the User Acceptance Testing (UAT) / overall solution by the Authority)

19. Partial Go Live/ If so, specified in the Agreement, Installation and Commissioning shall
Acceptance be carried out individually for each identified major component or
Subsystem(s) of the System. In this event, the provisions in the Contract
relating to Installation and Commissioning, including the User
Acceptance Testing (UAT), shall apply to each such major component
or Subsystem individually, and Operational Acceptance Certificate(s)
shall be issued accordingly for each such major component or
Subsystem of the System, subject to the limitations contained in the
below clause

Page 11 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

S No Term Definition

20. Operation and The commencement of Operations and Maintenance phase from the
Maintenance Phase date of declaration of successful Project Go-live by the Authority/
Department.

21. Intellectual All rights in written designs and copyrights, moral rights, rights in
Property Rights databases and Bespoke Software / Pre-existing work including its up-
gradation systems and compilation rights (whether any of these are
registered and including application for registration).

22. IOC / NOC Refers to the Integrated Operations Centre (IOC) and Network
Operation Center (NOC) to be setup at FCI HQ or designated place as
identified by FCI. It is expected that a Network Operations Centre will
be collocated at IOC however this may change as per the decision of
FCI.

23. Month / Week The month shall mean calendar month & week shall mean calendar
week unless specified otherwise.

24. Operating Cost Operating Cost is the cost incurred by the Authority after the Project
Commissioning of each Phase/overall Project.

25. Parties Authority and Bidder for the purposes of this RFP/Agreement and
“Party” shall be interpreted; accordingly, unless specified otherwise.

26. Penalty / Liquidated The amount deducted from the payment of the Bidder owing to non-
Damages completion of defined tasks within the defined timelines as per the
project timelines.

27. Performance Unconditional guarantee provided by the Bidder from a Nationalized


Security Bank or Scheduled Banks in favour of the Authority.

28. Project Installation, Commissioning, Operations and Maintenance of AI-based


CCTV solution at FCI owned Godowns including NOC.

29. Project Project Implementation as per the testing standards and acceptance
Implementation criteria prescribed by the Authority or its nominated agencies in
reference to this RFP scope.

30. Request for Written solicitation that conveys to the Bidder, requirements for
Proposal (RFP)/ products/ services that the Authority intends to buy and implement
Tender Document / against this RFP which consists of three (3) volumes and any further
Bidding document / addendum or corrigendum’s (if any):
Corrigendum  Volume 1: Bidding Instructions and Terms & Conditions
 Volume 2: Scope of Work
 Volume 3: Master Service Agreement

31. Service Level The level of service and other performance criteria which will apply to
the Services delivered by the Successful Bidder.

32. Service Down Time The period when specified services with specified technical and
operational requirements as mentioned in this document are not
available to Food Corporation of India. The departments shall be
operational on all days of a year except holidays within the uptime
specified in the Service Level Agreement (SLA).

Page 12 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

S No Term Definition

33. Service Level Performance and Maintenance SLA executed as part of the Master
Agreement (SLA) Service Agreement

34. Software Software designed, developed / customized, tested and deployed by the
Bidder for the purposes of the Project and includes the source code (in
case of Bespoke development) along with associated documentation,
which is the work product of the development efforts involved in the
Project and the improvements and enhancements effected during the
term of the Project, but does not include the third party software
products [including the Commercially Off The Shelf (COTS) products
used for the product], proprietary software components and tools
deployed by the Bidder;

35. Successful Bidder / Sole Bidder or Lead Bidder (representing the Consortium who is
System Integrator / declared L1 and is successfully awarded with the contract for the
SI / Implementation Project.
Agency

36. Total Project Cost Total cost quoted by the Successful Bidder for the Project in compliance
to meeting entire scope as prescribed in this RFP

37. User Acceptance Mutually agreed document, which defines procedures for Client/ User
Testing (UAT) Acceptance testing against requirements laid down in the Agreement
Document including test procedures agreed prior to the testing phase.

38. Last 3 Financial FY 2020 – 2021, FY 2021 – 2022, FY 2022 - 2023


Years (FY)

39. Last 5 Financial FY 2018 – 2019, FY 2019 – 2020, FY 2020 – 2021, FY 2021 – 2022,
Years (FY) FY 2022 - 2023

Page 13 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

3 Introduction
The Food Corporation of India is one of the premier organizations of Government of India setup under
the Food Corporation Act 1964, to fulfil the objectives of the Food Policy. Food Corporation of India
(FCI), since its inception, has played a highly significant role to fulfil the key objectives of the food
security policy of the Government of India (GoI), which includes effective price support operations for
safeguarding the interests of the farmers; distribution of food grains throughout the country for public
distribution system; maintaining satisfactory level of operational and buffer stocks of food grains to
ensure National Food Security.

FCI has been entrusted with the responsibility of execution of the Food Policies of the Government of
India in the areas of procurement, storage, movement, and distribution of food grains. FCI has put a
great emphasis on improving its operational efficiency, handling the complex and dynamic operations,
spread throughout the country, through use of IT enabled systems for efficient and fast-paced decision
making. It has played a significant role in India's success in transforming the crisis management-
oriented food security into a stable security system.

4 Overall Brief

4.1 About FCI


The Food Corporation of India (FCI) is one of the main organizations responsible for execution of food
policies of the Government of India. The functions of FCI primarily relate to the purchase, storage,
movement, distribution, and sale of food grains on behalf of the Government. It is under the ownership
of Ministry of Consumer Affairs, Food and Public Distribution, Government of India formed by the
enactment of Food Corporation Act, 1964 by the Parliament of India.

FCI has a large network of 2,200+ depots spread across the entire country to manage the stock of the
food grains and out of these, approx. 560+ are owned by FCI and the remaining are hired
SWC/CWC/PEG godowns.

Objectives of Food Corporation of India

 To provide remunerative prices to the farmers


 To make the food grains available at reasonable prices, particularly to vulnerable sections of
the society
 To maintain buffer stocks as measures of food security
 To intervene in market for price stabilization

Organization Structure

Headquartered at New Delhi, FCI has divided the organization into Zones (5), Regions (26) and
Districts (166) to operationally manage its depots across the country. The figure below shows the
number of each office and total number of depots divided across these. It also has multiple functional
divisions in its organization structure also to manage different functions such as Procurement, Storage,
Movement, Quality Control, Audit, Engineering & Maintenance, etc.

Page 14 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

4.2 Project Brief


Food Corporation of India (FCI) has already implemented an existing CCTV surveillance system
(analog cameras) for FCI owned depots across India and now intends to replace (“as-is where-is
basis”) the current/existing surveillance system with a new IP based CCTV system for owned depots
across India.

In consideration of the same, FCI is planning to on-board System Integrator (SI) Agency for supply,
installation, testing, commissioning (SITC) & operations of CCTV cameras system at 561 FCI owned
depots* across India. The ambition is that adoption of an integrated system will lead to an increased
standard of monitoring, oversight in warehouse management practices, greater levels of collaboration
(particularly amongst various line departments), innovation in monitoring models, scalable solutions,
and a more secure basis for the FCI to manage their supply chain. This will lead to an accelerated
adoption of smart surveillance systems by the warehousing industry, particularly in the public sector.
The SI scope of work will include Site Survey, Detailed Design, Supply, Installation, Testing,
Commissioning, Operations and Maintenance of the entire project.

*Note: The specified Depot count is indicative, and the final list shall be discussed and agreed with the
Successful Bidder.

4.3 Number of Godowns State wise

4.4 Overall, Scope of the Project


# Component Description

1 No. of Total 561 Godowns/Depots


Godowns /  North Zone - 270
Depots  West Zone - 74
 South Zone - 93
 East Zone – 60
 Northeast Zone –64
2 No. of IP CCTV  Total 22917 Cameras
Cameras  Bullet Camera - 13446
 Fisheye/360 deg. view Camera - 7665

Page 15 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

# Component Description

 Dome Camera – 1806


3 No. of  Temperature & Relative Humidity Sensor* - 20 (Two sensors at each Pilot depot
Environmental - One sensor outside the Godown & One sensor inside the chamber)
Sensors
*Note: - 10 depots as Pilot sites (2 from each Zone - PAN India) Each Depot to be
equipped with two sets of sensors to monitor temperature & relative humidity.
4 Type of Video  Camera inbuilt default analytics (Tampering, Camera view change, Camera
Analytics Blur/ out of Focus, Motion Detection, etc. (as available)

5 Storage of 90 days recording of all video feeds & 10% of bookmarked video feed for longer
Video Feeds duration at depot level and 90 days central storage of only bookmarked video data
at Integrated Operations Center (IOC) and Network Operations Center (NOC). Refer
recording parameters defined under Section 1.3 and Section 2.3 (B1) of the RFP
Volume 2.
6 Viewing of  At Depot & IOC/NOC level through viewing centers.
Video Feeds  Remote monitoring over web or mobile devices for remote users (mainly at
Depot, Regional level and for senior officials of FCI at Zonal & HQ level).
 Open interface over web (with limited access to identified/selected video feeds)
for on-demand monitoring by the public.
7 No. of Viewing Total 561 Viewing Centers at Godown/Depot Level
Centers

8 Integrated Setup of 8-seater Integrated Operation Centre (IOC) cum NOC with IT & Non-IT
Operation Component
Center cum
NOC
9 Network  Minimum 100 Mbps internet broadband at Depot level with secure VPN
Connectivity  Minimum 1Gbps of leased line at IOC/NOC level with secure VPN
 Network connectivity at depot level –
o Between Depot Control Room/ Local Viewing Center & PoE Network
Switch installed at Godowns / Weighbridge area/Entry Exit Gate etc. –
Wireless
o Between PoE Network Switch installed at Godowns / Weighbridge
area/Entry Exit Gate area & Camera & Sensors - Wired
10 Applications  Centralized Video Management System
Portfolio  Edge level/Camera inbuilt (default/no cost) analytics such as Device Tampering,
Camera FOV change, Camera Blur/ out of Focus, Motion Detection, Trip Wire &
Loitering and other relevant analytics as available.
 Application to monitor the environmental sensor data (for sensors at the Pilot
sites)
 Enterprises Management Application (EMS)
11 Data Transfer Environmental Sensors - provision for periodic (non-real-time) transfer of data with
FCI ERP applications such as ISCM/DOS/VLTS, etc. for supporting in operational
planning.
12 Operations &  Five (5) years of O&M from project Go-live (with a provision for yearly extension
Maintenance up to 2 additional years on mutual agreement).
(O&M)

13 Existing Setup /  The Successful Bidder must buy back the existing surveillance system and its
Buy back associated infrastructure shall be given on “as-is where-is basis”. The
Successful Bidder to remove and take away the existing surveillance system
along with active & passive infrastructure, once the newly proposed system is
commissioned & operational.
Page 16 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

# Component Description

 Transportation of the existing system from FCI depot premises shall be arranged
by the Bidder itself without any extra cost to FCI. Overall evaluation shall be
done considering the buyback value.
 The Successful Bidder will be entirely responsible for the safe disposal of the
existing surveillance system without affecting the environment in any manner as
per prevailing statutory rules and Act/law of the land.
 The Bidder may visit the site/depot and inspect the condition of buy back items
in advance before quoting for the bid. FCI will facilitate the access to such sites
post receiving visit requests from the Bidder.

14 Integration of  FCI had undertaken a proactive initiative and conducted a pilot through the
infrastructure Quality Council of India at FSD Shyamnagar in Bulandshahr to rigorously test
at the Pilot Site and validate the proposed solution for implementation across FCI depots. FCI
- FSD implemented 40 cameras and other necessary equipment at the Pilot site, FSD
Shyamnagar Shyamnagar, Bulandshahr through a vendor (M/s Ultrasyst) under the
supervision of QCI personnel. Refer the table below for more details:

FSD Shyamnagar Depot Installed items:

Warranty Installation
Installed Item Qty Make /Model
(In year) Date

FRS Camera 1 IDIS/DC-T4236WRX-A 1 Year 01.05.2022


PTZ Camera 1 IDIS/DC-S6283HRXL-A 1 Year 01.05.2022
Dome Camera 3 IDIS/DC-D4216RX-A 1 Year 01.05.2022
ANPR Camera 3 IDIS/DC-B6202XL 1 Year 01.05.2022
Fisheye Camera 12 IDIS/DC-Y6C16WRX-A 1 Year 01.05.2022
Bullet Camera 20 IDIS/DC-T4236WRX-A 1 Year 01.05.2022
NVR Channel (64) 1 IDIS/DR8364 1 Year 01.05.2022
FRS
Server/Workstation 1 Fusionstar/Invento i7102 1 Year 01.05.2022
ANPR + VMS +
VA
Server/Workstation 3 Fusionstar/Invento i7102 1 Year 01.05.2022
4 Port POE Switch
with 2 SFP Port 9 NEVIS/NVHFG0402GCP 1 Year 01.05.2022
16 Port POE
Switch with 2 SFP
Port 1 D Link /DGSF1018PE 1 Year 01.05.2022

24 Port Managed
Switch with 4 SFP
Port 1 Digisol/DG GS1528 1 Year 01.05.2022
FUJI Consul
Online UPS 5 KVA 1 Neowat/Fitnch 1 Year 01.05.2022
32 Inch LED Tv 1 LG/32 Inch Full HD 1 Year 01.05.2022
6U Rack with 2
Pole MCB 11 D Link /6U Wall Mount 1 Year 01.05.2022
32U Rack with
PDU and ENCOM/32U Network
accessories 1 Rack 1 Year 01.05.2022

Page 17 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

# Component Description

 The Successful Bidder shall be testing and commissioning/integrating the


existing 40 nos. of cameras which are already installed recently at the FSD
SHYAMNAGAR as a pilot site.
 The Successful Bidder shall be responsible for conducting thorough verification
tests to ensure the successful integration of the existing cameras into the new
CCTV system (any additional infrastructure beyond the existing setup). This
includes confirming suitable connectivity for data transmission, and
interoperability.
 The Successful Bidder shall perform comprehensive testing and commissioning
of the entire CCTV system, focusing on the functionality and performance of the
newly installed components, integration of existing cameras at the Pilot site and
its operations & maintenance till the contract period.

Note: FCI reserves the right to change the number/location of the FCI owned Depot to be covered as
part of this project and the same shall be finalized at the time of signing the contract with the Successful
Bidder.

4.5 Structure of the RFP


This RFP document consists of the three volumes. Broad topics covered in these three volumes are
given below:

4.6 Volume 1 – Instructions to Bidders


a. Introduction and Background of the project
b. General Terms and Conditions of the Bid
c. Qualification Criteria(s) for the Bidders
d. Technical and Commercial Evaluation Criteria for the bidders
e. Payment Terms
f. Implementation Timelines and Terms of Operation
g. Service Level Agreements (SLA)
h. Bid Submission Formats

4.7 Volume 2 – Scope of work

a. Summary of scope of work


b. Functional Requirement Specifications
c. Technical Requirements Specifications
d. Tentative list of Existing Surveillance System Details
e. List of locations along with Lat Long with tentative camera count

4.8 Volume 3 – Master Service Agreement

a. Draft of the contractual, legal terms & conditions applicable for the proposed engagement.

Page 18 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

5 Instructions to Bidders (ITB)

5.1 General Information


This section specifies the procedures to be followed by Bidders in the preparation and submission of
their Bids. Information is also provided on the submission, opening and evaluation of bids and on the
award of contracts. It is important that the Bidder carefully reads and examines the tender document.

5.2 RFP Issuing Authority


This Request for Proposal (RFP) is issued by the Authority, Food Corporation of India (FCI). FCI shall
be the final authority with respect to qualifying a Bidder through this RFP. FCI reserves the right to
reject any or all the bids without assigning any reason. FCI further reserves the right that they may
negotiate with the selected agency to enhance the value through this project and to create a more
amicable environment for the smooth execution of the project.

5.3 Bidder Registration and Instruction


1. Bidders must register into the e-tendering portal.
2. For any further assistance regarding the process of Electronic Tendering System, the
Bidders may please contact the Helpdesk Support Team of e-procurement portal
3. Bidders are advised to study all instructions, forms, terms, requirements, and any other
information in the Bid Documents carefully.
4. Submission of bid shall be deemed to have been done after careful study and examination
of the Bid Document with full understanding of its implications.
5. The response to this Bid Document should be full and complete in all respects. Failure to
furnish all information required by the Bid Documents or submission of a proposal not
substantially responsive to the Bid Documents in every respect will be at the bidder's risk
and may result in rejection of its Proposal.
6. Additionally, proposals of only those Bidders who satisfy the Conditions of Eligibility, stated
herein, will be considered for evaluation by Food corporation of India department.

5.4 Payment of Portal registration Fee, Tender Fee and EMD


As the bid is to be submitted only in online mode, Bidders are required to make online payment(s) of
the Registration fee / Transaction or Service fees / Earnest Money Deposit (EMD-), which will accepted
in the form of Bank Guarantee (including e-Bank Guarantee) using the online payments gateway
services integrated into the e-Procurement portal using various payment modes like Credit Card / Debit
Card / Internet Banking / Cash Card / NEFT / RTGS etc. Bidders are advised to initiate and process
the e-Challan/NEFT/RTGS payments well before the last date of submission of bid proposal in order
to get the same updated in the eProcurement system. Also refer to RBI guidelines for NEFT/RTGS
payment.

For the list of available online modes of electronic payments that are presently accepted on the online
payments gateway services, please refer to the link ‘Payments accepted online’ on the e-tendering
website.

Vendors are advised to complete their online enrolment / registration process on the portal well in
advance to avoid last minute hassle, it is suggested to complete enrolment at least four days before
the last date of bid submission date, failing which may result in non-submission of bids on time for
which vendor/end user shall be solely responsible. Also ensure to mention correct Bank account details
during the registration, which will be referred during refund of unsuccessful EMD/Bid Security.

The Tender fee and EMD must be paid to the Department as per the Bidding Data Sheet or
corrigendum, please refer to the link on the e-tendering website.

Page 19 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

5.5 Publishing of N.I.T.


For the tenders processed using the e-Procurement system, only a brief advertisement notice related
to the tender shall be published in the newspapers and the detailed notice shall be published only in
the e-Procurement system. Bidders can view the detailed notice, tender document and the activity time
schedule for all the tenders processed using the e-Procurement system on the e-tendering website as
prescribed in the Bidding Datasheet.

The Bidders are strictly advised to follow the tender time for their side for tasks / activities and
responsibilities to participate in the tender, as all the activities / tasks of each tender are locked before
the start time & date and after the end time & date for the relevant activity of the tender as set by the
concerned department official.

5.6 Downloading of Tender Document


The tender document and supporting document(s) if any can be downloaded only online. The tender
document(s) will be available for download to concerned Bidders after online publishing of the tender
and up to the stipulated date & time as set in the tender.

5.7 Key Dates


The Bidders are strictly advised to follow the tender schedule (Key Dates) available on e-Procurement
portal for their side of tasks and responsibilities to submit their bids, as the system is time and date
locked.

5.8 Consortium Conditions


A consortium of up to Two (2) members including the Lead Bidder is allowed.

1. A Bidder applying individually or as a consortium member shall not be entitled to submit another
application either individually or as a member of any other consortium, as the case may be.
2. All consortium members must provide an Agreement covering the above points and showing their
intention to enter into such an Agreement at the time of bidding along with a Pre-Qualification Bid.
3. The Lead Bidder shall be jointly and severally responsible for complete scope, whereas consortium
partners shall be severally responsible only for their respective scope.
4. A Bidding Consortium is required to nominate a Lead Bidder. The formation of the consortium
including identification of Lead Bidder and role and responsibilities of each member shall be
supported by Memorandum of Agreement and Power of Attorney signed by all the members on a
stamp paper of INR 100/-.
5. The Successful Bidder (SI) shall require entering into an agreement with the Consortium Member
specifying the following points in the Agreement. These points shall also be captured in the
agreement:
i. Identity Lead Bidder and Power of Attorney in favor of Lead Bidder.
ii. Roles and responsibilities of each consortium partner, the identification of the lead partner,
and providing for joint and several liability for each partner.
iii. All consortium members would be available throughout the Contract Period.
iv. The role and responsibility of any member must be commensurate with the technical/financial
capabilities that such member is contributing towards meeting the qualification criteria. Each
consortium member is liable to contribute resources in terms of knowledge, skills, and trained
Resource commensurate with its role and responsibilities during the Contract Period.
v. All consortium members must provide an Agreement covering the above points and showing
their intention to enter into such an Agreement at the time of bidding along with a Pre-
Qualification Bid.

Page 20 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

vi. The Consortium Agreement must also state that the period of the Agreement would coincide
with the Contract period. The consortium must continue to be in existence during the period of
the contract and any change will be subject to approval of the Authority (FCI) only.
vii. The final contract between the consortium members (The Consortium Contract) would be
available for legal vetting and open to suggestions by the FCI. FCI will suggest binding
corrections if it finds that such contract does not meet its requirements and interests as per the
Tender in letter and spirit.
viii. The Agreement should be on stamp paper and notarized. The signatories must be duly
authorized.
ix. Any modification in roles and responsibilities between consortium members during the
Contract Period shall be allowed only after approval from FCI. Any changes and deviation of
roles and responsibilities of consortium members during the execution, operation, and
maintenance of this Project without prior approval of Authority shall be viewed seriously by the
FCI as it can affect an important public service. Such unilateral action by the SI shall entitle
FCI to take appropriate action including considering it an event of default under this Contract
leading to consequences including termination with appropriate notice.
x. Any dispute arising during the Contract Period between the Consortium Members shall be
resolved amicably if the same adversely impacts Project Implementation and Operation. If in
FCI opinion, dispute between Consortium members is adversely impacting implementation
and operation of the Project then Authority may at its sole discretion in the interest of the
Project;
a. Terminate the Contract after due process and/or
b. Provide a binding solution.
xi. In case FCI intends to proceed with Termination, on account of SI’s Event of Defect and /or
unresolved disputes between the Consortium Members, both the Consortium Members shall
be jointly and severally liable for Implementation, Operation and Maintenance of project at
agreed prices and payment terms specified in this Tender till the Authority, or any new agency
appointed by the Authority takes over the Project.
xii. FCI reserves the right to reject the Bid in case of change in the constitution of the consortium
after the submission of Bid and before the execution of the Agreement.
xiii. In case any of the Consortium member is declared bankrupt, the other member is at the liberty
to disengage/ disassociate itself from such defaulting member after obtaining prior written
permission from the Department and onboard a new Consortium partner who qualifies the
required Pre-Qualification and Technical evaluation criteria set in the RFP. To become eligible
the new consortium should score more technical marks than the incumbent consortium has
scored.

Page 21 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

5.9 Sub-contracting
The Sole/Lead Bidder/ Consortium Member would not be allowed to sub-contract work, except
for the following:

1. Sub-contracting is allowed only for the following scope of work with prior written approval
of the Authority.
a) Installation of CCTV Cameras & other environmental sensors at field/depot/edge
level
b) Passive Networking
c) Civil & Mechanical work
d) Assistance of design architects for IOC
e) Field level operations & maintenance during O&M phase

2. The Sole Bidder/Lead Bidder may sub-contract/outsource the OEM services like system
configurations, commissioning, product servicing and upgradation support during the
project duration from respective OEMs only.

3. Sub-contracting shall be allowed only with prior written approval of the Authority. However,
even if the work is sub-contracted, the sole responsibility of the work shall lie with the
Sole/Lead Bidder. The Sole/Lead Bidder shall be held responsible for any delay/error/non-
compliance etc. of its sub-contracted vendor. The details of the sub-contracting
agreements (if any) between both parties (including the complete details of the scope of
work for such sub-contracted agency) would be required to be submitted to the Authority.

5.10 Compliant Bids/Completeness of Response


i. Bidders are advised to study all instructions, forms, terms, requirements, and other
information in the RFP documents carefully. Submission of the bid shall be deemed to
have been done after careful study and examination of the RFP document with full
understanding of the terms and conditions mentioned in all volumes of the RFP and its
implications.

ii. Failure to comply with the requirements of this paragraph may render the bid non-
compliant and the Bid may be disqualified. Bidders must:

 Include all documentation specified in this RFP in the bid.

 Follow the format of this RFP while developing the bid and respond to each element
in the order as set out in this RFP.

 Comply with all requirements as set out within this RFP.

5.11 Bidder to Inform


The Bidder shall be deemed to have carefully examined the Terms & Conditions, Scope, Service
Levels, Specifications, and Schedules of this RFP. If Bidder has any doubts/ clarifications as to the
meaning of any portion of the Conditions or the specifications, the Bidder shall raise the query through
GeM portal as per the GeM representation window.

5.12 Bid Preparation Costs


The Bidder is responsible for all costs incurred in connection with participation in this 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 the FCI to facilitate the evaluation process, or all such activities
related to the bid process. The FCI will in no case be responsible for or liable for those costs, regardless
of the conduct or outcome of the bidding process.

Page 22 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

5.13 Pre-bid meeting & Clarification


The said clause stands deleted.

5.14 Bidders Queries


The said clause stands deleted.

5.15 Responses to Pre-Bid Queries and Issue of Corrigendum


The said clause stands deleted.

5.16 RFP Document Fee


The RFP can be purchased by paying a non-refundable RFP Document Fee (amount as mentioned in
Bidding Datasheet), in form of online payment as per the modes mentioned on the e-tendering website
as prescribed in the Bidding Datasheet.

5.17 Earnest Money Deposit (EMD)


The bid security may be accepted in the form of Insurance Surety Bonds, Account Payee Demand
Draft, Fixed Deposit Receipt, Banker’s Cheque or Bank Guarantee (Including e-Bank Guarantee) form
any of the commercial Banks or Payment Online in an acceptable form safeguarding the Purchaser's
interest in all respects. Refer Annexure - 13 for format with respect to EMD submitted in the form of
Bank guarantee.

In case of online payments, the Bidder(s) shall submit their Earnest Money Deposit Online using
payment gateway as stated in the Notice Inviting Tender/ Bidding Datasheet. Bidder(s) must upload
an Online Payment/NEFT/RTGS receipt along with the reference details online. For e-BG, also refer
the provisions as stated under Section 7.3 about Bank Guarantee submission through Structured
Financial Messaging System (SFMS).

Bidders would be entitled to an online refund subject to tender terms & conditions and evaluation by
the respective department Authority.

Bidder(s)/vendor(s)/user(s) may update their account details in their registration if desired, the last
updated account details shall be considered for future payment(s)/refund(s) if applicable.

Bidders should submit EMD (amount as mentioned in Bidding Datasheet) as part of the Pre-
Qualification bid proposal post paying through RTGS/NEFT mode in the FCI Bank Account - Food
Corporation of India, A/c No. 10220632672, IFSC Code No. SBIN0050191 (SBI, KG Marg, New Delhi-
110001), MICR code 110002729. EMD in any other form than as prescribed under this section shall
not be entertained. The EMD shall be denominated in Indian Rupees only.

For Unsuccessful Bidders: EMD will be discharged / returned as promptly as possible, but not later
than 30 days after the award of the contract to the Successful Bidder.

For Successful Bidders: The EMD/bid security for the amount mentioned above, of Successful Bidder
would be returned without interest upon submission of Performance Bank Guarantee (as per format
prescribed in Annexure 5) by the Successful Bidder.

In case a bid is submitted without the EMD then the Authority reserves the right to reject the bid without
providing opportunity for any further correspondence to the Bidder concerned.

The EMD may be forfeited in any of the following circumstances:

i. If a Bidder withdraws their bid or increases their quoted prices during the period of bid validity
or its extended period, if any; or
ii. In the case of a Successful Bidder, if the Successful Bidder fails to sign the Contract or to
furnish Performance Bank Guarantee within specified time. The Authority may also blacklist

Page 23 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

the Successful Bidder in case the Successful Bidder fails to sign the contract agreement as
per defined timelines post acceptance of the NOA/LOI/LOA.
iii. During the bid process, if a Bidder indulges in any deliberate act which would jeopardize or
unnecessarily delay the process of bid evaluation and finalization.
iv. During the bid process, if any information found wrong / manipulated / hidden in the bid.

Note: Any Exemption with respect to submission of EMD will be inline with “General Terms and
Conditions on GeM 4.0 (Version 1.15) dt 11th June 2024” or any subsequent amendment till the
time of bid submission.
The said exemption of EMD submission (if eligible) applicable to Sole/Lead bidders only. If the
Sole/Lead Bidder wants to ascertain the benefit of EMD exemption then the bidder should submit the
relevant documents for claiming the benefit of EMD exemption on the tender portal inline with “General
Terms and Conditions on GeM 4.0 (Version 1.15) dt 11th June 2024” or any subsequent
amendment till the time of bid submission.
In case of non-submission of EMD, the bidder must submit the “Bid Security Declaration Form” as per
the format mentioned in Section 24, Annexure 14.

5.18 Bid Validity Period


Bid shall remain valid for the period mentioned in the Bidding Datasheet.

On completion of the validity period, unless the Bidder withdraws his bid in writing, it will be deemed to
be valid until such time that the Bidder formally (in writing) withdraws his bid.

5.19 Submission of Bid


Bids shall be received by the Authority on the e-tendering website [https://gem.gov.in/] before the time
and date specified in the schedule of the tender notice. In the event of the specified date for the
submission of tender being declared a public holiday by the Government, the offers will be received up
to the appointed time on the next working day. The Authority may, at its discretion, extend this deadline
for submission of offers by issuing corrigendum and uploading the same on e-Procurement portal.

A Three-part Bid System will be followed for this RFP with an ‘L1’ Selection criterion. The three parts
of the bid are the Pre-Qualification Bid, Technical Bid and Commercial Bid.

All the pages of the Bid must be sequentially numbered and should be indexed properly. The
Department will not accept submission of the Bid by fax/ e-mail or any other electronic/non-electronic
means other than through e-Procurement portal as prescribed in this RFP. Late bids, i.e., bids
submitted beyond the prescribed deadline of submission, shall not be accepted.

The Bidder must consider all Corrigendum’s to this RFP document that may have been published
before submitting their Bids. The Bid should be submitted in the covers as mentioned in the e-
Procurement portal.

The Bidders are requested to go through the RFP advertisement and the RFP carefully to understand
the documents required to be submitted and the process to be followed as a part of the Bid. Any
deviations may lead to rejection of the Bid.

The Bidder should try to submit the Bid well before the last date to avoid any inconvenience at the last
moment for which the department will not take any responsibility. The Bid submission date and time
are mentioned in the Key dates section of the e-Procurement portal. The Bidder will not be allowed to
submit the Bid after the Bid submission time.

5.20 Bid Formats


Bidder to ensure that all scanned documents shall be legible and neatly scanned prior to uploading the
same.

Page 24 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

5.21 Pre-Qualification Bid Format


Bidders are required to submit the Pre-qualification bid as per the requirements/ documents listed in
Annexure 2, Section 12.1. Bidders to note that in the event all documents mentioned in the table
provided at section 12.1 are mandatory and bids will be disqualified in case of non-submission of any
such documents.

5.22 Technical Bid Format


Bidders are required to submit the technical bid as per the requirements/ documents listed in at
Annexure 3, Section 13

5.23 Commercial Bid Format


The Bidder must submit the Commercial Bid as per the formats specified in Annexure 4. The Bidders
shall give the required details of Goods and Services Tax (GST) in respect of provision of services
under this RFP.

The Bidders shall quote for the entire scope of work on an “overall responsibility” basis such that the
total price offered covers all obligations of the Bidder mentioned in or to be reasonably inferred from
this RFP in respect of providing the product / services.

Prices quoted by the Bidder shall remain firm during the entire contract period and shall not be subject
to variation on any account except for a change in GST rates and laws. A Bid submitted with an
adjustable price quotation will be treated as non-responsive and shall be disqualified.

The Commercial offer by the Bidder must include all the financial costs, duties and charges,
contingency charges due to any reasons whatsoever, dollar fluctuation, import duties, shipping and
transportation charges, other risk costs, etc., which the Bidder may incur during the entire project
duration not limited to planning, implementation/ installation, and commissioning (I&C), operation and
maintenance (O&M) phase. The Bidder must factor and include all-inclusive costs in the commercial
proposal while bidding. FCI will not incur any such costs and will not pay any other costs apart from
the price quoted by the Bidder in the financial/ commercial proposal of this RFP.

If there is any discrepancy in the commercial bid, it will be dealt as per the following:

i. If, in the price structure quoted for the required goods/services/works, there is discrepancy
between the unit price and total price (which is obtained by multiplying the unit price by the
quantity), the unit price shall prevail and the total price shall be corrected accordingly.

ii. If there is an error in a total corresponding to the addition or subtraction of subtotals, the
subtotals shall prevail, and the total shall be corrected accordingly.

iii. If there is a discrepancy between words and figures, the amount in words shall prevail.

iv. If there is such discrepancy in an offer, the same shall be conveyed to the Bidder with target
date up to which the Bidder has to send his acceptance on the above lines and if the Bidder
does not agree to the decision of the Authority, the bid is liable to be disqualified and EMD will
be forfeited.

5.24 Language
The bid should be prepared and submitted by the Bidders in English language only. If any submitted
supporting documents are in any language other than English, translation of the same in English
language is to be provided (duly attested by the authorized signatory) by the Bidder(s). For purposes
of interpretation of the documents, the English translation shall govern. Such translated documents
shall be notarized and in case of any incorrectness of the translation, the Bidder will be penalized as
per the provisions prescribed in this tender.

Page 25 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

5.25 Authentication of Bids


An authorized representative (or representatives) of the Bidder shall Sign/initial all pages of the Pre-
Qualification, Technical and Commercial Bids as an acknowledgement of read and understood the
content and are unconditionally compliant.

The bid should be accompanied by an authorization in the name of the signatory (or signatories) of the
Bid. The authorization shall be in the form of a written power of attorney accompanying the Bid or in
any other form demonstrating that the representative has been duly authorized to sign all the bid
documents.

5.26 Amendment of Request for Proposal


At any time prior to the due date for submission of bid, the Authority may, for any reason, whether at
its own initiative or in response to a clarification requested by prospective Bidder(s), modify the RFP
document through amendments. Such amendments shall be uploaded on the e-tendering website
through corrigendum and the same shall form an integral part of RFP document. The relevant clauses
of the RFP document shall be treated as amended accordingly.

It shall be the responsibility of the prospective Bidder(s) to check the Authority’s website from time to
time for any amendment in the RFP document. In case of failure to notice/ get/ read the amendments,
if any, the Authority shall not be responsible.

In order to allow prospective Bidders a reasonable time to take the amendment into account in
preparing their bids, the Authority, at its discretion, may extend the deadline for submission of bids.
Such extensions notices shall be uploaded on the website of the Authority.

5.27 Bid Price


The Commercial Bid shall be as per the format provided in Annexure 4. Bidders shall give the required
details of all applicable costs including Goods and Service Tax in respect of direct transaction between
the Authority and the Bidder.

Bidders shall quote for the entire scope of contract on a “overall responsibility” basis such that the total
bid price covers Bidder’s all obligations mentioned in or to be reasonably inferred from the bidding
documents in respect of providing the product/services.

Prices quoted by the Bidder shall remain firm during the entire contract period and not subject to
variation on any account. A bid submitted with an adjustable price quotation shall be treated as non-
responsive and disqualified.

5.28 Deviations and Exclusions


Bids shall be submitted strictly in accordance with the requirements and terms & conditions of this
RFP. The Bidder shall submit a No Deviation Certificate as per the format mentioned in Annexure 2,
Section 12.15. The bids with deviation(s) are liable for rejection.

5.29 Total Responsibility


The bidder should issue a statement undertaking total responsibility for the defect free operation of the
proposed solution as per the format mentioned in Annexure 2, Section 12.16.

5.30 Late Bids


Submission of bid after the stipulated date and time of bid submission as per Bidding Data Sheet will
not be entertained and will not be permitted by the Authority.

The bids submitted by telex/telegram/fax/e-mail etc. shall not be considered. No correspondence will
be entertained on this matter. The bid submission should be online only.

Page 26 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

The Authority reserves the right to modify and amend any of the above-stipulated condition/criterion.

5.31 Right to Terminate the Process


Authority may terminate the RFP process at any time and without assigning any reason. The authorities
make no commitments, express or implied, that this process will result in a business transaction with
anyone. This RFP does not constitute an offer by the Authority.

5.32 Non-Conforming bids


A bid may be construed as a non-conforming bids and ineligible for consideration:

i. If it does not comply with the requirements of this RFP.


ii. If a bid does not follow the format requested in this RFP or does not appear to address the
particular requirements of the solution.

5.33 Confidentiality
All the material/information shared with the Successful Bidder during the course of the resulting
engagement following this tendering process, shall be treated as confidential and should not be
disclosed in any manner to any unauthorized person under any circumstances.

5.34 Acceptance/ Rejection/ Disqualification of bids


Bids shall be accepted for processing/ evaluation only if the same confirms to the terms and conditions
mentioned in the RFP.

All pages of the scanned Bid document being uploaded online by the Bidder shall be signed
and stamped by the authorized person.

The bid is liable to be disqualified in the following cases or in case Bidder fails to meet the bidding
requirements as indicated in this RFP:

i. During validity of the bid, or its extended period, if any, the Bidder changes its quoted prices.
ii. If any of the Sole Bidder/Lead Bidder/Consortium partner is also partner in any other bid or
submitting more than one bid, then all the affected bids shall be disqualified.
iii. More than one make, and model is proposed for any proposed IT components. In such cases,
the Authority may seek clarification to confirm single make & model without any change in
such items cost or the commercial bid.
iv. The Bidder’s bid is conditional and has deviations from the terms and conditions of RFP.
v. The bid is received in incomplete form. The bid is not accompanied by all the requisite
documents or is not as per the terms and conditions mentioned in the RFP.
vi. Information submitted in technical bid is found to be misrepresented, incorrect or false,
accidentally, unwittingly, or otherwise, at any time during the processing of the contract (no
matter at what stage) or during the tenure of the contract including the extension period if any.
vii. Commercial Bid Proposal/Cost details are enclosed with the same document as Technical Bid
Proposal.
viii. The Bidder tries to influence the bid evaluation process by unlawful/corrupt/fraudulent means
at any point of time during the bid process management.
ix. Bids without EMD fee.

5.35 Resource Requirement


The Authority has identified certain positions and minimum qualifications that should be part of the
team of the Bidder. Details of these positions are provided in RFP Vol-2; Section 2.10. Also refer
Clause 9.6 of this Volume 1.

Page 27 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

5.36 Resource Evaluations


The Successful Bidder shall carry out an evaluation of the performance of each member of the
Personnel in connection with the Services at least once in each Contract Year. Successful Bidder shall
provide reasonable written notice to the Authority of the date of each evaluation of each member of the
Personnel. The Authority shall be entitled to provide inputs to the Successful Bidder for each such
evaluation. Successful Bidder shall promptly provide the results of each evaluation to the Authority,
subject to Applicable Law.

5.37 Resource Replacement


In case any proposed resource resigns, absconding/ missing or in the event of untimely demise, then
the successful Bidder must inform the Authority within one (1) week of date of resignation/ such event.

Successful Bidder shall promptly initiate a search for a replacement to ensure that the position of any
member within the team is not vacant at any point in time during the contract period, subject to
reasonable extensions requested by Successful Bidder to the Authority.

Before assigning any replacement member of the Key Personnel prior to deployment, Successful
Bidder shall provide the Authority with:

i. A resume, curriculum vitae and any other information about the candidate that is reasonably
requested by the Authority; and
ii. An opportunity to interview the candidate.

The Successful Bidder must provide replacement resources of equal or better qualification and
experience as per the requirements of this RFP.

If the Authority objects to the appointment, Successful Bidder shall not assign the individual to that
position and shall provide an alternative candidate in accordance with the resource requirements of
this RFP.

The Successful Bidder needs to ensure at least Four (4) weeks of overlap period in such replacements.
The Authority will not be responsible for any knowledge transition to the replacement resource and any
impact/escalation of cost incurred by the Successful Bidder due to resource replacement.

5.38 Fraud and Corrupt Practices


i. 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, Authority shall reject a Bid 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, Authority shall, without prejudice to its any other rights or remedies, forfeit
and appropriate the EMD or PBG, as the case may be, as mutually agreed genuine pre-
estimated compensation and damages payable to Authority for, inter alia, time, cost, and effort
of Authority, in regard to the RFP, including consideration and evaluation of such Bidder’s Bid.
ii. Without prejudice to the rights of Authority under Clause above and the rights and remedies
which Authority may have under the LOI or the Agreement, if a Bidder 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 issuance 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 Authority during a
period of Three (3) years from the date such Bidder is found by Authority to have directly or
through an agent, engaged or indulged in any Prohibited Practices.
iii. For the purposes of this Section, the following terms shall have the meaning hereinafter
respectively assigned to them:
Page 28 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

iv. “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 Authority 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 Authority, 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 Award or the Agreement, who at any time has been
or is a legal, financial or technical consultant/ advisory of the Authority in relation to any matter
concerning the Project;
v. “Fraudulent practice” means a misrepresentation or omission of facts or disclosure of
incomplete facts, in order to influence the Selection Process.
vi. “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.
vii. “Undesirable practice” means (i) establishing contact with any person connected with or
employed or engaged by Authority 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
viii. “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.

5.39 Conflict of Interest


i. A Bidder shall not have a conflict of interest that may affect the Selection Process or the
Solution delivery (the “Conflict of Interest”). Any Bidder found to have a Conflict of Interest shall
be disqualified/ rejected. In the event of disqualification, the Authority shall forfeit and
appropriate the EMD, if available, as mutually agreed genuine pre-estimated compensation
and damages payable to the Authority for, inter alia, the time, cost and effort of the Authority
including consideration of such Bidder’s Bid, without prejudice to any other right or remedy that
may be available to Authority hereunder or otherwise.
ii. The Authority requires that the Bidder provides solutions which at all times hold the Authority’s
interest’s paramount, avoid conflicts with other assignments or its own interests, and act
without any consideration for future work. The Bidder shall not accept or engage in any
assignment that would be in conflict with its prior or current obligations to other clients, or that
may place it in a position of not being able to carry out the assignment in the best interests of
the Authority.

5.40 Right to vary quantity


i. At the time of award of contract, the quantity of goods, works or services originally specified
in the bidding documents may be increased or decreased by 25% of the total value of contract
during the contract period or extensions, if any. It shall be without any upward change in the
unit prices or other terms and conditions of the Bid and the bidding documents.

ii. If the Authority does not procure any item(s) mentioned in the RFP/ BoQ or procures less
than the quantity specified in the bidding documents due to change in circumstances, the
Successful Bidder shall not be entitled for any claim or compensation except otherwise
provided in the bidding document.

Page 29 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

iii. Repeat orders for extra items or additional quantities may be placed, if they are provided in
the bidding document, on the rates and conditions given in the contract if the original order
was given after inviting open competitive bids. The delivery or completion period may also be
proportionally increased.

5.41 Site Visit


i. The Bidder may wish to visit and examine the site or sites and obtain for itself, at its own
responsibility and risk, all information that may be necessary for preparing the bid and entering
into the Contract. The costs of visiting the site or sites (Whether pre- or post-bidding) shall be
at the Bidder’s own expense.
ii. The Authority will arrange for the Bidder and any of its personnel or agents to gain access to
the relevant site or sites, provided that the Bidder gives the Authority adequate notice of a
proposed visit. Alternatively, the Authority may organize a site visit or visits, as specified in
this RFP. Failure of a Bidder to make a site visit will not be a cause for its disqualification.

iii. No site visits shall be arranged or scheduled after the deadline for the submission of the
Bids and prior to the award of the Contract.

Page 30 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

6 Selection Process for Bidder

6.1 Opening of Bids


The Bids shall be opened by the Authority in presence 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 the
Authority from the Bidder firms to identify that they are bona fide representatives of the Bidder firm, for
attending the opening of bid.

There will be two bid-opening events:

 Event 1: Set 1 (Tender Fee, Bid Security/EMD), Set 2 (Pre-Qualification bid) and Set 3
(Technical bid)
 Event 2: Set 4 (Commercial bid)
Note:

1) The venue, date, and time for opening the Pre-qualification bid are mentioned in the Bidding
Datasheet.
2) The prequalification Bids of only those Bidders will be evaluated who clears the Set 1
requirements.
3) The Technical Bids of only those Bidders will be evaluated to see who clears the Pre-
qualification stage.
4) The Technical Bid will include the technical presentation document.
5) The Commercial Bid of only those Bidders will be opened as mentioned in stage 3.

6.2 Preliminary Examination of Bids


The Authority shall examine the bids to determine whether they are complete, whether the documents
have been properly signed and whether the bids are generally in order. Any bids found to be
nonresponsive for any reason or not meeting any criteria specified in this RFP, shall be disqualified by
the Authority, and shall not be included for further consideration.

Initial Bid scrutiny shall be held, and bids will be treated as non-responsive, if bids are:

i. not submitted in format as specified in this RFP document

ii. received without the Letter of Authorization (Power of Attorney)

iii. found with suppression of details

iv. with incomplete information, subjective, conditional offers and partial offers submitted

v. submitted without the documents requested

vi. non-compliant to any of the clauses mentioned in this RFP

vii. with lesser validity period

6.3 Clarification on Bids


During the bid evaluation, the Authority may, at its discretion, ask the Bidder for any clarification(s) of
its Bid. The request for clarification and the response shall be in writing, and no change in the price or
substance of the bid shall be sought, offered, or permitted.

6.4 Evaluation Process


The Authority shall constitute a Tender Evaluation Committee (TEC) to evaluate the responses of the
Bidders. The Tender Evaluation Committee shall evaluate the responses to this RFP and all supporting
documents/documentary evidence. Inability to submit requisite supporting documents/documentary
evidence by Bidders may lead to rejection of their bids.
Page 31 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

The decision of the authority in the evaluation of bids shall be final. No correspondence will be
entertained outside the process of evaluation with the Committee. The Tender Evaluation Committee
may ask for meetings or presentation or documents from the Bidders to seek clarifications to ascertain
the claim of submitted documents in the bid or conformations on their bids.

The authority reserves the right to reject any or all bids. Each of the responses shall be evaluated as
per the criteria and requirements specified in this RFP.

The steps for evaluation are as follows:

Stage 1: Pre-Qualification (PQ) Evaluation


i. Authority shall validate the Set 1 for Bid Security/Earnest Money Deposit (EMD) and Tender
document fee.

ii. If the contents of the Set 1 are as per requirements, Authority shall open the Set 2- “Pre-
Qualification Bid”. Each of the Pre-Qualification conditions mentioned in Section 6.6 is
MANDATORY. In case, the Bidder does not meet any one of the conditions, the Bidder shall
be disqualified.

Bidders would be informed of their qualification/ disqualification based on the Pre-


Qualification criteria through email.

iii. Technical bids of only those Bidders, who have qualified in the Pre-qualification stage, will be
opened.

Stage 2: Technical Qualification (TQ) Evaluation


i. Set 3 “Technical bid” will be evaluated only for the Bidders who succeed in Stage 1.

ii. The Authority (through TEC) will review the technical bids of the short-listed Bidders to
determine whether the technical bids are substantially responsive. Bids that are not
substantially responsive are liable to be disqualified at the Authority’s discretion.

iii. The Bidders' technical solutions proposed in the bid document shall be evaluated as per the
requirements specified in this RFP and technical evaluation framework as mentioned in
Section 6.7

iv. Bidders must upload a scanned copy of this RFP document (all three volumes) after putting
authorized representative’s signature and company seal on all pages along with the technical
bid as an unconditional acceptance to the complete tender document.

v. Bidders must present the envisaged solution to the Authority who qualify the Pre-Qualification
Stage.

vi. Each Technical Bid will be assigned a Technical Score out of a maximum of 100 points. Only
the Bidders who get Technical Score of more than or equal to 70% in Technical Evaluation
will qualify for Commercial Evaluation stage. However, if less than three (3) Bidders achieve
70% of the total marks, then 60% marks would be considered for the technical qualification.
Failing to secure minimum marks shall lead to rejection of the Technical Bid."

vii. Commercial bids for only those Bidders, who have qualified in the technical evaluation stage,
will be opened.

Stage 3: Commercial Evaluation


i. All the technically qualified Bidders will be notified to participate in the Commercial Bid opening
process.

Page 32 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

ii. The Commercial Bids for the technically qualified Bidders shall then be opened on the notified
date and time and reviewed to determine whether the commercial bids are substantially
responsive. Bids that are not substantially responsive are liable to be disqualified at the
Authority’s discretion.

iii. Commercial Bids that are not as per the format provided in Annexure 4, Section 14 or as per
requirements/ terms and conditions sought in this RFP are liable for rejection.

iv. The Bid price shall include all taxes and levies; and shall be in Indian Rupees; and must be
mentioned separately.

v. Total Price shall be calculated based on the format provided in Annexure 4, Section 14

vi. EMD/Bid Security amount shall be returned for unsuccessful Bidder after PBG is submitted by
successful Bidder.

6.5 Final Selection


The Lowest Quoting Bidder will be selected as per the lowest Total Quoted Cost (CAPEX + OPEX +
Taxes and any other cost), designated as ‘L1’, for awarding of the contract and consecutive Bidders,
based on their respective Total Quoted Cost, will be designated as L2, L3 etc.

Page 33 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

6.6 Pre-Qualification Criteria


The “Bidder” (The use of the term “Bidder” in the tender means the Single Service Provider or the
Lead Member of the Consortium of firms not exceeding two) must meet the following pre-qualification
requirements to become eligible for the Technical & Commercial Evaluation.

# Minimum Criteria Documentary Evidence Applicable To


1. The Bidder(s) must be a registered  Copy of valid Certificate of Sole Bidder / Lead
company in India under any of the Registration attested by Bidder &
following: Company Secretary/ Authorized Consortium
1. A company, incorporated under Signatory Bidder
Companies Act, 1956 or 2013,
amended till date  An undertaking on the
OR Letterhead of the Sole Bidder/
2. A Limited Liability Partnership, Lead Bidder & consortium
incorporated under Limited member stating that the Bidder
Liability Partnerships Act, 2008 has been in operation in India for
OR last three (3) Years Financial
3. A partnership firm registered Years (i.e., 2020-21 & 2021-22,
under Indian Partnership Act, 2022-23).
1932.
As per Annexures 2 – Section 12.3
The Bidder(s) should be & 12.4
operational in India for last three
(3) Financial Years (i.e.2020-21,
2021-22, 2022-23).

2. In the case of a consortium, the Valid agreement on INR 100/- Stamp Sole Bidder / Lead
applicant consortium shall submit Paper concluded among all the Bidder &
a valid agreement among the members of the consortium duly Consortium
members. The agreement shall stamped and signed by the Bidder
clearly specify the details of the Authorized Signatories of the
lead member and other companies under consortium dated
consortium members and outline prior to the submission of Bid.
the financial strengths, technical
strengths and the role and As per Annexures 2 – Section 12.5
responsibility of each of the
members of the consortium.

The maximum number of


members allowed in a consortium
is two (2) including the Lead
Bidder.
3. The net-worth of the Bidder(s) Duly signed & stamped Certificate Sole Bidder / Lead
should be positive for as on 31st from the Statutory Auditor/ Bidder &
March 2023 Chartered Accountant (along with Consortium
UDIN details) clearly mentioning the Member
requisite details.

As per Annexures 2 – Section 12.7

Page 34 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

# Minimum Criteria Documentary Evidence Applicable To


4. The Average Annual Turnover for Duly signed & stamped certificate Sole Bidder/ Lead
the sole/Lead Bidder during any from statutory auditor / Chartered Bidder
three (3) out of the last five (5) Accountant (along with UDIN details)
audited financial years (FY 2018- clearly mentioning the requisite
19, 2019-20, 2020-21, 2021-22, & details.
2022-23)
As per Annexures 2 – Section 12.7
Average Annual Turnover
(Overall) >= INR 350 Crore

Average Annual Turnover


(IT/ITES) >= INR 100 Crore.
5. The Average Annual Turnover for Duly signed & stamped certificate Consortium
the consortium member (if any) from statutory auditor / Chartered Bidder
during any three (3) out of the last Accountant (along with UDIN details)
five (5) audited financial years (FY clearly mentioning the requisite
2018-19, 2019-20, 2020-21, 2021- details.
22, & 2022-23).
As per Annexures 2 – Section 12.7
Average Annual Turnover
(Overall) >= INR 100 Crore.
6. Experience in Large IT project /  Citation - As per Annexures 2 – Sole Bidder/ Lead
CCTV Project with Government Section 12.8 Bidder
Agency  Copy of work order/
Contract/agreement detailing
Scope
The Bidder (Sole Bidder / Lead
 Client Certificate/ Satisfactory
Bidder) should have experience of
performance certificate from
implementing (Completed) large IT
same client
project for any Central
 Completion Certificate issued &
Government/ State Government/
signed by the competent
PSU/ Municipal Corporation
authority of the client entity on
having the order value of minimum
the entity’s letterhead or
INR 50 crores involving
Statutory auditor certificate or
Centralized CCTV System / Large
certificate from CA with UDIN
IT Application Implementation and
number mentioning percentage
Post Implementation Support in
of CAPEX achieved.
last Seven (7) years as on the last
date of bid submission.
Note: In case of NDA, copies of NDA
Completed Project:
agreement (along with masked
 “Completed project" means copies of work order OR Completion
projects, which have Certificate from Bidder’s CA) may be
completed the implementation provided.
phase/ Project has been
declared Go-live/ 75% of
CAPEX has been paid to the
bidder. The bidder should
submit a Certificate from the
Client/ Statutory Auditor/ CA
with UDIN number to ascertain
the claim of the completed
project.

Page 35 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

# Minimum Criteria Documentary Evidence Applicable To


 Client appreciation letter (if
available)

7. Experience in Multiple locations  Citation - As per Annexures 2 – Sole Bidder/ Lead


scenario: Section 12.8 Bidder/
 Copy of work order/ Consortium
Contract/agreement detailing Bidder
The Bidder (Sole Bidder/ Lead Scope
Bidder/ Consortium Member)  Client Certificate/ Satisfactory
should have experience of performance certificate from
implementing (Completed) and same client
operation of IT projects in last  Completion Certificate issued &
Seven (7) years as on the last signed by the competent
date of bid submission in multiple authority of the client entity on
locations (more than 5 distinct the entity’s letterhead or
revenue district/city/state) of India Statutory auditor certificate or
in a single project (of minimum certificate from CA with UDIN
value INR 50 crore or above). number mentioning percentage
of CAPEX achieved.
Completed Project:
 “Completed project" means Note: In case of NDA, copies of NDA
projects, which have agreement (along with masked
completed the implementation copies of work order OR Completion
phase/ Project has been Certificate from Bidder’s CA) may be
declared Go-live/ 75% of provided.
CAPEX has been paid to the
bidder. The bidder should
submit a Certificate from the
Client/ Statutory Auditor/ CA
with UDIN number to ascertain
the claim of the completed
project.
 Client appreciation letter (if
available)

8. Experience in similar projects:  Citation - As per Annexures 2 – Sole Bidder/ Lead


The Bidder (Sole Bidder / Lead Section 12.8 Bidder
Bidder) should have experience of  Copy of work order/
implementing (Completed) project Contract/agreement detailing
involving Design, Supply, Scope
Installation, Commissioning and  Client Certificate/ Satisfactory
Operations/ maintenance for any performance certificate from
agency/company/govt. agency in same client
last Seven (7) years as on the last  Completion Certificate issued &
date of bid submission. signed by the competent
authority of the client entity on
The single project should cover the the entity’s letterhead or
following scope of work:- Statutory auditor certificate or
1. Mandatory certificate from CA with UDIN
 Centralized CCTV based number mentioning percentage
Surveillance system. The of CAPEX achieved.
Page 36 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

# Minimum Criteria Documentary Evidence Applicable To


project should have at least
1000+ IP cameras in a single Note: In case of NDA, copies of NDA
project. agreement (along with masked
 Centralized Command & copies of work order OR Completion
Control/Monitoring Center Certificate from Bidder’s CA) may be
provided.
2. Any one (1) of below
mentioned parameters in the
same project quoted to
ascertain the claim of similar
project: -
 Video analytics
 IoT/ Environmental Sensor
System

Completed Project:
 “Completed project" means
projects, which have
completed the implementation
phase/ Project has been
declared Go-live/ 75% of
CAPEX has been paid to the
bidder. The bidder should
submit a Certificate from the
Client/ Statutory Auditor/ CA
with UDIN number to ascertain
the claim of the completed
project.
 Client appreciation letter (if
available)
9. Resource strength:  Certificate from the Human Sole Bidder/ Lead
Resource Head of the Bidder Bidder
The (Sole/Lead Bidder) have at As per Annexures 2 – Section
least Resource strength of 300 12.9
people on firm’s payroll at the time
of bid submission.

10. The Sole/Lead/Consortium Bidder The authorized signatory of the Sole Bidder/ Lead
should compulsorily possess the Bidder should provide copy of valid Bidder/
following Certifications: certificates as on Bid submission Consortium
date. Bidder
1. CMMi Level 3 or above
2. ISO 9001
3. ISO/IEC 27001

11. The Bidder(s) (All the members of Self-declaration by the Bidder (All Sole Bidder/ Lead
the Consortium individually in case the members of the Consortium Bidder &
the Bidder is participating in a individually in case the Bidder is a Consortium
Consortium) must not have been Consortium) a, duly signed by the Bidder
blacklisted / debarred by FCI authorized signatory in the template
/DFPD /DoE and must not have defined under Annexures – Section
declared / applied for bankruptcy in 12.13 & 12.14

Page 37 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

# Minimum Criteria Documentary Evidence Applicable To


India as on the date of bid
submission.

12. The Bidder(s) (All members of the Self-Declaration as per Annexures 2 Sole Bidder/ Lead
Consortium) should not have – Section 12.17 Bidder &
colluded or adopted anti- Consortium
competitive practices for the Bidder
purpose of this RFP
13. The Sole Bidder or any member of Duly signed & stamped copies of Sole Bidder/ Lead
consortium should have at least relevant documents: Bidder &
one registered/project/site office in Consortium
each of following zones of FCI i.e., If already office is present in Bidder
North, South, West, East & North- respective FCI earmarked zone
East at the time of bid submission.
 GST Certificate stating claim of
Or existing GST registration in
respective State
If the Bidder (s) or any member of or
consortium is not having above  Telephone / Electricity Bill
mentioned offices, then the Sole/ stating claim of existing office in
Lead Bidder / Consortium Bidder the respective State
to provide an undertaking to open or
the registered/project/site office in If already office is not present in
each of following zones of FCI i.e., respective FCI earmarked zone
North, South, West, East and
North-East within 60 days of  Undertaking by the Bidder (s) or
signing of contract. any member of consortium to
open one registered/project/site
office in each of following zones
of FCI North, South, West, East
and North-East within 60 days of
signing of contract.
 Self-Declaration as per
Annexures 2 – Section 12.6

14. Land/Border Sharing Declaration  The Bidder or its OEM should Lead / Sole Bidder
submit a compliance certificate
abiding by the restrictions
mentioned under Rule 144 (xi) of
the General Financial Rules
(GFRs), 2017 for the active
components & applications
proposed in the project.

 Self-Declaration as per
Annexure 11

Note: -

1. Projects executed for Bidder’s own or Bidder’s group (if part of same legal entity) of companies
shall not be considered.

Page 38 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

2. Authority (or a nominated party) reserves the right to check/ validate the authenticity of the
information provided in the Pre-qualification criteria and the requisite support must be provided
by the Bidder during this process.
3. Bidders who will qualify with all the above-mentioned prequalification criteria will be considered
for the subsequent technical evaluation process.
4. Bidders are advised to upload all relevant documents to relevant sections to substantiate the
qualification criteria mentioned in the above table.

Page 39 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

6.7 Technical Evaluation Framework


The following sections explain the technical criteria for evaluation of the qualified bids:

Technical Bid Evaluation Criteria


Prior to the detailed evaluation of the Technical Bids, Authority shall determine whether each Bid:

 is complete;
 is accompanied by the required information and documents and;
 is substantially responsive to the requirements set forth in the Tender Documents.

The authority shall appoint a Technical Evaluation Committee (TEC), which will evaluate bids received
in response to this Tender. The findings of the said Committee and subsequent decision of the
Authority shall be final and binding on all the Bidders. Only those Bidders, who fulfill all the criteria /
requirements mentioned in the bid, shall be eligible and qualified for technical scrutiny as per the
Evaluation Framework given below.

The authority may in its sole discretion waive any informality or non-conformity or irregularity in a Bid
document, which does not constitute a material deviation, provided such a waiver does not prejudice
or affect the relative ranking of any Bidder.

TEC shall take a Technical Demonstration of the components and applications proposed in the
Technical Bid. TEC shall ensure that the demo from each Bidder is sought on a standardized
requirement, thus creating a level playing field for all. The Committee’s decision in agreement with the
Authority in this regard shall be final. Key technical aspects, but not limited to, that will be verified
through the demonstration would be as follows:

1. Demonstration of proposed CCTV, IoT Sensor with accessories and required integrations.
2. Control Room setup with visualization of VMS on real time basis.
3. Demonstration of AI based video analytics.

Regardless of the stage of the bidding, FCI (or a nominated party) reserves the right to check/ validate
the authenticity of the information provided in the Pre-qualification and Technical Evaluation criteria
and the requisite support must be provided by the Bidder. The following sections explain how the
Bidders will be evaluated on each of the evaluation criteria.

# Parameter Minimum Criteria Documentary Max.


Evidence Score
1 Turnover The consolidated average Duly signed & stamped 15
annual turnover for the Bidder(s) certificate from statutory
Sole/Lead/Consortium during auditor / Chartered
any three (3) out of the last Five Accountant (along with
(5) audited financial years (FY UDIN details) clearly
2018-19, 2019-20, 2020-21, mentioning the requisite
2021-22, & 2022-23) details by the respective
bidder(s)
 10 marks for Consolidated
Average Annual Turnover As per Annexures 2 –
(Overall) >= INR 350 Crores Section 12.7
 1 additional mark for every
additional 50 Crores
2 IT/ITES The consolidated average Duly signed & stamped 10
Turnover annual turnover from IT/ITES certificate from statutory
business for the Bidder(s) auditor / Chartered
Sole/Lead/Consortium during Accountant (along with
any three (3) out of the last Five UDIN details) clearly
Page 40 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

# Parameter Minimum Criteria Documentary Max.


Evidence Score
(5) audited financial years (FY mentioning the requisite
2018-19, 2019-20, 2020-21, details
2021-22, 2022-23)
As per Annexures 2 –
 7 marks for Consolidated Section 12.7
Average Annual Turnover
(IT/ITES) >= INR 100 Crores
 1 additional mark for every
additional 25 Crores
3 Project The Bidder (Sole Bidder / Lead  Citation - As per 15
Experience in Bidder/Consortium Member) Annexures 2 – Section
Large IT project should have experience of 12.8
/ CCTV Project implementing (Completed) large  Copy of work order/
with IT project for any Central Contract/ agreement
Government Government/ State detailing Scope
Agency Government/ PSU/ Municipal  Client Certificate/
Corporation having the order Satisfactory
value of minimum INR 50 crores performance
involving Centralized CCTV certificate from same
System / Large IT Application client
Implementation and Post  Completion Certificate
Implementation Support in last Issued & signed by the
Seven (7) years as on the last competent authority of
date of bid submission. the client entity on the
entity’s letterhead or
Completed Project: certificate from
 Completed project" means Statutory auditor or
projects, which have CA with UDIN Number
completed the
implementation phase/ Note: In case of NDA,
Project has been declared copies of NDA
Go-live/ 75% of CAPEX has agreement (along with
been paid to the bidder. The masked copies of work
bidder should submit a order OR Completion
Certificate from the Client/ Certificate from Bidder’s
Statutory Auditor/ CA with CA with UDIN Number)
UDIN number to ascertain may be provided.
the claim of the completed
project.
 Client appreciation letter (if
available)

Maximum Marks – 15
 10 marks for 1 Completed
project
 2.5 marks for every
additional completed
project

Page 41 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

# Parameter Minimum Criteria Documentary Max.


Evidence Score
4 Experience in Experience in Multiple  Citation - As per 15
Multiple Location scenario: Annexures 2 –
Location Section 12.8
Scenario The Bidder (Sole Bidder/ Lead  Copy of work order/
Bidder/ Consortium Member) Contract/agreement
should have experience of detailing Scope
implementing (Completed) and  Client Certificate/
operation of IT projects in last Satisfactory
Seven (7) years as on the last performance
date of bid submission in certificate from
multiple locations (more than 5 same client
distinct revenue  Completion
district/city/state) of India in a Certificate issued &
single project (of minimum value signed by the
INR 50 crore or above). competent authority
of the client entity
Completed Project: on the entity’s
 Completed project" means letterhead or
projects, which have certificate from
completed the Statutory auditor or
implementation phase/ CA with UDIN
Project has been declared Number.
Go-live/ 75% of CAPEX has
been paid to the bidder. The Note: In case of NDA,
bidder should submit a copies of NDA
Certificate from the Client/ agreement (along with
Statutory Auditor/ CA with masked copies of work
UDIN number to ascertain order OR Completion
the claim of the completed Certificate from Bidder’s
project. CA with UDIN Number)
 Client appreciation letter (if may be provided.
available)

Maximum Marks – 15
 10 marks for 1 Completed
project
 2.5 marks for every
additional completed
project
5 Similar Project Experience in similar projects  Citation - As per 20
(as defined in definitions Annexures 2 – Section
section): 12.8
 Copy of work order/
The (Sole Bidder / Lead Bidder / Contract/agreement
Consortium Member) should detailing Scope
have experience of  Client Certificate/
implementing (Completed) Satisfactory
project involving Design, performance
Supply, Installation, certificate from same
Commissioning and Operations/ client
maintenance for any  Completion Certificate
agency/company/govt. agency issued & signed by the

Page 42 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

# Parameter Minimum Criteria Documentary Max.


Evidence Score
in last Seven (7) years as on competent authority of
the last date of bid submission. the client entity on the
entity’s letterhead or
The single project should cover certificate from
the following scope of work:- Statutory auditor or
CA with UDIN
1. Mandatory Number.
 Centralized CCTV based
Surveillance system. The
project should have at least
1000+ IP cameras in a
single project.
 Centralized Command &
Control/Monitoring Center

2. Any one (1) of below


mentioned parameters in the
same project quoted to
ascertain the claim of similar
project: -
 Video analytics
 IoT/ Environmental Sensor
System

Completed Project:
 Completed project" means
projects, which have
completed the
implementation phase/
Project has been declared
Go-live/ 75% of CAPEX has
been paid to the bidder.
The bidder should submit a
Certificate from the Client/
Statutory Auditor/ CA with
UDIN number to ascertain
the claim of the completed
project.
 Client appreciation letter (if
available)

Maximum Marks – 20
 12 marks for 1 Completed
project
 4 marks for every additional
completed project

Page 43 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

# Parameter Minimum Criteria Documentary Max.


Evidence Score
6 Resource The (Sole/Lead Bidder /  Certificate from Bidder 5
Strength Consortium member) have as per Annexures 2 –
consolidated Resource strength Section 12.9
on firm’s payroll at the time of
bid submission.
>=300 & <400 people: 3 marks

>=50 IT/ITES Qualified (B.E/


B.Tech./ M.Tech./ MCA/ M.Sc.
(CS / IT)) or equivalent people
& <100 people: 1 additional
mark

>=100 IT/ITES Qualified [B.E/


B.Tech./ M.Tech./ MCA/ M.Sc.
(CS / IT)] or equivalent people:
2 additional marks

7 Approach & 1. Understanding of the Project Technical proposal and 10


Methodology Scope along with work plan. presentation by the
2. Detailed Technical / Solution Bidder
document
3. Overall technical
architecture & components
proposed
4. Pre & Post Go Live
Resource details with
governance structure
5. Risk & Management Plan
6. O&M Plan
7. Strategy to comply with
mentioned post
implementation SLA
8. Unpriced Bill of Material
along with detailed quantity
and make & model / version
# Component Qty Make &
Model

8 Technical Operational demonstration of Technical 10


Demonstration the following: demonstration by the
1. All type of cameras Bidder
2. Environmental sensors
3. Edge Level/Camera inbuilt
default analytics,
(Tampering, Camera view
change, Camera Blur/ out of
Focus, Motion Detection,
etc. (as available)
4. Network Video Recorder
5. Centralized VMS
application
Page 44 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

# Parameter Minimum Criteria Documentary Max.


Evidence Score

Total Maximum Marks 100

Note: -

1. Projects executed for Bidder’s own or Bidder’s group (if part of same legal entity) of companies
shall not be considered.

2. The authority (or a nominated party) reserves the right to check/validate the authenticity of the
information/ documents provided in the Technical Evaluation criteria and the requisite support
must be provided by the Bidder during this process.

3. Bidders are advised to upload all relevant documents to relevant sections to substantiate the
qualification criteria mentioned in the above table.

4. In addition to the above-mentioned criteria, it's mandatory for the bidder to get the compliance
of OEM eligibility criteria and of minimum benchmark technical & functional specifications from
the OEM. Bidder should submit either technical & functional compliance to mentioned
benchmark specifications directly from the OEM or bidder to submit the technical specification
sheets highlighting the compliance to the benchmark specifications.

5. Its mandatory for the Bidder to comply with the Manufacturer Authorization Form (MAF)
certificate for listed IT components mentioned below. In case of minor deviation, the Bidder
can submit the undertaking of submitting the MAF as per format before contract signing.
However, the decision to accept the deviation at the bid evaluation stage remains with the
Department.
a. Depot Level – All type of CCTV cameras, Network video recorder, Network Switches,
VPN Firewall, Wireless Equipment, UPS
b. Centralized HQ Level – Servers, Centralized Storage, Network Switches/Routers,
Workstations, Video Wall, Centralized VMS application, EMS application, Antivirus,
UPS
6. Bidders who obtain a minimum of 70% overall technical score will be termed as technically
qualified and would be considered for a subsequent evaluation process.

7. However, if less than three Bidders achieve 70% of the total marks, then 60% marks would be
considered for the technical qualification. Failing to secure minimum marks shall lead to
rejection of the technical Bid. Only Technically Qualified Bidders shall be considered for the
subsequent evaluation process.

Page 45 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

OEM Eligibility Criteria


OEM Eligibility criteria for various key components are given in the table below. OEM would need to
submit the self-certification. If required Department may ask for additional supporting documents for the
compliance to these criteria.

Component Selection Criteria


 Minimum Supply base of 50,000 IP based cameras in India or globally as on bid
submission date.
 Should have been operational (min. 2 years) for at least one (1) Surveillance
project (in India or globally) of minimum 1000 IP based cameras during last five
Surveillance
years as on date of the bid submission.
Cameras
 The OEM should have its own RMA setup to fulfil its warranty, service, AMC
commitments (or via authorized service partner / distributor) in India as on bid
submission date.
 The OEM should have valid ISO 9001, ISO 27001 certifications
 Minimum installation base of five (5) surveillance projects with provision of
remote centralized monitoring of video feeds established for any
Center/State/PSU Government projects in India or globally as on bid submission
date.
Video Management  Should have been operational for at-least 1 city/state surveillance projects/Smart
Software city/ Safe city projects/ Centralized Security & Surveillance Project (in India or
globally) of minimum 1000 cameras during last five (5) years as on date of the
bid submission.
 The OEM should have valid any two out of three certifications mentioned below
ISO 9001, ISO 27001, CMMI Level 3 or above.

 The OEM should have its own RMA setup (or via authorized service partner /
Video Wall Solution distributor) in India as on bid submission date.
 The OEM should have valid ISO 9001 certification

 Minimum installation base of 10,000 Servers in India or globally as on bid


submission date.
Server  The OEM should have its own RMA setup (or via authorized service partner /
distributor) in India as on bid submission date.
 The OEM should have valid ISO 9001 & ISO 27001 certifications
 Minimum installation base of 5,000 NVR device in India or globally as on bid
submission date.
(NVR)  The OEM should have its own RMA setup (or via authorized service partner /
distributor) in India as on bid submission date.
 The OEM should have valid ISO 9001 & ISO 27001 certifications
 Minimum installation base of 10,000 Network Switches/wireless networking
devices in India or globally as on bid submission date.
Network Switches /
 The OEM should have its own RMA setup (or via authorized service partner /
wireless
distributor) in India as on bid submission date.
networking devices
 The OEM should have valid ISO 9001 & ISO 27001 certifications
o
 Minimum installation base of 10,000 Firewall device in India or globally as on bid
submission date.
Firewall  The OEM should have its own RMA setup (or via authorized service partner /
distributor) in India as on bid submission date.
 The OEM should have valid ISO 9001 & ISO 27001 certifications
 Minimum installation base of 100 Environmental Sensors in India or globally as
Environmental on bid submission date.
Sensors  The OEM should have its own RMA setup (or via authorized service partner /
distributor) in India as on bid submission date.
 The OEM should have valid ISO 9001 certificate
 Minimum installation base of 1000 Online UPS in India or globally as on bid
Online UPS submission date.
 The OEM should have its own RMA setup (or via authorized service partner /
distributor) in India as on bid submission date.
Page 46 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

Component Selection Criteria


 The OEM should have valid ISO 9001 certifications

Note:

1. With reference to ‘Make in India’, following policies (including any further amendments, if any,
as on bid submission day) will be applicable:
I. Policy released by Ministry of Electronics and Information Technology (MeitY),
Government of India dated 14th September 2017 having no. F.No.33(1)/2017-IPHW
and any further amendments.
II. Policy released by Ministry of Communications, Department of Telecommunications
(DoT), Government of India dated 29th August 2018 having no. 18-10/2017-IP and any
further amendments.
III. Policy released by Department of Promotion of Industry and Internal Trade, Ministry
of commerce and industry, Government of India dated 4th June 2020 having no. P-
45021/2/2017-PP (BE-II) and any further amendments.
IV. Office Memorandum released by Government of India, Ministry of Consumer Affairs,
Food & Public Distribution Department of Food & Public Distribution dated 12.03.2024
having No. 39-05/2024-AC and any further amendments.
V. The Gazette of India : Ministry of Electronics and Information Technology (MeitY),
(IPHW Division), Extraordinary, Part II – Section 3 – Sub Section (ii) dated 7th March
2024 dated 6th March 2024 having No. 1062 (CG-DL-E-08032024-252738)-
In compliance to the said notification from MeitY, Bidder has to ensure that
OEMs have applied for Security Audit/Testing of the offered CCTV System by
STQC. Bidder shall also need to submit a self-declaration confirming that the
requisite certificate from STQC or any other agency as nominated by Meity shall
be submitted before the supply of the respective products. The self-declaration
must also state that in an extremely rare event, if a particular product is not
successfully cleared by the certifying agency or the certification is not achieved
in alignment with the project timelines, then Bidder shall replace the product
with suitable replacement having same or better specification and having an
existing security certification from STQC or any other agency as nominated by
Meity without any time or cost implications to FCI. Any delay of project due to
such rare event, shall have the same implications as applicable on delay of
project due to the factors attributed to the MSI.
An acknowledgement copy of application for security testing by STQC for the
offered product clearly highlighting the exact make & model number along with
the self-declaration as mentioned above is to be submitted on or before the last
date (original/extended) of submission of the bid proposals.
In case STQC certification is not submitted for the proposed components by the
bidder, payment against those components shall be withheld till the receipt of
said certification. The balance payment pertaining to said bill claimed shall be
released to the successful bidder.
It is mandatory for the bidder to submit the valid STQC before Project go-live. If
the said certification is not furnished by the bidder as per stipulated timeline,
then the subsequent payment for milestone number 8 onwards (mentioned in
payment terms) will be withheld till the valid certifications are furnished.
VI. The Gazette of India : Ministry of Electronics and Information Technology ((MeitY),
(IPHW Division), Extraordinary, Part II – Section 3 – Sub Section (ii)) dated 9th April
2024 having No. 1569 (CG-DL-E-09042024-253632)

Page 47 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

2. For deciding L1 local supplier under Make in India policy and considering products under make
in India the policy mentioned in Sr. No. I to VI as mentioned above will be applicable.

3. For the products proposed under make in India, the Bidder(s) shall be required to verify, do
due diligence and submit all justifications / documents/ information along with the compliance
of the products to meet the technical specifications, functional specifications, envisaged
outcomes and SLA requirements specified in the RFP. After conforming the above, the bidders
and the OEMs shall have to provide an undertaking on INR 300 rupees non-judicial stamp
paper confirming the compliance of the technical specifications, functional specifications,
envisaged outcomes, local content in terms of composition of the products and SLA
requirements specified in the RFP.

4. The bidder/s is also required to submit OEM’s statutory auditor certificate certifying percentage
of local content in terms of composition of the products as proposed bid. Additionally, the
bidder(s) and the OEMs shall have to provide an undertaking on INR 300 rupees non-judicial
stamp paper confirming the compliance of the technical specifications, functional
specifications, envisaged outcomes, local content in terms of composition of the products and
SLA requirements specified in the RFP.

5. Bidder to submit Annexure 9 by OEM claiming benefit under Make in India Policy.

6. Bidder to submit Annexure 10 by Bidder on Make in India.

7. In case at any point of time, the details provided is found to misrepresent any facts or
documents or any piece of information provided, then OEM/s shall be disqualified and
blacklisted. The Bidder(s) must provide the new solution as per the requirement of the RFP at
no extra price within one month.

8. With regards to the above table, OEMs will certify the installation base and the project
experience. This certificate shall be issued through the global Headquarters and attested by
the Indian office. in case of any doubt, Tendering authority shall verify the claim of OEMs.
Decision of Department shall be final and binding upon the Bidder and OEM.

9. Land border sharing declaration: - The Bidder or its OEM should submit a compliance
certificate abiding the restrictions mentioned under Rule 144 (xi) of the General Financial Rules
(GFRs), 2017 for the active components & applications proposed in the project.

10. Network Switches / wireless networking devices: The proposed BTS & CPE equipment’s must
comply to:
o MTCTE (DOT, GOI) Circular No. 5-2/2021-TC/TEC/185 dated 27.12.2023 and
subsequent circulars and amendments (if any) released thereafter as on bid submission
day Mandatory Testing and Certification of Telecom & Networking equipment.

7 Award of Contract

7.1 Notification of Award/ Letter of Intent (LoI)


The Authority will notify the successful Bidder by e-mail and letter and issue a Letter of Intent.

The Bidder who becomes the L1 post evaluation of commercial Bid as per Section 6.4 shall be invited
for negotiations for awarding the contract. In case of a tie where two or more Bidders quoting the same
cost, the Bidder with the higher Technical Score will be invited first for negotiations for awarding the
contract.

The Department will issue a Letter of Intent (LOI) or Letter of Award to the Successful Bidder as per
the evaluation process detailed above.

The Successful Bidder should submit the Letter of Acceptance (LOA) within 7 days from the date of
LOI. In case the LOA submission exceeds 7 days from the date of LOI, the department will levy a
penalty of 0.05% of the first milestone value, for each week of delay, from the first milestone payment
of Sole Bidder or Lead Bidder and Consortium member. In case the delay of submission of LOA

Page 48 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

exceeds 21 days from date of LOI the department reserves the right to forfeit the EMD and decide the
future course of action.

7.2 Signing of Contract


After the notification of award/ LoI, the Bidder will submit a Letter of Acceptance (LoA) to the
Department within 7 days from the date of LoI. Subsequently, a contract shall be signed between
Successful Bidder(s) and Authority, or the agency designated by the Authority subsequent to
submission of a Performance Bank Guarantee (PBG) within 15 days from the date of issuance of LoI.
A draft of Master Service Agreement is provided in RFP Volume 3.

7.3 Performance Bank Guarantee (PBG)


Performance Security may be furnished in the form of Insurance Surety Bonds, Account Payee
Demand Draft, Fixed Deposit Receipt from a Commercial bank, Bank Guarantee (including e- Bank
Guarantee) from a Commercial bank or online payment in an acceptable form safeguarding the
purchaser's interest in all respects.

Within fifteen (15) days from the date of issuance of LOI, the successful Sole/ Lead Bidder shall, at
their own expense, submit an unconditional and irrevocable Performance Bank Guarantee (PBG) to
the Authority. The PBG shall be from a Nationalized Bank or a Scheduled Commercial Bank in the
format prescribed in Annexure 5, payable on demand, for the due performance and fulfillment of the
contract by the successful Bidder.

The PBG shall be for an amount equivalent to 10% of the total contract value, as derived from the
negotiated/ final Commercial bid. PBG shall be invoked by the Authority, in the event the successful
Sole Bidder/ Lead Bidder/ Consortium member or both:

a. fails to meet the overall penalty condition as mentioned in the RFP or any changes agreed
between the parties,

b. fails to perform the responsibilities and obligations as set out in this RFP to the complete
satisfaction of Authority,

c. Misrepresents facts/ information submitted to the Authority anytime during the contract tenure.

The PBG shall be valid for a period of 90 days beyond the Actual Contract period. The PBG may be
discharged/ returned by the Authority upon being satisfied that there has been due performance of the
obligations of the Successful Bidder under the contract. However, no interest shall be payable on the
PBG.

In the event of the Successful Bidder being unable to service the contract for whatever reason(s), the
Authority shall have the right to invoke the PBG. Notwithstanding and without prejudice to any rights
whatsoever of the Authority under the contract in the matter, the proceeds of the PBG shall be payable
to Authority as compensation for any loss resulting from the Successful Bidder’s failure to
perform/comply its obligations under the contract.

The Authority shall notify the Successful Bidder in writing of the exercise of its right to receive such
compensation within 40 days, indicating the contractual obligation(s) for which the successful Bidder
is in default. The Authority shall also be entitled to make recoveries from the successful Bidder’s bills,
performance bank guarantee, or from any other amount due to him, an equivalent value of any
payment made to him due to inadvertence, error, collusion, misconstruction, or misstatement.

In case the project is delayed beyond the project schedule as mentioned in RFP, the PBG shall be
accordingly extended by the successful Bidder till completion of scope of work as mentioned in RFP
Volume II.

It shall be the responsibility of the successful Lead Bidder and Consortium member to maintain, during
the contract period, a valid and binding PBG for a period of three months (90 days) after the expiry of
the Contract Period (“Validity Period”).
Page 49 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

On satisfactory performance and completion of the order in all respects and duly certified to this effect
by the Project Coordinator, Contract Completion Certificate shall be issued and the PBG would be
returned to the successful Bidder.

"Performance Bank Guarantee" and "Performance Security" are to be read as synonyms of each other
for the purpose of understanding.

Bank Guarantee through Structured Financial Messaging System (SFMS):

 The BG issuing bank shall send cover for BG issued through SFMS platform to the FCI banker,
i.e., ICICI Bank Ltd., 9A, Phelps Building, Connaught Place, New Delhi – 110001 (IFSC Code:
ICIC0000007) as per the details below:

i. MT760 COV for issuance of Bank Guarantee


ii. MT767 COV for amendment of Bank Guarantee
iii. Issuing bank shall mention FCI beneficiary office code in field code in field 7037 of
MT760COV/MT767COV
iv. FCI Beneficiary code will be “FCIHA11” where HA11 is four-digit unit code of respective office
of FCI.

 The Bidder shall submit the copy of SFMS message as sent by the issuing bank branch along with
the original Bank Guarantee.
 BG submitted without these details shall not be accepted.
 Proforma of BG shall also be amended to include the following message:

“Cover message for this BG has been sent to FCI bankers i.e., ICICI Bank Ltd., 9A, Phelps Building,
Connaught Place, New Delhi – 110001 (IFSC Code: ICIC0000007) through SFMS.”

7.4 Failure to agree with the Terms & Conditions of this RFP
Failure of the Successful Bidder to agree with the Terms & Conditions of this RFP shall constitute
sufficient grounds for the annulment of the award.

In such a case, Authority shall invoke the PBG and/or forfeit the EMD as applicable. The Authority may
also decide to Blacklist such Bidder to restrict from Participation in all ongoing (yet to be awarded) or
future tender.

Page 50 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

8 Project Timelines and Payment Terms


The project will be implemented in two phases, which are as below:

 Implementation phase: Nine (9) Months from the date of signing of the contract. Go-live shall
be declared post implementation phase of the project as per the relevant scope of work
detailed in this RFP.
 Operational & Maintenance Phase: Sixty (60) months or Five (5) years post Go-Live of the
project, extendable yearly up to 2 years subject to the approval by the Department.

8.1 Timeline & Payment Terms


# Milestone Timeline Payment Terms
(In Weeks)
1 Contract Signing T -
2 Project Inception Plan & Kick off T+1 weeks -
3 Site assessment report T+4 weeks -
4 SRS & SDD T+6 weeks 5% of Total Contract Value
5 SITC with UAT of Command cum monitoring T+18 weeks 10% of Total Contract Value
center & data center (IOC) and Network
Operation Center (NOC) at FCI Headquarters
6 Supply, Installation, Testing & Commissioning T+34 weeks 50% of Total Contract Value to
(SITC) of every 10% of Depots/Godowns be paid in 10 equated payouts
(Cumulating to 100% of all Depots/Godowns) (5%) on achieving the
any of the five (5) Zones and integration with respective milestones (every
IOC/NOC incremental 10%) *

However, after completion of SITC along with


integration with IOC/NOC in 80% of the
depots/Godowns in any zone, the final two (2)
instalments (for the remaining 20% of work) shall
be paid after all the zones have achieved 80%
completion in this respect
7 Training and Capacity building T+34 weeks 5% of Total Contract Value***
8 Project Go-Live: Acceptance of UAT post T36 weeks 5% of Total Contract Value**
Integration and Commissioning of centralized
feed monitoring of 100% Godowns at FCI
Headquarters
9 Operations & Maintenance Phase Sixty (60) months from 25% of Total Contract Value
the date of Project Go- (To be paid in 20 equal
live quarterly installments)

Important notes for payment terms: -

Page 51 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

i. * In case STQC certification is not submitted for the proposed components by the bidder,
payment against those components shall be withheld till the receipt of said certification. The
balance payment pertaining to said bill claimed shall be released to the successful bidder.

ii. ** It is mandatory for the bidder to submit the valid STQC before Project go-live. If the said
certification is not furnished by the bidder as per stipulated timeline, then the subsequent
payment for milestone number 8 onwards will be withheld till the valid certifications are
furnished.

iii. *** In case there is change in no. of depots/ camera/ other components to be commissioned
during the project implementation stage. The commercial impact rising from the change of
quantity of depots, cameras, or any other project component will be adjusted during the
payment to be done for milestone number 7 & 8 mentioned in above table.

iv. In case of any external dependency beyond the control of the SI, the SI is not able to commission
the CCTV system in some godowns. Then in that case, Subject to the approval from the
Authority/FCI, those Godowns will not be considered as a mandatory requirement for the Project
Go-live. Those Godowns can be excluded from Project Go-live with prior permission and consent
of the Department. Such reductions shall be limited to variation clause as defined under Clause
5.40.

v. CAPEX should not be over 75% of total project cost (i.e., CAPEX + OPEX for 5 years including all
taxes). If any Bidder quotes CAPEX as over 75% of total project cost, the Department shall cap
CAPEX at 75% of total project cost & shall pay 25% of total project cost in 20 equal instalments for
five years post Go Live.

8.2 Acceptance Process

1. SRS, SDD & Other Documentation:


a) The Successful Bidder/System Integrator (SI) shall provide detailed documentation
outlining the overall project design documents such as SRS, FRS, SDD, HLD, LLD,
architectures, IT & non-IT infrastructure sizing, product catalogues/datasheets, etc.
b) The SI shall also submit the rationale behind the choice of network design (including
choice of commercial or industrial grade switches) for each proposed location,
considering the specific environmental conditions prevalent in that region.
c) The client reserves the right to request additional information or clarification regarding
the proposed network switch selections.

2. Material Delivery Acceptance


a) The Successful Bidder shall provide a detailed schedule for material delivery, specifying
the delivery timeline for each component or equipment. The FCI (or its nominated
representatives) reserves the right to inspect and verify delivered materials for
compliance with the specifications outlined in the proposal. FCI may highlight any such
discrepancies to the bidder for resolution. FCI may also demand documentary evidence
such as delivery challan, material receipt notes, test certificate by the manufacturers,
etc.
3. Installation and Commissioning Acceptance
a) Upon completion of installation and commissioning, the Successful Bidder shall notify the
client in writing of the readiness for verification of work completion / acceptance. The FCI
shall have the right to verify that the installed and commissioned system meets all
specified requirements and functions as intended.
b) * Work Completion / I&C assessments will be conducted jointly by the FCI (Depot
manager or any other person/agency as nominated by FCI) and the Successful Bidder.
Refer Section 22, Annexure – 12 for an illustrative template of I&C certificate.
c) The Depot manager will provide a formal acceptance or non-acceptance of the installed
system within 4 working days of completion of acceptance. Non-acceptance will be
accompanied by a detailed list of discrepancies and necessary corrective actions.
d) If the depot manager fails to grant their consent for acceptance or non-acceptance, the
matter will proceed to the next level, which is the Divisional Office (Divisional Manager)
of the respective Depot and then (if required) to the next level i.e. Regional Office (DGM
security).

Page 52 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

e) Post formal acceptance by the Depot Manager / Divisional Manager an acceptance


certificate is issued to the Successful Bidder.
4. Payment Process:
a) System Integrator (SI) shall raise a digitally signed payment invoice before Zonal Offices
by uploading in the Bill Tracking Software (BTS) of FCI or any other software provided by
FCI during the contract period. Credentials for the respective portal and other details
shall be provided by FCI.
b) The processing shall be executed by the respective Zonal Office (ZO) SPOC as
Nominated by the FCI.
c) Payments shall be made in accordance with the agreed-upon milestones and payment
schedule outlined in the contract.
d) The FCI will release payments based on successful completion of each milestone.
e) The client reserves the right to withhold payments in the event of non-compliance with
specifications, delays, or any other issues identified during the acceptance process.
f) The payments will be linked to deliverables and invoices for each milestone payment
must be submitted within 15 days of the milestone's successful completion along with
I&C certificates. Late submissions may result in delayed payments. FCI will be clearing
the respective invoices post assessing the achievement of milestone for timely payments
on best effort basis.
g) In case of disputed items, the disputed amount shall be withheld (specific to the
invoice/bill under consideration) and shall be paid only after settlement of the dispute.
However, the cumulative withheld amounts will not be more than 10% of the total
contract value as thereafter the provisions of the right to Terminate shall prevail.
h) Payments to the SI during the project implementation phase & Operations phase is
envisaged to be assessed by the respective Zonal Offices of FCI as per the claimed
work completion at Depot/Godown level in respective zone.
i) Payments to the SI during the project implementation phase & operations phase for
components commissioned at IOC and NOC level will be assessed at FCI HQ level.
j) However, the detailed modalities of the Payment methodology will be discussed and
agreed on while signing the contract agreement with the Successful Bidder.
k) During the O&M phase, all invoices shall be submitted by the Successful Bidder
quarterly or as prescribed in the Payment Terms.
l) The type and template of all reports required during Operation and Maintenance Phase
needs to be submitted by the Successful Bidder to the Department and should be
approved by the Department before Go-live for release of any O&M payments.

9 Terms and Conditions

9.1 General
i. The Successful Bidder shall be obliged to pay the salary on or before 10th of every month to
its deployed Resource.
ii. The Successful Bidder shall discharge its liability for the deployed Resource in respect of
Employees Provident Fund under The Employees’ Provident Funds and Miscellaneous
Provisions Act, 1952, if applicable.
iii. The Successful Bidder shall also have to bear all other liabilities as per existing “Contract
Labour (Regulation and Abolition) Act, 1970” and other applicable Labour Act as amended
from time to time, if applicable.
iv. Food Corporation of India shall not pay any additional cost towards the establishment of office,
Administrative & support staff deployed for administering the Resource outsourcing contract
to the Successful Bidder
v. The Successful Bidder shall provide and be responsible for payment of salaries and other
statutory privileges and facilities as applicable to its Resource as per relevant and applicable
law/rules/regulations and orders of the Central / State Government or local authorities or other
authorities as are in force from time to time.
vi. All Resource engaged under this Contract by the Successful Bidder shall be employees of
Successful Bidder. Food Corporation of India shall not have any liability/responsibility to

Page 53 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

absorb the persons engaged by the Successful Bidder and/or extend any type of
recommendation, etc. for obtaining any job with the Food Corporation of India or elsewhere.
vii. The Successful Bidder shall at the time of execution of the Contract have PF (Provident Fund)
code number obtained from authorities concerned under the Employee’s Provident Fund and
Miscellaneous Provisions Act, 1952 and where he remits contributions in respect of the
employees employed by him to the PF office concerned every month or obtain the same within
a month after the agreement for the concerned employees, if applicable.
viii. The Successful Bidder shall maintain all records/registers as required to be maintained under
various Labour laws and other statutory laws in force and as amended from time to time,
mentioned above and produce the same before the Statutory Authorities as well as the
Authorities of the Food Corporation of India, if applicable.
ix. Successful Bidder cannot assign any task / job to any third party before any written approval
from the Department. In case, if it has been reported to Food Corporation of India or Food
Corporation of India has observed the same then penalty will be invoked and two (2) such
incidents may lead to termination of contract by Food Corporation of India
x. In case the hired personnel do not attend the work at any time for whatever reason, the
successful Bidder shall make alternate arrangements to Food Corporation of India, so that the
daily work of Food Corporation of India does not suffer.
xi. If any of the persons engaged by the Successful Bidder misbehaves with any officials of the
Food Corporation of India and other stakeholders of Food Corporation of India or commits any
misconduct in connection with the property of the Food Corporation of India or suffers from
any serious communicable diseases, the Successful Bidder shall be liable to replace them
immediately.
xii. The Successful Bidder shall ensure that necessary information regarding the persons engaged
by him is intimated to the Nodal Officer through the online system along with hard copy.
xiii. The Successful Bidder will be responsible for compliance of all the applicable laws and
obligations arising out from the action of providing services of all personnel and Food
Corporation of India shall not be responsible for any such liability or lapses.
xiv. During the subsistence of the contract, Food Corporation of India shall not undertake any
monetary liability other than the amount payable to the successful Bidder for the services of
personnel provided by them. Other liabilities, if any, shall be solely rest on the successful
Bidder.

9.2 Contract Period


i. The contract shall commence from the date of execution of agreement and shall continue for
defined period in Bidding Datasheet or more as the case may be unless it is curtailed or
terminated by the authority owing to deficiency in service or sub-standard quality of Resource
deployed or breach of any conditions of contract etc. or change in requirements.
ii. The Agreement shall automatically expire on completion of agreement period unless it is
extended for further period by mutual consent of the Successful Bidder and the Food
Corporation of India.
iii. The Agreement may be extended, on the same terms and conditions or with some additions /
deletions / modifications, for a further specific period as will be mutually agreed upon by the
Successful Bidder and the Food Corporation of India. However, there can be only two
extensions of one year each that can be made.
iv. The Food Corporation of India reserves the right to terminate the agreement by issuing prior
notice of Ninety (90) days to the Successful Bidder.
v. The Successful Bidder will be bound to furnish details to the Food Corporation of India while
submitting the tender or at subsequent stage as per tender document. Any such document
furnished by Successful Bidder found to be false at any stage would be deemed to be a breach
of the terms of agreement making it liable for legal action against Successful Bidder apart from
termination of the agreement forthwith.

Page 54 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

9.3 Contract Extension


i. The Department reserves the right to extend the contract at its sole discretion, for a duration
of maximum two (2) years (1+1 year) to be renewed annually, beyond the five (5) years of
post-implementation period. It will be mandatory for the system integrator to take up the
operation and maintenance for the extendable up to 2 years subject to the approval by the
Department.
ii. The department may, at its discretion, provide an annual increment of maximum 7% on the
average of cumulative yearly operational & maintenance cost (OPEX) quoted by the Bidder in
the price bid/ contract for five (5) years. Such an extension would be necessitated if the
handover of the project to the next Systems Integrator, post completion of the project duration
of the Systems Integrator, is delayed. All other T&C of the original contract shall remain
applicable during the extension period.
iii. During any such extension period, the Bidder shall submit a revised a PBG worth 10% of the
contract value during each such extension period (yearly extensions subject to maximum two
iterations) and the same shall be valid for a period of 45 days from the date of expiry of such
contract.

9.4 Mishap and Injury to Resource


i. The Successful Bidder shall comply with all the rules and regulations regarding safety and
security of its employees and Food Corporation of India will in no way be responsible in any
manner in case of any mishap to their personnel.
ii. The Successful Bidder shall indemnify and keep Food Corporation of India indemnified
against all losses and claims for injuries or damage to any person whatsoever which may
arise out of or in consequence of the execution of the Contract and against all claims,
demands, proceedings, damages, costs, charges, and expenses whatsoever in respect of
or in relation thereto.
iii. Food Corporation of India shall not be liable for damage or compensation payable as per
provision of law/act in respect or consequence of any accident or injury to any workmen or
other person in the employment of the Successful Bidder. The Successful Bidder shall have
to pay all claims, demands, proceedings costs, charges, and expenses whatsoever in
respect of or in relation there to.
iv. In the event of any accident and/or injury, in respect of which compensation may become
payable under the Workman’s Compensation Act-VIII of 1923 including all amendments
thereof, Food Corporation of India’s Authorized officer / Nodal officer shall have full powers
to retain out of any sums payable/becoming payable to the Successful Bidder , any sum as
may be deemed sufficient to meet such liability on receipt of award of compensation from
the competent authority under the said act, and the same shall be adjusted from this amount.
Any shortfall shall be recovered, and any excesses shall be refunded. The opinion of the
Authorized officer of Food Corporation of India shall be final in regard to all matters arising
under this clause.
v. In case any Resource of the Successful Bidder is implicated in any lawsuit or is injured by
any person or group of persons, agitating mob, etc. during the course of performing his/her
duty/their duties for the Food Corporation of India, it shall be the sole responsibility of the
Successful Bidder to defend its Resource in the court of law or to extend all medical and
financial help, etc. without charging any cost to the Food Corporation of India.
vi. Food Corporation of India shall be deemed to be indemnified by the Successful Bidder for
lapses or other mischief’s etc. by its Resource.
vii. Claims arising due to “any activity” by the Resource shall be liable for adjustment from
performance bank guarantee furnished by Successful Bidder.

Page 55 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

9.5 Reporting of Resource


i. The persons deployed shall be required to report for work at scheduled time as directed by
Food Corporation of India’s nodal officer and shall be deployed in compliance to requirement
as stated under clause 9.6.
ii. The person to be deployed by the Successful Bidder shall be working as per the directions
of Food Corporation of India. They may be assigned to any work decided by the Nodal
Officer as and when required. If any of the Resource deployed by the Successful Bidder will
disobey to carry out order of the Nodal Officer, their services shall be withdrawn immediately
and sent back to the Successful Bidder. The penalties will be invoked as defined in SLA
section.

9.6 Reporting of Bidder


i. The Successful Bidder shall employ at least Seven(7) representatives for overall project
Management.
ii. Two representatives (one as project manager level (full time) and one as subject matter
expert level (need basis)) are to be deployed at Head quarter level and Five representatives
to be deployed at each of the Zonal HQ/Office of FCI (one at each zone during the
implementation period). The deployment of resources at Zonal HQ/Office shall be on need
basis (Mutually agreed with FCI).
iii. The representative shall also be liable for deputation in any operational unit of FCI across
the country depending on work requirements and no additional sum shall be payable on
account of such redeployment.
iv. The SI must submit the Zone wise detailed work execution plan aligned with the milestone's
activities and the timelines for the master execution plan defined in the RFP.
v. The SI to share (name, address, telephone number, identity proof of the representative shall
be communicated in writing to the Nodal Officer) to supervise the deployment and
performance. The said representatives shall be present whenever required and should be
approachable in person or on the phone at time to the FCI for discussion and meetings.
vi. For all purposes the Successful Bidder will be reporting primarily to the Zonal FCI officials /
nodal officer as well as the SPOC at National HQ on a weekly basis.
vii. The representatives shall comply with the oral and written instructions given on a day-to-day
basis, by the officer(s) authorized by FCI from time to time. They must honor office timings,
timelines provided by FCI, tasks assigned etc., in a time bound manner.
viii. Any written order or instruction which the Nodal Officer or his duly authorized
representatives may give to the said representative of the Successful Bidder shall be
deemed considered to have been given to the Successful Bidder.
ix. The Successful Bidder shall furnish the complete address of its permanent office and local
office along with telephonic numbers, fax numbers, emails, etc. to the FCI. Any notice or
instructions to be given to Successful Bidder under the terms of the Contract shall be
deemed to have been served on him if it has been sent at local office or to the address of
the Successful Bidder last notified by them or delivered to authorized signatory.

Page 56 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

10 Service Level Agreement (SLA)


The Service Level Agreement (SLA) shall become a part of the contract between the Department and
the Successful Bidder. SLA defines the terms of the Successful Bidder(s) responsibility in ensuring the
timely delivery of the deliverables and the correctness of the same based on the agreed Performance
Indicators as detailed in this section. The Successful Bidder must comply with Service Level
requirements to ensure adherence to project timelines, quality, usability and availability of services.

Definitions

a. Days (365 days in a calendar year): All Working and Non-working days
b. 24x7 means around the clock (24 hours) for all seven days of the week without any non-working
days
c. “Scheduled Maintenance Time” shall mean the time that the Application is not in service due to a
scheduled maintenance activity as approved by the Department.
d. “Scheduled operation time” means the scheduled operating hours of the Application for the month.
All scheduled maintenance time on the Application would be deducted from the total operation
time for the month to give the scheduled operation time. The total operation time for the
applications and required Resource will be 24X7X365 (per year).
e. “Uptime” shall mean the time period for the specified services / components with the specified
technical service standards are available to the user department. Uptime, in percentage, of any
component (Non-IT & IT) can be calculated as: Uptime = {1- [(Downtime) / (Total Time –
Scheduled Maintenance Time)]} * 100
f. “Downtime” shall mean the time period for which the specified services / components with
specified technical and service standards are not available to the user department and excludes
downtime owing to Force Majeure & Reasons beyond control of SI.
g. “Availability” means the time for which the services and facilities are available for conducting
operations. Availability is defined as: {(Scheduled Operation Time – Downtime)/ (Scheduled
Operation Time)} x 100%
h. “Incident” refers to any event/abnormalities in the functioning of the any of Equipment/Services
that may lead to disruption in normal operations of the Centralized Command Control Center or
Applications Involved or Call Taking Services.
i. Severity of the incidents are defined as below:
Severity / Issues Impact on Description
Critical Impacting DC or Any failure/malfunctioning of:
Integrated  All Servers installed at FCI HQ
Operations Centre  All Applications hosted at FCI HQ
or NOC at HQ  Core Router/VPN Router/Switch at FCI HQ and its
level network and security modules
 Ethernet port/module failure of Core
Routers/Switch
 Firewalls, Firewall Modules or any security devices
installed at FCI HQ
 Anti-Virus Server, Proxy Server, Domain &
Directory Server
 AAA / Radius Server, EMS server and/or any other
important servers
 Gigabit L3 Managed Switch
 Gigabit 24 Port L2 Managed Switch
 LAN Setup & LAN Switch connecting to Core router
 UPS operation
 Internet leased line connectivity at HQ level
 Availability of live web feed
Page 57 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

Severity / Issues Impact on Description


 Mobile Application/ Dashboard
Medium Impacting Any failure/malfunctioning of:
NVR/Network  Local Viewing Center
switch/Internet  NVR at depot level
connectivity at  VPN Router/WAN Network Switch and
Depot level associated parts/ports at depot location
 Ethernet port/module failure of wireless
Routers/Switch at depot level
 Unavailability of internet (if the reason is fully
attributed to the ISP/SI) at Depot level
Low Impacting one or Any failure/malfunctioning of:
more end  All End devices/utilities (Camera, 8/16 port PoE
devices/utilities switch, Cable cut etc.) installed at depots
at Depot level locations
 Live camera feed at depot level
 Online UPS and associated parts/ports
 Environmental sensors and controllers
 BTS/CPE wireless connectivity failure/antenna
alignments/Breakdown of the wireless backhaul
system.

j. “Helpdesk Support" shall mean the 24x7x365 based support centre which shall handle Fault
reporting, Trouble Ticketing and related enquiries during this contract.
k. “Resolution Time” shall mean the time taken (after the incident has been reported at the helpdesk),
in resolving (diagnosing, troubleshooting and fixing) or escalating (to the second level or to
respective Vendors, getting the confirmatory details about the same from the Vendor and
conveying the same to the end user), the services related troubles during the first level escalation.
l. Days are to be read as calendar days for the purpose of SLA computation.

The Successful Bidder has to supply software / automated tools to monitor all the SLAs mentioned
below.

Note: Penalties shall not be levied on the Successful Bidder in the following cases:

 There is a force majeure event effecting the SLA which is beyond the control of the successful
Bidder.

 The non-compliance to the SLA has been due to reasons beyond the control of the Bidder.

The above exemption will only be considered if the same has been communicated by the respective
SI well in timeframe of 2-3 days.

The purpose of this Service Level Agreement (hereinafter referred to as SLA) is to clearly define the
levels of service which shall be provided by the System Integrator to Food Corporation of India for the
duration of this contract.

10.1 Measurement of SLA


The SLA metrics provided specify performance parameters such as baseline performance, lower
performance, and breach. All SLA calculations will be done on a quarterly basis. The SLA also specifies
the penalties for lower performance and breach conditions.

Payment to the successful Bidder is linked to compliance with the SLA metrics. The matrix specifies
three levels of performance, namely,

 The System Integrator will get 100% of the Contracted value if the all-baseline performance
metrics are compiled and the cumulative SLA score is 100

Page 58 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

 The System Integrator will get lesser payment in case of the lower performance. (For e.g., if
SLA point score is 80 out of 100 then the System Integrator will get 20% penalized on the
quarterly payment).
 The aforementioned SLA parameters shall be measured per the individual SLA parameter
requirements and measurement methods, through appropriate SLA Measurement tools to be
provided by the SI and audited by Food Corporation of India (FCI) or its appointed Consultant
for accuracy and reliability.
 FCI shall also have the right to conduct, either itself or through any other agency as it may
deem fit, an audit / revision of the SLA parameters. The SLAs defined, shall be reviewed by
FCI on an annual basis after consulting the SI, Project Management Consultants and other
experts. All the changes would be made by FCI after consultation with the SI and might include
some corrections to reduce undue relaxation in Service levels or some corrections to avoid
unrealistic imposition of penalty, which are noticed after project has gone live. The service
provider is required to submit the Corrective Action & Preventive Action (CAPA) plan in
case of any revision in SLA parameters.
 FCI would have right to invoke termination of the contract, If the overall penalty applicable in
any Two (2) consecutive quarters during the contract period exceeds 30% of the respective
quarterly payment.
 During O&M phase, the SLA shall be computed on a quarterly basis, for each individual month
separately, as per the individual SLA parameter requirements. In case the service levels
cannot be achieved at service levels defined in the tables below, it shall result in a breach of
contract and shall invoke liquidated damages.
 The Liquidated damages/ penalty to be levied on the SI shall be capped at 10% of the total
contract value. In case the penalty exceeds the capped value then the Department has the
right to invoke termination of the contract. However, the description of same remains with the
client.

10.2 SLA Holiday (Stabilization Period)


In order to stabilize the system & operations on the field post-Go-live, the SLA holiday of the first quarter
shall be provided to the System integrator & SLA-related deductions/penalties will be applicable from
the second quarter onwards. However, SI will be responsible to submit the SLA reports on a timely
basis for the first quarter of operations.

10.3 Planned Downtime


Any planned application / server downtime would not be included in the calculation of application /
server availability. However, the Successful Bidder should take at least Ten (10) days prior approval
from department in writing for the planned outage, which should not be for more than Thirty (30)
minutes, would be in lean period (non-movement period, like post mid-night) and limited to max. Four
(4) outages in a year. In case of planned outages at Data Centre level, services of other Data Centre
services to be used to service the clients, while there would be no planned outages for Cameras.
Breach in the supply of Managerial & Technical Resource

Note – The SLA for the supply of Managerial & Technical Resource is applicable over and above the
SLAs mentioned in the post-implementation SLA table and calculated on a quarterly basis.

10.4 Pre-Implementation SLA


Definition Timely delivery of deliverables would comprise entire bill of material
and the application systems, and as per successful UAT of entire
project.

Page 59 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

Service Level Requirement All the deliverables defined in the contract has to be submitted On-
time on the date as mentioned in the contract with no delay.
Measurement of Service To be measured in Number of weeks of delay from the timelines
Level Parameter mentioned in the section “Project Timelines”
Penalty for non-achievement Any delay in the Project Go-live would attract a penalty per week of
of SLA Requirement 0.25% of the Capped CAPEX of total contract value per week for
first 8 weeks and 0.5% per week for every subsequent week.
(For e.g. – If the delay is of 8 weeks attributable to SI, then the
penalty imposed to the SI will be {2% x (60% of Total Contract
Value)} and if the delay is for 10 weeks, then the penalty will be {3%
x (60% of Total Contract Value)}.
Pre-implementation penalty will be capped at 10% of Capped
CAPEX of Total Contract Value.

10.5 Post-Implementation SLA (O&M Phase)


 These SLAs shall be used to evaluate the performance of the services on monthly basis, but
penalties would be levied for cumulative performance for the quarterly basis.
 The SLA parameters shall be measured for each of the sub systems’ SLA parameter
requirements and measurement methods, through appropriate SLA Measurement tools. All
such required tools should be provided by the successful bidder. FCI will have the authority to
audit these tools for accuracy and reliability.
 Penalty would be levied for every unit down time hour – be it for non-availability of network or
non- availability of power etc. because the System Integrator is responsible for supply of all
enabling components on end-to-end basis.
 Penalty levied for non-performance as per SLA requirements shall be deducted through
subsequent payments due from FCI or through the Performance Bank Guarantee.
 FCI would also have right to invoke the termination clause in case Performance Score is below
70 in 2 consecutive quarters.
 Penalty for operation and maintenance per quarter shall not exceed 30% of the quarterly
payout.
 The EMS solution proposed by the SI shall be configured to monitor the post implementation
SLAs.

SLA Parameters
# Performance Area Baseline Lower Performance Breach
Metric Point Metric Point Metric Point
A. Camera, Video Feed Uptime and Quality
1. Average uptime of cameras. 95% 15 >= 92% to 10.5 < 92% 0
(Availability of Video Feed directly at <95%
the NVR Level).

2. At FCI HQ Office command Center: 95% 15 >= 92% to 10.5 < 92% 0
Live camera feed available from <95%
selected cameras for viewing at any
given time.
3. At Local Godown Viewing Centers: 98% 15 >= 95% to 10.5 < 95% 0
Live camera feed available from <98%

Page 60 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

# Performance Area Baseline Lower Performance Breach


Metric Point Metric Point Metric Point
respective Godown cameras at any
given time.
4. Quality of Video feeds (Bad feeds 95% 10 >= 92% to 7 < 92% 0
due to Video Jitter, dim, blurred, <95%
unfocused, obstructed, non-aligned
feeds)
B. Application Performance (includes any user/system application related to the project)
1. Overall critical application(s) 98% 12 >= 96.5% to 8.4 < 96.5 0
availability <98% %
 Centralized Video
Management System
 Sensor Monitoring
Application
 Enterprise Management
System
 Helpdesk & Ticketing
System
C. End-User Equipment Uptime
1. Monitoring workstations at Command 98% 5 >= 96% to 3.5 < 96 % 0
Centers <98%
2. Video walls/Displays (including 98% 3 >= 96% to 2.1 < 96 % 0
issues related to faulty video wall, <98%
change in color representation, black
or any spots. Ghost images,
Deformation of any sorts, etc.) at FCI
HQ
3. BTS/CPE (Wireless backhaul 95% 3 >= 90% to 2.1 < 90 % 0
system) uptime <95%
4. TV screens at Godowns 95% 2 >= 90% to 1.4 < 90 % 0
<95%
D. Underlying IT Infrastructure Uptime/Availability
1. Servers Uptime at Depot & NOC 99.95 5 >= 99.5% to 3.5 < 0
level % <99.94% 99.5%
2. Storage System Uptime at Depot & 99.95 5 >= 99.5% to 3.5 < 0
NOC level % <99.94% 99.5%
3. Fire detection and suppression 100% 2 >=99.95% to 1.4 <99.95 0
system uptime at NOC level 100% %
4. CCTV surveillance of data center 100% 2 98%-100% 1.4 < 98% 0
area
E. Technical Helpdesk, Trouble Ticketing, Issue Resolution
1. Resolution of Critical Issue (that <2 2 2-6 Hrs. 1.4 >6 0
impacts more than one production Hrs. Hrs.
service & higher management call)

Page 61 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

# Performance Area Baseline Lower Performance Breach


Metric Point Metric Point Metric Point
2. Resolution of Medium Level Issue < 12 2 12-24 Hrs. 1.4 > 24 0
(that does not impact production Hrs. Hrs.
services)
3. Resolution of low-level Issue <3 2 >3 to 5 days 1.4 >5 0
[upgrade, shifting and preventive days days
maintenance (of non-production
items)]
Total Score 100 70 0

Breach in the supply of Managerial & Technical Resource


Note – This SLA for the supply of Managerial & Technical Resource is applicable over and above the
SLAs mentioned in the post-implementation SLA table and calculated on a quarterly basis.

Definition The Bidder is required to propose the CVs of the required managerial and
technical Resource (as mentioned in the RFP). It is vital that such Resource is
available to department mentioned in the RFP and performs to the expected
levels. The current SLA breach shall specify the penalty amount for the non-
availability of this Resource.

Service Level Availability of the required Resource should be 100% in the reporting period
Requirement

Measurement of The following instances would be considered SLA non-compliances:


Service Level
Parameter  Frequent replacement of a profile by the Bidder (only one replacement per
profile would be permitted per year*)

 Non-deployment of the profile for more than 1 month.

* Note: - Replacement due to reasons not in control of SI (like the


resignation/exit of the resource, accident, etc.) would not be counted in the
permissible 1 replacement. Department reserves the right to ask SI to replace
the profile if the performance/commitment is not up to the mark

 For every above-mentioned SLA non-compliance reported and proved, there


Penalty for non-
achievement of shall be a penalty of INR 25,000/- per instance.
SLA Requirement
 In case of non-deployment of profile for 20 days or more the OPEX payment
of the respective resource will be deducted in addition to above mentioned
breach.

Breach in Security
Note – This SLA for Security Breach is applicable over and above the SLAs mentioned in above table.

Definition Security of the video feeds and the overall system is quite important, and
a successful bidder shall be required to ensure no compromise is done on
the same. Security Breach types considered for this SLA are– Availability
of Video feeds to any other user than those authorized by the Dept and
provided passwords Availability of any report / data to any other user than
those authorized by the Department and provided passwords. Successful
hacking of any active component on the network by any unauthorized user
or any other privacy rule is broken as per Govt of India guidelines.

Page 62 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

Service Requirement Security compliance of the system should be 100%. There would be Zero
Level Tolerance policy against such breaches.
Measurement Service Any reported security breach shall be logged into the SLA Management
Parameter of Level solution as a security breach.
Penalty for non- For every security breach reported and proved, there shall be a penalty of
achievement of SLA INR 1,00,000/-.
Requirement

11 Annexure 1 – Template for Pre-Bid Queries


The said annexure stands deleted.

Page 63 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

12 Annexure 2 – Formats for submission of Pre-Qualification Bid

12.1 Pre-qualification bid checklist


In addition to the documents mentioned above in Section 6.6 & Section 6.7. The bidder to submit below
mentioned documents also.

S Section Heading Details Applicable to Complied Bid Proposal


No (Yes/ No) page
<Specify the
Reference
applicable no.
Party name
i.e.,
Sole/Lead
Bidder or the
Consortium
member>

1. Pre-Qualification Bid As per format


Covering Letter provided in
Annexure 2 section
12.2

2. Company Profile As per format


provided in
Annexure 2 section
12.3

3. Declaration for As per format


existence of the firm provided in
Annexure 2 section
12.4

4. Consortium As per format


Agreement (If provided in
applicable) Annexure 2 section
12.5

5. Proposed Resource As per format


CVs provided in
Annexure 2 section
12.11

6. Declaration of Non- As per format


Blacklisting/Debarment provided in
for Lead/Sole Bidder & Annexure 2 section
Consortium Bidder (If 12.13 & 12.14
any)
7. No Deviation As per format
Certificate provided in
Annexure 2 Section
12.15
8. Total responsibility As per format in
certificate Annexure 2 Section
12.16

Page 64 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

S Section Heading Details Applicable to Complied Bid Proposal


No (Yes/ No) page
<Specify the
Reference
applicable
no.
Party name
i.e.,
Sole/Lead
Bidder or the
Consortium
member>

9. Anti-Collusion As per format in


Certificate Annexure 2 Section
12.17
10. Power of Attorney As per format in
Annexure 2 Section
12.18 & 12.19

11. EMD (Earnest Money As per format


Deposit) - To be provided in
submitted by Annexure 14 section
Sole/Lead Bidder 24

Note: Bidder shall fully fill up the above checklist with all Bid Proposal page Reference no.

12.2 Pre-Qualification Bid Covering Letter


<<To be printed on Sole/ Lead Bidder company’s letterhead and signed by Authorized signatory>>

Date: dd/mm/yyyy

To,

Executive Director (Security)

Food Corporation of India

New Delhi

Subject: RFP for selection of SI agency for SITC and Operations of CCTV Monitoring at FCI Owned
Godowns

Reference: Tender No :<No> Dated<DD/MM/YYYY>

Dear Sir/Madam,

Having examined the Bid Document (and the clarification / corrigendum issued thereafter, if any), the
receipt of which is hereby duly acknowledged, we, the undersigned, offer to provide the professional
services as required and outlined in the Bid Document for the RFP for Selection of SI agency for I&C,
Operations of CCTV Monitoring at FCI Owned Godowns. We attach hereto our responses to pre-
qualification requirements and technical & commercial proposals as required by the Bid Document.
We confirm that the information contained in these responses or any part thereof, including the exhibits,
and other documents and instruments delivered or to be delivered to Food Corporation of India, is true,
accurate, verifiable, and complete. This response includes all information necessary to ensure that the
Page 65 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

statements therein do not in whole or in part mislead Food Corporation of India in its shortlisting
process.

We fully understand and agree to comply that on verification, if any of the information provided here is
found to be misleading the selection process, we are liable to be dismissed from the selection process
or termination of the contract during the project, if selected to do so.

We agree for unconditional acceptance of all the terms and conditions set out in the Bid Document (&
subsequent clarification / corrigendum, if any) document and also agree to abide by this tender
response for a period of 180 days from the Bid Opening date. We hereby declare that in case the
contract is awarded to us, we shall submit the contract performance guarantee bond in the form
prescribed the Bid Document.

We agree that you are not bound to accept any tender response you may receive. We also agree that
you reserve the right in absolute sense to reject all or any of the products/ services specified in the
tender response.

It is hereby confirmed that I/We are entitled to act on behalf of our company/ corporation/ firm/
organization and empowered to sign this document as well as such other documents, which may be
required in this connection.

Thanking you,

Yours sincerely,

(Signature of the Sole/Lead Bidder)

Printed Name

Designation

Seal

Date:

Place:

Business Address:

Page 66 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

12.3 Company profile


A. Brief company profile (required for Sole/Lead Bidder and all Consortium Members)

# Particulars Description or Details

1 Name of Bidder

2 Legal status of Bidder (Company, Partnership


firm, Pvt. Ltd., LLP etc.)

3 Main business of the Bidder

4 Registered office address

5 Incorporation/Registration date and number

6 GST number

7 PAN details

8 Primary Contact Person identified for this


project (Name, Designation, address,

9 Secondary Contact Person (Name,


Designation,

10 Tender Fee details

11 EMD details

12 Role in Consortium (if applicable) Brief scope of work in the Consortium

In case of consortium the same form has to be


submitted by the consortium member also.

Page 67 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

12.4 Declaration For Existence of The Firm


(To be submitted on the letterhead of all Bidders)

Date: dd/mm/yyyy

To,

Executive Director (Security)

Food Corporation of India

New Delhi

Dear Sir,

In response to the Tender Ref. No. ______________________________________ dated


___________ for “RFP for Selection of SI agency for SITC and Operations of CCTV Monitoring at FCI
Owned Godowns”, I / We (Full name in capital letters), Holder of Power of Attorney of (insert name of
Bidder) as the Proprietor/ Partner /Managing Director certify and confirm that (insert name of the
Bidder) has been in operation for at least 3 (three) Financial Years out of the last 5 Financial Years
(i.e., 2018-19, 2019-20, 2020-21, 2021-22 & 2022-23), since (insert year of operations) in the field of
providing (areas of services to be mentioned).

Yours sincerely,

Authorized Signature [In full and initials]:

Name and Title of Signatory:

Name of Firm:

Designation

Seal Date:

Place: Business Address:

Page 68 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

12.5 Consortium Agreement


(To be printed on Rs. 100/- Stamp Paper)

This Consortium Agreement (hereinafter the "Agreement") entered into this _______ d a y o f

Two Thousand and Twenty-Three (“Date of Signing”) BETWEEN ______________ through


_______________________________ Authorized Signatory

Having their principal place of business at ____________________ in India for and on behalf of
(hereinafter called "the Lead Bidder") of the ONE PART; AND_________________ through
Authorized Signatory having their principal place of business at in India for and on behalf of
____________________ (hereinafter called "the Consortium Member") of the SECOND PART.

RECITALS

Food Corporation of India Tender No. -----------------------------------------------------------------------------


(Hereinafter the “Tender Document”), inviting bids for Selection of SI agency for I&C, Operations
of CCTV Monitoring at FCI Owned Godowns.

As s p e cifie d in cl a u se _ _ _ _ _ of the Tender Document, the Bidder has formed a consortium


and hereby enters into this Agreement and the Parties have agreed to the participate as members
of the Consortium subject to said terms and conditions of this Agreement

The members of the Agreement shall each be referred to as the “Party” and together as the “Parties”

NOW THEREFORE, in consideration of the mutual covenants of the Parties, the sufficiency whereof is
hereby acknowledged and other good valuable consideration, the Parties agree as follows:

1 Definitions and Interpretation Definitions

Capitalized terms used in this Agreement shall have their respective defined meanings, and/or shall
have the meaning specified in the Contract and the Tender Document and subsequently signed
Contract between Authority and Bidder, unless the context expressly or by necessary implication
otherwise requires.

“Contract” shall mean the Contract entered into by the above Parties and Authority for the scope of work/
services as per Tender/ RFP published vide Ref no. ______________ dated ____________ including
its clarifications and corrigendum, if any.

Interpretation

a) Tender document shall mean the Tender/ RFP published vide Ref no. ______________
dated ____________ including its clarifications and corrigendum, if any.

b) For the purpose of this Agreement, where the context so admits, (i) the singular shall be
deemed to include the plural and vice-versa, and (ii) masculine gender shall be deemed to
include the feminine gender and vice-versa.

c) References to a “person” if any shall, where the context so admits, include references to
natural persons, partnership firms, companies, bodies corporate and associations, whether
incorporated or not or any other organization or entity including any governmental or political
subdivision, ministry, department, or agency thereof.

d) The headings and sub-headings are inserted for convenience only and shall not affect the
construction and interpretation of this Agreement.

e) References to the word “include” and “including” shall be construed without limitation.

Page 69 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

f) Any reference to “day” shall mean a reference to a calendar day.

2 Purpose of Consortium Agreement

The purpose of this Agreement is to specify the responsibilities of the Parties under this Consortium
Agreement towards the Authority, supplement the provisions of the Contract and the Tender
Document concerning the Project and to set out further rights and obligations of the Parties
supplementing but not conflicting with those present in the Contract and the Tender Document and
to provide services mentioned in the Contract as per the Tender/ RFP published vide Ref no.
______________ dated ____________ including its clarifications and corrigendum, if any.

3 Duration

This Agreement shall come into force as of the Date of Signing and shall continue in full force and
effect until the complete discharge of all obligations, concerning the carrying out of the Project,
which have been taken on by the Parties under the Contract, Tender Document and under this
Agreement.

4 Coordinator

The Parties hereby understand and agree that there shall be a “Lead Bidder” who shall be the point
of contact for the purpose of the Project. It is hereby agreed by the Parties that for the purpose of
the Agreement, M/s._____________ have been appointed as Lead Bidder/ Partner. The Lead
Partner shall be specifically authorized by the Parties to make representations and declarations on
their behalf.

For the purpose of this Agreement, the Tender Document and the Contract, the Lead Partner shall
be the single point of contact for the Authority, shall have the overall responsibility of the
management of the Project and shall have single point responsibility for ensuring that all members
of the consortium are complying with the terms and conditions set out in the Contract and the Tender
Document.

All instructions/communications from Authority to the Lead Partner shall be deemed to have been
duly provided to all the members of the consortium.

For the avoidance of doubt, it is hereby clarified that all Parties of the consortium shall be
individually, jointly & severely responsible for the obligations under the Tender Document,
Contract, and this Agreement, irrespective of the specific roles/responsibilities undertaken by them.

5 Rights and Obligations

i. For delivery of all services as per the agreement with Authority, Lead Partner shall be
primarily accountable and responsible.
ii. The Lead Partner shall be responsible for the transmission of any documents and
information connected with the Project to the Parties concerned.
iii. It is hereby clarified that representations and declarations made by the Lead Partner shall be
legally binding on all the Parties of the Agreement.
iv. Each Party shall use reasonable efforts to perform and fulfil, promptly, actively and on time,
all of its obligations under the Tender Document, Contract, and this Agreement.
v. All commercials’ activities with Authority will be conducted by both the Lead Partner and the
Consortium member jointly or individually.
vi. In case if the consortium member is unable to maintain the required SLA parameters and
breaches the overall maximum capping set out in the RFP or is declared bankrupt or is
unable to deliver the services as defined in the Tripartite Agreement/ Contract, the Lead
Bidder is at the liberty to disengage/ disassociate itself from such defaulting member after
obtaining prior written permission from the Department and onboard a new consortium
member on same terms & conditions of the Contract. The consortium member should qualify
the required Pre-Qualification criteria set in the RFP and should have better technical

Page 70 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

evaluation criteria set in the RFP than the incumbent consortium member. The same will be
evaluated by the Department.

6 Responsibilities towards each other

Each Party undertakes: -

1. To promptly notify each of the Parties about any significant delay in fulfilment of milestones in
relation to the Project.

2. To inform other Parties of relevant communications it receives from third parties in relation to
the Project.

3. Each Party shall use reasonable efforts to ensure the accuracy of any information or materials
it supplies hereunder or under the Contract and promptly to correct any error that came to its
knowledge.

4. Each Party shall act in good faith. When a Party believes that for carrying out the Project or
use of knowledge from the Project it might require access rights to another Party’s pre-existing
know-how or to another Party's knowledge and material which is not from the Project, it shall
obtain written permission from the Party prior to the use of such material.

5. Each Party shall abide with the terms of confidentiality as described in Tender Document and
shall also abide with all the clauses of the Tender Document.

6. Each Party shall share and disclose information including confidential information and
documents as may be necessary for the Project. The Parties hereby understand and agree
that the information shall be used solely for the purpose of the Project and not for its own use
or for any third-party benefit.

7. The roles and responsibility of each Party with respect to fulfillment of Project Scope shall be
as follows:

Roles & Responsibilities of Lead Bidder / Principal Member:

a) _______
b) _______
c) _______

Roles & Responsibilities of Consortium Member:

a) _______
b) _______
c) _______

7 Liabilities towards each other

The Parties hereby understand and agree that all the Parties shall be jointly and severally liable
for any default with regard to the deliverables as per the Tender Document.

Indemnification of a Party to other

Each Party shall indemnify each of the other Parties, in respect of liability resulting from acts or
omissions of it.

Liability towards Third Parties

Page 71 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

Subject to such other undertakings and warranties as are provided for in this Agreement and the
Contract, each Party shall be solely liable for any loss, damage, or injury to third parties resulting
from it carrying out its parts of the Project and from its use of knowledge and/or know how.

8 Assignment

No Party shall, without the prior written consent of the Authority and of the other Parties, assign or
otherwise transfer partially or totally any of its rights and obligations under Agreement.

The Parties hereby represents and warrants that: -

(a) They are duly organized and validly existing under the laws of India and have full power and
authority to enter into this Agreement and to perform its obligations under this Agreement. The
execution and validity of this Agreement and the consummation of the transactions
contemplated by this Agreement have been duly authorized by all necessary action on the
part of the Parties.

(b) This Agreement constitutes a valid and binding obligation of the Parties, enforceable against
them in accordance with the terms hereof, and the execution, delivery and performance of this
Agreement and all instruments or agreements required hereunder do not contravene, violate, or
constitute a default of or require any consent or notice under any provision of any agreement
or other instrument to which the Bidder is a party or by which the Bidder are or may be bound.

(c) Each of the representations and warranties shall be construed as a separate representation,
warranty, covenant or undertaking, as the case may be, and shall not be limited by the
terms of any other representation or warranty or by any other term of this Agreement.

(d) The Parties have read, understood, agree and abide with the terms of this Agreement and the
Tender Document.

9 Miscellaneous

(a) This Agreement shall be specifically enforceable at the instance of any of the Parties.

(b) Notices, demands or other communication required or permitted to be given or made under this
Agreement shall be in writing in the English language and delivered personally or sent by
prepaid post with recorded delivery addressed to the intended recipient at its address set forth
below:

If to the Party of the First Part


[Add name]

[Add address]

Attention: [add name of the person]

If to the Party of the Second Part


[Add name]

[Add address]

Attention: [add name of the person]

(c) Any such notice, demand or communication shall, unless the contrary is proved, be deemed
to have been duly served at the time of delivery in the case of service by delivery in person or
by registered post.

Page 72 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

(d) Each Party shall bear its own legal, accounting, professional and advisory fees, commissions
and other costs and expenses incurred by it in connection with this Agreement and the
transactions contemplated herein.

(e) This Agreement supersedes all prior discussions and agreements (whether oral or written,
including all event of any conflict between the terms of this Agreement and the Contract and the
Tender Document, the terms of the Contract shall prevail.

(f) Any provision of this Agreement, which is invalid or unenforceable, shall be ineffective to the
extent of such invalidity or unenforceability, without affecting in any way the remaining provisions
hereof.

(g) This Agreement shall be governed and interpreted by and construed in accordance with the
substantive laws of India, without giving effect to the principles of conflict of laws there under:

(h) The contract and the transactions contemplated therein shall be governed by and construed
in accordance with the laws of India. All the parties and their personnel deciding to participate
in this process shall be deemed to be submitting themselves to the laws of India.

(i) In case of any dispute arising out of and touching upon the Contract, the same shall be first
referred to the Dispute/Grievance Redressal Committee constituted by FCI and functioning at
Headquarter of the Corporation, with a view to settle the disputes. If any dispute remains
thereafter, the same shall be settled in the Court of law. The Courts in New Delhi shall have
exclusive jurisdiction to adjudicate the disputes arising under the Contract.

(j) This Agreement shall be governed by the laws of India.

IN WITNESS WHEREOF, the Parties have entered into this Agreement the day and year first above
written. [add name of the party of the First Part]

Authorized Signatory

Name:

Designation:

In the presence of:

Name: Address:

[Add name of the party of the Second Part]

Authorized Signatory

Name

Designation:

In presence of:

Name:

Address:

Page 73 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

12.6 Declaration / Undertaking for Project Office at Zonal Level


[To be submitted on the letterhead of Bidder(s)]

To, Date: dd/mm/yyyy

To,

Executive Director (Security)

Food Corporation of India

New Delhi

Dear Sir,

In response to the Tender Ref. No. ______________________________________ dated


___________ for “RFP for Selection of SI agency for SITC and Operations of CCTV Monitoring at FCI
Owned Godowns”, I / We (Full name in capital letters), Holder of Power of Attorney of (insert name of
Bidder) as the Proprietor/ Partner /Managing Director certify and confirm that (insert name of the
Bidder) that we are having office in each Zone, or we will setup minimum one project office in each FCI
zone within 60 days of signing the contract.

We understand that in case we fail to comply to the above requirements, Department has the right and
discretion to cancel the LoI issued to us and forfeit the EMD.

[Bidder may include details of existing offices in the Specified zones, if available]

Yours sincerely,

Authorized Signature [In full and initials]:

Name and Title of Signatory:

Name of Firm:

Designation

Seal Date:

Place: (Business Address)

Page 74 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

12.7 Statutory Auditor Certificate – Financial Status of last Five years


[To be submitted on the letterhead of Statutory Auditor of Sole/ Lead Bidder and Consortium
member]

CERTIFICATE

We have verified the audited financial statements and other relevant records of M/s <Bidder name>,
“the Company”, having its registered office at __________________________________ for the
financial years tabulated below. Based on such verification and as per the information and explanations
provided to us by the Company, we certify as under:

# Financial Year Average Average Annual Average Average


(Latest 5 Annual IT/ITES Turnover Annual Annual
financial years) Turnover for (Sole/Lead Turnover for IT/ITES
(Sole Bidder) Bidder) (Consortium Turnover for
(INR) (INR) Member) (Consortium
(INR) Member)
(INR)
1 2018-19
2 2019-20
3 2020-21
4 2021-22
5 2022-23

We also certify that the Company has a positive net worth as on 31st March 2023

Note:

1. Attached Audited Balance sheets for the above period after pagination and mention total
pages here.

Signature of Statutory Auditor of the Bidder Signature ……………………………….

Name Name …………………………………...


& Seal

Address & Contact numbers

Registration number / membership number with


ICAI

Page 75 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

12.8 Bidder’s Experience – Project Citations


A. Project Citation/ Credential Summary

# Projec Client Client Project Value Project Documentary Project Status


t Name Name Type (in Indian Components evidence (Completed or
Rupees) Provided Ongoing or
(Yes or No) Withheld)
1
2
3
4
5
6
7

 Client type – Indicate whether the client is State/ Central Government/ PSU/Municipal Corporation

 Project Components – Indicate the major project components

 Documentary evidence provided – Indicate the documentary evidence provided with the detailed
project credential like work order or purchase order or completion certificate or letter of
appointment

 Project Status – Completed (date of project completion) or Ongoing (project start date)

Prime Bidder or Consortium member is requested to furnish the credentials in the following format for
both Pre-qualification and Technical criterion. All credentials should be followed by relevant
documentary proof.

Name of the Project & Location

Client’s Name and Complete Address

Narrative description of project

Contract Value for the Bidder (in Indian Rupees)

Date of Start

Date of Completion

Activities undertaken by prime Bidder or


consortium member

Copy of Work Order or Purchase Order (PO)

Copy of Contract/Agreement

Client Certificate

Page 76 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

12.9 Resource Strength – Human Resource Certificate


[On the letterhead of Lead Bidder/Sole Bidder]

Date: dd/mm/yyyy

To,

Executive Director (Security)

Food Corporation of India

New Delhi

Subject: - Undertaking for Resource strength on Company's Payroll

Dear Sir,

We have carefully gone through the Terms & Conditions contained in the RFP document for “Selection
of SI agency for SITC and Operations of CCTV Monitoring at FCI Owned Godowns”. We hereby
declare that our company <company’s name> has below mentioned Resource strength as on date of
bid submission.

# Total Resource strength Total number of technically qualified Resource with


(Bidder’s payroll) as on bid submission B.E./ B.Tech./ M.Tech./ MCA / M.Sc.(CS/IT) OR
date Equivalent as qualification on Bidder’s payroll as
on bid submission date
1

I further certify that I am competent officer in my company to make this declaration.

Yours sincerely,

__________________________________________
Signature of Authorized Signatory (with official seal)
Name :
Designation :
Address :
Telephone & Fax :
E-mail Address :

Page 77 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

12.10 Compliance of the CVs for the proposed resources

To Date:

Executive Director (Security)

Food Corporation of India

New Delhi

Subject: Request for Proposal for Selection of SI agency for I&C, Operations of CCTV Monitoring
at FCI Owned Godowns

Reference: RFP No. <<…..>> dated <<…..>>

Dear Sir,

We hereby declare that:

As part of the Pre-Qualification bid requirement, we undertake that the below proposed resources are
employed on our Firm’s payroll and comply to the qualification and experience sought in the above
referred RFP. We also confirm that the below resources are available for immediate deployment from
the date of start of the project.

Proposed Resource Summary

# Resource Details as per evaluation Details of Compliance as per criteria


criteria proposed mentioned In RFP
resource Evaluation Parameters
(Yes/No)

C1 Project Manager

C1.1 Name of Resource

C1.2 Graduation (Minimum


B.E/B.Tech./MCA/BCA)

C1.3 Post-Graduation

(Minimum M.Tech./M.Sc./MBA)

C1.4 No. of years of relevant experience


(Minimum 12 Years)

C1.5 Payroll of the Bidder

C2 Assistant Project Manager <add details of all proposed resources>

C2.1 Name of Resource:

C2.2 Graduation (Minimum


B.E/B.Tech./MCA/BCA)

C2.3 No. of years of relevant experience


(Minimum 8 Years):

Page 78 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

# Resource Details as per evaluation Details of Compliance as per criteria


criteria proposed mentioned In RFP
resource Evaluation Parameters
(Yes/No)

C2.4 Payroll of the Bidder

C3 Subject Matter Expert (Surveillance)

C3.1 Name of Resource:

C3.2 Graduation

(Minimum B.E/B.Tech./M.Sc./MCA/BCA) :

C3.3 No. of years of relevant experience


(Minimum 6 Years):

C3.4 Payroll of the Bidder

Enclosure: Detailed CV of all the Proposed Resources as per Section 12.11 .

In case of any clarifications please contact ___________________ email at _______________

Thanking you,

Yours faithfully

(Signature of the Authorized signatory of the Bidding Organization)

Name :

Designation :

Date :

Company Seal :

Business Address :

Page 79 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

12.11 Curriculum Vitae (CV) format for proposed resources


1 Name of the Staff
2 Current Designation in the
Organization

3 Proposed Role in the


Project
4 Proposed Responsibilities
in the Project
5 Date of Birth
6 Education  Degree / Diploma, College, University, Year of Passing
 Degree / Diploma, College, University, Year of Passing
7 Summary of Key Training
and Certifications
8 Language Proficiency Language Reading Writing Speaking

9 Employment Record
(For the total relevant From / To:
experience)
Employer:

Position Held:

From / To:

Employer:

Position Held:

From / To:

Employer:

Position Held:

1 Total No. of Years of Work


0 Experience
1 Total No. of Years of
1 Experience for the Role
proposed

Page 80 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

1 Highlights of relevant assignments handled and significant accomplishments (Use following


2 format for each project) – Please mention all assignments that are relevant for marking of
profiles.
Name of assignment or project:

Year:

Location:

Client:

Main project features:

Positions held:

Activities performed:

Name of assignment or project:

Year:

Location:

Client:

Main project features:

Positions held:

Activities performed:

Expert’s contact information:


e-mail:
phone:

Certification:
I, the undersigned, certify that to the best of my knowledge and belief that
 This CV correctly describes my qualifications and my experience
 I was not part of the team who wrote the Scope of Work for this RFP.
I understand that any willful misstatement described herein may lead to my disqualification or
dismissal, if engaged.

Name
Signature:
Date:

Page 81 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

12.12 Manufacturers Authorization Form (MAF)


<To be printed on letter head of OEM and signed by Authorized signatory of OEM>

Date: dd/mm/yyyy

To,

Executive Director (Security)

Food Corporation of India

New Delhi

Sub : “RFP for Selection of SI agency for SITC and Operations of CCTV Monitoring at FCI Owned
Godowns”.

Ref : Tender No: <No> Dated <DD/MM/YYYY>

Dear Sir/ Madam,

We _______________________, (name and address of the manufacturer) who are established and
reputed manufacturers of __________________ having factories at __________________
(addresses of manufacturing / development locations) do hereby authorize M/s
_______________________ (name and address of the Bidder) to bid for the below equipment /
software list manufactured / developed by us.

List of equipment and/ or Software along make & model:

# Name of Equipment/Software Make Model/Version

We hereby certify that the above-mentioned equipment/software products are not the end of their life
of the date of bid submission and undertake to support the above equipment/ software for a period of
seven (7) years from the last date of bid submission.

Yours faithfully,

(Signature with seal of the Authorized Signatory

from OEM)

Name

Designation

Business Address:

Date:

Place:

Page 82 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

12.13 Declaration of Non-Blacklisting /Non-Debarment -Sole/ Lead


Bidder
<<To be submitted on INR 100 stamp paper and duly notarized, to be submitted by sole/Lead
Bidder >>

Date: dd/mm/yyyy

To,

Executive Director (Security)

Food Corporation of India

New Delhi

Sir,

In response to the Tender Ref. No. ______________________________________ dated


_____ for “RFP for Selection of SI agency for SITC and Operations of CCTV Monitoring at FCI Owned
Godowns”, as an owner/ partner/ Director of _________________________, I/ We hereby declare that
presently our Company/ firm ___________________is having unblemished record and is not declared
ineligible for corrupt and fraudulent practices either indefinitely or for a particular period of time by
FCI/DFPD/DoE.

We further declare that presently our Company/ firm ___________________is not blacklisted or
debarred and not declared ineligible for bankruptcy or reasons other than corrupt and fraudulent
practices by FCI/DFPD/DoE as on the date of Bid Submission in compliance to the guidelines as
prescribed by Department of Expenditure OM No. F.1/20/2018-PPD.

We hereby agree and understand that in the event this declaration is found to be incorrect then without
prejudice to any other action that may be taken, our EMD/ bid security may be forfeited in full and the
tender if any to the extent accepted may be cancelled.

(Signature of the Authorized representative of Lead Bidder)

Printed Name

Designation

Seal

Date:

Place:

Business Address:

Page 83 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

12.14 Declaration of Non-Blacklisting - Consortium Member


<<To be submitted on INR. 100 stamp paper and duly notarized, to be submitted by Consortium
member>>

Date: dd/mm/yyyy

To,

Executive Director (Security)

Food Corporation of India

New Delhi

Dear Sir,

In response to the Tender Ref. No. ______________________________________ dated


___________ for “RFP for Selection of SI agency for SITC and Operations of CCTV Monitoring at FCI
Owned Godowns”, as an owner/ partner/ Director of _________________________, I/ We hereby
declare that presently our Company/ firm ___________________is having unblemished record and is
not declared ineligible for corrupt and fraudulent practices either indefinitely or for a particular period
of time by FCI/DFPD/DoE.

We further declare that presently our Company/ firm ___________________is not blacklisted or
debarred and not declared ineligible for bankruptcy or reasons other than corrupt and fraudulent
practices by FCI/DFPD/DoE as on the date of Bid Submission in compliance to the guidelines as
prescribed by Department of Expenditure OM No. F.1/20/2018-PPD.

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

(Signature of the Authorized representative of Consortium Member)

Printed Name:

Designation:

Seal Date:

Place: Business Address:

Page 84 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

12.15 No Deviation Certificate


(To be provided on the Company letter head of the Lead Bidder)

Date: dd/mm/yyyy

To,

Executive Director (Security)

Food Corporation of India

New Delhi

Subject: Self Declaration of No Deviation in response to the “RFP for Selection of SI agency for SITC
and Operations of CCTV Monitoring at FCI Owned Godowns”.

Ref: RFP No. <<…..>> dated << …..>>

Dear Sir,

This is to certify that our offer is exactly in line with your tender enquiry/RFP (including amendments)
no. _________ dated __________. This is to expressly certify that our offer contains no deviation
either Technical (including but not limited to Scope of Work) or Commercial in either direct or indirect
form.

(Authorized Signatory)

Signature:

Name:

Designation:

Address:

Seal:

Date:

Page 85 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

12.16 Total Responsibility Certificate


(To be provided on the Company letter head of the Lead Bidder)

Date: dd/mm/yyyy

To,

Executive Director (Security)

Food Corporation of India

New Delhi

Subject: Self Declaration of Total Responsibility in response to the “RFP for Selection of SI agency for
SITC and Operations of CCTV Monitoring at FCI Owned Godowns”,

Ref: RFP No. <<…..>> dated << …..>>

Dear Sir,

This is to certify that we undertake the total responsibility for the defect free operation of the proposed
project, solution and any or all components thereof as per the requirement of the RFP for the duration
mentioned in the RFP or during any extensions provided by the Department.

(Authorized Signatory)

Signature:

Name:

Designation:

Address:

Seal:

Date:

Page 86 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

12.17 Anti-Collusion Certificate


[Certificate should be provided by Lead Bidder and on company letter head]

Date: dd/mm/yyyy

To,

Executive Director (Security)

Food Corporation of India

New Delhi

Subject: Anti-Collusion Certificate in response to the “RFP for Selection of SI agency for SITC and
Operations of CCTV Monitoring at FCI Owned Godowns”,

Ref: RFP No. <<….>> dated << …..>>

Dear Sir,

We hereby certify and confirm that in the preparation and submission of our Bid for Request for “RFP
for Selection of SI agency for I&C, Operations of CCTV Monitoring at FCI Owned Godowns”, against
the RFP issued by Authority, we have not acted in concert or in collusion with any other Bidder or other
person(s) and also not done any act, deed, or thing, which is or could be regarded as anti-competitive.
We further confirm that we have not offered nor will offer any illegal gratification in cash or kind to any
person or organization in connection with the instant bid.

(Authorized Signatory of the Lead Bidder)

Printed Name

Designation

Seal

Date:

Place:

Business Address:

Page 87 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

12.18 Power of Attorney executed by Consortium Member in favor of


Lead Bidder.
(To be executed by all members of the Consortium)

Whereas the Food Corporation of India (the “Authority”) has invited proposals from applicants for
<RFP Name>, <RFP Reference No.> (the “Project”).

Whereas [name of Party], [name of Party] and [name of Party] (collectively the “Consortium”) being
Members of the Consortium are interested in bidding for the Project in accordance with the terms and
conditions of the Request for Qualification and Request for Proposal and other connected documents
in respect of the Project, and

Whereas it is necessary for the Members of the Consortium to designate one of them as the Member
in-charge with all necessary power and authority to do for and on behalf of the Consortium, all acts,
deeds, and things as may be necessary in connection with the Consortium’s bid for the Project and
its execution.

NOW, THEREFORE, KNOW ALL MEN BY THESE PRESENTS,

We, [name of Party] having our registered office at [registered address], M/s. [name of Party], having
our registered office at[registered address],and M/s.[name of Party],having our registered office at
[registered address], (hereinafter collectively referred to as the “Principals”) do hereby irrevocably
designate, nominate, constitute, appoint and authorize M/s [name of Member In-charge], having its
registered office at [registered address], being one of the Members of the Consortium, as the Member
In-charge and true and lawful attorney of the Consortium (hereinafter referred to as the “Attorney”)
and hereby irrevocably authorize the Attorney (with power to sub- delegate to any person) to conduct
all business for and on behalf of the Consortium and any one of us during the bidding process and,
in the event the Consortium is awarded the Contract, during the performance of the services related
to the Project, and in this regard, to do on our behalf and on behalf of the Consortium, all or any of
such acts, deeds or things as are necessary or required or incidental to the submission of its bid for
the Project, including but not limited to signing and submission of all applications, bids and other
documents and writings, accept the Letter of Acceptance, participate in Bidders’ and other
conferences, respond to queries, submit information/documents, sign and execute contracts and
undertakings consequent to acceptance of the bid of the Consortium and generally to represent the
Consortium in all its dealings with the Authority, and/ or any other government agency or any person,
in all matters in connection with or relating to or arising out of the Consortium’s bid for the Project
and/ or upon award thereof until the Contract is entered into with the Authority.

AND hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things
done or caused to be done by our said Attorney pursuant to and in exercise of the powers conferred
by this Power of Attorney and that all acts, deeds, and things done by our said Attorney in exercise
of the powers hereby conferred shall and shall always be deemed to have been done by us/
Consortium.

IN WITNESS WHEREOF WE THE PRINCIPALS ABOVE NAMED HAVE EXECUTED THIS POWER
OF ATTORNEY ON THIS [date in words] DAY OF [month] [year in ‘yyyy’ format].

SIGNED, SEALED & DELIVERED

For and on behalf of MEMBER IN-CHARGE by:

[Signature]

[Name]

[Designation]

[Address]

Page 88 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

SIGNED, SEALED & DELIVERED

For and on behalf of SECOND PART by:

[Signature]

[Name]

[Designation]

[Address]

SIGNED, SEALED & DELIVERED

For and on behalf of THIRD by:

[Signature]

[Name]

[Designation]

[Address]

In presence of:

[Signature, name, and address of witness]

[Signature, name, and address of witness]

Notes:

1. The mode of execution of the Power of Attorney should be in accordance with the procedure, if
any, laid down by the applicable law and the charter documents of the executant(s) and when it is
so required the same should be under common seal or official seal of all members.

2. Wherever required, the Bidder should submit for verification the extract of the charter documents
and other documents such as a resolution/power of attorney in favor of the person executing this
Power of Attorney for the delegation of power hereunder on behalf of the Bidder.

3. For a Power of Attorney executed and issued overseas, the document will also have to be
legalized by the Indian Embassy and notarized in the jurisdiction where the Power of Attorney is
being issued. However, the Power of Attorney provided by Bidders from countries that have signed
The Hague Legislation Convention, 1961 are not required to be legalized by the Indian Embassy
if it carries a conforming apostolic certificate.

4. In case of consortium, above Performa to be submitted for each consortium member.

Page 89 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

12.19 Format for Power of Attorney to Authorize Signatory


Tender No. _______ Date: ____

(To be executed on non-judicial stamp paper of the appropriate value in accordance with
relevant stamp Act. The stamp paper to be in the name of the entity who is issuing the power
of Attorney)

Know all men by these presents, We, (name of the firm and address of the registered office) do
hereby irrevocably constitute, nominate, appoint and authorise Mr./Ms. (Name), son/daughter/wife of
(Name) and presently residing at (Address) who is presently employed with us and holding the position
of (Position), as our true and lawful attorney (hereinafter referred to as the “Attorney”) to do in our
name and on our behalf, all such acts, deeds and things as are necessary or required in connection
with or incidental to submission of our bid for the project, “Selection of SI agency for SITC and
Operations of CCTV Monitoring at FCI Owned Godowns” proposed or being developed for Food
Corporation of India (the “Authority”) including signing and submission of bids, power of attorney and
other similar documents and writings, participate in bidders’ and other conferences and providing
information/responses to the Authority, representing us in all matters before the Authority, signing and
execution of all contracts including the Contract Agreement and undertakings consequent to
acceptance of our bid, and generally dealing with the Authority in all matters in connection with or
relating to or arising out of our bid for the said project and/or upon award thereof to us and/or till the
entering into of the Contract Agreement with the Authority.

AND we hereby agree to ratify and confirm all acts, deeds and things lawfully done or caused to be
done by our said Attorney pursuant to and in exercise of the powers conferred by this Power of Attorney
and that all acts, deeds, and things done by our said Attorney in exercise of the powers hereby
conferred shall and shall always be deemed to have been done by us.

IN WITNESS WHEREOF WE, _______, THE ABOVE-NAMED PRINCIPAL HAVE EXECUTED THIS
POWER OF ATTORNEY ON THIS ____ DAY OF ____ 20__

For __________

(Signature, Name, Designation and Address)

Witnesses:

1. 2.

Accepted Notarized

(Signature, Name, Designation and Address of the Attorney)

Note: Copy of Board Resolution to be attached stating the powers of the executants to authorize
the concerned person to whom this power of attorney is being issued.

Page 90 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

13 Annexure 3 – Formats for Submission of the Technical Bid

13.1 Technical Bid Checklist


# Section Details Applica Complied Document page
Heading ble to (Yes/ No) Reference no.
1. Technical Bid As per format provided in
Covering Letter Annexure 3 section 13.2
2. Technical Bid Technical proposal as per the
requirements stated in the RFP
3. Project Plan As per format provided in
Annexure 3 section 13.3
4. Unpriced BoM As per format provided in
Annexure 4 section 14.2 (To be
submitted with Technical Bid
without mentioning any cost)
5. OEM As per details mentioned in
Compliance Section 6.7
(Eligibility Along with supporting
Criteria) Annexures (If Applicable)
6. Land Border As per format provided in
Sharing Annexure 11
Declaration
7. Compliance to As per details mentioned in
Scope of work Volume 2 of this tender
by the document
Sole/Lead
bidder
8. Compliance to As per details mentioned in
Scope of work Volume 2 of this tender
Consortium document
Member (if
applicable)
9. Compliance to As per details mentioned in
OEM Criteria Volume 1 of this tender
document
10. Compliance to As per details mentioned in
Functional Volume 2 of this tender
Requirement document
Specifications
11. Compliance to As per details mentioned in
Technical Volume 2 of this tender
Requirement document
Specifications
12. Scanned RFP Scanned RFP document (All
document volumes) along with signature
and company seal on all pages

Note: Bidder shall fully fill up the above checklist with all Bid Proposal page Reference no.

Page 91 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

13.2 Technical Bid Covering Letter


To, Date: dd/mm/yyyy

Executive Director (Security)

Food Corporation of India

New Delhi

Subject: “RFP for Selection of SI agency for SITC and Operations of CCTV Monitoring at FCI Owned
Godowns”,

Ref: RFP No. <<…..>> dated << …..>>

Dear Sir,

I (in case of single Bidder) or We, <<name of the undersigned Bidder and consortium member>>,
having read and examined in detail all the bidding documents in respect of “RFP for Selection of SI
agency for SITC and Operations of CCTV Monitoring at FCI Owned Godowns”, do hereby propose to
provide our services as specified in the bid submitted by us.

It is hereby confirmed that I / We are entitled to act on behalf of our company / corporation / firm /
organization and empowered to sign this document as well as such other documents, which may be
required in this connection.

We declare that all the services shall be performed strictly in accordance with the RFP documents.

We confirm that the information contained in this response or any part thereof, including its exhibits,
and other documents and instruments delivered or to be delivered to Authority, is true, accurate,
verifiable, and complete. This response includes all information necessary to ensure that the
statements therein do not in whole or in part mislead the department in its evaluation process. We also
confirm that we shall not attract conflict of interest in principle.

We hereby declare that in case the contract is awarded to us, we shall submit the contract Performance
bank guarantee in the form prescribed at Annexure 5 of Section 15 of the RFP Volume I.

We hereby declare that our bid is made in good faith, without collusion or fraud and the information
contained in the bid is true and correct to the best of our knowledge and belief.

We understand that our bid is binding on us and that you are not bound to accept a Bid you receive.
This bid is valid for 180 days after opening of technical bid. We shall extend the validity of the bid if
required by Authority.

Thanking you,

Yours sincerely,

(Authorized Signatory of the Lead Bidder)

Printed Name

Designation

Seal

Date:

Place:

Business Address:

Page 92 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

13.3 Project Plan


A Detailed Project Plan covering break-up of Overall as well as Zone wise details of the key activities,
along with the start and end dates must be provided as per format given below.

Activity- wise Timelines

Sr. Detailed WBS Month Wise Program


No.

1 2 3 4 5 …………

Project Plan

1 Activity 1

1.1 Sub- Activity 1

1.2 Sub- Activity 2

2 Activity 2

2.1 Sub- Activity 1

…..

Note: The above activity chart is just for the purpose of illustration. Bidders are requested to provide
detailed activity & timelines for executing the project as per expected governance structure (as per
RFP) with details of deliverables & milestones.

Page 93 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

14 Annexure 4 – Formats for Submission of the Commercial Bid


General Instructions

i. Bidder should provide all prices as per the prescribed format under this Annexure.

ii. All the prices are to be entered in Indian Rupees only.

iii. Prices indicated in the schedules shall be inclusive of all Goods and Services Tax.

iv. Food Corporation of India reserves the right to ask the Bidder to submit proof of payment
against any applicable taxes.

v. Food Corporation of India shall consider total quoted cost including Goods and Services Tax
for the purpose of Evaluation.

vi. The Unit Rate as mentioned in the following formats may be used for the purpose of ‘Change
Order’ for respective items, if any. However, based on the market trends, Food Corporation of
India, retains the right to negotiate this rate for future requirement.

vii. For the purpose of evaluation of Commercial Bids, Food Corporation of India shall make
appropriate assumptions to arrive at a common bid price for all the Bidders. This however shall
have no co-relation with the Contract value or actual payment to be made to the Bidder.

viii. Food Corporation of India also intends to utilize various rates obtained through this tender for
requirements across various departments. Bidders are requested to factor this larger demand
and give the best possible rate to Food Corporation of India.

ix. Bidder should refer Volume II of the RFP for details on the functional and technical
requirements of the system and the benchmark specifications for the items mentioned in the
Commercial formats.

x. Bidders may add, delete items and increase, decrease quantities of items based on the
solution proposed to fully comply with the RFP requirements. However, if any item is deleted
or any quantity is reduced, then justification for doing so needs to be provided in the ‘Remarks
Column’ of the table.

xi. Any cell in the price format if left blank shall be read as ZERO.

Page 94 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

14.1 Commercial Bid Covering Letter


(Company letterhead of Sole Bidder/Lead Bidder)

Date:

To:

Executive Director (Security)

Food Corporation of India

New Delhi

Subject: Submission of the response to the RFP No <> dated <>

Dear Sir,

We, the undersigned Bidder, having read and examined in detail all the Tender documents in respect
of Selection of SI agency for SITC and Operations of CCTV Monitoring at FCI Owned Godowns
do hereby propose to provide services as specified in the Tender documents number XXXXXXXXX
Dated XX/XX/XXXX

1. PRICE AND VALIDITY

 All the prices mentioned in our Commercial Bid are in accordance with the terms as specified in
the Tender documents. All the prices and other terms and conditions of this Tender are valid for a
period of 180 calendar days from the date of opening of the Tenders.

 We hereby confirm that our Commercial Bid prices include all taxes. Taxes are quoted separately
under relevant sections, as specified in the RFP formats.

 We have studied the clause relating to Indian Income Tax and hereby declare that if any income
tax, surcharge on Income Tax, Professional and any other corporate Tax in altercated under the
law, we shall pay the same.

2. UNIT RATES

We have indicated in the relevant schedules enclosed, the unit rates for the purpose of on account of
payment as well as for price adjustment in case of any increase to / decrease from the scope of work
under the contract.

3. DEVIATIONS

We declare that all the services shall be performed strictly in accordance with the RFP documents and
there are no deviations except for those mentioned in Pre-Qualification Envelope, irrespective of
whatever has been stated to the contrary anywhere else in our bid.

Further we agree that additional conditions, if any, found in our bid documents, other than those stated
in the deviation schedule in Pre-Qualification Envelope, shall not be given effect to.

4. QUALIFYING DATA

We confirm having submitted the information as required by you in your Instruction to Bidders. In case
you require any other further information/documentary proof in this regard before evaluation of our
Tender, we agree to furnish the same in time to your satisfaction.

5. BID PRICE

We declare that our Bid Price is for the entire scope of the work as specified in the RFP documents.
These prices are indicated in the subsequent sub-sections of this Section.
Page 95 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

6. MINIMUM WAGES

We declare that we shall pay each individual deployed on this project, whether an employee of Lead
Bidder or Consortium Member at least the Minimum Wages defined by the Government of India

7. CONTRACT PERFORMANCE GUARANTEE BOND

We hereby declare that in case the contract is awarded to us, we shall submit the contract Performance
Bank Guarantee in the form prescribed in the RFP.

We hereby declare that our Tender is made in good faith, without collusion or fraud and the information
contained in the Tender is true and correct to the best of our knowledge and belief.

We understand that our Tender is binding on us and that you are not bound to accept a Tender you
receive. We confirm that no technical deviations are attached here with this commercial offer.

Thanking you,

Yours faithfully,

(Authorized Signatory of the Bidder)

Name

Designation

Seal.

Date:

Place:

Enclosed: Bill of Materials (Price details as per the format prescribed in Section 14.2)

Page 96 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

14.2 Bill of Materials


Bidder to add line items if any key item is missed and quote the itemized quantities & cost as applicable.

Summary

Sr. No. Description Ref


CAPEX
1 Field Components at Godown Level (All Depots) Sch A

2 Environmental Sensors (10 Depots only) Sch A1


3 Integrated Operations Center (IOC) and Network Operation Center (NOC) Sch B

OPEX for 5 Years after Project Go-live


1 AMC of Field Components at Godown Level (All Depots) Sch C
2 AMC of Environmental Sensors (10 Depots only) Sch C1
3 AMC of Integrated Operations Center (IOC) and Network Operation Center (NOC) Sch D
4 Network Connectivity (Bandwidth Charges) Sch E
5 Managerial & Technical Manpower Cost During O&M Sch F

*Note 1: The comprehensive final bid amount specified in the aforementioned row (Total Project Cost for 5 years) encompasses all buyback elements, and the
determination of the L1 Bidder will be based on the total project cost for 5 years, inclusive of both CAPEX and OPEX.

Note 2: This is the minimum bill of material, FCI will not pay any additional amount unless the requirement is on FCI’s behalf.

Page 97 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

CAPEX (Capital Expenditure)

Schedule A - Field Components at Godown Level (all Depots)


Total Nos. Make Model
# Item Unit Type
A (As applicable) (As applicable)
A CCTV Cameras

SITC of IP Bullet Camera with all required accessories including


1 Nos 13446
mounting arrangement for successfully commissioning of the system

SITC of IP Dome Camera with all required accessories including


2 Nos 1806
mounting arrangement for successfully commissioning of the system

SITC of IP Fisheye/360-degree top view Camera with all required


3 accessories including mounting arrangement for successfully Nos 7665
commissioning of the system
B Poles & Cantilevers
SITC of Pole for Bullet Camera with all required accessories including
4 Nos 1362
foundation, earthing and cabling
C IT & Field infra
5 SITC of IT field rack with all required accessories Nos 2779
SITC of 8/16 port PoE switch* (preferably fan-less design) with all
6 Nos 2779
required accessories including power supply, SFPs
SITC of wireless network BTS (Base Transceiver Station) - includes
addition PoE, NID, Channel Bandwidth of 20, 40 and 80 MHz (mounted Nos
7 561
on pole of appropriate height to ensure maximum connectivity)

SITC of wireless network CPE (Client Place Equipment) - includes


Antenna, PoE, NID, L clamp, Channel Bandwidth of 20, 40 and 80 MHz Nos
8 2779
(mounted on pole of appropriate height to ensure maximum connectivity)

Page 98 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

Schedule A - Field Components at Godown Level (all Depots)


Total Nos. Make Model
# Item Unit Type
A (As applicable) (As applicable)

SITC of Cat-6 Cable(armored for outdoor & unarmored for indoor


9 Meters Pls specify
environment) with all required accessories including laying
SITC of armored Power Cable with all required accessories including
10 Meters Pls specify
laying

11 SITC of PVC Conduit with all required accessories including laying Meters Pls specify

D Local Viewing Center & NVR

SITC of online UPS (including SNMP card) with 1 hour backup on full
12 load with maintenance free batteries with all required accessories Nos 561
including power cable from RAW input to UPS to all field devices

22917
13 VMS Camera License (if applicable) Nos

SITC of storage with 90 days continuous recording along with


bookmarked video feed as per respective locations with local monitoring
14 Nos 561
software with all required enterprise licenses.
Refer recording parameter defined under Section 1.3 and section
2.3(B1) of the RFP Volume 2.
SITC of NVR – 32 Channel - Embedded Linux, Video Output Support,
With Audio Input/output support Nos 340

SITC of NVR – 64 Channel - Embedded Linux, Video Output Support,


With Audio Input/output support Nos 139
15

SITC of NVR – 128 Channel - Embedded Linux, Video Output Support,


With Audio Input/output support Nos 102

Page 99 of 122
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

Schedule A - Field Components at Godown Level (all Depots)


Total Nos. Make Model
# Item Unit Type
A (As applicable) (As applicable)

16 SITC of 43" (24x7x365) display with all required accessories Nos 561

17 SITC of IT/Network rack with all required accessories Nos 561


SITC of 16/24 port L2 POE enterprise switch with all required
18 Nos 561
accessories
SITC for providing Secured Internet Connectivity along with associated
19 Hardware (Router cum Secure VPN device) and accessories & other Nos 561
cost

* NOTE:

1. The Bidder is required to consider the diverse weather conditions across India and make an informed decision regarding the deployment of network switches for FCI depots
across India. The Bidder must assess the environmental factors, such as temperature, humidity, and exposure to elements, and choose network switches (be it commercial grade
or an industrial grade) that are best suited to withstand the prevailing weather conditions at the proposed installation FCI depots.
2. FCI reserves the right to change the number/location of the FCI owned Depot to be covered as part of this project and the same shall be finalized at the time of signing the
contract with the Successful Bidder.

Page 100 of 122


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

Schedule A1 – Environmental Sensors (10 Depots Only)


# Item Unit Type Total Nos.
Make Model
A (As applicable) (As applicable)
A Sensors
1 SITC of sensors for monitoring Temperature & Relative Humidity at 10 Sets 20
Depot level with all required accessories & applications for successful
commissioning of the system.
(Two Sets of Sensors to be commissioned at 10 Depot - One set of sensors
to be commissioned outside the Godown & One set of sensors to be
commissioned inside the chamber).

Schedule B – Integrated Operations Center (IOC) /Network Operation Center (NOC)


# Item Unit Type Total Nos. Make Model
A (As applicable) (As applicable)
1 SITC of Video wall (3*2, 55" Screen with 8 input/output controller) with Set 1
all required accessories
2 SITC of workstation for CCTV monitoring at Network Operation Center Set 8
(NOC) with all required enterprise software and licenses with two 22-
inch monitor with keyboard and mouse

3 SITC of Server for (Streaming Server, Remote Site Manager, Video Set 4
Management Server, Recording, Redundancy etc.)

4 SITC of Antivirus Compute along with application for servers & clients Set 1

5 SITC of Server for Sensors (if required) Set 1

Page 101 of 122


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

Schedule B – Integrated Operations Center (IOC) /Network Operation Center (NOC)


# Item Unit Type Total Nos. Make Model
A (As applicable) (As applicable)
6 SITC of Secure VPN and WAN Gigabit L3 Managed Switch with Set 1
required numbers of port (1+1)
7 SITC of Gigabit 24 Port L2 Managed Switch with required numbers of Set 2
port
8 SITC of Firewall with required specifications (1+1) Set 2
9 SITC of 42U with all required accessories Set 1
10 SITC of Online 30KVA UPS (minimum, Bidder to quote as required) Set 1
with 1 hour backup on full load with all required accessories (1+1)
11 SITC of Centralized Video Management Software (VMS) application Set 1
with all required licenses
12 SITC of storage box for archive recording of all depots flagged data for Set 1
90 days
13 SITC of Antivirus with all required client licenses Set 1
14 SITC of application for EMS, Helpdesk, Ticketing & SLA Management Lot 1
Tool
15 SITC of Server for EMS, Helpdesk, Ticketing & SLA Management Tool Set 1
16 SITC of CCTV, ACS, FAS, WLD, VESDA, Gas suppression system and Set 1
fire extinguisher for NOC, DC and office area
17 SITC of IOC and NOC infra & interior (approx. 800 square feet floor Set 1
space)
18 SITC of modular console with chair for operators as per the client Set 8
requirement for IOC and NOC
19 SITC of IT and electrical infra as per site requirement Set 1
20 SITC of Air Conditioning System for IOC, NOC, DC and office area for Set 1
24x7 operations (approx. 800 sq. ft. floor space)

Page 102 of 122


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

OPEX (Operational Expenditure)


NOTE: All Bidders to note that while the below mentioned BoM Schedules have line Items mentioned in line with the respective CAPEX Schedules, there may not be
any OPEX cost associated for certain items. Bidders are advised to mention the cost as zero for such items.

Schedule C – AMC of Field Components at Godown Level (all Depots)


Total Nos.
# Item Unit Type
A
AMC of IP Bullet Camera with all required accessories including mounting arrangement for successfully
1 commissioning of the system Nos 13446

AMC of IP Dome Camera with all required accessories including mounting arrangement for
2 successfully commissioning of the system Nos 1806

AMC of IP Fisheye / 360-degree top view camera with all required accessories including mounting
3 arrangement for successfully commissioning of the system Nos 7665

B Poles & Cantilevers


AMC of Pole for Bullet Camera with all required accessories including foundation, earthing and cabling
4 Nos 1362
C IT & Field infra
5 AMC of field rack with all required accessories Nos 2779
AMC of 8/16 port PoE switch* (Preferably with fan-less design) with all required accessories including
6 power supply, SFPs Nos 2779
AMC of wireless BTS (Base Transceiver Station) - includes addition PoE, NID, Channel Bandwidth of
Nos 561
7 20, 40 and 80 MHz (mounted on pole of appropriate height to ensure maximum connectivity)

AMC of wireless CPE (Client Place Equipment) - includes Antenna, PoE, NID, L clamp, Channel
Bandwidth of 20, 40 and 80 MHz (mounted on pole of appropriate height to ensure maximum Nos
8 Pls specify
connectivity

AMC of Cat-6 Cable (armored for outdoor & unarmored for indoor environment) with all required
9 Meters Pls specify
accessories including laying
10 AMC of armored Power Cable with all required accessories including laying Meters Pls specify

Page 103 of 122


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

Schedule C – AMC of Field Components at Godown Level (all Depots)


Total Nos.
# Item Unit Type
A
11 AMC of PVC Conduit with all required accessories including laying Meters Pls specify
D Local Viewing Center & Local Server
AMC of online UPS (including SNMP card) with 1 hour backup on full load with maintenance free
12 Nos 561
batteries with all required accessories including power cable from RAW input to UPS to all field devices
AMC of storage with 90 days continuous recording of all cameras along with bookmarked video feed as
per respective locations with local monitoring software with all required enterprise licenses
13 Nos 561
Refer recording parameters defined under Section 1.3 and Section 2.3 (B1) of the RFP Volume 2.

AMC of NVR – 32 Channel - Embedded Linux, 4K Output Support, With Audio I/O support
Nos 340

14 AMC of NVR – 64 Channel - Embedded Linux, Video Output Support, With Audio I/O support Nos 139

AMC of NVR – 128 Channel - Embedded Linux, Video Output Support, With Audio I/O support Nos 102

15 AMC of 43" (24x7x365) display with all required accessories Nos 561
16 AMC of IT/Network rack with all required accessories Nos 561
17 AMC of 24 port L2 POE enterprise switch with all required accessories Nos 561
AMC for providing Secured Internet Connectivity along with associated Hardware (Router cum Secure
18 VPN device) & other cost Nos 561

* NOTE: The Bidder is required to consider the diverse weather conditions across India and make an informed decision regarding the deployment of network switches
for FCI depots across India. The Bidder must assess the environmental factors, such as temperature, humidity, and exposure to elements, and choose network switches
(be it commercial grade or an industrial grade) that are best suited to withstand the prevailing weather conditions at the proposed installation FCI depots.

Page 104 of 122


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

Schedule C1 – AMC of Environmental Sensors (10 Depots Only)


# Item Unit Type Total Nos.

A
A Sensors
1 AMC of sensors for monitoring Temperature & Relative Humidity at 10 Depot level with all Sets 20
required accessories & applications for successful commissioning of the system.

(Two Sets of Sensors to be commissioned at 10Depot - One set of sensors to be commissioned


outside the Godown & One set of sensors to be commissioned inside the chamber).

Page 105 of 122


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

Schedule D – AMC of Integrated Operations Center (IOC) and Network Operation Center (NOC)

Total Nos.

# Item Unit Type

A
AMC of Video wall (3*2, 55" Screen with 8 input/output controller) with all required accessories
1 Set 1
AMC of workstation for video monitoring at Network Operation Center (NOC) with all required enterprise software
2 and licenses with two 22-inch monitor with keyboard and mouse Set 8

AMC of Server for (Streaming Server, Remote Site Manager, Video Management Server, Recording, Redundancy
3 etc.) Set 1

4 AMC of Antivirus Compute along with application for servers & clients Set 1
5 AMC of Server for Sensors (if required) Set 1
AMC of Secure VPN and WAN Gigabit L3 Managed Switch with required numbers of port (1+1)
6 Set 1
AMC of Gigabit 24 Port L2 Managed Switch with required numbers of port
7 Set 2
8 AMC of Firewall with required specifications (1+1) Set 2
9 AMC of 42U with all required accessories Set 1
AMC of Online 30KVA UPS (minimum, Bidder to quote as required) with 1 hour backup on full load with all
10 required accessories (1+1) Set 1

AMC of for Integrated Video Management Software (VMS) with all required licenses
11 Set 1
AMC of storage box for archive recording of flagged data at all depots for 90 days
12 Set 1
AMC of Antivirus with all required client licenses 25
13 Nos
14 AMC of EMS, Helpdesk, Ticketing & SLA Management Tool Lot 1
15 AMC of Server for EMS, Helpdesk, Ticketing & SLA Management Tool Set 1

Page 106 of 122


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

Schedule D – AMC of Integrated Operations Center (IOC) and Network Operation Center (NOC)

Total Nos.

# Item Unit Type

A
AMC of CCTV, ACS, FAS, WLD, VESDA, Gas suppression system and fire extinguisher for NOC, DC and office
16 area Set 1

AMC of IOC and NOC infra & interior (approx. 800 square feet floor space)
17 Set 1
AMC of modular console with chair for operators as per the client requirement for IOC and NOC 8
18 Set
AMC of IT and electrical infra as per site requirement
19 Set 1
AMC of Air Conditioning System for IOC, NOC, DC and office area for 24*7 operations (approx. 800 sq. ft. floor
20 space) Set 1

Schedule E – Network Connectivity (Bandwidth)


# Item Unit Type Total Nos.

A
1 Internet bandwidth cost at Depot Level (Minimum 100 Mbps per Depot) Nos 561

2 Leased Line cost at IOC cum NOC Level (Minimum 1 Gbps) Nos 1

Page 107 of 122


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

Schedule F - Managerial & Technical Manpower


# Item Unit Type Total Nos.

A
1 Project Manager Nos 1
2 Assistant Project Manager Nos 5
3 Surveillance Expert Nos 1

Page 108 of 122


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

15 Annexure 5 – Format for Performance Bank Guarantee


[On Appropriate Stamp Paper]

PERFORMANCE GUARANTEE

Ref:

Bank Guarantee No:

Date:

To

Executive Director (Security)

Food Corporation of India

New Delhi

1. Against contract vide Advance Acceptance of the Tender No. ________ Dated ______ covering
“RFP for Selection of SI agency for SITC and Operations of CCTV Monitoring at FCI Owned Godowns”
(hereinafter called the said 'contract') entered into between Food Corporation of India, (hereinafter
called the Purchaser) and M/s._________________ , a Company incorporated under the
________________ and having its Registered Office at ..................................................(hereinafter
called the Bidder) this is to certify that at the request of the Bidder we (name of the Bank / Branch
.........................................................) a body corporate constituted under the _______________ and
having its, Registered Office at..................................................................................... and a branch
office at ................................................................................................ are holding in trust in favor of
the Purchaser, an amount of Rs.......................(Rupees
................................................................................................................................only) to indemnify
and keep indemnified the Purchaser against any loss or damage that may be caused to or suffered by
the Purchaser by reason of any breach by the Bidder of any of the terms and conditions of the said
contract and/or in the performance thereof. We agree that the decision of the Purchaser, whether by
any breach of any of the terms and conditions of the said contract and/or in the performance thereof
has been committed by the Bidder and the amount of loss or damage that has been caused or suffered
by the Purchaser shall be final and binding on us and the amount of the said loss or damage shall be
paid by us forthwith on demand and without demur to the Purchaser.

2. We (Name of the Bank /Branch) ........................................................ further agree that the guarantee
herein contained shall remain in full force and effect during the period that would be taken for
satisfactory performance and fulfillment in all respects of the said contract by the Bidder i.e. till
_________________ hereinafter called the said date and that if any claim accrues or arises against us
______(Name of the Bank /Branch) by virtue of this guarantee before the said date, the same shall be
enforceable against us .........................(Name of the Bank/Branch) notwithstanding the fact that the
same is enforced within six months after the said date, provided that notice of any such claim has been
given to us .....................(Name of the Bank/Branch) by the Purchaser before the said date. Payment
under this guarantee shall be made promptly upon our receipt of notice to that effect from the
Purchaser.

3. It is fully understood that this guarantee is effective from the date of the said contract and that
we........................ (Name of the Bank /Branch) undertake not to revoke this guarantee during its
currency without the consent in writing of the Purchaser.

Page 109 of 122


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

4. We undertake to pay to the Purchaser any money so demanded notwithstanding any dispute or
disputes raised by the Bidder in any suit or proceeding pending before any court or Tribunal relating
thereto our liability under this present bond being absolute and unequivocal.

5. The payment so made by us under this bond shall be a valid discharge of our liability for payment
there under and the Bidder shall have no claim against us for making such payment.

6. We .....................(Name of the Bank / Branch) further agree that the Purchaser shall have the fullest
liberty, without affecting in any manner our obligations hereunder to vary any of the terms and
conditions of the said contract or to extend time of performance by the Bidder from time to time or to
postpone for any time or from time to time any of the powers exercisable by the Purchaser against the
said Bidder and to forebear or enforce any of the terms and conditions relating to the said contract and
we, .....................................(Name of the Bank / Branch) shall not be released from our liability under
this guarantee by reason of any such variation or extension being granted to the said Bidder or for any
forbearance by the Purchaser to the said Bidder or for any forbearance and or omission on the part of
the Purchaser or any other matter or thing whatsoever, which under the law relating to sureties, would,
but for this provision have the effect of so releasing us from our liability under this guarantee.

7. This guarantee will not be discharged due to the change in the constitution of the Bank or the Bidder.

Notwithstanding anything contained herein:

i) Our liability under this Bank Guarantee shall not exceed of Rs............................... (Rupees in words
only).

ii). The Bank Guarantee shall be valid up to ..........................., and.

iii) We........................................... (Name of the Bank / Branch) are liable to pay the guaranteed amount
or any part thereof under this Bank Guarantee only and only if you serve upon us a written claim or
demand on or before ##......................................

Authorized Signatory of the Bank

Signature

Full name/designation/ Address of the official and date

WITNESS NO. 1

Signature

Full name/designation/ Address

WITNESS NO. 2

Signature

Full name/designation/ Address

Page 110 of 122


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

16 Annexure 6 – Non-Disclosure Agreement


WHEREAS we the undersigned Bidder, __________________________________, having our
principal place of business or registered office at _________________, are desirous of bidding for RFP
No. <<>> dated <<DD-MM-YYYY>> “RFP for Selection of SI agency for I&C, Operations of CCTV
Monitoring at FCI Owned Godowns”. (Hereinafter called the said 'RFP') to the “Food Corporation of
India”, hereinafter referred to as ‘Authority'

And,

WHEREAS the Bidder is aware and confirms that the Authority’s business or operations, information,
application or software, hardware, business data, architecture schematics, designs, storage media and
other information or documents made available by the Authority in the RFP documents during the
bidding process and thereafter, or otherwise (confidential information for short) is privileged and strictly
confidential and or proprietary to the Authority,

NOW THEREFORE, in consideration of disclosure of confidential information, and in order to ensure


the Authority’s grant to the Bidder of specific access to Authority’s confidential information, property,
information systems, network, databases and other data, the Bidder agrees to all of the following
conditions.

It is hereby agreed as under:

1. The confidential information to be disclosed by the Authority under this Agreement (“Confidential
Information”) shall include without limitation, any and all information in written, representational,
electronic, verbal or other form relating directly or indirectly to processes, methodologies,
algorithms, risk matrices, thresholds, parameters, reports, deliverables, work products,
specifications, architecture, project information, security or zoning strategies & policies, related
computer programs, systems, trend analysis, risk plans, strategies and information communicated
or obtained through meetings, documents, correspondence or inspection of tangible items, facilities
or inspection at any site to which access is permitted by the Authority.

2. Confidential Information does not include information which:

a. the Bidder knew or had in its possession, prior to disclosure, without limitation on its
confidentiality.
b. information in the public domain as a matter of law.
c. is obtained by the Bidder from a third party without any obligation of confidentiality.
d. the Bidder is required to disclose by order of a competent court or regulatory authority.
e. Is released from confidentiality with the written consent of the Authority.
The Bidder shall have the burden of proving hereinabove are applicable to the information in the
possession of the Bidder.

3. The Bidder agrees to hold in trust any Confidential Information received by the Bidder, as part of
the Tendering process or otherwise, and the Bidder shall maintain strict confidentiality in respect
of such Confidential Information, and in no event a degree of confidentiality less than the Bidder
uses to protect its own confidential and proprietary information. The Bidder also agrees:

a. to maintain and use the Confidential Information only for the purposes of bidding for this RFP
and thereafter only as expressly permitted herein.
b. to only make copies as specifically authorized by the prior written consent of the Authority and
with the same confidential or proprietary notices as may be printed or displayed on the original.
c. to restrict access and disclosure of Confidential Information to their employees, agents,
consortium members and representatives strictly on a "need to know" basis, to maintain
confidentiality of the Confidential Information disclosed to them in accordance with this clause;
and
d. To treat Confidential Information as confidential unless and until Authority expressly notifies
the Bidder of release of its obligations in relation to the said Confidential Information.

Page 111 of 122


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

4. Notwithstanding the foregoing, the Bidder acknowledges that the nature of activities to be
performed as part of the Tendering process or thereafter may require the Bidder’s personnel to be
present on premises of the Authority or may require the Bidder’s personnel to have access to
software, hardware, computer networks, databases, documents, and storage media of the
Authority while on or off premises of the Authority. It is understood that it would be impractical for
the Authority to monitor all information made available to the Bidder’s personnel under such
circumstances and to provide notice to the Bidder of the confidentiality of all such information.

Therefore, the Bidder shall disclose or allow access to the Confidential Information only to those
personnel of the Bidder who need to know it for the proper performance of their duties in relation
to this project, and then only to the extent reasonably necessary. The Bidder will take appropriate
steps to ensure that all personnel to whom access to the Confidential Information is given are
aware of the Bidder’s confidentiality obligation. Further, the Bidder shall procure that all personnel
of the Bidder are bound by confidentiality obligation in relation to all proprietary and Confidential
Information received by them which is no less onerous than the confidentiality obligation under this
agreement.

5. The Bidder shall establish and maintain appropriate security measures to provide for the safe
custody of the Confidential Information and to prevent unauthorized access to it.

6. The Bidder agrees that upon termination or expiry of this Agreement or at any time during its
currency, at the request of the Authority, the Bidder shall promptly deliver to the Authority the
Confidential Information and copies thereof in its possession or under its direct or indirect control,
and shall destroy all memoranda, notes and other writings prepared by the Bidder or its Affiliates
or directors, officers, employees or advisors based on the Confidential Information and promptly
certify such destruction.

7. Confidential Information shall at all times remain the sole and exclusive property of the Authority.
Upon completion of the Tendering process and or termination of the contract or at any time during
its currency, at the request of the Authority, the Bidder shall promptly deliver to the Authority the
Confidential Information and copies thereof in its possession or under its direct or indirect control,
and shall destroy all memoranda, notes and other writings prepared by the Bidder or its Affiliates
or directors, officers, employees or advisors based on the Confidential Information within a period
of sixty days from the date of receipt of notice, or destroyed, if incapable of return. The destruction
shall be witnessed and so recorded, in writing, by an authorized representative of the Authority.
Without prejudice to the above the Bidder shall promptly certify to the Authority, due and complete
destruction, and return. Nothing contained herein shall in any manner impair rights of the Authority
in respect of the Confidential Information.

8. In the event that the Bidder hereto becomes legally compelled to disclose any Confidential
Information, the Bidder shall give sufficient notice and render best effort assistance to the Authority
to enable the Authority to prevent or minimize to the extent possible, such disclosure. Bidder shall
not disclose to a third party any Confidential Information or the contents of this RFP without the
prior written consent of the Authority. The obligations of this Clause shall be satisfied by handling
Confidential Information with the same degree of care, which the Bidder applies to its own similar
Confidential Information but in no event less than reasonable care.

For and on behalf of:

(BIDDER)

Authorized Signatory Office Seal:

Name: Place:

Designation: Date:

Page 112 of 122


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

17 Annexure 7 – Project Details


SN Item Details

General Information

1 Client for which the project was


executed

2 Name and contact details of the


client

3 Project Details

4 Description of the project

5 Scope of work of the Bidder

6 Deliverables of the Bidder

7 Technologies used

8 Outcomes of the project

9 Other Details

Total cost of the project

10 Total cost of the services


provided by the bidder

11 Duration of the project (no. of


months, start date, completion
date, current status)

12 Other Relevant Information

13 Mandatory Supporting Documents:


 Copy of work order/ Contract/agreement detailing Scope
 Client Certificate/ Satisfactory performance certificate from same client
 Completion Certificate issued & signed by the competent authority of the client entity on
the entity’s letterhead or certificate from CA mentioning percentage of CAPEX achieved.

Note: In case of NDA, copies of NDA agreement (along with masked copies of work order OR
Completion Certificate from Bidder’s CA) may be provided.

Note: - The project details have to be submitted (including required supporting documents) along with
each project submitted for pre-qualification criteria & Technical qualification criteria.

Page 113 of 122


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

18 Annexure 8 – Undertaking on Exit Management and Transition


Tender Ref. Date:

To,

Executive Director (Security)

Food Corporation of India

New Delhi

Sub: Undertaking on Exit Management and Transition

Dear
Sir,

i. I/We hereby undertake that at the time of completion of our engagement with the Food
Corporation of India, either at the End of Contract or termination of Contract before planned
Contract Period for any reason, we shall successfully carry out the exit management and
transition phase of this Project [insert <RFP Name and Reference No.>] to the Food
Corporation of India or to System Integrator identified by Food Corporation of India to the
satisfaction of the Food Corporation of India. I/We further undertake to complete the following
as part of the Exit management and transition:

a. We undertake to complete the updating of all Project documents and other artefacts
and handover the same to Food Corporation of India before transition.

b. We undertake to design standard operating procedures, document, and train Food


Corporation of India personnel on the same.

c. We undertake to handover all the services, assets, data, documents, artefacts, etc.
relating to the project as part of the exit management phase to the Department or to the
Agency nominated by the Department.

ii. I/We also understand that the Exit management and transition will be considered complete
on the basis of approval from Food Corporation of India.

Yours faithfully,

(Signature of the Authorized signatory of the Bidding Organization)

Name :

Designation :

Date :

Seal :

Business Address :

Page 114 of 122


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

19 Annexure 9 – Format for affidavit for OEM claiming benefit under


Make in India Policy

Date:

I, _____________________________S/o, D/0, W/0 , _________________________ , Resident of


___________________________________do hereby solemnly affirm and declare as under:

That l agree to abide by the terms and conditions of <Name of Nodal Ministry / Department > of
Government of India, issued vide Notification No:__________________ dated ______________ .

That the information furnished hereinafter is correct to best of my knowledge and belief and I undertake
to produce relevant records before the procuring entity or any other authority so nominated by the
<Name of Nodal Ministry / Department >, Government of India, for the purpose of assessing the
Local Content (LC).

That the LC for all inputs which constitute the said Product / Services / Works has been verified by me
and I am responsible for the correctness of the claims made therein.
That in the event of the LC of the Product/Services/Works mentioned herein is found to be incorrect
and not meeting the prescribed LC norms, based on the assessment of an authority so nominated by
the <Name of Nodal Ministry / Department >, Government of India and I will be liable as under clause
9 (I) of Public Procurement (Preference to Make in India) Order 2017.
l agree to maintain all information regarding my claim for LC in the Company's record for a period of 2
years from the date of bidding and shall make this available for verification to any statutory authorities.
I. Name and details of the Local supplier (Registered Office, Manufacturing unit location,
nature of legal entity)
II. Date on which this certificate is issued
III. Product/Services/Works for which the certificate is produced
IV. Procuring agency to whom the certificate is furnished
V. Percentage of LC claimed
VI. Name and contact details of the unit of the manufacturer
VII. Sale Price of the product
VIII. Ex-Factory Price of the product
IX. Freight, insurance and handling
X. Total Bill of Material
XI. List and total cost value of inputs used for manufacture of the Product/Services/Works
XII. List and total cost of inputs which are locally sourced. Please attach LC certificates from
local suppliers. if the input is not in-house.
XIII. List and cost of inputs which are imported, directly or indirectly I hereby certify and
confirm that the Product/Services/Works and its components proposed in this Tender are
being Manufactured at in India and is currently underproduction and not being simply
assembled.

For and on behalf of______________________________________ (Name of firm/entity)

Authorized signatory (To be duly authorized by the Board of Directors)

<Insert Name, Designation and Contact No. and Date>

Identified by me Before Me

Advocate Public Notary

Date: Date:

Page 115 of 122


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

Place: Place:

Note:

1. Affidavit should be on non-judicial stamp paper of Rs.100/-

2. Please fill up the details as per the documents you are annexing.

3. Affidavit should be attested by Notary Public

Page 116 of 122


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

20 Annexure 10 – Declaration by Bidder on Make in India


(To be submitted with technical bid)

{should be provided by Service Provider on company’s letter head}

Date: << insert here >>

To,
Executive Director (Security)
Food Corporation of India Limited
New Delhi -110001
India
Reference: RFP No. < >

I, _____________________________S/o, D/0, W/0 , _________________________ , Resident of


___________________________________do hereby solemnly affirm and declare as under:

{Point No.1 as applicable}

1. That the Total Value of all products mentioned below claiming to qualify as “Class-I local
supplier” as per PPP-MII Order / any subsequent notification is greater than 50% of the overall
equipment cost as proposed by the in the Financial Bid Format
OR

That the Total Value of all products mentioned below claiming to qualify as “Class-I local
supplier” or “Class-II Local supplier” as per PPP-MII Order / any subsequent notification is
between 20% to 50% of the overall equipment cost as proposed in the Financial Bid Format

2. That the information furnished hereinafter is correct to best of my knowledge and belief and I
undertake to produce relevant records before the procuring entity or any other authority so
nominated/instructed by the FCI, for the purpose of assessing the Local Content (LC) /
validating the information provided herein.
3. That the LC for all inputs which constitute the said Product/Services/Works has been verified
by me and I am responsible for the correctness of the claims made therein.
4. That in the event of the LC of the Product/Services/Works mentioned or any information
provided herein is found to be incorrect, the FCI reserves the right to Blacklist for Two (2) years.
Sr. No Name of Product Make Model Percentage Category Certificate
the OEM of Local Class-I from
Content Local Statutory
supplier / auditor/cost
Class-II auditor
local Submitted
supplier / Yes / No
non-Local
supplier

For and on behalf of______________________________________ (Name of firm/entity)

Authorized signatory (To be duly authorized by the Board of Directors)

<Insert Name, Designation and Contact No. and Date>

Page 117 of 122


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

21 Annexure 11 – Land Border Sharing Declaration

***** On the Letter Head of the Bidder/OEM *****

We [Organization Name] hereby confirm that we will abide by the Rule 144 (xi) of the General
Financial Rules (GFRs), 2017 and its following amendments, ensuring that the bidder is not from a
country which shares a land border with India, or neither any of the following -

i. An entity incorporated, established or registered in such a country; or


ii. A subsidiary of an entity incorporated, established or registered in such a country; or
iii. An entity substantially controlled through entities incorporated, established or registered in such
a country; or
iv. An entity whose beneficial owner is situated in such a country; or
v. An Indian (or other) agent of such an entity; or
vi. A natural person who is a citizen of such a country; or
vii. A consortium or joint venture where any member of the consortium or joint venture falls under
any of the above

Name: :
Authorized Signatory :
Seal of the Organization :
Business Address :
Date :
Place :

Page 118 of 122


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

22 Annexure 12 – Installation & Commissioning Certificate


Template
SUB: INSTALLATION & COMMISSIONING CERTIFICATE (ALL CCTV – VIDEO MONITORING
COMPONENTS AT DEPOT LEVEL)
DATED: __________
AGENCY / SI NAME: _________________________
PURCHASE ORDER NO_________________________
Installation Certificate (issued by FCI) No.: _________________________
Against the above mentioned purchase order. The items detailed below have been received on
dated____________ and installed on dated___________

Depot Details:
Depot Name: Depot Capacity: Zone Name:
Nos. of Godowns: Nos. of Chambers:
District Name: Region Name:

Make,
Physical Firmware/
# Item* Device Type Qty Model & Remarks
Check Software
Serial No.
Bullet Type
1 CCTV cameras Dome Type
Fisheye
8 Port
2 Network Switches 16 Port
24 Port
32 Channel
3 NVR 64 Channel
128 Channel
4 BTS
5 CPE
Environmental
6
Sensors
Secured Internet
Connectivity along with
7
associated Hardware
& other
8 Online UPS
9 Poles & Cantilevers
CAT-6 Cable
Associated Installation
10 Power Cable
material
Conduit
* Please add/modify the items in the above illustrated table as per actual on ground implementation.

System Integrator (SI) Depot Manager Divisional Manger

By (Sign)

Name
Design.
Date

Page 119 of 122


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

23 Annexure 13 – Earnest Money Deposit (EMD) as Bank Guarantee


(including e-BG)

(TO BE EXECUTED ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE, PURCHASED


IN THE NAME OF ISSUING BANK)

WHEREAS M/s. <Bidder Name> having their registered office at <Bidder Address> (Hereinafter
called the “Bidder‟) wish to participate in the tender number <Tender Number> Selection of SI agency
for SITC and Operations of CCTV solution at FCI Owned Godowns for Food Corporation of India
(Hereinafter called the “Beneficiary”) and WHEREAS a Bank Guarantee (including e-BG) towards
Earnest Money Deposit for INR <Amount in figures> valid till <BG Validity Date>, which is required
to be submitted by the bidder along with the tender.

We, <Bank Name and Branch Address> having our registered office at <Registered Office
Address> hereby give this Bank Guarantee Number: <BG Number> dated <BG Date> and hereby
agree unequivocally and unconditionally to pay immediately on demand in writing from the Food
Corporation of India or any officer authorized by it on its behalf, any amount not exceeding INR
<Amount in figures> (Rupees <Amount in words>) to the said beneficiary on behalf of the bidder.

This agreement shall be valid and binding on this Bank up to and inclusive of <BG Validity Date> and
shall not be terminable by notice or by Guarantor change in the constitution of the Bank or the firm of
bidder or by any reason whatsoever and our liability hereunder shall not be impaired or discharged by
any extension of time or variations or alternations made, given, conceded with or without our knowledge
or consent by or between the bidder and the FCI.

Notwithstanding anything contrary contained in any law for the time being in force or banking practice,
this Bank Guarantee shall not be assignable, transferable by the beneficiary. Notice or invocation by
any person such as assignee, transferee or agent of beneficiary shall not be entertained by the Bank.
Any invocation of the Guarantee can be made only by the beneficiary directly.

Notwithstanding anything contained hereinbefore, our liability under this guarantee is restricted to INR
<Amount> (Rupees <Amount in words>). Our guarantee shall remain in force till <BG Validity
Date>. Unless demands or claims under this Bank Guarantee are made to us in writing on or before
<BG Validity Date>, all rights of beneficiary under this Bank Guarantee shall be forfeited, and we shall
be released and discharged from all liabilities there under.

Page 120 of 122


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

Dated the day of for <Bank Name>

(Signature, name, and designation of the (Signature, name, and designation of the
authorized signatory) authorized signatory)

For ..............................................................

Name of Bank:

Seal of the Bank:

Dated, the ...........................day of ................., 20......

NOTE:

1. The BG (including e-BG) shall contain the names, designations and code numbers of the
officers signing the Guarantee.
2. The address, telephone number and other details of the Head Office of the bank as well as of
issuing branch shall be mentioned on the covering letter of issuing branch.
3. Bank Guarantee through Structured Financial Messaging System (SFMS):
 The BG issuing bank shall send cover for BG issued through SFMS platform to the FCI
banker, i.e., ICICI Bank Ltd., 9A, Phelps Building, Connaught Place, New Delhi – 110001
(IFSC Code: ICIC0000007) as per the details below:

 The Bidder shall submit the copy of SFMS message as sent by the issuing bank branch
along with the original Bank Guarantee

i. MT760 COV for issuance of Bank Guarantee


ii. MT767 COV for amendment of Bank Guarantee
iii. Issuing bank shall mention FCI beneficiary office code in field code in field 7037 of
MT760COV/MT767COV
iv. FCI Beneficiary code will be “FCIHA11” where HA11 is four-digit unit code of
respective office of FCI.
 BG submitted without these details shall not be accepted.
 Proforma of BG shall also be amended to include the following message:
“Cover message for this BG has been sent to FCI bankers i.e., ICICI Bank Ltd., 9A,
Phelps Building, Connaught Place, New Delhi – 110001 (IFSC Code: ICIC0000007)
through SFMS.”

Page 121 of 122


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-1

24 Annexure 14 – Bid Security (Earnest Money Deposit) Declaration


Form
Date: ___________________

To,

Executive Director (Security)

Food Corporation of India

New Delhi

Subject: Bid Security (Earnest Money Deposit) Declaration

I/We understand that, according to your conditions, bids must be supported by a Bid Securing
Declaration.

I/We accept that I/We may be disqualified from bidding for any contract with you for a period of one
year from the date of notification if I am /We are in a breach of any obligation under the bid conditions,
because

I/We

a. have withdrawn/modified/amended, impairs, or derogates from the tender, my/our Bid during the
period of bid validity specified in the form of Bid; or
b. have been notified of the acceptance of our Bid by the purchaser during the period of bid validity
i. fail or refuse to execute the contract, if required, or
ii. fail or refuse to furnish the Performance Security, in accordance with the instructions to
Bidders.

I/We understand this Bid Securing Declaration shall cease to be valid if I am/we are not the successful
Bidder, upon the earlier of

i. the receipt of your notification of the name of the successful Bidder; or


ii. thirty days after the expiration of the validity of my/our Bid.

Signed: (insert signature of person whose name and capacity are shown)

in the capacity of (insert legal capacity of person signing the Bid Securing Declaration)

Name: (insert complete name of person signing he Bid Securing Declaration)

Duly authorized to sign the bid for an on behalf of: (insert complete name of Bidder)

Dated on _________________________ day of ______________________ (insert date of signing)

Corporate Seal (where appropriate)

Note: The said annexure is applicable for Sole/Lead bidder whoever claim the benefit of EMD
exemption as per “General Terms and Conditions on GeM 4.0 (Version 1.15) dt 11th June 2024”
or any subsequent amendment till the time of bid submission. The bidder should also submit
the relevant documents for claiming the benefit of EMD exemption.

<<< End of Volume 1 >>>

Page 122 of 122


FOOD CORPORATION OF INDIA

2nd Call of Tender (Previous Tender No - GEM/2024/B/4748982)

Request for Proposal (RFP)

Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned
Godowns

RFP Number GEM/2024/B/5166730


RFP Date 16/07/2024
Last date for Bid 01/08/2024, 16.00 Hrs.
Submission
Document
Volume 2: Scope of Work
Reference
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Table of Contents
1 Scope of work ............................................................................................................... 4
1.1 Project Background .................................................................................................. 4
1.2 Structure of FCI Offices ............................................................................................ 6
1.3 Indicative Scope Components .................................................................................... 6
1.4 Responsibility Matrix .............................................................................................. 13
1.5 Network Architecture (illustrative)............................................................................ 14
1.6 Bandwidth Requirement .......................................................................................... 16
2 Implementation of new initiatives for FCI ....................................................................... 16
2.1 Finalization and submission of a detailed project plan and technical architecture for
integration with all required components ........................................................................... 17
2.2 Implementation & Maintenance of Surveillance & Sensors ........................................... 18
2.3 Implementation & Maintenance of Network ............................................................... 22
2.4 Implementation & Maintenance of Network Operating Center ...................................... 25
2.5 Implementation & Maintenance of Applications .......................................................... 28
2.6 Implementation & Maintenance of Viewing Centers at Depots and Central Integrated
Operations Center (IOC) ................................................................................................. 30
2.7 Training to the FCI Personnel for operationalization of the system ................................ 31
2.8 Partial Acceptance Testing & Final Acceptance Testing of IT & Non-IT Equipment ........... 32
2.9 System Documents, User Documents ....................................................................... 33
2.10 Project Management & Technical Team .................................................................. 34
2.11 Hand-over of the system at the end of contractual period ........................................ 36
2.12 System up-grade plan(s) for Contract duration from the date of acceptance ............... 36
3 Functional Requirements .............................................................................................. 36
3.1 Information to be Captured by Edge Devices ............................................................. 36
3.2 Information to be made available to different levels Regional / Zonal offices / Centralized
viewing center at HQ. ..................................................................................................... 37
3.3 Role Based Access for the System ............................................................................ 37
3.4 Storage / Recording Requirements ........................................................................... 37
3.5 Network Connectivity ............................................................................................. 38
3.6 Solution Design and Architecture ............................................................................. 38
3.7 Other General Requirements ................................................................................... 40
4 Technical Specification ................................................................................................. 43
4.1 IP fixed Camera (Bullet/Box type) ............................................................................ 43
4.2 IP Dome Camera ................................................................................................... 46
4.3 Network Video Recorder (NVR) – 32 Channel 8 SATA ................................................. 49
4.4 Network Video Recorder (NVR) – 64 Channel 16 SATA ................................................ 51
4.5 Network Video Recorder (NVR) – 128 Channel 16 SATA .............................................. 54
4.6 Base Tower Station (BTS) for wireless connectivity at Depot level ................................ 56
4.7 Client Premise Equipment (CPE) for wireless connectivity at Depot level ....................... 57
4.8 PoE switch 8/16/24 ports ........................................................................................ 58
4.9 Fisheye / 360-degree top view Camera ..................................................................... 59
4.10 Pole for Main Gate or General Surveillance Camera ................................................. 62
4.11 Junction Box ....................................................................................................... 64

Page 1 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

4.12 Layer 2 Switch .................................................................................................... 65


4.13 CAT6 Cable ........................................................................................................ 66
4.14 Armored Power Cable .......................................................................................... 67
4.15 PVC Conduit ....................................................................................................... 68
4.16 Uninterrupted Power Supply (UPS) ........................................................................ 68
4.17 Workstation for IOC / Network Operation Center ..................................................... 69
4.18 Display 43” (24x7x365) ....................................................................................... 71
4.19 Network Rack for Server Room with all Accessories (at Depot) ................................. 71
4.20 Video wall Screen at IOC cum NoC ........................................................................ 72
4.21 Video wall controller ............................................................................................ 72
4.22 Servers at IOC cum NOC for All Type of Applications ............................................... 74
4.23 Gigabit L3 Managed Switch .................................................................................. 76
4.24 Firewall at IOC cum NOC ...................................................................................... 78
4.25 42U Rack with all accessories ............................................................................... 80
4.26 Storage (To archive alert recording of all depots for 90 days at IOC/NOC) .................. 83
4.27 Antivirus (Server-Client Architecture based) ........................................................... 87
4.28 Air-conditioning System for NoC, DC and office area for 24x7 operations ................... 88
4.29 Environmental Sensor (IoT).................................................................................. 88
4.30 Sensor Controller (IoT based, preferably in-built with the sensor) ............................. 89
4.31 Router cum Secure VPN device at Depot ................................................................ 90
4.32 Integrated Centralized / Video Management Software (CMS/VMS) ............................. 91
4.33 Enterprise Management System (EMS) & Service Level Agreement (SLA) Management Tool
109
4.34 IOC/CCC Cum NOC infrastructure - Non-IT & interior requirements ..........................116
4.34.1 Control / Consoles Desk ................................................................................124
5 Tentative list of existing Surveillance System Details ......................................................130
6 List of Depots along with tentative Camera Quantity .......................................................180

Page 2 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Abbreviations

# Abbreviations Full Form


1. ANPR Automatic Number Plate Recognition
2. AI Artificial Intelligence
3. CAPEX Capital expenditure
4. CCTV Close circuit television

5. COTS Commercial Off the Shelf


6. EMD Earnest Money Deposit
7. FR Facial Recognition
8. FCI Food Corporation of India

9. GoI Government of India


10. GIS Geographic Information System

11. GPRS General Packet Radio Service


12. GPS Global Positioning System
13. GST Goods and Services Tax
14. HQ Headquarters
15. HMV Heavy Motor Vehicle

16. ITB Instructions to the bidders

17. IoT Internet of Things


18. ICT Information and Communication Technology

19. IP Internet Protocol

20. IT Information Technology

21. ITES Information Technology Enabled Services

22. LMV Light Motor Vehicle

23. LOA Letter Of Acceptance

24. LOI Letter of Intent

25. MSME Micro, Small and Medium Enterprises

26. NDA Non-Disclosure Agreement


27. O&M Operations and Maintenance
28. OEM Original Equipment Manufacturer
29. OPEX Operational Expenditure
30. PBG Performance Bank Guarantee
31. QCBS Quality and Cost-Based Selection

32. RFP Request For Proposal

33. RH Relative Humidity

34. SI System Integrator

35. SLA Service Level Agreement


36. UPS Uninterrupted Power Supply

Page 3 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

1 Scope of work
1.1 Project Background

Food Corporation of India (FCI) has already implemented an existing CCTV surveillance system (analog
cameras) for FCI owned depots across India and now intends to replace (“as-is where-is basis”) the
current/existing surveillance system with a new IP based CCTV system for owned depots across India.

In consideration of the same, FCI is planning to on-board System Integrator (SI) Agency for supply,
installation, testing, commissioning (SITC) & operations of CCTV cameras system at 561 FCI owned
depots* across India. The ambition is that adoption of an integrated system will lead to an increased
standard of surveillance, oversight in warehouse management practices, greater levels of collaboration
(particularly amongst various line departments), innovation in monitoring models, scalable solutions,
and a more secure basis for the FCI to manage their supply chain. This will lead to an accelerated
adoption of smart surveillance systems by the warehousing industry particularly in the public sector.

*Note: The specified Depot count is indicative, and the final list shall be discussed and agreed with the Successful
Bidder.

SI scope of work will include Site Survey, Detailed Design, Supply, Installation, Testing, Commissioning
and Operations & Maintenance of the entire project. The detailed work to be undertaken by the Selected
SI for setting up & operationalization of the new initiatives is given in subsequent sections and is to be
performed as per the specifications and conditions mentioned in this RFP and as per any further
amendments issued and the contract to be signed with the Selected SI subsequently. From the
perspective of project implementation, the scope has been categorized as follows:

i. Entire Project implementation shall be divided into two phases.


a. Phase 1 – Implementation:
 Go Live of CCTV system at 100 godowns along with Installation &
Commissioning of Command cum monitoring center (IOC, NOC & datacenter)
o CCTV/Video Surveillance for Godowns: - CCTV and viewing center at
Local depot level and FCI Head Quarter along with centralized application
hosted at DC including interior and infra at Integrated Operations Center
(IOC) and Network Operations Center (NOC).
o Operationalization of IOC and NOC at FCI, Headquarters
 Go Live of CCTV system at cumulative 200 Godowns integrated with IOC/NOC
 Go Live of CCTV system at cumulative 300 Godowns integrated with IOC/NOC
 Go Live of CCTV system at cumulative 561 Godowns integrated with IOC/NOC
 Acceptance of UAT post Commissioning of centralized feed monitoring of 561
Godowns at FCI Headquarters

b. Phase 2 – Operations & maintenance phase

Page 4 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

ii. Scope of work includes Design, Supply, Installation, Testing, Commissioning, Operations and
Maintenance of video surveillance system & environmental Sensors for FCI depots/warehouse
across the country.
iii. The proposed video surveillance system will involve setting up of IP based cameras across the
sites of depots/offices and viewing centres at Depots and Centralized Integrated Operations
Center and Network Operation Center at Headquarter level in New Delhi.
iv. The proposed video surveillance system includes Edge level/Camera inbuilt default video
analytics such as Tamper detection, Camera FOV change, Camera Blur/ out of Focus, Motion
Detection, etc.) at depot level.
v. The proposed video surveillance system includes central video management software,
environmental sensor monitoring application, Enterprise Management System including SLA,
Helpdesk & Ticketing solution etc. at central HQ level.
vi. The number of cameras in various categories are indicative. SI may conduct the site survey of
project site locations to finalize the numbers of cameras, types of camera and video analytics.
vii. Each Camera within the Depot would be captured (digitally) in the system and Network Video
Recorder for local compute, storage & streaming. The NVR will be further connected with
network switch & video display screen.
viii. All analytics, business rule triggered video recordings/images shall also be sent to IOC cum
NoC at FCI HQ. FCI may flag a select data to be retained for a longer period for archival as per
operational needs.
ix. All Depot shall communicate with the IOC cum NOC for live view, recorded data retrieval and
for health, performance monitoring. IOC shall lead all coordination’s with respect to the video
monitoring system and assist in operations planning as required.
x. Monitoring by Remote Officials: Apart from monitoring provisions at Depot & HQ, there will also
be a provision to view the video feeds over secured mobile (4G/5G) and/or office network for
viewing by the remote officials.
xi. Monitoring by the Public (Compulsory): FCI will publish the selected or all video feeds from the
cameras installed at the depots for viewing by Public at no cost. Bidder to consider the
provisions for such monitoring as part of their solution design.
On demand basis monitoring by the Public is a mandatory aspect of this RFP, therefore, it is
imperative that the Bidder adheres to RFP compliance and plans/designs the necessary
hardware/software required to achieve this from day one.
xii. Network Switch Selection:
The SI is required to consider the diverse weather conditions across India and make an informed
decision regarding the deployment of network switches for FCI depots across India. The SI must assess
the environmental factors, such as temperature, humidity, and exposure to foreign particles, and choose
network switches that are best suited to withstand the prevailing weather conditions at the proposed
installation FCI depots.
 Industrial Network Switch: In locations where extreme weather conditions, including high
temperatures, humidity, or exposure to harsh elements/dust/foreign particles, are anticipated,

Page 5 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

the SI is encouraged to propose the use of industrial-grade network switches. These switches
should be designed to operate reliably under challenging environmental circumstances.
 Commercial Network Switch: In locations where the weather conditions are relatively
moderate and do not pose significant challenges to electronic equipment, the SI may propose
the use of commercial-grade network switches. These switches should meet the necessary
performance standards for the intended application.
 The SI shall be responsible for conducting a thorough site assessment and selecting the
network switches that ensure the robustness and reliability of the proposed network
infrastructure in all designated locations across India. The chosen switches must comply with
industry standards and specifications.
 The SI shall provide detailed documentation outlining the rationale behind the choice of network
switches for each proposed location, taking into account the specific weather conditions
prevalent in that region.
 FCI reserves the right to request additional information or clarification regarding the proposed
network switch selections.
 This clause provides flexibility for the SI to choose between industrial and commercial grade
network switches based on the specific weather conditions at different locations while
emphasizing the importance of reliability and compliance with standards.

1.2 Structure of FCI Offices

1.3 Indicative Scope Components

# Category Scope Description


1. CCTV o IP CCTV Cameras (Fisheye, Bullet, Dome, etc.) at 561 Depots.
Cameras

Page 6 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

# Category Scope Description


o The camera shall be supplied with memory card and default video analytics (by
the OEM) as mentioned in the technical specifications of the respective
cameras.
o Refer Section 6 of this tender document for the list of Godown / Depot.
2. Environmental o Environmental Sensors at 10 Depots (2 Depots per zone on pilot basis) – 20
Sensors Nos. (2 nos. at each depot, one inside the chamber and one outside the
chamber, to capture and monitor the temperature and relative humidity.
o Associated Controller/Digital Convertor, Active Networking, Passive Cabling,
Application & Dashboard. Data Synchronization for Depot & HQ level
monitoring: Periodic (non-real time) transfer of data to the SI provided
application for monitoring and its integration with the FCI ERP applications
such as ISCM/DOS/VLTS etc. for supporting in operational planning.
3. Local viewing o A Viewing Centre shall be deployed as per the guidance of FCI
o One 43-inch (or better) Monitor shall be installed at the Viewing Centre as per
and storage
specification.
(at Depot o Network Video Recorder (NVR) for local compute, storage & streaming. The
NVR will be further connected with network switch & Video display monitor.
level)
o Local Recording at depot level
o 90 days storage for continuous video recording of all type of cameras
as per the below table

Parameter Fixed Dome Bullet Camera Fisheye / 360 deg.


Camera View Camera
Resolution in 1 Mega Pixel / 1 Mega Pixel / 2 Mega Pixel / Full
Pixel 720P 720P HD
Compression H.265 or betterH.265 or better H.265 or better
Variable Bit 1 Mbps 1 Mbps 2 Mbps
Rate
Frame Per 18 FPS 18 FPS 18 FPS
Second
o Local storage for bookmarked video feeds for longer duration (More
than 90 days or as directed by the Department). Bidder to provision
minimum 10% of free storage for bookmarked video feed in each NVR.

o Local Viewing at Depot level


o Local viewing for all types of cameras as per the below table

Parameter Fixed Dome Bullet Fisheye / 360


Camera Camera deg. View
Camera
Resolution in 2 Mega 2 Mega 5 Mega Pixel
Pixel Pixel/1080P Pixel/1080P
Compression H.265 or better H.265 or better H.265 or better
Variable Bit Rate 2 Mbps 2 Mbps 4 Mbps
Frame Per 25 FPS 25 FPS 25 FPS
Second

o Remote Viewing & On-demand video viewing at IOC cum NOC level
o On-demand Live streaming of all types of cameras as per the below
table

Page 7 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

# Category Scope Description


Parameter Fixed Dome Bullet Camera Fisheye / 360 deg.
Camera View Camera
Resolution in 1 Mega 1 Mega 2 Mega Pixel/Full
Pixel Pixel/720P Pixel/720P HD
Compression H.265 or better H.265 or better H.265 or better
Variable Bit Rate 1 Mbps 1 Mbps 2 Mbps
Frame Per 18 FPS 18 FPS 18 FPS
Second

o Remote Viewing on Mobile App, Web Client for monitoring by the FCI
Officials & Public (Web only) for all types of cameras as per below table.

Parameter Fixed Dome Bullet Camera Fisheye / 360 deg.


Camera View Camera
Resolution in Pixel 4CIF 4CIF 1 Mega Pixel
Compression H.265 or better H.265 or better H.265 or better
Variable Bit Rate 512 kbps 512 kbps 1 Mbps
Frame Per Second 15 FPS 15 FPS 15 FPS

o Remote Viewing on Mobile App & Web Client for monitoring by the FCI
Officials & Public (Web only)
 Mobile app- Up to 500 Concurrent Users & 5000 Total Users
 Web client- Up to 200 Concurrent Users & 2500 Total Users
4. Power &  Online UPS (including SNMP card): One UPS capable of taking up actual load
Network of the complete equipment’s shall be installed with one (1) hour backup on full
Connectivity load.
 Adequate no. of Power points for connection of UPS power system and CCTV
system equipment’s etc., along with dedicated earthing.
 Envisaged Network connectivity: -
o Depot Level:
a) Between Depot Monitoring Room/Local viewing center & PoE
network switch installed at Godowns /Weighbridge area/Entry Exit
gate etc.- Wireless
b) Between Camera and the respective POE switches/wireless
network devices – Wired (Ethernet)
o Wide Area Network (WAN) connecting all project Depots with IOC cum
NOC: Secured VPN based network using broadband connectivity at Depot
and ILL at the IOC / NOC.
 All indoor cabling shall be done in a structured manner with appropriate
labeling. Racks to be installed as per the requirement.
 Broadband with specified capacity shall be installed to connect the Depot with
the data Centre, IOC and NOC.
 Router with Secured VPN to isolate and securely transfer the data/video traffic
from the public network.
 Bidder to provision for periodic (non-real time) transfer of environmental sensor
data with the existing Depot Operations System DOS/ISCMS/ERP for
supporting in operational planning.

Page 8 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

# Category Scope Description


5. Bandwidth  Required internet bandwidth at various levels with all required hardware and
Provisioning software including secure VPN and the operation cost of the bandwidth for
entire project duration
o Minimum 100 Mbps Broadband Internet connectivity at Depot level
o Minimum 1 Gbps Internet Leased Line (ILL) connectivity at HQ
Level
6. On-premises  Centralized applications shall be hosted On-premises Server Room at FCI HQ
Server Room and shall integrate all Depots to fetch video feed and other project
at HQ infrastructure related data.

7. Applications  Edge level/Camera inbuilt default analytics such as Tampering, Camera FOV
change, Camera Blur/out of Focus, Motion Detection, etc. as provided by OEM
 Video Management System / software application at NVR level
 Centralized Video Management Application at HQ level
 Mobile Application/Web Client for viewing of cameras, alerts (from Cameras,
VA and Sensors)
 Environmental Sensor monitoring and management applications
 Enterprise Management System for health monitoring, SLA management,
Helpdesk and ticketing tool with dashboards & reports
8. Video Feed  At Depot level (Local)
Availability  At HQ level (Through secured VPN on Leased Line connectivity along with
workstation)
 On-demand video viewing at IOC cum NOC level
o Live streaming of all types of cameras as per below table

Parameter Fixed Dome Bullet Camera Fisheye / 360 deg.


Camera View Camera
Resolution in Pixel 1 Mega 1 Mega 2 Mega Pixel/Full HD
Pixel/720P Pixel/720P
Compression H.265 or better H.265 or better H.265 or better
Variable Bit Rate 1 Mbps 1 Mbps 2 Mbps
Frame Per Second 18 FPS 18 FPS 18 FPS

 Remote Viewing by Zonal/Regional/District Officials on Public IP (Through


Web and mobile interface internet / secured VPN connectivity)
 Remote Viewing by Citizen, available on Public IP (Through Web interface -
internet connectivity)
 Remote Viewing on Mobile App & Web Client shall happen for streaming of all
cameras as per below table

Parameter Fixed Dome Bullet Camera Fisheye / 360 deg.


Camera View Camera
Resolution in Pixel 4CIF 4CIF 1 Mega Pixel
Compression H.265 or better H.265 or better H.265 or better
Variable Bit Rate 512 kbps 512 kbps 1 Mbps
Frame Per Second 15 FPS 15 FPS 15 FPS

Page 9 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

# Category Scope Description


9. IOC cum NOC  The centralized monitoring center shall be built at FCI HQ.
 A state-of-the-art Integrated Operations Center (IOC) interior shall be done as
per specification following the sample IOC layout.
 A video wall shall be installed as per specification.
 A modular Operator console desk shall be installed as per specification.
 Workstation shall be installed to monitor the CCTV and environmental Sensors
as per specification along with Centralized monitoring application.
 Online UPS shall be installed with 1 Hour backup on full load along with
associated electrical setup to cater the load of IOC cum NOC & Server Room.
 All indoor cabling shall be structured and concealed.
 SI to provide the specified bandwidth to connect the main data Centre along
with all project sites - Depot.
 Monitor and operate the CCTV cameras and associated equipment in the IOC.
 Run on-demand data & video analytics (as available) to facilitate the better
operational insights.
 If required, the IOC to be established as part of this project shall also be used
to monitor the related other video surveillance or asset health monitoring
initiatives by the departments/agencies of the concerned Ministry. An example
of such monitoring is a similar initiative being rolled out by Central
Warehousing Corporation (CWC) for video monitoring of their warehouses.
The type and level of integrations along with cost implications (if any) arising
out of any such integration shall be assessed on a case-to-case basis under
the provisions of change in scope defined under Section 5.40 – Right to vary
quantity of Vol. 1 and Section 26.1 – Schedule I – Change Control of Vol 3.
 IOC shall be built for 8 seats wherein;
o 5 seats shall be filled by the operators managing the video
surveillance.
o 3 seats (2 for EMS/NoC health check and 1 for helpdesk ticketing) will
be occupied by the operators of the Network Operations Centre (NOC)
which will be collocated with the IOC.
10 Existing Setup  The Successful Bidder must buy back the existing surveillance system and its
/ Buy back associated infrastructure shall be given on “as-is where-is basis”. The
Successful Bidder to remove and take away the existing surveillance system
along with active & passive infrastructure, once the newly proposed system is
commissioned & operational.
 Transportation of the existing system from FCI depot premises shall be arranged
by the Bidder itself without any extra cost to FCI. Overall evaluation shall be
done considering the buyback value.

Page 10 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

# Category Scope Description


 The Successful Bidder will be entirely responsible for the safe disposal of the
existing surveillance system without affecting the environment in any manner as
per prevailing statutory rules and Act/law of the land.
 The Bidder may visit the site/depot and inspect the condition of buy back items
in advance before quoting for the bid. FCI will facilitate the access to such sites
post receiving visit requests from the Bidder.
11 Integration of  FCI had undertaken a proactive initiative and conducted a pilot through the
infrastructure Quality Council of India at FSD Shyamnagar in Bulandshahr to rigorously test
at the Pilot and validate the proposed solution for implementation across FCI depots. FCI
Site - FSD implemented 40 cameras and other necessary equipment at the Pilot site, FSD
Shyamnagar Shyamnagar, Bulandshahr through a vendor (M/s Ultrasyst) under the
supervision of QCI personnel. Refer the table below for more details:

FSD Shyamnagar Depot Installed items:

Warranty Installation
Installed Item Qty Make /Model
(In year) Date

FRS Camera 1 IDIS/DC-T4236WRX-A 1 Year 01.05.2022


PTZ Camera 1 IDIS/DC-S6283HRXL-A 1 Year 01.05.2022
Dome Camera 3 IDIS/DC-D4216RX-A 1 Year 01.05.2022
ANPR Camera 3 IDIS/DC-B6202XL 1 Year 01.05.2022
Fisheye Camera 12 IDIS/DC-Y6C16WRX-A 1 Year 01.05.2022
Bullet Camera 20 IDIS/DC-T4236WRX-A 1 Year 01.05.2022
NVR Channel (64) 1 IDIS/DR8364 1 Year 01.05.2022
FRS Fusionstar/Invento
Server/Workstation 1 i7102 1 Year 01.05.2022
ANPR + VMS + VA Fusionstar/Invento
Server/Workstation 3 i7102 1 Year 01.05.2022
4 Port POE Switch
with 2 SFP Port 9 NEVIS/NVHFG0402GCP 1 Year 01.05.2022
16 Port POE Switch
with 2 SFP Port 1 D Link /DGSF1018PE 1 Year 01.05.2022

24 Port Managed
Switch with 4 SFP
Port 1 Digisol/DG GS1528 1 Year 01.05.2022
FUJI Consul
Online UPS 5 KVA 1 Neowat/Fitnch 1 Year 01.05.2022
32 Inch LED Tv 1 LG/32 Inch Full HD 1 Year 01.05.2022
6U Rack with 2 Pole
MCB 11 D Link /6U Wall Mount 1 Year 01.05.2022
32U Rack with PDU ENCOM/32U Network
and accessories 1 Rack 1 Year 01.05.2022

Page 11 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

# Category Scope Description


 The Successful Bidder shall be testing and commissioning/integrating the
existing 40 nos. of cameras which are already installed recently at the FSD
SHYAMNAGAR as a pilot site.
 The Successful Bidder shall be responsible for conducting thorough verification
tests to ensure the successful integration of the existing cameras into the new
CCTV system (any additional infrastructure beyond the existing setup). This
includes confirming suitable connectivity for data transmission, and
interoperability.
 The Successful Bidder shall perform comprehensive testing and commissioning
of the entire CCTV system, focusing on the functionality and performance of the
newly installed components, integration of existing cameras at the Pilot site and
its operations & maintenance till the contract period.
12 Operations &  Five (5) years of O&M from project Go-live (with a provision for yearly
Maintenance extension up to 2 additional years on mutual agreement).
(O&M)

Note: FCI reserves the right to change the number and/or location of the FCI owned Depot to be covered as part
of this project and the same shall be finalized at the time of signing the contract with the Successful Bidder.

Page 12 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

1.4 Responsibility Matrix


# Activity Purchaser SI

1. Signing of the Contract Y Y

Integrated Project Plan for the Design & Implementation of the Entire
2. Y
System

Prepare the Detailed Technical Architecture of the Overall System in


3. Y
consultation with all the Stakeholders

4. Prepare FRS, SRS, SDD and other documents for the Solution Y

Provisioning of adequate space, required civil infrastructure for


5. Y Y
solution setup with its physical security

Supply, Installation, Testing and Commissioning (SITC) of various


6. Y
equipment, components & systems

Submission of the Partial Acceptance Testing & Final Acceptance


7. Y Y
Testing Formats

8. Preparation of the Policy Documents for use & operations of solution Y

9. Training of the system/power users and end users Y

10. Partial Acceptance Testing & Final/User Acceptance Testing Y Y

Planning, Suggesting and Submitting the System up-grade plan(s) for


five years from the date of acceptance along with detailed
11. Y
specifications including drawings, which should be in-line with the
vision and mission of the project

12. System Documents, User Documents as per standard practice Y

13. Provision of IOC operation resources Y

Provision of Technical & maintenance resources during


14. Y
implementation and O&M phase

Comprehensive Warranty & Maintenance of the supplied equipment


15. Y
for the contract period

Hand-over of the system at the end of contractual period along with all
16. Y
documentation required to operate and maintain the system

17. Weekly and Monthly Progress Reports Y

18. Payment of Bandwidth charges Y

Page 13 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

# Activity Purchaser SI

Network and other required infrastructure at all Depots, Viewing


19. Y
Centre, and NOC

Integration, operations & maintenance of video monitoring


20. Y
infrastructure at pilot site i.e. FSD Shyamnagar

21. Removal and buy-back of existing video monitoring infrastructure Y

1.5 Network Architecture (illustrative)

The proposed architecture shall adhere to the latest industry standards in implementation, security,
data privacy and interoperability. The proposed overall architecture shall support Service Oriented
Architecture (SOA) and be horizontally and vertically scalable to integrate future technological
advancements.

Page 14 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

1.5.1 Typical Depot Connectivity Architecture (25K MT)

i. Sensor Layer
The Edge devices installed at each of the 561 godowns will help the FCI to gather real time
situational awareness. The sensor layer would further be expanded in the future as FCI adds
more Godown.
Depot level NVR and Hard Disk Drive - Surveillance Grade will have 90 days continuous HD
resolution (720p) at 18 fps recording for all cameras.

ii. Network Layer


The secured network layer will serve as the backbone for the project and provide connectivity
to gather data from edge devices/sensors. The network layer will be scalable such that
additional edge devices and sensors can be seamlessly added in future. Major principles for
the same are defined in the functional requirement section. All the depots will be connected to
DC through local broadband devices through a secured VPN with a role-based secured access
to various users.

Page 15 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

iii. User Management Layer


The output field devices layer will contain devices connected to the network which will be used
by officials to gather actionable information. Such field devices include fixed cameras, &
Sensors.
The SI shall be responsible for managing a centralized repository of all users and their profiles.
The SI shall also be responsible for management of these profiles including managing each
user’s privileges, access and authentications.
SI must ensure proper data security and maintain each user’s data privacy. Any personal
information related to FCI users cannot be disseminated, sold, or utilized unlawfully by the SI,
outside project requirements.
iv. Presentation Layer
This shall be the topmost abstract layer in the system architecture, interacting with the
interfaces such as the FCI website & Network Operations Center. The command center shall
enable the administrators to get a holistic view of Godown operations. All the data transfer and
information exchange with the external interfaces for the FCI initiatives, which flow through this
layer, shall be protected by the System Security layer.

1.6 Bandwidth Requirement


# Locations Minimum Capacity UOM QTY.
1. Depot 100 Mbps (Internet Broadband over Secured VPN) Nos. 561

IOC/NOC with
2. 1 Gbps (Leased Line over Secured VPN) Nos. 1
Server Room at HQ

2 Implementation of new initiatives for FCI


Implementation of new edge devices such as bullet camera, fisheye camera, dome camera will require
a detailed site survey of each godowns to be conducted by selected SI. The detailed work to be
undertaken by the selected SI for solution designing, supply, installation, testing, commissioning and
operation & maintenance of the new devices is provided in subsequent sections and is to be performed
as per the specifications and conditions mentioned in this RFP and as per any further amendments
issued and the contract to be signed with the Selected SI subsequently.

The success of the project depends on the proper project planning and management. At the onset, the
Service Provider/System Integrator shall plan the project implementation in great details and should
provide a micro level view of the tasks and activities required to be undertaken in consultation with FCI.
Initial list of planning related tasks and procedures (along with corresponding documentation) that the
SI should be submitted at the onset is as follows:

 Project Schedule: A detailed week-wise timeline indicating various activities to be performed


along with completion dates and resources required for the same.

Page 16 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

 Manpower Deployment List: List and number of all manpower that will be deployed, with the
task assigned to each. Roles and Responsibilities of every type of manpower should be
mentioned in deployment plan.
 Resource Deployment List: List and number of all resources other than manpower that shall
be required.
 Communication Plan: Detailed communication plan indicating what form of communication
will be utilized for what kinds of meeting along with recipients and frequency.
 Progress Monitoring Plan: Detailed Daily, Weekly, Monthly Progress Report formats along
with issue escalation format. The format shall be approved by FCI to the successful bidder
before start of the project.
 Standard Operating Procedures: Detailed procedures for monitoring for NOC, Client-side
infrastructure and FCI network.
 Risk Mitigation Plan: List of all possible risks and methods to mitigate them.
 Escalation Matrix & Incident Management: A detailed list of key contact persons with
contact details with escalation hierarchy for resolution of issues and problems. This has to be
via an Incident Management system.

From the perspective of project implementation, the scope has been categorized as follows:

2.1 Finalization and submission of a detailed project plan and technical


architecture for integration with all required components
For the implementation of the devices at specified locations, the Systems Integrator needs to deploy
the team proposed for the project and ensure that the Project Inception Report is submitted to FCI,
covering the following aspects:
i. Names of the Project Team members, their roles & responsibilities
ii. Approach & methodology to be adopted to implement the Project (which should be in line with
what has been promised during bidding stage but may have value additions / learning in the
interest of the project).
iii. Responsibility matrix for all stakeholders
iv. Risks the bidder anticipates and the plans they have towards their mitigation.
v. Detailed Project Plan, specifying dependencies between various project activities / sub-
activities and their timelines.

Thereafter, SI shall submit the detailed Technical Architecture which should take into consideration
following guiding principles:
i. Scalability – Important technical components of the architecture must support scalability to
provide continuous growth to meet the growing demand of FCI. The system should also support
vertical and horizontal scalability to accommodate new infrastructure, the system may be scaled
upwards. There must not be any system-imposed restrictions on the upward scalability in no.
of cameras, main technological components such as Storage, Bandwidth, Computing
Performance (IT Infrastructure), Software / Applications.
ii. Availability – Components of the architecture must provide redundancy and ensure that are
no single point of failures in the key project components. Considering the high sensitivity of the

Page 17 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

system, design should be in such a way as to be resilient to technological sabotage. To take


care of remote failure, the systems need to be configured to mask and recover with minimum
outage. The Bidder shall make the provision for high availability for all the services.
iii. Security – The architecture must adopt an end-to-end security model that protects data and
the infrastructure from malicious attacks, theft, natural disasters etc. Selected SI must make
provisions for security of field equipment as well as protection of the software system from
hackers and other threats. Using Firewalls and Intrusion detection systems such attacks and
theft should be controlled and well supported (and implemented) with the security policy. The
virus and worms’ attacks should be well defended with Gateway level Anti-virus system, along
with workstation level Anti-virus mechanism. There should also be an endeavor to make use of
the SSL/VPN technologies to have secured communication between Applications and its end
users. Furthermore, all the system logs should be properly stored & archived for future analysis
and forensics whenever desired. FCI may carry out the Security Audit of the entire system in
approx. three (3) months of Acceptance / operationalization through a Third-Party Auditor
(TPA). The following guidelines need to be observed for security –
a. Build a complete audit trail of all activities and operations using log reports, so that errors
in system – intentional or otherwise – can be traced and corrected.
b. The most appropriate level of security commensurate with the value to that function for
which it is deployed must be chosen.
c. Access Controls must be provided to ensure that the system is not tampered or modified
by the system operators.
d. Implement data security to allow for changes in technology and business needs.
 Manageability - Ease of configuration, ongoing health monitoring, and failure
detection are vital to the goals of scalability, availability, and security and must be able
to match the growth of the environment.
 Interoperability - The system should have capability to take feed from edge devices
installed at FCI godowns, digitize (if required) & compress (if required) this feed &
store as per requirements.
 Open Standards - System should use open standards & protocols as possible.

Stage Deliverables:
1. Project Inception Report
2. Detailed Project Plan
3. Detailed Technical Architecture & other design documents such as SRS, SDD, etc.

2.2 Implementation & Maintenance of Surveillance & Sensors

Scope:
The scope of work for Selected SI with regards to the edge devices consists of implementation and
maintenance of edge devices not limited to Bullet Camera, Fisheye/360-degree view camera & Dome
camera.

Page 18 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Two set of environmental sensors for measurement of Temperature & Relative Humidity shall be
installed for 10 Depots only (2 Depots each Zone) on pilot basis. One set of sensors will be installed
inside the chamber and another set will be installed outside the chamber. Sensor shall be connected
with not only the Proposed solution but also to provide data on periodic basis for historical data analytics
and on real time basis for alerts to proposed Command center solution on crossing set threshold value.

Electrical online UPS installed in each depot must provide required specified minimum hours of power
backup. SI should ensure that proper protection is taken against power surges and ensure power
stabilization to the surveillance equipment. In addition, rack design should be modular, and each
component should be well organized and clamped inside to ensure components do not heat up or fall
out on opening.

For the detailed Bill of material please refer section 14.2 of Vol 1 and Section 6 of Vol 2 of this
tender document.

Implementation Services
The implementation component for edge level equipment shall primarily cover planning &
implementation of the edge devices at all the godowns of FCI.

A. Assess & Prepare B. Implement C. Maintain

A1. Study and survey of FCI B1. Obtain all necessary C1. Maintaining the Uptime of
Godown clearances & Pilot Execution edge level equipment as per
predefined SLA
A2. Finalize the technical B2. Supply, install, configure &
architecture with future integration commission of edge devices C2. Upkeep of the equipment by
plan. ensuring Repair/ Replacement/
B3. Provision of electricity Preventive maintenance
A3. Finalize the edge devices /Cleansing Services
distribution and their exact
positions in different locations in
consultation with FCI

A4. Finalize the Bill of Material for


the number and type of edge
devices to be implemented

A1. Study and survey of FCI Godown


Selected SI will do detailed site survey of all godowns & associated offices to understand the overall
structure, assets & the existing infrastructure at the godown level. SI also needs to check on network
connectivity feasibility (Service provider, Bandwidth Availability, Existing Connectivity etc.) and type of
electricity connection (Load, Earthing, Phase Supply, Outage, Power Backup etc.)

A2. Finalize the technical architecture to integrate the existing system


After the detailed site assessment of existing infrastructure, the selected SI will create a technical
feasibility report detailing the technical architecture and integration of various systems.

Page 19 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

A3. Finalize the edge devices distribution and their exact positions in different locations in
consultation with FCI
Bidders are required to note that while executing the project, the selected SI shall prepare the final
camera & other edge devices distribution plan at all the locations across all godowns. Actual place for
placement of number of cameras at each location, type of cameras, height & angle for the cameras
would be done carefully to ensure optimum impact. Payments to be made to the Systems Integrator
shall be based on actual number of cameras installed and unit rates quoted by the Selected SI shall be
used to arrive at the same. The locations must be carefully selected to ensure appropriate functioning
of advanced video analytics, facial recognition, and overall coverage etc. For better field of view, it is
suggested that SI to use cantilever of minimum 1-meter length and pole with appropriate height
wherever required. Selected SI to ensure the safety of all the field equipment’s with respect to theft,
vandalism, birds, animals such as monkey to meet the desired outcome of the installed solution.
Selected SI to clearly capture the risk pertaining to respective depots in all aspect (physical & technical
both) and also propose and implement the necessary mitigation plan including supply, installation and
operation & maintenance of the installed necessary safety arrangement at depot level without any
additional cost to FCI.

A4. Finalize the Bill of Material for the number and type of edge devices to be implemented
Selected SI shall prepare the detailed report on edge level requirements – Cameras (types & numbers),
Sensors, Camera & Mounting requirements, Power requirements and connectivity requirements.
Indicative list of the edge level hardware / services is as follows:
i. Field Cameras
ii. Sensors & Controller
iii. Managed Switches
iv. Routers
v. Junction boxes
vi. Pole / Cantilever
vii. Digging & Trenching
viii. Networking cables and other related infrastructure (wired/wireless)
ix. Provisioning of Electrical Power
x. Earthing
xi. UPS
xii. Any other item or equipment to successfully operationalize the complete system

B1. Obtain all necessary clearances & Pilot Site Execution


Selected SI will have to identify and obtain necessary clearances for installing cameras, for provisioning
of the required power, network etc. It is important to mention that a timely communication and follow-
up will be required by the Selected SI for the clearances. SI will have to then supply & erect poles at
these locations well in advance to meet the camera installation timelines.

Page 20 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

SI has to create total five pilot sites (One site in each zone) & take clearance from the Department on
camera placement, quantity, quality, supporting documentations for UAT and other parameters etc.

B2. Supply, install, configure & commission of edge devices


The Selected SI will be required to supply, install, configure, and integrate the edge devices at the
identified locations and then undertake necessary work towards their commissioning.
SI should use the industry best practice while positioning and mounting the cameras (like using of
cantilever/pole). Some of the checkpoints which need to be adhered by the SI while installing /
commissioning cameras are as follows: Ensure Surveillance objective is met while positioning the
camera, create the required field of view ensure appropriate housing is provided to protect camera from
the on-field challenges carry out proper adjustments to have the best possible image ensure that the
pole / mast implementation is vibration resistant.
It’s the SI responsibility to take approvals of pole design from Government authorized structural
engineer in design phase and structural stability and safety certificate of all poles to be submitted by
Government authorized structural engineer before installation of poles.

B3. Provision of electricity


For the successful commissioning & operationalization of the edge devices and to provide the video
feeds to Command Center at the Depot, & the NOC level, the Selected SI will be required to provide
electricity to the edge devices through the aggregation point.
One time cost of Electricity Meter/connection and the recurring payment of electricity bill for the project
infra as supplied by the SI shall be in the scope of FCI. Bidder to considering required provisions for its
further connection & distribution as per project needs.
For ensuring uptime as per SLA, bidder shall provide power back-up for minimum 1 hour through UPS
at the Depot level. Any electricity outage beyond 1 Hour will be considered beyond the control of the
bidder.
Bidder to provide minimum power backup of 1 Hour on full load for infrastructure supplied by SI at NOC
level.

C1. Maintaining the Uptime of edge level equipment as per predefined SLA
SI will ensure uptime of all the surveillance equipment and related components such as Junction Box,
UPS, Batteries, Pole Box, etc. As SLA is directly linked to uptime of these edge level equipment, SI will
ensure the uptime of these equipment and strictly adhere to the defined SLA.

C2. Upkeep of the equipment by ensuring Repair/ Replacement/ Preventive maintenance/


Cleansing Services
Maintenance of the edge level equipment will include the services like:
i. Repair – In case of damage, failover, etc.
ii. Replacement – In case of irreparable loss

Page 21 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

iii. Preventive Maintenance/ Cleansing – Routine checkup, checking of field of view, cleansing
of the edge devices etc.
SI will undertake above activities till the end of project O&M phase. SI will create SOP to ensure the
maintenance of existing equipment.

Stage Deliverables:
1. Detailed Site Survey Report with Coverage Study
2. Detailed design of poles with cantilever/gantry (including civil).
3. Detailed electricity plan for each location
4. Identification of video analytics per camera
5. Updated Technical Architecture & other design documents like SRS, SDD, etc.
6. SLA plan/report for edge devices

2.3 Implementation & Maintenance of Network


The Selected SI shall deploy robust, reliable, and scalable network to enable converged
communication. The bidder will be required to provide all the required equipment (active and passive
both) for establishing such connectivity and the service levels specified in the RFP will need to be
deployed as a part of the overall networking solution.

Network Connectivity is one of the most important components of the project and needs very careful
attention in assessment, planning and implementation. It is important not only to ensure that the
required connectivity is provisioned within the required timelines but also ensure that it is reliable, secure
and supports the required SLA parameters of Latency, Jitter, Packet Loss, and Performance.
SI to establish network connectivity for following: -
i. Between Cameras/edge devices & Aggregation Point at edge level – Wired
ii. Between Aggregation Point at edge level & Local Viewing Center at Depot Level – Wireless
iii. Between Local Viewing Center at Depot Level & Server Room at NOC – Secure VPN over
public network/internet
iv. At IOC/NOC & Provisioning for remote viewing through Web/Mobile interface

A. Assess & Prepare B. Implement C. Maintain

A1. Conduct a network feasibility B1. Provisioning of connectivity C1. Maintain Uptime to follow the
study between Cameras, Sensors & SLA requirements
Command Center
A2. Prepare Network Architecture Aggregation points and Data C2. Upkeep the network
Centers components by ensuring
A3. Prepare the detailed network Repair/Replacement/Preventive
connectivity roll-out plan maintenance/ Cleansing Services

A4. Design the LAN connectivity


requirements at locations

A1. Conduct a network feasibility study


Based on the finalized locations of edge devices, selected SI must conduct a feasibility study along with
best suited local broadband at Depot level.

Page 22 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

CAPEX & OPEX cost involved in setting up and operating the network connectivity will be in scope of
SI. SI must consider cost of (Digging, fiber laying, cable/conduit laying, refilling, RI, RoW, active and
passive network components, operational cost, Switch, Node etc.) required to terminate the network
from edge level to aggregation point/data center as part of their proposal.
Bidder will not be given any extra timeline to setup new network. Bidder must adhere to the timelines
mentioned in the tender document.
A2. Prepare Network Architecture
The selected SI will be required to prepare detailed network architecture of the overall system,
incorporating findings of site survey exercise. The network so envisaged should be able to provide real
time video stream/data to the command centers at all depots, and NOC through data center. All the
components of the technical network architecture should be of industry best standard and assist bidder
in ensuring that all the connectivity SLAs are adhered to during the operational phase.
A3. Prepare the detailed network connectivity roll-out plan
The Selected SI shall prepare the overall network connectivity establishment plan for this project. The
plan shall comprise of deployment of network equipment at the locations to be connected over network,
any clearances required, timelines for setting up of the entire network. The detailed plan shall be also
comprising of the scalability, expandability, and security that such architecture will implement under this
project.
A4. Design the LAN connectivity requirements at locations
The Selected SI shall be responsible for deploying the LAN connectivity requirements at the Depots
and NOC. The LAN connectivity may involve setting up the structured cabling, commissioning of active
and passive components for patronization the surveillance system.

B1. Provisioning of connectivity between Cameras, Sensors & Command Center


Aggregation points and Data Centers
A combination of network technology including leased lines, Broadband, is expected to be used to
provide seamless connectivity to all cameras. Connectivity shall be provided with scalable capacities to
allow for expansion in the future.
Bidders are required to do the estimation of bandwidth & storage requirements considering following
benchmark parameters:

Minimum benchmark parameters with respect to the recording & live viewing parameters for newly
proposed cameras shall be as follows–

o Local Recording at Depot level


 90 days storage for continuous video recording of all type of cameras as per the below table

Parameter Fixed Dome Bullet Camera Fisheye / 360 deg. View


Camera Camera
Resolution in Pixel 1 Mega Pixel / 720P 1 Mega Pixel / 720P 2 Mega Pixel / Full HD
Compression H.265 or better H.265 or better H.265 or better
Variable Bit Rate 1 Mbps 1 Mbps 2 Mbps
Frame Per Second 18 FPS 18 FPS 18 FPS
 Local storage for bookmarked video feeds for longer duration (More than 90 days or as
directed by the Department). Bidder to provision minimum 10% of free storage for bookmarked
video feed in each NVR.

Page 23 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

o Local Viewing at Depot level


 Local viewing for all types of cameras as per the below table

Parameter Fixed Dome Camera Bullet Camera Fisheye / 360 deg. View
Camera
Resolution in Pixel 2 Mega Pixel/1080P 2 Mega Pixel/1080P 5 Mega Pixel
Compression H.265 or better H.265 or better H.265 or better
Variable Bit Rate 2 Mbps 2 Mbps 4 Mbps
Frame Per Second 25 FPS 25 FPS 25 FPS

o Remote Viewing & On-demand video viewing at IOC cum NOC level
 On-demand Live streaming of all types of cameras as per the below table

Parameter Fixed Dome Bullet Camera Fisheye / 360 deg.


Camera View Camera
Resolution in Pixel 1 Mega Pixel/720P 1 Mega Pixel/720P 2 Mega Pixel/Full HD
Compression H.265 or better H.265 or better H.265 or better
Variable Bit Rate 1 Mbps 1 Mbps 2 Mbps
Frame Per Second 18 FPS 18 FPS 18 FPS

The actual bandwidth requirement and network solution to cater to above mentioned bandwidth &
storage parameters and to meet SLAs would be calculated by the selected SI and the same shall be
clearly proposed in the technical proposal with detail calculations. FCI also requires the bidder to meet
the parameters of video feed quality; security & performance and bidders should factor the same while
designing the solution.
The acceptance of the solution would be subject to the proposed networking solution achieving the
service level requirements of FCI with respect to the Video based Surveillance System. The solution
needs to adhere to the following minimum benchmark requirements-
i. Latency should be less than 20 ms
ii. Jitter should be less than 10% of one-way latency
iii. Packet loss should be less than 0.5%

The above specified minimum benchmark requirements for network performance are applicable at
Local / Depot level. However, the same minimum benchmarks are to be achieved for the WAN
connectivity (in between Depot and HQ) on a best-efforts basis.

It is expected that SI shall design the networking solution in such a manner that there is no single point
of failures for connectivity at every pole.

However, the specified minimum requirement in above clause w.r.t single point of failure has
to be achieved on a best-efforts basis for the WAN connectivity (in between Depot and HQ).

C1. Maintain Uptime to follow the SLA requirements


The entire project’s backbone is network. SI will ensure that the all the network components are
maintained with requisite uptime. Majorly, network component defines the uptime/downtime of the
surveillance equipment.

Page 24 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

C2. Upkeep of the network components by ensuring Repair/Replacement/ Preventive


maintenance /Cleansing Services
Performance of SI will be assessed on basis of SLA. Hence, upkeep of all network components from
Go Live till end of project by providing Repair/ Replacement/ Cleansing Services will be sole
responsibility of SI

Stage Deliverables:
1. Detailed Network feasibility report with Coverage Study
2. Proposed network architecture integrating existing and new systems
3. Network SLA plan

2.4 Implementation & Maintenance of Network Operating Center


Scope:
The Successful Bidder shall build, operate, and maintain the NoC for a period of 5 years (with provision
for 2-year extension) from the date of successful completion of Project Go-Live. The minimum specified
work to be undertaken by the successful bidder for setting up and operating and maintaining NoC has
been categorized as under:

The Successful Bidder will provide 24x7 operating and maintaining services for a period of 5 years from
the date of final acceptance test. Bidder should submit report quarterly basis for preventive maintenance
of all active and passive devices of NoC. The scope of the services for overall Physical and IT
infrastructure management as per ITIL framework during this period shall include 365x24x7 Monitoring,
Maintenance and Management of the entire system, along with providing Helpdesk services.

Selected SI must setup the infrastructure in identified Network operating center. This component
includes assessment and procurement of Server-Side Infrastructure and operationalization of the same
at the NOC.

A. Assess & Prepare B. Implement C. Maintain

A1. Finalize the Bill of Material B1. Supply, install, configure & C1. Maintain Uptime to follow the
for the Server-Side Infrastructure commission Server-Side SLA requirements
Infrastructure
C2. Upkeep of the network
components by ensuring Repair /
Replacement / Cleaning Services

A1. Finalize the Bill of Material for the Server-Side Infrastructure


Bidders are required to carry out the detailed technical assessment including solution sizing and
propose detailed Bill of material and bill of quantity (for compute, storage, enterprise management
system, security system, etc.). FCI reserves the right to disqualify the bidder if it is noted that the BoQ
& corresponding sizing is not sufficient to cater to the requirements of this tender and doesn’t meet the
following key parameters:

Page 25 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

i. High Availability of Network


ii. Should provision failover/ redundancy for servers at Network Operating Center
iii. High Performance to ensure the end users get best of the UI/ UX Experience
iv. Scalable to meet the increased client-side requirements. The proposed IT infrastructure
(Servers, storage, and network) must cater to (from day 1)

It is mandatory for the SI to get sign off server-side compute with respect to VMS from the application
OEM.

B1. Supply, install, configure & commission Server-Side Infrastructure


The selected SI shall provide system integration services to procure and commission the required
software and hardware infrastructure at the Network Operating Center and deploy the complete
surveillance and Sensor management integrated applications.
The SI shall be completely responsible for the sourcing, installation, commissioning, testing and
certification of the necessary software licenses and infrastructure required to deploy the solution at the
Network Operating Center. The selected SI shall be responsible for the provisioning of connectivity with
adequate bandwidth at respective Depots and NOC.
The selected SI shall be required to submit a detailed installation report post installation of all the
equipment. The report shall be utilized during the acceptance testing period of the project to verify the
actual quantity of the equipment supplied and commissioned under the project.

C1. Maintain Uptime to follow the SLA requirements


Selected Bidder will ensure that the Network Operating Center components are maintained with
requisite uptime. Same SLA shall be applicable for existing equipment as well as the newly procured
equipment.

C2. Upkeep of the network components by ensuring Repair / Replacement / Cleaning Services
Performance of SI will be assessed on basis of SLA. Hence, upkeep of all components from Go Live till
end of project by providing Repair/ Replacement/ Cleaning Services shall be sole responsibility of the
selected SI.

Operations & Maintenance:


The Selected Bidder will provide 24x7 operations and maintenance services for a period of 5 years from
the date of issuance of final acceptance test certificate or Go-Live date by FCI. The scope of the services
for overall Physical and IT infrastructure management as per ITIL framework during this period shall
include 365x24x7 Monitoring, Maintenance and Management of the entire Data Centre, along with
providing Helpdesk services. The scope of work during the operations phase can be categorized as but
not limited to the following:

1. 365x24x7 monitoring and management of the active and passive components.


2. Regular monitoring of all components / applications suggested by FCI security division from
NoC.

Page 26 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

3. Operating System administration, including but not limited to management of users, processes,
preventive maintenance, and management of servers including updates, upgrades and patches
to ensure that the system is properly updated.
4. Installation and Re-installation of the server and other hardware in the event of system
crash/failures.
5. Regular analysis of events and logs generated in all the sub-systems including but not limited
to servers, operating systems, security devices etc. to identify vulnerabilities. Necessary Action
shall be taken by the SI in accordance with the results of the log analysis. Bidders are advised
to refer to the CERT-In guidelines which are already released at the Data Centre.
6. Adoption of policies and procedure, compliances, guidelines or international standard as
defined by the Client.
7. Provide integration and user support on all supported servers, data storage systems etc.
8. Troubleshoot problems with web services, mail services, applications software, desktop/server
relationship issues and overall aspects of a server environment. Problems shall be logged in at
the Help Desk and resolved as per the SLAs defined in this RFP.
9. Manage and monitor server configuration, performance and activity of all servers.
10. Document containing configurations of all servers, IT infrastructure etc.
11. Hardening servers in line with security policies.
12. To ensure continuous operation and upkeep of the LAN & WAN infrastructure of proposed
project including all active and passive components.
13. Support and maintain the overall network infrastructure including but not limited to LAN passive
components, routers, switches etc.
14. Configuration and backup of network devices including documentation of all configurations
15. Monitoring and enhancing the performance of scheduled backups, schedule regular testing of
backups and ensuring adherence to related retention policies as defined by the state.
16. Prompt execution of on-demand backups of volumes and files whenever required or in case of
upgrades and configuration changes to the system.
17. All the devices that will be installed in the Data Centre as part of the physical infrastructure
should be SNMP enabled and shall be centrally and remotely monitored and managed on a
24x7x365 basis.
18. 24x7x365 Help Desk facility for reporting issues / problems with the IT infrastructure.
19. To provide a service desk facility and the set up all necessary channels for reporting issues to
help desk. The incident reporting channels will be the following:
a. Email
b. Telephone
c. Web based.
20. To implement a call logging system in line with the severity levels as mentioned in the SLA.
21. The Help Desk shall undertake the following activities:
a. Log issues / complaints related to IT infrastructure at the Data Centre under the scope
of work and issue an ID number against the issue/ complaint.
b. Assign severity level to each issue / complaint.
c. Track each issue / complaint to resolution.
d. Escalate the issues / complaints to Client if necessary, as per the escalation matrix
defined in discussion with Client.
e. Provide feedback to the callers.
f. Analyze the issue / complaint statistics.
g. Creation of knowledge based on frequently asked questions to aid the users of the IT
infrastructure.
h. Prepare Knowledge base for frequently reported problems.
i. Preparing Dashboard on Quarterly basis.
22. Provisioning of requisite number of Help Desk software licenses for operating the Helpdesk
facilities.
23. The Helpdesk solution should have a built workflow for helpdesk automation.

Stage Deliverables:
1. NOC architecture (including Scalability & Interoperability)
2. NOC Scalability and Security plan

Page 27 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

2.5 Implementation & Maintenance of Applications


Selected SI needs to deploy enhanced applications which can effectively address the requirement as
described in this RFP.

A. Assess & Prepare B. Implement C. Maintain

A1. Prepare detailed FRS, SRS B1. Deploy/ Develop, Test and C1. Licenses for new
and SDD Commission the Surveillance components
System and sensors
C2. Maintain Uptime to follow the
SLA requirements

Implementation Services
A1. Prepare detailed SRS and SDD
Indicative application portfolio to be commissioned as part of the project is as follow:
 Video Management System
 EMS
 Web Interface / Mobile App for remote viewing of Cameras by FCI officials
 Web based broadcast of video feeds on FCI official website for monitoring by citizen

The exact quantity and requirement would emerge after the Project Design Document, prepared by the
Selected SI, and is approved by FCI. The present RFP document covers the key expectations from the
project. However, it is required that the selected SI documents the requirements in detail before the
work on execution begins. Following documents are expected to be delivered as part of this
documentation:
i. System Requirements documentation, giving complete details of the entire system
components and their inter relationships to execute the project once operational.
ii. System Design Documentation, detailing the design of the Surveillance System, Sensors,
Command Control Center in particular, including integration with various systems.
iii. The selected SI should prepare above mentioned documents in discussion with all key
stakeholders (FCI, Consultants, etc.). It is expected that the SI involves the SMEs as and when
required and ensure that a progressive system is implemented for FCI.

Integration requirement for the application portfolio is listed below (non-exhaustive):


i. Addition of new cameras and edge devices in depot/ & Network Operations Center application.
ii. Addition of new cameras and edge devices in VMS.
iii. All alerts generated from environmental Sensors and camera inbuilt default Video analytics .
iv. All assets to be plotted on static CAD layout of the godowns and all godowns need to further
be plotted on a static map, with layers with respect to District, Region, State, Zone, MT
Capacity, Type of Godowns etc.
v. All collaborative monitoring feeds to be integrated in Depot & Network Operations Center
Application

Page 28 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

vi. Configuration of video analytics on the edge level and integration at all required viewing centers
as per the scope.
vii. Availability of respective video feed through login-based access to Department officials on
Mobile App & Web Interface (Public IP)
viii. Availability of depot video feeds for public viewing is compulsory on the FCI website

B1. Deploy/ Develop, Test and Commission the Surveillance System


The Selected SI will be responsible for the solution deployment / customization for implementing end-
to-end surveillance management system. The application or COTS will be customized to meet the
project objectives and the requirements of FCI. The Bidder will ensure that the Best Practices for
Software Development and Customization are used during the software development / customization
and implementation exercise. This would at a minimum include:
i. Software development / customization based on the functional requirement specifications,
system requirement specifications, software requirement specifications and solution designs
finalized after the approval of FCI. Wherever necessary, the Selected SI shall develop
additional functionality/modules to meet the project requirements.
ii. Delivering the surveillance management system, along with all the necessary modules and
additional functionalities/ integrated COTS products, utilities, system drivers and
documentation consistent with proven standards, including product updates, technology
upgrades and patches to run on the selected operating system(s) and hardware according to
the solution.
iii. Deployment and commissioning of surveillance management system with all the necessary
solution elements at the Network Operations center. It is pertinent to mention that application
hosted at the data center shall be accessible by the intended users as desired under this
project.
iv. Provision for FCI officials to login into the system remotely from any location via a secure private
network.
Note: Over the period of the contract, even after the Go-Live of the system, FCI may require certain
modifications or additions in the application or the development of new modules. Also, the selected
Bidder can suggest certain improvements in the software to make the operations more effective at no
additional cost. In such a situation, the Selected Bidder shall be responsible for carrying out software
enhancement / development activities, as requested by the Department. Any software development /
modification will need to pass through the following envisaged phase:
i. Feasibility study / proposal for change Conceptualization of solution
ii. Requirement Study
iii. Design
iv. Development
v. Unit and Integration testing
vi. Regression Testing
vii. User acceptance testing

Page 29 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

viii. Roll out

At each of the above phases, the Selected SI would have the deliverables (including documentation)
reviewed and approved by the FCI or its nominated agencies/ representatives. FCI will approve all the
deliverables; only then the Selected SI shall commence with the next course of action. Software
modifications / development will be considered completed only after formal acceptance provided by
FCI.

C1. Licenses for components


Selected SI shall assess the additional license requirement catering to the additional edge level
components to be deployed. Selected SI to factor in adequate number of licenses to ensure complete
functionality of video analytics as described in Functional Requirement section of this RFP.
C2. Maintain Uptime to follow the SLA requirements
Selected SI will ensure that the Network Operating center components are maintained with requisite
uptime. Same SLA shall be applicable for existing applications as well as the newly installed
applications.

Stage Deliverables:
1. Detailed application integration architecture
2. Detailed list of customizations required
3. System Requirements Document
4. Functional requirement document
5. System design document

2.6 Implementation & Maintenance of Viewing Centers at Depots and Central


Integrated Operations Center (IOC)
Scope:
As a part of the project, a full-fledged Integrated Operations Center with collocated Network Operating
Center is to be developed centrally in FCI Headquarters, New Delhi.
Selected SI shall create dashboards for Centralized Monitoring. Deployment of additional edge devices
shall entail upgrades in VMS and the selected SI should ensure that infrastructure is scaled up to
incorporate additional edge devices.

A1. Detailed assessment of infrastructure requirements at IOC cum NOC


SI will do detailed study on the envisaged IOC cum NOC and ensure scalability of the number of devices
that can be added in the future. SI shall also consider the Network Operating Center ergonomics and
suggest suitable designs.
An indicative layout of 8-seater IOC cum NOC (for 800 sq.ft. area) is as below,

Page 30 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

A2. Detailed assessment of infrastructure requirements for viewing centers


Apart from IOC cum NOC the infrastructural components are available at viewing centers at depot level.
SI will implement setup of new viewing centers.

B1. Supply, Install & Configure all the User Level components (Active & Passive)

The System Integrator shall develop a plan to procure, install and configure all the necessary items for
the Command Center/ Viewing Centers in a timely fashion. There should be a tracker created and
shared with FCI that would track all the commissioning of the equipment, the timelines adhered to and
the compliance to the requirements.

Stage Deliverables:
1. IOC cum NOC layout and design basis report
2. Policies, Procedures/SOPs

2.7 Training to the FCI Personnel for operationalization of the system


Training is an important aspect of this project, and FCI expects the Selected SI to undertake it in a very
professional manner. The Bidder must conduct a proper Training Needs Analysis of all the staff
concerned and draw up a systematic training plan in line with the overall project plan. For all these
training programs the Bidder must provide necessary course material and reference manuals.

Trainings would be of three types:


i. Functional Training: This training would focus on the use of the surveillance software at
Command & Control Rooms, so that the users are aware of all the operations of the surveillance

Page 31 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

systems and are able to implement the overall process defined by FCI for optimum use of the
system. Broad training requirement defined for the purpose of calculation of effort is as follows:
a. Training program of Two (2) batch (of 25 personnel) of 1 day - Twice for first year
b. Training program of One (1) batch (of 25 personnel) of 1 day – Once in every
subsequent year
c. Training program of One (1) batch (of depot level personnel) for 1 day- before handing
over of the system at respective depot

ii. Administrative Training: This training would focus on the administration of Surveillance
System and Server Infrastructure and would be imparted to about 8 – 10 staff identified by FCI
for Administration of the System. SI shall also provide additional training program of One (1)
batch (of 8 - 10 personnel) every year. Expected training time would be 4 hrs. for each batch.

iii. Senior Management Training: This training would focus on how to use the surveillance
system for day-to-day monitoring by the Sr. Management and access various exception reports.
Broad training requirement defined for the purpose of calculation of effort is as follows –
a. Initial Training of approx. 20 officers (i.e., about 2 batches of 10 officers each).
Expected training time of 4 hrs.
b. Additional training program of One (1) batch (of 10 personnel) every 1.5 years.

Other requirements to be fulfilled by the Selected SI with respect to Training are as follows:
i. Prepare the training material in consultation with FCI & it’s Consultant. Detailed Training
manuals would be prepared by the Systems Integrator prior to the start of the training.
ii. One Hard Copy & One Soft Copy of the training material shall be given by the Systems
Integrator to all the trainees.
iii. Functional training shall be delivered at each of the Depot, Regional & Zonal offices, while
location for the Administrative & Sr. Management Training would be decided subsequently.
iv. Selected SI should ensure that the knowledge transfer to FCI staff happens effectively post
training.

2.8 Partial Acceptance Testing & Final Acceptance Testing of IT & Non-IT
Equipment
The acceptance test for the project shall be carried out in two phases by FCI or duly appointed third
party agency by FCI. The Selected SI should cooperate with the third-party agency to ensure successful
completion of Acceptance tests.
The acceptance test shall consist of a Partial Acceptance Test (PAT) and Final acceptance test (FAT).
The Selected SI shall submit a detailed acceptance testing document at the stage of planning and FCI
& the Selected SI shall mutually agree upon the same.

i. Partial Acceptance Test

Page 32 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Partial Acceptance Test shall involve scrutiny of documents for various IT / Non-IT components
to verify if the specifications conform to the requirements mentioned in the RFP and subsequent
corrigendum. FCI reserves right to conduct physical inspection of the equipment delivered to
ensure that they arrive at the sites in good condition and are free from physical damage and
incomplete shipments and shall return the products to the Supplier at the supplier’s expenses
if required quality is not maintained. Physical inspection of hardware will also include physical
checking and counting of the delivered equipment in presence of the Selected SI. This
equipment will only be acceptable as correct when each received item corresponds with the
checklist that will be prepared by the Selected SI prior to shipment. Any shortfalls in terms of
number of items received may render the delivered equipment incomplete. SI shall submit third
party test reports on performance for the critical components like Cameras, Active Network
Equipment, Servers, Video Wall, etc. Physical verification of the individual items would be
undertaken as part of FAT for Server-Side equipment & Mobile Vans.

ii. Final Acceptance Test (FAT) or User Acceptance Test (UAT)


After successful installation of equipment in accordance with the requirements in the RFP, the
Selected SI would need to carry out Final Acceptance Testing in 2 different phases - (a) Unit
Testing and (b) Integration Testing. These tests would be carried out based on the test cases
developed and validated by FCI. Apart from the functional testing of the entire system
components, the testing would also verify following aspects –
a. Configuration Testing (to ensure that all the components are configured properly)
b. Security Testing (to review & evaluate security controls)

FCI will issue final acceptance certificate to the selected SI after successful testing in a real time
condition for at least 15 days of trouble-free operation. FCI may consider commissioning of complete
system at min. 95% of total depots along with other backend infrastructure at NOC level as a sufficient
condition for the overall project Go-Live. Any delay by the Selected SI in the performance of its
contracted obligations shall render the Selected SI liable to the imposition of appropriate liquidated
damages, unless agreed otherwise by FCI.

2.9 System Documents, User Documents


The Selected SI will provide documentation, which should follow the ITIL (Information Technology
Infrastructure Library) standards. This documentation should be submitted as the project undergoes
various stages of implementation. Indicative list of documents includes:
i. Project Commencement Documentation: Project Plan in giving out micro level activities with
milestones & deadlines.
ii. Cabling Layout: Systems Integrator shall submit the detail cabling Layout including cable
routing, telecommunication closets and telecommunication outlet/ connector designations. The
layout shall detail locations of all equipment and indicate all wiring pathways.
iii. Equipment Manuals: Original Manuals from OEMs.

Page 33 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

iv. Installation Manual: For all the Application Systems


v. Training Material: Training Material will include the presentations used for trainings and the
required relevant documents for the topics being covered.
vi. User Manuals: For all the Application Software Modules, required for operationalization of the
system.
vii. System Manual: For all the Application Software Modules, covering detail information required
for its administration.
viii. Operational Manual: The bidder shall be responsible for preparing Operational Manual relating
to operation and maintenance of each service as mentioned in this RFP. The prepared process
document shall be formally signed off by FCI before completion of final acceptance test.

Note:
a) The Selected SI will ensure Upkeep & Updating of all documentation and manuals during the
contractual period. The ownership of all documents, supplied by the Selected SI, will be with
FCI. Documents shall be submitted in two copies each in Printed & in Softcopy Formats.
b) Success of the project would lie on how professionally and methodically the entire project is
managed once the implementation is completed. Successful Integrator thus is required to
depute a dedicated team of professionals to manage the project and ensure adherence to the
required SLAs.

2.10 Project Management & Technical Team

Managerial & Technical manpower requirement during implementation and O&M phase

No. of Deployment
# Role Minimum Qualification
Resources (Indicative)
 B.E./ B. Tech/ MCA/BCA
 M.Tech/MBA/M.Sc.
Project 1 Project manager
1 1  12 years of experience of handling
Manager at IOC / NOC
IT/ICT/ Surveillance / Networking large
multi sites projects
 B.E./ B. Tech/ MCA/BCA
1 Assistant Project
Asst Project  8 years of experience of handling IT/ICT/
2 5 managers in each
Manager Surveillance / Networking large multi
Zone
sites projects
Surveillance
 B. Tech/B.E./M.Sc./MCA/BCA 1 Subject Matter
Expert
3 1  6 years of experience in Surveillance Expert at IOC /
(Surveillance,
Projects/Relevant Project NOC
IT Infra,

Page 34 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

WAN,  Specialization in domain and subject


Security) matter area(s) as per project
requirement

NOTE:
a) FCI will decide if the operational manpower (operators at IOC/NOC) are to be taken from the
SI or will be provisioned by the FCI themselves. The same shall be decided while finalizing the
MSA with the Successful Bidder.
b) FCI may reduce the above resources during the operations and maintenance phase however
the SI must ensure that they keep sufficient resources and spares to comply with overall project
and SLA requirements.

Page 35 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

2.11 Hand-over of the system at the end of contractual period


Systems Integrator shall supply to Headquarters, FCI New Delhi the following before end of 3rd last
Quarter (i.e., min. 6 months prior to the expiry of the contract):
i. Information relating to the current services rendered and data relating to the performance of
the services; Entire Documentation relating to various components of the Project, any other
data and confidential information related to the Project.
ii. All other information (including but not limited to documents, records, and agreements) relating
to the products & services related to the project to enable FCI and its nominated agencies, or
its Replacing Vendor to carry out due diligence in order to transition the provision of the Project
Services to its nominated agencies, or its Replacing Vendor (as the case may be).
iii. Source code for all customized applications developed by SI for FCI during this project.

2.12 System up-grade plan(s) for Contract duration from the date of
acceptance
As we are aware, constant changes / updates happen in technology, and it is very important that the
Surveillance System implemented by FCI keeps its pace with the technology. FCI would want the
Selected SI to submit a report, every 6 months, on the advancements available in technology to make
the best use of the existing infrastructure. Any upgradation / augmentation suggested by the SI would
be analyzed by the Home Department & it’s consultant (if any) and appropriate decision would be taken.

3 Functional Requirements
3.1 Information to be Captured by Edge Devices
The core of system design for IP Based CCTV Surveillance System shall be the feeds from surveillance
cameras installed at every Depot. The cameras and related components will be placed after a thorough
assessment at the identified locations of every Depot.

Bidder is also responsible for supply, installation, commissioning, and O&M of end points like CCTV
Cameras, Sensors, Storage, IT Infrastructure, Non-IT Infrastructure (Network Cabling, UPS etc.) to be
deployed across all depots/offices covered under this project.

Department plans to extend a robust Surveillance Infrastructure under its project initiative by setting up
and providing nationwide CCTV surveillance infrastructure for its warehouses. A robust nationwide-
wide surveillance system will enable the department to keep a watch on warehouse through centrally
integrated operation and monitoring on one application layer. Further, this infrastructure will provide
advanced level of digital security and surveillance system.

Below type of Cameras to be deployed at Depots.


 Bullet camera
 Fixed dome camera
 Fisheye/360-degree view camera,

Page 36 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Cameras will have provision to send an alarm to the operator in the event of tampering or the viewing
window being blocked.

3.2 Information to be made available to different levels Regional / Zonal


offices / Centralized viewing center at HQ.
Monitoring facility at different levels mentioned below.
i. Local Viewing at respective Depots (NVR connected with local display).
ii. Remote monitoring at Regional/Zonal/District office - For all Depots in that region (over
web/mobile interface), no hardware infrastructure to be provided by the SI.
iii. At HQ – For all deployed cameras under this project.
iv. Remote monitoring by web by Public

Alert and health monitoring and respective SOPs at different levels mentioned below:
i. Alert and health monitoring at respective Depots.
ii. Remote monitoring at Regional/Zonal/District office - For all Depots in that region (over
web/mobile interface), no hardware infrastructure to be provided by the SI.
iii. At HQ – For all deployed cameras and sensors under this project.

3.3 Role Based Access for the System


Various users should be able to access the system using single sign on and should be role based.
Different roles which could be defined could be Administrator, Supervisor, Officer, Operator, etc. Apart
from role-based access, the system should also be able to define access based on location. Other
minimum features required in the Role Based authentication Systems are as follows:
i. The Management Module should be able to capture basic details (including mobile number &
email id) of the FCI Personnel & other personnel requiring Viewing / Administration rights to the
system. There should be met to change these details, after proper authentication.
ii. Rights to different modules / Sub-Modules / Functionalities should be role based and proper
log report should be maintained by the system for such access.
iii. Surveillance System should have capability to map the cameras to the FCI Personnel from
different regions.

3.4 Storage / Recording Requirements


i. The Recording NVR / System, once configured, shall run independently of the Video
Management system, and continue to operate if the Management system is off-line.
ii. Decentralized Architecture – The video feed will reside in the storage at the respective Depot
for a minimum of 90 days continuous recording along with bookmarked video feed for longer
duration. Refer recording parameters defined under Section 1.3 and Section 2.3 (B1) of the
RFP Volume 2.

Page 37 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

iii. The video feed will also be stored in SD card within the camera in case of network failure. SD
Card Shall be supplied with Camera.
iv. The system shall support H.265 or better, compression formats for all IP cameras connected
to the system.
v. The Recording NVR / System shall support Camera (IP cameras) devices from various
manufacturers.

3.5 Network Connectivity


i. Bandwidth: Required internet bandwidth at various levels.
a. Minimum one broadband at Depot as per the required bandwidth provision as
mentioned below:
b. Internet Leased Line with Secured-VPN connectivity at Depot and HQ level

Connectivity Minimum
# Locations UOM QTY. Remarks
Type Capacity
The bandwidth and quantity
Broadband with may require increasing at any
1. Depot 100 Mbps Nos. 561
Secure VPN point of time by bidder without
any additional cost to FCI
The bidder needs to increase
the bandwidth as per the
increase in the number of
depots by bidder without any
IOC Cum
Leased Line with additional cost to FCI
2. NOC & 1 Gbps Nos. 1
Secure VPN
DC
The bandwidth and quantity
may require increasing at any
point of time by bidder without
any additional cost to FCI

3.6 Solution Design and Architecture


This section describes the overall architecture and defines the standards that must be implemented to
deliver IP based video surveillance system for effective and efficient monitoring at Depots:
i. Architecture Principles
a. Each incident within the Depot would be captured in the system, all feeds from installed
cameras will be recorded at the same Depot and shall be reported to the HQ.
b. Monitoring of all incidents in the Depot will be on high priority to acknowledge, respond
and resolve.

Page 38 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

c. All camera feeds at each Depot would be recorded and stored for last 90 days. In case
of any judicial proceedings, the records would be maintained if the proceedings last for
longer period.
d. System shall have user-friendly and easy to use features.
e. Scalability, manageability must be present in the solution to handle huge data volumes.
f. System components shall follow open standards / principles to ensure interoperability
and vendor agnostic solutions.
g. System is required to be robust, effective, and reliable, to automate all the processes
that are part of IP video surveillance and must have the ability of scaling-up the
architecture according to future requirements.
ii. Security Principles
a. All the databases and data stores/storage must be encrypted.
b. In case of any incident, Department should be able to extract the encrypted video
footage from the system on a removable device or any manner for investigation /
presentation to the court of law without tampering. The sanctity of extracted video/audio
footage shall be completely maintained.
c. Security in design will encompass security risk assessment on user specifications,
secure information architecture, role-based access, secure application, and database.
d. The system will be secure at all the user touch points by using suitable security
protocols and data protection methods.
e. All the Information & Communication Technology (ICT) assets will be secured
throughout their life cycle as they contain sensitive data using hardening, asset
disposal and data disposal principles.
f. The access to data shall always be given through application layer (via an application).
g. Virtual Private Network (VPN) and Virtual Local area Networks (VLANs) will be the
principle of operations for remote access and isolation of internal traffic.
iii. Solution Architecture: Application Architecture requirement for Video Management Software
(VMS): The proposed application Architecture identifies criterion and techniques associated
with the design of applications for the enterprise computing environment. These criteria and
techniques ensure that applications can be easily modified to respond quickly to the changing
business needs, as well as to the rapidly evolving information technologies available to support
those needs.
iv. Data Architecture Requirements: Below are the data architecture requirements that define
how data will be processed, stored, and used by the department.
a. The solution should be able to deliver data assurance using Storage/VMS or third-party
appliance or software, where data while on recording server and storage shall has
protection mechanism to avoid data corruption to detect and correct data integrity
issues received from the recording server or due to hardware failures on the drives and
end to end data protection (Recording server N:1).

Page 39 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

b. The solution shall allow changing of size of incoming video data using any technology
non-disruptively/without affecting the video live video recording or play back, for defined
storage device to meet various kind of workload.
c. The solution shall be able to offer encryption of data while data is on storage device.
d. The solution should be able to deliver no single point of failure to avoid any data loss
while at rest or while is served or stored.
# Requirements

1. System shall be able to archive transactional database records to prevent long term speed
concerns.
2. A separate secured database, which mirrors the operational database, shall be created to
support online access, and maintain the integrity of the main operational database.
3. System shall have the functionality for efficient retrieval of archived video data
4. System shall have rules for controlled access to data.

5. It would be advisable to adopt open non-proprietary standards that are generic and extensible
to cover future requirements.

v. Network Architecture Requirements:

All Depot shall communicate to HQ for live view and recorded data retrieval. The size and capacity of
the network is determined by the solution requirement and consultation with department. The amount
of data moving through a connection determines the network capacity for that network segment. As a
rule, capacity shall be highest in the central system, which requires enough bandwidth to service
requests from each Depot and be prepared to handle the simultaneous service requests.

# Requirements

1. The SI shall provide end-to-end secure VPN based network connectivity for WAN and the
last mile connectivity.
2. All network equipment and types of connectivity shall provide robust security features and
standards.
3. Networks shall be scalable for future growth to handle data traffic and expansion of services
such as video data and other Sensors.

3.7 Other General Requirements


i. Power backup: There shall be uninterrupted power backup system (UPS) require provisioning
in every Depot as per site requirement. Online UPS with 1 hours backup in full load require to
be installed.
ii. Earthing
Bidder to ensure the below mentioned requirements of earthing are met at all Depots :-
a. The bidder is required to create separate earthing pits in accordance with IEC
standards for the provided CCTV system infrastructure. The acceptable earth
resistance should not exceed the specified ohm value as per IEC standards for
ELV/Microprocessor based Systems. If necessary, multiple earth pits may be installed
to achieve this value based on the soil resistivity.

Page 40 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

b. The bidder will be responsible for maintaining the earth resistance throughout the
contract period and may be required to rectify and refill the earth pits as needed. The
earth pit resistance must be measured periodically by the bidder, and reports of these
measurements shall be submitted along with the quarterly reports.
c. All electrical components are to be earthen by connecting two earth tapes from the
frame of the component ring and will be connected via several earth electrodes. The
cable arm will be earthen through the cable glands. Earthling shall be in conformity with
provision of rules 32, 61, 62, 67 & 68 of Indian Electricity rules 1956 and as per IS-
3043. The entire applicable IT infrastructure in the Control Rooms shall be earthed.
d. A proper and required earthing should be provided to all the project components
connected in this solution / system in order to protect the equipment’s from issues such
as voltage fluctuation, surges, lighting etc. The selected SI should immediately restore
the project component back to normal operation if they are found faulty or damaged
because of such mentioned issues without any extra cost to the Department.
e. Any damage/failure to the components installed by the bidder (UPS, Network Switch,
NVR, Camera, LED, Wireless Equipment, Modem etc.) due to any electrical surge will
be responsibility of the bidder. Bidder to replace the said component without any extra
cost to the Department.
f. Bidder to ensure all the components are secured from the surge protection.

iii. Passive Cabling


a. LAN connectivity may involve setting up the structured cabling, commissioning of active
and passive components.
b. Systems Integrator shall submit the detail cabling Layout including cable routing,
telecommunication closets and telecommunication outlet/ connector designations. The
layout shall detail locations of all equipment and indicate all wiring pathways.
c. It will be the responsibility of SI to provide infrastructure i.e., civil works, electrical works,
cabling, ferruling, splicing, termination of fiber using standard industry practices and
other allied network related infrastructure required at the identified location for housing
the equipment provided.
d. All indoor cabling shall be done in a structured manner.
e. Internal cabling of cabinet shall be designed for an easy connection and disconnection
of the equipment and power.
f. It will be the responsibility of SI to put the fiber cable for LAN connectivity, if required
along with termination accessories.
iv. Server Room, Racks and Junction Box
a. Different U sizes racks are required based on type of Depot for mounting the equipment
as per respective size of equipment’s.
b. Dedicated Server room in each location to host the proposed IP based CCTV
Surveillance System.

Page 41 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

c. Server Room to be equipped with required power points, dust free environment with air
conditioner, earthing, fire protection equipment etc.
d. This room will host all active and passive component required in the solution like
servers, storage, networking component (firewall, routers, switches, etc.) and telecom
terminals etc. This room requires a dust free and waterproof environment with
temperature controlled. Access to this area where the surveillance project IT
infrastructure is hosted should be demarcated, and physical access to the place would
be restricted for unauthorized access. Only designated officials of authority and System
Integrator will have access based on their role. Indoor Surveillance Cameras and
Access Control System based on Biometric authentication to server room door shall be
installed to monitor and restrict the physical access of this area.
e. Adequate no. of Power points for connection of UPS power system and CCTV system
equipment, etc.
f. Fire protection equipment viz fire extinguisher for electrical appliances (Min. 5 Kg) etc.
g. Lock and key sets (3 keys) for both Server Room and server rack.
h. The Access Control System based on Biometric authentication to the server room door
shall be installed to monitor and restrict the physical access to this area.
i. Junction Box to keep Ruggedized Switches at different levels/ location.

v. Civil and Electrical Works: SI shall carryout all the civil work required for setting up all the
field component of the system including:
a. Preparation of concrete foundation for MS-Poles & cantilevers
b. Laying of GI Pipes complete with GI fitting.
c. Excavation of hard / soft soil and backfilling after cabling.
d. Chambers with metal cover at every outdoor enclosure, pole and at road crossings
e. Concrete foundation from the Ground for junction box / enclosures
f. System Integrator is responsible for carrying out all the electrical work required for
powering all the components of the system.
g. Electrical installation and wiring to conform to the electrical codes of India.

Page 42 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

4 Technical Specification
4.1 IP fixed Camera (Bullet/Box type)

Compliance Cross
# Parameter Minimum Specifications or better
(Yes/No) Reference

1. Video Compression H.265 or better

2. Video Resolution FULL HD (1920 X 1080)

3. Frame rate support 25/30 FPS @ 1080P

4. Image Sensor 1/3” Progressive Scan CMOS

Motorized Zoom Lens, Auto Focus


5. Lens Type
and Auto IRIS

6. Focal Length 3 to 12 mm (+/- 1mm)

Inbuilt IR with minimum 50 Mtrs


7. IR
Range

8. Minimum Illumination Color: 0.1 lux at 30IRE, IR ON: 0 lux

9. IR Cut Filter Automatic IR-cut filter

10. Day/Night Mode Auto, Color, BW

Triple streaming with individually


configurable streams, minimum 2
11. Multiple Streams
streams at 1080p & 720p (variable
FPS i.e., 1 – 25/30 FPS)

Color brightness, sharpness, contrast,


white balance, exposure control,
Auto adjustment +
backlight compensation, highlight
12. Remote Control of
compensation Gain Control, Remote
Image settings
Focus, Remote Zoom, Corridor mode,
Privacy masking

Wide Dynamic Range 120 dB True WDR, 2D/3D noise


13.
& noise reduction reduction

128 GB Micro SD card. The camera


must automatically record local
14. Local storage footage to the SD card if connectivity
to the central server fails. No manual
action shall be required to transfer the

Page 43 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications or better
(Yes/No) Reference
recordings from SD cards to the
recording server.

15. Network Interface RJ45 (10/100 Base-T), POE

Alarm: Minimum 1 Input & 1 Output


Alarm & audio
16. contact for 3rd party interface
interfaces
Audio: Minimum 1 Ch In & 1 Ch Out

IPV4, IPV6, HTTP, HTTPS, FTP,


RTSP, RTP, RTMP TCP, UDP,
17. Protocol
RTCP, DHCP, NTP, UPnP, QoS,
ONVIF profile S, G & T. SDK & API’s

Camera tampering, Camera field of


view change, Camera blur/out of
18. Onboard Analytics
focus, motion detection, tripwire,
Loitering (as provisioned by the OEM)

Password Protection, IP Address


filtering, User Access Log, HTTPS
19. Security
encryption, TLS/SSL, Cybersecurity
measures, AES 256 encryption

POE /POE+ to follow IEEE 802.3 af


20. Power
/at, 12VDC

Temperature -10°C to 50°C


21. Operating conditions
Humidity 5% to 95%

IP-67 rated, IK 10, non-Corrosion


22. Casing
material for longevity

Accessories for Pole, Wall, Structure,


Ceiling as per site requirements, and
Mounting necessary arrangement required to
23.
Accessories be done to prevent cameras from
vandalism including from birds,
monkey menace

24. Certification BIS, CE/FCC/UL

Page 44 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications or better
(Yes/No) Reference
I. Office Memorandum released
by Government of India,
Ministry of Consumer Affairs,
Food & Public Distribution
Department of Food & Public
Distribution dated 12.03.2024
having No. 39-05/2024-AC
and any further amendments.
II. The Gazette of India :
Ministry of Electronics and
Information Technology
(MeitY), (IPHW Division),
Compliance to Extraordinary, Part II –
25. Government Section 3 – Sub Section (ii)
dated 7th March 2024 dated
Notifications 6th March 2024 having No.
1062 (CG-DL-E-08032024-
252738)
III. The Gazette of India :
Ministry of Electronics and
Information Technology
((MeitY), (IPHW Division),
Extraordinary, Part II –
Section 3 – Sub Section (ii))
dated 9th April 2024 having
No. 1569 (CG-DL-E-
09042024-253632)

Page 45 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

4.2 IP Dome Camera

Compliance Cross
# Parameter Minimum Specifications or better
(Yes/No) Reference

1. Video Compression H.265 or better

2. Video Resolution FULL HD 1920 X 1080

3. Frame rate support 25/30 FPS @ 1080P

4. Image Sensor 1/3” Progressive Scan CMOS

Fixed Lens, Fixed Focus and Fixed


5. Lens Type
IRIS

6. Focal Length 2.8/3.6 mm (as per site conditions)

Inbuilt IR with minimum 20 Mtrs


7. IR
Range

8. Minimum Illumination Color: 0.1 lux at 30 IRE, IR ON: 0 lux

9. IR Cut Filter Automatic IR-cut filter

10. Day/Night Mode Auto, Color, BW

Triple streaming with individually


configurable streams, minimum 2
11. Multiple Streams
streams at 1080p & 720p (1 – 25/30
FPS)

Color brightness, sharpness, contrast,


white balance, exposure control,
Auto adjustment +
backlight compensation, highlight
12. Remote Control of
compensation Gain Control, Digital
Image settings
Zoom, Corridor mode, Privacy
masking

Wide Dynamic Range 120 dB True WDR, 2D/3D noise


13.
& noise reduction reduction

128 GB Micro SD card. The camera


must automatically record local
footage to the SD card if connectivity
14. Local storage to the central server fails. No manual
action shall be required to transfer the
recordings from SD cards to the
recording server.

Page 46 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications or better
(Yes/No) Reference

15. Network Interface RJ45 (10/100 Base-T), POE

Alarm: Minimum 1 Input & 1 Output


Alarm & audio
16. contact for 3rd party interface
interfaces
Audio: Minimum 1 Ch In & 1 Ch Out

IPV4, IPV6, HTTP, HTTPS, FTP,


RTSP, RTP, RTMP TCP, UDP,
17. Protocol
RTCP, DHCP, NTP, UPnP, QoS,
ONVIF profile S, G & T. SDK & API’s

Camera tampering, Camera field of


18. Onboard Analytics view change, motion detection,
tripwire

Password Protection, IP Address


filtering, User Access Log, HTTPS
19. Security
encryption, TLS/SSL, Cybersecurity
measures, AES 256 encryption

POE /POE+ to follow IEEE 802.3 af


20. Power
/at, 12VDC

Temperature -10°C to 50°C


21. Operating conditions
Humidity 5% to 95%

IP-67 rated, IK 10, non-Corrosion


22. Casing
material for longevity

Accessories for Pole, Wall, Structure,


Ceiling as per site requirements, and
Mounting necessary arrangement required to
23.
Accessories be done to prevent cameras from
vandalism including from birds,
monkey menace

24. Certification BIS, CE/FCC/UL


I. Office Memorandum released
Compliance to by Government of India,
25. Ministry of Consumer Affairs,
Government
Food & Public Distribution
Notifications Department of Food & Public
Distribution dated 12.03.2024

Page 47 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications or better
(Yes/No) Reference
having No. 39-05/2024-AC
and any further amendments.
II. The Gazette of India :
Ministry of Electronics and
Information Technology
(MeitY), (IPHW Division),
Extraordinary, Part II –
Section 3 – Sub Section (ii)
dated 7th March 2024 dated
6th March 2024 having No.
1062 (CG-DL-E-08032024-
252738)
III. The Gazette of India :
Ministry of Electronics and
Information Technology
((MeitY), (IPHW Division),
Extraordinary, Part II –
Section 3 – Sub Section (ii))
dated 9th April 2024 having
No. 1569 (CG-DL-E-
09042024-253632)

Page 48 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

4.3 Network Video Recorder (NVR) – 32 Channel 8 SATA

# Parameters Minimum Specifications or better Compliance Cross


(Yes/No) Reference
1.
IP Video 32 Channel
inputs
2.
Recording 2MP (1080P) @ 25 FPS or better for all
Resolutions 32 cameras
3.
HDMI Output Supported. (1080P)
4.
VGA Output Supported (Optional)
5.
Decoding H.265 or better.
Format
6.
Video 16 Channel simultaneously @ Full HD
Playback (1920 X 1080) or higher @ 25 FPS.
7.
SATA Minimum 8 SATA interfaces.
interface
8.
HDD Capacity All the Hard drive to be used in this
project should be of minimum following
configuration: -
10TB and above capacity - Surveillance
grade hard drive with 7200 rpm.
9.
Storage Capability to store CCTV feed from
Capability maximum supported cameras (32) at
Full HD (1080P) on 18 FPS at minimum
2 Mbps bitrate with H.265 compression
or better
10.
Network Minimum 1 RJ-45, 10 /100/1000 Mbps
interface self-adaptive Ethernet interface.
11.
Network Suitable and required network protocol
Protocol stack to work Camera in TCP/IP based
Ethernet network environment. (As
required for system working)
12. − Recording & Playback Control − −
Features
− Recording Mode – Manual,
Schedule (Continuous/Event),
Event (Pre/Post), Motion detection,
Alarms, Trigger Input, etc.
− Search & Export – Recording
search by camera, date and time,

Page 49 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

# Parameters Minimum Specifications or better Compliance Cross


(Yes/No) Reference

export of video clips to USB Flash


drives, external HDD (eSATA),
SAS/NAS
− System Log – Alarms, events,
operator log, etc.
− User Management – Authentication
of User Login,
− Configuration of Users, User
Groups & User Access Rights.
13.
USB Interface 2 * USB 2.0 or better.
14.
Mouse One wireless optical mouse for
controlling NVR operations
15.
Alarm In/Out 4/1.
16.
Third party IP Third party ONVIF IP camera supported.
Camera
17.
RAID RAID 5 ready
Configuration
18.
Power Supply 12 V DC or 230 V AC or better.
19.
Working 0 to 50 °C.
Temperature
20.
Working 10% to 80%.
humidity
21.
Certifications UL/CE/FCC, BIS
22.
Warranty Minimum 1 Year OEM warranty
23. I. Office Memorandum released
Compliance to
by Government of India,
Government
Ministry of Consumer Affairs,
Notifications Food & Public Distribution
Department of Food & Public
Distribution dated 12.03.2024
having No. 39-05/2024-AC and
any further amendments.
II. The Gazette of India : Ministry
of Electronics and Information
Technology (MeitY), (IPHW
Division), Extraordinary, Part II
– Section 3 – Sub Section (ii)
dated 7th March 2024 dated 6th
March 2024 having No. 1062
(CG-DL-E-08032024-252738)

Page 50 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

# Parameters Minimum Specifications or better Compliance Cross


(Yes/No) Reference

III. The Gazette of India : Ministry


of Electronics and Information
Technology ((MeitY), (IPHW
Division), Extraordinary, Part II
– Section 3 – Sub Section (ii))
dated 9th April 2024 having No.
1569 (CG-DL-E-09042024-
253632)

4.4 Network Video Recorder (NVR) – 64 Channel 16 SATA

# Parameter Minimum Specifications or better Complia Cross


nce Reference
(Yes/No)
1.
IP Video 64 Channel
inputs
2.
Recording 2MP (1080P) @ 25 FPS or better for all 32/64
Resolutions cameras
3.
HDMI Output Supported. (1080P)
4.
VGA Output Supported (Optional)
5.
Video 16 Channel simultaneously @ Full HD (1920 X
Playback 1080) or higher @ 25 FPS
6.
Decoding H.265 or better.
Format
7.
SATA Minimum 16 SATA II/III Ports interfaces, Hot
interface Swap supported
8.
HDD Capacity All the Hard drive to be used in this project
should be of minimum following configuration:
10TB and above capacity –
Surveillance/Enterprise grade hard drive with
7200 rpm
9.
Storage Capability to store CCTV feed from maximum
Capability supported cameras (64) at Full HD (1080P) on
18 FPS at minimum 2 Mbps bitrate with H.265
compression or better
10.
Network Minimum 2 RJ-45, 10 /100/1000 Mbps self-
interface adaptive Ethernet interface

Page 51 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

# Parameter Minimum Specifications or better Complia Cross


nce Reference
(Yes/No)
11.
Third party IP Configuration capability of Third party ONVIF
Camera IP camera required
Configuration
12.
Network Suitable and required network protocol stack
Protocol to work Camera in TCP/IP based Ethernet
network environment. (As required for system
working)
13.
Features - Recording & Playback Control
- Recording Mode – Manual, Schedule
(Continuous/Event), Event (Pre/Post), Motion
detection, Alarms, Trigger Input, etc.
- Search & Export – Recording search by
camera, date, and time, - export of video clips
to USB Flash drives, external HDD (eSATA),
SAS/NAS
- System Log – Alarms, events, operator log,
etc.
- User Management – Authentication of User
Login,
- Configuration of Users, User Groups & User
Access Rights.
14.
USB Interface Minimum 3 number of USB 2.0 or better

15.
Keyboard & One wireless optical mouse for controlling NVR
Mouse operations
16.
Alarm In/Out 04/01
17.
Third party IP Third party ONVIF IP camera supported.
Camera
18.
RAID RAID 5 Supported
Configuration
19.
Power Supply 12 V DC or 230 V AC or better (redundant
power supply)
20.
Working 0 to 50 °C
Temperature
21.
Working 10% to 90%
humidity

Page 52 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

# Parameter Minimum Specifications or better Complia Cross


nce Reference
(Yes/No)
22.
Certifications UL/CE/FCC, BIS
23.
Audio Input 1 Ch
24.
Audio Output 1 Ch
25.
Storage SAS / iSCSI / NAS / SAN
Future
Expansion
Provision

26.
eSATA 1 eSATA
27.
Serial RS-485 1 Ch, RS-232 1 Ch
Interface
28.
N+M hot Required
spare
29.
Warranty Minimum 1 Year OEM warranty
30. I. Office Memorandum released by
Compliance to
Government of India, Ministry of
Government
Consumer Affairs, Food & Public
Notifications Distribution Department of Food &
Public Distribution dated 12.03.2024
having No. 39-05/2024-AC and any
further amendments.
II. The Gazette of India : Ministry of
Electronics and Information
Technology (MeitY), (IPHW Division),
Extraordinary, Part II – Section 3 –
Sub Section (ii) dated 7th March 2024
dated 6th March 2024 having No.
1062 (CG-DL-E-08032024-252738)
III. The Gazette of India : Ministry of
Electronics and Information
Technology ((MeitY), (IPHW Division),
Extraordinary, Part II – Section 3 –
Sub Section (ii)) dated 9th April 2024
having No. 1569 (CG-DL-E-09042024-
253632)

Page 53 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

4.5 Network Video Recorder (NVR) – 128 Channel 16 SATA

# Parameter Minimum Specifications or better Compliance Cross


(Yes/No) Reference
1.
IP Video inputs 128 Channel
2.
Recording 2MP (1080P) @ 25 FPS or better for all
Resolutions 64/128 cameras
3.
HDMI Output Supported. (1080P)
4.
VGA Output Supported (Optional)
5.
Decoding H.265 or better.
Format
6.
Video Playback 16 Channel simultaneously @ Full HD
(1920 X 1080) or higher @ 25 FPS
7.
SATA interface Minimum 16 SATA II/III Ports interfaces,
Hot Swap supported.
However, it is the responsibility of the
bidder to propose the solution which has
capacity to store all the cameras
connected to the respective NVR
Refer recording parameters defined under
Section 1.3 and Section 2.3 (B1) of the RFP
Volume 2

8.
HDD Capacity All the Hard drive to be used in this
project should be of minimum following
configuration: -
10TB and above capacity –
Surveillance/Enterprise grade hard drive
with 7200 rpm
9.
Storage Capability to store CCTV feed from
Capability maximum supported cameras (128) at
Full HD (1080P) on 18 FPS at minimum 2
Mbps bitrate with H.265compression or
better
10.
Network Minimum 2 RJ-45, 10 /100/1000 Mbps
interface self-adaptive Ethernet interface
11.
Third party IP Configuration capability of Third party
Camera ONVIF IP camera required
Configuration

Page 54 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

# Parameter Minimum Specifications or better Compliance Cross


(Yes/No) Reference
12.
Network Suitable and required network protocol
Protocol stack to work Camera in TCP/IP based
Ethernet network environment. (As
required for system working)
13.
Features - Recording & Playback Control
- Recording Mode – Manual, Schedule
(Continuous/Event), Event (Pre/Post),
Motion detection, Alarms, Trigger Input,
etc.
- Search & Export – Recording search
by camera, date, and time, - export of
video clips to USB Flash drives, external
HDD (eSATA), SAS / NAS
- System Log – Alarms, events, operator
log, etc.
- User Management – Authentication of
User Login,
- Configuration of Users, User Groups &
User Access Rights.
14.
USB Interface Minimum 3 numbers of USB 2.0 or better.

15.
Keyboard & One wireless optical mouse for controlling
Mouse NVR operations
16.
Alarm In/Out 04/1
17.
Third party IP Third party ONVIF IP camera supported.
Camera
18.
RAID RAID 5 supported
Configuration
19.
Power Supply 12 V DC or 230 V AC or better (redundant
power)
20.
Working 0 to 50 °C
Temperature
21.
Working 10% to 90%
humidity
22.
Certifications UL/CE/FCC, BIS
23.
Audio Input 1 Ch

Page 55 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

# Parameter Minimum Specifications or better Compliance Cross


(Yes/No) Reference
24.
Audio Output 1 Ch
25.
Storage Future SAS / iSCSI / NAS / SAN
Expansion
Provision

26.
eSATA 1 eSATA
27.
Serial Interface RS-485 1 Ch, RS-232 1 Ch
28.
Automatic Required
Network
Replenishment
29.
N+M hot spare Required
30.
Warranty Minimum 1 Year OEM warranty
31. I. Office Memorandum released by
Compliance to
Government of India, Ministry of
Government
Consumer Affairs, Food & Public
Notifications Distribution Department of Food
& Public Distribution dated
12.03.2024 having No. 39-
05/2024-AC and any further
amendments.
II. The Gazette of India : Ministry of
Electronics and Information
Technology (MeitY), (IPHW
Division), Extraordinary, Part II –
Section 3 – Sub Section (ii)
dated 7th March 2024 dated 6th
March 2024 having No. 1062
(CG-DL-E-08032024-252738)
III. The Gazette of India : Ministry of
Electronics and Information
Technology ((MeitY), (IPHW
Division), Extraordinary, Part II –
Section 3 – Sub Section (ii))
dated 9th April 2024 having No.
1569 (CG-DL-E-09042024-
253632)

4.6 Base Tower Station (BTS) for wireless connectivity at Depot level
# Minimum Specifications or better Compliance Cross
(Yes/No) Reference
The wireless solution being quoted should comply with all regulations and guidelines of Wireless
Planning Commission (WPC).

Page 56 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

# Minimum Specifications or better Compliance Cross


(Yes/No) Reference
Offered equipment shall be compliant with:
 GSR 38 (E) dated 19th January 2007 and GSR 1048 (E) dated 18th October 2018 or further
amendments (if any), as on bid submission day.
 MTCTE (DOT, GOI) Circular No. 5-2/2021- C/TEC/185 dated 27.12.2023 and subsequent
circulars and amendments (if any) released thereafter as on bid submission day Mandatory
Testing and Certification of Telecom & Networking equipment.
1. The Base station Radio should support min. AES-128 encryption
certifications.
2. The Base station Radio system should support time
synchronization over GPS/NTP
3. The Base station Radio complete outdoor radio should conform to
IP67.No external enclosure permitted
4. The Base station Radio System must deliver actual/net usable
aggregate throughput of minimum 500 Mbps or more supporting
up to 40 CPE's.

Note: In the event that the actual or net usable aggregate


throughput at the depot level reaches or exceeds 80% of 500
Mbps (i.e., 400 Mbps) during any stage of the project, the bidder
shall be responsible for supplying and installing additional radio
units to maintain optimal network performance and ensure
seamless operations without any additional cost to FCI
5. The Base station Radio should support Channel Bandwidth of 20,
40 and 80 MHz, user configurable in 5 MHz steps.
6. The Base Station Radio should support IPv4 and IPv6 Addressing.
7. User must be able to define separate VLAN for management and
data traffic
8. The Base station Radio System should support LAN Interface
10/100/1000 Base T interface with Auto negotiation (IEEE802.3).
9. The Base station Radio should support Framing/Coding
IEEE802.3/U standard on Ethernet Interface to the network
10. Base station Radio should support FCC PART 15.
11. The Base station Radio should support safety standards – EN /
IEC 62638-1 or equivalent BIS standard
12. The Radio should support the lightening protection as per EN / IEC
61000-4-5 or equivalent BIS standard.
13 The Base station Radio should have the feature of backup and
restore of configuration.

4.7 Client Premise Equipment (CPE) for wireless connectivity at Depot level
# Minimum Specifications or better Compliance Cross
(Yes/No) Reference
The wireless solution being quoted should comply with all regulations and guidelines of Wireless
Planning Commission (WPC).
Offered equipment shall be compliant with:
 GSR 1048 (E) dated 18th October 2018 or further amendments (if any), as on bid submission day.
 MTCTE (DOT, GOI) Circular No. 5-2/2021- C/TEC/185 dated 27.12.2023 and subsequent
circulars and amendments (if any) released thereafter as on bid submission day Mandatory
Testing and Certification of Telecom & Networking equipment.
1. The CPE Radio should be able to operate in a LOS and near LOS
environment to ensure flexibility in choosing deployment
locations.

Page 57 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

# Minimum Specifications or better Compliance Cross


(Yes/No) Reference
2. The CPE Radio System should support Channel Bandwidth of 20,
40 and 80 MHz, user configurable in 5 MHz steps.
3. The CPE radio should be capable to delivering minimum 500
Mbps or more of actual/usable aggregate throughput
4. The CPE Radio should support user defined VLAN for
management and VLAN pass through for user traffic
5. The CPE Radio should support AES-128 Encryption
6. The CPE Radio should support the necessary Modular /
Integrated / External based provisions to connect with any type of
antenna as per the site conditions in compliance with the
functional requirements.
7. The CPE Radio must support provisions like built in spectrum
Analyzer or any other alternate mechanism to find the best
available frequency for use.
8. The CPE Radio should support LAN Interface 10/100/1000 Base
T interface with Auto negotiation (IEEE802.3)
9. The CPE Radio should confirm to Ingress Protection of IP67.No
External Enclosure permitted
10. The CPE Radio should support IPV4/IPV6

4.8 PoE switch 8/16/24 ports

# Parameter Minimum Specifications or better Compliance Cross


(Yes/No) Reference

1.
Type L2 POE switch

2.  Minimum 8/16/24 × RJ45 10/100/1000 M


Total Ports
(PoE) + (depending upon type of switch
selected)
 Minimum 2 × RJ45 10/100/1000 M
(uplink) +
 Minimum 2 × SFP 1000 M (uplink)
3.
PoE Standard IEEE 802.3af or better on all POE Ports

4.  Support 802.1Q VLAN


Protocols
 DHCP support
 SNMP Management and support SNMP
V1, V2, & V3
 Should support Loop protection and Loop
detection
 End Point Authentication
 NTP
 IGMP V1, V2, V3
 MLD V1, V2 (If required as per Bidder
Design)
5.  Support port security
Access Control
 Support 802.1x (Port based network
access control).
 Support for MAC filtering.

Page 58 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

6.
PoE Power per Enough to operate the CCTV cameras
port connected

7.
Compliance UL/CE/FCC, BIS*
*Note: BIS certification as asked for network
components such as Network Switches is
only for Power Adaptors and SMPS, wherever
applicable as per BIS or MeitY guidelines.

8.
Operating 0 to 40°C or better
Temperature

4.9 Fisheye / 360-degree top view Camera

Compliance Cross
# Parameter Minimum Specifications or better
(Yes/No) Reference

1. Video Compression H.265 or better

2. Video Resolution 5MP

3. Frame rate support 25/30 FPS @ 5MP

4. Image Sensor 1/3” Progressive Scan CMOS

5. Field of view 180° (H) x 180° (V)

Fixed Lens, Fixed Focus and Fixed


6. Lens Type
IRIS

Inbuilt IR with minimum 10 Mtrs


7. IR
Range

8. Minimum Illumination Color: 0.1 lux at 30IRE, IR ON: 0 lux

9. IR Cut Filter Automatic IR-cut filter

10. Day/Night Mode Auto, Color, BW

Triple streaming with individually


configurable streams, minimum 2
11. Multiple Streams
streams at 1080p & 720p (1 – 25/30
FPS)

Color brightness, sharpness, contrast,


Auto adjustment +
white balance, exposure control,
12. Remote Control of
backlight compensation, highlight
Image settings
compensation Gain Control, Remote

Page 59 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications or better
(Yes/No) Reference
Focus, Digital Zoom, Corridor mode,
Privacy masking,

Wide Dynamic Range Wide Dynamic Range : DWDR


13.
& noise reduction

128 GB Micro SD card. The camera


must automatically record local
footage to the SD card if connectivity
14. Local storage to the central server fails. No manual
action shall be required to transfer the
recordings from SD cards to the
recording server.

15. Network Interface RJ45 (10/100 Base-T), POE

Alarm: Minimum 1 Input & 1 Output


Alarm & audio
16. contact for 3rd party interface
interfaces
Audio: Minimum 1 Ch In & 1 Ch Out

IPV4, IPV6, HTTP, HTTPS, FTP,


RTSP, RTP, RTMP TCP, UDP,
17. Protocol
RTCP, DHCP, NTP, UPnP, QoS,
ONVIF profile S, G & T. SDK & API’s

Camera tampering, motion detection,


18. Onboard Analytics
tripwire, people counting

19. Edge De-warping Multiple de-warping modes required

20. E-PTZ Required

Password Protection, IP Address


filtering, User Access Log, HTTPS
21. Security
encryption, TLS /SSL, Cybersecurity
measures, AES 256 encryption

POE /POE+ to follow IEEE 802.3 af


22. Power
/at, 12VDC

Temperature -10°C to 50°C


23. Operating conditions
Humidity 5% to 95%

Page 60 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications or better
(Yes/No) Reference

IP-67 rated, IK 10, non-Corrosion


24. Casing
material for longevity

Accessories for Pole, Wall, Structure,


Ceiling as per site requirements, and
Mounting necessary arrangement required to
25.
Accessories be done to prevent cameras from
vandalism including from birds,
monkey menace

26. Certification BIS, CE/FCC/UL


I. Office Memorandum released
by Government of India,
Ministry of Consumer Affairs,
Food & Public Distribution
Department of Food & Public
Distribution dated 12.03.2024
having No. 39-05/2024-AC
and any further amendments.
II. The Gazette of India :
Ministry of Electronics and
Information Technology
(MeitY), (IPHW Division),
Compliance to Extraordinary, Part II –
27. Government Section 3 – Sub Section (ii)
dated 7th March 2024 dated
Notifications 6th March 2024 having No.
1062 (CG-DL-E-08032024-
252738)
III. The Gazette of India :
Ministry of Electronics and
Information Technology
((MeitY), (IPHW Division),
Extraordinary, Part II –
Section 3 – Sub Section (ii))
dated 9th April 2024 having
No. 1569 (CG-DL-E-
09042024-253632)

Page 61 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

4.10 Pole for Main Gate or General Surveillance Camera

Compliance Cross
# Parameter Minimum Specifications or better
(Yes/No) Reference

Hot Dip Galvanized after Fabrication


with Silver coating of 86 micron as per
1. Pole type
IS:2629; Fabrication in accordance
with IS-2713 (1980)

5-7 Meters (or higher), as-per-


2. Height requirements, for different types of
cameras & Site conditions

3. Pole Diameter Based on structural calculation

Based on the location requirement


4. Cantilevers suitable size cantilevers to be
considered with the pole (if required)

Minimum base plate of size


5. Bottom base plate
30x30x1.5 cm

To mount CCTV cameras, ANPR


6. Mounting facilities
Cameras, Junction Box etc.

All wiring must be hidden, through


7. Pipes, Tubes tubes/pipes. No wires shall be visible
from outside.
Casting of Civil Foundation with
foundation bolts, to ensure vibration
free erection (basic aim is to ensure
that video feed quality is not impacted
due to winds in different climatic
8. Foundation conditions). Expected foundation
depth based on the structural
calculation.

Please refer to earthing standards


mentioned in the document.
GI strip should be bonded to the base
of the pole and connected to earth pit
9. Earthing / grid (if available nearby or if not
available then a new earth is to be
provided by SI)

Page 62 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications or better
(Yes/No) Reference
Lightning arrester shall be provided,
10. Lightning Protection to protect all field equipment mounted
on pole.
Poles shall be designed to withstand

Wind speed a maximum wind speed of 150 kmph


11.
Protection as per IS 875 or higher as per site
requirements.
A sign board describing words such
Sign Board & Number
12. as “This area is under surveillance”
plates
and with serial number of the pole.
Bidder shall submit the pole design
during design phase, this design
should be certified by Gov. authorised
structural engineer.
13. Compliance
After installation bidder shall submit
structural stability and safety
certificate for all poles from Gov.
authorised structural engineer.

Page 63 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

4.11 Junction Box

Compliance Cross
# Parameter Minimum Specifications or better
(Yes/No) Reference

Suitable size as per site requirements


to house the field equipment with
1. Size buffer space for better ventilation,
heat dissipation and maintenance
activity

GI/MS or better, additionally powered


2. Cabinet Material coated and measures to avoid
corrosion

3. Material Thickness Min 1.2mm

4. Number of Locks Two

IP 66, Junction Box design should


ensure to keep the temperature
within suitable operating range for
5. Protection
equipment’s and should also avoid
intentional water splash and dust
intake.

On Camera Pole/ Wall Mount /


Ground mounted on concrete base
(Box mounting height should be
6. Mounting
sufficient to avoid water ingress due
to water logging as per site
conditions)

7. Form Factor Rack Mount/DIN Rail

Rain Canopy, Cable entry with


glands, door gasket, proper earthing,
electrical arrangement, and Fans (to
8. Other Features
cater the head load) /any other
accessories as required for operation
of equipment’s within junction box.

Page 64 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

4.12 Layer 2 Switch


Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
Ethernet Port - 24 × RJ-45
10/100/1000 Mbps, Optical Port - 4 ×
SFP 10/100/1000 Mbps
1. Ports
Ethernet Port Speed -10/100/1000
Mbps, Optical Port Uplink Speed -
10/100/1000 Mbps
2. Switch type Layer 2, Enterprise level connectivity
3. MAC 8 K or more
4. Switching Capacity 56 Gbps capacity
Packet Forwarding Rate should be
5. Forwarding Rate
100 Mpps or better
Must support Port Mirroring, Port
6. Port Features Trunking and 802.3ad LACP Link
Aggregation port trunks
Support IEEE 802.3x flow control for
7. Flow Control
full-duplex mode ports.
IPv4, IPv6,
Support 802.1D, 802.1S, 802.1w,
Rate limiting
Support 802.1Q VLAN encapsulation,
8. Protocols
IGMP v1, v2 and v3 snooping
802.1p Priority Queues, port
mirroring, DiffServ
DHCP support
Support port security
Support 802.1x (Port based network
access control). Support for MAC
9. Access Control
filtering.
Should support TACACS+ and
RADIUS authentication
Support 802.1Q Tagged VLAN and
port based VLANs and Private VLAN
10. VLAN The switch must support dynamic
VLAN Registration or equivalent,
Dynamic Trunking protocol or

Page 65 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
equivalent, Rapid Per-VLAN
Spanning tree supported
Network Time Protocol or equivalent
Simple Network Time Protocol
support
Switch should support traffic
11. Protocol and Traffic segmentation
Traffic classification should be based
on user-definable application types:
TOS, DSCP, Port based, TCP/UDP
port number
Console port for management via PC,
SNMP v1, v2 and v3 support, should
support 4 groups of RMON, should
have accessibility using SSH,
12. Management Console access, easier software
upgrade through network using TFTP
etc. Configuration management
through CLI, GUI based software
utility and using web interface
BIS*, CE/FCC/UL
*Note: BIS certification as asked for
13. Compliance network components such as Network
Switches is only for Power Adaptors
and SMPS, wherever applicable as
per BIS or MeitY guidelines.
Operating Temperature: 0°C to 40°C or above
14.
Temperature Humidity 5% to 95%
15. Power Supply Redundant Power Supply

4.13 CAT6 Cable


Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
Solid Bare Grade Copper, < 9.38
1. Conductor
OHMS/100< @ 20 degree C
General Anti- Termite, Anti-Rodent, Low
2.
smoke -Flame Retardant Cable,
Outdoor Installation: Minimum 750
3. Installation
mm depth or more as per site

Page 66 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
conditions. Job includes laying of
Outdoor (double jacket armoured)
CAT6, excavation, back filling,
restoration in any kind of soil and
sealing including route markers as per
FCI standard and instructions
Indoor Installation: Unarmoured
Cat-6 cable (in PVC Conduit as
necessary basis site conditions)
4. Sequential marking At every meter
5. Temperature range -10°C to 70°C
ETA/TIA 568, IEC/ISO 11801 (or
6. Certification
equivalent Indian Standard for both)

4.14 Armored Power Cable

Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
1. Construction Copper
Minimum 2.5 Sq.mm with 3 Cores, voltage
rating up to 1000V (As per site conditions to
Conductor
2. avoid voltage drop or losses higher cross-
size
sectional cable to be used by System
integrator without any additional cost to FCI)
Minimum 750 mm depth or more as per site
conditions. Job includes laying of armoured
Power cable, excavation, back filling,
3. Installation
restoration in any kind of soil and sealing
including route markers as per FCI standard
and instructions
Armoured
4. PVC insulated armoured construction required
Construction
Sequential
5. At every meter
marking
Temperature
6. -10°C to 60°C
range

Page 67 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

4.15 PVC Conduit


Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
ISI marked heavy duty PVC conduit
1. Construction with bends, joints, clamps, and other
accessories
2. Size As per site conditions

4.16 Uninterrupted Power Supply (UPS)


# Parameter Minimum Specifications Compliance Cross
(Yes/No) Reference
1. Capacity Adequate capacity to cover all project relevant
Components at respective Depots and NOC
as per below:
a. Single Phase UPS up to 10KVA
capacity.
b. Three Phase UPS greater than 10KVA
capacity.
Capacity of UPS should be sufficient to
manage load of all connected device with not
more than 80% loading on Total Capacity of
UPS for Depot, VC and IOC/NoC level.
For IOC/NoC minimum 30KVA UPS to be
considered (not more than 80% loading with all
devices connected).
2. Output Wave Pure Sine wave
Form
3. Input Power >0.91
Factor at Full
Load
4. Input 1-phase upto 10KVA, 3-phase above 10 KVA

5. Input Voltage Single Phase: 160 -280V


Range Three Phase: 300-480V
6. Input Frequency 50Hz / 60Hz (+/- 3 Hz)
7. Output Voltage Single Phase: 220V +/- 3% tolerance
Three Phase: 440V +/- 3% tolerance
8. Output 50Hz+/- 0.5% (Free running); +/- 3% (Sync.
Frequency Mode)
9. Inverter >85% upto 10KVA
efficiency >95% greater than 10KVA
10. Overall AC-AC >90%
Efficiency
11. UPS shutdown UPS should shutdown with an alarm and
indication on following conditions 1) Output
over voltage 2) Output under voltage 3)
Battery low 4) Inverter overload 5) Over
temperature 6) Output short

Page 68 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

# Parameter Minimum Specifications Compliance Cross


(Yes/No) Reference
12. Battery Backup 1 hour on full load with required accessories.

13. Battery VRLA (Valve Regulated Lead Acid) SMF


(Sealed Maintenance Free) Battery
14. Indicators & Indicators for AC Mains, Load on Battery,
Metering Fault, Load
Level, Battery Low Warning, Inverter On, UPS
on Bypass, Overload, etc.
Upto 10 KVA: Metering for Input Voltage,
Output Voltage and frequency, battery voltage,
etc.
Greater than 10 KVA: Metering for Input
Voltage, Output Voltage and frequency,
battery voltage, output current , battery
charging current, etc.
15. Audio Alarm Battery low, Mains Failure, Over temperature,
Inverter overload, Fault etc.
16. Cabinet Rack / Tower type
17. Operating Temp Upto 10KVA : 0 to 50 degrees centigrade
Greater Than 10KVA : 0 to 45 degrees
centigrade
18. Management SNMP Support through TCP/IP & SNMP card
to be provided along with UPS
19. Certification BIS-IS-16242:2014
RoHS or equivalent Indian Standard
IEC-62040-1

4.17 Workstation for IOC / Network Operation Center


Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
Latest generation 64bit Intel Core i7
1. Processor or equivalent as per bidders solution
in compliance with RFP requirements
2. Chipset Latest series 64bit Chipset
3. Motherboard OEM Motherboard
Minimum 16 GB, upgradable up to
4. RAM
32GB
Bidder to submit undertaking from
5. Graphics card
VMS / VA OEM on recommendation

Page 69 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
of the most suitable graphic card
(Minimum 4GB Graphic Card)
2x2 TB SATA-3 Hard drive @7200
6. HDD
rpm
1000BaseT, Gigabit Ethernet
7. Network interface
(10/100/1G auto sensing)
Line/Mic IN, Line-out/Spr Out (3.5
8. Audio
mm)
Minimum 4 USB ports (out of that 2 in
9. Ports front). These would be disabled for
data transfer.
10. Keyboard 104 keys minimum OEM keyboard
11. Mouse 2 button optical scroll mouse (USB)
Two (2) 22” LED monitor, Minimum
1920 x1080 resolution, 5 ms or better
12. Monitor
response time, TCO 05 (or higher)
certified
Windows (Latest Version) Licensed
Standard edition or better in
13. Operating System compliance to overall functional
requirements, 64-bit Pre-loaded OS
with recovery disc
Advanced antivirus, antispyware,
desktop firewall, intrusion prevention
(comprising of a single, deployable
14. Antivirus feature agent) which can be managed by a
central server. (Support, updates,
patches, and errata for the entire
contract/ project period)
SMPS; Minimum 400-watt Continuous
Power Supply with Full ranging input
15. Power supply and APFC. Power supply should be
90% efficient with EPEAT Gold
certification for the system.

Page 70 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

4.18 Display 43” (24x7x365)


Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
Full HD IPS LED Display/Direct LED
1. Technology
backlight
2. Screen Size Min. 43” diagonal, 16:9 Widescreen
Full high definition (Minimum 1920 x
3. Resolution
1080)
- Control: RS232 control
4. Control - On Screen Display (OSD)
- IR remote control
5. Operations 24x7x365
Mounting To be provided as per site
6.
Arrangement requirement

4.19 Network Rack for Server Room with all Accessories (at Depot)
Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
1. Rack Mounting On the floor or wall mount
Minimum 12 U Rack or more as per
2. Size
site conditions
Top & Bottom cover with cable entry
gland plates. Heavy Duty Top and
Bottom frame of MS. Two pairs of
3. General Requirements
19" mounting angles with 'U'
marking. Depth support channels - 3
pairs
lockable on all sides with unique key
4. Lock
for each rack
Rear and front Cable Management
5. Cable Management
channels required
6. Power Distribution Units 2 per rack

The racks must have steel (solid /


grill / mesh) front / rear doors and
7. Doors
side panels. Racks should NOT
have glass doors / panels

Fan & Fan Tray required, Fan


8. Fan & Fan Tray
90CFM 230V AC
9. Side Panel Detachable side panel

Page 71 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

4.20 Video wall Screen at IOC cum NoC


Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
Back Light
Full HD IPS LED Display/Direct LED
1. Type/Panel
backlight
Technology
55” (+/- 5”) in 3x2 matrix videowall
2. Screen Size view – complete with base stand (if
required)
Maximum: 0.44 mm Even Bezel and
3. Bezel Size
0.88 mm Bezel to Bezel
Full high definition (1920 x 1080) 16:9
4. Resolution
Widescreen
Screen should have uniformity of the
5. Uniformity
colours
6. Brightness 400 nits minimum
7. Viewing angle 178 degree/178 degree (H/V)
HDMI and other inputs as per
8. Input proposed Video Wall solution offered.
Audio Mini Jack Input & Output
- On Screen Display (OSD)
9. Control - IR remote control, LAN / USB /
RS232 daisy chain control
10. Operations 24 x 7
11. Lifespan Min. 60000 hours
Installation of video wall should
12. General
seamless
Wall Mounting & floor standing. As
13. Installation Type per site condition appropriate option
to be chosen during installation
14. Certification BIS, CE/FCC/UL

4.21 Video wall controller


Minimum Benchmark Compliance Cross
# Parameter
Specifications (Yes/No) Reference
Controller to control up to 4x2
displays with min. 08 Inputs to display
1. Display controller
all of them, if required at full HD
resolution (complying to connector

Page 72 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Minimum Benchmark Compliance Cross


# Parameter
Specifications (Yes/No) Reference
type and distance requirements as
per IOC room design, without any
converter)
2. Chassis Industrial grade Rack mount
Operating System
3. Windows 10 or latest - 64 bit
Platform
4. Processor options Xeon/ i7 or better

Inbuilt Dual-port Gigabit Ethernet


5. Networking
Controller

6. Serial ATA

7. Input / Output LAN

8. supported 2x RJ45 LAN ports

9. USB 2.0 port or better

10. Power Supply (1+1) Redundant hot swappable

Display multiple source windows in


11. Scalability any size, anywhere on the wall with
individual control on each display

Brightness / contrast / saturation/


12. Control functions
Hue/ Filtering/ Crop / rotate

13. Resolution support DVI: 1920x1200 RGB: 2048x1536

Capable of connecting all operator


14. Inputs
workstations in CCC.

Video wall management software to


be provided to perform Display
Video Wall functions, layout management, offline
15. Management maps, authentication, workspace

Software allocation, remote access


management and integration
capability with 3rd party devices.

Page 73 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

4.22 Servers at IOC cum NOC for All Type of Applications


Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference

System to Integrator to Supply, Install,


Commission Servers for Video
Management Software, Sensor
1. General
Management Software, Database’s
software, and other required software
as per solution requirement

Minimum specifications are


mentioned however server
specification, sizing & quantity to be
2. General finalized as per solution provided by
System Integrator. Detailed design &
breakup to be submitted by System
Integrator.

Video management Software/ Sensor


Management/ Video Analytics
Application/Database/Recording
Servers: Latest series/ generation of
64-bit x86 processors with 8 (or
higher) Cores each and native clock
3. Processor speed minimum 2.6/2.9 Ghz or
higher. Minimum 2 Processors for
each physical server.

These are minimum requirements. SI


can offer higher number of Cores and
clock speed as per their proposed
solution

Minimum 8 Gb DDR4 DIMM per core


scalable to 16 Gb DDR4 DIMM per
core.
4. RAM Bidder to submit undertaking from
VMS / VA (FR) OEM on
recommendation of the most suitable
Compute (Processor and RAM, etc.).

Page 74 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference

2 TB SAS (SSD) Server


5. Internal Storage
grade/enterprise disk

Required number of GPUs to be


installed in server as per Solution
submitted by System Integrator
6. GPU considering full load of cameras.

Bidder to submit undertaking from


VMS / VA OEM on recommendation
of the most suitable graphic card.

Dual Integrated Gigabit Ethernet ports


(or 10 G ports as required for any
server type)

7. Network interface (Minimum 2 Integrated Gigabit


Ethernet ports)

Optional: Fiber channel adapter (if


required)

8. Power supply Dual, Redundant Power Supply

9. RAID support As per requirement/solution

Licensed version (Enterprise Edition)


of 64-bit latest version of Linux/
Unix/Microsoft® Windows based
10. Operating System Operating system, matching with the
processor(s) and Licenses version of
Database (SQL, Oracle etc.) as per
solution requirement.

11. Form Factor Rack mount Servers

Shall support Industry standard


12. Virtualization virtualization hypervisor like Hyper-V,
VMware, and Citrix.

Page 75 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference

The Server configuration


recommended by all solutions must
be submitted (signed and Stamped by
13. Compliance OEM) and bidder must ensure to
comply with same. The server must
be sized with 10% spare capacity and
same must be submitted

4.23 Gigabit L3 Managed Switch


Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference

 24 or 48 (as per requirements)


10/100/1000 Base-TX/FX ports
and extra 2 or 4 Nos of 10G Base
SX/LX/LR ports as per network
solution offered & site needs.
 TX/FX Split as per field/site
1. Ports
requirement
 All ports can auto-negotiate
between 10Mbps/ 100Mbps/
1000Mbps, half-duplex or full
duplex and flow control for half-
duplex ports.

2. Switch type  Layer 3

3. MAC  32K or more

 Properly sized Switching fabric


capacity (as per network
configuration to meet performance
4. Backplane
requirements of wire speed
switching for the connected
devices)

 Must support Port Mirroring, Port


5. Port Features Trunking and 802.3ad LACP Link
Aggregation port trunks

Page 76 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference

 Support IEEE 802.3x flow control


6. Flow Control
for full-duplex mode ports.

 IPV4, IPv6
 Support 802.1D, 802.1S, 802.1w,
Rate limiting
 Support 802.1Q VLAN
encapsulation, IGMP v1, v2 and v3
snooping
 802.1p Priority Queues, port
mirroring, DiffServ
 DHCP support

7. Protocols  Support upto 1024 VLANs


 Support IGMP Snooping and IGMP
Querying

 MLD Snooping
 Support Multicasting
 Should support Loop protection
and Loop detection,
 Should support Ring protection
 OSPF, BGP

 PIM SM, PIM DM

 Support port security


 Support 802.1x (Port based
network access control).
8. Access Control
 Support for MAC filtering.
 Should support TACACS+ and
RADIUS authentication

 Support 802.1Q Tagged VLAN and


port based VLANs and Private
VLAN
9. VLAN  The switch must support dynamic
VLAN Registration or equivalent
 Dynamic Trunking protocol or
equivalent

Page 77 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference

 Network Time Protocol or


equivalent Simple Network Time
Protocol support
 Switch should support traffic
10. Protocol and Traffic segmentation
 Traffic classification should be
based on user-definable
application types: TOS, DSCP,
Port based, TCP/UDP port number

 Switch needs to have console port


for management via PC
 Must have support SNMP v1, v2
and v3
 Should support 4 groups of RMON
 Should have accessibility using
11. Management
SSH, Console access, easier
software upgrade through network
using TFTP etc. Configuration
management through CLI, GUI
based software utility and using
web interface

 BIS*, CE/FCC/UL

*Note: BIS certification as asked for


12. Compliance network components such as Network
Switches is only for Power Adaptors
and SMPS, wherever applicable as
per BIS or MeitY guidelines.

4.24 Firewall at IOC cum NOC


Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference

 Should be mountable on 19”

1. Rack
Physical attributes
 Modular Design

 Internal redundant power supply

Page 78 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference

 4 x GE, upgradable to 8 GE

 Console Port 1 number


2. Interfaces
 4 x 10 G Ports as per network
design (if required)

 Encrypted throughput: minimum 1


Gbps
Performance and
3.  Concurrent connections: up to
Availability
100,000

 Simultaneous VPN tunnels: 2000

 Static Routes

4. Routing Protocols  RIPv1, RIPv2

 OSPF

 TCP/IP

 RTP

 IPSec, DES/3DES/AES

 FTP, HTTP, HTTPS, SNMP,


5. Protocols
SMTP

 DHCP, DNS, Support for IP v4 &


IPv6

 IPSEC

 802.1Q, NAT, PAT, IP Multicast


support, Remote Access VPN,
6. Other support URL Filtering, support VLAN,
Radius/ TACACS, Support
multilayer firewall protection

 QoS features like traffic


prioritisation, differentiated
7. QoS services, committed access rate.
Should support for QoS features
for defining the QoS policies.

 Console, SSHv2, Browser based


8. Management
configuration

Page 79 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
 SNMPv1, SNMPv2, SNMPv3

 BIS*, ICSA / NDPP Labs or


equivalent, CE/FCC/UL

9. Certifications * Note: BIS certification as asked for


network components such as Firewall
is only for Power Adaptors and
SMPS, wherever applicable as per
BIS or MeitY guidelines.

4.25 42U Rack with all accessories


Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference

 1Roof, 42U racks mounted on the


floor

 Floor Standing Server Rack - 42U


with Heavy Duty Extruded
Aluminium Frame for rigidity.

 Top & Bottom cover with cable


entry gland plates. Heavy Duty
Top and Bottom frame of MS.

 Two pairs of 19" mounting angles


with 'U' marking. Depth support
channels - 3 pairs with an overall
1. Type weight carrying Capacity of
500Kgs.

 All racks should have mounting


hardware Packs, Blanking Panels
as per requirements.

 Stationery Shelf (2 sets per Rack)

 All racks must be lockable on all


sides with unique key for each
rack

 Racks should have Rear Cable


Management channels, Roof, and
base cable access

Page 80 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference

 Two vertical and four horizontals


2. Wire managers
minimum

 2 per rack
Power Distribution  Power Distribution Unit -
3.
Units Vertically Mounted, 32AMPs with
25 Power Outputs.

 The racks must have steel (solid /


grill / mesh) front / rear doors and
side panels. Racks should NOT
have glass doors / panels.

 Front and Back doors should be


perforated with at least 60% or
4. Doors
higher perforations.

 Both the front and rear doors


should be designed with quick
release hinges allowing for quick
and easy detachment without the
use of tools.

 Fan 90CFM 230V AC, 4"


diameter (4 Nos. per Rack)
5. Fans and Fan Tray  Fan Housing Unit 4 Fan Position
(Top Mounted) (1 no. per Rack) -
Monitored - Thermostat based

 Detachable side panels (set of 2


6. Side Panel
per Rack)

 19”, 42U racks mounted on the


floor

 Floor Standing Server Rack - 42U


with Heavy Duty Extruded
7. Type
Aluminium Frame for rigidity.

 Top & Bottom cover with cable


entry gland plates. Heavy Duty
Top and Bottom frame of MS.

Page 81 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
 Two pairs of 19" mounting angles
with 'U' marking. Depth support
channels - 3 pairs with an overall
weight carrying Capacity of
500Kgs.

 All racks should have mounting


hardware Packs, Blanking Panels
as per requirements.

 Stationery Shelf (2 sets per Rack)

 All racks must be lockable on all


sides with unique key for each
rack

 Racks should have Rear Cable


Management channels, Roof, and
base cable access

 Two vertical and four horizontals


8. Wire managers
minimum

 2 per rack
Power Distribution  Power Distribution Unit -
9.
Units Vertically Mounted, 32AMPs with
25 Power Outputs.

 The racks must have steel (solid /


grill / mesh) front / rear doors and
side panels. Racks should NOT
have glass doors / panels.

 Front and Back doors should be


perforated with at least 60% or
10. Doors
higher perforations.

 Both the front and rear doors


should be designed with quick
release hinges allowing for quick
and easy detachment without the
use of tools.

Page 82 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference

 Fan 90CFM 230V AC, 4"


diameter (4 Nos. per Rack)
11. Fans and Fan Tray  Fan Housing Unit 4 Fan Position
(Top Mounted) (1 no. per Rack) -
Monitored - Thermostat based

 Detachable side panels (set of 2


Side Panel
12. per Rack)

4.26 Storage (To archive alert recording of all depots for 90 days at IOC/NOC)
Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference

 Bidder shall provide the


appropriate Storage Solution to
meet the Project Requirements.

 Bidder is expected to carry out

1. Solution/ Type the video storage requirement


estimation and supply as per the
solution proposed. Solution
proposed should yield low cost
per TB, while meeting the
required performance parameters

 Rack mounted form-factor

 Modular design to support


2. Hardware Platform
controllers and disk drives
expansion

 Bidder to propose the storage


solution with at least 2 Controllers
in active/active mode. The
storage solution must be capable
of delivering higher scalability and
3. Controllers
performance by upgradation of
the storage solution while utilizing
the existing 2 Controllers as per
respective OEM solution
architecture.

Page 83 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
 The controllers / Storage nodes
should be upgradable
seamlessly, without any
disruptions / downtime to
production workflow for
performance, capacity
enhancement and software /
firmware upgrades. Storage to be
Unified Storage / combination of
NAS and SAN storage.

 Should support various RAID


Levels to meet the SLA
4. RAID support
requirements, RAID 1 to be
implemented

 Minimum 256 GB of useable


System memory /cache across all
controllers. If cache is provided in
5. Cache
any additional hardware for the
storage solution, then cache must
be over and above 256GB.

 The Storage System should be


able to protect the data against
Redundancy and single point of failure with respect
6.
High Availability to hard disks, connectivity
interfaces, fans, and power
supplies

 All the necessary software (GUI


Based) to configure and manage
the storage space, RAID
configuration, logical drives
Management allocation, snapshots etc. are to
7.
software be provided for the entire system
proposed.

 Licenses for the storage


management software should
include disc capacity/count of the

Page 84 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
complete solution and any
additional disks to be plugged in
in the future, up to max capacity
of the existing controller/units.

 A single command console for


entire storage system.

 Should also include storage


performance monitoring and
management software

 Should provide the functionality of


proactive monitoring of Disk drive
and Storage system for all
possible disk failures

 Should be able to take


"snapshots" of the stored data to
another logical drive for backup
purposes

The storage array must have


complete 256 GB cache protection
mechanism either by de-staging data
8. Data Protection
to disk or providing complete cache
data protection with battery backup
for up to 4 hours

There should not be any additional


license requirements arising in future
during capacity augmentation of the
Storage solution. The proposed
Storage should be scalable by
9. Licensing merely adding the desired number of
HDDs and Disk Enclosures in future
along with necessary connecting
back-end/front-end cables till the
maximum scalability is reached
within the proposed Appliance.

Page 85 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference

Proposed storage solution should


10. Data Availability provide the data availability of
99.99%

Storage must support file protection


against accidental, premature
11. Security
malicious deletion and modification
of data using file locking mechanism.

Application data (block data) should


Application data &
12. be on SSD/SAS and Video data (File
Video data
data) should be an SAS/NL-SAS

Page 86 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

4.27 Antivirus (Server-Client Architecture based)

Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
Antivirus software should work on
Server-Client Architecture,
1. General Centralized management & status
update of all connect device should
be available
Shall be able to scan through several
2. Compression Scan
types of compression formats.
Must update itself over internet for
virus definitions, program updates etc.
(periodically as well as in push-
3. Update
updates in case of outbreaks)
Updates should be capable of being
rolled back in case required
Able to perform different scan Actions
4. Virus Type based on the virus type (Trojan/
Worm, Joke, Hoax, Virus, other)
Shall be able to scan only those file
types which are potential virus
carriers (based on true file type)
5. File Types
Shall be able to scan for HTML,
VBScript Viruses, malicious applets,
and ActiveX controls
Shall provide Real-time product
Performance Monitor and Built-in
6. Dashboard
Debug and Diagnostic tools, and
context- sensitive help.
The solution must support multiple
7. Remote Installation
remote installations
Shall provide for virus notification
options for Virus Outbreak Alert and
8. Notifications
other configurable Conditional
Notification.
Should be capable of providing
9. Security
multiple layers of defense.

Page 87 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
Shall have facility to clean, delete and
quarantine the virus affected files.
Shall have facility to clean, delete and
quarantine the virus affected files.
Shall have facility to clean, delete and
quarantine the virus affected files.
Should support multi-threaded
scanning.
All binaries from the vendor that are
downloaded and distributed must be
10. Installation
signed and the signature verified
during runtime for enhanced security

4.28 Air-conditioning System for NoC, DC and office area for 24x7 operations
i. System integrator to install Centralized Air condition system at NOC, DC (Precision AC) and
office area for approximately 800 Sq. feet as per industry standards.
ii. Detailed engineering drawing of same to be submitted by System Integrator for approval with
FCI considering the heat load.

4.29 Environmental Sensor (IoT)


# Parameter Minimum Specifications Compliance Cross
(Yes/No) Reference
1. Monitored data Temperature & Relative humidity (RH)
2. Alerts Automatic LED alert on threshold limit
(on both at hardware and at software
level) at depot, zonal and NOC level.
It should provide trigger to controller &
subsequently to Centralized
Management Software (CMS) over IP.
3. Connectivity IoT, Wired (RS-485) or Wireless to its
controller (Secure Data Transmission).
It should be addressable device.
4. Power Local powered (in built battery in case of
wireless) or may draw power through its
controller.
5. Protection IP 54

Page 88 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

# Parameter Minimum Specifications Compliance Cross


(Yes/No) Reference
6. Operating -10 to 55 Degree C
Temperature

4.30 Sensor Controller (IoT based, preferably in-built with the sensor)
Compliance Cross
# Parameter* Minimum Specifications
(Yes/No) Reference
It should monitor real time values of
1. Real Time monitoring Temperature & Relative humidity
(RH) on real time basis
On breach of threshold value at
sensor, It should trigger alarm on
control panel, and it should also
2. Alert provide trigger to Centralized
Management Software for event
creation and subsequent
Godown/Chamber camera Pop-up.
IoT based
For Detector :- Wired (RS-485) or
3. Connectivity Wireless.
For application software :- TCP/IP
using Modbus or BACnet.
 It should be seamlessly
integrated with Centralized
management software to provide
trigger on breach of threshold
4. Integration
values at sensor.
 To be integrated with existing
DOS/ISCMS/ERP for operational
purposes.
Health monitoring of all sensors at
5. Health
depot, zonal and NOC level
Local powered (within built battery for
backup of 30 minutes alarm condition
6. Power
and 24 hours during normal
operation).
7. Protection IP 54
Operating
8. -10 to 55 Degree C
Temperature

Page 89 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter* Minimum Specifications
(Yes/No) Reference
*Note:- Bidder may propose separate set of different controllers with different types of sensors
or may propose 1 set of sensors with controller to achieve all functionality. In either case
controller count shall not increase more than 2 controllers.

4.31 Router cum Secure VPN device at Depot


Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference

 To provide connectivity and


services for varied branch
network requirements.
 Includes embedded hardware
encryption
1. Functional  Enables WAN link security
 VPN services
 To connect all depots to
respective zonal and NOC for
VPN service to connect with other
locations

 Integrated WAN Gigabit ports for


connectivity
2. Ports
 Integrated LAN switching / Layer
2 switching functionality

 Secure collaborative
3. Connectivity communications with VPN,
Multipoint VPN

 Integrated threat control:


Respond to sophisticated network
attacks and threats using
integrated Firewall including
content filtering and packet
4. Security
matching.

 Including identity management


covering authentication,
authorization and accounting and
public key infrastructure

5. Power  220 VAC (0 to 40 degree C)

Page 90 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference

 To provide connectivity and


services for varied branch
network requirements.
 Includes embedded hardware
encryption
6. Functional  Enables WAN link security
 VPN services
 To connect all depots to zonal
and NOC level

Same device will be used for VPN


service to connect with other locations

 Integrated WAN Gigabit ports for


7. Ports connectivity

 Integrated LAN switching

 BIS*, CE/FCC/UL

* Note: BIS certification as asked for


8. Certifications network components such as Router
cum Secure VPN device is only for
Power Adaptors and SMPS, wherever
applicable as per BIS or MeitY
guidelines.

4.32 Integrated Centralized / Video Management Software (CMS/VMS)


NOTE: SI to consider provisioning a limited version of VMS for monitoring at local/Depot/NVR
level on best effort basis.

Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference

1. General
Integrated Centralized Monitoring
Software (CMS) should have
Capability to integrate devices &
systems installed in project such as IP
1.1. General Cameras, NVR, Storages, Video Wall,
Video Controller, Temperature
Sensors, Moisture Sensor, Video
Analytics Software, Email, Active
Directory & LDAP (as applicable)

Page 91 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference

Health Monitoring of all IP Cameras &


NVRs as connected for monitoring at
1.2. Health Monitoring HQ in dashboard formats along with
alerts such as Camera Disconnection,
Storage Full Indication, etc.
CMS should have User management,
1.3. Modules Alarm Center, Management reporting
modules
CMS should have Server – Client
1.4. Architecture Architecture where Clients will be
installed at Depots and NOC level.
Web Client, Mobile Client, Desktop
1.5. Client
Client
CMS should be able to display
1.6. Dashboard customized dashboard as per FCI
requirements
CMS should be able to Generate
1.7. Reports customized reports as per FCI’s
requirement,
CMS server shall support in-built high
Availability & availability and failover for Directory as
1.8.
Failover well as recording without need of any
third-party solution.
CMS shall support Disaster recovery
capabilities. Synchronized Failover
1.9. Disaster recovery Management feature should be
provided to avoid the single point of
failure
CMS shall support a flexible rule-
based system driven by schedules and
events.
Distributed solution for monitoring and
Schedules &
1.10. control function, designed for limitless
Events
multi-site and multiple server
installations requiring 24/7 surveillance
with support for devices from different
vendors.

Page 92 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference

CMS should have feature rich Video


1.11. General Management Software inbuilt to
perform standard features of VMS.
CMS shall have capability to create
virtual video wall control from any
authorized client so as user can control
the video wall content from the local
Video Wall
1.12. client machine directly or via 3rd party
Control
software. It shall allow the authorized
user to create and control multiple
video wall layout.

2. Functional Requirement
CMS shall be enabled for integration
Functional with any external Video Analytics
2.1.
Requirement Systems – both edges based, and
server based.
CMS shall be capable of being
Functional deployed in a virtualized server
2.2.
Requirement environment without loss of any
functionality.
The CMS Client application shall
support static Graphical Site
Representation (Maps) functionality,
where static maps and layouts are
Functional
2.3. used to represent the physical location
Requirement
of cameras and other devices
throughout facility. The Maps shall
have the ability to contain hyperlinks to
create a hierarchy of interlinked maps.
Camera Monitoring, Playback- and
Functional post-alarm recording display, video
2.4.
Requirement signal compression, display, storage,
and retrieval.
CMS client shall be capable of
Functional
2.5. displaying videos in up to Four (4)
Requirement
monitors simultaneously.

Page 93 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference

CMS shall be capable of transferring


native format recorded images to
recordable media in tamper evident
and auditable form with SHA1-based
digital signature and with 1024-bit RSA
Functional encryption, to comply with court of law
2.6.
Requirement evidentiary requirements. Additionally,
standard formats shall be supported
including, but not limited to:
 AVI files
 MP4
 JPEG / BMP Image (Snapshots)
All streams to the above locations shall
be available in real-time and at full
Functional resolution. Resolution and other
2.7.
Requirement related parameters shall be
configurable by the administrator to
provide for network constraints.
The CMS shall support field sensor
settings. Each channel configured in
the CMS shall have an individual setup
for the following settings, the specific
Functional
2.8. settings shall be determined according
Requirement
to the encoding device:
 Resolution
 Frame Rate
 Bit Rate
The CMS shall support the following
operations:
 Adding an IP device
 Updating an IP device
Functional  Updating basic device
2.9.
Requirement parameters
 Adding/removing channels
 Adding/removing output signals
 Updating an IP channel
 Removing an IP device

Page 94 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference

 Enabling/disabling an IP channel
 Refreshing an IP device (in case
of firmware upgrade)
The CMS shall support retrieving data
from edge storage. Thus, when a lost
or broken connection is restored, it
Functional
2.10. shall be possible to retrieve the video
Requirement
from SD card and store it on central
storage & seamlessly fill gap in the
recording.
The CMS shall support bookmarking
Functional the videos. Thus, allowing the users to
2.11.
Requirement mark incidents on live and/or playback
video streams.
The CMS shall support access and
Functional view of cameras and views on a
2.12.
Requirement smartphone or a tablet (a mobile
device).
The CMS shall support integration with
Functional the FRS & ANPR cameras and its
2.13.
Requirement application (for integration in future as
and when such systems are available).
The CMS shall support integration with
other/third party cameras, video
management and video analytics
Functional applications. Such integrations shall be
2.14.
Requirement possible over open/industry leading
standard protocols such as ONVIF or
other standard integration provisions to
the possible extent.
The CMS shall be able to accept alerts
Functional from video analytics built into the
2.15.
Requirement cameras, other third-party systems,
sensors etc.
Functional The CMS shall support manual failover
2.16.
Requirement of Directory for maintenance purpose.

Page 95 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference

The CMS should be able to integrate


with the SI provided Building
management System / platform for
Functional
2.17. CCTV, Access Control, Video
Requirement
Analytics, Fire Alarm System and must
be capable of controlling and
monitoring alerts the same.
The CMS shall support cameras up to
Functional
2.18. 50/60FPS which may be used in
Requirement
certain applications.
The CMS shall allow the administrator
to easily publish live video to external
systems, public web sites, web
applications, or any 3rd party system
that can receive video streams from
standard streaming servers such as
Functional Microsoft Media Gateway or VLC. The
2.19.
Requirement administrator shall be able to publish
any set of cameras from the VMS by
using the Transcoder server and by
installing a common video streaming
solution, such as VLC or Windows
Media Encoder, which provides access
to the video via URLs.
The CMS shall provide support for
industry standard SNMP V2.0 and
V3.0 and should provide the
Functional compatibility with any SNMP
2.20.
Requirement application to report the status of
various components. Required
interface license shall be included in
the offer.
The CMS should allow to mask a
specific area within the picture of any
Functional cameras in order to maintain privacy of
2.21.
Requirement sensitive areas without compromising
the security. A privileged user should
be able to unmask the view during

Page 96 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference

playback or live-in case of specific


situational requirements. It shall also
allow to automatically add a full screen
mask or remove the mask of specified
camera upon a specific event i.e.,
Motion detected, Door forced open
etc.).
The CMS should provide built-in
feature to configure an automatic
scheduled backup of management
Functional configuration and recorder DB on a
2.22.
Requirement designated path on network. It shall be
possible to create single instance or
recurring (Daily, Weekly, Monthly)
schedule backups.
The CMS shall provide Automatic
Scheduled video backup feature. It
shall be performed automatically by
the recorder in the background, based
on predefined settings. The CMS shall
provide the user with the option to
select the camera or microphone, the
coverage (segment or length of time)
Functional
2.23. that will be exported from a camera or
Requirement
microphone, the destination folder,
how much data to save on the
destination folder, and to set the time
that this action is to be executed. It
shall also allow to configure real-time
backup as soon as a data file is
closed, it is immediately copied to the
defined storage location.
Integration of FCI ISCMS/DOS/ERP
Platform with IOC/ICCC:
Functional
2.24.
Requirement An ISCMS analytics platform shall be
integrated with a command control
application through a data pipeline for

Page 97 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference

viewing and monitoring the dashboard


on the Video wall by the FCI
leadership.

This analytics dashboard shall


visualize key performance indicators
KPIs of FCI IT applications like CFPP,
CPSP, VLTS, Cloud usages etc. to
enable data-driven decision-making.
Both systems shall be integrated in
such a way that real-time connection
will be established between ISCMS
services and the NOC's monitoring
and management tool for real-time
data visibility and adhere to best
practices for data security during data
sharing between the systems.
3. Client System - The Client system shall provide remote users with rich functionality and
features as described below.
Functional Viewing live video from cameras on
3.1.
Requirement the surveillance system
Functional Browsing recordings from storage
3.2.
Requirement systems
Functional Creating and switching between
3.3.
Requirement multiple of views.
Viewing video from selected cameras
Functional
3.4. in greater magnification and/or higher
Requirement
quality in a designated hotspot.
Functional Using digital zoom on live as well as
3.5.
Requirement recorded video.
Functional Using sound notifications for attracting
3.6.
Requirement attention to detected motion or events.
Functional Getting quick overview of sequences
3.7.
Requirement with detected motion.
Functional Getting quick overviews of detected
3.8.
Requirement alerts or events.

Page 98 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference

Quickly searching selected areas of


Functional
3.9. video recording for motion (also known
Requirement
as Smart Search).
Functional The CMS shall use its own transcoding
3.10.
Requirement server to efficiently steam the videos.
When the CMS client is set to view the
live videos in say 2x2, 3x3, 4x4 and
Functional 5x5 grids, it should automatically use
3.11.
Requirement lower resolution stream, high frame
rate video to avoid high bandwidth and
CPU usage on the CMS client
When the user selects a particular
camera and wants to view it in full
Functional
3.12. screen, the CMS should automatically
Requirement
show the highest quality and high
frame rate video.
The CMS Client application shall
provide management and control over
the system using Joystick controller of
Functional any compatible make. Each client
3.13.
Requirement workstation should be provided with
joystick controller with programmable
keys to configure quick access to PTZ
Presets, pattern, zoom, focus etc.
The CMS should provide the
application which should be integrated
to the offered CMS and provide the
Functional
3.14. below mentioned Incident Reporting
Requirement
and backup mechanism. Offered
prices should include the price of this
application.
This application should provide the
facility to create the incident reports for
Functional specific incidents. Each incident report
3.15.
Requirement shall capture Incident Name, Incident
Number, User who created it, Time
period of incident and any other user

Page 99 of 197
Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference

defined free text description for the


incident.
It should be possible to access
Functional recorded video within the CMS system
3.16.
Requirement for playback and export from this
application.
It should be possible to export
recorded video feed in industry
Functional
3.17. standard open format with provision to
Requirement
ensure and verify its integrity/no
tampering.
It should also provide to insert few
Functional custom fields relevant to customer use
3.18.
Requirement case i.e., Security head, Admin head
etc.
Entire report should be archived on
Functional
3.19. dedicated portion on the storage and
Requirement
should be accessible from any client.
It should create the library of all the
reports and options should be
Functional
3.20. available to search the required report
Requirement
by time frame, subject, report number
etc.
It should be possible to send these
Functional reports by email or archived on offline
3.21.
Requirement media including a standalone player
for the same.
CMS shall have facility to ensure every
frame of the Video files (recorded as
well as exported videos) are in tamper
proof format and shall be able to
Functional authenticate the source of video
3.22.
Requirement through watermarking of the every
frame of the video files or through any
other alternate method. While
exporting video segments to external
media (CD/DVD) or to any folder in

Page 100 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference

workstations, the VMS should also


allow encryption of the video files
Client viewer should allow the same
Functional camera to be viewed on multiple
3.23.
Requirement display tiles; one may be digitally
zoomed, or on high resolution stream
 VMS should have functionality to
group the cameras as per following
jurisdiction (i.e. Depot/Godowns,
Divisional, Regional, Zonal and HQ
Functional level).
3.24.  VMS should have functionality to
Requirement
provide role-based and jurisdiction-
based access to the authorized /
registered users to view the live
video feed and playback
respectively.
4. Web Client
The web-based remote client shall
offer live view of up to 8 cameras,
Functional including PTZ control, dynamic display
4.1.
Requirement layouts, drag and drop, playback,
thumbnail, bookmarking, digital zoom,
export, alarm handling etc.
User Authentication – The Remote
Client shall support logon using the
username and password credentials.
Web client shall support secured
(Transport Layer Security) TLS
protocol and allow the user to load TLS
certificate for enabling HTTPS
Functional connection.
4.2.
Requirement The CMS shall support web-based
clients connecting to the CMS system
via the Internet through transcoding
mechanism which can provide optimal
video viewing experience over limited
bandwidth connection. Web client must
support IE, Chrome, Firefox and Opera
browser as minimum.
5. Mobile Client

Page 101 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference

The Contractor shall be required to


provide a standardized Mobile
Functional interface compatible with all leading
5.1.
Requirement platforms (android as well as iOS) and
ensure that all the necessary access is
given to the authorized mobile users.
Functional Communication between Mobile Client
5.2.
Requirement and Server shall be protected.
The CMS shall provide built-in access
management module. The system
shall support viewing live and recorded
Functional video, digital zoom, PTZ control, see
5.3.
Requirement camera status, recording status etc.
The mobile user shall also be able to
control PTZ cameras (if installed in
future).
Concurrent user: –
Functional
5.4. Minimum - 591 nos.
Requirement
Preferably - Unlimited
6. Alarm Monitoring
The CMS shall allow for continuous
monitoring of the operational status
and event-triggered alarms from
Functional various cameras, NVRs and other
6.1.
Requirement devices. It shall provide a real-time
overview of alarm status or technical
problems while allowing for immediate
visual verification & troubleshooting.
Intuitive navigation using a map-based,
Functional hierarchical structure with hyperlinks to
6.2.
Requirement other maps, servers, and devices or
through a tree-view format.
It shall include flexible access rights
Functional and allow each user to be assigned
6.3.
Requirement several roles where each shall define
access rights to cameras.
Functional The alarm management shall be able
6.4.
Requirement to set any monitor to automatically

Page 102 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference

display cameras in response to alarm


inputs.
Alarm video may be displayed on
dedicated monitors or may temporarily
Functional replace video (if configured) that is
6.5.
Requirement otherwise being viewed until the alarm
condition is accepted (acknowledged)
or cleared (reset).
Alarms shall be triggered manually by
users or automatically as a response
Functional
6.6. to an event according to the
Requirement
administrator’s definitions or video
analytics.
Alarms may be configured to be
Functional
6.7. automatically cleared after a certain
Requirement
duration.
Alarm instances can be configured to
Functional
6.8. be deleted from the database after a
Requirement
certain time interval.
Alarms shall be configured to display
video content (including live and
Functional
6.9. recorded footage) and audio content
Requirement
(when linked to video) to the recipient
users.
The alarm management shall
automatically clear alarm related video
Functional
6.10. and other alarm content once the
Requirement
alarm is cleared and shall restore
previous content.
The CMS shall provide methods to
Functional display multiple alarms (each with
6.11.
Requirement multiple videos) on any number of
monitors.
The user shall be able to snooze,
Functional
6.12. forward alarms to other users, and
Requirement
clear alarms.
Functional Each alarm shall be possible to be
6.13.
Requirement configured with individual escalation

Page 103 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference

matrix which shall be enforced in case


the primary user does not respond to
alarm in predefined time.
The CMS shall support Conditional
Events feature to lower false-alarm
rates by combining two sources as the
trigger for subsequent CMS
operations, instead of the traditional
single action-upon-event method. The
Functional
6.14. user shall choose what VMS action(s)
Requirement
should be performed providing that the
originating events occurred within the
configured time duration. The user
shall also define whether the order in
which these events occurred should be
considered.
The Time Triggered Events Plugin
allows the CMS administrator to
configure actions to be automatically
Functional
6.15. performed (Send PTZ to preset,
Requirement
Trigger alarm, Send an Email etc.) at
desired time schedules, either as a
single occurrence or recurring
Alarms shall be configured to trigger
Functional recording of video and audio with pre-
6.16.
Requirement alarm and post-alarm periods, if
defined.
Functional Alarm recording shall be marked with
6.17.
Requirement automatic bookmarks.
Recorded alarm clips shall be
Functional searchable by searching for alarm
6.18.
Requirement history, recording reason, or
bookmarked text.
The CMS shall support searching the
Functional alarm history database by different
6.19.
Requirement search criteria, such as priority, user
who cleared, etc. Color coding alarms

Page 104 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference

Alarm life cycle: Alarm status


Functional instances shall include Triggered,
6.20.
Requirement Accepted, Snoozed, Forwarded and
Cleared
The CMS shall highlight the cameras
Functional
6.21. which are part of the alarm when the
Requirement
alarm is triggered
The CMS shall support the
simultaneous display of multiple
Functional
6.22. cameras associated with an alarm.
Requirement
Cameras shall be spread on available
tiles armed for an alarm.
The CMS shall allow alarms to be
displayed on maps with color-coding
Functional
6.23. based on alarm status. The CMS shall
Requirement
allow multiple maps with alarm zones
to be created.
The System health status like Server
failure, Camera Disconnection,
Functional
6.24. Storage Full Indication, etc. should
Requirement
always be displayed within the GUI all
the time
7. Other Functionality
The Surveillance System shall offer
Functional
7.1. centralized management of all devices,
Requirement
servers, and users.
The Surveillance System should not
have any limit on the number of
cameras to be connected for
Surveillance, Monitoring, and
Functional
7.2. recording. Any increase in the no. of
Requirement
cameras should be possible by
augmentation of Hardware
components and camera channel
license.
Functional The Surveillance System shall support
7.3.
Requirement distributed viewing of any camera in

Page 105 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference

the system using Video walls or big


screen displays.
It should be possible to integrate the
Surveillance System with 3rd-party
software, to enable the users to
develop customized applications for
enhancing the use of video
Functional
7.4. surveillance solution. For e.g.,
Requirement
Integrating with other agency cameras
(like CWC) to have enhanced
situational awareness, integrating
alarm management to initiate CMS,
Email etc.
The System Administration Server
shall provide a feature-rich
Functional
7.5. administration client for system
Requirement
configuration and day-to-day
administration of the system.
The System Administration Server
Functional
7.6. shall support different activity reports &
Requirement
audit trails.
Rules: The system shall support the
use of rules to determine when specific
actions occur. Rules shall define what
actions shall be carried out under
specific conditions. The system shall
Functional
7.7. support rule-initiated actions such as:
Requirement
 Start and stop recording
 Set non-default live frame rate
 Send notifications via email
 Pop-up video on designated
Client Monitor recipients
System should have a facility to create
DVD’Ss or other external storage
Functional
7.8. media (USB), which can be treated
Requirement
evidence for legal matters. Such
storage media creation should be

Page 106 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference

tampered proof and contractor to


provide appropriate technology so that
integrity and quality of evidence is
maintained.
System shall have strong security
mechanism such as the use of
advance encryption, and
Functional authentication to ensure that only
7.9.
Requirement authorized personnel have access to
critical information, prevent man-in-the-
middle attacks, and that the data is
kept private.
The system shall allow defining user
Functional password policy, including minimum
7.10.
Requirement length, minimum number of letter and
numbers.
The system shall be capable of
Functional
7.11. integrating to Active Directory and sync
Requirement
users and users’ groups with AD.
The system shall allow setting TLS
Functional
7.12. certificate to be used for the web client
Requirement
application.
The system shall support secured
connection between selected or all
Functional
7.13. cameras and recorders, using
Requirement
Transport Layer Security (TLS) for
control information
The system should deter the tampering
of recording by any level of user. If any
video file is deleted/modified by any
other means than automatic overwrite
Functional
7.14. by system, then system shall raise the
Requirement
alarm and or send an email message
to designated address. Manufacturer
letter confirming the same shall be
provided.
Functional Recorder shall support digital signature
7.15.
Requirement for recorded data in real-time. The

Page 107 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference

digital signature shall be based on


SHA1 based hash function & 1024-bit
RSA encryption key.
The CMS shall support exporting the
native format of video or audio
recordings to tamper-proof files
Functional
7.16. protected with SHA1-based digital
Requirement
signature and with 1024-bit RSA
encryption, in order to comply with
court of law evidentiary requirements.
System should ensure that once
Functional recorded, the video cannot be altered,
7.17.
Requirement ensuring the audit trail is intact for
evidential purposes.
Report generation and export: The
system shall allow generation and
export of various kinds of reports such
Functional
7.18. as User management report, User
Requirement
audit report etc. Multiple types of
export should be supported such as
PDF, CSV, and Excel etc.
8. Failover and Redundancy
Failover feature should be provided
with the offered system to avoid the
single point of failure. Also, the system
should sustain all its current operations
i.e., recording, playback, and live video
even in the event of failure. This
Functional functionality can either be loaded on
8.1.
Requirement any of the recording server or on a
dedicated server. If offered software
need dedicated server for this, then the
same will be in contractor’s scope.
Specifications of failover administration
server should be same as that of
recording server except storage size.

Page 108 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference

System shall provide automated


Functional
8.2. Failover recording to maintain the
Requirement
reliability of the system.
Redundant recording/Dual recording
feature of the CMS should be provided
for all the critical cameras
simultaneously. System administrator
should get the privilege to configure
this feature on any cameras
Functional simultaneously depend on the
8.3.
Requirement criticality of the cameras. The bidder to
consider 10% of total cameras as
critical and consider same for CMS
licenses, storage, etc. These cameras
can be randomly selected during
configuration by user irrespective of
their primary recording server.
The CMS shall allow for audio
communication from cameras to
control room. The CMS shall allow for
2-way audio communication using
amplifier/call station connected the IP
cameras in the field without any need
of audio cabling from camera to control
Functional room. If audio capability requires any
8.4.
Requirement additional license, then each of the
camera should be provided with the
same for future scalability, in order to
make any security/safety related
communication / announcements.
Provision for only recording of 2
numbers Audio channels per depot
shall be available from day 1.

4.33 Enterprise Management System (EMS) & Service Level Agreement (SLA)
Management Tool

Page 109 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

To ensure that ICT systems are delivered at the performance level envisaged, it is important that an
effective monitoring and management system be put in place. It is thus proposed that a proven solution
is proposed by the Implementing Agency for efficient management of the system, reporting, SLA
monitoring and resolution of issues. Various key components of the system are listed below:-
# Minimum Specifications Compliance Cross
(Yes/No) Reference
A Basic Requirements

1 Solution should be inclusive with software, OS and patches,


etc.
2 Solution should provide for future scalability of the whole
system without major architectural changes.
3 Should be SNMP v1, v2, v3 and MIB-II compliant.
4 Filtering of events should be made, with advance sort option
based on components, type of message, time etc.
5 Should support Web / Administration Interface.
6 Should provide accessibility to internal built-in database via
the Application GUI.
7 Solution should be distributed, scalable and open to third
party integration.
8 Should provide fault and performance management for multi-
vendor TCP/IP networks.
9 System should provide automated triggering of alerts, reports
& dashboards as per user defined schedule or business rules
for sharing information through SMS, email, EMS application
client or any other available communication mediums.
10 The EMS & SLA Management Tool must have sufficient
licenses to manage & monitor all IP devices covered as part
of this Project scope.
B SLA & Contract management System

The SLA & Contract Management solution should enable the


Department to capture all the System based SLAs defined in
this RFP and then calculate quarterly (or for any duration)
penalty automatically. Measuring service performance
requires incorporation of a wide variety of data sources of the
projects. The SLA solution should support the collection data
from various sources in order to calculate Uptime /
Performance / Security SLAs.
1 It must be a centralized monitoring solution for all IT assets
(including servers, network equipment etc.)
2 The solution must have integrated dashboard providing view
of non-performing components / issues with related to service
on any active components
3 The solution must follow governance, compliance and
content validations to improve standardization of service level
contracts
4 Application should be pre-configured so as to allow the users
to generate timely reports on the SLAs on various
parameters.
5 The solution must support Service Level Agreements &
Lifecycle Management including Version Control, Status
Control, Effectively and audit Trail to ensure accountability for
the project.

Page 110 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

# Minimum Specifications Compliance Cross


(Yes/No) Reference
6 The solution must have the ability to define and calculate key
performance indicators from an End-to-End Business Service
delivery perspective related to Surveillance Project under
discussion.
C Reporting & Dashboards
1 Ability to generate reports on penalty and credit due, to check
on non-compliance of SLAs for the project
2 Monetary penalties to be levied for non-compliance of SLA,
thus the system must provide Service Level Performance
Report over time, contract, service and more.
3 The solution should provide historical and concurrent service
level reports for the projects to ensure accountability of the
service provider’s performance
4 Automatic Report creation, execution and Scheduling, must
support variety of export formats including Microsoft Word,
Adobe PDF, Excel etc.
5 Support real-time reports (like at-a-glance status) as well as
historical analysis reports (like Trend, TopN, Capacity
planning reports etc.)
6 Resource utilization exceeding or below customer-defined
limits
7 Resource utilization exceeding or below predefined threshold
limits
8 A List of SLAs that needs to be measured centrally by SLA
contract management system are given in the RFP
document. These SLAs must be represented using
appropriate customizable reports to ensure overall service
delivery.
9 SLA compliance reports must capture all information’s on
automated basis with every instance of exception recorded
with a detailed justification for audit purposes.

10 The minimum set of reports required are as given below. FCI


may request such reports at any time irrespective of a
predefined scheduled with customization. Moreover, any new
report may be requested by FCI during the tenure of the
contract.
Bidder may decide the format of these report with prior
approval from FCI. The reports should be stored on the
monitoring system till Six (6) months period or as per FCI
requirement, however any back reports bidder may store
separately. This report can be extracted directly from the
system without any help of FMS.

Daily Reports:
 Summary of issues / complaints logged at the Help
Desk
 Summary of resolved /unresolved and escalated
issues / complaints
 Summary of resolved, unresolved and escalated
issues / complaints to vendors (OEM/3rd party AMC
vendor, if any)
 Summary of WAN link report including utilization &
%down for all FCI locations Backup report with
related log

Page 111 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

# Minimum Specifications Compliance Cross


(Yes/No) Reference

Weekly Reports:
 Issues / Complaints Analysis report for virus calls,
call trend, call history, etc.
 Summary of systems - Uptime
 Summary of issues / complaints logged with the
OEMs
 Summary of changes undertaken for the project IT
Infrastructures including major changes like
configuration changes, patch upgrades, database
reorganization, storage reorganization, etc. and
minor changes like log truncation, volume expansion,
user creation, user password reset, etc.

Monthly Reports:
 Component wise physical as well as IT infrastructure
availability and resource Utilization
 Consolidated SLA / (non)-conformance report
 Summary of component wise uptime statistics
 Log of preventive / scheduled maintenance
undertaken
 Log of break-fix maintenance undertaken
 Network Traffic Analysis, pattern identification and
suggestions for improvement across FCI
 Network Utilization
 Network Device Status
 Network Uptime Statistics & Threshold violation
 Bandwidth utilization as measured at aggregation
point as well as on individual links

Quarterly Reports:
 Uptime, Downtime and performance report
 SLA compliance Report for the Quarter
 Manpower Attendance Report
 Hardware pool Report
 IT infrastructure Upgrade / Obsolescence Report
AMC

Incident Reports:
 Summary of all recorded Incidents (triggered through
video analytics) by type & status
 Detection of security vulnerability with the available
solutions / work arounds for Fixing
 Hacker attacks, Virus attacks, unauthorized access,
security threats, etc. – with root cause analysis and
plan to fix the problems
 Software license violations
D Network Monitoring System

Solution should provide fault & performance management of


the server-side infrastructure and should monitor IP\SNMP
enabled devices like (Routers, Switches, CCTV etc.).
Proposed Network Management shall also help monitor key
KPI metrics like availability, in order to measure SLA’s.
Following are key functionalities that are required which will
assist administrators to monitor network faults & performance

Page 112 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

# Minimum Specifications Compliance Cross


(Yes/No) Reference
degradations in order to reduce downtimes, increase
availability and take proactive actions to remediate & restore
network services.

1 The proposed solution must automatically discover


manageable elements connected to the infrastructure and
map the connectivity between them. Solution should provide
centralized monitoring console displaying network topology
map.
2 Proposed solution should provide customizable reporting
interface to create custom reports for collected data.
3 System shall be able to provide network bandwidth utilization
and availability report for required period.
4 The system must use advanced root-cause analysis
techniques and policy-based condition correlation technology
for comprehensive analysis of infrastructure faults, security
threats/attacks detections, etc.
5 The system should be able to send an alert to administrator
every time there is change in configuration on a CI.

E Server and Storage Management


1. The proposed tool should integrate with network
performance management system and support
operating system monitoring for various platforms
supplied as part of this Project.

2. The proposed tool must provide information about


availability and performance for target server and
storage nodes.

3. The proposed tool should be able to monitor various


operating system parameters such as processors,
memory, files, processes, file systems, etc. where
applicable.

The proposed system shall through alerts in case of RAM


over utilization, Over CPU utilization for physical as well as
virtual serves/VMs installed.

F Centralized Helpdesk & Ticketing System


1. Proposed solution should be certified and based on
latest ITIL-v3 framework.
2. Helpdesk system should provide incident
management, problem management templates along
with helpdesk SLA system for tracking SLA’s
pertaining to incident resolution time for priority / non-
priority incidents.
3. SLA compliance reports must capture all information’s
on automated basis with every instance of exception

Page 113 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

# Minimum Specifications Compliance Cross


(Yes/No) Reference
recorded with a detailed justification for audit
purposes.
4. System should also automatically create tickets based
on alarm type
5. System shall provision for creating manual tickets.
6. The proposed helpdesk solution must provide
flexibility of logging, viewing, updating and closing
incident via web interface for issues related to the
project.
G Facilities & Field Infrastructure Management

FMS (Facility Management & Support) services:

i. Service Desk and Service Management:


 The FMS resources deployed shall work in the form
of a Service desk. The service desk operations shall
be managed using the ITSM application.
 The service requests/ incidents shall be received and
recorded by the service desk and routed to the
respective FMS resources who shall take appropriate
actions to resolve the requests/ incidents.
 The FMS team shall prepare a workflow for each
type of service request/incidents being received from
users and submit to FCI for approval. An escalation
matrix shall be formulated for each type of service-
request/incident as part of the workflow.
 Subsequent to the approval of workflow, the same
shall be configured in the ITSM software and used to
handle the incoming service requests and incidents.

ii. Incident Management:

Detection: Incidents can be detected/reported to FMS team


by the following methods:

 Discovered by System Monitoring


 Reporting by FCI users.
 Reporting by other teams working for FCI.

Once an incident is detected/reported to the FMS Team, it


shall first be recorded in the
Service desk solution and routed according to the pre-defined
approved workflow for each
incident type. Appropriate action shall be taken by respective
FMS resources to resolve the
incidents as per the approved workflow.

iii. Notification and Escalation

The FMS team shall notify FCI of the incidents detected/


reported and co-ordinate for closure of the incidents.

The FMS team shall perform the following:


 Escalation of open incidents, as per the escalation
matrix until resolution of the same.

Page 114 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

# Minimum Specifications Compliance Cross


(Yes/No) Reference
 Case Tracking, Co-ordination & Follow-up
 Incident Analysis
 Closure of Incidents
 Reporting

For Critical incidents, the FMS team shall also perform root
cause analysis, mitigation steps
and coordinate implementation of controls to prevent
recurrence.

iv. System health monitoring & Performance management


 The FMS team shall perform continuous monitoring
of the network equipment and network activity for
their full-time availability and optimum performance.
 In case any performance bottlenecks are identified
by the FMS team, suitable rectification steps shall be
implemented after obtaining approval from FCI.
 The FMS team shall generate regular reports on
health and performance of security devices and
systems deployed as per FCI requirement.

v. Fault Management:

 In case of any fault/ degradation in the performance


of monitored assets (Equipment, Links and other
related infra), the FMS team shall analyze and report
the fault/ issue.
 In case the rectification requires escalation to
another team/ OEM or Service provider, the same
shall be communicated to the respective team and
co-ordinate with the team for further resolution of the
issue.

vi. Software updates, patch and release management:

 All the supplied solution software shall be provided


with updates and version upgrades as and when they
are released.
 The FMS team shall inform release of patches/
updates/ upgrades/ service packs as and when they
are available and implement according to the
direction from the FCI security division.
 For network equipment not supplied by the bidder,
the FMS team shall co-ordinate with respective team/
group for deploying the latest upgrades, updates,
patches and hotfixes as and when released by
respective OEMs.

vii. Reporting Services & Monitoring Tools

Reports shall be generated by the FMS Team on daily weekly


and monthly basis.

These reports shall detail out status of the following:


 Service requests received
 Incidents detected/reported

Page 115 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

# Minimum Specifications Compliance Cross


(Yes/No) Reference
 System health
 System performance
 Planned/ executed changes
 Backup
 Other details as required by FCI security department.

In addition to the scheduled reports, the FMS team shall be


responsible for generating OnDemand reports/ customized
reports, whenever required by FCI.

Help Desk-

 Streamlines the help desk ticket process


from request to resolution
 Includes fully customizable forms that are
easy to change to match your IT support
 Workflows
 Manages and tracks the full lifecycle of
hardware and software assets
 Supports self-resolution of issues with a
searchable knowledge base
 Affordable, per-seat pricing for technician
logins – no hidden costs for end-user logins
or managed IT assets
 Bidder should submit the reports on a regular
basis to FCI in a mutually decided format.
 Softcopy of these reports shall be delivered
automatically via email at specific frequency
and to the pre-decided list of recipients.
 Bidder should also submit certain information
as part of periodic review as and when
required by the FCI.

4.34 IOC/CCC Cum NOC infrastructure - Non-IT & interior requirements


The Successful Bidder should adhere to the min. specifications given below for Non-IT components. It
is essential that Fireproof and seismic vibrations proof material be used as far as possible, and
Certification from Fire Department be taken for Command Centres before Go-Live.

While the Purchaser will provide the outer shell of the Integrated Operations Center (IOC) Cum Network
Operations Center (NOC), the Successful Bidder needs to consider the following works with respect to
the interiors.

1. Civil and Architectural work

a. False Ceiling (at Command Centres)

 Providing and fixing metal false ceiling with powder coated 0.5mm thick hot dipped
galvanised steel tiles 595 x 595 mm with regular edge (10mm) suitable for 25mm grid
supported on suitable powder coated galvanised steel grid as per manufacturer
specification. The same shall be inclusive of cut outs for lighting, AC grills, Fire detectors,
nozzles, etc.

Page 116 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

 Providing and fixing 12 mm thick fire line Gypsum false ceiling and lighting troughs 300 mm
as per design including 100 mm high cornices as lighting pelmets on G.I. framework, in G.I.
vertical supports at every 450mm c/c and horizontal runners at every 900mm c/c self-taping
metal screws to proper line and level. The same shall be inclusive of making holes and
required framing for fixing electrical fixtures, A.C. grills etc. GI vertical supports to be
anchored to slab by means of anchor fasteners.

b. Furniture and Fixture & Room Design

 The scope of the Command Setup includes design; engineering, supply & installation of
24X7 mission critical Control Centre Interiors. As the Control room is a significant place, it
is imperative that it shall be designed properly in terms of Aesthetics, Ergonomics and
Functionality. Various aspects should be considered while designing Control Room area to
create ideal workplace, considering physiological aspects such as line of sight and field of
vision and cognitive factors such as concentration and perceptivity as per ISO 11064.

 The design of systems, equipment and facilities shall reflect human factors requirements
including the following:

○ Satisfactory environmental conditions for operator personnel. Including noise, air flow,
temperature and humidity, and precautionary measure under uncontrolled conditions
(like fire) beyond acceptable limits.

○ Adequate space for personnel and equipment for the movements and activities they
are required to perform during operation and maintenance, under both normal and
emergency conditions.

○ Adequate visual / auditory status information and other communication links between
personnel and equipment under normal and emergency conditions.

○ Adequate illumination for the performance of operation, control, maintenance, and


training.

○ The control room shall be built as per the criteria of “Human Factor Engineering” to
improvise the efficiency utilization of the operators and provide them Fatigue free
working environment.

○ Ergonomics: - International ergonomic norms of control room designs to be followed


i.e. ISO 11064.

○ Aesthetical appeal: - The entire control room must look Aesthetically appealing so that
whosoever is coming in the control room is impressed with the beauty and the users
remain associated to the facility/work area. Modular removable PU nosing: In the
control room the front edge of consoles is the component which comes in frequent
contact of the operator. The soft polyurethane edge is an ergonomic requirement as
per ISO 11064 (International norms for Control Room Ergonomics) and is meant to
prevent injury (accidental impact) to operator during emergency and it also reduces
the contact stress. In case of damage to this edge the desk design should permit quick
& easy replacement without taking any shutdowns or removal of the tabletops.
Extruded PU edging/PVC T-beading shall be deemed unacceptable.

○ Acoustic Requirements of Command Centre: Control room being dead zone in


acoustical terms, threshold should be lower than the normal. Use of Acoustics and
psychoacoustics measurements are must. Vendor to highlight the same in drawings.
Materials which define acoustics; it’s the detailing which ensures controlled
reverberations & resonances and reflections. Selection of fire retardant/rated material
is must.

Page 117 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

 Control desk shall be 100% modular and ergonomically designed with 25mm thick MDF
tabletop with high pressure scratch resistant Laminate (ANSI/NEMA LD3 certified). Under-
structure shall be made up of heavy-duty Extruded Vertical and Horizontal Aluminium
profiles of HE9WP grade.

 Wall panelling and Ceiling tiles must be a combination of perforated and non-perforated
tiles to have Sound absorption coefficient (NRC) value 0.30 per IS:8225-1987, ISO: 354-
1985 and ASTM 423-90.

 Acoustic flooring (shall reduce impact sound by 14dB (ISO 717-2)). It shall be a combination
of acoustic laminate and Corkment. The flooring material must be Greengard certified to
reduce health hazardous because of interior finishes.

 Workstation size of min. 18” depth made with 1.5mm thick laminate of standard make over
18mm thick commercial board complete with wooden beading including cutting holes &
fixing of cable manager etc. complete with French polish. Edges shall be factory post-
formed. The desk shall have the necessary drawers, keyboard trays, cabinets etc. along
with sliding / opening as per approved design with quality drawer slides, hinges, locks etc.

 Providing & making of storage unit with 18 mm thick MDF board along with 1.5 mm
approved laminate colour outside and 2 coat of enamel paint inside the storage of size
1'6"x1'6"x2'4". The same should be provided with all the required accessories including the
handle, lock, sliding channel and necessary hardware, etc. complete with French polish

 Cabin table of min. depth 2’ made with 1.5mm thick laminate of standard make over 19mm
thick commercial board complete with wooden beading including cutting holes & fixing of
cable manager etc. complete with French polish.

 Providing, making & fixing 6" high laminated strip using 1.5mm thick laminate over 10mm
thick commercial board on all vertical surface in the entire server & ancillary areas including
low height partition, brick wall, partition wall, cladding etc. complete with French polish in
all respect.

 Providing, making & fixing an enclosure for gas cylinder of Shutters and Partitions along
with wooden support and 18 mm thick MDF board along with 1.5 mm approved laminate
colour outside and 2 coat of enamel paint inside the shutter. The same should be provided
with all the required accessories including the handle, lock, loaded hinges, tower bolt and
necessary hardware etc. complete with French polish.

c. Partitions (wherever required as per approved drawing)

 Providing and fixing in position full height partition wall of 125 mm thick fire line gyp-board
partition using 12.5 mm thick double fire line gyp-board on both sides with GI steel metal
vertical stud frame of size 75 mm fixed in the floor and ceiling channels of 75 mm wide to
provide a strong partition. Glass wool insulation inside shall be provided as required. Fixing
is by self-tapping screw with vertical studs being at 610 mm intervals. The same should be
inclusive of making cut-outs for switch board, sockets, grill etc. It shall also include
preparing the surface smoothly and all as per manufacture’s specification etc. finally
finishing with one coat of approved brand of fire-resistant coating.

 With glazing including the framework of 4" x 2" powder coated aluminium section complete
(in areas like partition between server room & other auxiliary areas).

 Providing & fixing Fire Rated Wire Glass minimum 6 mm thick for all glazing in the partition
wall complete. (External windows not included in this).

 All doors should be minimum 1200 mm (4 ft.) wide.

Page 118 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

d. Painting

 Providing and applying Fire retardant paint of pre-approved make and shade to give an
even shade over a primer coat as per manufacturers’ recommendations after applying
painting putty to level and plumb and finishing with 2 coats of fire-retardant paint. Base
coating shall be as per manufacturer’s recommendation for coverage of paint.

 For all vertical Plain surface.

 For fire line gyp-board ceiling.

 Providing and laying POP punning over cement plaster in perfect line and level with
thickness of 10 - 12 mm including making good chases, grooves, edge banding, scaffolding
pockets etc.

 Applying approved fire-retardant coating on all vertical surfaces, furniture etc. as per
manufacturer's specification.

2. PVC Conduit

 The conduits for all systems shall be high impact rigid PVC heavy-duty type and shall
comply with I.E.E regulations for non-metallic conduit 1.6 mm thick as per IS 9537/1983.

 All sections of conduit and relevant boxes shall be properly cleaned and glued using
appropriate epoxy resin glue and the proper connecting pieces, like conduit fittings such as
Mild Steel and should be so installed that they can remain accessible for existing cable or
the installing of the additional cables.

 No conduit less than 20mm external diameter shall be used. Conduit runs shall be so
arranged that the cables connected to separate main circuits shall be enclosed in separate
conduits, and that all lead and return wire of each circuit shall be run to the same circuit.

 All conduits shall be smooth in bore, true in size and all ends where conduits are cut shall
be carefully made true and all sharp edges trimmed. All joints between lengths of conduit
or between conduit and fittings boxes shall be pushed firmly together and glued properly.

 Cables shall not be drawn into conduits until the conduit system is erected, firmly fixed and
cleaned out. Not more than two right angle bends or the equivalent shall be permitted
between draw and junction boxes. Bending radius shall comply with I.E.E regulations for
PVC pipes.

 Conduit concealed in the ceiling slab shall run parallel to walls and beams and conduit
concealed in the walls shall run vertical or horizontal.

 The chase in the wall required in the recessed conduit system shall be neatly made and
shall be of angle dimensions to permit the conduit to be fixed in the manner desired. Conduit
in chase shall be hold by steel hooks of approved design of 60cm center the chases shall
be filled up neatly after erection of conduit and brought to the original finish of the wall with
cement concrete mixture 1:3:6 using 6mm thick stone aggregate and coarse sand.

3. Wiring

 PVC insulated copper conductor cable shall be used for sub circuit runs from the distribution
boards to the points and shall be pulled into conduits. They shall be stranded copper conductors
with thermoplastic insulation of 650 / 1100 volts grade. Colour code for wiring shall be followed.

 Looping system of wring shall be used, wires shall not be jointed. No reduction of strands is
permitted at terminations.

Page 119 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

 Wherever wiring is run through trunking or raceways, the wires emerging from individual
distributions shall be bunched together with cable straps at required regular intervals.
Identification ferrules indication the circuit and D.B. number shall be used for sub main, sub
circuit wiring the ferrules shall be provided at both end of each sub main and sub-circuit.

 Where, single phase circuits are supplied from a three phase and a neutral distribution board,
no conduit shall contain wiring fed from more than one phase in any one room in the premises,
where all or part of the electrical load consists of lights, fans and/or other single phase current
consuming devices, all shall be connected to the same phase of the supply.

 Circuits fed from distinct sources of supply or from different distribution boards or M.C.B.s shall
not be bunched in one conduit. In large areas and other situations where the load is divided
between two or three phases, no two single-phase switches connected to difference phase
shall be mounted within two meters of each other.

 All splicing shall be done by means of terminal blocks or connectors and no twisting connection
between conductors shall be allowed.

 Metal clad sockets shall be of die cast non-corroding zinc alloy and deeply recessed contact
tubes. Visible scraping type earth terminal shall be provided. Socket shall have push on
protective cap.

 All power sockets shall be piano type with associate’s switch of same capacity. Switch and
socket shall be enclosed in a M. S. sheet steel enclosure with the operating knob projecting.
Entire assembly shall be suitable for wall mounting with Bakelite be connected on the live wire
and neutrals of each circuit shall be continuous everywhere having no fuse or switch installed
in the line excepting at the main panels and boards. Each power plug shall be connected to
each separate and individual circuit unless specified otherwise. The power wiring shall be kept
separate and distinct from lighting and fan wiring. Switch and socket for light and power shall
be separate units and not combined one.

 Balancing of circuits in three phases installed shall be arranged before installation is taken up.
Unless otherwise specified not more than ten light points shall be grouped on one circuit and
the load per circuit shall not exceed 1000 watts.

4. Earthing

All electrical components are to be earthen by connecting two earth tapes from the frame of the
component ring and will be connected via several earth electrodes. The cable arm will be earthen
through the cable glands. Earthling shall be in conformity with provision of rules 32, 61, 62, 67 & 68 of
Indian Electricity rules 1956 and as per IS-3043. The entire applicable IT infrastructure in the Control
Rooms shall be earthed.

 Earthing should be done for the entire power system and provisioning should be there to earth UPS
systems, Power distribution units, and AC units etc. so as to avoid a ground differential. State shall
provide the necessary space required to prepare the earthing pits.

 All metallic objects on the premises that are likely to be energized by electric currents should be
effectively grounded.

 The connection to the earth or the electrode system should have sufficient low resistance in the
range of 0 to 25 ohm to ensure prompt operation of respective protective devices in event of a
ground fault, to provide the required safety from an electric shock to personnel & protect the
equipment from voltage gradients which are likely to damage the equipment.

 Recommended levels for equipment grounding conductors should have very low impedance level
less than 0.25 ohm.

Page 120 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

 In case of a UPS and Transformer equipment, the Earth resistance shall be automatically measured
on an online basis at a pre-configured interval and corrective action should be initiated based on
the observation. The automatic Earthing measurements should be available on the UPS panel itself

 There should be enough space between data and power cabling and there should not be any cross
wiring of the two, in order to avoid any interference, or corruption of data.

 The earth connections shall be properly made.

 A complete copper mesh earthing grid needs to be installed for the server farm area; every rack
needs to be connected to this earthing grid. A separate earthing pit needs to be in place for this
copper mesh.

 Provide separate earthing pits for servers, UPS & other equipment as per the standards.

5. Cable Work

 Cable ducts should be of such dimension that the cables laid in it do not touch one another. If found
necessary, the cable shall be fixed with clamps on the walls of the duct. Cables shall be laid on the
walls/on the trays as required using suitable clamping/ fixing arrangement as required. Cables shall
be neatly arranged on the trays in such manner that a criss-crossing is avoided, and final take off
to switch gear is easily facilitated.

 All cables will be identified close to their termination point by cable number as per circuit schedule.
Cable numbers will be punched on 2mm thick aluminium strips and securely fastened to the. In
case of control cables all covers shall be identified by their wire numbers by means of PVC ferrules.
For trip circuit identification additional red ferrules are to be used only in the switch gear / control
panels, cables shall be supported so as to prevent appreciable sagging. In general distance
between supports shall not be greater than 600mm for horizontal run and 750mm for vertical run.

 Each section of the rising mains shall be provided with suitable wall straps so that same they can
be mounted on the wall.

 Whenever the rising mains pass through the floor, they shall be provided with a built-in fireproof
barrier so that this barrier restricts the spread of fire through the rising mains from one section to
the other adjacent section.

 Neoprene rubber gaskets shall be provided between the covers and channel to satisfy the operating
conditions imposed by temperature weathering, durability etc.

 Necessary earthling arrangement shall be made alongside the rising mains enclosure by Mean of
a GI strip of adequate size bolted to each section and shall be earthed at both ends. The rising
mains enclosure shall be bolted type.

 The space between data and power cabling should be as per standards and there should not be
any criss-cross wiring of the two, in order to avoid any interference, or corruption of data.

6. Fire Detection and Control Mechanism (at IOC Cum NOC & DC)

Fire can have disastrous consequences and affect operations of a Control Room. It is required that
there is early detection of fire for effective functioning of the Control Room.

System Description

 The Fire alarm system shall be an automatic 1-ton (e.g. 8) zone single loop addressable fire
detection and alarm system, utilizing conventional detection and alarm sounders.

Page 121 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

 Detection shall be by means of automatic heat and smoke detectors located throughout the Control
Room (ceiling, false floor, and other appropriate areas where fire can take place) with break glass
units on escape routes and exits.

Control and Indicating Component

 The control panel shall be a microprocessor based single loop addressable unit, designed, and
manufactured to the requirements of EN54 Part 2 for the control and indicating component and
EN54 Part 4 for the internal power supply.

 All controls of the system shall be via the control panel only.

 The system status shall be made available via panel mounted LEDs and a backlit 8-line x 40-
character alphanumeric liquid crystal display.

 All system controls and programming will be accessed via an alphanumeric keypad. The control
panel will incorporate form fill menu driven fields for data entry and retrieval.

 The system will include a detection verification feature. The user shall have the option to action a
time response to a fire condition. This time shall be programmable up to 10 minutes to allow for
investigation of the fire condition before activating alarm outputs. The operation of a manual call
point shall override any verify command.

Manual Controls

 Start sounders

 Silence sounders

 Reset system

 Cancel fault buzzer

 Display test

 Delay sounder operation

 Verify fire condition

 Disable loop

Smoke detectors

Smoke detectors shall be of the optical or ionisation type. Devices shall be compatible with the CIE
conforming to the requirements of EN54 Part 7 and be LPCB approved. The detectors shall have twin
LEDs to indicate the device has operated and shall fit a common addressable base.

 Heat detectors

 Heat detectors shall be of the fixed temperature (58° C), or rate of temperature rise type with a fixed
temperature operating point.

 Devices shall be compatible with the CIE conforming to the requirements of EN54 Part 5 and be
LPCB approved.

 The detectors shall have a single LED to indicate the device has operated and shall fit a common
addressable base.

Page 122 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Addressable detector bases

 All bases shall be compatible with the type of detector heads fitted and the control system
component used. Each base shall comprise all necessary electronics including a short circuit
isolator.

 The device shall be automatically addressed by the CIE on power up of the loop without the need
of the insertion of a pre-programmed EPROM or setting of DIL switches.

 Detector bases shall fit onto an industry standard conduit box.

Audible Alarms

Electronic sounders shall be coloured red with adjustable sound outputs and at least 3 sound signals.
The sounders should be suitable for operation with a 24V DC supply providing a sound output of at
least 100dBA at 1 meter and 75 dBA min, for a bed head or sounder base type device. The sounder
frequency shall be in the range of 500Hz to 1000Hz.

Commissioning

 The fire detection and alarm system will be programmable and configurable via an alpha numeric
keypad on the control panel.

7. High Sensitivity Smoke Detection System (at IOC Cum NOC & DC)

General – The HSSD system shall provide an early warning of fire in its incipient stage, analyse the
risk, and provide alarm and actions appropriate to the risk. The system shall include, but not be limited
to, a Display Control Panel, Detector Assembly, and the properly designed sampling pipe network. The
system component shall be supplied by the manufacturer or by its authorized distributor.

Regulatory Requirements

 National Electrical Code (NEC)

 Factory Mutual

 Local Authority having Jurisdiction

8. Access Control System

The Access Control System shall be deployed with the objective of allowing entry and exit to and from
the premises to authorized personnel only. The system deployed shall be based on Biometric
Technology. An access control system consisting of a central PC, intelligent controllers, power supplies
and all associated accessories is required to make a fully operational online access control system.
Access control shall be provided for doors. These doors shall be provided with electric locks and shall
operate on fail-safe principle. The lock shall remain unlocked in the event of a fire alarm or in the event
of a power failure. The fire alarm supplier shall make potential free contacts available for releasing the
locks in a fire condition especially for staircase and main doors. Entry to the restricted area shall be by
showing a proximity card near the reader and exit shall be using a push button installed in the secure
area. The system shall monitor the status of the doors through magnetic reed contacts. The system
should be designed and implemented to provide following functionality:

 Controlled Entries to defined access points

 Controlled exits from defined access points

 Controlled entries and exits for visitors

Page 123 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

 Configurable system for user defined access policy for each access point

 Record, report, and archive each and every activity (permission granted and / or rejected) for each
access point.

 User defined reporting and log formats

 Fail safe operation in case of no-power condition and abnormal condition such as fire, theft,
intrusion, loss of access control, etc.

 Day, Date, Time, and duration-based access rights should be user configurable for each access
point and for each user.

 One user can have different policy / access rights for different access points.

9. Rodent Repellent (at IOC Cum NOC & DC)

The entry of Rodents and other unwanted pests shall be controlled using non-chemical, non-toxic
devices. Ultrasonic pest repellents shall be provided in the false flooring and ceiling to repel the pests
without killing them. However periodic pest control using Chemical spray can be done once in 3 months
as a contingency measure to effectively fight the pest menace.

 Configuration : Master console with necessary transducer

 Operating Frequency : Above 20 KHz (Variable)

 Sound Output : 50 dB to 110 dB (at 1 meter)

 Power output : 800 mW per transducer

 Power consumption : : 15 W approximately

 Power Supply : 230 V AC 50 Hz

 Mounting : Wall / Table M

4.34.1 Control / Consoles Desk

Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
1. Overview of Control/Console Desk
Requirement of the project is state of the art console
system. Space age, futuristic and ahead of time is a
1.1.
mandatory requirement of the console system in terms of
aesthetics, ergonomics, and functionality.
The entire desk should be free from any sharp edge as
1.2.
per standard HSE norms.
The desk can be accessed from front and back openable
1.3.
shutters. The cabinet of desk shall be flexible and

Page 124 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
capable of mounting generally used control room
equipment’s. Supplier to provide drawing for the same.
The desk shall have / ensure sufficient knee & foot space
1.4.
as per latest Ergonomic Norms of ISO 11064.
Tabletop front end should be injection molded
polyurethane edge (minimum 55mm in depth) on the
profiled wooden core and must not be inserted or glued.
1.5.
Consoles must be of modular design, facilitating future
equipment retrofits and full reconfigurations without
requiring any major modification to the structure.
An edge slope and radius spread the weight over a larger
1.6.
surface. Enhancing end user comfort.
Consoles must be of modular design, facilitating future
equipment retrofits and full reconfigurations without
1.7.
requiring any major modification to the structure or
exterior elements
2. Mandatory Requirement
The project demands for a contemporary, visually light
and ergonomically designed 24x7 desking solution.
2.1.
Traditional bulky box type control desk should not be
quoted.
3. Submittal
Certificate for ISO 9001-2015 quality certification as a
3.1. proof of quality system implementation in Manufacturing
processes
Certificate for OHSAS 18001 for Occupational Health and
3.2.
Safety.
4. Quality Criteria: -
To ensure uniformity, consistency & quality in final
product the desk manufacturer should have In-house
4.1.
Powder Coating Plant, metal manufacturing and wood
processing plant.
5. Equipment Mounting
The control desk shall house computer equipment's,
5.1. HMIs, Ethernet switches, Rack mounted equipment's,
Power Distribution Unit. The CPUs shall be mounted on

Page 125 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
Slide out metallic CPU trays (mounted on Heavy duty
slides) for ease in maintenance.
6. Structure
Made of heavy duty Extruded Vertical and Horizontal
Aluminum pro-files of HE9WP grade. The Extrusions
6.1.
shall be duly powder coated with 40+ micron over all
surfaces.
All sheet metal parts must be finished with a durable,
6.2. black, electro-static powder coating with average
application of 60-90 microns over all surfaces.
The supplier to perform following tests during inspection:
-
6.3. a. Adhesion test: ISO 2409
b. Impact test: ASTM D 2794: 40kg
c. Scratch test: IS 101-1964
To allow future extension and expansion; a weld free
6.4. system to be proposed. Interconnecting joints should not
be visible.
The consoles design shall be suitable for areas of
Seismic zone 4 or better. Bidder to provide Seismic Test
6.5. Report from government ap-proved research
laboratory/facilities to be submitted along with the
technical bid.
7. Shutters & Side Legs
Front, back shutters shall be of 18 mm Laminated MDF
Board with premium finish. Side leg shall be of 25mm of
7.1.
the same finish. Hinges shall have lifetime warranty.
Entire console to be RoHS certified.
8. Monitor Arms/Arrays and Attachments
Die cast mounted Aluminum arm; fixed firmly on MS
8.1.
Pole.
Monitor and Functional holder shall guarantee optimum
viewing distance. All ergonomic aspects shall be
considered. It shall be capable for mounting all type of
8.2. LCD display with Dimensions between 17” to 27” using
suitable adopter/additional base plate for complying
VESA standards 75 x 75, 100 x 100, 200 x 100 &
200x200 mm.

Page 126 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
For configuration of working position, it shall allow the
8.3. technical staff to rotate/ tilt/ raise/the monitors as well as
fix their adjustment in a quick and easy manner
The Monitor and functional holder shall bear the weight of
the mounted Monitors; hold the monitors firmly without
8.4.
shaking. Max load for monitor shall be 5kgs for single &
dual tier arrangements.
Modular rear walls shall be made of heavy-duty extruded
aluminum profile with better aesthetic appeal; allowing for
8.5.
various viewing levels and privacy. Conventional office
type slat wall shall not be accepted.
Modular walls shall be made of approx. 2mm thick
8.6.
Extruded Aluminum
Shall be designed in such a way that no joints or gaps
8.7.
are visible in the entire width of the console.
8.8. Load bearing capacity shall be min 30 kg per meter
It should have linear slots running throughout the length
8.9. to accept modular components (slat wall mounting
system, telephone arms, pen holders, paper holders).
No screws should be visible when joining table-top to the
8.10. Slat wall and on the top of the slat wall. OEM to produce
sample before commencing the manufacturing activities.
8.11. No buckling when arms are fully extended
Modular walls shall be made of approx. 2mm thick
8.12.
Extruded Aluminum (HE9WP aluminum alloy).
9. Electricals
Each console shall be equipped with individual power
distribution unit. The Electrical power distribution unit
shall be capable of being switched on/off and provide
9.1.
safe supply to all the consuming equipment individually.
The console should be electrically earthed for all the
body part which are conductive.
Power supply socket should be dual type i.e., Universal
9.2.
type.
Rear vertical mounting with powder coated CRCA body
9.3. having universal sockets with Inbuilt 16A single pole
MCB.

Page 127 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
10. Cable Routing Arrangement
Designed with vertical and horizontal cable trays to allow
for continuous cable management between the cabinets.
10.1.
The design of console shall allow cable run, from the
floor hollow channel.
11. Cooling
Rear shutters of each console should have provision of
11.1.
Airflow opening for cooling and heat dissipation effect.
Rear panel/door-mounted ventilation fans (optional).
Ventilation fans shall have the following properties:
a. Fans must be available for mounting on the
doors. The individual situation may dictate a
change in the ventilation requirements.
b. Axial fans should be aerodynamically shaped
11.2. with metal construction and metal blades for
longer life
c. Can operate in -10deg to +55 deg
d. Noise level should be below 50dB
e. Air flow should be approx. 105 CFM
f. Screws shall not be visible on the front metal
plate where the fan shall be mounted.
12. Illumination
Service light should be provided inside the cabinet
12.1. enclosure for maintenance of equipment with provision of
manual on/off switch.
The illumination of service lights shall be such as not to
12.2. interfere with the vision of the operator sitting in front of
the console.
Connections on the door switch must be covered to avoid
12.3.
accidental contact with live wires.
13. Hardware
All bolts must be of SS material to avoid rust due to
13.1.
environment.
14. Accessories
Supplier to demonstrate the following attachments in BID,
to quote unit price of each if not asked 3 sets of printed
14.1.
catalogues to be submitted for attachments.
g. Articulating monitor Arm,

Page 128 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Compliance Cross
# Parameter Minimum Specifications
(Yes/No) Reference
h. Telephone arm
i. Key board tray
j. File storage
k. Telephone holder

Page 129 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

5 Tentative list of existing Surveillance System Details

Note: The below provided details of existing surveillance system are tentative and intended for general reference. Bidders are encouraged to visit the Depot(s)
to assess the current state of the surveillance system and gather information necessary for accurate bid estimation.

To arrange a site visit, bidders must seek prior approval by following the process outlined in Section Clause 5.41 of RFP Volume - 1. This process ensures
coordinated and orderly site visits.

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
1 EAST WEST CHHARRAH 31 Bullet CP Plus (CP-USC- 2 LG(32LH564A) 2 CP Plus 16 1 EATON 2016
BENGAL Camera TA13FR6-2713) Channel (CP- 3KVA(EATON
UVR-1601E1-HC) 9145)
(Temporarily
out of order
needs to
repair)
2 EAST WEST CSD DABGRAM 16 15- NEOS- NEOS 2MP 4MM IP- 1 AOC-E2260SW 1 CP PLUS 16 CH Not UPS BACKUP 2022
BENGAL IBN12 01- BULLET Camera and (NVR-4K2161.V2) Applicabl PROVODED
NEOS- NEOS 2MP 2.8MM IP 21030121730007 e FROM
IDN12 DOME Camera 01 GENERATOR
AFTER
POWER
SUPPLY OFF
3 EAST JHARKHAND ED 13004 18 BULLET CP PLUS / CP UVC- 2 LG company/ 2 CP PLUS / CP- 1 EATON / Long 22/11/2016
[RANCHI] CAMERA TA21FL3 32MN58N UVR-1601J Back Up UPS
4 EAST WEST EF25001 21 BULLET CP-UVC-TA21FL3 2 LG 2 CP-UVR-1601J 1 LONOBACKU 16/01/2016
BENGAL [BERHAMPUR] (16 CH) P UPS 2KVA
{A1}
5 EAST BIHAR FCI FSD BELOURI 9 CP IP CP PLUS 2 INTEX, HIK 2 CP PLUS 1 Microtek & HB 16/11/2016
Cameras VISION 1125
6 EAST ODISHA FCI FSD HIRAKUD 14 Bullet CP plus 1 SAMSUNG 1 CP plus Not NA 01/04/2014
camera Applicabl
e
7 EAST BIHAR FCI, FSD KATIHAR 10 DVR & NVR CPIP CAMERA 2016 2 HP & ACER ( 1 2016 2 EXIDE 16/11/2016
2016) TUBULAR
2021
8 EAST BIHAR FCI,FSD,KATARI 30 Digital CP Plus, LG 1 LG LED TV 2 CP Plus Not NA 2016
HILL, GAYA Applicabl
e

Page 130 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
9 EAST WEST FSD ABDARPUR 59 BULLET CP-PLUS(CP-USC- 4 CAIRTEK V- 4 CP-PLUS- 1 ETN- 2016
BENGAL CAMERA-31 TA24L-0360, DS- SUNPLUS(VSP3 Channel(CP- 1KVA(914530
, DOME 2CE1ACOT-IRP/ECO 2HSS01) UVR-1601E) 00n_XI)
CAMERA-28
10 EAST WEST FSD ADRA 99 Bullet CP PLUS((CP-UVC- 5 LG (32MN58H) 7 CP Plus 16 3 EATON(ETN/ 2016
BENGAL TA21FL6) Channel (CP- 91453000in-
UVR-1601J) XL
11 EAST ODISHA FSD ANGUL 16 IP CP Plus 1 LG 1 CP PLUS Model- 1 Exide- 27/10/2021
32LK526BPTA CP-UVR-1601E1- 1050VA
HC
12 EAST WEST FSD 9 Bullet CP PLUS HDCVI 1 LG 32MN58H- 1 CP PLUS-16 2 EATON-2KVA 29/12/2016
BENGAL ASHOKNAGAR Camera BULLET CAMERA P(610NTDV3S02 CHANNEL (CP- (LONG
6) UVR-1601J) BACKUP
UPS)
13 EAST WEST FSD BABURHAT 11 Bullet CP PLUS 1 LG (32MN58H) 1 CP PLUS-DVR Not 0 2016
BENGAL Camera Applicabl
e
14 EAST WEST FSD- 19 Bullet CP PLUS Bullet IR 2 LG 32" 2 CP Plus-16 2 E.T.N. / LONG 2016
BENGAL BALARAMPUR Night Vision 2.4 Mpxl Channel (CP- BACKUP UPS
UVR-1601J), 2KVA
CP Plus-08
Channel (CP-
UVR-0801E1-
CV2)
15 EAST ODISHA FSD BALIJHARI 16 BULLET CP PLUS 1 LG/32MN58HP 1 CP PLUS/CP- 2 EATON/96314 2016
UVR-1601E1-H 600/548/9631
4300827
16 EAST WEST FSD 35 BULLET CPPLUS 2MP 3 LG32 3 CP PLUS 16Ch 3 ONLINE UPS 2017
BENGAL BHATJUNGLA CAMERA - BULLET CAMERA- INCH.TV32MN58 VIDEO 5 KVS
35 UVC-TA21F1G H RECODER CP- Longback up
UVR-1601J ups 2KVA
17 EAST WEST FSD BIKNA 31 Bullet CP PLUS (CP-UVC- 3 LG (32MN58H) 3 CP Plus-16 3 EATON( 2016
BENGAL Camera TA21FL6) Channel (CP- E.T.N/914530
UVR-1601J) 00in-XL)
18 EAST BIHAR FSD CHANPATIA 8 Bullet CP Plus (CP- URC- 1 DELL(D1918II0) 1 CP PLUS- 1 Microteck JM 21/01/2015
Camera HD TC24PL2) 8CHANNEL ( CP- SW 4000
DPS-MD200)
19 EAST WEST FSD CHINSURAH 11 Analog IR CP Plus 1 LG 32 INCH LCD 1 CP PLUS (CP- 2 LONG BACK 12/02/2016
BENGAL vari focal (32MN58H) UVR-1601J) UP UPS 2
camera KVA
20 EAST JHARKHAND FSD 12 01 PTZ DAHUA 2MP Network 1 HAIER 1 Dahua 16 1 Microtek- 22/09/2021
DALTONGANJ Camera & 11 PTZ Camera(DH- (LE32W2000/202 Channel NVR 200watt (i-
Bullet SD59225U-HIN) & 0) (DHI-NVR4216- MAXX
Camera DAHUA 4mp IP Bullet 4KS2/L) 5.5KVA/192V)

Page 131 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
Camera(20mtr)
(HFW-14B0SP-
L(HFW1330S1P-S4)

21 EAST WEST FSD DANKUNI 37 Bullet CP Plus/CP-UVC- 2 LG/32LQ571CBS 2 CP-Plus/CP- 1 91453000in- 2017
BENGAL cameras TA21FLB, CP-VCG- A, 32MN58H UVR1601E1-IC XL
ST20FL5-J, CP-
URCTC24PL2-V3
22 EAST BIHAR FSD DARBHANGA 8 IP -analog CP plus 1 HP 1 CP plus Not Na 18/11/2016
Applicabl
e
23 EAST JHARKHAND FSD DHANBAD 13 IP network HIK VISION, 4MP IP 1 HLBS/20M39H, 1 HIK VISION, 1 Microtek 1 01/12/2023
camera 4 MP bullet DS_2CD 1043 13 inch NVR16CHDS, KVA/MTKUY1
bullet. Go-I 7616NI-k2 K
24 EAST ODISHA FSD DHENKANAL 20 Bullet CP PLUS HDCVI 2 LG/32MN58H 2 CP PLUS 1 EXIDE(HX00- 2017
Camera MAGIC 1050)
25 EAST ODISHA FSD 33 BULLET CP Plus Bullet 2 Monitor 32" LED 3 CP -UVR - 1 Delta UPS N 18/01/2024
DUNGURIPALI AND DOME Cameras-32 & CP Monitor resolution 1601E1HC , CP- Series, Single
CAMERAS Plus Dome Camera- 1920*1080(Zebro UVR EV Phase 3 KVA
01 nics & 16011E1C1C (2
Consistent) DVR ) 16 Channel
& 1 NVR -CP Plus
(4 Channel)
26 EAST WEST FSD DURGAPUR 37 HD CAMERA CP PLUS HD CVI 3 LG 32MN58H 3 CP PLUS CP- 1 EATON 9145 28/01/2017
BENGAL CAMERA UVR 1601E1-HC
27 EAST BIHAR FSD GAYA 30 29 DOME 1 CP PLUS(CP-VAC- 2 LG/HP 2 CP PLUS Not NA 2015-16
BULLET T24R5-V5) /LG(32 Applicabl
LP360H-TA) e
28 EAST JHARKHAND FSD GUMLA 12 BULLET Bullet camera HD 1 DHI-LM22- 1 16 CH-DX- Not N/A 12/11/2016
CAMERA DH-HAC- B200S, LED XVR4B16H-1, Applicabl AND
HFW1220SP" -5 MODEL,DAHUA DAHUA e 2023
pieces , CP plus CP-V TECHNOLOGY TECHNOLOGY
AC-T24PL2-V3 -
7pieces
29 EAST ODISHA FSD 28 BULLET CP Plus(CP USC- 2 LG 2 (CP-UVR- Not NA 2016
JAGANNATHPUR CAMERAS TA24L2) 1601E1-IC) & Applicabl
(CP-UVR- e
1601E1-HC)
30 EAST JHARKHAND FSD 19 BULLET CP PLUS/CP-USC- 1 DAHUA 1 DAHUA 2 EATON 07 Old
JAMSHEDPUR CAMERA TA-24L2-0360(OLD) TECHNOLOGY/ TECHNOLOGY/ LONGBACKU Camera
& DAHUA DH-HAC- DHI-LM22-B200S DH-XVR5232AN- P UPS 2KVA installed on
HFW1220SP (NEW) 13 & 14.11.2016
Microtek/MTK & 12 New
UY1K Camera

Page 132 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
Installed on
09.11.2023
.

31 EAST JHARKHAND FSD JASIDIH 15 BULLET CP PLUS CP GTC 1 AOC 21.5 1 CP PLUS-16 1 ACPL-HF- 22/12/2014
CAMERA T10L2C-V3 LM00027 CHANNEL (CP- IGBT-3000
UVR-1601E1-IC)

Page 133 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
32 EAST WEST FSD JJP 50 Analog ANALOG DS- 4 AOC, LG 4 DS-7A16HQHIK1, Not N.A. 2012, 2020
BENGAL Cameras - 39 2CE1ADOT DS-7A16HQHIK1, Applicabl & 2023
& IP IP\ECO(HIKVISION- CP-UVR-15Q1E1- e
Cameras- 11 3.6mm ANALOG DS- V4, CP-UVR-
2CE1ADOT 1601E1-IC
IP\ECO(HIKVISION-
3.6mm ANALOG OE-
CLHB1R2FP (W-
BOX-3.6mm)
ANALOG OE-
CLHB1R2FP (W-
BOX-3.6mm)
ANALOG OE-
CLHB1R2FP (W-
BOX-3.6mm)
ANALOG LG(OLD
CAM) ANALOG GB-
33-B142F6F(LG-OLD
CAM) IP CAM CP-
USC-TA21TL3-Y-
0360(CP PLUS)
ANALOG DH-HAC-
D1A21P (DAHUA)
ANALOG DS-
2CE1ADOT
IP\ECO(HIKVISION-
3.6mm ANALOG DS-
2CE1ADOT
IP\ECO(HIKVISION-
3.6mm ANALOG GB-
33-B142V2810D
ANALOG OE-
CLHB1R2FP (W-
BOX-3.6mm ANALOG
CP-USC-TA13L2-
0360(CP PLUS) IP
CAM DS-
2CD1023GOE-
I(HIKVISION-4mm)
ANALOG OE-
CLHB1R2FP (W-
BOX-3.6mm)
ANALOG LCU5300R-
BP(LG) ANALOG DS-
2CE1ADOT

Page 134 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
IP\ECO(HIKVISION-
3.6mm ANALOG OE-
CLHB1R2FP (W-
BOX-3.6mm)
ANALOG DS-
2CE1ADOT IP\ECO
(HIKVISION-3.6mm
ANALOG OE-
CLHB1R2FP (W-
BOX-3.6mm)
ANALOG DS-
2CE1ADOT
IP\ECO(HIKVISION-
3.6mm ANALOG DS-
2CE1ADOT
IP\ECO(HIKVISION-
3.6mm IP CAM DS-
2CD1023GOE-
I(HIKVISION-4mm) IP
CAM DS-
2CD1023GOE-
I(HIKVISION-4mm
ANALOG LG (OLD
CAM) ANALOG LG
(OLD CAM) IP CAM
DS-2CD1023GOE-
I(HIKVISION-4mm) IP
CAM DS-
2CD1023GOE-
I(HIKVISION-4mm)
ANALOG LCU5300R-
BP(LG) ANALOG OE
CVHD2R2FPN(W-
BOX) ANALOG DS-
2CE1ADOT
IP\ECO(HIKVISION-
3.6mm ANALOG CP-
USC-TA13L2-
0360(CP PLUS)
ANALOG OE-
CLHB1R2FP (W-
BOX-3.6mm)
ANALOG DS-
2CE1ADOT
IP\ECO(HIKVISION-

Page 135 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
3.6mm ANALOG
LG(OLD CAM
ANALOG OE-
CLHB1R2FP (W-
BOX-3.6mm ANALOG
DS-2CE1ADOT
IP\ECO(HIKVISION-
3.6mm ANALOG DS-
2CE1ADOT
IP\ECO(HIKVISION-
3.6mm ANALOG DS-
2CE1ADOT
IP\ECO(HIKVISION-
3.6mm ANALOG OE-
CLHB1R2FP (W-
BOX-3.6mm)
ANALOG DS
2CE1ADOT
IP\ECO(HIKVISION-
3.6mm IP CAM CP-
UNC-TA21PL3-Y-
0360(CPPLUS-
3.6mm IP CAM CP-
UNC-TA21PL3-Y-
0360(CPPLUS-
3.6mm IP CAM CP-
UNC-TA21PL3-Y-
0360(CPPLUS-
3.6mm IP CAM CP-
UNC-TA21PL3-Y-
0360(CPPLUS-
3.6mm ANALOG OE
CVHD2R2FPN(W-
BOX-3.6mm) IP CP-
UNC-TA21PL3-Y-
0360(CPPLUS-
3.6mm ANALOG LG
(OLD CAM) ANALOG
LCU5300R-BP(LG)

Page 136 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
33 EAST WEST FSD KALYANI 177 CP PLUS CP PLUS 2MP 5 LG 32 INCH TV 10 CP PLUS 16 INCH 5 ONLINE UPS 2017
BENGAL 2MP BULLET CAMERA VIDEORECORDE 5 KVA
BULLET R
CAMERA
34 EAST ODISHA FSD 29 Bullet HIK VISION & CP 2 LG 32MN58H 2 CP-UVR1601E1- 1 UPS(V2)(Q2) 2016
KHURDAROAD Camera PLUS &EWIT H
35 EAST WEST FSD MIDNAPORE 27 Bullet Dahua CP-GTC- 1 LG, 32LP360H- 1 CP Plus, CP- Not NA 2015
BENGAL camera T13L2 1.3 HD IR TA UVR-3201E2-H, Applicabl
Bullet camera 32 channel e
36 EAST ODISHA FSD 20 Bullet CP PLUS, CP-USC- 2 Del & Acer 2 CP-UVR-1601E1- 1 Exide, 01/01/2017
NABARANGPUR Camera 2.0 TA2412-0360 and CP- HC MAGIC12V
MP URC-TC24PL2-V3- 1125VA
0360 and CP-UVC-
TA21FL6
37 EAST BIHAR FSD NARAINPUR 16 BULLET CP PLUS 1 LG 1 CP PLUS 1 ZEBION 2015
ANANT (405NDHBBD353
)
38 EAST BIHAR FSD NRPA 16 BULLET CP PLUS 1 LG 3 CP-PLUS 16 1 ZEBION 2015
CAMERA (405NDHBBD353 CHANNEL(2) &
) CP-PLUS 8
CHANNEL (1)
39 EAST ODISHA FSD PHULBANI 14 Bullet CP PLUS 1 Frontech 1 CP PLUS - 16 2 E.T.N- 2 KVA( 2016
LONG
BACKUP)
40 EAST BIHAR FSD NIL NIL NIL NIL NIL NIL NIL NIL NIL 19/06/2023
PHULWARISHARI
F
41 EAST WEST FSD RAIGANJ 11 Hikvision-3 & Hikvision & CP Plus 1 LG 1 CP Plus 2 EATON 2017
BENGAL CP Plus -8
42 EAST JHARKHAND FSD RANCHI 18 Bullet CP PLUS 2 32MN58H 2 CP-UVR-1501J 1 LONGBACKU 22/11/2016
Camera P UPS 1KB
43 EAST WEST FSD RANGPO 21 Bullet CP PLUS (CP-VCG- 2 LG(32MN58H) 2 CP Plus-16 2 ETON(LONG 31/01/2017
BENGAL Cameras ST20FL5-J) Channel (CP- BACKUP
UVR-1601J;CP- 2KVA)
UVR-1601E1-HC)
44 EAST ODISHA FSD RAYAGADA 18 Analog IR CP PLUS (CP-UVR- 2 LG-32MN58H 2 CP-UVR-1601-J 2 LONGBACKU 01/01/2017
Varifocal 1601-S) P-UPS-2KVA
Bullet
Camera
45 EAST ODISHA FSD ROURKELA 20 CP PLUS (CP-USC-TA24L2- 2 Model No : 2 Model : CP-UVR- 1 MICROTEK 01/04/2019
0360) 32MN58H 1601E1-IC 1050 12V SW
46 EAST ODISHA FSD RUPSA 16 ANALOG CP PLUS 1 LG(32LM576BPT 1 CP PLUS(CP- 1 EXIDE(SAP 2017
BULLET C/2022) UVR-1601E1-HC) CODE-HX00-
MAGIC1050

Page 137 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
47 EAST WEST FSD 19 BULLET CP Plus / CP-UVC- 2 LG / 32MN58H 2 CP PLUS / CP- 5 E.T.N. / 28/01/2017
BENGAL SITARAMPUR TA21FL6 UVR-1601J LONGBACKU
P UPS 2KVA +
LONGBACKU
P UPS 1KVA +
AURORA
1KVA
48 EAST ODISHA FSD UMERI 12 Bullet CP PLUS 1 Frontech 20 inch 1 CP PLUS 1 Zebronics 22/02/2021
camera CPUSCTA24L2
49 EAST WEST FSD, CHHARRAH 31 BULLET CP PLUS ( CP-USC- 2 LG (32LH564A) 2 CP PLUS 16 1 EATON 18/02/2017
BENGAL CAMERA TA13FR6-2713) CHANNEL (CP- (EATON
UVR-1601E1-HC) 9145)
50 EAST ODISHA FSD, FCI, 12 BULLET ANALOG IR VARI- 1 LG 1 CP-UVR-1601E1- 1 MICROTEK 26/12/2016
KEONJHAR CAMERAS FOCAL BULLET 32LM560BPTC HC HB 1075
CAMERAS
51 EAST BIHAR FSD, JAYNAGAR 12 IP/Analog CP Plus 1 ACER 1 CP Plus Not NIl 28/11/2016
Applicabl
e
52 EAST WEST FSD, 49 Bullet CP PLUS 4 Philips 32 inch 4 CP PLUS-16 2 EATON(KTS0 2016
BENGAL MANGALBARI Camera Channel (CP 935)
UVR)
53 EAST WEST FSD-BUNIADPUR 27 Analog IR CP PLUS 2MP 2 LG 32" LED 2 CP PLUS DVR & 1 ETN 9145 & 19/01/2017
BENGAL Vari-Focal COSMIC VF IR Monitor resolution CP 91453000in-
Bullet BULLET CAMERA 1920*1080 & UVR1601E1HC XL
Camera 32MN58H
54 EAST BIHAR FSD-MOKAMA 31 IP BULLET EMPIRO 2 INTEX & SONY 2 EMPIRO & CP Not Not Available 14/01/2017
CAMERAS PLUS Applicabl
e
55 EAST WEST OJM NIL NIL NIL NIL NIL NIL NIL NIL NIL NIL
BENGAL
56 EAST ODISHA PARLAKAMUNDI 16 Bullet Cp plus 1 LED Acers 1 DVR Cp plus 2 1KVA 2016
DEPOT camera
57 EAST WEST SERAMPORE 13 Bullet Analog IR Vari-Focal 1 LG 32MN58H 1 CP-UVR-1601E1- 2 LONGBACKU 2017
BENGAL Bullet Camera S P UPS 2KVA
58 NORT PUNJAB ADAMPUR 9 Analog Sparsh 1 32'' MONITOR 1 16 CH DVR Sprsh 1 Numeric 13/02/2017
H camera SAMSUNG Microtek
59 NORT PUNJAB AHMEDGARH 15 HD CAMERA HG VISION , AHD 24 1 LG 2016 1 YEAR-FEB 2023 , 1 NUMERIC 22/12/2017
H IR MODEL- NOT
AVAILABLE
60 NORT PUNJAB AMLOH 11 Bullet type Sparsh 1 LG 1 SPARSH 1 NUMERIC 2017
H
61 NORT UTTRAKHAN BARABANKI PH2 26 bullet sparsh vf 2 LG 2 sparsh sparsh sr 2 numaric 30/04/2017
H D camera hdmm0161001-h

Page 138 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
62 NORT RAJASTHAN BARMER 16 Bullet SPARSH (SC- 1 INTEX (80CM 1 SPARSH (SR- 1 Microtek(2.5 06/03/2017
H Camera AP320BP-R34) LED3210) TP1604F202-GH) KVA, Model-
MTK34B3KS)
63 NORT PUNJAB BATALA-II 13 NA SPARSH 2016 1 LG 2016 1 SPARSH 2016 1 NUMERICA 01/04/2016
H 2016
64 NORT HARYANA BAWANI KHERA 9 ANALOG SPARSH 1 INTEX (LED - 1 TP-1604F202- 1 NUMERIC- 11/03/2017
H CCTV 3210) GH/SRTP64F224 DIGITAL 1000
CAMERA 41069KT HR-V
65 NORT HARYANA BG DHAND 16 CP Plus CP Plus 1 LG 1 CP Plus 1 Microtek 01/06/2017
H
66 NORT HARYANA BG 30 Lite crop lcb- Lite crop NA Not available 1 DAHUA/4232- Not Not available 17/01/2024
H KURUKSHETRA cc-45 4mp ip 4ks2 Applicabl
camera e
67 NORT PUNJAB BG MALOUT 20 BULLET CP PLUS (CP-VAC- 1 SAMSUNG/ 2 CP PLUS/ CP- Not NA 2013
H (NF16009) T24PL2-V3); HIK SD75LED316 UVR-1601E1-HC ; Applicabl
VISION (DS-2 CE HIK VISION/ DS- e
1AD0T-IRPF); 7A04HQHI-K1
DAHUA (DH-HAC-
HFW1100RP)
68 NORT HARYANA BG NARWANA 16 15 digital and CP Plus 1 Texla 1 CP PLUS 1 MICROTECH 2011
H 1 analog
69 NORT HARYANA BG PANIPAT 31 Analogue Sparsh & Analogue 3 LG 3 SPARSH- 2 SPARSH- 20/04/2017
H HD Camera 3270INTWGAQ2 ,SRTP64F224413 1000
17,LG3270INTJJ 66KT,SRTP64F22 DIGITALHR-V
AQ220,INTEX32 274563LT,SRTP6
08890295612030 4F22441052KT
70 NORT HARYANA BG PANIPAT LAB 1 ANALOGUE SPARSH & 3 LG 32- 3 SPARSH- 1 SPARSH- 11/11/2020
H ANALOGUE HD 70INTWGAQ217, SRTP64F222745 1000
CAMERA 70INTJJAQ220,I 63LT DIGITALHR-V
NTEX-3208
890295612030
71 NORT PUNJAB BG TANDA 17 Bullet Hikvision 1 HP / v185e 2 Hikvision DS 1 APC/SRV2KU 01/12/2013
H camera 2CD10 23 GDE-I XI-IN
72 NORT PUNJAB BHADAUR 12 12 SPARSH 1 LG 1 SPARSH 1 NUMERIC 12/04/2017
H
73 NORT PUNJAB BHAGTANWALA 13 FOCAL SPARSH/SCAP320B 1 INTEX (LED- 1 Sparsh(SR- 1 Numeric(Digit 02/03/2017
H BULLET PR34 3210) TR1604F202-GH) al 1000 HR-V)
CAMERA
74 NORT PUNJAB BHARARIWAL 16 Analog Spersh bullet 1 LG 1 SPARSH 1 Numeric 18/04/2017
H
75 NORT PUNJAB BUFFER 35 CCTV SPARSH 3 KARBONN 3 SPARSH 3 NUMERIC/MI 15/05/2017
H COMPLEX DHURI camera CROTEK

Page 139 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
76 NORT PUNJAB BUFFER 41 BULLET Sparsh/SCAP320BP- 3 32" LG 3 SPRASH / 3 Numeric / 20/06/2017
H COMPLEX CAMERA R34 /32MN58H SRTP64F229568 Digital
PATIALA BS, 1000HR-V
SRTP64F229569
BS,
SRTP64F222745
84LT
77 NORT HARYANA BUFFER 25 Bullet Sparsh. SC- 2 Intex 32 inch 2 Sparsh 2 Numeric ups 07/03/2017
H GODOWN SIRSA cameras AP320BP-R34
78 NORT RAJASTHAN BUNDI 14 Bullet SPARSH (HDAVI IR)- 1 INTEX (LED- 1 SPARSH -16 CH 1 BPE ONLINE 2017
H camara 12,HIKVISION (DS- 3225) HD DVR (MF-1103L8)
2CE16DOT-ITPFS)-2 (SRTP64F222745
72LT)
79 NORT PUNJAB CHAMKAUR 11 Bullet Sparsh 1 LG & 32MN58H 1 Sparsh & 1 Numeric & 2017
H SAHIB &PEA412D8992BS(S SRTP64F222818 Digital 1000
A-PEA4012D) 7DS,SR- HR-V
TP1604F202.GH
80 NORT DELHI CTO PUSA 10 BULLET BULLET 1 SAMSUNG 1 SPARSH (2017) 1 MUMERIC 2017
H CAMERA
81 NORT ASSAM CW,FSD,NLB 8 Bullet CP-URC-TC24PL2- 1 EV321HQ 1 CP-UVR-0801E1- Not Nil 21/02/2022
H camera V3-0360 CS Applicabl
e
82 NORT PUNJAB DASUYA 15 Bullet Sparsh & SCAB20B- 1 Marq & 1 SPARSH & SR- 1 Numeric & 06/02/2017
H camera 32P 32HDNDQEE1B TP1604F202-GH Digital
1000HR-V
83 NORT PUNJAB FCI BHOGPUR 7 Sparsh SPARSH& SCAB20B- 1 LCD,LG& 1 SPARSH & 1 NUMERIC & 16/02/2017
H 31P 32MN58H-P SRTP1604F202 DIGITAL
1000HR
84 NORT PUNJAB FCI FSD AMLOH 11 BULLET SPARSH Model: 1 LG 32MN58H 1 SPARSH HDAVI 1 NUMERIC 2017
H SC-AP320BP-R34 Digital Video Model: Digital
Recorder (MAC- 1000 HR-V
001215580f6e)
(S.no-
b22d2a29875ed4
26)
85 NORT PUNJAB FCI FSD 11 HD Bullet Sparsh/SCAB20B- 1 LG/DA-48F19 1 Sparsh (SR- 1 Numeric 28/03/2017
H BAGHAPURANA Camera 32P XR1616S202-GH (Model-Digital
& SR- 1000 HR-V)
TP1604F202-GH)
86 NORT PUNJAB FCI FSD 13 ANALOG IR SPARSH/ SR- 1 LG/32MN58H 1 SPARSH/SR- 1 NUMERIC/ 25/07/2017
H BARIWALA(NF160 VARI- TP1604F202-GH TP1604F202-GH DIGIT 1000
01) FOCAL HR-V
BULLET
CAMERA

Page 140 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
87 NORT PUNJAB FCI FSD 7 Focal Bullet SPARSH / 1 INTEX(LED- 1 Sparsh ( SR- 1 Numeric( 04/12/2017
H BHIKHIWIND Camera SCAB2B31P403671G 3218) TP1604F202-GH) Digital 1000
N HR-V)
88 NORT PUNJAB FCI FSD 13 Day and Sparsh 2016 1 LG LED 2016 1 Sparsh 2016 1 Sparsh 2016 06/12/2016
H DHARIWAL night CCTV
89 NORT PUNJAB FCI FSD FZR 9 BULLET BULLET & SC- 1 LG & 32MN58H 1 SPARSH & 1 MICROTEK & 2017
H AP320BP-R34 SRTP64F222745 1000HP-V
45LT
90 NORT PUNJAB FCI FSD MOGA 1 29 HD Bullet Sparsh SCAB20B- 2 LG(LED-3218), 2 Sparsh (SR- 2 Numeric(Mod 28/03/2017
H Camera 32P INTEX(32MN58H XR1616S202-GH el-digital 1000
-P) & SR- HR-B)
TP1604F202-GH)
91 NORT RAJASTHAN FCI FSD NAGAUR 12 Bullet SPARSH ANALOG IR 1 LG LG 1 SPARSH-16 16 1 BPE BPE - 13/07/2017
H camera VARI-FOCAL (32MN58H) CH HD DVR MF1103L8
BULLET CAMERA 32MN58H- MODEL- SR-
SC-AP320BP-R34 P.ATRDJPN TP1604F202-GH
19v…2.3A SEPT.
16 MADE IN
CHINA
92 NORT PUNJAB FCI FSD NGM 13 ANALOG IR SPARSH 1 32"LED 1 16CH Digital 1 13/02/2017
H JALANDHAR 1 CAMERA MONITOR Video Recorder NUMERIC/MI
LG/INTEX/SPAR SPARSH CROTEK
SH
93 NORT UTTAR FCI FSD 6 sparsh sparsh 1 intex 1 HI FOCUS 1 UTL SOLAR 2017
H PRADESH PADRAUNA
94 NORT PUNJAB FCI FSD 11 BULLET 2017 1 September 2016 1 2017 SPARSH 1 2014 2017
H SARDULGARH LG 32 SR-TP1604F202- MICROTEK
MSMN58HP GH 1700 24 V
95 NORT PUNJAB FCI FSD SIRHIND 11 BULLET Sparsh & 1 INTEX & LED- 1 SPARSH & 1 NUMERIC & 17/04/2017
H CAMERA CAP32BR34, 3218 SRTP1604F202- 1000 HR-V
206092KQ, SC- GH
AP320BP-R34
96 NORT PUNJAB FCI FSD ZIRA 13 Bullet Sparsh CAP 32BR34 1 LG32MN58H-P 1 SPARSH 1 NUMERIC & 2017
H 9885 BS SC- SRTP64E22 DIGITAL
AP320BP-R34 276974AS/SRTP1 1000HR-V
604F202-GH
97 NORT PUNJAB FCI FSD-2 16 CCTV Sparsh 1 LG 32MN58H 2 Sparsh 1 Numeric, 03/02/2017
H MALERKOTLA SRTP64F22 Digital 1000
9542BS, HG HR-V
Vision UN-AHD-
5A6108

Page 141 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
98 NORT RAJASTHAN FCI, BC SAWAI 48 Bullet SPARSH (HDAVI IR) 3 LG 32MN58H 6 SPARSH-16 CH 3 NUMERIC 31/03/2017
H MADHOPUR Camera HD DVR DIGITAL
(SRTP64F222745 (1000 HR-V)
73LT,
SRTP64F222745
66LT,SRTP64F22
274567LT )-3, CP
PLUS CP-UVR-
0801E1-CV4
(23110129520Z18
98,23110129520Z
1969,2311012952
0Z1972)-3 DVR
99 NORT J&K FCI, FSD POONCH 6 DIGITAL 01 CP PLUS AND 05 1 INTEX 1 V4.02.R11 Not N/A 2016
H SPARSH Applicabl
e
100 NORT PUNJAB FCI, FSD SAMANA 11 Bullet Sparsh / 1 32" LG / 1 Sparsh / SR- 1 Numeric / 21/06/2017
H Camera SCAP320BP-R34 32MN58H TP1604F202-GH Digital 1000
HR-V
101 NORT UTTAR FCI, FSD, 47 Bullet SPARSH SAPL625 3 LG 32 MN58H-P 3 SPARSH 3 NUMERIC 17/06/2017
H PRADESH VARANASI Camera DIGITAL 1000
HR-V
102 NORT UTTAR FCI,F.S.D, 16 ALALOG IR SPARSH 2016 1 LG 32" 2016 1 SPARSH 16 1 NUMERIC 13/04/2017
H PRADESH PARTAPUR VARI FOCAL PORT 2016 2016
BULLET
CAMERA
103 NORT PUNJAB FCI,FSD, 16 BULLET 2017 & SPARSH SC- 1 SEPTEMBER- 1 JANUARY-2017 & 1 2020 & 16/09/2017
H BATHINDA AP320BP-R34 2016 & LG SPARSH LUMINOUS
32MN58H SRTP64E22- ECO
277026AS WATT+1650
104 NORT RAJASTHAN FOOD 8 Bullet CP PLUS-03, Sparsh- 1 LG 32" ( Model 1 CP Plus-16 1 Microtek-1 2017
H CORPORATION Camera-07, 02, freedom-01, no.32MN58H) Channel (CP- KVA (2000
OF INDIA, FOOD Dome Dahua-01, Hi-Focus- UVR-1601E1-HC) SW)
STORAGE Camera-01 01
DEPOT,
BANSWARA
105 NORT UTTRAKHAN FOOD STORAGE 12 Analog IR SPARSH 1 LG - 32MN58H 1 SPARSH 1 NUMERIC 03/05/2017
H D DEPOT , JHANSI Van-Focal
Bullet
Camera
106 NORT PUNJAB FOOD STORAGE 14 HG HG VISION (IP NIGHT 1 SAMSUNG 1 HIKVISION DS- 1 MICROTEK 2013-14
H DEPOT BARNALA- VISION(IP COLOR) UA32T4340AKX 7P16NI-E1 UPSE2+925,V
1 CAMERA) XL 1

Page 142 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
107 NORT PUNJAB FSD DORAHA 13 SPARSH sparsh 1 LG 1 SPARSH 1 NUMERIC & 27/02/2017
H Digital
1000HR-V
108 NORT HARYANA FOOD STORAGE 13 Analog IR SPARSH (SC- 1 AVOIR (LED-32 1 SPLASH- 16 1 NUMERIC- 1 2016
H DEPOT Camera AP320BP-R34) SPLASH PLUS) CHANNEL KVA (DIGITAL
FATEHABAD 1000 HR-V)
109 NORT UTTAR FOOD STORAGE 16 BULLET SPARSH 1 SPARSH 32" 1 SPARSH 1 NUMERIC 19/04/2017
H PRADESH DEPOT ORAI CAMERA LED MONITAR DIGITAL
1000HR-V
110 NORT PUNJAB FOOD STORAGE 11 Analog IR Sparsh/SC-AP320BP- 1 VM32A 1 Sparsh/SR- 1 NUMERIC/DI 18/05/2017
H DEPOT, HATHUR vari focal R34 TP1604F202-GH GITAL
bullet camera 1000HR-V
111 NORT RAJASTHAN FOOD STORAGE 10 Bullet Sparsh (SC- 1 LG 32MN58H 1 Sparch 16 1 BPE MF-110 2016
H DEPOT, JALORE Camera-10 AP320BP-R34) Channal 3L8
(SRTP64E222770
25AS) (SR-
TP1604F202-GH)
112 NORT RAJASTHAN FSD 8 BULLET SPARSH 1 (INTEX) LED - 1 RHD6SN2224304 1 MOQ04201Q- 18/02/2017
H SUJANAGARH CAMERA MODEL/COMPANY( 3218/2016 FP SR- 4UN
(NG13003) SC AHR410BP- PHD1602SN02-
3R20PG ) GH
113 NORT HARYANA FSD -1 KAITHAL 7 ANLOG SPARSH 1 INTEX 32' 1 SPARSH 1 NUMERIC 25/05/2017
H
114 NORT PUNJAB FSD ABOHAR 11 Bullet SPARSH & SC- 1 LG LED 1 CP-PLUS CP- 1 NUMERIC & 2017
H AP320BP-R34 32MN58H UVR-1601E1IC DIGITAL1000
HR-V
115 NORT UTTAR FSD AGRA CANTT 26 BULLET SPARSH 2 LG 2 SPARSH 2 NUMERIC 2017
H PRADESH CAMERAS
116 NORT RAJASTHAN FSD AJMER 24 Bullet SPARSH(CAP 2 LG(32* LED 2 DVR SPARSH -16 1 "Microtek-1 2017
H cameras 24 32BR34273674LT/SC MONITOR CHANNEL KVA MODEL
-AP320BP- RESOLUTION SRTP64F269203 NO.
R34)CAP32BR34269 1920*1080)MOD LT MF1103LB "
458LT EL NO.
LG32MN58H-P
117 NORT RAJASTHAN FSD ALWAR 10 BULLET SPARSH(SC- 1 INTEX(MODEL- 1 SPARSH(SRTP6 1 MICROTEK/N 18/01/2017
H AP320BPR34) LED3226) 4522274595LT) UMERIC(MO
DEL-1000HR-
V),S.NO-
YTV16296970
70
118 NORT HARYANA FSD AMBALA 10 Analog Sparsh/ 1 Intex led 3210 1 Sparsh/ 1 NUMERIC/M 20/04/2017
H CANTT TP64E22277018AS TP64E22277018A ODEL-
S DIGITAL1000
HR-V

Page 143 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
119 NORT PUNJAB FSD APRA 11 CCTV SPARSH 1 L.G 1 SRX6S22GH3922 1 NUMERIC 2017
H 33CM DIGITAL 1000
HR-V
120 NORT UTTAR FSD ATTARA 19 Bullet CP Plus 1 LG 1 CP Plus 1 Numeric 2023
H PRADESH
121 NORT UTTAR FSD AYODHYA 21 ANALOG IR SPARSH 2 LG 2 SPARSH 2 NUMERIC 04/03/2017
H PRADESH VARI-
FOCAL
BULLET
CAMERA
122 NORT UTTAR FSD AZAMGARH 14 Analog IR Sparsh SC-AP320BP- 1 LG 32MN58H 1 Sparsh 1 Numeric 02/04/2017
H PRADESH 3R34
123 NORT PUNJAB FSD BALACHAUR 13 Bullet Sparsh model 1 LG 2MN58H 1 Sparsh SR 1 Numeric 12/02/2017
H camera no.SCAP320BP- TP1604F202GH &Digital
RV34 1000HR-V
124 NORT UTTAR FSD BANDA 6 Bullet Sparsh 1 LG 1 Sparsh 1 Numeric 2018
H PRADESH
125 NORT RAJASTHAN FSD BANDIKUI 12 BULLET SPARSH (SC- 1 LG LED 1 SPARSH 1 NUMERIC 01/03/2017
H CAMERA-12 AP320BP-R34) (32MN58H) (SRTP64F222745 (DIGITAL
9LT) 1000 HR-V)
126 NORT PUNJAB FSD BANGA 11 VGA Sparsh VGA 1 HYPHER 1 Sparsh VGA 1 NUMERIC 13/02/2019
H
127 NORT PUNJAB FSD BANUR 11 Bullet SPARSH / 1 32'' LG/ 1 SPARSH/SR- 1 NUMERIC/ IS- 01/05/2017
H Camera SCAP320BP-R34 32MN58H TP160F202-GH 16242
128 NORT RAJASTHAN FSD BARAN 10 Bullet SPARSH (HDAVI IR) 1 LG32MN58H 1 SPARSH-16CH 1 NUMERIC 01/12/2017
H Camera HD DVR DIGITAL
(SRTP64F222745 (1000 HR-V)
72LT)
129 NORT PUNJAB FSD BARNALA-II 12 WORKING HIKVISION 1 SAMSUNG 1 HIKVISION 1 Amaze 01/02/2017
H
130 NORT HARYANA FSD BARWALA 9 ANALOG HD SPARSH 1 INTEX 3243/2022 1 99d12447a84150 2 MICROTEC15 2017
H 85/2015 00 EB 2015
131 NORT UTTAR FSD BASTI 8 Analog IR SPARSH HD VF 1 intex model 1 SRTP64F222769 1 NUMERIC 28/02/2017
H PRADESH Camera no.LED 3210 83AS digital 1000
HR-V
132 NORT PUNJAB FSD BATALA-I 15 Bullet Sparsh/CSRV-50B 1 Vision 1 SR-XR1616S202- 1 Numeric/Digit 16/02/2017
H World(VW32A'20 GH al 1000 HR-V
22)
133 NORT PUNJAB FSD BATALA-II 13 Bullet Sparsh CSRV-50B 1 LG/32MN58H 1 SR-XR1616S202- 1 NUMERIC/Dig 01/04/2016
H GH ital 1000 HR-V
134 NORT PUNJAB FSD BATHINDA 16 BULLET SPARSH/ SC- 1 LG/ 32 MN58H- 1 SPARSH/ SR- 1 LUMINOUS/ 31/03/2017
H AP320BP-R34 SEPT 2016 TP64E22- Ecowatt+1650
277026AS-01/17

Page 144 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
135 NORT UTTRAKHAN FSD BAZPUR 8 ANALOG IR ANALOG IR VARI - 1 INTEX 32 INCH 1 CP Plus-16 1 NUMERIC 24/11/2016
H D VARI - FOCAL BULLET MONITOR Channel Model 1000
FOCAL RESOLUTION HR-V/2014
BULLET 1920*1080
136 NORT PUNJAB FSD BHADAUR 12 Analog IR SPARSH 1 LG 1 SPARSH 1 NUMERIC 01/01/2016
H Van Focal
bulled
Camera
137 NORT RAJASTHAN FSD BHAGAT KI 16 Analog IR SPARSH IR 1 LG32"MN58H 1 SPARSH SRTP 1 BPE 16/02/2017
H KOTHI, JODHPUR Vari-Focal MF1103L8
Bullet
Camera
138 NORT RAJASTHAN FSD BHARATPUR 10 bullet camera sparsh/sc-AP320BP- 1 INTEX LED- 1 SRX6S21GH4194 1 BPE S/N 02/04/2017
H R34 3218/211205751 08HM M11L20H004
9164837940/890 89 MF1103L8
2956120578
139 NORT PUNJAB FSD 8 IP SPARSH 2017, 2024 1 LG 1 SPARSH 2017, 1 2017 2017, 2024
H BHAWANIGARH NIGHTVISIO 2024
N
140 NORT RAJASTHAN FSD 8 BULLET SPARSH(HDAVI IR)- 1 LG(32LQ640BPT 1 SPARSH-16 CH 1 BPE 06/03/2017
H BHAWANIMANDI CAMERA 7,JB LINK HD()-1 A) HD DVR ONLINE(MF1
(SRTP64F222745 103L8)
72LT)
141 NORT RAJASTHAN FSD BHILWARA 10 Analog IR SPARSH ( SC- 1 LG 32’’ 1 SPARSH-16 1 LUMINOUS/C 2017
H bullet camera AP320BP-R34) (32MN58H) CHANNEL ( GR- RUZE 3.5
-10 TPT604F202-GH) KVA 24G915C
1026296 SINE
WAVE UP
142 NORT HARYANA FSD BHIWANI 9 Analog Sparsh 1 SPARSH 32 1 NVD DVR 1 DIGITAL 1000 2016
H Camera INCH LED SRTP64F224410 HRV
54KT SR TP
1604F202 GH
HDAVI DIGITAL
VIDEO
RECORDER
143 NORT PUNJAB FSD BHOLATH 11 BULLET SPARSH/SCAB20B- 1 LED 1 SR-TP1604F202- 1 DIGITAL 2016
H 32P (LG)/32MN58H GH 1000RH-V
144 NORT PUNJAB FSD BHUCHCHU 9 BULLET SPARSH/ SC-AB20B- 1 LG/ 32 MN58H- 1 SPARSH/ 1 MICROTEK/ 31/03/2017
H R31P SEPT 2016 SRTP64F222745 UPS JM SW
97LT 2000, V2
145 NORT PUNJAB FSD BUDHLADA 11 BULLET SPARSH/ SC- 1 LG/ 32 MN58 H 1 SPARSH/ 1 NUMERIC/ 31/03/2017
H AP320BP-R34 SEPTEMBER SRTP1604F202G DIGITAL 1000
2016 H HR-V

Page 145 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
146 NORT RAJASTHAN FSD BUNDI 14 Bullet SPARSH (HDAVI IR)- 1 INTEX (LED- 1 SPARSH-16 CH 1 BPE ONLINE 2017
H Camera 12, HIKVISION (DS- 3225) HD (MF1103L8)
2CE16DOT-ITPFS)-2 DVR(SRTP64F22
274572LT)
147 NORT PUNJAB FSD CHABHAL 14 Focal Bullet SPARSH/SCAP320B 1 INTEX(LED- 1 Sparsh(SR- 1 Numeric(Digit 04/04/2017
H Camera P-R34 3218/2016) TP1504F202-GH) al 1000 HR-V)
148 NORT HIMACHAL FSD CHAMBA 6 BULLET SPARSH/SC- 1 ACER-V196HQL 1 SPARSH/SR- 1 NUMERIC/44 16/02/2017
H PRADESH AP320BP-R34 TP1604F202-GR 2212507280
149 NORT RAJASTHAN FSD 18 Bullet SPARSH 2 LG 2 LG 32"(32MN58H) 1 Microtek-1 2017
H CHANDERIYA Camera 18 (CAP33BR34260852 32"(32MN58H) KVA (2000
LT) SW)
150 NORT J&K FSD CHATHA 10 BULLET SPARSH 1 SAMSUNG 1 SPARSH 1 MICROTECH 2012
H
151 NORT PUNJAB FSD CHAWAPAIL 11 Bullet SPARSH & IS 13252 1 LG & 32MN58H 1 SPARSH & 1 NUMERIC & 2017
H (LUDHIANA) Cameras (Part-1) TEC60950 R- HDAVI Digital Digital 1000
83005371 Video Recorder HR-V
152 NORT HARYANA FSD CHEEKA 17 Analog sparsh 1 Intex 32" 1 sparsh 1 Numeric 2016
H
153 NORT PUNJAB FSD CHINARTHAL 11 Bullet Sparsh PEA4012D 1 AirTec - 1 Sparsh 1 Numeric 2017
H AE32DJN SRTP1604F202- digital 1000
GH Hr-v
154 NORT RAJASTHAN FSD CHURU 10 10 BULLET SPARSH(CAP32BR3 1 INTEX(LED- 1 SPARSH(SRTP6 1 BPE(M11L20 31/03/2017
H 4270588LT) 3218)/2016 4F22441066KT) H00648)
155 NORT PUNJAB FSD DAKHA 11 Bullet HD Sparsh model 1 Sk smart LED 1 Sparsh- 1 Numeric and 26/04/2017
H MULLANPUR Camera (SCAB20B-32P) TP1604F202-GH digital
1000HR-V
156 NORT PUNJAB FSD DHARAMKOT 11 HD BULLET SPARSH SCAB20B- 1 LG(LED-3218), 1 SPARSH 1 NUMERIC 28/03/2017
H CAMERA 32P INTEX(32MN58H (SR- (MODEL-
-P) XR1616S202-GH DIGITAL 1000
& SR- HR-V)
TP1604F202-GH)
157 NORT PUNJAB FSD DHARIWAL 13 Bullet Sparsh SC-IR50BT- 1 LED MODEL NO 1 SR-XR1616S202- 1 NUMERIC/ 06/12/2016
H 32 32MN58H GH DIGITAL
1000HR-V
158 NORT RAJASTHAN FSD DHOLPUR 10 bullet SPARSH(SC- 1 80CM INTEX 1 SPARSH(SR- 1 BPE 3KVA 09/02/2017
H AP320BP-R34) LED(2112057519 TP1604F202-GH) (MF1103L8)
164837534)
159 NORT PUNJAB FSD DODA 11 Bullet Sparsh SCAB20B- 1 LG 32MN58H - P 1 Sparsh SR- 1 Numeric 2017
H 31P PHDR1602SN02- DIGITAL 1000
GH HR-V
160 NORT PUNJAB FSD DORAHA 13 Bullet Analog Sparsh Model 1 LG & 32MN58HP 1 Sparsh(SRTP160 1 NUMERIC& 27/02/2017
H cctv camera (SCAP320BPR34) 4F202GH) DIGITAL
1000HRV

Page 146 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
161 NORT PUNJAB FSD DUDHAN 11 Bullet Sparsh/SCAP320BP- 1 32" LG / 1 SPARSH/SRTP64 1 Numeric 19/06/2017
H Camera R34 32MN58H F229577BS /Digital 1000
HR-V
162 NORT HARYANA FSD ELLENABAD 11 ANALOG IR SPARSH 1 INTEX 1 SPARSH 1 NUMERIC 07/03/2017
H VARI-
FOCAL
BULLET
CAMERA
163 NORT UTTAR FSD ETAH 10 BULLET CAP32BR34 1 LG(32MN58H-P) 1 CP PLUS(CP- 1 "NUMERIC 19/07/2017
H PRADESH CAMERA UVR-1601E1-IC) (DIGITAL
1000 HR-V)"
164 NORT HARYANA FSD FARIDABAD 28 Bullet Sparsh/SC-AP320BP- 2 Intex/LED TV 2 Sparsh/00121674 2 1 KVA 2016
H R34 3222 929b Numeric
digital 1000
HR-v
165 NORT HARYANA FSD FARIDABAD 1 Bullet Sparsh/SC-AP320BP- 2 Intex LED TV 2 Sparsh/00121801 2 1 KVA 2021
H LAB R34 3213 cba1 Numeric
digital 1000
HR-v
166 NORT PUNJAB FSD FARIDKOT 16 BULLET SPARSH/SCAB20B- 1 LG/32MN58H 1 SPARSH/SR- 1 NUMERIC/DI 24/02/2017
H TYPE 32P TP1604F202-GH GITAL 1000
HR-V
167 NORT PUNJAB FSD FAZILKA 9 Analog bullet Sparsh 1 LG 2016 1 SPARSH 1 Numeric 2017
H camera SCAP320BPR34 32MN58H Digital
1000HR-V
168 NORT J&K FSD FCI NIL NIL NIL NIL NIL NIL NIL NIL NIL NIL
H LETHPORA
169 NORT PUNJAB FSD 9 Bullet Sparsh & IS 13252( 1 Intex model no. 1 Sparsh & SA- 1 NUMERIC & 12/02/2017
H GARHSHANKAR camera PART -10 IEC 60950- LED (3210) PEA1012D EP 6512
1 R-83005371
170 NORT PUNJAB FSD GHANAUR 11 SPARSH SPARSH/SCAB20B- 1 LG/32MN58H-P 1 SPARSH/SRTP64 1 BP,650-V 2017
H 32P F22280136HO
171 NORT PUNJAB FSD GILL ROAD 13 Bullet type SPARSH/SA- 1 LG/32MN58H 1 SPARSH/ 1 NUMERIC/DI 17/05/2017
H CCTV PEA1012D PS101274456T GITAL 1000
camera HR-V
172 NORT HIMACHAL FSD 8 BULLET Sparsh/SC-AP320BP- 1 Intex/LED-3218 1 Sparsh/SRTP64F 1 Zebronics/ZE 2017
H PRADESH GKT(ND13001) R34 22268268LT B-U1200
SR.TP1604F202-
GH
173 NORT HARYANA FSD GOHANA 15 Bullet Sparsh 88-HDC-B24 1 Intex 1 Sparsh SR- 1 Microtek 07/02/2017
H cameras TP1604F202-GH
174 NORT UTTAR FSD GONDA 16 CCTV SPARSH 1 LG 1 SPARSH 1 EXIDE 17/05/2016
H PRADESH

Page 147 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
175 NORT UTTAR FSD GORAKHPUR 18 Digital CCTV DAHUADH-IPC 2 32 inch LG non 1 DAHUA32CH DH- 2 Numeric 26/08/2023
H PRADESH Camera HFW1230S1P-S4 smart NVR42324KS2/L Digital
1000HR-V
176 NORT PUNJAB FSD GURDASPUR 11 Bullet Sparsh SCAB20B- 1 LG(32MN58H) 1 SR-XR1616S202- 1 Numeric & 01/01/2017
H 32P GH Model Digital
1000HR-V
177 NORT PUNJAB FSD 13 SPARSH SPARSH 1 INTEX 1 SPARSH 1 MICROTEK 25/09/2017
H GURUHARSAHAI
178 NORT HIMACHAL FSD HAMIRPUR 6 Bullet Sparsh/SC- 1 LG/32MN58H-P 1 Sparsh/SRTP64F 1 Numeric 17/02/2017
H PRADESH Camera -6 AP320BP-R34 22 268266LT Digital 1000
HR-V
179 NORT RAJASTHAN FSD 37 36-Bullet 36 - 3 LG (32 MN58H) 3 Sparsh 3 NUMERIC 30/09/2017
H HANUMANGARH type camera Sparsh(CAP32BR342
TOWN + 1 DOMM 72806LT)+01-
Type camera MAXCOM (vwc1116)
180 NORT UTTAR FSD HAPUR 40 Analog IR Analog IR veri-focal 3 32'' LED Monitor 3 03 3 1 KVA Without 13/04/2017
H PRADESH veri-focal bullet camera (Sparsh resolution 1920 * battery
bullet camera Company) 1080
181 NORT UTTAR FSD 44 Bullet CP PLUS 3 INTEX 32 INCH 3 SPARSH 3 Microtek-1 01/01/2016
H PRADESH HARDUAGANJ Camera- (CU_USC_TA24L2- KVA
2MP V5-0360) & SPARSH
182 NORT UTTAR FSD HATHRAS 20 BULLET SPARSH 2 INTEX 2 SPARSH 2 MICROTEK 07/09/2016
H PRADESH
183 NORT HARYANA FSD HISSAR - 14 Analog IR Sparsh 1 INTEX & LED TV- 1 Sparsh & 1 Numeric & 2017
H NC13008 Vari-Focal 3243 SRTP64F22 Digital 1000
Bullet 441859KT HR-V
Camera
184 NORT PUNJAB FSD 11 Bullet Sparsh & model ( 1 LG 2017 model 1 Sparsh SR- 1 Numeric 15/02/2017
H HOSHIARPUR camera SCAB20B-32P) no. 32MN58H TP1604F202-GH model digital
1000HR-V
185 NORT PUNJAB FSD JAGRAON 21 bullet HD sparsh/S 2 LG 32 MN 58h- 2 Sparsh/TP/1604F 2 numeric and 2017
H cameras 12AP320BP-R34 P2017 2002-GH, CP digital 1000
Plus(MPDELL not HR-V
available)
186 NORT PUNJAB FSD JALALABAD 15 Bullet Sparsh securitech SC- 1 32 MN58H LG 1 Sparsh securitech 1 Luminous Eco 17/05/2016
H AP 320BP-R34 LED & 2016 SRTP64F22 watt neo 1650
9543BS IEC 62040-1
187 NORT PUNJAB FSD JAMALPUR 16 Sparsh 0 1 Sparsh 1 Sparsh 1 Sparsh 02/12/2017
H
188 NORT PUNJAB FSD JANDIALA 16 Focal Bullet Sparsh/SCAP320BP- 1 LG(32MN58H) 1 SPARSH(SR- 1 Numeric(Digit 16/03/2017
H camera R34 TP1604F202-GH) al1000 HR-V)
189 NORT PUNJAB FSD JANGPUR 9 Bullet hd Sparsh SCAB20B- 1 LG 1 Sparsh/tp1604f20 1 Numeric 26/04/2017
H MULLANPUR 32P 2-gh &digital 1000
HR-V

Page 148 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
190 NORT RAJASTHAN FSD JHUNJHUNU 10 BULLETE SPARSH MODEL 1 DAIWA(LED- 1 SPARSH MODEL 1 BPE MODEL 09/02/2017
H (SC-AP320BPR34) D32A20/2019) (SRTP64F222745 (MF1103LB)
54LT)
191 NORT RAJASTHAN FSD JODHPUR 16 Bullet Sparsh (SC- 1 LG32 MN58H 1 SPARSH 1 NUMERIC/MI 16/02/2017
H camera AP320BP-R34) (SRTP64E222745 CROTEK
52LT) (SR- (MF1103L8)
TP1804F202-GH)
192 NORT LADAKH FSD KARGIL I 6 Analog IR Sparsh 1 LG (32MN8H) 1 Sparsh (SR- 1 Microtek (UPS 06/07/2017
H bullet camera TP1604F202-GH) SEBz1100,V2
)
193 NORT LADAKH FSD KARGIL II 6 Analog IR Sparsh 1 32MN58H 1 Sparsh (SR- 1 Microtek (UPS 06/07/2017
H Bullet TP1604F202-GH) EB 1100,V2)
Camera
194 NORT HARYANA FSD KARNAL 17 ANALOG SPARSH 2 INTEX 2 SPARSH 1 NUMERIC 19/10/2021
H (WITH EXIDE
BATTERY)
195 NORT HARYANA FSD KARNAL QC 1 ANALOG Sparsh Model SC- 2 Intex Model 3221 2 Sparsh /Model 1 Numeric 18/11/2020
H LAB AP320BP-R34 & Intex Model SR-TP160F202- /Model
3218 GH YTV16256779
34
196 NORT RAJASTHAN FSD 10 Bullet SPARSH (HDAVI IR)- 1 INTEX (LED- 1 SPARSH-16 CH 1 NUMERIC 20,172,024
H KESHORAIPATAN camera 9, HIKVISION (DS- 3225) HD DVR DIGITAL
2CE16DOT-ITPFS)-1 (SRTP64F222745 (1000 HR-V)
72LT)
197 NORT CHANDIGAR FSD KHAMANOM 9 Sparsh LG 1 LG 1 SPARSH 1 Numeric 2017
H H
198 NORT PUNJAB FSD KHAMANON 9 BULLET SPARSH 1 LG 32MN58H 1 Sparsh SR- 1 NUMERIC 15/08/2017
H CAP32BR34206055K SEPT 2016 TP1604F202-GH
Q SC-AP320BP-R34
199 NORT PUNJAB FSD KHANAURI 9 CCTV Sparsh 1 Cairtec 2 Sparsh 1 Numeric 12/02/2020
H
200 NORT PUNJAB FSD KHANNA 12 Bullet HD DS-7616NI-Q1 1 32"LED 1 NVR16CH.HIKVI 1 MICROTEK 10/03/2014
H camera MONITOR /LG SION 2KVA MAX+
201 NORT PUNJAB FSD KHARAR 13 BULLET 2017 1 2017 1 2017 1 2017 2017
H CAMERAS
202 NORT RAJASTHAN FSD KHERLI 10 Bullet Sparsh 1 INTEX (3218) 1 SPARSH 1 NUMERIC 2017
H camera (COQR372109543U) (SRTP64F222394 (DIGITAL
3DS) 1000VA)
203 NORT PUNJAB FSD KILARAUPUR 11 HD Sparsh/SR- 1 32" LED 1 Sparsh/SR- 1 1KVA/12V 01/06/2017
H TP1604F202-GH MONITOR/LG TP1604F202-GH NUMERIC
204 NORT RAJASTHAN FSD 10 ANALOG SPARSH(CAP32BR3 1 LG-32MN58H 1 SPARSH DVRR- 1 NUMERIC/DI 2017
H KISHANGARH VARI FOCAL 4273668LT) SC- SRTP64E222745 GITAL1000H
BULLET AP320BP-R34 90LT RV
CAMERA

Page 149 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
YTV16296970
64

205 NORT UTTAR FSD KOSIKALAN 28 BULLET SPARSH 2 INTEX 2 SPARSH 1 MICROTEK 2017
H PRADESH NEW
206 NORT PUNJAB FSD KOTKAPURA 15 BULLET SPARSH/SC- 1 LG32MN58H 1 SPARSH/SR- 1 NUMERIK/DI 2017
H (NF16005) AP320BP-R34 TP1604F202-GH GITAL 1000
HR-V
207 NORT HARYANA FSD 9 CCTV Sparsh 1 Intex 1 Sparsh 1 Microtek 2017
H KURUKSHETRA
208 NORT PUNJAB FSD LADHUKA 9 Analog IR Sparsh 1 32" LG 1 AJHUA/DH- 1 NA 2017
H CCTV Bullet (32MN58H) XVR4B16-I
camera
209 NORT PUNJAB FSD LADOWALI 9 Analog Sparsh 1 LG 1 Sparsh 1 Numeric 01/09/2017
H
210 NORT PUNJAB FSD LADUKA 9 Analog Bullet 1 LG 1 Dahua 1 NA 07/11/2023
H
211 NORT PUNJAB FSD LAKHEWALI 11 BULLET Sparsh (SCAB20B- 1 SAMSUNG 1 Sparsh (SR- 1 NUMERIC 2017
H TYPE 32P) MHE3232 XR1616S202-GH) Digital
1000HR-V
212 NORT UTTAR FSD LAKHIMPUR 10 Normal Naptune 1 Sony 1 DH-XVR4B16 1 Digital 1000 24/04/2017
H PRADESH KHERI HR-V
213 NORT RAJASTHAN FSD LALGARH 12 BULLET SPARSH(SC- 1 LG(32MN58H-P. 1 Sparsh(SR- 1 SU- 24/02/2017
H BIKANERNG13001 CAMERA AP320BP-R34) ATRDJPN) TP1604F202-GH) KAM(3.5KVA/
48V DSW)
214 NORT RAJASTHAN FSD LALGARH, 12 BULLET-10 SPARSH 1 LG 1 SPARSH 16 1 TRITONIC 24/02/2017
H BIKANER CHANNEL
NG13001
215 NORT J&K FSD LEH 6 Vertical Sparsh 1 LG 32 inc 1 Sparsh 1 Microtec 10/07/2016
H
216 NORT J&K FSD LETHPORA NIL NIL NIL NIL NIL NIL NIL NIL NIL NIL
H
217 NORT PUNJAB FSD LOHIAN 9 SPARSH Sparsh 1 AIRTEC 1 SPARSH 1 NUMERIC 2017
H KHAS
218 NORT PUNJAB FSD 11 Bullet HD SPARSH/SR- 1 Visio 1 SPARSH/TP1604 1 Numeric/Digit 28/04/2017
H MACHHIWARA camera TP1604F202-GH world/VW32A/20 F202-GH al 1000 HR-V
22
219 NORT UTTAR FSD MAHOBA 8 Bullet Sparsh 1 Intex 1 CP Plus 1 Numeric 2023
H PRADESH
220 NORT PUNJAB FSD MAJITHA 9 Anlog Sparsh Bullet 1 Sparsh 1 Sparsh 1 Numeric 15/03/2017
H

Page 150 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
221 NORT PUNJAB FSD MAKHU 11 Bullet Eye 1 LG-32MN58H 1 Sparsh 1 NUMERIC 2017
H view(BIR2400FHD), Digital 1000
2.4Full HD camera Hr-V legrand
222 NORT PUNJAB FSD MALOUDH 13 Analog IR Sparsh and other ( 1 LG/32MN58H 1 SPARSH/ 1 Numeric/ 19/06/2017
H Vari-focal Model- SCAB20B- TP1604F202-GH Digital 1000
Bullet 32P) HR-V
Camera
223 NORT PUNJAB FSD MALOUT 9 BULLET SPARSH (SC- 1 LG/ 32MN58H 1 SPARSH/SRTP64 1 NUMERIC/ 2017
H (NF16007) AF320BP-R34) F229828BS DIGITAL 1000
HR-V
224 NORT PUNJAB FSD MANSA 11 BULLET SPARSH/SC- 1 LG/32MN58H- 1 SPARSH/SRTP64 1 NUMERIC/DI 31/03/2017
H AHTL320BP-3R2OP P.ATRDJPN F229825BS GITAL1000H
SEP.2016 R-V
225 NORT RAJASTHAN FSD MARWAR 10 ANALOG IR 08 CAMERA - 1 LG/INTEX/SPAR 1 SPARSH SR- 1 NUMERIC/MI 03/04/2017
H JUNCTION Vari-Focal SPARSH(SC- SH 32MN58H TP1604F202-GH CROTEK
Bullet AP320BP-R34) , 2 MF1103L8
Camera CAMERA -HiK vision
(DS-2CE16C0T-IRP)
226 NORT DELHI FSD MAYAPURI 12 Bullet Hikvision 1 LG 2 Hikvision Not NA 2020
H Applicabl
e
227 NORT PUNJAB FSD MEHTA 9 Focal Bullet SPARSH/SCAB20B- 1 LG(32MN58H) 1 Sparsh(SR- 1 Numeric(Digit 15/04/2017
H Camera 32P TP1604F202-GH) al 1000 HR-V)
228 NORT PUNJAB FSD MORINDA 9 BULLET SPARSH PRIME 1 INTEX , LED- 1 SPARSH XVR , 1 NUMERIC 2017
H CAMERA CAP32BR34 3218 SR-XR1616S202- ,Digital 1000
206094KQ SC- GH HR-V
AP320BP-R34
229 NORT PUNJAB FSD MUKERIAN 11 Bullet Analog IR Bullet 1 LG 2016(model 1 SPARSH SR 1 Numeric & 16/06/2016
H camera camera (sc-AP320Bp- no.32MN58H) digital 1000
R34) HR-V
230 NORT PUNJAB FSD N.S. WALA 9 ANALOG IR SPARSH 1 LG 1 DIGITAL VIDEO 1 NUMERIC 28/03/2017
H VAN FOCAL RECORDER
BULLED DVR, SPARSH
CAMERA,
SPARSH
231 NORT PUNJAB FSD NABHA 15 BULLET SPARSH/SCAP320B 1 32"LG/32MN58H 1 SPARSH/SRTP64 1 NUMERIC/DI 2017
H CAMERA P-R34 F229550BS SR- GITAL 1000
TP1604F202-GH HR-V
232 NORT UTTRAKHAN FSD NAINI 28 AHD SPARSH 2 LG TV 2 SPARSH 2 DIGITAL 14/11/2017
H D 1000HR-V
233 NORT PUNJAB FSD NAKODAR 11 Analog IR Sparsh SCAB20B- 1 LG. 32MN58H 1 DAHUA DH- 1 Numeric 22/02/2017
H CCTV Bullet 32P XVR4B16 Digital 1000-P
camera HRV

Page 151 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
234 NORT DELHI FSD NARELA 30 Analog 19- Sparsh, 7-CP 3 Sparsh 3 3-16 Channel Not NA 01/01/2017
H Plus, 4-G Vision (Sparsh-4TB) Applicabl
e
235 NORT HARYANA FSD NARWANA 11 Bullet Sparsh 1 INTEX 1 SPARSH 1 NUMERIC 16/02/2017
H
236 NORT PUNJAB FSD NASRALA 9 BULLET SPARSH 1 LG 1 SPARSH 1 NUMERIC 2017
H
237 NORT PUNJAB FSD NAUSHERA 9 FOCAL SPARSH/SCAP320B 1 LG (32MN58H) 1 SPARSH (SR- 1 NUMERIC 10/04/2017
H PANNUWAN BULLET P-R34 TP1604F202-GH) (DIGITAL
CAMERA 1000 HR-V)
238 NORT RAJASTHAN FSD NEWAI 17 Bullet SPARSH (SC- 2 LED INTEX LED 2 SPARSH DVR-16 1 BPE - 3KVA 2017
H Camera-17 AP320BP-R34) (3218) , LG LED CHANNEL (SR- (MF 1103L8)
(32MN58H) TP1604F202-GH,
SR-TP1604F202-
GH)
239 NORT PUNJAB FSD NIHAL SINGH 9 Analog IR Sparsh SCAB20B- 1 LG/SEP 1 SRTP64F229590 1 Numeric 28/03/2017
H WALA VAN Focal 32P 2016/32MN58H BS/SR- (Model-Digital
bullet camera TP1604F202-GH 1000 HR-V
240 NORT DELHI FSD OKHLA 12 Bullet Sparsh 1 32 inch Intex LED 1 Sparsh UT01 1 Numeric, 2017
H Digital
1000HRV
241 NORT RAJASTHAN FSD PALI 10 BULLET SPARSH 1 LG (32" LED 1 DVR SPARSH -16 1 Microtek-1 2017
H CAMERA -10 (CAP32BR34273674L MONITOR CHANNEL KVA
T/ SC-AP320BP-R34) RESOLUTION MODEL NO. DIGITAL1000
1920*1080) SRIP64E2227698 HRVMODEL
MODEL NO. 6AS NO. IEC-
LG32MN58H 16242
242 NORT HARYANA FSD PALWAL 9 Bullet Sparsh/ SC- 1 Intex/ LED TV 1 Sparsh/STE- 1 Numeric/ 2016
H AP320BP-R34 3222 UR16S1-1080P Digital 1000
HR-V
243 NORT HARYANA FSD PALWAL LAB 1 Bullet Sparsh/ SC- 1 Intex/ LED TV 1 Sparsh/STE- 1 Numeric/ 2021
H AP320BP-R34 3222 UR16S1-1080P Digital 1000
HR-V
244 NORT PUNJAB FSD PATHANKOT 16 Bullet Sparsh SC-AP320BP- 1 LG/32MN56H 1 SR-XR1616S202- 1 NUMERIC/ 06/12/2017
H R34 GH DIGITAL
1000HR-V
245 NORT PUNJAB FSD PATIALA 16 BULLET SPARSH /SCAB20B- 1 32"LG/32MN58H 1 SPARSH / 1 NUMERIC/ 22/04/2017
H CAMERA 32P SR-TP160F202- DIGITAL 1000
GH HR-V
246 NORT PUNJAB FSD PATRAN, 13 BULLET (SPARSH) MODEL 1 32" LG 1 (SPARSH) SR- 1 NUMERIC 2017
H PATIALA NO. SC-AP320BP- (32MN58H) TP1604F202-GH (1000 HR-V)
R34
247 NORT HARYANA FSD PEHOWA 13 Analog Sparsh 1 Intex 1 Sparsh 1 Microtek 17/05/2016
H

Page 152 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
248 NORT PUNJAB FSD PHAGWARA 11 ANALOG SPARSH / SCAB-20- 1 LG / 32MN58H 1 SPARSH / 1 NUMERIC/ 05/01/2017
H BULLET B-321 SRT64F22 DIGIT 1000
CAMERA 9820BS HR-V
249 NORT J&K FSD PHYANG 8 Bullet Analog IR vari focal 1 LG 32MN58H-P 1 HDAVI Sparsh 1 Mirkrotek 18/06/2017
H cameras bullet cameras by EB1100 1 KV
Sparsh
250 NORT UTTAR FSD PILIBHIT 8 HD CP PLUS 1 INTEX LED TV- 1 DVR CP PLUS 1 DIGITAL 1000 20/12/2017
H PRADESH 32222112202574 HR VYTV
164301754 1613653700
251 NORT RAJASTHAN FSD POKRAN 12 IR NIGHT SPARSH IR 1 LG32MN58H 1 SPARSH 1 BPE 20/05/2017
H VISION SRTP64F222745 MF1103L8
CAMERA 85LT
252 NORT PUNJAB FSD RAIKOT 11 ANALOG IR SPARSH 1 LG 32" 1 2067e4fb21cd2f0 1 NUMERIC 20/04/2017
H CAMERA 8 1KVA/12V
253 NORT J&K FSD RAJOURI 6 BULLET SPARSH 1 INTEX 1 SPARSH 1 1 16/03/2017
H CAMERAS
254 NORT PUNJAB FSD RAMPURA 9 BULLET SPARSH/ SC- 1 VISIO WORLD/ 1 SPARSH/ 1 NUMERIC/ 31/03/2017
H PHUL AP320BP-R34 VW32A/2022 SRTP64E222770 DIGITAL
22AS 1000HR-V
255 NORT PUNJAB FSD RAYYA 15 Focal Bullet SPARSH/SCAB20B- 1 LG(32MN58H) 1 Sparsh(SR- 1 Luminious 01/05/2017
H Camera 32P TP1604F202-GH) LB+LX8Q/W-
675
256 NORT HIMACHAL FSD RECKONG- NIL NIL NIL NIL NIL NIL NIL NIL NIL NIL
H PRADESH PEO
257 NORT HARYANA FSD ROHTAK 14 BULLET SPARASH R34 1 INTEX 1 SPARSH 1 NUMERIC 03/02/2017
H
258 NORT PUNJAB FSD RORANWALI 9 BULLET SPARSH SCAB20B- 1 LG 32MN58H-P 1 SR-TP1604F202- 1 APC BACK 2017
H SCAB20B- 31P GH UPS 600
31P
259 NORT UTTAR FSD 10 Bullet SPARSH 1 INTEX (Model 1 SPARSH (Model 1 NUMERIC 2016
H PRADESH ROSARKOTHI No.- LED-3224 No.- (DIGITAL
HD/2018) SRTP64F229553 1000 HR-V)
BS)
260 NORT UTTAR FSD ROZA 29 BULLET CP PLUS IP 2MP 1 BUSH LED 1 CP 1 MICROTEK 15/05/2022
H PRADESH CAMERAS TV/MODEL-FHD PLUS/MODEL: MODEL
1080P CP-UNR-4K4322- NO.:MAX+2K
V3 VA
261 NORT UTTRAKHAN FSD RUDRAPUR 12 dome hikvision CP PLUS 1 samsung 1 cp-unr-4k4322-v3 1 LUMINOUS12 12/10/2023
H D camera and 32T4050 -10-2023 eco
bullet camera volt neo
1050VA
262 NORT RAJASTHAN FSD SADULPUR 10 BULLET SPARSH,CAP32BR3 1 INTEX (LED 1 SPARSH 16 1 NUMERIC , 20/03/2017
H 4272844LT 3218) channel DIGITAL 1000
HR-V

Page 153 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
SRTP64E222769
78AS
263 NORT HARYANA FSD SAFIDON 9 CCTV Sparsh 1 Intex 1 Sparsh 1 Microtec 01/01/2017
H
264 NORT PUNJAB FSD SAHNEWAL 37 BULLET SPARSH/ SC- 4 LG 4 1. 4 NUMERIC & 08/02/2017
H CAMERAS IR50BP-32 /32LM563BPTC SPARSH/TP1604 Digital
F202-GH, 2. 1000HR-V
SPARSH/TP1604
F202-GH, 3 SR
NP04F601-H, 4.
XPIV- XP-4008-N
265 NORT PUNJAB FSD SAMANA 11 Sparsh IR day & Night Digital 1 LG/32MN58H 1 Sparsh 1 Numeric 21/06/2017
H Camera
266 NORT PUNJAB FSD SANGHOL 13 Sparsh Marq 1 Marq 1 Sparsh 1 Numeric 2017
H
267 NORT PUNJAB FSD SANGRUR-II 21 NON HD SPARSH HG VISION 2 LG 2 SPARSH 2 NUMERIC 2017
H DIGITAL 1000
268 NORT PUNJAB FSD 11 BULLET SPARSH/ SC- 1 LG/ 32 1 SPARSH/ SR- 1 MICROTEK/ 31/03/2017
H SARDULGARH AP320BP-R34 MSMN58HP TP64F22- NM36MX1KK
SEPT 2016 274586LT 1
269 NORT RAJASTHAN FSD 7 BULLET SECURE (SIP- 1 PANASONIC 1 CP PLUS-16 CH 1 BPE ONLINE 31/01/2014
H SAWAIMADHOPU CAMERA 40SH534W-B-1) 32,"(TH-L32B6D) NVR JB-4002FE (MF1103L8
R
270 NORT RAJASTHAN FSD SIKAR 12 Bullet SPARSH (SC- 1 INTEX LED 1 SPARSH 1 NUMERIC(Dig 25/03/2017
H Camera-12 AP320BP-R34) (3210) (SRTP64F222745 ital 1000 HR-
64LT) V)
271 NORT RAJASTHAN FSD SIROHIROAD 10 BULLET SPARSH, 1 AIRTEK, 1 SPARSH, 1 ONLINE UPS, 11/04/2017
H CAP32BR34 273736 AE32DJN SRTP64E222745 BPE,
T 78LT MF1103L8
272 NORT HARYANA FSD SIRSA 14 BULLET SPARSH> SC- 1 Samsung screen 1 sparsh 1 Numeric 25/02/2017
H CAMERAS AP320bp-R34 32 inch LED
273 NORT UTTAR FSD SITAPUR 14 Outdoor Sparsh 1 Intex 1 Sparsh 1 Luminous eco 2019
H PRADESH camera watt Neo 900
274 NORT UTTAR FSD SKB 20 Cctv Sparsh digital 2 LG 32" LED 2 Sparsh digital Not NA 10/01/2017
H PRADESH Applicabl
e
275 NORT HARYANA FSD SONIPAT 9 Bult Sparsh 1 Intex 1 Sparsh 1 Numeric 21/02/2017
H
276 NORT J&K FSD SRINAGAR 10 Bullet-8; SPARSH- 8 cameras; 2 LG (32MN58H) - 2 SPARSH Not NA 2016 -
H Dome-2 CP PLUS (CP-URC- 8 cameras; (SRPT64E22 Applicabl Sparsh 8
DC24L2-V3-0360) - 2 LAPCARE (38.36 274561): 8 e cameras &
cameras LM LED Monitor)- cameras; CP 2023 - CP
2 cameras PLUS (CP-UVR- Plus 2
cameras

Page 154 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
04011E1-CV2): 2
cameras

277 NORT RAJASTHAN FSD 10 Bullet Sparsh (CAP32BR34 1 LG (32MN58H) 1 Sparsh 1 BPE 2017
H SRIVIJAYNAGAR 270852LT) (SRTP64F222770 (MF1103L8)
00AS)
278 NORT RAJASTHAN FSD SUJANGARH 8 BULLET SPARSH 1 INTEX LED (- 1 SPARSH 1 BPE(MF1103 18/02/2017
H CAMERAS- MODEL/COMPANY(S 3218/2016) MODEL(RHD6SN L8)
08 C AHR410BP-3R20 2224304FP SR-
PG) PHD1602SN02-
SH)
279 NORT PUNJAB FSD SULTANPUR 15 BULLET SPARSH/5CAB20B32 1 LG-32MN58H 1 SPARSH/(SRX6S 1 NUMERIC 13/02/2017
H LODHI 1 22GH392237CM 1000 HR-V
SR-XR1616S202-
GH)
280 NORT PUNJAB FSD SUNAM-I 14 Analog IR Sparsh 1 LG/INTEX/SPAR 1 Sparsh 1 Numeric/Micro 2017
H SH tex
281 NORT UTTAR FSD TALKATORA 32 BULLET HIKKVISION 2MP 2 LG 1 32 CH HIKVISION 2 NUMERIC 18/11/2023
H PRADESH CAMERA BULLET CAMERA NVR 4 SATA DIGITAL 1000
HR-V
282 NORT PUNJAB FSD TALWANDI 11 ANALOG Bullet 1 LG, 32MN58H 1 SPARSH- 1 NUMERIC 2017
H BHAI SRTP64E222770 DIGITAL 1000
21AS HR-V
283 NORT PUNJAB FSD TALWANDI 11 BULLET SPARSH/ SC- 1 LG/ 32 MN58H 1 SPARSH/ 1 NUMERIC/ 31/03/2017
H SABO AP320BP-R34 SEPT 2016 SRTP64F222745 DIGITAL 1000
87LT/ AJHUA/DH- HR-V
XVR4B16-I
284 NORT PUNJAB FSD TANDA 13 Bullet SPARSH & SCAB -20- 1 LG 2016 1 SPARSH & SR- 1 NUMERIC & 12/02/2017
H Camera B-321 &32MN58H XR1616S@02- DIGITAL
GH 1000HR-V
285 NORT PUNJAB FSD TAPA 9 CCTV SPRASH/ 1 LG/ 323MN58H- 1 SPRASH/ 1 NUMERIC 2017
H CAP32BR34208466K P.ATRDJPN SRTP64F224418 DIGITAL
Q 65KT 1000HR-V
286 NORT HARYANA FSD TARAORI 17 Bullet SPARSH(SC- 2 INTEX(LED- 2 SPARSH 16 1 NUMERIC 2017
H Camera AP3208P-R34) 3233/2019), Channel (SR- (ST-
NACSON(LSC32 PHDR16028N02- 1KVA/QUANT
0AN10-H07) GH) A)
287 NORT PUNJAB FSD TARN TARAN 11 ANALOG SPARSH,BULLET 1 INTEX 1 SPARSH 1 NUMERIC 03/03/2017
H
288 NORT HARYANA FSD TOHANA 9 CCTV SPARSH (SC- 1 NCSON(NS32SF 1 CP PLUS(SR- 1 NUMERIC 19/01/2016
H AP320BP-R34) L) TP1604F202-GH) (DIGITAL
1000HR-V)

Page 155 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
289 NORT RAJASTHAN FSD UDAIPUR 22 BULLET SPARSH CP PLUS 2 LG 32" ( Model 2 SPARSH 16- 1 BPE UPS 2017
H CAMERAS (SP AP320BPR34) no.32MN58H) Channel (MF1103L8)
and INTEX
(LED3233)
290 NORT HIMACHAL FSD UNA 6 BULLET 5-Sparsh/ SC- 1 LG/ 32MN58H 1 Sparsh/ 2 1- 2017 &
H PRADESH AP320BP-R34 & 1 SRTP64F22 MICROTECH 2023
Loyal/ PCD- 268264LT NM36MX1KK
2016/41055836 11 & 2.
UNLINE/SMA
RTLINE-SL-
1000
291 NORT PUNJAB FSD VALLAH 15 FOCAL SPARSH / 1 INTEX (LED- 1 SPARSH (SR- 1 NUMERIC 19/04/2017
H BULLET SCAP320BP-R34 3218) TP1604F202-GH) (DIGITAL
CAMERA 1000 HR-V)
292 NORT UTTAR FSD VYASNAGAR 21 SPARSH HD SPARSH SAPL625 2 "LG 32 2 SPARSH 2 DIGITAL 2017
H PRADESH CAMERA LQ571CBSA 1000HR V
LG32LQ
571CBSA"
293 NORT PUNJAB FSD ZIRA 13 Analog Bullet 1 As Applicable 1 Sparsh 1 NA 2017
H
294 NORT PUNJAB FSD-1 16 ANALOG IR SPARSH 1 32'' LED 1 16CH DIGITAL 1 NUMERIC/MI 12/06/2017
H NAWANSHAHR CAMERA MONITOR VIDEO CROTEK
LG/INTEX/SPAR RECORDER
SH SPARSH
295 NORT PUNJAB FSD-1, DHURI 09 CCTV N/A 1 LG 1 Sparsh 1 N/A 01/01/2023
H
296 NORT PUNJAB FSD-2 12 ANALOG IR SPARSH 1 32''LED 1 16CH DIGITAL 1 NUMERIC/MI 12/06/2017
H NAWANSHAHR CAMERA MONITOR VIDEO CROTEK
LG/INTEX/SPAR RECORDER
SH SPARSH
297 NORT PUNJAB FSD-I 09 CCTV SPARSH 1 LG 1 SPARSH 1 NUMERIC 2017
H MALERKOTLA
298 NORT PUNJAB FSD-I SANGRUR 11 CCTV HIKVISION 1 HIKVISION 1 HIKVISION 1 HIKVISION 2013-14
H
299 NORT PUNJAB FSD-II DHURI 12 CCTV SPARSH/ HG VISION 1 LG 32 INCH 1 VJA2116 AHD 5 1 NUMERIC 2017
H MP DIGITAL 1000
HR-V
300 NORT HARYANA FSD-II KAITHAL 9 HD SPARSH 1 INTEX 1 SPARSH, 1 EXIDE 25/05/2017
H SRT64F22/44186
3KD
301 NORT UTTAR FSDLAKHIMPUR- 10 Sparsh NZ-15-16\1548 1 SONY PK-323 1 DH-VR4816 1 NUmiricSR-T 24/04/2017
H PRADESH KHERII Camera-10

Page 156 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
302 NORT NAGALAND FSD-TUENSANG 4 BULLET CP PLUS/UVC- 1 GRASP LED 32 1 CP PLUS CP- 1 LUMINOUS 01/09/2017
H CAMERA TA20L3-V2 INCH UVR-0801E1-CS ECO WATT
NEO 1050
303 NORT RAJASTHAN GANDHINAGAR 16 Bullet SPARSH(SC- 1 INTEX LED 1 SPARSH(SR- 1 NUMERIC(DI 2016
H camera AP320BP-R34) (3218) TPT604F202-GH) GITAL 1000
HR-V)
304 NORT PUNJAB GHANAUR 11 Bullet SPARSH/SCAB20B- 1 32''LG/32MN58H 1 SPARSH/SRTP64 1 BPE/BP,650- 2017
H 32P F22280136HO V
305 NORT DELHI GHEVRA 48 Bullet/Outdo Sparsh / CPPlus 5 Sparsh/Zebronics 9 Sparsh 3 Microtek 2017
H or
306 NORT PUNJAB GURUHARSAHAI 13 Bullet SCAB20B-31P 1 LED 3226/2019 1 Sparsh 1 1KVA/12V 01/02/2017
H Sparsh INTEX SRTP1604F202- microtek
GHS
307 NORT PUNJAB JAMALPUR 16 Bullet Sparsh ( model- 1 LG 1 Sparsh/ SR- 1 Numeric 12/02/2017
H cameras SCAB20B-32P) XR1616S202 company &
digital 1000
HR- V
308 NORT HARYANA KALANWALI 11 BULLET SPRASH 1 INTEX (LED- 1 SRTP64F224410 1 MICROTEK- 18/09/2017
H CAMERA (CAP32BR34240407 3210) 65KT 1629697041
KP)
309 NORT PUNJAB KILARAIPUR 11 Analog IR Sparsh 1 32" LED 1 SR-TP1604F202- 1 1KVA/12v 01/06/2017
H CAMERA MONITOR LG GH sparsh numeric/micro
tek
310 NORT J&K KUPWARA 6 CCTV SPARSH 1 LG 32MN58H 1 SPARSH 1 VGUARD 22/02/2016
H CORQ383231222LV SBTP64F222745 JAADOO1050
60LT
311 NORT PUNJAB KURALI 16 Bullet Sprash sc ap 320 bp- 1 Intex LED 3218 1 Sprash SRTP 1 Numeric 2017
H R 34 1604F202-GH Digital 1000
HR-V
312 NORT PUNJAB LAKHEWALI 11 Bullet SPARSH 1 Samsung 1 SPARSH 1 NUMERIC 2017
H (16006) MHE3232 DIGITAL 1000
HR-V
313 NORT PUNJAB MAIZE DRIER 6 BULLET SPARSH MODEL 1 LG 32MN58H- 1 SPARSH 1 NUMERIC 08/06/2017
H (RSD KHANNA ) ANALOG (SC-AP320BP-R34) P/2017 /TP1604F202-GH DIGITAL 1000
CCTV HR-V
CAMERA
314 NORT PUNJAB MAIZE DRIER 6 CCTV SPARSH 1 LG 32MN58H- 1 SPARSH HDAVI 1 NUMERIC 2017
H UNDER RSD P/2017 DIGITAL VIDEO DIGITAL 1000
KHANNA RECORDER HR-V
315 NORT PUNJAB MAJITHA 9 Focal Bullet Sparsh/SCAP320BP- 1 LG(32MN58H) 1 Sparsh(SRTP160 1 Numeric 15/03/2017
H R34 4F202-GH)
316 NORT PUNJAB MAKHU 11 ANALOG BULLET 1 SPARSH 1 SPARSH 1 NUMERIC 2017
H DIGITAL 1000

Page 157 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
HR-V
LEGRAND
317 NORT RAJASTHAN MARWAR 10 Analog IR 08 CAMERA - 1 LG/32MN58H 1 SPARSH/SR- 1 NUMERIC/MI 04/03/2017
H JUNCTION Vari- Focal SPARSH(SC- TP1604F202-GH CROTEK
Bullet AP320BP-R34, 2 MF1103L8
Camera CAMERA -HiK vision
(DS-2CE16C0T-IRP)
318 NORT HARYANA MG SAFIDON 14 CCTV Hikvision 1 Willett 1 Hikvision 1 Microtek 01/09/2023
H
319 NORT HARYANA MRM KARNAL 6 ANALOG Sparsh Model SC- 2 Intex Model 3221 2 Sparsh Model SR- 1 Numeric 27/03/2017
H AP320BP-R34 & Intex Model TP160F202-GH Model
3218 YTV16256779
34
320 NORT PUNJAB NASRALA 9 Bullet SPARSH & 1 LG/3258 H 1 SPARSH & SR- 1 Numeric & 12/02/2017
H camera SCAB20B-32P TP1604F202-GH Digital
1000HR-V
321 NORT DELHI NB12002 [NEW 30 Bullet CP PLUS (CP-USC- 1 2 CP Plus 1 Microtech (UL 08/04/2016
H PUSA (CTO)] {A1} Camera-25 , TA24L2-0360) (LF24T353FHWX 203889LU)
Dome XL)
Camera-5
322 NORT HIMACHAL ND13010[FSD NIL NIL NIL NIL NIL NIL NIL NIL NIL NIL
H PRADESH BHAWARNA{DHA
RAMSHALA}]{A1}
323 NORT HIMACHAL ND14001 [FSD 6 Bullet Sparsh /SC- 1 LG/32MN58H-P 1 Sparsh/ 1 Numeric 2017
H PRADESH KULLU {MANDI}] Camera - 6 AP320BP-R34 SRTP64F22 Digital 1000
{A1} 268266LT HR-V
324 NORT HIMACHAL ND14004 [FSD 06 BULLET Sparsh /SC- 1 LG/32MN58H-P 1 Sparsh/ 1 Numeric 2017
H PRADESH KARGA {MANDI}] CAMERA AP320BP-R34 SRTP64F22 Digital 1000
{A1} 268266LT HR-V
325 NORT PUNJAB NEW FSD 11 Bullet HD Sparsh/SCAB-20-B- 1 LG/32MN58HP 1 Sparsh(SRTP64F 1 Numeric/Digit 02/10/2017
H camera 321 229561BS SR- al 1000 HR-V
TP1604F202-GH
326 NORT PUNJAB NEW FSD KPT 11 SPARSH SPARSH 1 LG 1 SPARSH 1 NUMERIC 10/02/2017
H
327 NORT PUNJAB NEW FSD 32 Bullet Sparsh/SCAP320BP- 2 32" 2 HIK VISION/DS- 2 TINY 17/12/2017
H RAJPURA Camera R34 LG/32LM560BPT 7104HGHI-K1 TRITON/CO1
C AND 32" 4021015-2
SAMSUNG/UA32
T4010ARXXL/20
21
328 NORT PUNJAB NF 18008 B.G 17 IP Base Hikvision 1 HP v185e 2 Hikvision 1 APC/SRV2KU 2013
H TANDA Cameras XI-IN
329 NORT RAJASTHAN NG13002 10 02 bullet,08 CAP32BR34270588L 1 LED-3218 1 SRTP64F224410 1 M11L20H006 31/03/2017
H vendor T 66KT 48

Page 158 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
330 NORT RAJASTHAN NG15002 [FSD 12 Bullet SPARSH 1 LG 32 MN58H 1 SPARSH (SR- 1 BPE 20/05/2017
H POKRAN] {A1} Camera-12 (SRTP64F2227458LT TP1604F202-GH) (MF1103L8)
)
331 NORT RAJASTHAN NG16002 FSD 20 Bullet SPARSH (HDAVI IR)- 2 INTEX (LED- 2 SPARSH-16 CH 2 NUMERIC 2017-17,
H SHIVPURA (KOTA) Camera 17, HIKVISION (DS- 3225) HD DVR (SR- DIGITAL 2023-3
2CE16DOT-ITPFS)-3 TP1604F202-GH) (1000 HR-V)
332 NORT PUNJAB OLD FSD 9 Bullet HD Sparsh/SCAB-20-B- 1 AIRTEK 1 SPARSH 1 Numeric/Digit 27/02/2017
H camera 321 (AIREK08210000 (SRX6S21GH396 al 1000 HR-V
072341) 420DM)
333 NORT PUNJAB OLD FSD 9 BULLET NA 1 AIREK08210000 1 5RX6S21GH3964 1 4.4161E+11 2017
H KAPURTHALA CAMERA 072341 20DM
334 NORT PUNJAB OLD FSD 9 Bullet Sparsh/Scap320bp- 1 32"LG/32MN58H 1 SPARSH/SRTP64 1 Numeric/digita 19/12/2017
H RAJPURA Camera R34 F229585BS l 1000hr-v
335 NORT UTTRAKHAN PITHORAGARH 08 CCTV SPARSH 1 SPARSH 1 SPARSH 1 NUMERIC 17/01/2017
H D
336 NORT PUNJAB QC LAB 01 Bullet CP-USC-DA24L2- 1 MI 2017 1 CP-UVR-0401E1- 1 2017 2017
H DIVISIONAL 0360 CS Luminous
OFFICE
BATHINDA
337 NORT PUNJAB RAIKOT 11 Analog IR SPARSH 1 LG 32" 1 SPARSH 16 1 NUMERIC 20/04/2017
H Camera CHANNEL
338 NORT PUNJAB RAMPURAPHUL 09 Bullet Sparsh & 2017 1 Visio world & 1 Sparsh & 2017 1 Numeric 16/06/2017
H 2023
339 NORT PUNJAB RAMPURAPHUL 09 Bullet SPARSH & 2017 1 Visio world &2023 1 Sparsh & 2017 1 Numeric & 16/06/2017
H 2017
340 NORT PUNJAB RSD KHANNA 10 BULLET SPARSH MODEL 1 LG 32MN58H- 1 SPARSH/TP1604 1 NUMERIC 08/06/2017
H ANALOG (SCAB20B-32P) P/2016 F202-GH DIGITAL1000
CCTV HR-V
CAMERA
341 NORT PUNJAB SANGHOL 13 bullet SPARSH 1 32HDNDQEE1B( 1 SPARSH - 1 NUMERIC 2017
H CAP32BR34219793C MARQ) TP1604F202-GH Digital
P SC-AP320BP-R34 1000HR-V
342 NORT PUNJAB SILO 15 BULLET SPARSH MODEL 1 AIRTEC 1 SPARSH/TP1604 1 NUMERIC 13/05/2017
H GOBINDGARH ANALOG (SC-AP320BP-R34) AE32DJN F202-GH DIGITAL 1000
(RSD KHANNA) CCTV HR-V
CAMERAS
343 NORT ASSAM BADARPURGHAT 16 QTY 15 CP PLUS IP CAMERA 1 ACER V196HQL 1 NVR 16 CH (CP 1 EXIDE 2022
H BULLET BULLET 2 MP - QTY PLUS) INVERTER
EAST AND QTY 1 15, CP PLUS IP 1450 VA 24 V
DOME CAMERA DOME 2
MP - QTY 1

Page 159 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
344 NORT ASSAM CHAULKHOWA 12 BULLET CP PLUS 1 I GRASP 1 CP PLUS 1 DELTA 2017
H CAMERA
EAST
345 NORT ASSAM CINNAMARA NIL NIL NIL NIL NIL NIL NIL NIL NIL NIL
H
EAST
346 NORT MANIPUR CW FSD 8 Bullet CP PLUS 1 Acer 1 CP PLUS 8 Not Not Available 18/11/2021
H BISHNUPUR CHANNEL HD Applicabl
EAST DVR e
347 NORT ARUNACHAL CW/ FSD TEZU 06 Bullet CT PLUS 1 Zebster LED 1 DVR CITY PLUS 1 Cyber power 17/06/2022
H PRADESH camera BU 1000 E
EAST
348 NORT ARUNACHAL FCI FSD NIL NIL NIL NIL NIL NIL NIL NIL NIL NIL
H PRADESH DAPORIJO
EAST
349 NORT ASSAM FCI FSD DHEMAJI 8 BULLET CP PLUS 1 GRASP 1 CP-UVR-1601E1- 1 ZEB-U725 2021
H V4
EAST
350 NORT NAGALAND FCI FSD DIMAPUR 16 Bullet type CP Plus (CP-UVR- 1 REDMI TV 1 COSMIC HD TVR 1 SF SONIC 26/07/2017
H 1604K2-S) 23/4812217/01C CP-UUR-1604K2- PRIMA 12V
EAST HTV S
351 NORT ARUNACHAL FCI FSD 06 Bullet Hikvision 2 MP Bullet 1 msi 3BA9 1 CP PLUS & CP- 1 Microtek & 14/08/2017
H PRADESH KHARSANG cameras camera UVR-0801E1-CS MTKAE11H
EAST
352 NORT MIZORAM FCI FSD KOLASIB 6 BULLET CP PLUS / BULLET 1 ACER/V196HQL 1 CP UVR 1604K2S Not NIL 01/09/2017
H CAMERA TYPE Applicabl
EAST e
353 NORT ASSAM FCI FSD 10 CCTV CP PLUS 1 Kjw32nshdf 1 CP-UVR-1604K2- 1 21ILA4B3AC0 18/03/2017
H NARAYANPUR camera V3 01484
EAST
354 NORT ASSAM FCI FSD 13 DIGITAL IP CP-UNC-TA2P-C80 1 HP-v185e 1 HIK VISION 1 MAKE/JIL- 2014
H RAMNAGAR 2526
EAST
355 NORT TRIPURA FCI, FSD 9 Bullet CP PLUS and 1 GRASP ZT-4005 1 Godrej Security Not NA 2014
H NANDANNAGAR cameras -6 , Baburos Solution, STI- Applicabl
EAST Dome NVR16S1-SK e
camera- 3 16CH
356 NORT MEGHALAYA FSD BAGHMARA NIL NIL NIL NIL NIL NIL NIL NIL NIL NIL
H
EAST
357 NORT MEGHALAYA FCI, FSD-TURA 06 Bullet CP Plus Bullet 1 Wybor 32 inch 1 CP Plus 8 Port Not Nil 22/06/2022
H Camera 2MP Camera 2MP LED NVR Applicabl
EAST e

Page 160 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
358 NORT MANIPUR FCI,FSD-JIRIBAM 8 IP cameras hik vison 1 sumsung 1 ds7b09hqhik1 Not no 12/02/2024
H Applicabl
EAST e
359 NORT ARUNACHAL HG DEOMALI NIL NIL NIL NIL NIL NIL NIL NIL NIL NIL
H PRADESH
EAST
360 NORT MANIPUR FDS NIL NIL NIL NIL NIL NIL NIL NIL NIL NIL
H CHURACHANDPU
EAST R
361 NORT ARUNACHAL FSD AALO 00 NA NA Not NA Not NA 1 Electraplus 2022
H PRADESH Applicable Applica
EAST ble
362 NORT MIZORAM FSD AIZAWL 6 Bullet CP plus 1 Acer 1 CP-UVR-1601E1- 1 Luminous 16/09/2017
H S Inverter
EAST
363 NORT ARUNACHAL FSD ANINI NIL NIL NIL NIL NIL NIL NIL NIL NIL NIL
H PRADESH
EAST
364 NORT ASSAM FSD NIL NIL NIL NIL NIL NIL NIL NIL NIL NIL
H ARCHIPATHAR
EAST
365 NORT MIZORAM FSD BAIRABI 8 BULLET CP PLUS 1 ACER 1 CP PLUS UVR- 1 CYBER 2017
H 0801E1-HE POWER BU
EAST 1000E
366 NORT ARUNACHAL FSD 6 Bullet CCTV Hikvision Bullet 1 HP ; HPLE1851W 1 CP Plus DVR 1 FYBER ; PS- 2021
H PRADESH BHALUKPONG Camera Camera 1208
EAST
367 NORT ASSAM FSD BINDUKURI 19 CP PLUS CP PLUS 2 I GRASP 2 I GRASP 1 Legrand 14/08/2017
H
EAST
368 NORT MIZORAM FSD BUALPUI 8 ANALOG IR ANALOG IR VARI- 1 32'MM LED 1 CP PLUS 1 LUMINOUS 2017
H VARI- FOCAL ACER ECO VOLT
EAST FOCAL 850
(BULLET
CAMERA)
369 NORT ASSAM FSD CHANGSARI 26 BULLET Mac/14.07.08.BDFA.4 2 IGARASP-Model- 2 CP PLUS/CP- 2 Better Power/ 2020
H CAMERA 7/ CP Plus/2 MP ZT-4005C- UNR4K2161-V2 Power ON-
EAST 170010417-ZT- 44B22035115
4005-065 T1-572
370 NORT TRIPURA FSD CHURAIBARI 4 Bullet CP Plus , CP-UVC- 1 GRASP ZT-4005 1 NA 1 Tiny Titron 08/11/2017
H cameras - 4 TA2013-V2 (stk-1)
EAST

Page 161 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
371 NORT TRIPURA FSD 6 Bullet CP PLUS- 5, Baburos- 1 CP Plus 1 NBD-2716NEA Not NA 2014
H DHARMANAGAR cameras - 5, 1 Applicabl
EAST Dome e
camera -1
372 NORT ASSAM FSD DIPHU 6 BULLET CP PLUS 1 I GRASP 1 CP PLUS 16 CH 1 EXIDE 900 2017
H
EAST
373 NORT ARUNACHAL FSD- HG ROING NIL NIL NIL NIL NIL NIL NIL NIL NIL NIL
H PRADESH
EAST
374 NORT ASSAM FSD HOJAI 13 Bullet Hikvision DS720 1 Blaunpaunkt 1 HIKVISION 1 Exide 01/02/2015
H camera
EAST
375 NORT ASSAM FSD 8 Bullet CP plus 1 Sansui 1 CP Plus 1 Cyber power 2017
H JOGHIGHOPA camera
EAST
376 NORT ARUNACHAL FSD KHUPA NIL NIL NIL NIL NIL NIL NIL NIL NIL NIL
H PRADESH
EAST
377 NORT MIZORAM FSD LAWNGTLAI 8 Bullet Analog IR Vari-Focal 1 Acer V196HQL 1 CP-UVR-0801E1- Not No UPS for 19/09/2017
H Camera CV2 Applicabl CCTV
EAST e
378 NORT NAGALAND FSD 06 Bullet C P PLUS UVC- 1 "GRASP 32L33" 1 "C P PLUS CP- 1 "Microtek 08/06/2017
H MOKOKCHUNG Camera-6 TA20L3-V2 UVR- 0801E1-CS" 1000EB"
EAST
379 NORT ASSAM FSD NILAMBAZAR 8 Bullet CP PLUS & CP- URC- 1 Acer & EV321HQ 1 CP PLUS & CP- Not NA 21/02/2022
H TC24PL2-V3-0360 UVR-0801E1-CS Applicabl
EAST e
380 NORT NAGALAND FSD PHESAMA 8 Bullet CP Plus (CP-UNC- 1 Lenovo 1 CP-Plus 8 Ch- 1 Zebronics 23/03/2021
H camera TA21L6-0600) (A20215FDO) NVR UPS(ZEB-
EAST U775)
381 NORT MANIPUR FSD 06 IP/bullet HIKVISION 1 Acer 1 HIKVISION 1 Zebronics 2020
H SANGAIPROU
EAST
382 NORT MANIPUR FSD 8 HIKVISION DS-2CD1023GOE-I 1 UA32T4310BKX 1 DS-7616NI-QI 1 E-U1200 18/02/2022
H SAWOMBUNG XL
EAST
383 NORT MANIPUR FSD SENAPATI 6 IP BULLET Hik Vision DS- 1 Lenovo - D22-20 1 HIK VISION- DS- 1 CYBER 22/02/2021
H HIK VISION 2CD1023G0E-I 2020 7P08NI-Q1 POWER-
EAST BU1000E
384 NORT ASSAM FSD SENCHOWA 8 BULLET CP PLUS 2.4 MP PL 2 1 LCD I GRAS 1 CP PLUS 8CH 1 US GAMA 09/05/2017
H 1000
EAST

Page 162 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
385 NORT ARUNACHAL FSD SEPPA NIL NIL NIL NIL NIL NIL NIL NIL NIL NIL
H PRADESH
EAST
386 NORT MEGHALAYA FSD SHILLONG 8 Bullet CP Plus Bullet 1 Wybor 32 Inch 1 CP Plus 8 Port Not NA 20/07/2017
H Camera 2 Camera 2 MP LED NVR Applicabl
EAST MP e
387 NORT MANIPUR FSD NIL NIL NIL NIL NIL NIL NIL NIL NIL NIL
H TAMENGLONG
EAST
388 NORT ASSAM FSD TANGLA 12 BULLET CP PLUS 1 GRASP 1 CP PLUS 1 LUMINOUS 15/06/2017
H
EAST
389 NORT ARUNACHAL FSD TAWANG NIL NIL NIL NIL NIL NIL NIL NIL NIL NIL
H PRADESH
EAST
390 NORT ASSAM FSD TIHU 10 BULLET CP PLUS(CP- 1 I GRASP GJ- 1 CP PLUS (CP- 1 Microtek 2017
H CAMERA UVC.TA20L3-V2) 3244FHD UVR-1604K2-V3) Legend 650
EAST
391 NORT ARUNACHAL FSD ZIRO NIL NIL NIL NIL NIL NIL NIL NIL NIL NIL
H PRADESH
EAST
392 NORT NAGALAND FSD, MON 6 Bullet CP-USC-T424L2-V5- 1 GRASP LED 1 CP-UVR-1604K2- 1 Tritronics 21/06/2017
H camera 0360, CP PLUS 32WL S, CP PLUS
EAST
393 NORT ARUNACHAL FSD/BANDERDE 8 Bullet CP PLUS 1 Lenovo 1 cp plus Not NA 03/04/2021
H PRADESH WA Camera Applicabl
EAST e
394 NORT ARUNACHAL FSD/BOMDILA NIL NIL NIL NIL NIL NIL NIL NIL NIL NIL
H PRADESH
EAST
395 NORT MEGHALAYA FSD-JOWAI 8 Bullrt CP Plus Bullet 1 WYBOR 32 INCH 1 CP PLUS 8 PORT 1 LUMINOUS 13/07/2016
H Camera 2MP Camera LED
EAST
396 NORT ASSAM GOSSAIGAON 11 BULLET CP PLUSE / BULLET 1 IGRASP / 80CM 1 CP PLUS/ CP- 1 Luminous / 07/06/2017
H LED TV UVR- 1604K2-V3 ECO
EAST WATT+850
397 NORT ASSAM LAIPULI NIL NIL NIL NIL NIL NIL NIL NIL NIL NIL
H
EAST
398 NORT ASSAM LALABAZAR 8 Bullet CP PLUS 1 LG 1 CP PLUS Not Not available 25/03/2022
H Applicabl
EAST e
399 NORT ASSAM LEAP AGRI 25 3 Mega Pixel Hikvision 1 DELL 1 HIKVISION 1 APC DP302 22/09/2021
H LOGISTICS ( PTZ 72 VCD
EAST

Page 163 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
GUWAHATI ) PVT
LTD
400 NORT ASSAM NEW GUWAHATI NIL NIL NIL NIL NIL NIL NIL NIL NIL NIL
H
EAST
401 NORT ASSAM NORTH 10 Bullet CP plus 1 KARBONN/KJW3 1 CP-UVR-1601E1- 1 MICROTEK- 2017
H LAKHIMPUR cameras 2NSHDF/2022 HC MTK381KL
EAST
402 NORT MANIPUR THOUBAL NIL NIL NIL NIL NIL NIL NIL NIL NIL NIL
H
EAST
403 NORT ASSAM TINSUKIA 11 BULLET CP PLUS 1 I GRASP 1 CP PLUS 1 UPA102NX20 2017
H CAMERA 02NOBO
EAST
404 NORT MANIPUR UKHRUL 10 ANALOG IR HIKVISION/ DS- 1 ACER/ V196HQL 1 HIKVISION/DS- 1 ELNOVA/ T- 13/07/2017
H VARI- 2CE1ADOT-ITP/ ECO 7116HGHI-K1 620
EAST FOCAL
BULLET
CAMERA
405 NORT ARUNACHAL YINGKIONG NIL NIL NIL 3 Acer NIL NIL 1 Microtek 2016
H PRADESH
EAST
406 SOUT ANDHRA AKIVIDU 18 ANALOG IR 1.CP-UVC-TA21FL3 1 LG32MN58H-P 2 CP Plus-16 2 CONSOL 21/02/2018
H PRADESH VARI FOCAL Channel (CP- NEO WATT 1
BULLET UVR-1601J) KVA(HML11X
CAMERAS 0001330000)
407 SOUT TELANAGAN BSC 46 ANALOG IR CP PLUS & USC 2 LG 3 DVR-CP PLUS 3 CONSUL 22/05/2018
H A JAMMIKUNTA VARI- NEOWATT
FOCAL
BULLET
408 SOUT TELANAGAN BSC KHAMMAM 60 HDCVI CP PLUS ( CP-UVC- 3 LG 4 CPPLUS (CP- 4 CONSOL 2017
H A CAMERAS TA21FL3) UVR-1601E1) NEOWATT
(Z101E1)
409 SOUT TELANAGAN BSC 39 36 no's IR SNO-6011RP/AJ, 1 LH32MDCPLGC/ 1 SRN-1000P 1 3 KVA UPS 05/05/2015
H A MIRYALAGUDA Bullet, 3 no's SNP-3371PHP/AJ XL with 12v/65
PTZ AH, 16 No's
Batteries
410 SOUT TELANAGAN BSC NALGONDA 46 Analog Bullet CP+, Bullet 2 Croma & 3 CP+ 16th Channel 1 Consul 2018
H A Cameras CREL7369(80cm DVR Neowatt &
HD-Ready LED HML11X0001
LCD TV) 330000
411 SOUT ANDHRA BSC PENNADA 54 CP PLUS CP PLUS 12V 51 3 LG 4 CP PLUS 5 CONSUL 2018
H PRADESH SMPS NEOWATT

Page 164 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
412 SOUT ANDHRA BSC SAMALKOT 48 Analog IR CPPLUS 2 LG 3 CPPLUS/CP- 3 CONSOL 08/03/2018
H PRADESH Vari-Focal UVR-1601E1S NEOWATT
Bullet (1KVA)
camera
413 SOUT ANDHRA BSC SAMALKOT 48 Analog IR CPPLUS/CP-VCG- 2 LG/LED/32MA58 3 CPPLUS/CP- 3 Consol 08/03/2018
H PRADESH Vari- focal ST20FL5-J H UVR-1601J Neowatt/UPS
bullet camera 1KVA, FIN,
36VDC,1PH-
1PH
414 SOUT ANDHRA BSC, PENNADA 62 CP plus CP-UVC TA21FL3 3 LG 32MN57H 4 CP PLUS 5 Consul 07/04/2018
H PRADESH CPUVR1601E1S Neowatt
Z101E1
415 SOUT ANDHRA BSC- NIL NIL NIL NIL NIL NIL NIL NIL NIL NIL
H PRADESH ZANGALAPALLI
416 SOUT ANDHRA BUFFER 48 Bullet CP PLUS & CP-VCG- 2 LG,CROMA 3 CP PLUS & CP- 3 CONSUL,NE 27/03/2018
H PRADESH STORAGE Camera ST20FC5-J UVR-1601E1-S OWATT &
COMPLEX Z101E1
DOWLAISWARAM
417 SOUT ANDHRA BUFFER 56 ANALOG IR CP-PLUS 3 LG 32" 4 CP-PLUS 4 CONSOL 20/02/2017
H PRADESH STORAGE VARI- SCREENS NEOWATT
COMPLEX FOCAL
GUDIVADA BULLET
CAMERA
418 SOUT KARNATAKA BUFFER 51 "Bullet HIKVISION (DS - 3 PHILIPS 2 HIKVISION- (DS- 5 MICROTEK- 2015
H STORAGE Camera-45, 2CD2612F-1), (BDL32455E/00) 7732NIST ) 1KVA
COMPLEX, Dome HIKVISION (DS - PHILIPS ( HIKVISION- (DS-
WHITEFIELD Camera-6" 2CD2012-1), BDL32455E/00 7732NIST)
HIKVISION (DS - DELL)
2DF1-718),
HIKVISION ( DS -
7732NIST)
419 SOUT TELANAGAN FCI BSC 60 BULLET CPPLUS ( CP UVC 3 LG(32MN58H) 4 4 CONSOL 2017
H A KHAMMAM(CAME TYPE TA21FL3) CPPLUS(CP- NEOWATT
RAS ARE NOT UVR-1601E1) (Z101E1)
INSTALLED AT FCI
MAIN DEPOT
KHAMMAM)
420 SOUT TELANAGAN FCI BSD 28 BULLET- 24/ QNO-6012R- 24/ 1 Samsung MD32C 2 CP PLUS CP- 1 EMERSON 2014
H A CHERLAPALLY PTZ- 4 NDP-5512-Z3OL- 4 UNR-4K4322-V3/ LIEBERT GXT
Hanwha Vision MT+
XRN-3010A
421 SOUT TAMILNADU FCI FSD EGMORE 30 ANALOG 160E1-S 2 LG/32MN58H 2 DVR-1601E1-S 1 MODEL : 01/11/2016
H S/N:CP2L06832P 1KVA,FIN,36V
BQ09419 DC SERIAL
NO :

Page 165 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
S/N:CP2L06832P C1201719009
BQ09421 84

422 SOUT KARNATAKA FCI FSD HASSAN 16 Analog IR CP PLUS & 2016 1 LG 1 CP-UVR-1601E1- 1 CONSUL 07/02/2016
H vari-Focal IC NEOWATT
Bullet
Camera
423 SOUT KARNATAKA FCI FSD KUSHAL 9 BULLET CP PLUS 2MP 1 32" LG LED 1 CP PLUS CP UVR 1 KVA Z101E1 17/01/2017
H NAGAR COSMIC VF IR 1601J
BULLET CAMERA
424 SOUT ANDHRA FCI FSD 18 Bullet CPplus 2 Mp cosmic 1 LG 2 CPplus ( cp-uvr- 2 Consol 2017
H PRADESH NIDADAVOLU IR VF bullet 32LT340CBTB/2 1601j) neowatt 1 kva
021 ups
425 SOUT TAMILNADU FCI FSD 16 HDCVI CP PLUS(CP-UVC- 1 LG 1 CP PLUS (CP- 1 CONSUL 17/07/2017
H SEMBANARKOIL Camera-16 TA21FL6) (32LT340CBTB) UVR-1601E1-HC) NEOWATT
HML11X0001
330000
426 SOUT KARNATAKA FCI FSD UNKAL 20 bullet CP PLUS 2MP (CP- 2 LG 32" LED 2 CP PLUS 16 2 Consul 2018
H cameras UNC-TA21PL3) 32MN58H CHANNEL (CP- Neowatt - 1
UVR-1601K1) KVA (Model -
Z101E1)
427 SOUT ANDHRA FSD - PALAKOL 15 Anolog IR CP PLUS 1 LG 32 INCH 1 CP PLUS 1 CONSUL 15/11/2017
H PRADESH Vari-Focal NEOWATT
Bullet
Camera
428 SOUT ANDHRA FSD 26 Bullet CP-UVC- 2 LG(32MN58H) 2 CP-UVR-160/E1- 2 Exide 11/12/2017
H PRADESH AMADALAVALSA, cameras CP TA21FL3/CP-VCG- and ZEBRONICS IC16CH265 CONSUL
DO SRIKAKULAM PLUS ST20FL5-J, CP-USC- 32inch(ZEB- NEO
TA24L2-V5-0360, CP- 32P1/2022) WATT(MODE
URC-TC24PL2-V3- L-Z101E1)
0360
429 SOUT KARNATAKA FSD ANDROTH NIL NIL NIL NIL NIL NIL NIL NIL NIL NIL
H
430 SOUT KERALA FSD ANGAMALY NIL NIL NIL NIL NIL NIL NIL NIL NIL NIL
H
431 SOUT TAMILNADU FSD ARAKKONAM 65 CP-PLUS 16 CP-PLUS ANALOG 5 32 INCH LED 05 5 CP -PLUS/18 1 10 KVA 16/09/2017
H CHANNEL Nos (LG 04 Nos, CHANNEL
CROMA 01 Nos)
(CREL7369/2022
)
432 SOUT KERALA FSD ARAKKULAM 12 Bullet Cp Plus-11 (Cp 1 LG(32MN58H-P) 1 CP Plus-16 1 CONSUL 11/07/2017
H Cameras Plus/CP-VCG- Channel (CP- NEOWATT-
SAT20FL5-J), HIK UVR-1601J) 1KVA -
VISION -1 (HML11X0001
(DS2CE12DF3T-FS) 330000)

Page 166 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
433 SOUT TAMILNADU FSD AVADI 54 51 Bullet HIK VISION/ DS- 1 SKOTCH 1 HIK VISION/ DS- 3 IGATECH/1kV 2015
H cameras and 2CD1013GOE-I 8664NI-I8 A
3 Dome
cameras
434 SOUT KERALA FSD 12 Bullet CP PLUS(CP-UVC- 1 LG (32MN58H) 1 CP Plus-16 1 CONSUL 2016
H AVANEESWARAM Camera TA21FL5) Channel (CP- NEOWATT
UVR-1601E1-HC) UPS 1 KVA
(HML11X0001
330000)00)
435 SOUT KARNATAKA FSD BALLARI 32 Bullet HIK VISION (DS- 1 PHILIPS 1 HIK VISION (DS- 3 MICROTEK- 2015
H camera-27 2CD2012-I) (BDL3245E) 7732 NIST) 1KVA UPS
and Dome (Model No.
camera-05 1KK11) 036
MX MAX
SERIES
436 SOUT KARNATAKA FSD BELGAUM 24 Bullet CP-PLUS CP-UVC- 2 LG LED 2 CP-UVR-1601J, 2 Consul 01/01/2018
H TA21FL3 MONITOR 1601E1-HC Neowatt
MODEL-
Z101E1
437 SOUT KARNATAKA FSD 10 Analog IR COSMIC HD 1 LG & 32" led 1 CP PLUS 1 EXIDE& 05/01/2018
H BHADRAVATHI Vari-Focal CAMERA-CP PLUS & *CP/UVR - Z01E1
Bullet CP-UVC-TA21FL3 1601EI-S
Camera
438 SOUT ANDHRA FSD BICCAVOLU 24 ANALOG CP-UVC7A21FL3 2 LED MONITOR 2 CP-UVR-1601J2 2 1KVA-Z101E1 28/11/2017
H PRADESH BULLET 32"
CAMERAS
439 SOUT KARNATAKA FSD BIJAPUR 16 Bullet Analog IR varifocal 1 LG32 inch 1 CP PLUS 1 CONSUL 17/10/2017
H bullet camera/CP- LED/32MN58HP- TRIBRID720 P NEOWATT/H
UVC-TA21FL3 PATR COMPACT ML11X000133
0000
440 SOUT KARNATAKA FSD BOMMAPUR 26 BULLEET HIKVISION :DS- 2 PHILIPS (M.No: 1 HIKVISION (NVR) 1 Luminious 2015
H AND DOME 2CD2612F-I & BDL3245E/ JAN (M.No: DS- (12V)
CAMARA HIKVISION: DS- 2013) 7P32NI-K4)
2CD1023G0E-I
441 SOUT KERALA FSD 15 Bullet CP Plus (CP-VCG- 1 LG Model No: 1 CP Plus (CP- 2 Consul 2017
H CHALAKKUDY camera ST20FL5-J) 32MN58H UVR-1601E1-V4) Neowatt 1KVA
S/N No:
C1201846082
384 & 1KVA
S/N No:
C1201846082
385
442 SOUT TAMILNADU FSD 06 Bullet type CP PLUS / CP- VCG - 1 LG / 32MN58H 1 CP PLUS / CP- 1 Consul 28/07/2017
H CHIDAMBARAM ST20FL5-J UVR -1601J Neowatt /
Z101E1

Page 167 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
443 SOUT KERALA FSD 27 BULLET Cp Plus-24 (CP 2 LG(32MN58H-P) 2 CP Plus-16 2 CONSUL 12/07/2017
H CHINGAVANAM CAMERAS Plus/CP-VCG- Channel (CP- NEOWATT
SAT20FL5-J) UVR- POWER
HIK VISION -3( 1- 1601J),HIKVISIO SOLUTIONS -
DS2CE16DOT- N 16 1KVA(HML11
ITPFS, 1-DS- Channel(IDS- X0001330000
2CE1AD0T-ITI 7116HQHI-M1/S) )
F,DS2CE12DF3T-FS
),
444 SOUT ANDHRA FSD CHITTOOR NIL NIL NIL NIL NIL NIL NIL NIL NIL NIL
H PRADESH
445 SOUT TAMILNADU FSD 69 Bullet Cp Plus/CP-ACG- 5 LG/32MN58H 5 Cp Plus/CP-UVR- 1 Consul /10 31/08/2017
H COIMBATORE Camera ST20FL5-J 1601J KVA
446 SOUT TELANAGAN FSD DICHPALLY 12 bullet camera analog ir varifocal 1 CROMA 1 CP PLUS CP- 1 MICROTEK 18/11/2017
H A bullet camera CREL7369 UVR-1601J SW EB 1100
447 SOUT ANDHRA FSD ELURU 34 Analog 16 Cp plus 2 LG 3 Cp plus 3 Consul 04/07/2024
H PRADESH port bullet neowatt
camera
448 SOUT KARNATAKA FSD GADIKOPPA 22 bullet CP PLUS (CP-UVC- 2 LG-1 2 CP PLUS (CP- 2 NUMERIC- 20/06/2018
H TA21FL3) (32LT340CBTB) UVR-1601J) 1(R-
SAMSUNG- CPPLUS(CP- 67000248)
1(UA32K5100AR UVR-1601E1-HC) CONSUL
LXL) NEOWATT-1
(C120171901
0154)
449 SOUT TAMILNADU FSD KARAIKAL 11 BULLET CP PLUS-(CP-VCG- 1 LG (32MN58H) 1 CP PLUS-(CP- 1 CONSUL 29/09/2017
H CAMERA ST20FL5-J) UVR-1601-E1-S) NEOWATT
(Z101E1)
450 SOUT KERALA FSD NIL NIL NIL NIL NIL NIL NIL NIL NIL NIL
H KARUNAGAPALLY
451 SOUT KARNATAKA FSD KGF 16 BULLET CP PLUS (CP-UVC- 1 LG 1 CP Plus-16 1 CONSUL 2018
H CAMERA - TA21FL3) Channel (CP- NEOWAT
16 UVR-1601J) (Z101E1)
452 SOUT KERALA FSD KILIKOLLUR 8 Bullet CP PLUS(CP-UVC- 1 LG (32MN58H) 1 CP Plus-16 1 CONSUL 2016
H Camera TA21FL5); CP Channel (CP- NEOWATT
PLUS(CP-UVC- UVR-1601E1-HC) UPS 1 KVA
TA21FL6) (HML11X0001
330000)
453 SOUT KERALA FSD KOCHI 15 BULLET 13 cameras ( CP 1 LG (32MN58H) 1 CP-PLUS-16 2 CONSUL 22/07/2017
H PLUS)( CP-VCG- Channel (CP- NEOWATT-
ST20FL5-J) 02 UVR-1601E1-1C) 1KVA
cameras ( CP PLUS) (HML11X0001
(CP-URC-TC24PL2- 330000)
V3-0360)

Page 168 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
454 SOUT KERALA FSD KOLLAM 20 Bullet CP PLUS(CP-UVC- 2 TRION 1 CP Plus-16 2 CONSUL 2016
H Camera TA21FL5), (CP-USC- (32HDLED) Channel (CP- NEOWATT
TA24L3-D-0360) UVR-1601E1-HC) UPS 1 KVA
(HML11X0001
330000)
455 SOUT KARNATAKA FSD KOPPAL 16 BULLET CP-PLUS(CP-VCG- 1 ACER (CP-UVR- 1 CP-PLUS(CP- 1 CONSUL 2018
H CAMERA- 16 ST2OFL5-J) 1601J) UVR-1601J) NEOWATT
(C120171900
9944)
456 SOUT KARNATAKA FSD KR NAGAR 16 BULLET CP PLUS ( CP-VCG- 1 LED/ LG 32" 1 DVR/ CP PLUS 16 1 CONSUL 24/08/2017
H CAMERA ST20FL5-J) (32MN58H-P) Channel (CP NEOWATT 1
UVR_1601J) KVA (5EL-
1000IN)
457 SOUT KARNATAKA FSD KR PURAM 48 BULLET CP PLUS 2 MP 3 LG MONITOR 32 3 CP Plus-16 3 Consul Neo 01/01/2018
H CAMERA COSMIC VF IR INCHES LG LED- Channel (CP- watt/UPS
BULLET CAMERA 32 MN58H UVR-1601J) 1KVA,FIN ,36
CP3L059B5PAF0067 VDC,1PH-
3 1PH
458 SOUT ANDHRA FSD KRISHNA 16 CP PLUS CP PLUS (Analog IR 1 LG 1 CP PLUS 1 CONSUL 2017
H PRADESH CANAL (Analog IR Vari-Focal Bullet NEOWATT &
Vari-Focal Camera) QUANTA
Bullet
Camera)
459 SOUT KERALA FSD 10 Bullet CP PLUS (CP-UVC- 1 LG (32MN58H) 1 CP PLUS (CP- 1 CONSUL 2017
H KUTTIPPURAM TA21FL6) UVR-1601E1-V3) NEOWATT -
1KVA
(Z101B1)
460 SOUT KARNATAKA FSD MADDUR 20 Cp plus 2MP COSMIC VF IR 2 LG(32led) 2 Cp plus (co- 2 Consulnew 25/01/2018
H BULLET CAMERA uvr1801j) watt
(HML11X0001
3300
461 SOUT TELANAGAN FSD 23 IR BULLET CP PLUS 2MP 1 LG LED 32 INCH 2 CP PLUS 16 2 1 KV UPS 18/11/2017
H A MANCHERIAL CAMERA MONITOR CHANNEL 5EL-1000IN
TRIBRID
462 SOUT KERALA FSD 12 Bullet CP PLUS (CP-UVC- 1 LG (32MN58H) 1 CP PLUS-16 1 LUMINOUS - 2017
H MEENANGADI TA21FL6) Channel (CP- 2 KVA
UVR-1601E1-HC) (CRUZE
2KVA)
463 SOUT TAMILNADU FSD MG 26 IP HIKVISION & 2 I GRASP & 32" 1 HIKVISION & 32 4 NUMERIC 23/07/2015
H COMPLEX, DAHUA, CP PLUS, ROCK SERIES CHANNEL
TUTICORIN HIKVISION
464 SOUT KERALA FSD 64 Analog IR CP Plus CP-VCG- 4 LG 32MN58H- 4 CP Plus CP- UVR- 1 HYKON, AEB 26/06/2017
H MULANKUNNATH Vari-Focal ST20FL5-J P.ATR 1601J 6000- 6 KVA
UKAVU Bullet
Camera

Page 169 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
465 SOUT KERALA FSD 23 Bullet CP PLUS-CP-VCG- 1 SAMSUNG- 2 CP PLUS-16 1 HYCON / HT 2017
H MUZHAPPILANGA camera -23 ST20FLS-J LF24T352FHWX Channel (CP- 1102L-2KVA
D XL UVR-1601J)
466 SOUT KARNATAKA FSD MYSURU 22 bullet type - CP - UVC - TA21FL3 2 DA-48F19 2 1601E1-5 2 Z101E1 2017
H 22
467 SOUT KARNATAKA FSD NANJANGUD 16 BULLET CP PLUS (CP-UVC- 1 CROMA 1 CP PLUS (CP- 1 CONSUL 2018
H CAMERA TA21FL3) (CREL7369) UVR-1601E1-IC) NEOWATT
(HML11X0001
330000)
468 SOUT KERALA FSD NILESHWAR 17 Bullet (CP PLUS)(CP-VCG- 1 SAMSUNG - 2 CP PLUS-16 2 UPS 2017
H Camera-17 ST20FLS-J) LF24T352FHWX Channel (CP- 1KVA,FIN,36V
XL UVR-1601E-HC) DC,1PH-1PH-
CONSUL
NEOWATT
469 SOUT KERALA FSD 100 Bullet CP PLUS (CP-UVC- 7 LG 7 CP PLUS (CP- 2 Consul 26/07/2017
H OLAVAKKODE Camera TA21FL3-2MP) (32MN58HP.ATR UVR-1601E1- Neowatt
) HC)) (HML11X0010
FINB0000) -
10 KVA
470 SOUT ANDHRA FSD ONGOLE NIL NIL NIL NIL NIL NIL NIL NIL NIL NIL
H PRADESH
471 SOUT KERALA FSD PAYYANUR NIL NIL NIL NIL NIL NIL NIL NIL NIL NIL
H
472 SOUT ANDHRA FSD PERURU 12 CP PLUS CP PLUS 1 LG 1 CP PLUS 1 CONSUL 2017
H PRADESH 2MP Cosmic NEOWATT
VF IR bullet UPS/1KVA
Camera
473 SOUT KARNATAKA FSD RAICHUR 20 BULLET CP PLUS ( CP-ER- 2 1.RECONNECT 2 CP PLUS(CP- 2 CONSUL 2018
H CAMERA 20 1602E1-TS) (32H3220/2022 GVR-1601E1-S) NEOWATT
and and CP PLUS (C120171901
2.LG/32MN58H) (CP-GVR- 0128 and
1601E1-HC) C1201719009
966)
474 SOUT TAMILNADU FSD 11 BULLET CP PLUS Analog IR 1 LG 1 CP PLUS 1 Consul 2017
H RAMANATHAPUR Vari - Focal Bullet Neowatt
AM
475 SOUT TELANAGAN FSD 60 Analog CP Plus 3 LG 4 CP PLUS 2 CONSUL 18/08/2017
H A SANATHANGAR NEOWATT
476 SOUT ANDHRA FSD NIL NIL NIL NIL NIL NIL NIL NIL NIL NIL
H PRADESH SATTENAPALLI
477 SOUT TAMILNADU FSD SEVUR ( SE 38 Bullet Make:HIK VISION, 1 I GRASP 2 HIK/DS-8632NI- Not 6-UPS(BX- 06/05/2015
H 18002) Camera-33, Model: DS- K8/16-CHANNEL, Applicabl 1100C-IN) All
Dome 2CD1013G0E-I HIK/DS-7716/NI- e 6 UPS is in
camera-5 K4/32- CHANNEL Dead
Condition

Page 170 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
478 SOUT ANDHRA FSD 13 Analog IR CP PLUS 1 LG/32 MN58H 1 CPPLUS/ UVR 1 CONSUl 09/10/2017
H PRADESH TADEPALLIGUDE vari focal 1601E1 NEOWATT/Z1
M bullet camera 01E1
479 SOUT KERALA FSD THIKKODI NIL NIL NIL NIL NIL NIL NIL NIL NIL NIL
H
480 SOUT ANDHRA FSD NIL NIL NIL NIL NIL NIL NIL NIL NIL NIL
H PRADESH TIMMANCHERLA
481 SOUT KARNATAKA FSD TUMKUR 26 BULLET CP PLUS 2 LED LG & 2 CP PLUS & CP- 2 CONSUL 01/01/2018
H TYPE 32LT340CBTB/2 UVR-1601E1-HC NEO WATT &
022 Z101E1
482 SOUT TAMILNADU FSD TVKOIL 31 IP camera Bullet camera, Doom 2 I GRASP 1 DS-8632NI-K8 4 IGATECH, 2014
H camera, DS- IGOL1K
2CD1013G0E-I
483 SOUT KARNATAKA FSD UDUPI 16 "BULLET CP PLUS (TA24L2- 1 LG 32MN58H 1 CP PLUS CP- 1 CONSUL 08/03/2018
H Camera " 0360) UVR-1601E1-S NEOWATT
1KVA
484 SOUT KERALA FSD 46 Doom 4 & Bullet Camera-42 3 LG (32 MN58M- 3 CP PLUS (CP- 1 Consul 14/06/2017
H VALIYATHURA Bullet (CP-USC 24FR6- P) UVR-1601E1- Neowatt UPS
cameras 42 2713, Doom Camera- HC), (CP -UVR- 6 KVA (FINCH
4 (ICLMH180RPR2) 1601E1-V4) & 6KVA)
(CP-UVR-1601J)
485 SOUT KERALA FSD WESTHILL 36 Bullet CP PLUS (CP -VCG- 2 LG (32MN58H-P 4 CP PLUS UVR(8 1 CONSUL 2017
H ST20FL5-J) ATRDJPN) CHANNEL -1, 16 NEOWATT
CHANNEL-3) (Z101B1)/6KV
/CP-UVR- A,FINCH,240
08081E1-CS V,1PH-
1PHH/SERIAL
NO:
C1201713006
854
486 SOUT ANDHRA FSD, PORT BLAIR 14 Analog IR CP PLUS 1 LG- 32" LED 1 CP PLUS DVR 1 CONSUL 2017
H PRADESH Vari-Focul MONITOR with 4 TB HDD & NEOWATT &
Bullet CP-UVR-1601E1- HML11X0001
Camera HC 330000
487 SOUT TELANAGAN FSD,KAZIPET 83 ANALOG IR CPPLUS 3 LED/LG 32" 6 CPPLUS 5 CONSOL 11/05/2018
H A VARI FOCAL MONITOR NEOWATT
BULLET
CAMERAS
488 SOUT TELANAGAN FSD,PEDDAPALLI 14 MOTION CP PLUS 1 LG 1 CP PLUS 1 CONSUL 17/05/2018
H A CAPTURE NEOWATT
489 SOUT KERALA FSD.ALAPPUZHA 16 Bullet Analog IR vari-Focal 1 LG 32" LED 1 CP Plus -Digital 2 Consul 2017
H (SC12001) CP Plus (CP-UVC- monitor video recorder Neowatt UPS
TA21FL6) 32MN58H DVR with 4TB 1 KVA (HML
11

Page 171 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
HDD (CP-UVR- X0001330000
1601J) )0000)

490 SOUT KERALA FSD.MAVELIKKAR 22 Bullet Analog IR vari-Focal 2 LG 32" LED 2 CP Plus -Digital 1 Consul 2017
H A (SC12002) CP Plus (CP-USC- monitor video recorder Neowatt UPS
TA24FR6-2713) 32MN58H DVR with 4TB 6 KVA
HDD (CP-UVR- (HML11X0006
1601J) FINB0000)
491 SOUT ANDHRA FSD- 22 Analog IR CP Plus & CP-USC- 1 LG & 2 CP Plus & CP- 2 Consul 2018
H PRADESH BHIMAVARAM Vari- Focal TA13R6-2713 32LT340CBTB UVR-1601E1-HC Neowatt &
Bullet Z101E1
camera
492 SOUT ANDHRA FSD-ELURU 34 BULLET CP PLUS 2 LG 3 CP PLUS 3 CONSUL 07/04/2018
H PRADESH CAMERAS NEOWATT
493 SOUT ANDHRA HANUMAN 23 21 Fixed SAMSUNG IR 1 SAMSUNG 1 SAMSUNG 1 GRAVITY 30/06/2014
H PRADESH JUNCTION Bullet BULLET/ WISENET INDIA
Cameras and
2 PTZ(IR
LED)
cameras
494 SOUT ANDHRA KAKATUR 47 Bullet CP-UVC-TA21FL3 2 CREL7369/32MN 3 CPDVR1601E1-S 3 CONSUL 08/08/2017
H PRADESH 58H NEOWATT,
Z101E1
495 SOUT KERALA KAZHAKUTTAM NIL NIL NIL NIL NIL NIL NIL NIL NIL NIL
H
496 SOUT ANDHRA MAIN DEPOT 32 BULLET CP PLUS 2 SAMSUNG LCD 2 CP PLUS 2 NEO WATT 11/09/2017
H PRADESH KAKINADA CAMARAS- 32 INCH
32
497 SOUT ANDHRA MAIN DEPOT 32 BULLET CP PLUS /CP-VCG- 2 LCD / LG 2 CP Plus-16 2 CONSUL 02/02/2018
H PRADESH KAKINADA CAMERA ST20FL5.J (32MN58H) Channel / CP- NEO WATT 1
(SB13003) UVR-1601J KVA / Z101E1
498 SOUT TELANAGAN MAIN DEPOT NIL NIL NIL NIL NIL NIL NIL NIL NIL NIL
H A KHAMMAM
499 SOUT ANDHRA MAIN DEPOT 37 CP PLUS CP PLUS 2 LG 32 INCH 3 CP PLUS 3 CONSOL(NE 2017
H PRADESH VISAKHAPATNAM BULLET O WATT) 3
CAMERA 2 NO.S EACK
MP 50MTRS 1KVA
500 SOUT TAMILNADU PEELAMEDU 49 BULLET / DS-2C101-3GOE-1 2 IGRASP / ME 2 HIKVISION/ DS- 5 1KVA/UPS 2016
H DOME 8632NI-ST
CAMERA
501 SOUT TAMILNADU PONDICHERRY 8 Focal Bullet Cp-ACG-ST20FL5-J 1 LG 32MN58H 1 CP Plus CP-UVR- 1 Consul 03/08/2017
H camera 1601J Neowatt 1
KVA,FIN

Page 172 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
502 SOUT TAMILNADU SALEM 23 BULLET CP PLUS 2 MP 2 1) MAKE: 2 CP PLUS/CP- 2 UPS 1KVA 24/08/2017
H CAMERA COSMIC VF IR CROMA UVR-1601E- UPS 5EL-
(MODEL: CREL V4/CP-UVR- 1000IN
7369, 1601J
S.NO:CREL7369
102216086) 2)
MAKE: LG
(MODEL:
LG32MN58H,
S.NO:LG610NTQ
D3S068)
503 SOUT KERALA SC17001 14 Bullet CP PLUS (CP-UVC- 1 BLUE FEATHER 1 CP PLUS (CP- 1 Consul 22/05/2017
H [ANGADIPURAM] Camera TA21FL3-2MP) (ASTER19HD) UVR-1601E1-HC) Neowatt
{A1} (HML11X0001
330000) - 1
KVA
504 SOUT KARNATAKA TAVAREKOPPA 20 BULLET CP - PLUS (CP-VCG- 2 LG (32MN58H) 2 CP PLUS(CP- 2 CONSUL 2018
H ST20FL5.J) UVR-1601E1- NEOWATT -
H)CP PLUS(CP- 1KV (Z101E1
UVR-1601J) - Model)
505 WES CHATTISGAR AB SHED 12 HV BULLET HV BULLET IP 1 Secureye/SE- 1 CP PLUS 16 CH/ Not NOT 09/11/2021
T H IP CAMERA(2MP)/DS MON-18H-II Applicabl APPLICABLE
CAMERA(2 2C01023G0E-I e
MP)/DS
2C01023G0
E-I
506 WES MADHYA ASHOKNAGAR 15 ANALOG IR CP PLUS HDCVI 1 INTEX 32 LED 1 CP PLUS 16 1 ECO POWER 29/11/2016
T PRADESH FOCUL MODEL CP-UVC- CHANNEL SYSTEM
TA21FL6 TRIBIRD 720 P MODEL-
COMPACT EP2000 DUO
MODEL- CP- DUAL
UVR-1601J
507 WES MADHYA BSC ITARSI 37 Dome, bullet HIKVISION BULLET 3 MAKE- 3 MAKE- Not NA 15/04/2014
T PRADESH and ptz CAMERA-33 MODEL- SAMSUNG, HIKVISION,DS- Applicabl
DS-2CD2012-I,, MODEL- 7616NI-K2,DS- e
DOME CAMERA 1 S22C150N 7716NI-ST,DS-
MODEL-DS-2CD- 7716NI-ST
2612F-I ,PTZ
CAMERA- 3, MODEL
-DS-2CD2012-I
508 WES CHATTISGAR FCI ARJUNI 19 Bullet CP plus 2 LG 2 CP plus Not Not Applicable 2016
T H Applicabl
e
509 WES MADHYA FSD CHHOLA NIL NIL NIL NIL NIL NIL NIL NIL NIL NIL
T PRADESH

Page 173 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
510 WES CHATTISGAR FCI FSD 16 ANALOG IR CP PLUS BULLET 1 ACER 1 UVR(DVR)- 1 TRITRONICS( 2016
T H BISHRAMPUR VARI- CAM 2.4MP TA24L2- V196HQL(LCD 1601K1-V5 I)PVT.LTD
FOCAL 0360,CP PLUS CCTV MONITOR) ST-1K
BULLET POWER SUPPLY
CAMERA MD50 AMP
511 WES MAHARASHT FSD 8 BULLET CP PLUS/ CP-USC- 1 BOLLD 1 CP PLUS/CP- 1 TRITRONICS( 01/01/2017
T RA AHMEDNAGAR CAMETA TA24L6-D-2713 UVR-160AJ I)
512 WES MAHARASHT FSD AJNI NEW 6 IP Bullet camera-5 , 1 manzana 1 HIK Vision DS- Not nil 14/02/2024
T RA COMPLEX Dome Camera- 1 7616NI-Q1 Applicabl
e
513 WES MAHARASHT FSD AJNI OLD 18 BULLET HIKVISION 1 ACER 1 DS-7416HQHI-KI Not - 01/01/2014
T RA COMPLEX CAMERA Applicabl
e
514 WES MADHYA FSD BALAGHAT 10 Bullet Hike Vision-8 (DS- 1 SAMSUNG 1 Hike Vision (DS- 1 Novateur 2K 2014
T PRADESH Camera-9 2CD122P-13), CP (LS22C1708SXL) 7716NI-ST) 96 FM
Dome Plu-1 (CP-UNC-
Camera-1 TA21PL3-V3-0360),
Prama-1 (PT-
NC110D03-I(DE))
515 WES GUJARAT FSD BARODA 20 Analog IR Analog IR Vari- Focal 3 Moniter 32 inch 2 Digital video 1 EAION UPS 3 2016
T Vari- Focal Bullet camera LED monito recorder DVR, KVA UPS with
Bullet resolution CP-UVR-1601J & battery,
camera 1920*1080 CP-UVR-1601E1- NUEMARIC/E
HC ATON 9145-
3000IN-XL
516 WES MADHYA FSD BETUL 14 Bullet type HDCVI Camera ( 1 INTEX/1611B132 1 CPUVR1601J 1 ZCJ01PS2058 19/12/2016
T PRADESH WD12002 CP.UVC.TA21FLG) 15SPA01059 4
517 WES GUJARAT FSD BHAVNAGAR 22 BULLET CP PLUS 2 MP 2 LG /32" FULL HD 2 CP PLUS 16 1 EATON UPS 6 01/01/2017
T CAMERA COSMIC VF IR LED CHANNEL KVA
CP-UVC-TA MONITORMN58 TRIBRID 720P /91456000IN-
21FL6 HP COMPACT/ CP- X
UVR-1601 J
518 WES MAHARASHT FSD BHIWANDI 14 Bullet CCTV CP Plus 1 LG 1 CP Plus 1 EATON 2017
T RA
519 WES GUJARAT FSD BHOMAIYA 74 Analog CP PLUS 2MP 2 LG 32" FULL HD 5 CP PLUS 16 1 EATON UPS - 26/03/2017
T BECIL Cosmic VF IR Bullet LED Monitor Channel Tribid 06 KVA
Camera 720p Compact
520 WES MADHYA FSD BINA NIL NIL NIL NIL NIL NIL NIL NIL NIL NIL
T PRADESH
521 WES GUJARAT FSD DARED, 40 Bullet CP-UVCTA21FL5 2 32MN58H 3 CP-UVR-1601E1- 1 EATON 9145 2017
T JAMNAGAR cameras HC
522 WES MADHYA FSD DATIA 12 ANALOG CP PLUS & CP UVC 1 Intex 32" LED 1 Cpuvr1601j 1 EATON UPS 2 02/11/2016
T PRADESH BULLET TA21FL6 KVA UPS 5EL
CAMERA 1000IN

Page 174 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
523 WES CHATTISGAR FSD DHAMTARI 23 bullet cp pluse 2 intex 2 cp pluse Not no 2016
T H Applicabl
e
524 WES CHATTISGAR FSD DURG 28 bullet camera HIKVISION & CP 1 HP_v 185e 1 DS-7732NI-Q4 1 DL-3572 2014
T H PLUS
525 WES GUJARAT FSD 70 Bullet CP Plus 2 MP 2 LG 5 CP PLUS Not NONE 2016
T GANDHIDHAM cameras Applicabl
e
526 WES GUJARAT FSD 16 VARI FOCAL CP PLUS Not NA Not NA Not NA 2019
T GHANTESHWAR IR Applicable Applica Applicabl
DOME/FIXE ble e
D BULLET
CAMERA -
14 , IR
SPEED
DOME (PTZ)
CENTRAL
LOCATION -
02
527 WES GUJARAT FSD GODHRA 12 2 Hikvision 1 LG 32 INCH 1 Hikvision DS- 1 APC BR 1000- 31/03/2014
T 2cd4212FWDIZS,Hikv Disply &&16NI-ST IN
isionDS-2DF7276
528 WES MAHARASHT FSD GONDIA 30 BULLET CP PLUS 2 INTEX(32 INCH) 2 CP PLUS 1 EATON 9145 01/02/2017
T RA CAMERA
529 WES MADHYA FSD GWALIOR 16 Bullet CP PLUS 02 MP 1 LED-3215 FHD 1 CP PLUS CP- 1 LONG 2016
T PRADESH camera COSMIC IR BULLET S/N: UVR S/N: BACKUP UPS
CAMERA 21120055091605 CP2LO1D42PAM 2 KVA S/N:
02021 07536 96314600569
530 WES MADHYA FSD HARPALPUR NIL NIL NIL NIL NIL NIL NIL NIL NIL NIL
T PRADESH
531 WES CHATTISGAR FSD JAGDALPUR 15 BULLET CP PLUS CP-UVC- 1 TCL-32D310 1 CP PLUS CP- 1 EATON- 30/11/2016
T H CAMERA TA21T23-1, CP PLUS UVR-1601J 96314600672
CP -VCG-ST20FL6-
12 , UNIARCH UAC-
B112-F40-1, CP -
URC-TC24PL2C-V3-
0360-1
532 WES MADHYA FSD KATANGI NIL NIL NIL NIL NIL NIL NIL NIL NIL NIL
T PRADESH
533 WES MADHYA FSD KATNI 13 BULLET CP PLUS (CP-UVC- 1 INTEX 1 CP PLUS 1 Eco Power- 2016
T PRADESH CAMERA TA21FLG) 2KVA
(EP2000 Duo
Dual Gr8)

Page 175 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
534 WES CHATTISGAR FSD 19 2MP ANALOG IR VARI- 2 32MN584+32LT3 2 CP3H044D7PBQ 2 LONGBACKP 10/11/2016
T H MAHASAMUND BULLET CP FOCAL 40CBTB 09934,CP3H044D 1KVA
PLUS 7PBQ09686
535 WES CHATTISGAR FSD 65 IP CCTV 1. HONEYWELL 3 1.DELL(E2422H 3 HIKVISION -DS- Not NA 16/07/2016
T H MANDIRHASAUD Systems 2.HIKVISION 3. N) - 02 LCD 7732NI-Q4(03 Applicabl
ZICOM 4.CP PLUS SCREENS 2. NVRs) e
MODEL No. NOT LG(24MK600M)
VISIBLE
536 WES MAHARASHT FSD MANMAD 31 IP HIKVISION/CPPLUS/ 1 LENOVO 1 DS-7P32NIK4 NIL 0 2014
T RA AND FSD ANKAI NETPRO/VERITON
537 WES GOA FSD MARMUGAO 12 BULLET CP PLUS IP 2 LED TV32 1 CP PLUS (CP- 3 ARTIS ps-600 27/09/2022
T SADA GOA LM563BPTC852 UNR-UK2161-V2) eco
8(LG)
538 WES MADHYA FSD 8 Bullet CP-UVC-TA21PL6 1 INTEX 1 CP PLUS 1601J 1 ETN 12/12/2016
T PRADESH MEGHNAGAR LED3215FHD LONGBACKU
PWPS2KVA
539 WES GUJARAT FSD MEHSANA 8 Analog CP Plus Not N/A 1 1 CP Plus Not - 2017
T Applicable Applicabl
e
540 WES MADHYA FSD NAVEGAON 16 Bullet PREMA [PT- 1 HCL 1 HIK VISION (DS- 1 NUMERIC ( 01/01/2014
T PRADESH (WD16035) Camera-14 NC110D3-I(DE)] (TFT185W80PSA 7716NI-ST) 2K.96V.16M)
Dome +)
Camera-02
541 WES CHATTISGAR FSD NEORA NEW 10 CCTV DH-IPC- 1 24MK600M 2 1.AJHUA/DH- 1 MICROTEK,N 2019
T H COMPLEX HFW1230SP-S4 PFS3010-8ET-65 M36EM1KK11
2.AJHUA/DH-
PFS3010-8ET-65
542 WES CHATTISGAR FSD NEORA OLD 18 BULLET CP PLUS/ CP-UVC 2 TCL LED TV 2 CPUVR/601J, 2 2KVA 28/11/2016
T H COMPLEX CAMERA 32/32D310 , LG CPUVR/601J INFINITY
LED TV FM/100Ah,
32/32MN58H 1KVA
INFINITY
FM/100Ah
543 WES MADHYA FSD NIWARI 20 Bullet A.) 11 CP PLUS 1 Intex LED-3215 2 A.) 01 MODEL CP 1 Microtek UPS 27/12/2016
T PRADESH CAMERA (HDCVI) FHD PLUS CP-UVR- Desire pro+
MODEL NO.CP-UVC- 1601E1-HC B.) 2000
TA21FL6 UNSERVICEABL
B.) 04 CAMERAS CP E 01 MODEL CP
PLUS(FHD) MODEL PLUS
NO.CP- GPC- CP2H0539DPBQ
T24PL2-SE-0360 01269
C.) 01 LG CAMERA
MODEL NO.LSR
200P-C1.AINDLLB

Page 176 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
D.)
UNSERVICEABLE 04
CP PLUS CAMERA
(HDCVI) MODEL
NO.CP -UVC-
TA21FL6

544 WES MAHARASHT FSD PANVEL 88 Bullet CP Plus CP-USC- 2 AGE IND U 32 5 5 nos DVR model 2 Microtek 2016
T RA TA24L2-0360 SMTR No: CP-UVR- (MTKUY1K)
1601F1-HC, 1 no.
NVR model No:
TC-R3110
545 WES MAHARASHT FSD PUNE 36 IR VARI CP PLUS ANALOG IR 3 INTEX/LED- 3 2 - CP-UVR- 2 EATON UPS- 16/04/2017
T RA FOCAL VARI FOCAL BULLET 3215HD 1601E1-V3, 1 - 3KVA UPS
BULLET CAMERAS HI FOCUS WITH
CAMERAS BATTERY
546 WES CHATTISGAR FSD RAIPUR 22 HD CVI CP PLUS (CP-UVC- 2 LG (32MN58H-P) 2 CP PLUS (CP- 2 EATON 2015
T H CAMERA TA21FL6) UVR-1601E1-HC) (LONGBACK
UP UPS
2KVA)
547 WES CHATTISGAR FSD RAJIM 19 CP PLUS HD CP-GPC-T24PL2-S 2 TCL 32G300 2 CP PLUS CP- 1 LONGBACKU 2015
T H CAMERA 32D310 UVR-1601E1-HC P UPS 2KVA
548 WES CHATTISGAR FSD 61 Analog IR Analog IR Vari-Focal 4 TCL/32G300 4 CP-UVR-1601J 4 LONGBACKU 15/09/2016
T H RAJNANDGAON Vari-Focal Bullet camera/2016- P UPS 2KVA
Bullet CP-UVC-TA21FL6
camera/2016
-CP-UVC-
TA21FL6
549 WES MADHYA FSD RATLAM 13 12 bullet 12 CCTV Camera 1 INTEX 1 CP PLUS 1 EPS2000DUO 16/01/2016
T PRADESH camera 01 bullet(CP3E0667DPA DUAL GR8
ball cera F04702) and 01CCTV
camera (Ball Camera)
550 WES MAHARASHT FSD RATNAGIRI 14 Analog and CP Plus 1 RCONNECT 2 CP_UVR_1601J, 1 LONGBA 01/04/2017
T RA IP CP-UNR-104F1 CKUP UPS
551 WES GUJARAT FSD SABARMATI 123 Analog CP plus Analog IR 2 LG (Monitor-32" 8 CP Plus 2 EATON (UPS- 2017
T Vare-Focal Bullet LED Monitor) 6Kva)
Camera
552 WES MADHYA FSD SATNA 13 HIK-VISION HIK-VISION 1 SAMSUNG/S22C 1 HIK-VISION/DS- 1 MICROTEK/T 01/01/2018
T PRADESH 170B 7716NI-ST GE
PRO1000+

Page 177 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
553 WES MADHYA FSD SEONI 12 BULLET 2016 CP-UVC- 1 LED-3215FHD 1 CP PLUS CP- 1 MICROTEK 09/12/2016
T PRADESH TA21FLG UVR-1601E1-HC
554 WES MAHARASHT FSD SOLAPUR 15 PTZ/DOME- HIKVISION (DS- 1 ACER 1 HIKVISION (DS- 1 DELTA 2014
T RA 2, BULLET 2DE4215IW-DE, DS- (B196HQL) 7732NI-K4) (UPA302NX2
CAMERAS- 2CD2612F-I(S), DS- 002N0B0)
13 2CD1043GDE-I)
555 WES MADHYA FSD TIKAMGARH 16 Bullet CP PLUS (CP-UVC- 1 ACER 1 CP Plus-16 1 EATON 2016
T PRADESH Camera TA21FLG) (AR32NSV53HD Channel (CP- (LONGBACK
FL) UVR-1601E1-IC) UP UPS
2KVA)
556 WES MADHYA FSD UJJAIN 16 BULLET CP PLUS 1 LG 32MN58H 1 CP PLUS CP- 1 ETN 15/12/2016
T PRADESH CAMERA UVR-1601J LONGBACKU
P UPS 2KVA
557 WES GUJARAT FSD VALSAD 12 10 NOS Hikvision DS- 1 LG 1 Hikvision DS- 1 APC BR 1000- 2021
T FIXED 2cd4212FWDIZS & &&!6NI-ST IN
BULLET Hikvision DS-
CAMERAS & 2DF7276
02 PTZ
CAMERAS
558 WES MADHYA FSD VIDISHA 12 BULLET CP PLUS & 2 MP 1 INTEX 1 CP-UVR-1601J 1 EP2000 DUO 19/12/2016
T PRADESH CAMERA COSMIC VF IR DUAL GR8
BULLET CAMERA
559 WES GUJARAT FSD VIRAMGAM 46 Analog CP Plus Analog 2 LG (Monitor-32" 3 CP Plus 1 EATON (UPS- 2017
T LED Monitor) 3Kva)
560 WES GUJARAT FSD WANKANER 12 BULLET & HIKVISION & DAHUA 1 LG 1 NVR PT- 1 APC BR 1000- 2014
T PTZ NRAS2B16-K4 IN
561 WES MADHYA FSD WARASEONI NIL NIL NIL NIL NIL NIL NIL NIL NIL NIL
T PRADESH
562 WES MAHARASHT FSD WARDHA 27 BULLET CP PLUS UNC- 2 DELL 18.5 2 HIK-DS-7716NI- 1 LIEBERT 2014
T RA CAMERA TA21PL3-0360 E1916HV ST CP-UVR-4K
4162-V2
563 WES GUJARAT FSD-WADHWAN 16 ANALOG-IR- NA 1 1/9/2016 / 1 2005 / CP-UVR- 1 91453000in- 29/03/2017
T VARI FOCAL 32MN58H-P 1601E1-HC XL
BULLET
CAMERA
564 WES CHATTISGAR MANDIR HASAUD 65 NON PTZ HONEYWELL,HIKVIS 3 DELL,LG 3 HIKVISION Not NA 16/02/2016
T H ION,ZICOM,CP PLUS Applicabl
e
565 WES GUJARAT PALANPUR 12 HIKVISION HIKVISION 1 LG 32 INCH 1 SECURUS Not - 2017
T Applicabl
e
566 WES MADHYA SHEOPUR 14 Analog IR CP plus 2 .MP Cosmic 1 Intex 32 inch 1 CP Plus 16 1 ECO Power 08/09/2016
T PRADESH VF IR Bullet Camera Chenal, CP-UVR- system,
1601J

Page 178 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Nos. of Date / Year


Zone Nos. of Type of Camera Make & Nos. of LED/LCD Make DVR / NVR Make Nos. of UPS Make &
# State Name Depot Name DVR / of
Name Camera Cameras Model LED/LCD & Model & Model UPS Model
NVR Installation
EP2000 Duo
Dual Gr8
567 WES MADHYA WD16004 15 Bullet & HIKVISION (DS- 1 SAMSUNG(LS22 2 HIKVISION (DS- 1 MICROTEK 2014
T PRADESH [RAMPUR FSD] Dome 2CD2012J) - 7, C170BS/XL) 7616NI-K2), (TGE POR
HIKVISION (DS- HIKVISION (DS- 1000+)
2CD122P-I3) - 2, 7716NI-ST)
HIKVISION (DS-
2CD2612F-I) - 2,
PRAMA (PT-
NC110D3-I(DE)) - 2,
HIKVISION PTZ - 1,
HIKVISION DOME - 1

Page 179 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

6 List of Depots along with tentative Camera Quantity

Operational

Operational
Weighbridg
Capacity in

Chambers
Entry/Exit

Godowns

Fish Eye
Camera

Camera

Camera

Camera
Nos. of

Nos. of

Nos. of

Rooms

Nos. of

Nos. of
Office
Gates

Bullet

Dome

Total
MT

es
# Name of Depot Zone State

1 EE15001 [JAYPORE (UMERI)] {A1} EAST ODISHA 20710 2 2 3 4 12 20 4 12 36


2 EE15002 [NABARANGPUR] {A1} EAST ODISHA 12530 2 1 3 4 8 19 3 8 30
3 EF28004 [OJM BUDGE BUDGE] {A1} EAST WEST BENGAL 84281 2 2 3 30 58 124 4 58 186
4 EE13003 [PHULBANI] {A1} EAST ODISHA 9396 1 1 3 2 6 10 3 6 19
5 EF13001 [ABDARPUR] {A1} EAST WEST BENGAL 50530 1 2 3 9 9 39 4 9 52
6 EE12003 [RUPSA] {A1} EAST ODISHA 12530 1 1 3 2 4 10 3 4 17
7 EC17004 [FSD PHULWARISHARIF] {A1} EAST BIHAR 61572 1 2 3 10 31 43 4 31 78
8 EE16004 [ROURKELA] {A1} EAST ODISHA 15140 1 1 3 3 10 14 3 10 27
9 EC14001 [FSD GAYA] {A1} EAST BIHAR 64329 3 2 3 13 41 57 4 41 102
10 EC17003 [FSD MOKAMA] {A1} EAST BIHAR 53529 1 2 3 10 28 43 4 28 75
11 EC15002 [FCI FSD MUZAFFARPUR] {A1} EAST BIHAR 9500 1 1 3 6 6 26 3 6 35
12 EC13005 [FSD JAYNAGAR] {A1} EAST BIHAR 11000 1 2 3 3 7 15 4 7 26
13 EC21001 [FSD SAHARSA] {A1} EAST BIHAR 15752 1 1 3 2 7 10 3 7 20
14 EC25003 [FSD BUXAR] {A1} EAST BIHAR 31320 1 2 3 4 15 19 4 15 38
15 EC15001 [FSD NARAINPUR ANANT] {A1} EAST BIHAR 43848 1 2 3 5 15 23 4 15 42
16 EC13001 [FSD DARBHANGA] {A1} EAST BIHAR 6000 1 2 3 2 4 11 4 4 19
17 EC23001 [FSD CHANPATIA] {A1} EAST BIHAR 7656 1 1 3 1 4 6 3 4 13
18 EE13002 [PARLAKHEMUNDI] {A1} EAST ODISHA 12530 1 1 3 1 3 6 3 3 12
19 EF28001 [ASHOKNAGAR] {A1} EAST WEST BENGAL 5080 1 1 3 1 4 6 3 4 13
20 EF19001 [BABURHAT] {A1} EAST WEST BENGAL 5980 2 1 3 2 2 11 3 2 16
21 EC16002 [FSD KATIHAR] {A1} EAST BIHAR 12500 2 2 3 2 4 12 4 4 20
22 EC16001 [FSD BELOURI] {A1} EAST BIHAR 10440 1 2 3 2 3 11 4 3 18
23 EF23001 [MANGALBARI] {A1} EAST WEST BENGAL 29400 1 2 3 3 12 15 4 12 31
24 EF29002 [RAIGANJ] {A1} EAST WEST BENGAL 9400 1 1 3 2 5 10 3 5 18
25 EE14001 [ANGUL] {A1} EAST ODISHA 12540 1 1 3 2 3 10 3 3 16
26 EF29001 [BUNIADPUR] {A1} EAST WEST BENGAL 26270 1 2 3 6 13 27 4 13 44
27 EF21002 [SERAMPORE] {A1} EAST WEST BENGAL 7500 1 1 3 3 5 14 3 5 22
28 EF32001 [JJP] {A1} EAST WEST BENGAL 109000 4 3 3 19 19 83 5 19 107
29 EF33001 [RANGPOO] {A1} EAST WEST BENGAL 10970 1 2 3 3 6 15 4 6 25
30 EF27002 [CHARRAH] {A1} EAST WEST BENGAL 21350 1 1 3 7 7 30 3 7 40
31 EF34001 [CSD DABGRAM] {A1} EAST WEST BENGAL 68350 1 2 3 11 38 47 4 38 89
32 EF25001 [BERHAMPUR] {A1} EAST WEST BENGAL 13230 2 1 3 4 8 19 3 8 30
33 EF30002 [SITARAMPUR] {A1} EAST WEST BENGAL 8890 1 1 3 7 9 30 3 9 42

Page 180 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Operational

Operational
Weighbridg
Capacity in

Chambers
Entry/Exit

Godowns

Fish Eye
Camera

Camera

Camera

Camera
Nos. of

Nos. of

Nos. of

Rooms

Nos. of

Nos. of
Office
Gates

Bullet

Dome

Total
MT

es
# Name of Depot Zone State

34 EF30001 [DURGAPUR] {A1} EAST WEST BENGAL 28660 1 2 3 5 13 23 4 13 40


35 EF21001 [CHINSURAH] {A1} EAST WEST BENGAL 6260 1 1 3 2 2 10 3 2 15
36 EF21003 [DANKUNI] {A1} EAST WEST BENGAL 25060 1 2 3 6 6 27 4 6 37
37 EF12002 [ADRA] {A1} EAST WEST BENGAL 80000 1 1 3 6 18 26 3 18 47
38 EF26003 [KALYANI] {A1} EAST WEST BENGAL 141140 4 3 3 36 44 151 5 44 200
39 EF12001 [BIKNA] {A1} EAST WEST BENGAL 28910 1 1 3 4 12 18 3 12 33
40 EE16002 [HIRAKUD] {A1} EAST ODISHA 22970 5 1 3 4 13 22 3 13 38
41 EF26001 [BHATJUNGLA] {A1} EAST WEST BENGAL 22210 1 1 3 3 3 14 3 3 20
42 EE12002 [RANITAL] {A1} EAST ODISHA 24010 1 2 3 5 15 23 4 15 42
43 EF24001 [MIDNAPUR] {A1} EAST WEST BENGAL 42700 1 2 3 16 27 67 4 27 98
44 EF27001 [BALRAMPUR] {A1} EAST WEST BENGAL 9460 1 1 3 6 9 26 3 9 38
45 EE14002 [DHENKANAL] {A1} EAST ODISHA 15600 1 1 3 3 9 14 3 9 26
46 ED13001 [GUMLA] {A1} EAST JHARKHAND 6090 1 2 3 2 2 11 4 2 17
47 ED13003 [JAMSHEDPUR] {A1} EAST JHARKHAND 13000 1 2 3 2 8 11 4 8 23
48 ED15001 [FSD JASIDIH] {A1} EAST JHARKHAND 15000 2 2 3 4 9 20 4 9 33
49 ED13004 [RANCHI] {A1} EAST JHARKHAND 14600 1 1 3 5 9 22 3 9 34
50 EE17002 [KESINGA] {A1} EAST ODISHA 16180 1 1 3 3 10 14 3 10 27
51 EE12010 [BARIPADA] {A1} EAST ODISHA 6260 1 1 3 2 6 10 3 6 19
52 ED14001 [FSD DALTONGANJ] {A1} EAST JHARKHAND 15000 1 1 3 4 10 18 3 10 31
53 EE17001 [DUNGURIPALLI] {A1} EAST ODISHA 30280 2 1 3 6 6 27 3 6 36
54 ED12001 [DHANBAD] {A1} EAST JHARKHAND 15500 2 2 3 3 4 16 4 4 24
55 EE12005 [KEONJHAR] {A1} EAST ODISHA 8640 1 1 3 1 6 6 3 6 15
56 EE15003 [RAYAGADA] {A1} EAST ODISHA 12530 2 1 3 2 7 11 3 7 21
57 EE16005 [BALIJHARI] {A1} EAST ODISHA 50110 1 2 3 7 24 31 4 24 59
58 EE18002 [KHURDA ROAD] {A1} EAST ODISHA 20160 1 2 3 5 13 23 4 13 40
59 EE13001 [JAGANNATHPUR] {A1} EAST ODISHA 16640 2 2 3 6 12 28 4 12 44
60 EE16001 [ATTABIRA] {A1} EAST ODISHA 10440 1 1 3 2 6 10 3 6 19
Sub Total (East Zone) 1570463 83 91 180 335 709 1514 211 709 2434
61 SC13002 [WEST HILL CALICUT] {A1} SOUTH KERALA 36688 2 2 3 9 25 40 4 25 69
62 SC14001 [ANGAMALI] {A1} SOUTH KERALA 45600 1 2 3 9 26 39 4 26 69
63 SC13003 [KUTTIPURAM] {A1} SOUTH KERALA 6264 1 1 3 1 4 6 3 4 13
64 SC19001 [CHALAKUDI] {A1} SOUTH KERALA 12240 1 1 3 2 7 10 3 7 20
65 SC12002 [MAVELIKARA] {A1} SOUTH KERALA 21600 1 1 3 5 13 22 3 13 38
66 SC20002 [VAILATHURA TVM] {A1} SOUTH KERALA 37488 1 2 3 25 35 103 4 35 142
67 SC19002 [MULAKUNATHUKAVU] {A1} SOUTH KERALA 50180 2 2 3 29 49 120 4 49 173

Page 181 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Operational

Operational
Weighbridg
Capacity in

Chambers
Entry/Exit

Godowns

Fish Eye
Camera

Camera

Camera

Camera
Nos. of

Nos. of

Nos. of

Rooms

Nos. of

Nos. of
Office
Gates

Bullet

Dome

Total
MT

es
# Name of Depot Zone State

68 SD15004 [FSD MYSURU] {A1} SOUTH KARNATAKA 15763 1 1 3 3 8 14 3 8 25


69 SD15001 [FSD K R NAGAR] {A1} SOUTH KARNATAKA 12576 1 1 3 4 8 18 3 8 29
70 SC20001 [KAZHAKUTTAM] {A1} SOUTH KERALA 38640 1 2 3 6 21 27 4 21 52
71 SC18001 [AVANESWARAM] {A1} SOUTH KERALA 11484 1 1 3 2 7 10 3 7 20
72 SC12001 [ALLEPPY] {A1} SOUTH KERALA 11000 2 1 3 2 7 11 3 7 21
73 SE17003 [T.V.KOIL] {A1} SOUTH TAMIL NADU 35670 2 2 3 7 16 32 4 16 52
74 SB13002 [FCI OWN BSC SAMALKOT] {A1} SOUTH ANDHRA PRADESH 62640 2 2 3 10 30 44 4 30 78
75 SE14002 [EGMORE] {A1} SOUTH TAMIL NADU 24520 1 1 3 6 16 26 3 16 45
76 SC17001 [ANGADIPURAM] {A1} SOUTH KERALA 18363 1 1 3 3 10 14 3 10 27
77 SC16001 [MUZHAPPILANGAD] {A1} SOUTH KERALA 12630 2 2 3 6 14 28 4 14 46
78 SE18002 [SEVOOR] {A1} SOUTH TAMIL NADU 81900 1 2 3 13 39 55 4 39 98
79 SC18003 [QUILON] {A1} SOUTH KERALA 11900 1 1 3 3 6 14 3 6 23
80 SB25001 [FCI OWN FSD AKIVIDU] {A1} SOUTH ANDHRA PRADESH 17632 1 1 3 5 10 22 3 10 35
81 SC18004 [KILIKOLLOOR] {A1} SOUTH KERALA 5400 1 1 3 1 3 6 3 3 12
82 SB13004 [FCI OWN BSC DOWLESWARAM] {A1} SOUTH ANDHRA PRADESH 62640 1 2 3 10 30 43 4 30 77
83 SB17002 [FCI OWN FSD KAKUTUR] {A1} SOUTH ANDHRA PRADESH 56376 1 2 3 10 28 43 4 28 75
84 SB25006 [FCI OWN FSD TADEPALLIGUDEM] {A1} SOUTH ANDHRA PRADESH 14442 1 1 3 3 7 14 3 7 24
85 SB25003 [FCI OWN FSD ELURU] {A1} SOUTH ANDHRA PRADESH 32422 1 1 3 9 15 38 3 15 56
86 SD17001 [BHADRAWATI] {A1} SOUTH KARNATAKA 7450 1 1 3 2 4 10 3 4 17
87 SB25007 [FCI OWN FSD BHIMAVARAM] {A1} SOUTH ANDHRA PRADESH 24302 1 1 3 7 14 30 3 14 47
88 SB22001 [VIZAG] {A1} SOUTH ANDHRA PRADESH 37584 1 2 3 7 21 31 4 21 56
89 SE17001 [KARAIKAL] {A1} SOUTH TAMIL NADU 10440 1 1 3 5 5 22 3 5 30
90 SB25004 [FCI OWN FSD NIDADAVOLE] {A1} SOUTH ANDHRA PRADESH 18096 1 1 3 4 9 18 3 9 30
91 SB17001 [FCI OWN FSD CHITTOOR] {A1} SOUTH ANDHRA PRADESH 12528 1 1 3 2 6 10 3 6 19
92 SD15005 [FSD KUSHAL NAGAR] {A1} SOUTH KARNATAKA 3132 1 1 3 1 2 6 3 2 11
93 SB25002 [FCI OWN BSC PENNADA] {A1} SOUTH ANDHRA PRADESH 87696 1 1 3 14 42 58 3 42 103
94 SB25005 [FCI OWN FSD PALAKOLE] {A1} SOUTH ANDHRA PRADESH 13168 1 1 3 3 7 14 3 7 24
95 SC17002 [OLAVAKKOT] {A1} SOUTH KERALA 81549 2 2 3 29 58 120 4 58 182
96 SB13003 [FCI OWN FSD KAKINADA] {A1} SOUTH ANDHRA PRADESH 27492 3 1 3 8 16 36 3 16 55
97 SB14035 [FCI OWN FSD ONGOLE] {A1} SOUTH ANDHRA PRADESH 37584 1 1 3 6 19 26 3 19 48
98 SC15001 [CHINGAVANAM] {A1} SOUTH KERALA 17496 1 1 3 6 15 26 3 15 44
99 SC13004 [MEENANGADI(WYNAD)] {A1} SOUTH KERALA 12528 1 1 3 2 6 10 3 6 19
100 SB13001 [FCI OWN FSD BICCAVOLE] {A1} SOUTH ANDHRA PRADESH 25056 1 1 3 5 12 22 3 12 37
101 SC16003 [PAYYANNUR] {A1} SOUTH KERALA 34776 1 1 3 6 18 26 3 18 47
102 SC13001 [THIKKODI] {A1} SOUTH KERALA 45368 2 2 3 10 26 44 4 26 74
103 SC14002 [WILLINGDON ISLAND] {A1} SOUTH KERALA 18432 2 1 3 8 11 35 3 11 49

Page 182 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Operational

Operational
Weighbridg
Capacity in

Chambers
Entry/Exit

Godowns

Fish Eye
Camera

Camera

Camera

Camera
Nos. of

Nos. of

Nos. of

Rooms

Nos. of

Nos. of
Office
Gates

Bullet

Dome

Total
MT

es
# Name of Depot Zone State

104 SB14034 [FCI OWN FSD SATTENAPALLI] {A1} SOUTH ANDHRA PRADESH 21228 1 1 3 4 13 18 3 13 34
105 SB14003 [FCI OWN BSC GUDIVADA] {A1} SOUTH ANDHRA PRADESH 75168 1 2 3 12 36 51 4 36 91
106 SE15002 [RAMANATHAPURAM] {A1} SOUTH TAMIL NADU 12530 1 1 3 3 6 14 3 6 23
107 SE18001 [ARAKONAM] {A1} SOUTH TAMIL NADU 74030 1 2 3 14 38 59 4 38 101
108 SD15003 [FSD MADDUR] {A1} SOUTH KARNATAKA 11716 1 1 3 3 6 14 3 6 23
109 SD17005 [UDUPI] {A1} SOUTH KARNATAKA 12310 1 1 3 2 6 10 3 6 19
110 SC16002 [NILESWAR] {A1} SOUTH KERALA 11592 2 1 3 2 7 11 3 7 21
111 SB27001 [PORT BLAIR] {A1} SOUTH ANDHRA PRADESH 7080 1 1 3 2 5 10 3 5 18
112 SB19001 [FCI OWN FSD AMDALAVALASA] {A1} SOUTH ANDHRA PRADESH 30044 1 1 3 10 19 42 3 19 64
113 SD12002 [BSC WHITEFIELD] {A1} SOUTH KARNATAKA 106488 1 2 3 17 51 71 4 51 126
114 SE12002 [PEELAMEDU] {A1} SOUTH TAMIL NADU 138600 1 2 3 22 66 91 4 66 161
115 SB14002 [FCI OWN BSC HANUMAN JUNCTION] {A1} SOUTH ANDHRA PRADESH 50112 1 1 3 8 24 34 3 24 61
116 SB14001 [FCI OWN FSD KRISHNACANAL] {A1} SOUTH ANDHRA PRADESH 14268 1 1 3 3 9 14 3 9 26
117 SE15001 [THOOTHUKKUDI] {A1} SOUTH TAMIL NADU 41760 1 2 3 15 29 63 4 29 96
118 SB15002 [FCI OWN FSD TIMMANCHERLA] {A1} SOUTH ANDHRA PRADESH 33116 1 1 3 9 18 38 3 18 59
119 SD16001 [BALLARI] {A1} SOUTH KARNATAKA 31300 1 2 3 5 15 23 4 15 42
120 SE14001 [AVADI] {A1} SOUTH TAMIL NADU 171550 2 2 3 63 120 256 4 120 380
121 SE16001 [FSD SEMBANARKOIL] {A1} SOUTH TAMIL NADU 9040 1 1 3 11 11 46 3 11 60
122 SB15001 [FCI OWN BSC ZANGALAPALLI] {A1} SOUTH ANDHRA PRADESH 93960 1 2 3 15 45 63 4 45 112
123 SD13004 [VIJAYAPURA] {A1} SOUTH KARNATAKA 12000 1 1 3 2 6 10 3 6 19
124 SD13002 [BOMMAPUR] {A1} SOUTH KARNATAKA 36000 2 2 3 6 18 28 4 18 50
125 SD16002 [RAICHUR] {A1} SOUTH KARNATAKA 18792 1 1 3 3 9 14 3 9 26
126 SF14001 [FCI OWN BSD CHERLAPALLY] {A1} SOUTH TELANGANA 125280 2 2 3 20 60 84 4 60 148
127 SB13005 [FCI OWN FSD PERUR] {A1} SOUTH ANDHRA PRADESH 12528 1 1 3 2 6 10 3 6 19
128 SD12001 [FSD K R PURAM] {A1} SOUTH KARNATAKA 55510 1 2 3 14 38 59 4 38 101
129 SE12003 [SALEM] {A1} SOUTH TAMIL NADU 31500 1 2 3 7 16 31 4 16 51
130 SD13001 [HUBBALLI(UNKAL)] {A1} SOUTH KARNATAKA 13000 1 1 3 4 7 18 3 7 28
131 SD16003 [KOPPAL] {A1} SOUTH KARNATAKA 12520 1 1 3 2 6 10 3 6 19
132 SD12003 [FSD K G F KOLAR GOLD FIELD] {A1} SOUTH KARNATAKA 6560 1 1 3 2 4 10 3 4 17
133 SD17003 [HASSAN] {A1} SOUTH KARNATAKA 12500 1 1 3 2 6 10 3 6 19
134 SE12001 [COIMBATORE] {A1} SOUTH TAMIL NADU 58550 1 2 3 27 46 111 4 46 161
135 SF17001 [FCI OWN FSD SANATHNAGAR] {A1} SOUTH TELANGANA 64496 1 2 3 15 37 63 4 37 104
136 SF18001 [FCI OWN FSD KAZIPET] {A1} SOUTH TELANGANA 110403 1 2 3 18 50 75 4 50 129
137 SD17002 [GODIKOPPA SHIMOGA] {A1} SOUTH KARNATAKA 15800 1 1 3 6 9 26 3 9 38
138 SF12002 [FCI OWN BSC JAMMIKUNTA] {A1} SOUTH TELANGANA 62640 1 1 3 10 30 42 3 30 75
139 SF15001 [FCI OWN BSC MIRYALGUDA] {A1} SOUTH TELANGANA 94192 1 2 3 20 48 83 4 48 135

Page 183 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Operational

Operational
Weighbridg
Capacity in

Chambers
Entry/Exit

Godowns

Fish Eye
Camera

Camera

Camera

Camera
Nos. of

Nos. of

Nos. of

Rooms

Nos. of

Nos. of
Office
Gates

Bullet

Dome

Total
MT

es
# Name of Depot Zone State

140 SF15002 [FCI OWN BSC NALGONDA] {A1} SOUTH TELANGANA 62640 1 2 3 10 30 43 4 30 77
141 SF13002 [FSD MAIN DEPOT KHAMMAM] {A1} SOUTH TELANGANA 13000 1 1 3 3 8 14 3 8 25
142 SF12003 [FCI OWN FSD PEDDAPALLI] {A1} SOUTH TELANGANA 16617 1 1 3 3 8 14 3 8 25
143 SF12001 [FCI OWN FSD MANCHERIYAL] {A1} SOUTH TELANGANA 30015 1 1 3 7 15 30 3 15 48
144 SF16001 [FCI OWN FSD DICHPALLY] {A1} SOUTH TELANGANA 12528 1 1 3 2 6 10 3 6 19
145 SD15006 [FSD TUMAKURU] {A1} SOUTH KARNATAKA 24408 1 1 3 4 12 18 3 12 33
146 SD15002 [FSD NANJANGUD] {A1} SOUTH KARNATAKA 10020 1 1 3 3 5 14 3 5 22
147 SD17004 [THAVAREKOPPA] {A1} SOUTH KARNATAKA 18800 1 1 3 3 9 14 3 9 26
148 SD17025 [FSD ANDROTH] {A1} SOUTH KARNATAKA 2850 1 1 3 2 2 10 3 2 15
149 SD13003 [BELAGAVI] {A1} SOUTH KARNATAKA 24000 1 2 3 3 12 15 4 12 31
150 SC15002 [ARRAKULAM] {A1} SOUTH KERALA 12528 1 1 3 2 6 10 3 6 19
151 SC18002 [KARUNGAPALLY] {A1} SOUTH KERALA 35136 1 1 3 6 18 26 3 18 47
152 SF13001 [BSC KHAMMAM] {A1} SOUTH TELANGANA 75168 1 2 3 14 36 59 4 36 99
153 SE17004 [CHIDAMBARAM(MRM)] {A1} SOUTH TAMIL NADU 1920 1 1 3 3 3 14 3 3 20
Sub Total (South Zone) 3278528 108 126 279 753 1815 3246 312 1815 5373
154 FB17007 [FSD NILAMBAZAR] {A1} NORTH ASSAM 5544 1 1 3 1 1 6 3 1 10
EAST
155 FB17005 [LALABAZAR] {A1} NORTH ASSAM 5724 1 1 3 1 1 6 3 1 10
EAST
156 FB16001 [DIPHU] {A1} NORTH ASSAM 6264 1 1 3 1 3 6 3 3 12
EAST
157 FB15001 [FSD DHEMAJI] {A1} NORTH ASSAM 6669 1 1 3 1 3 6 3 3 12
EAST
158 FB14001 [GOSSAIGAON] {A1} NORTH ASSAM 8200 1 1 3 4 6 18 3 6 27
EAST
159 FB18001 [JOGIGHOPA] {A1} NORTH ASSAM 8840 1 1 3 3 7 14 3 7 24
EAST
160 FB19002 [TINSUKIA] {A1} NORTH ASSAM 10082 1 1 3 2 4 10 3 4 17
EAST
161 FB16003 [SENCHOWA] {A1} NORTH ASSAM 10272 1 1 3 4 8 18 3 8 29
EAST
162 FB12002 [TIHU] {A1} NORTH ASSAM 10320 1 1 3 2 5 10 3 5 18
EAST
163 FB17001 [BADARPURGHAT] {A1} NORTH ASSAM 11448 1 1 3 2 6 10 3 6 19
EAST
164 FB15002 [FSD NORTH LAKHIMPUR] {A1} NORTH ASSAM 13572 1 1 3 3 7 14 3 7 24
EAST

Page 184 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Operational

Operational
Weighbridg
Capacity in

Chambers
Entry/Exit

Godowns

Fish Eye
Camera

Camera

Camera

Camera
Nos. of

Nos. of

Nos. of

Rooms

Nos. of

Nos. of
Office
Gates

Bullet

Dome

Total
MT

es
# Name of Depot Zone State

165 FB13001 [CINNAMARA] {A1} NORTH ASSAM 15420 1 2 3 2 8 11 4 8 23


EAST
166 FB19001 [CHAULKHOWA] {A1} NORTH ASSAM 17600 1 1 3 4 9 18 3 9 30
EAST
167 FB15003 [FSD NARAYANPUR] {A1} NORTH ASSAM 18430 1 1 3 3 10 14 3 10 27
EAST
168 FB20002 [TANGLA] {A1} NORTH ASSAM 20072 1 1 3 5 12 22 3 12 37
EAST
169 FB16002 [HOJAI] {A1} NORTH ASSAM 20081 1 2 3 10 16 43 4 16 63
EAST
170 FB17002 [RAMNAGAR] {A1} NORTH ASSAM 22896 1 2 3 4 12 19 4 12 35
EAST
171 FB15004 [FSD ARCHIPATHAR] {A1} NORTH ASSAM 25056 1 1 3 4 8 18 3 8 29
EAST
172 FB12001 [NEW GUWAHATI] {A1} NORTH ASSAM 29260 1 2 3 6 20 27 4 20 51
EAST
173 FB20001 [BINDUKURI] {A1} NORTH ASSAM 45900 1 2 3 8 23 35 4 23 62
EAST
174 FB12006 [SILO CHANGSARI] {A1} NORTH ASSAM 50000 1 2 3 4 4 19 4 4 27
EAST
175 FB12003 [FSD CHANGSARI] {A1} NORTH ASSAM 62640 1 2 3 10 30 43 4 30 77
EAST
176 FC12008 [ANINI] {A1} NORTH ARUNACHAL PRADESH 440 1 1 3 1 1 6 3 1 10
EAST
177 FC12014 [FSD KHUPA] {A1} NORTH ARUNACHAL PRADESH 640 1 1 3 1 1 6 3 1 10
EAST
178 FC12013 [YINGKIONG] {A1} NORTH ARUNACHAL PRADESH 696 1 1 3 1 1 6 3 1 10
EAST
179 FC12016 [FSD AALO] {A1} NORTH ARUNACHAL PRADESH 1670 1 1 3 1 1 6 3 1 10
EAST
180 FC12006 [TAWANG] {A1} NORTH ARUNACHAL PRADESH 1764 1 1 3 1 2 6 3 2 11
EAST
181 FC12005 [SEPPA] {A1} NORTH ARUNACHAL PRADESH 2088 1 1 3 1 1 6 3 1 10
EAST
182 FC12003 [ZIRO] {A1} NORTH ARUNACHAL PRADESH 2970 1 1 3 1 2 6 3 2 11
EAST
183 FC12007 [PASIGHAT] {A1} NORTH ARUNACHAL PRADESH 3036 1 1 3 1 2 6 3 2 11
EAST
184 FC12012 [TEZU] {A1} NORTH ARUNACHAL PRADESH 3996 1 1 3 1 1 6 3 1 10
EAST

Page 185 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Operational

Operational
Weighbridg
Capacity in

Chambers
Entry/Exit

Godowns

Fish Eye
Camera

Camera

Camera

Camera
Nos. of

Nos. of

Nos. of

Rooms

Nos. of

Nos. of
Office
Gates

Bullet

Dome

Total
MT

es
# Name of Depot Zone State

185 FC12015 [FCI FSD BOMDILA] {A1} NORTH ARUNACHAL PRADESH 3996 1 1 3 1 2 6 3 2 11
EAST
186 FC12001 [BANDERDEWA] {A1} NORTH ARUNACHAL PRADESH 6264 1 1 3 2 2 10 3 2 15
EAST
187 FC12004 [BHALUKPONG] {A1} NORTH ARUNACHAL PRADESH 6264 1 1 3 1 3 6 3 3 12
EAST
188 FC12010 [KHARSANG] {A1} NORTH ARUNACHAL PRADESH 6264 1 1 3 1 1 6 3 1 10
EAST
189 FF12008 [THOUBAL] {A1} NORTH MANIPUR 3132 1 1 3 1 1 6 3 1 10
EAST
190 FF12009 [FSD CHURACHANDPUR] {A1} NORTH MANIPUR 3132 2 1 3 1 2 7 3 2 12
EAST
191 FF12007 [BISHNUPUR] {A1} NORTH MANIPUR 5568 1 1 3 2 4 10 3 4 17
EAST
192 FF12010 [FSD TAMENGLONG] {A1} NORTH MANIPUR 5916 2 1 3 2 4 11 3 4 18
EAST
193 FF12001 [SENAPATI] {A1} NORTH MANIPUR 6264 1 1 3 1 2 6 3 2 11
EAST
194 FF12003 [JIRIBAM] {A1} NORTH MANIPUR 6264 1 1 3 2 2 10 3 2 15
EAST
195 FF12004 [UKHRUL] {A1} NORTH MANIPUR 6264 1 1 3 3 3 14 3 3 20
EAST
196 FF12006 [SAWOMBUNG] {A1} NORTH MANIPUR 12528 1 1 3 2 6 10 3 6 19
EAST
197 FF12005 [SANGAIPROU] {A1} NORTH MANIPUR 15660 1 1 3 4 10 18 3 10 31
EAST
198 FE14004 [MON] {A1} NORTH NAGALAND 2784 1 1 3 1 2 6 3 2 11
EAST
199 FE14002 [MOKOKCHUNG] {A1} NORTH NAGALAND 3132 1 1 3 1 3 6 3 3 12
EAST
200 FE14003 [TUENSANG] {A1} NORTH NAGALAND 3132 1 1 3 1 3 6 3 3 12
EAST
201 FE14006 [FSD PHESAMA] {A1} NORTH NAGALAND 5742 2 1 3 3 3 15 3 3 21
EAST
202 FE14001 [DIMAPUR] {A1} NORTH NAGALAND 26712 1 2 3 3 14 15 4 14 33
EAST
203 FD12002 [CHURAIBARI] {A1} NORTH NEF 2080 1 1 3 1 2 6 3 2 11
EAST
204 FD16012 [FCI FSD BAGHMARA] {A1} NORTH NEF 2500 1 1 3 1 2 6 3 2 11
EAST

Page 186 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Operational

Operational
Weighbridg
Capacity in

Chambers
Entry/Exit

Godowns

Fish Eye
Camera

Camera

Camera

Camera
Nos. of

Nos. of

Nos. of

Rooms

Nos. of

Nos. of
Office
Gates

Bullet

Dome

Total
MT

es
# Name of Depot Zone State

205 FD15002 [LUNGLEI] {A1} NORTH NEF 3654 1 1 3 1 1 6 3 1 10


EAST
206 FD15007 [FSD LAWNGTLAI] {A1} NORTH NEF 4176 1 1 3 2 4 10 3 4 17
EAST
207 FD16003 [JOWAI] {A1} NORTH NEF 4698 1 1 3 2 3 10 3 3 16
EAST
208 FD15003 [AIZWAL] {A1} NORTH NEF 5742 1 1 3 1 3 6 3 3 12
EAST
209 FD15005 [BUALPUI] {A1} NORTH NEF 5742 1 1 3 1 2 6 3 2 11
EAST
210 FD16001 [TURA] {A1} NORTH NEF 6264 2 1 3 1 3 7 3 3 13
EAST
211 FD16002 [SHILLONG] {A1} NORTH NEF 6264 1 1 3 2 4 10 3 4 17
EAST
212 FD15001 [KOLASIB] {A1} NORTH NEF 6264 1 1 3 1 3 6 3 3 12
EAST
213 FD15004 [BAIRABI] {A1} NORTH NEF 6264 1 1 3 2 4 10 3 4 17
EAST
214 FD12004 [CHANDRAPUR] {A1} NORTH NEF 6264 1 1 3 1 3 6 3 3 12
EAST
215 FD12006 [KUMARGHAT] {A1} NORTH NEF 6264 1 1 3 1 3 6 3 3 12
EAST
216 FD12003 [NANDAN NAGAR] {A1} NORTH NEF 12528 1 1 3 4 8 18 3 8 29
EAST
217 FD12001 [DHARAMNAGAR] {A1} NORTH NEF 16472 1 1 3 5 12 22 3 12 37
EAST
Sub Total (North East Zone) 665784 68 72 192 151 339 744 200 339 1283
218 NB12002 [NEW PUSA (CTO)] {A1} NORTH DELHI 9877 2 1 3 3 4 15 3 4 22
219 NB12001 [NARAINA] {A1} NORTH DELHI 82730 2 2 3 15 48 64 4 48 116
220 NB12003 [OKHLA] {A1} NORTH DELHI 13360 2 1 3 2 8 11 3 8 22
221 NB13002 [GHEVRA] {A1} NORTH DELHI 141426 1 2 3 27 74 111 4 74 189
222 NB13003 [SHAKTINAGAR] {A1} NORTH DELHI 17235 5 2 3 8 8 39 4 8 51
223 NB13001 [NARELA] {A1} NORTH DELHI 63000 2 2 3 11 30 48 4 30 82
224 NC14001 [FSD AMBALA CANTT] {A1} NORTH HARYANA 12238 1 1 3 3 8 14 3 8 25
225 NC16002 [FSD NARWANA] {A1} NORTH HARYANA 10440 1 1 3 2 8 10 3 8 21
226 NC14004 [BG PANIPAT] {A1} NORTH HARYANA 89960 1 1 3 5 41 22 3 41 66
227 NC16003 [FSD ROHTAK] {A1} NORTH HARYANA 28780 1 1 3 6 18 26 3 18 47
228 NC14003 [FSD TARAORI] {A1} NORTH HARYANA 71064 2 1 3 8 20 35 3 20 58
229 NC14002 [FSD KARNAL] {A1} NORTH HARYANA 20010 1 1 3 3 9 14 3 9 26

Page 187 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Operational

Operational
Weighbridg
Capacity in

Chambers
Entry/Exit

Godowns

Fish Eye
Camera

Camera

Camera

Camera
Nos. of

Nos. of

Nos. of

Rooms

Nos. of

Nos. of
Office
Gates

Bullet

Dome

Total
MT

es
# Name of Depot Zone State

230 NC16007 [FSD SAFIDON] {A1} NORTH HARYANA 12500 1 1 3 3 8 14 3 8 25


231 NC16006 [BG NARWANA] {A1} NORTH HARYANA 97614 1 2 3 18 48 75 4 48 127
232 NC16005 [SONEPAT] {A1} NORTH HARYANA 10000 1 1 3 2 8 10 3 8 21
233 NC16001 [FSD GOHANA] {A1} NORTH HARYANA 21940 1 1 3 5 12 22 3 12 37
234 NC15002 [FSD KURUKSHETRA] {A1} NORTH HARYANA 13108 1 1 3 2 8 10 3 8 21
235 NC15004 [FSD PEHOWA] {A1} NORTH HARYANA 24592 2 1 3 4 15 19 3 15 37
236 NC12002 [FSD PALWAL] {A1} NORTH HARYANA 12150 1 1 3 3 8 14 3 8 25
237 NC15005 [FSD KAITHAL II] {A1} NORTH HARYANA 9744 2 1 3 2 5 11 3 5 19
238 NC13001 [FSD BARWALA] {A1} NORTH HARYANA 17148 1 1 3 2 6 10 3 6 19
239 NC15006 [BG KURUKSHETRA] {A1} NORTH HARYANA 37584 1 2 3 6 18 27 4 18 49
240 NC13009 [FSD KALANWALI] {A1} NORTH HARYANA 18000 1 1 3 3 9 14 3 9 26
241 NC15001 [FSD CHEEKA] {A1} NORTH HARYANA 25752 1 1 3 10 18 42 3 18 63
242 NC13008 [FSD HISSAR] {A1} NORTH HARYANA 23500 1 1 3 5 21 22 3 21 46
243 NC13003 [FSD BHIWANI] {A1} NORTH HARYANA 13608 1 1 3 3 9 14 3 9 26
244 NC13004 [FSD BAWANI KHERA] {A1} NORTH HARYANA 11502 1 1 3 2 6 10 3 6 19
245 NC12003 [FSD FARIDABAD] {A1} NORTH HARYANA 44460 1 1 3 8 23 34 3 23 60
246 NC15007 [BG DHAND] {A1} NORTH HARYANA 87696 1 2 3 14 42 59 4 42 105
247 NC15003 [FSD KAITHAL I] {A1} NORTH HARYANA 6003 2 1 3 2 4 11 3 4 18
248 NC13011 [FSD TOHANA] {A1} NORTH HARYANA 11658 1 1 3 3 8 14 3 8 25
249 NC14005 [MRM KARNAL] {A1} NORTH HARYANA 8000 2 1 3 1 5 7 3 5 15
250 NC16004 [MG SAFIDON] {A1} NORTH HARYANA 9600 2 1 3 15 15 63 3 15 81
251 NC13007 [FSD FATEHABAD] {A1} NORTH HARYANA 22958 1 1 3 5 12 22 3 12 37
252 NC13005 [FSD DABWALI] {A1} NORTH HARYANA 30094 1 1 3 4 12 18 3 12 33
253 NC13002 [FSD BHATTU] {A1} NORTH HARYANA 15000 1 1 3 3 9 14 3 9 26
254 NC13006 [FSD ELLENABAD] {A1} NORTH HARYANA 15390 1 1 3 3 8 14 3 8 25
255 NC13010 [BG SIRSA] {A1} NORTH HARYANA 58320 1 1 3 7 30 30 3 30 63
256 NC15008 [CAP PIPLI] {A1} NORTH HARYANA 73030 2 1 3 0 0 3 3 0 6
257 NC13012 [FSD SIRSA] {A1} NORTH HARYANA 24786 1 1 3 5 17 22 3 17 42
258 NC14010 [CAP GHARAUNDA] {A1} NORTH HARYANA 40000 1 0 3 0 0 1 2 0 3
259 ND13001 [GUJJAR KA TALAB] {A1} NORTH HIMACHAL PRADESH 11088 1 1 3 2 6 10 3 6 19
260 ND14001 [KULLU] {A1} NORTH HIMACHAL PRADESH 1944 1 1 3 1 2 6 3 2 11
261 ND13003 [CHAMBA] {A1} NORTH HIMACHAL PRADESH 1944 1 1 3 1 2 6 3 2 11
262 ND14002 [HAMIRPUR] {A1} NORTH HIMACHAL PRADESH 2088 1 1 3 1 1 6 3 1 10
263 ND13010 [BHAWARNA] {A1} NORTH HIMACHAL PRADESH 2240 1 1 3 1 2 6 3 2 11
264 ND13002 [UNA] {A1} NORTH HIMACHAL PRADESH 2898 1 1 3 1 2 6 3 2 11
265 ND13008 [FSD TANDA KHOLI] {A1} NORTH HIMACHAL PRADESH 4176 1 1 3 1 3 6 3 3 12

Page 188 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Operational

Operational
Weighbridg
Capacity in

Chambers
Entry/Exit

Godowns

Fish Eye
Camera

Camera

Camera

Camera
Nos. of

Nos. of

Nos. of

Rooms

Nos. of

Nos. of
Office
Gates

Bullet

Dome

Total
MT

es
# Name of Depot Zone State

266 NE12005 [RAJOURI] {A1} NORTH JAMMU AND KASHMIR 3132 1 1 3 1 3 6 3 3 12


267 NE12006 [POONCH] {A1} NORTH JAMMU AND KASHMIR 3132 1 1 3 2 3 10 3 3 16
268 NE12001 [CHATHA] {A1} NORTH JAMMU AND KASHMIR 15792 3 1 3 4 12 20 3 12 35
269 NE12007 [KISHTWAR] {A1} NORTH JAMMU AND KASHMIR 2088 1 1 3 1 3 6 3 3 12
270 NE12003 [KATHUA] {A1} NORTH JAMMU AND KASHMIR 6264 1 1 3 1 3 6 3 3 12
271 NE12002 [NEW GODOWN JAMMU] {A1} NORTH JAMMU AND KASHMIR 26904 2 2 3 5 15 24 4 15 43
272 NE12004 [KHILLANI (DODA)] {A1} NORTH JAMMU AND KASHMIR 3132 1 1 3 1 3 6 3 3 12
273 NE13007 [KUPWARA] {A1} NORTH JAMMU AND KASHMIR 5990 1 1 3 2 4 10 3 4 17
274 NE13002 [SRINAGAR] {A1} NORTH JAMMU AND KASHMIR 10440 2 1 3 2 5 11 3 5 19
275 NE13004 [KARGILI] {A1} NORTH JAMMU AND KASHMIR 3132 1 1 3 1 3 6 3 3 12
276 NE13005 [BARAMULA] {A1} NORTH JAMMU AND KASHMIR 5922 1 1 3 1 3 6 3 3 12
277 NE13006 [PHYANG] {A1} NORTH JAMMU AND KASHMIR 12528 1 1 3 3 6 14 3 6 23
278 NE13003 [LEH] {A1} NORTH JAMMU AND KASHMIR 5990 1 1 3 2 2 10 3 2 15
279 NE13008 [KARGILII] {A1} NORTH JAMMU AND KASHMIR 2995 1 1 3 1 3 6 3 3 12
280 NE13001 [ANANTNAG (MIRBAZAR)] {A1} NORTH JAMMU AND KASHMIR 8700 2 1 3 3 7 15 3 7 25
281 NE13009 [BUDGAM] {A1} NORTH JAMMU AND KASHMIR 3132 1 1 3 1 2 6 3 2 11
282 NG14001 [FSD GANDHINAGAR JAIPUR] {A1} NORTH RAJASTHAN 28594 1 1 3 9 24 38 3 24 65
283 NG14002 [FSD BANDIKUI] {A1} NORTH RAJASTHAN 23520 1 1 3 8 15 34 3 15 52
284 NG15004 [FSD JODHPUR] {A1} NORTH RAJASTHAN 29750 1 1 3 11 18 46 3 18 67
285 NG14004 [FSD SIKAR] {A1} NORTH RAJASTHAN 16128 1 1 3 3 8 14 3 8 25
286 NG19006 [FSD MARWAR JN] {A1} NORTH RAJASTHAN 12144 1 1 3 2 8 10 3 8 21
287 NG14003 [FSD NEWAI] {A1} NORTH RAJASTHAN 24528 1 1 3 6 19 26 3 19 48
288 NG19003 [FSD BHILWARA] {A1} NORTH RAJASTHAN 14616 1 1 3 3 9 14 3 9 26
289 NG19004 [FSD NAGAUR] {A1} NORTH RAJASTHAN 20889 1 1 3 3 10 14 3 10 27
290 NG19005 [FSD PALI] {A1} NORTH RAJASTHAN 15200 1 1 3 6 11 26 3 11 40
291 NG15001 [FSD BARMER] {A1} NORTH RAJASTHAN 32200 1 1 3 6 21 26 3 21 50
292 NG19002 [FSD KISHANGARH] {A1} NORTH RAJASTHAN 17508 1 1 3 4 12 18 3 12 33
293 NG19001 [FSD AJMER] {A1} NORTH RAJASTHAN 47005 1 1 3 10 28 42 3 28 73
294 NG12002 [FSD BHARATPUR] {A1} NORTH RAJASTHAN 15232 1 1 3 3 10 14 3 10 27
295 NG12003 [FSD KHERLI] {A1} NORTH RAJASTHAN 15736 1 1 3 6 11 26 3 11 40
296 NG17003 [FSD HANUMANGARH] {A1} NORTH RAJASTHAN 59156 2 1 3 9 27 39 3 27 69
297 NG16002 [FSD SHIVPURA(KOTA)] {A1} NORTH RAJASTHAN 35110 1 1 3 11 22 46 3 22 71
298 NG17002 [FSD SRIBIJAYANAGAR] {A1} NORTH RAJASTHAN 15456 1 1 3 3 9 14 3 9 26
299 NG12001 [FSD ALWAR] {A1} NORTH RAJASTHAN 16704 1 1 3 3 9 14 3 9 26
300 NG12004 [FSD DHOLPUR] {A1} NORTH RAJASTHAN 14378 1 1 3 2 9 10 3 9 22
301 NG16015 [FSD SAWAIMADHOPUR] {A1} NORTH RAJASTHAN 12010 1 1 3 3 9 14 3 9 26

Page 189 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Operational

Operational
Weighbridg
Capacity in

Chambers
Entry/Exit

Godowns

Fish Eye
Camera

Camera

Camera

Camera
Nos. of

Nos. of

Nos. of

Rooms

Nos. of

Nos. of
Office
Gates

Bullet

Dome

Total
MT

es
# Name of Depot Zone State

302 NG13004 [FSD SADULPUR] {A1} NORTH RAJASTHAN 12075 1 1 3 2 8 10 3 8 21


303 NG16005 [FSD BHAWANIMANDI] {A1} NORTH RAJASTHAN 12520 2 1 3 2 8 11 3 8 22
304 NG16001 [FSD BARAN] {A1} NORTH RAJASTHAN 15660 1 1 3 3 9 14 3 9 26
305 NG15002 [FSD POKRAN] {A1} NORTH RAJASTHAN 18144 1 1 3 3 10 14 3 10 27
306 NG15003 [FSD JALORE] {A1} NORTH RAJASTHAN 14848 1 1 3 4 10 18 3 10 31
307 NG13003 [FSD SUJANGARH] {A1} NORTH RAJASTHAN 10080 1 1 3 2 6 10 3 6 19
308 NG16004 [BC SAWAIMADHOPUR] {A1} NORTH RAJASTHAN 130220 2 2 3 16 48 68 4 48 120
309 NG18004 [FSD SIROHI ROAD] {A1} NORTH RAJASTHAN 14700 1 1 3 3 7 14 3 7 24
310 NG18002 [FSD CHANDERIA] {A1} NORTH RAJASTHAN 29950 1 1 3 7 19 30 3 19 52
311 NG16003 [FSD BUNDI] {A1} NORTH RAJASTHAN 16630 1 1 3 3 12 14 3 12 29
312 NG18001 [FSD BANSWARA] {A1} NORTH RAJASTHAN 12600 1 1 3 4 8 18 3 8 29
313 NG16006 [FSD KESHORAI PATAN] {A1} NORTH RAJASTHAN 14610 1 1 3 2 7 10 3 7 20
314 NG13001 [FSD BIKANER] {A1} NORTH RAJASTHAN 23029 1 1 3 5 15 22 3 15 40
315 NG13002 [FSD CHURU] {A1} NORTH RAJASTHAN 13944 1 1 3 3 10 14 3 10 27
316 NG13005 [FSD JHUNJHUNU] {A1} NORTH RAJASTHAN 15512 1 1 3 5 12 22 3 12 37
317 NG18003 [FSD UDAIPUR] {A1} NORTH RAJASTHAN 48680 2 2 3 15 33 64 4 33 101
318 NG12010 [CAP ALWAR] {A1} NORTH RAJASTHAN 36295 1 1 3 0 0 2 3 0 5
319 NH28001 [ATTARA] {A1} NORTH UTTAR PRADESH 14600 1 1 3 3 7 14 3 7 24
320 NH16001 [FSD GORAKHPUR] {A1} NORTH UTTAR PRADESH 37282 1 1 3 5 20 22 3 20 45
321 NH16002 [FSD BASTI1] {A1} NORTH UTTAR PRADESH 5796 1 1 3 4 4 18 3 4 25
322 NH26002 [FSD FATEHPUR] {A1} NORTH UTTAR PRADESH 9600 1 1 3 2 5 10 3 5 18
323 NH22002 [DHAMORA] {A1} NORTH UTTAR PRADESH 40824 1 1 3 7 21 30 3 21 54
324 NH24002 [VYASNAGAR] {A1} NORTH UTTAR PRADESH 44712 2 2 3 9 25 40 4 25 69
325 NH28003 [MAHOBA] {A1} NORTH UTTAR PRADESH 12500 1 1 3 2 8 10 3 8 21
326 NH22001 [MORADABAD] {A1} NORTH UTTAR PRADESH 23350 1 2 3 8 8 35 4 8 47
327 NH15003 [BARABANKI (NEW)] {A1} NORTH UTTAR PRADESH 68904 1 1 3 12 33 50 3 33 86
328 NH28002 [BANDA] {A1} NORTH UTTAR PRADESH 6250 1 1 3 1 4 6 3 4 13
329 NH15001 [FAIZABAD] {A1} NORTH UTTAR PRADESH 44892 1 1 3 8 8 34 3 8 45
330 NH16003 [FSD PADRAUNA] {A1} NORTH UTTAR PRADESH 2898 1 1 3 1 2 6 3 2 11
331 NH34003 [HARDUAGANJ] {A1} NORTH UTTAR PRADESH 51030 1 1 3 7 25 30 3 25 58
332 NH12016 [FSD KOSI OLD] {A1} NORTH UTTAR PRADESH 27580 1 1 3 8 19 34 3 19 56
333 NH21002 [RAIBAREILLY] {A1} NORTH UTTAR PRADESH 71214 1 2 3 7 36 31 4 36 71
334 NH24001 [VARANASI] {A1} NORTH UTTAR PRADESH 75210 1 2 3 16 44 67 4 44 115
335 NH12001 [AGRA] {A1} NORTH UTTAR PRADESH 52960 1 2 3 11 33 47 4 33 84
336 NH13001 [BAREILLY] {A1} NORTH UTTAR PRADESH 41975 1 1 3 12 31 50 3 31 84
337 NH34006 [ETAH1] {A1} NORTH UTTAR PRADESH 13524 1 1 3 3 9 14 3 9 26

Page 190 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Operational

Operational
Weighbridg
Capacity in

Chambers
Entry/Exit

Godowns

Fish Eye
Camera

Camera

Camera

Camera
Nos. of

Nos. of

Nos. of

Rooms

Nos. of

Nos. of
Office
Gates

Bullet

Dome

Total
MT

es
# Name of Depot Zone State

338 NH15002 [BARABANKI (OLD)] {A1} NORTH UTTAR PRADESH 21924 1 1 3 3 12 14 3 12 29


339 NH13002 [PILIBHIT] {A1} NORTH UTTAR PRADESH 9072 2 1 3 2 6 11 3 6 20
340 NH21001 [TALKATORA] {A1} NORTH UTTAR PRADESH 41380 1 2 3 7 28 31 4 28 63
341 NH31002 [ROZA] {A1} NORTH UTTAR PRADESH 58320 2 2 3 10 30 44 4 30 78
342 NH12015 [FSD MATHURA] {A1} NORTH UTTAR PRADESH 14280 2 1 3 3 8 15 3 8 26
343 NH20001 [CHANDARI KANPUR] {A1} NORTH UTTAR PRADESH 123788 3 2 3 26 78 109 4 78 191
344 NH31001 [SHAHJAHANPUR] {A1} NORTH UTTAR PRADESH 15552 1 1 3 3 10 14 3 10 27
345 NH20002 [ETAWAH] {A1} NORTH UTTAR PRADESH 15134 1 1 3 3 9 14 3 9 26
346 NH34004 [HATHRAS] {A1} NORTH UTTAR PRADESH 16704 1 1 3 4 8 18 3 8 29
347 NH32002 [FSD LAKHIMPUR KHERI] {A1} NORTH UTTAR PRADESH 14256 1 1 3 3 10 14 3 10 27
348 NH27001 [FSD AZAMGARH] {A1} NORTH UTTAR PRADESH 24540 2 1 3 4 12 19 3 12 34
349 NH34007 [KASGANJ] {A1} NORTH UTTAR PRADESH 10280 1 1 3 4 8 18 3 8 29
350 NH13003 [PARSAKHERA] {A1} NORTH UTTAR PRADESH 30240 1 1 3 5 15 22 3 15 40
351 NH17001 [HAPUR] {A1} NORTH UTTAR PRADESH 42196 2 2 3 17 36 72 4 36 112
352 NH17002 [PARTAPUR] {A1} NORTH UTTAR PRADESH 32340 2 2 3 6 18 28 4 18 50
353 NH32001 [FSD HARDOI] {A1} NORTH UTTAR PRADESH 13344 1 1 3 5 11 22 3 11 36
354 NH14001 [BULANDSHAHAR IMALIA] {A1} NORTH UTTAR PRADESH 14476 1 1 3 2 9 10 3 9 22
355 NH26001 [FSD NAINI(ALLAHABAD)] {A1} NORTH UTTAR PRADESH 57040 1 2 3 10 34 43 4 34 81
356 NH14002 [SHYAMNAGAR] {A1} NORTH UTTAR PRADESH 9394 1 1 3 3 4 14 3 4 21
357 NH12002 [SHIKHOABAD] {A1} NORTH UTTAR PRADESH 29060 1 1 3 8 17 34 3 17 54
358 NH30001 [GONDA] {A1} NORTH UTTAR PRADESH 34500 1 1 3 6 18 26 3 18 47
359 NH32003 [FSD SITAPUR] {A1} NORTH UTTAR PRADESH 31020 1 1 3 8 17 34 3 17 54
360 NH14005 [KHURJA] {A1} NORTH UTTAR PRADESH 5000 1 1 3 1 4 6 3 4 13
361 NH14003 [CHANDPUR ROAD] {A1} NORTH UTTAR PRADESH 27000 2 1 3 6 15 27 3 15 45
362 NH12014 [FSD KOSIKALAN] {A1} NORTH UTTAR PRADESH 30240 1 1 3 6 18 26 3 18 47
363 NH17003 [HAPUR(SILO)] {A1} NORTH UTTAR PRADESH 10160 0 0 3 0 0 0 2 0 2
364 NH19001 [JHANSI] {A1} NORTH UTTAR PRADESH 20328 1 1 3 5 13 22 3 13 38
365 NH19002 [ORAI] {A1} NORTH UTTAR PRADESH 33768 1 1 3 4 18 18 3 18 39
366 NH21003 [LUCKNOW(SILO)] {A1} (Talkatora Silo) NORTH UTTAR PRADESH 20000 0 0 3 1 1 4 2 1 7
367 NI14001 [SIMLI] {A1} NORTH UTTARAKHAND 6084 1 1 3 2 4 10 3 4 17
368 NI13001 [RUDRAPUR] {A1} NORTH UTTARAKHAND 49530 2 1 3 11 32 47 3 32 82
369 NI13003 [PITHORAGARH] {A1} NORTH UTTARAKHAND 5220 1 1 3 2 6 10 3 6 19
370 NI13002 [BAZPUR] {A1} NORTH UTTARAKHAND 12528 1 1 3 2 6 10 3 6 19
371 NF16004 [FARIDKOT FSD] {A1} NORTH PUNJAB 33468 2 1 3 5 19 23 3 19 45
372 NF22009 [SUNAM] {A1} NORTH PUNJAB 22908 1 1 3 7 10 30 3 10 43
373 NF19009 [BANGA] {A1} NORTH PUNJAB 16356 2 1 3 3 10 15 3 10 28

Page 191 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Operational

Operational
Weighbridg
Capacity in

Chambers
Entry/Exit

Godowns

Fish Eye
Camera

Camera

Camera

Camera
Nos. of

Nos. of

Nos. of

Rooms

Nos. of

Nos. of
Office
Gates

Bullet

Dome

Total
MT

es
# Name of Depot Zone State

374 NF19003 [BHOGPUR] {A1} NORTH PUNJAB 5976 1 1 3 1 2 6 3 2 11


375 NF21005 [BC PATIALA] {A1} NORTH PUNJAB 99180 2 2 3 17 48 72 4 48 124
376 NF21006 [PATRAN] {A1} NORTH PUNJAB 20532 2 1 3 11 15 47 3 15 65
377 NF23005 [KAPURTHALA NEW] {A1} NORTH PUNJAB 18792 1 1 3 3 9 14 3 9 26
378 NF21007 [RAJPURA(NEW)] {A1} NORTH PUNJAB 75168 1 2 3 12 36 51 4 36 91
379 NF21010 [RAJPURA] {A1} NORTH PUNJAB 14036 1 1 3 3 8 14 3 8 25
380 NF20009 [LUDHIANA GILL ROAD] {A1} NORTH PUNJAB 20184 1 1 3 4 13 18 3 13 34
381 NF21009 [PATIALA FSD] {A1} NORTH PUNJAB 32683 2 1 3 6 20 27 3 20 50
382 NF18008 [TANDA NEW] {A1} NORTH PUNJAB 89784 2 2 3 14 43 60 4 43 107
383 NF13007 [TALWANDI SABOO] {A1} NORTH PUNJAB 18792 1 1 3 4 11 18 3 11 32
384 NF16009 [MALOUT BG] {A1} NORTH PUNJAB 112740 2 2 3 10 30 44 4 30 78
385 NF16003 [DODA FSD] {A1} NORTH PUNJAB 18912 1 1 3 4 8 18 3 8 29
386 NF13002 [BHUCHHU] {A1} NORTH PUNJAB 11832 1 1 3 3 9 14 3 9 26
387 NF21004 [NABHA] {A1} NORTH PUNJAB 25056 3 2 3 4 9 21 4 9 34
388 NF12002 [BHARARIWAL] {A1} NORTH PUNJAB 20184 1 1 3 5 6 22 3 6 31
389 NF24005 [DHARAMKOT FSD] {A1} NORTH PUNJAB 18972 1 1 3 3 11 14 3 11 28
390 NF18005 [MUKERIAN] {A1} NORTH PUNJAB 16332 2 1 3 3 8 15 3 8 26
391 NF18002 [DASUYA] {A1} NORTH PUNJAB 26700 1 1 3 5 15 22 3 15 40
392 NF18004 [HOSHIARPUR] {A1} NORTH PUNJAB 20892 2 1 3 3 3 15 3 3 21
393 NF13005 [RAMPURAPHUL] {A1} NORTH PUNJAB 12528 1 1 3 3 8 14 3 8 25
394 NF13001 [BHATINDA] {A1} NORTH PUNJAB 36138 1 1 3 8 18 34 3 18 55
395 NF20011 [KHANNA] {A1} NORTH PUNJAB 44370 1 2 3 11 26 47 4 26 77
396 NF16007 [MALOUT FSD] {A1} NORTH PUNJAB 13050 1 1 3 4 8 18 3 8 29
397 NF22001 [AHMEDGARH] {A1} NORTH PUNJAB 26448 1 1 3 5 17 22 3 17 42
398 NF13003 [BUDHLADA] {A1} NORTH PUNJAB 13572 1 1 3 3 8 14 3 8 25
399 NF13004 [MANSA] {A1} NORTH PUNJAB 15138 2 1 3 3 10 15 3 10 28
400 NF12003 [BHIKHIWIND] {A1} NORTH PUNJAB 6264 1 1 3 2 3 10 3 3 16
401 NF21002 [DUDHAN] {A1} NORTH PUNJAB 17701 1 1 3 3 9 14 3 9 26
402 NF12009 [TARAN TARAN] {A1} NORTH PUNJAB 15138 2 1 3 4 9 19 3 9 31
403 NF15009 [TALWANDIBHAI] {A1} NORTH PUNJAB 18324 1 1 3 5 9 22 3 9 34
404 NF12006 [MAJITHA] {A1} NORTH PUNJAB 7656 1 1 3 2 4 10 3 4 17
405 NF15002 [FAZILKA] {A1} NORTH PUNJAB 15448 1 1 3 3 3 14 3 3 20
406 NF12005 [MEHTA] {A1} NORTH PUNJAB 12354 1 1 3 2 6 10 3 6 19
407 NF12008 [RAYYA] {A1} NORTH PUNJAB 26970 1 1 3 6 18 26 3 18 47
408 NF22010 [SANGRUR1] {A1} NORTH PUNJAB 20878 1 1 3 5 5 22 3 5 30
409 NF15010 [ZIRA] {A1} NORTH PUNJAB 22968 1 1 3 4 13 18 3 13 34

Page 192 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Operational

Operational
Weighbridg
Capacity in

Chambers
Entry/Exit

Godowns

Fish Eye
Camera

Camera

Camera

Camera
Nos. of

Nos. of

Nos. of

Rooms

Nos. of

Nos. of
Office
Gates

Bullet

Dome

Total
MT

es
# Name of Depot Zone State

410 NF15007 [MAKHU] {A1} NORTH PUNJAB 14600 1 1 3 3 7 14 3 7 24


411 NF20003 [RSD KHANNA GOBINDGARH (SILO)] {A1} NORTH PUNJAB 20000 1 2 3 8 24 35 4 24 63
412 NF20008 [KILARAIPUR] {A1} NORTH PUNJAB 17226 1 1 3 5 11 22 3 11 36
413 NF12011 [JANDIALA] {A1} NORTH PUNJAB 37584 1 1 3 7 18 30 3 18 51
414 NF15001 [ABOHAR] {A1} NORTH PUNJAB 18792 1 1 3 4 10 18 3 10 31
415 NF15003 [FEROZEPUR] {A1} NORTH PUNJAB 14616 2 1 3 2 4 11 3 4 18
416 NF15004 [GURUHARSAHAI] {A1} NORTH PUNJAB 25056 1 1 3 3 7 14 3 7 24
417 NF15005 [JALALABAD] {A1} NORTH PUNJAB 31156 1 1 3 4 12 18 3 12 33
418 NF15006 [LADHUKA] {A1} NORTH PUNJAB 10440 1 1 3 2 2 10 3 2 15
419 NF19002 [APRA] {A1} NORTH PUNJAB 16488 1 1 3 2 10 10 3 10 23
420 NF16008 [KOTKAPURA BG] {A1} NORTH PUNJAB 100224 1 2 3 5 15 23 4 15 42
421 NF19008 [LADOWALI ROAD] {A1} NORTH PUNJAB 11832 1 1 3 3 3 14 3 3 20
422 NF20006 [JAGRAON] {A1} NORTH PUNJAB 33408 2 3 3 6 20 29 5 20 54
423 NF20005 [JAGRAON(SILO)] {A1} NORTH PUNJAB 20000 0 0 3 1 1 4 2 1 7
424 NF22006 [KHANAURI] {A1} NORTH PUNJAB 12528 1 1 3 2 6 10 3 6 19
425 NF20002 [DORAHA] {A1} NORTH PUNJAB 19372 1 1 3 3 9 14 3 9 26
426 NF22014 [SANGRUR2] {A1} NORTH PUNJAB 40716 2 1 3 8 24 35 3 24 62
427 NF21003 [GHANAUR] {A1} NORTH PUNJAB 15312 1 1 3 3 5 14 3 5 22
428 NF12004 [CHABHAL] {A1} NORTH PUNJAB 12006 2 1 3 3 7 15 3 7 25
429 NF18006 [NASARALA] {A1} NORTH PUNJAB 19870 1 1 3 4 8 18 3 8 29
430 NF20012 [MALOUD] {A1} NORTH PUNJAB 20880 1 1 3 4 10 18 3 10 31
431 NF14004 [MORINDA] {A1} NORTH PUNJAB 9396 2 1 3 2 6 11 3 6 20
432 NF20016 [SAHNEWAL] {A1} NORTH PUNJAB 91524 1 2 3 10 44 43 4 44 91
433 NF17003 [GURDASPUR] {A1} NORTH PUNJAB 12354 3 1 3 8 8 36 3 8 47
434 NF20015 [RAIKOT] {A1} NORTH PUNJAB 13050 1 1 3 2 8 10 3 8 21
435 NF14007 [SIRHIND] {A1} NORTH PUNJAB 14790 1 1 3 4 10 18 3 10 31
436 NF14002 [KURALI] {A1} NORTH PUNJAB 18404 1 1 3 4 5 18 3 5 26
437 NF20004 [HATHUR] {A1} NORTH PUNJAB 18792 1 1 3 3 9 14 3 9 26
438 NF14003 [CH SAHIB] {A1} NORTH PUNJAB 16704 1 1 3 2 6 10 3 6 19
439 NF14008 [SANGHOL] {A1} NORTH PUNJAB 19488 1 1 3 3 10 14 3 10 27
440 NF23002 [KAPURTHALA] {A1} NORTH PUNJAB 15678 1 1 3 4 8 18 3 8 29
441 NF23004 [SULTANPUR LODHI] {A1} NORTH PUNJAB 20880 1 1 3 4 12 18 3 12 33
442 NF14009 [KHAMMANON] {A1} NORTH PUNJAB 12528 1 1 3 2 6 10 3 6 19
443 NF14001 [KHARAR] {A1} NORTH PUNJAB 8352 1 1 3 2 2 10 3 2 15
444 NF14006 [CHINARTHAL] {A1} NORTH PUNJAB 16936 1 1 3 3 11 14 3 11 28
445 NF23003 [PHAGWARA] {A1} NORTH PUNJAB 23302 2 1 3 4 13 19 3 13 35

Page 193 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Operational

Operational
Weighbridg
Capacity in

Chambers
Entry/Exit

Godowns

Fish Eye
Camera

Camera

Camera

Camera
Nos. of

Nos. of

Nos. of

Rooms

Nos. of

Nos. of
Office
Gates

Bullet

Dome

Total
MT

es
# Name of Depot Zone State

446 NF23001 [BHALOT (BHOLATH)] {A1} NORTH PUNJAB 18792 1 1 3 3 9 14 3 9 26


447 NF19001 [ADAMPUR] {A1} NORTH PUNJAB 12528 2 1 3 2 8 11 3 8 22
448 NF24004 [NIHALSINGHWALA FSD] {A1} NORTH PUNJAB 10962 1 1 3 3 7 14 3 7 24
449 NF20007 [JAMALPUR] {A1} NORTH PUNJAB 33292 1 1 3 8 21 34 3 21 58
450 NF20014 [MACHHIWARA] {A1} NORTH PUNJAB 16240 1 1 3 4 10 18 3 10 31
451 NF21001 [BANUR] {A1} NORTH PUNJAB 16298 1 1 3 5 11 22 3 11 36
452 NF20001 [CHAWAPAIL] {A1} NORTH PUNJAB 13920 1 1 3 4 4 18 3 4 25
453 NF24001 [BAGHAPURANA FSD] {A1} NORTH PUNJAB 12528 1 1 3 3 9 14 3 9 26
454 NF19006 [NAKODAR] {A1} NORTH PUNJAB 11380 1 1 3 9 10 38 3 10 51
455 NF13006 [SARDULGARH] {A1} NORTH PUNJAB 18792 2 1 3 4 9 19 3 9 31
456 NF19005 [LOHIANKHAS] {A1} NORTH PUNJAB 12528 1 1 3 2 5 10 3 5 18
457 NF19007 [NAWANSHAHAR FSD I] {A1} NORTH PUNJAB 44980 4 2 3 9 27 42 4 27 73
458 NF12001 [BHAGTANWALA] {A1} NORTH PUNJAB 7638 1 1 3 2 8 10 3 8 21
459 NF20010 [MULLANPUR DAKHA] {A1} NORTH PUNJAB 12528 2 1 3 2 8 11 3 8 22
460 NF12010 [VALLAH] {A1} NORTH PUNJAB 18270 1 1 3 3 3 14 3 3 20
461 NF20017 [JANGPUR MULLANPUR] {A1} NORTH PUNJAB 8874 1 1 3 6 6 26 3 6 35
462 NF24002 [MOGA FSD] {A1} NORTH PUNJAB 64452 2 3 3 12 27 53 5 27 85
463 NF24003 [MOGA (SILO)] {A1} NORTH PUNJAB 20000 2 3 3 8 24 37 5 24 66
464 NF18003 [GARHSHANKAR] {A1} NORTH PUNJAB 7656 1 1 3 2 7 10 3 7 20
465 NF18007 [TANDA] {A1} NORTH PUNJAB 20880 1 1 3 4 10 18 3 10 31
466 NF15008 [RORANAWALI] {A1} NORTH PUNJAB 11640 1 1 3 3 5 14 3 5 22
467 NF22003 [BHADAUR1] {A1} NORTH PUNJAB 15888 1 1 3 3 7 14 3 7 24
468 NF17002 [DHARIWAL] {A1} NORTH PUNJAB 22968 1 1 3 4 4 18 3 4 25
469 NF22011 [TAPA] {A1} NORTH PUNJAB 9822 1 1 3 2 7 10 3 7 20
470 NF22013 [BARNALA2] {A1} NORTH PUNJAB 37584 1 1 3 6 18 26 3 18 47
471 NF18001 [BALACHAUR] {A1} NORTH PUNJAB 26730 1 1 3 4 12 18 3 12 33
472 NF22004 [BHAWANIGARH] {A1} NORTH PUNJAB 6264 1 1 3 2 4 10 3 4 17
473 NF21008 [SAMANA] {A1} NORTH PUNJAB 15236 2 1 3 4 12 19 3 12 34
474 NF22012 [DHURI BC2] {A1} NORTH PUNJAB 77256 2 2 3 7 21 32 4 21 57
475 NF22007 [MEHALKALAN] {A1} NORTH PUNJAB 18732 1 1 3 4 7 18 3 7 28
476 NF17001 [BATALAI] {A1} NORTH PUNJAB 25752 1 1 3 5 18 22 3 18 43
477 NF17005 [BATALAII] {A1} NORTH PUNJAB 18792 1 1 3 4 9 18 3 9 30
478 NF17004 [PATHANKOT] {A1} NORTH PUNJAB 31332 1 1 3 6 11 26 3 11 40
479 NF22008 [MALERKOTLA FSD II] {A1} NORTH PUNJAB 29058 1 1 3 5 14 22 3 14 39
480 NF22002 [BARNALA1] {A1} NORTH PUNJAB 46716 1 1 3 8 8 34 3 8 45
481 NF14005 [AMLOH] {A1} NORTH PUNJAB 18444 2 1 3 1 1 7 3 1 11

Page 194 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Operational

Operational
Weighbridg
Capacity in

Chambers
Entry/Exit

Godowns

Fish Eye
Camera

Camera

Camera

Camera
Nos. of

Nos. of

Nos. of

Rooms

Nos. of

Nos. of
Office
Gates

Bullet

Dome

Total
MT

es
# Name of Depot Zone State

482 NF22005 [DHURI1] {A1} NORTH PUNJAB 12354 1 1 3 2 2 10 3 2 15


483 NF12007 [N PANNUWAN] {A1} NORTH PUNJAB 12528 1 1 3 3 9 14 3 9 26
484 NF19004 [JALLANDHAR] {A1} NORTH PUNJAB 25068 1 1 3 4 15 18 3 15 36
485 NF16006 [LAKHEWALI FSD] {A1} NORTH PUNJAB 13728 1 1 3 4 8 18 3 8 29
486 NF16001 [BARIWALA FSD] {A1} NORTH PUNJAB 22968 1 1 3 3 12 14 3 12 29
487 NF16005 [KOTKAPURA FSD] {A1} NORTH PUNJAB 38802 1 1 3 3 6 14 3 6 23
Sub Total (North Zone) 6739576 334 304 810 1294 3444 5814 844 3444 10102
488 WF13017 [A B SHED RAJNANDGAON] {A1} WEST CHHATTISGARH 77256 1 2 3 13 37 55 4 37 96
489 WF13001 [DURG] {A1} WEST CHHATTISGARH 65946 2 2 3 12 35 52 4 35 91
490 WF13002 [JAGDALPUR] {A1} WEST CHHATTISGARH 13224 1 1 3 2 6 10 3 6 19
491 WF14009 [MANDIR HASAUD] {A1} WEST CHHATTISGARH 156600 1 2 3 25 75 103 4 75 182
492 WF14001 [BAGHBAHARA] {A1} WEST CHHATTISGARH 12673 1 1 3 2 7 10 3 7 20
493 WF14005 [MAHASAMUND] {A1} WEST CHHATTISGARH 16994 1 1 3 4 10 18 3 10 31
494 WF14007 [RAIPUR] {A1} WEST CHHATTISGARH 27898 1 1 3 7 17 30 3 17 50
495 WF12008 [RAIGARH] {A1} WEST CHHATTISGARH 12528 1 1 3 3 9 14 3 9 26
496 WF14008 [RAJIM] {A1} WEST CHHATTISGARH 19372 1 1 3 4 10 18 3 10 31
497 WF13017 [A B SHED RAJNANDGAON] {A1} WEST CHHATTISGARH 12528 1 1 3 2 6 10 3 6 19
498 WF12005 [BISHRAMPUR] {A1} WEST CHHATTISGARH 16704 1 1 3 3 8 14 3 8 25
499 WF14002 [DHAMTARI] {A1} WEST CHHATTISGARH 14268 1 1 3 8 9 34 3 9 46
500 WF12004 [SAKTI] {A1} WEST CHHATTISGARH 15660 1 1 3 3 8 14 3 8 25
501 WF12007 [KHARSIA] {A1} WEST CHHATTISGARH 17226 1 1 3 3 8 14 3 8 25
502 WF12006 [KARGI ROAD] {A1} WEST CHHATTISGARH 18733 1 1 3 3 9 14 3 9 26
503 WF14003 [ARJUNI(DTR)] {A1} WEST CHHATTISGARH 18792 1 1 3 4 5 18 3 5 26
504 WF12002 [BELHA] {A1} WEST CHHATTISGARH 10440 1 1 3 2 3 10 3 3 16
505 WF14004 [NEORA (NC)] {A1} WEST CHHATTISGARH 29232 1 1 3 4 14 18 3 14 35
506 WF14006 [NEORA TILDA] {A1} WEST CHHATTISGARH 14500 1 1 3 5 9 22 3 9 34
507 WF12003 [NAILA] {A1} WEST CHHATTISGARH 17863 1 1 3 5 10 22 3 10 35
508 WF12001 [BILASPUR] {A1} WEST CHHATTISGARH 43384 2 2 3 8 26 36 4 26 66
509 WB12003 [FSD GODHRA] {A1} WEST GUJARAT 28111 1 1 3 10 21 42 3 21 66
510 WB13002 [WADHWAN] {A1} WEST GUJARAT 12500 1 1 3 2 6 10 3 6 19
511 WB13004 [BHAVNAGAR] {A1} WEST GUJARAT 25000 1 1 3 3 12 14 3 12 29
512 WB12002 [FSD BHOMAIYA] {A1} WEST GUJARAT 68751 1 2 3 11 33 47 4 33 84
513 WB13003 [WANKANER] {A1} WEST GUJARAT 12500 1 1 3 2 6 10 3 6 19
514 WB12001 [FSD BARODA] {A1} WEST GUJARAT 17460 1 1 3 2 8 10 3 8 21
515 WB14003 [MEHSANA] {A1} WEST GUJARAT 13889 1 1 3 3 9 14 3 9 26

Page 195 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Operational

Operational
Weighbridg
Capacity in

Chambers
Entry/Exit

Godowns

Fish Eye
Camera

Camera

Camera

Camera
Nos. of

Nos. of

Nos. of

Rooms

Nos. of

Nos. of
Office
Gates

Bullet

Dome

Total
MT

es
# Name of Depot Zone State

516 WB14001 [SABARMATI] {A1} WEST GUJARAT 98491 3 2 3 25 68 105 4 68 177


517 WB13001 [JAMNAGAR] {A1} WEST GUJARAT 37500 1 1 3 6 18 26 3 18 47
518 WB13005 [GHANTESHWAR(RAJKOT)] {A1} WEST GUJARAT 25000 1 1 3 4 12 18 3 12 33
519 WB14004 [PALANPUR] {A1} WEST GUJARAT 35167 1 1 3 4 17 18 3 17 38
520 WB14002 [VIRAMGAM] {A1} WEST GUJARAT 43750 1 1 3 7 28 30 3 28 61
521 WB12004 [FSD VALSAD] {A1} WEST GUJARAT 12000 1 1 3 2 3 10 3 3 16
522 WB15002 [GANDHIDHAM (FSD)] {A1} WEST GUJARAT 62501 1 2 3 10 30 43 4 30 77
523 WD21001 [RATLAM FSD] {A1} WEST MADHYA PRADESH 11088 1 1 3 3 6 14 3 6 23
524 WD19012 [SHAHDOL FSD] {A1} WEST MADHYA PRADESH 6910 2 1 3 2 4 11 3 4 18
525 WD16001 [BALAGHAT FSD] {A1} WEST MADHYA PRADESH 5742 1 1 3 1 4 6 3 4 13
526 WD19003 [SATNA FSD] {A1} WEST MADHYA PRADESH 8352 1 1 3 4 6 18 3 6 27
527 WD21002 [UJJAIN FSD] {A1} WEST MADHYA PRADESH 18792 1 1 3 3 9 14 3 9 26
528 WD16035 [FSD NAVEGAON] {A1} WEST MADHYA PRADESH 18270 1 1 3 4 9 18 3 9 30
529 WD16005 [KATNI FSD] {A1} WEST MADHYA PRADESH 11136 1 1 3 2 5 10 3 5 18
530 WD16006 [SEONI FSD] {A1} WEST MADHYA PRADESH 10440 1 1 3 2 6 10 3 6 19
531 WD12056 [FSD SURAJGANJ] {A1} WEST MADHYA PRADESH 8190 1 1 3 2 5 10 3 5 18
532 WD20009 [HARPALPUR FSD] {A1} WEST MADHYA PRADESH 12006 1 1 3 2 7 10 3 7 20
533 WD20010 [NEWARI FSD] {A1} WEST MADHYA PRADESH 22530 1 1 3 4 13 18 3 13 34
534 WD16003 [WARASEONI FSD] {A1} WEST MADHYA PRADESH 12528 1 1 3 2 7 10 3 7 20
535 WD15001 [MEGHNAGAR FSD] {A1} WEST MADHYA PRADESH 6264 1 1 3 1 3 6 3 3 12
536 WD12003 [ITARSI BSC] {A1} WEST MADHYA PRADESH 104832 2 2 3 16 48 68 4 48 120
537 WD16002 [KATANGI FSD] {A1} WEST MADHYA PRADESH 17400 1 1 3 4 8 18 3 8 29
538 WD14001 [ASHOKNAGAR FSD] {A1} WEST MADHYA PRADESH 13686 1 1 3 2 8 10 3 8 21
539 WD20001 [BINA FSD] {A1} WEST MADHYA PRADESH 7608 1 1 3 4 6 18 3 6 27
540 WD20011 [TIKAMGARH FSD] {A1} WEST MADHYA PRADESH 18792 1 1 3 3 9 14 3 9 26
541 WD16004 [RAMPUR FSD] {A1} WEST MADHYA PRADESH 12528 1 1 3 3 8 14 3 8 25
542 WD14003 [GWALIOR FSD] {A1} WEST MADHYA PRADESH 15156 1 1 3 3 10 14 3 10 27
543 WD12054 [VIDISHA FSD] {A1} WEST MADHYA PRADESH 13104 1 1 3 2 8 10 3 8 21
544 WD14004 [SHEOPUR FSD] {A1} WEST MADHYA PRADESH 13920 2 1 3 4 8 19 3 8 30
545 WD12001 [BHOPAL FGD] {A1} WEST MADHYA PRADESH 27090 1 1 3 6 19 26 3 19 48
546 WD14002 [DATIA FSD] {A1} WEST MADHYA PRADESH 8856 1 1 3 2 6 10 3 6 19
547 WD12002 [BETUL FSD] {A1} WEST MADHYA PRADESH 13104 1 1 3 3 6 14 3 6 23
548 WC20003 [FSD RATNAGIRI] {A1} WEST MAHARASHTRA 11664 1 2 3 2 6 11 4 6 21
549 WC19001 [MORMUGAO(SADA)] {A1} WEST MAHARASHTRA 18792 1 2 3 2 12 11 4 12 27
550 WC18003 [SOLAPUR] {A1} WEST MAHARASHTRA 31912 2 2 3 6 18 28 4 18 50
551 WC14002 [FSD BHIWANDI] {A1} WEST MAHARASHTRA 12816 1 2 3 2 6 11 4 6 21

Page 196 of 197


Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned Godowns - Vol-2

Operational

Operational
Weighbridg
Capacity in

Chambers
Entry/Exit

Godowns

Fish Eye
Camera

Camera

Camera

Camera
Nos. of

Nos. of

Nos. of

Rooms

Nos. of

Nos. of
Office
Gates

Bullet

Dome

Total
MT

es
# Name of Depot Zone State

552 WC17001 [GONDIA] {A1} WEST MAHARASHTRA 35016 1 2 3 7 21 31 4 21 56


553 WC14001 [FSD BORIVILLI] {A1} WEST MAHARASHTRA 138667 1 2 3 36 108 147 4 108 259
554 WC18002 [PUNE] {A1} WEST MAHARASHTRA 31577 2 2 3 8 25 36 4 25 65
555 WC17002 [FSD AJNI OLD COMPLEX] {A1} WEST MAHARASHTRA 52118 2 1 3 18 48 75 3 48 126
556 WC16047 [FSD AHMEDNAGAR] {A1} WEST MAHARASHTRA 5400 1 1 3 1 3 6 3 3 12
557 WC17003 [FSD WARDHA] {A1} WEST MAHARASHTRA 131770 1 2 3 21 63 87 4 63 154
558 WC16054 [FSD ANKAI COMPLEX] {A1} WEST MAHARASHTRA 35232 1 1 3 12 32 50 3 32 85
559 WC16001 [MANMAD] {A1} WEST MAHARASHTRA 288700 1 1 3 50 120 202 3 120 325
560 WC20001 [PANVEL] {A1} WEST MAHARASHTRA 114840 2 2 3 19 57 80 4 57 141
561 WC17044 [FSD AJNI NEW COMPLEX] {A1} WEST MAHARASHTRA 33382 1 1 3 7 19 30 3 19 52
Sub Total (West Zone) 2484651 85 91 222 488 1358 2128 239 1358 3725

Grand total of all zones 678 684 1683 3021 7665 13446 1806 7665 22917

<<< End of Volume 2 >>>

Page 197 of 197


Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

FOOD CORPORATION OF INDIA

2nd Call of Tender (Previous Tender No - GEM/2024/B/4748982)

Request for Proposal (RFP)

Selection of SI agency for SITC and Operations of CCTV solution at FCI Owned
Godowns

RFP Number GEM/2024/B/5166730

RFP Date 16/07/2024

Last date for Bid Submission 01/08/2024, 16.00 Hrs.

Document Reference Volume 3: Master Service Agreement

Page 1 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

Table of Contents
DRAFT MASTER SERVICE AGREEMENT .............................................................................................................................................. 5
1 DEFINITIONS AND INTERPRETATION ...........................................................................................................................6
1.1 DEFINITIONS .................................................................................................................................................................. 6
1.2 INTERPRETATION ........................................................................................................................................................... 13
1.3 MEASUREMENTS AND ARITHMETIC CONVENTIONS .............................................................................................................. 13
1.4 AMBIGUITIES WITHIN AGREEMENT ................................................................................................................................... 13
1.5 PRIORITY OF DOCUMENTS ............................................................................................................................................... 14
2 SCOPE OF THE PROJECT ............................................................................................................................................. 15
2.1 SCOPE OF WORK............................................................................................................................................................ 15
3 TERM AND DURATION OF THE AGREEMENT.............................................................................................................. 15
4 CONDITIONS PRECEDENT & EFFECTIVE DATE ............................................................................................................. 15
4.1 PROVISIONS TO TAKE EFFECT UPON FULFILLMENT OF CONDITIONS PRECEDENT .......................................................................... 15
4.2 CONDITIONS ................................................................................................................................................................ 15
4.3 EXTENSION OF TIME FOR FULFILLMENT OF CONDITIONS PRECEDENT ........................................................................................ 16
4.4 NON-FULFILMENT OF THE SYSTEM INTEGRATOR’S CONDITIONS PRECEDENT.............................................................................. 16
5 OBLIGATIONS UNDER THE SLA .................................................................................................................................. 17
6 REPRESENTATIONS AND WARRANTIES ...................................................................................................................... 19
6.1 REPRESENTATIONS AND WARRANTIES OF THE IMPLEMENTATION AGENCY ................................................................................. 19
6.2 REPRESENTATIONS AND WARRANTIES OF THE PURCHASER OR ITS NOMINATED AGENCIES ............................................................. 20
7 OBLIGATIONS OF THE PURCHASER OR ITS NOMINATED AGENCIES ............................................................................ 21
8 OBLIGATIONS OF THE IMPLEMENTATION PARTNER .................................................................................................. 21
9 APPROVALS AND REQUIRED CONSENTS .................................................................................................................... 21
10 USE OF ASSETS BY THE IMPLEMENTATION AGENCY .................................................................................................. 22
10.1 DURING THE TERM THE IMPLEMENTATION AGENCY SHALL: .................................................................................................... 22
11 ACCESS TO THE PURCHASER OR ITS NOMINATED AGENCIES LOCATIONS ................................................................... 22
12 MANAGEMENT PHASE .............................................................................................................................................. 23
12.1 GOVERNANCE .............................................................................................................................................................. 23
12.2 USE OF SERVICES .......................................................................................................................................................... 23
12.3 CHANGES .................................................................................................................................................................... 23
12.4 SECURITY AND SAFETY ................................................................................................................................................... 23
12.5 COOPERATION .............................................................................................................................................................. 24
13 FINANCIAL MATTERS ................................................................................................................................................. 24
13.1 TERMS OF PAYMENT...................................................................................................................................................... 24
13.2 INVOICING AND SETTLEMENT .......................................................................................................................................... 24
13.3 TAX............................................................................................................................................................................ 26
14 TERMINATION ........................................................................................................................................................... 27
14.1 FOR MATERIAL BREACH ................................................................................................................................................. 27
14.2 TERMINATION FOR CONVENIENCE..................................................................................................................................... 27
14.3 TERMINATION OF THIS AGREEMENT DUE TO BANKRUPTCY OF IMPLEMENTATION AGENCY .............................................................. 28
14.4 EFFECTS OF TERMINATION .............................................................................................................................................. 28
15 INDEMNIFICATION & LIMITATION OF LIABILITY ......................................................................................................... 28
16 FORCE MAJEURE ....................................................................................................................................................... 30
16.1 DEFINITION OF FORCE MAJEURE ...................................................................................................................................... 30
16.2 FORCE MAJEURE EVENTS ................................................................................................................................................ 30

Page 2 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

17 CONFIDENTIALITY...................................................................................................................................................... 31
18 AUDIT, ACCESS AND REPORTING ............................................................................................................................... 32
19 INTELLECTUAL PROPERTY RIGHTS ............................................................................................................................. 32
20 WARRANTY & MAINTENANCE ................................................................................................................................... 33
20.1 STANDARD .................................................................................................................................................................. 33
20.2 IMPLIED WARRANTY...................................................................................................................................................... 34
21 LIQUIDATED DAMAGES (PENALTIES) ......................................................................................................................... 34
22 FRAUD AND CORRUPTION......................................................................................................................................... 34
23 INSURANCE COVER.................................................................................................................................................... 35
23.1 OBLIGATION TO MAINTAIN INSURANCE .............................................................................................................................. 35
23.2 CERTIFICATES OF CURRENCY ............................................................................................................................................ 35
23.3 NON-COMPLIANCE ......................................................................................................................................................... 35
24 MISCELLANEOUS ....................................................................................................................................................... 35
24.1 PERSONNEL ................................................................................................................................................................. 35
24.2 INDEPENDENT CONTRACTOR ........................................................................................................................................... 36
24.3 SUB-CONTRACTORS ....................................................................................................................................................... 36
24.4 ASSIGNMENT ............................................................................................................................................................... 36
24.5 TRADEMARKS, PUBLICITY ................................................................................................................................................ 37
24.6 NOTICES ..................................................................................................................................................................... 37
24.7 VARIATIONS AND FURTHER ASSURANCE ............................................................................................................................ 37
24.8 SEVERABILITY AND WAIVER............................................................................................................................................. 38
24.9 COMPLIANCE WITH APPLICABLE LAW ................................................................................................................................ 38
24.10 PROFESSIONAL FEES .................................................................................................................................................. 38
24.11 ETHICS ................................................................................................................................................................... 38
24.12 ENTIRE AGREEMENT.................................................................................................................................................. 39
24.13 AMENDMENT .......................................................................................................................................................... 39
24.14 DATA OWNERSHIP .................................................................................................................................................... 39
25 GOVERNING LAW AND DISPUTE RESOLUTION ........................................................................................................... 39
26 SCHEDULES ............................................................................................................................................................... 41
26.1 SCHEDULE I – CHANGE CONTROL ..................................................................................................................................... 41
CHANGE MANAGEMENT PROCESS ................................................................................................................................... 41
26.2 SCHEDULE II – EXIT MANAGEMENT.................................................................................................................................. 42
a) PURPOSE .................................................................................................................................................................. 42
b) TRANSFER OF ASSETS ............................................................................................................................................... 42
c) COOPERATION AND PROVISION OF INFORMATION ................................................................................................. 43
d) CONFIDENTIAL INFORMATION, SECURITY AND DATA .............................................................................................. 43
e) EMPLOYEES .............................................................................................................................................................. 43
f) TRANSFER OF CERTAIN AGREEMENTS ..................................................................................................................... 44
g) RIGHTS OF ACCESS TO PREMISES ............................................................................................................................. 44
h) GENERAL OBLIGATIONS OF THE IMPLEMENTATION AGENCY .................................................................................. 44
i) EXIT MANAGEMENT PLAN ....................................................................................................................................... 44
26.3 SCHEDULE III – AUDIT, ACCESS AND REPORTING ................................................................................................................. 46
a) PURPOSE .................................................................................................................................................................. 46
b) AUDIT NOTICE AND TIMING ..................................................................................................................................... 46
c) ACCESS ..................................................................................................................................................................... 46
d) AUDIT RIGHTS .......................................................................................................................................................... 46
e) AUDIT RIGHTS OF SUB-CONTRACTORS, SUPPLIERS AND AGENTS ............................................................................ 47
f) ACTION AND REVIEW ............................................................................................................................................... 47
g) TERMS OF PAYMENT ................................................................................................................................................ 47
h) RECORDS AND INFORMATION ................................................................................................................................. 47
26.4 SCHEDULE IV – GOVERNANCE STRUCTURE ......................................................................................................................... 48
a) PURPOSE .................................................................................................................................................................. 48
b) GOVERNANCE STRUCTURE ....................................................................................................................................... 48
c) GOVERNANCE PROCEDURES .................................................................................................................................... 48
Page 3 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

26.5 SCHEDULE V – TERMS OF PAYMENT ................................................................................................................................. 49


26.6 SCHEDULE VI – SERVICE LEVEL AGREEMENT ....................................................................................................................... 49
27 ANNEXURES .............................................................................................................................................................. 50
ANNEXURE A – FORMAT FOR CHANGE CONTROL NOTICE ................................................................................................ 50
ANNEXURE C – TEMPLATE FOR REQUIRED DELIVERABLE AND ASSOCIATED TIMELINES .................................................. 52
ANNEXURE D – BID ........................................................................................................................................................... 52
ANNEXURE E – BILL OF MATERIAL .................................................................................................................................... 52
ANNEXURE F – ROLES AND RESPONSIBILITIES OF THE PARTIES ........................................................................................ 52

Page 4 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

Draft Master Service Agreement

THIS MASTER SERVICE AGREEMENT (“Agreement”) is made on this the <***> day of <***> 2024…
at <***>, India.

BETWEEN
__________________________________________________________________ having its office at

_____________________ India hereinafter referred to as ‘Purchaser’ / ‘Purchaser’ or ‘ ’, which

expression shall, unless the context otherwise requires, include its permitted successors and assigns);

AND

< >, a Company incorporated under the Companies Act, 1956, OR A Limited
Liability Partnership, incorporated under Limited Liability Partnerships Act, 2008 OR A partnership firm
registered under Indian Partnership Act, 1932 having its registered office at < >
(hereinafter referred to as ‘the Implementation Agency/IA or System Integrator/SI’ which
expression shall, unless the context otherwise requires, include its permitted successors and assigns).

Each of the parties mentioned above are collectively referred to as the ‘Parties’ and individually as a
‘Party’.

WHEREAS:

• Purchaser is desirous to implement the project for CCTV Installation at FCI Godowns.
• In furtherance of the same, Purchaser undertook the selection of a suitable Implementation
Agency through a competitive bidding process for implementing the Project and in this behalf
issued Request for Proposal (RFP) dated <***>.
• The successful bidder has been selected as the Implementation Agency based on the bid
response set out as Annexure D (Including all the documents submitted as part of the bid
submission including technical bid, clarifications, and commercial bids) of this Agreement, to
undertake the Project of the CCTV installation, its roll out and sustained operations.

NOW THEREFORE, in consideration of the mutual covenants, promises, assurances, representations


and provisions set forth herein, the Parties hereto agree as follows:

Page 5 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

1 Definitions and Interpretation

1.1 Definitions
Terms and expressions used in this Agreement (including the Introduction) shall have the meanings
set out below.

Term Meaning

Adverse Effect means material adverse effect on

a) the ability of the Implementation Agency to exercise any of its rights or


perform/discharge any of its duties/obligations under and in accordance with
the provisions of this Agreement and/or
b) the legal validity, binding nature or enforceability of this Agreement;

Agreement means this Master Services Agreement, Service Level Agreement and Non-
Disclosure Agreement together with all Articles, Annexures, Schedules and the
contents and specifications of the RFP;

Applicable Law(s) means any statute, law, ordinance, notification, rule, regulation, judgment, order,
decree, bye-law, approval, directive, guideline, policy, requirement or other
governmental restriction or any similar form of decision applicable to the relevant
party and as may be in effect on the date of the execution of this Agreement and
during the subsistence thereof, applicable to the Project;

Assets shall have the same meaning ascribed to it in Clause 10.1 (a)

Software means the software procured, designed, developed / customized, tested and
deployed by the Implementation Agency for the purposes of the Project and
includes the source code (in case of Bespoke development) along with associated
documentation, which is the work product of the development efforts involved in
the Project and the improvements and enhancements effected during the term of
the Project, but does not include the third party software products (including the
COTS products used for the product), proprietary software components and tools
deployed by the Implementation Agency;

Bespoke Bespoke development means development of custom-built software for some

Development specific organization.

Business Hours shall mean the working time for Purchaser users which is 9:30 AM to 6:30 PM.
Again for Web Server and other components which enable successful usage of
web portals of Purchaser the working time should be considered as 24 hours for
all the days of the week. It is desired that IT maintenance, other batch processes
(like backup) etc. should be planned so that such backend activities have
minimum effect on the performance;

[Note: the office time should be customized as per the requirement of the project.
The purpose of putting webserver is to ensure online services (if relevant to the
project) 24X7]

Page 6 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

Term Meaning

Certificate(s) of shall have the same meaning ascribed to it in Clause 5 (d).;

Compliance

Confidential means all information including Purchaser Data (whether in written, oral,
Information electronic or other format) which relates to the technical, financial, and business
affairs, dealers, suppliers, products, developments, operations, processes, data,
trade secrets, design rights, know-how, plans, budgets and personnel of each
Party and its affiliates which is disclosed to or otherwise learned by the other Party
in the course of or in connection with this Agreement (including without limitation
such information received during negotiations, location visits and meetings in
connection with this Agreement);

All such information in whatever form or mode of transmission, which is disclosed


by a Party (the “Disclosing Party”) to any other Party (the “Recipient”) in
connection with the Project during its implementation and which has been
explicitly marked as “confidential”, or when disclosed orally, has been identified
as confidential at the time of disclosure and has been confirmed and designated
in writing within <15 days> from oral disclosure at the latest as confidential
information by the Disclosing Party, is “Confidential Information”.

Control means, in relation to any business entity, the power of a person to secure

(i) by means of the holding of shares or the possession of voting power in or in


relation to that or any other business entity, or
(ii) by virtue of any powers conferred by the articles of association or other
document regulating that or any other business entity, that the affairs of the first
mentioned business entity are conducted in accordance with that person’s
wishes and in relation to a partnership, means the right to a share of more than
one half of the assets, or of more than one half of the

income, of the partnership;

Deliverables means the products, infrastructure and services agreed to be delivered by the
Implementation Agency in pursuance of the agreement as defined more
elaborately in the RFP - Vol 1 & RFP - Vol 2, Implementation and the Maintenance
phases and includes all documents related to the user manual, technical manual,
design, process and operating manuals, service mechanisms, policies and
guidelines (such as security related, data migration related), inter alia

payment and/or process related etc., source code and all its modifications;

Proprietary shall have the same meaning ascribed to it in Clause 19 (a)


Information

Effective Date shall have the same meaning ascribed to it in Clause 4.1;

Page 7 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

Term Meaning

Purchaser Data means all proprietary data of the department or its nominated agencies generated
out of operations and transactions, documents all taxpayers data and related
information including but not restricted to user data which the Implementation
Agency obtains, possesses or processes in the

context of providing the Services to the users pursuant to this Agreement;

Final Acceptance shall be conducted on completion of the following:

Test 1) Purchaser Data Center operational, (if applicable)


2) Deployment & operational hardware and networking at requisite locations,
3) UAT of the overall integrated solution and portal.

Final Testing and


Certification shall have the same meaning ascribed to it in Clause 5 (d);
Agency

Force Majeure shall have the same meaning ascribed to it in Clause 16;

Force Majeure shall have the same meaning ascribed to it in Clause 16;

Costs

GoI means the Government of India;

Go-Live [Note: An objective definition of Go-Live must be customized basis the project
requirements. A sample definition is provided below.}

1.1.1

(a) Subject to partial acceptance of the System as described below, Go-Live


shall occur in respect of the System, when (a) the Final Acceptance Tests, as
specified in the agreed and finalized project plan have been successfully
completed; or (b) the Final Acceptance Tests have not been successfully
completed or have not been carried out for reasons that are attributable to the
Purchaser within a period of <insert days> days from the date of installation or
any other agreed-upon period; or (c) the Purchaser has put the System into
production or use for 60 consecutive days. If the System is put into production or
use in this manner, the Implementation Agency shall notify the Purchaser and
document such use.

1.1.2

(b) At any time after any of the events set out in Clause above have occurred,
the Implementation Agency may give a notice to the Purchaser requesting the
issue of a Final Acceptance Certificate.

Page 8 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

1.1.3

(c) After consultation with the Purchaser, and within fourteen (14) days after
receipt of the Implementation Agency notice, the Purchaser shall: (a) issue a
Final Acceptance Certificate; or

(b) notify the IA in writing of any defect or deficiencies or other reason for the
failure of the Final Acceptance Tests; or (c) issue the Operational Acceptance
Certificate, if the situation covered by sub-clause (a) arises.

1.1.4

(d) The IA shall use all reasonable endeavors to promptly remedy any defect
and/or deficiencies and/or other reasons for the failure of the Final Acceptance
Test that the Purchaser has notified the IA of. Once such remedies have been
made by the IA, the IA shall notify the Purchaser, and the Purchaser, with the
full cooperation of the IA, shall use all reasonable endeavors to promptly carry
out retesting of the System or Subsystem. Upon the successful conclusion of
the Final Acceptance Tests, the IA shall notify the Purchaser of its request for
Final Acceptance Certification, in accordance with sub clause (b) The
Purchaser shall then issue to the IA the Final Acceptance Certification in
accordance with subclause

(c), or shall notify the IA of further defects, deficiencies, or other reasons for
the failure of the Final Acceptance Test. The procedure set out in this sub-
clause (d) shall be repeated, as necessary, until a Final Acceptance Certificate
is issued.

1.1.5

(e) If the System or Subsystem fails to pass the Final Acceptance Test(s) in
accordance with these provisions, then either:

i. the Purchaser may consider terminating the Contract, pursuant to termination


provisions; or (b) if the failure to achieve Final Acceptance within the specified
time period is a result of the failure of the Purchaser to fulfill its obligations
under the Contract, then the IA shall be deemed to have fulfilled its obligations
with respect to the relevant technical and functional aspects of the Agreement.

ii. If within 14 days after receipt of the IA’s notice the Project Manager
fails to issue the Operational Acceptance Certificate or fails to inform the IA in
writing of the justifiable reasons why the Project Manager has not issued the
Operational Acceptance Certificate, the System or Subsystem shall be
deemed to have been accepted as of the date of the IA’s said notice.

iii. Partial Acceptance: If so specified in the Agreement, Installation and


Commissioning shall be carried out individually for each identified major
component or Subsystem(s) of the System. In this event, the provisions in the

Page 9 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

Contract relating to Installation and Commissioning, including the Final


Acceptance Test, shall apply to each such major component or Subsystem
individually, and Operational Acceptance Certificate(s) shall be issued
accordingly for each such major component or Subsystem of the System,
subject to the limitations contained in the below clause..

iv. The issuance of Final Acceptance Certificates for individual major


components or Subsystems pursuant to clause a shall not relieve the IA of its
obligation to obtain a Final Acceptance Certificate for the System as an
integrated whole (if so specified in the Agreement) once all major components
and Subsystems have been supplied, installed, tested, and commissioned.

v. In the case of minor components for the System that by their nature
do not require Commissioning or an Operational Acceptance Test (e.g., minor
fittings, furnishings or site works, etc.), the Project Manager shall issue a Final
Acceptance Certificate within fourteen (14) days after the fittings and/or
furnishings have been delivered and/or installed or the site works have been
completed. The IA shall, however, use all reasonable endeavors to promptly
remedy any defects or deficiencies in such minor components detected by the
Purchaser or IA.

Indemnifying Party shall have the same meaning ascribed to it in Clause 15 (a);

Indemnified Party shall have the same meaning ascribed to it in Clause 15(a);

means all rights in written designs and copyrights, moral rights, rights in

Intellectual Property databases and Bespoke Software / Pre-existing work including its up-
Rights gradation systems and compilation rights (whether or not any of these are

registered and including application for registration);

Insurance Cover - Public liability insurance for an insured amount of INR <insert
amount> per occurrence and not less than <insert amount> in
aggregate.

- Either professional indemnity or errors and omissions insurance for


an insured amount of [INR insert amount] per occurrence and not
less than [INR insert amount] in aggregate.
- Product liability for an insured amount of [INR insert amount] per
occurrence and not less than [INR insert amount] in aggregate.
- Workers’ compensation as required by law
[Note: insert amount required of any other type of insurance specified at
“additional insurance” definition above]

Additional Insurance <insert any additional types of insurance the Service Provider is required to
maintain. Otherwise insert ‘not applicable’>

Page 10 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

Term Meaning

Material Breach means a breach by either Party (Purchaser or Implementation Agency) of any
of its obligations under this Agreement which has or is likely to have an
Adverse Effect on the Project which such Party shall have failed to

cure;

Required shall have the same meaning ascribed to it in Annexure F of this Agreement;

Deliverables

Parties means Purchaser and Implementation Agency for the purposes of this
Agreement and “Party” shall be interpreted accordingly;

Means the guarantee provided by a Nationalized Bank in favour of the


Implementation Agency. The amount of Performance Security shall be 10% of
the overall cost of the project. This performance security shall be valid till 90
Performance
days after the completion of the project i.e. years from
Guarantee
the date of signing of contract or for such time as is required under this

Agreement;

Planned means the unavailability of the application services due to maintenance

Application activities such as configuration changes, upgradation or changes to any

Downtime supporting infrastructure wherein prior intimation (at least two working days in
advance) of such planned outage shall be given and approval sought from
the Purchaser as applicable;

means the unavailability of the network services due to infrastructure


maintenance activities such as configuration changes, upgradation or changes
to any supporting infrastructure. Prior intimation of such planned outage shall
Planned network
be given, and approval sought from the Purchaser as applicable and shall be
outage
notified at least two working days;

Project means Pilot, Project Implementation (roll out) and Maintenance in terms of

the Agreement;

Project means Project Implementation as per the testing standards and

Implementation acceptance criteria prescribed by Purchaser or its nominated agencies;

Project shall be from the Effective Date of the Agreement to the date of final

Implementation acceptance testing & certification as set out in Clause 5 (d) of this Agreement;
Phase

Project shall be constituted by Purchaser to monitor the activities, deliverables and


Implementation Unit progress of the Project. PIU will comprise of the staff members of the
(PIU) Purchaser, other officials from concerned department and external experts

(as defined in the RFP);

Project Timelines shall have the same meaning ascribed to in Annexure C;

Page 11 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

Term Meaning

Providing Party shall have the same meaning ascribed to it in Clause 12.5;

Receiving Party shall have the same meaning ascribed to it in Clause 12.5;

Replacement means any third party that Purchaser or its nominated agencies appoint to
Implementation replace Implementation Agency upon expiry of the Term or termination of

Agency this Agreement to undertake the Services or part thereof;


means the consents, waivers, clearances and licenses to use Purchaser's
Intellectual Property Rights, rights and other authorizations as may be required
to be obtained for the software and other items that Purchaser or their
Required Consents
nominated agencies are required to make available to Implementation Agency
pursuant to this Agreement;
means the services delivered to the Stakeholders of Purchaser or its
nominated agencies, employees of Purchaser or its nominated agencies, and
to professionals, using the tangible and intangible assets created, procured,
installed, managed and operated by the Implementation Agency including the
Services
tools of information and communications technology and includes but is not
limited to the list of services specified in Annexure B;

Service Level means the level of service and other performance criteria which will apply

to the Services delivered by the Implementation Agency;

SLA means the Performance and Maintenance SLA executed as part of this

Master Service Agreement;

Stakeholders means the Purchaser or its nominated agencies, Purchaser, employees and
the Departments of Central or State Government;

Term shall have the same meaning ascribed to it in Clause 3;

means systems (or any part thereof) in which the Intellectual Property Rights

Third Party Systems are not owned by the Purchaser or Implementation Agency and to which
Implementation Agency has been granted a license to use and

which are used in the provision of Services;

Unplanned means the total time for all the instances where services given, or services
Application mentioned in the scope of work are not available for more than 5 consecutive

Downtime minutes;

Network in Purchaser users refers to all the IT assets installed by the

Implementation Agency as part of the Project for networking;

Unplanned network means the total time for all the instances where services are not available for
outage more than 5 consecutive minutes;

Application means the all the applications associated with CCTV system implemented by
Implementation agency as a part of scope of work set out in Clause 2.1

Page 12 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

Application means the time for which user/s is not able to access the application. However,
Downtime in calculating downtime, scheduled downtime (for example, backup time, batch
processing time, routine maintenance time) would not be considered;

Network Uptime refers to network availability between Purchaser’s Head

Network Uptime Quarters and associated zonal offices, Godowns to Data center and vice-
versa. “%Uptime” means ratio of ‘up time’ (in minutes) in

a month to Total time in the month (in minutes) multiplied by 100;

Warranty / AMC shall be <insert number> years from the date of successful completion

Period /Go-live.

Safety and [Note: insert any safety and security requirements additional to those

Security specified in clause 12.4, Otherwise insert ‘not applicable’]

1.2 Interpretation
In this Agreement, unless otherwise specified:

a) References to Clauses, Sub-Clauses, Paragraphs, Schedules and Annexures are to clauses,


sub-clauses, paragraphs, schedules and annexures to this Agreement;
b) use of any gender includes the other genders;
c) References to a ‘company’ shall be construed so as to include any company, corporation or
other body corporate, wherever and however incorporated or established;
d) References to a ‘person’ shall be construed so as to include any individual, firm, company,
government, state or agency of a state, local or municipal authority or government body or any
joint venture, association or partnership (whether or not having separate legal personality);
e) Any reference to any statute or statutory provision shall be construed as a reference to the
same as it may have been, or may from time to time be, amended, modified or re- enacted;
f) Any reference to a ‘day’ (including within the phrase ‘business day’) shall mean a period of 24
hours running from midnight to midnight;
g) References to times are to Indian Standard Time;
h) Any reference to any other document referred to in this Agreement is a reference to that other
document as amended, varied, novated, or supplemented at any time; and
i) All headings and titles are inserted for convenience only. They are to be ignored in the
interpretation of this Agreement.
j) System integrator (SI) or Implementation Agency (IA) has been used for the same entity i.e.
bidder selected for the project.

1.3 Measurements and Arithmetic Conventions


All measurements and calculations shall be in the metric system and calculations done to two
decimal places, with the third digit of five or above being rounded up and below five being rounded
down except in money calculations where such amounts shall be rounded off to the nearest INR.

1.4 Ambiguities within Agreement


In case of ambiguities or discrepancies within this Agreement, the following principles shall apply:

a) as between two Clauses of this Agreement, the provisions of a specific Clause relevant
to the issue under consideration shall prevail over those in a general Clause;
b) as between the provisions of this Agreement and the Schedules/Annexures, the
Agreement shall prevail, save and except as expressly provided otherwise in the
Agreement or the Schedules/Annexures; and

Page 13 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

c) as between any value written in numerals and that in words, the value in words shall
prevail.

1.5 Priority of documents


This Agreement, including its Schedules and Annexures, represents the entire agreement between
the Parties as noted in this Clause. If in the event of a dispute as to the interpretation or meaning
of this Agreement it should be necessary for the Parties to refer to documents forming part of the
bidding process leading to this Agreement, then such documents shall be relied upon and
interpreted in the following descending order of priority:

a) This Agreement along with


b) Schedules and Annexures;
c) The RFP along with subsequently issued corrigendum
d) Technical and financial proposal submitted by the successful bidder, to the extent they
along with subsequently issued clarifications furnished by the Implementation Agency
in response to the RFP, to the extent they are not inconsistent with any terms of the
RFP.
For the avoidance of doubt, it is expressly clarified that in the event of a conflict between this
Agreement, Annexures / Schedules or the contents of the RFP, the terms of this Agreement shall
prevail over the Annexures / Schedules and Annexures / Schedules shall prevail over the contents
and specifications of the RFP.

Page 14 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

2 Scope of the Project


The Implementation Agency/ System Integrator shall be required to carry out the scope of work
mentioned in Vol 2 of this tender document including corrigendum if issued any.
For the avoidance of doubt, it is expressly clarified that this Agreement shall govern the provision
of the contracted services under the SLA to the Purchaser and its nominated agencies. It is
anticipated that new or renewal agreements may be undertaken by creating a separate SLA, with
schedules and annexures as required, under this Agreement for each additional engagement.

2.1 Scope of work


Detailed scope of work for the selected bidder is as follows:

1. RFP- Vol 2 Scope of work to be referred

3 Term and Duration of the Agreement


This Agreement shall come into effect on <***> 2024 (hereinafter the ‘Effective Date’) and shall
continue till operation and maintenance completion date which shall be the date of the completion
of the operation and maintenance to the Purchaser or its nominated agencies, unless terminated
earlier (as per clause 14), in which case the contract will get terminated on fulfillment of all
obligations mentioned as per clause 14 and Schedule-II.

4 Conditions Precedent & Effective Date

4.1 Provisions to take effect upon fulfillment of Conditions Precedent


Subject to express terms to the contrary, the rights and obligations under this Agreement shall take
effect only upon fulfillment of all the Conditions Precedent set out below. However, Purchaser or
its nominated agencies may at any time at its sole discretion waive fully or partially any of the
Conditions Precedent for the Implementation Agency/System Integrator.

For the avoidance of doubt, it is expressly clarified that the obligations of the Parties (or its
nominated agencies) under this Agreement shall commence from the fulfillment of the Conditions
Precedent as set forth below.

4.2 Conditions
a) Conditions Precedent of the Implementing Partner
The Implementation Agency/ System Integrator shall be required to fulfill the
Conditions Precedent in which is as follows:

i. to provide a Performance Security/Guarantee and other guarantees/


payments within 15 days of the receipt of notification of award from the
purchaser; and
ii. to provide the Purchaser or its nominated agencies certified true copies of its
constitutional documents and board resolutions authorizing the execution,
delivery and performance of this Agreement by the Implementation Agency/
System Integrator (optional).
b) Conditions Precedent of the Purchaser (needs to be customized as per project
requirement)
The Purchaser shall be required to fulfill the Conditions Precedents which are as
follows:

i. Access of project site to IA for the implementation of project.


ii. Necessary clearances associated with the execution of the

Page 15 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

project, unless specified to be performed by the IA


iii. Approval of the Project by a Competent Authority, etc.

4.3 Extension of time for fulfillment of Conditions Precedent


The Parties may, by mutual agreement extend the time for fulfilling the Conditions Precedent
and the Term of this Agreement.

4.4 Non-fulfilment of the System Integrator’s Conditions Precedent


a) In the event that any of the Conditions Precedent of the Implementation Agency/
System Integrator have not been fulfilled within 15 days of signing of this Agreement
and the same have not been waived fully or partially by Purchaser or its nominated
agencies, this Agreement shall cease to exist;
b) In the event that the Agreement fails to come into effect on account of non-fulfillment
of the Implementation Agency/ System Integrator’s Conditions Precedent, the
Purchaser or its nominated agencies shall not be liable in any manner whatsoever
to the Implementation Agency/ System Integrator and the Purchaser shall forthwith
forfeit the Earnest Money Deposit.
c) In the event that possession of any of the Purchaser or its nominated agencies
facilities has been delivered to the Implementation Agency/ System Integrator prior
to the fulfillment of the Conditions Precedent, upon the termination of this Agreement
such shall immediately revert to Purchaser or its nominated agencies, free and clear
from any encumbrances or claims.

Page 16 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

5 Obligations Under the SLA


a) The SLA mentioned at Schedule VI shall be a part of this contract.
b) In relation to any future SLA entered between the Parties; each of the Parties shall observe
and perform the obligations set out herein
c) Change of Control
i. In the event of a change of control of the Implementation Agency during the Term, the
Implementation Agency shall promptly notify Purchaser and/or its nominated
agencies of the same in the format set out as Annexure A of this Agreement.
ii. In the event that the net worth of the surviving entity is less than that of Implementation
Agency prior to the change of control, the Purchaser or its nominated agencies may
within 30 days of becoming aware of such change in control, require a replacement
of existing Performance Guarantee furnished by the Implementation Agency from a
guarantor acceptable to the Purchaser or its nominated agencies (which shall not be
Implementation Agency or any of its associated entities).
iii. If such a guarantee is not furnished within 30 days of the Purchaser or its nominated
agencies requiring the replacement, the Purchaser may exercise its right to terminate
the SLA and/ or this Agreement within a further 30 days by written notice, to become
effective as specified in such notice.
iv. Pursuant to termination, the effects of termination as set out in Clause 14 of this
Agreement shall follow.
v. For the avoidance of doubt, it is expressly clarified that the internal reorganization of
the Implementation Agency shall not be deemed an event of a change of control for
purposes of this Clause unless the surviving entity is of less net worth than the
predecessor entity.
d) Final Testing and Certification
The Project shall be governed by the mechanism of final acceptance testing and certification
to be put into place by the Purchaser and Implementation Agency as under:

i. Final testing and certification criteria will lay down a set of guidelines following
internationally accepted norms and standards for testing and certification for all
aspectsof project development and implementation covering software, hardware and
networking including the processes relating to the design of solution architecture,
design of systems and sub- systems, coding, testing, business process description,
documentation, version control, change management, security, service oriented
architecture, performance in relation to compliance with SLA metrics, interoperability,
scalability, availability and compliance with all the technical and functional
requirements of the RFP and this Agreement;
ii. Final testing and certification criteria will be finalized from the development stage to
ensure that the guidelines are being followed and to avoid large scale modifications
pursuant to testing done after the application is fully developed;
iii. Final testing and certification criteria will consider conducting specific tests on the
software, hardware, networking, security and all other aspects;
iv. Final testing and certification criteria will establish appropriate processes for notifying
the Implementation Agency of any deviations from the norms, standards or guidelines
at the earliest instance after taking cognizance of the same to enable the
Implementation Agency to take corrective action; etc.
v. Functional Guarantees:
1) The Implementation Agency shall guarantee that, once the Go-Live of the
complete Project has been achieved, the System represents a complete,
integrated solution to FCI’s requirements set forth in the functional
requirements and scope of work and it conforms to all other aspects of the
contract.
2) If, for reasons attributable to the Implementation Agency, the system does not
conform to the functional requirements or does not conform to all other aspects
of the contract, the Implementation Agency shall at its cost and expense make
Page 17 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

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 Implementation Agency shall notify FCI upon
completion of the necessary changes, modifications, and/or additions and shall
request FCI to repeat the User Acceptance Tests until the system achieves
acceptance and Go-Live.
3) If the system (or subsystem[s]) fails to achieve Go-Live, FCI may consider
termination of the contract, pursuant to Clause 14 and forfeiture of the PBG (e-
BG) in compensation for the extra costs and delays likely to result from this
failure.

e) The Parties shall each ensure that the range of the Services under the SLA shall not be
varied, reduced or increased except with the prior written agreement between the
Purchaser and Implementation Agency in accordance with the Change Control Schedule
set out in Schedule I of this Agreement. Save for the express terms of the Terms of Payment
Schedule set out as Schedule V of this Agreement, Purchaser or its nominated agencies
and its users may purchase any category of Services that may become necessary as per
the Change Control Schedule set out in Schedule I of this Agreement, without the need to
go for a separate procurement process.

Page 18 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

6 Representations and Warranties

6.1 Representations and warranties of the Implementation Agency


The Implementation Agency represents and warrants to the Purchaser or its nominated agencies
that: [Note: A concept of materiality could be introduced for some of the clauses, on request of the
successful bidder]

a) It is duly organized and validly existing under the laws of India, and has full power and
authority to execute and perform its obligations under this Agreement and other
agreements and to carry out the transactions contemplated hereby;
b) It is a competent provider of a variety of information technology and business process
management services;
c) It has taken all necessary corporate and other actions under laws applicable to its business
to authorize the execution and delivery of this Agreement and to validly exercise its rights
and perform its obligations under this Agreement.
d) From the Effective Date, it will have the financial standing and capacity to undertake the
Project in accordance with the terms of this Agreement;
e) In providing the Services, it shall use reasonable endeavors not to cause any unnecessary
disruption to Purchaser's normal business operations
f) This Agreement has been duly executed by it and constitutes a legal, valid and binding
obligation, enforceable against it in accordance with the terms hereof, and its obligations
under this Agreement shall be legally valid, binding and enforceable against it in
accordance with the terms hereof;
g) The information furnished in the Implementation Agency’s response to the RFP and any
subsequent clarification pertaining to the evaluation process, furnished on or before the
date of this Agreement is to the best of its knowledge and belief true and accurate in all
material respects as at the date of this Agreement;
h) The execution, delivery and performance of this Agreement shall not conflict with, result in
the breach of, constitute a default by any of the terms of its Memorandum and Articles of
Association or any Applicable Laws or any covenant, contract, agreement, arrangement,
understanding, decree, or order to which it is a party or by which it or any of its properties
or assets is bound or affected;
i) There are no material actions, suits, proceedings, or investigations pending or, to its
knowledge, threatened against it at law or in equity before any court or before any other
judicial, quasi-judicial or other authority, the outcome of which may result in the breach of
this Agreement or which individually or in the aggregate may result in any material
impairment of its ability to perform any of its material obligations under this Agreement;
j) It has no knowledge of any violation or default with respect to any order, writ, injunction or
decree of any court or any legally binding order of any Government Instrumentality which
may result in any Adverse Effect on its ability to perform its obligations under this
Agreement and no fact or circumstance exists which may give rise to such proceedings
that would adversely affect the performance of its obligations under this Agreement;
k) It has complied with Applicable Laws in all material respects and has not been subject to
any fines, penalties, injunctive relief or any other civil or criminal liabilities which in the
aggregate have or may have an Adverse Effect on its ability to perform its obligations
under this Agreement;
l) No representation or warranty by it contained herein or in any other document furnished
by it to Purchaser or its nominated agencies in relation to the Required Consents contains
or shall contain any untrue or misleading statement of material fact or omits or shall omit
to state a material fact necessary to make such representation or warranty not misleading;
and
m) No sums, in cash or kind, have been paid or shall be paid, by it or on its behalf, to any
person by way of fees, commission or otherwise for entering into this Agreement or for

Page 19 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

influencing or attempting to influence any officer or employee of Purchaser or its


nominated agencies in connection therewith.

6.2 Representations and warranties of the Purchaser or its nominated


agencies
Purchaser or its nominated agencies represent and warrant to the Implementation Agency that:

a) It has full power and authority to execute, deliver and perform its obligations under this
Agreement and to carry out the transactions contemplated herein and that it has taken all
actions necessary to execute this Agreement, exercise its rights and perform its
obligations, under this Agreement and carry out the transactions contemplated hereby;
b) It has taken all necessary actions under Applicable Laws to authorize the execution,
delivery and performance of this Agreement and to validly exercise its rights and perform
its obligations under this Agreement;
c) It has the financial standing and capacity to perform its obligations under the Agreement;
d) It is subject to the laws of India, and hereby expressly and irrevocably waives any immunity
in any jurisdiction in respect of this Agreement or matters arising thereunder including any
obligation, liability or responsibility hereunder;
e) This Agreement has been duly executed by it and constitutes a legal, valid and binding
obligation enforceable against it in accordance with the terms hereof and its obligations
under this Agreement shall be legally valid, binding and enforceable against it in
accordance with the terms thereof;
f) The execution, delivery and performance of this Agreement shall not conflict with, result in
the breach of, constitute a default under, or accelerate performance required by any of the
Applicable Laws or any covenant, contract, agreement, arrangement, understanding,
decree or order to which it is a party or by which it or any of its properties or assets is
bound or affected;
g) There are no actions, suits or proceedings pending or, to its knowledge, threatened against
it at law or in equity before any court or before any other judicial, quasi-judicial or other
authority, the outcome of which may result in the default or breach of this Agreement or
which individually or in the aggregate may result in any material impairment of its ability to
perform its material (including any payment) obligations under this Agreement;
h) It has no knowledge of any violation or default with respect to any order, writ, injunction or
any decree of any court or any legally binding order of any Government Instrumentality
which may result in any Adverse Effect on the Purchaser or its nominated agencies ability
to perform its obligations under this Agreement and no fact or circumstance exists which
may give rise to such proceedings that would adversely affect the performance of its
obligations under this Agreement;
i) it has complied with Applicable Laws in all material respects;
j) all information provided by it in the RFP in connection with the Project is, to the best of its
knowledge and belief, true and accurate in all material respects; and
k) upon the Implementation Agency performing the covenants herein, it shall not at any time
during the term hereof, interfere with peaceful exercise of the rights and discharge of the
obligations by the Implementation Agency, in accordance with this Agreement.

Page 20 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

7 Obligations of the Purchaser or its Nominated Agencies


Without prejudice to any other undertakings or obligations of the Purchaser or its nominated
agencies under this Agreement, the Purchaser or its nominated agencies shall perform the
following:

a) To provide any support through personnel to test the system during the Term;
b) To provide any support through personnel and/or test data during development, rollout,
steady state operation, as well as, for any changes/enhancements in the system
whenever required due to scope change that may arise due to business, delivery or
statutory/regulatory reasons;
c) Purchaser shall provide the data (including in electronic form wherever available) to be
migrated.
d) To authorize the Implementation Agency to interact for implementation of the Project with
external entities such as the state treasury, authorized banks, trademark database etc.
e) Provide prompt Deliverable feedback: Within 45 working days from the submission of
a deliverable/SLA and performance reports, the purchaser shall provide a sign off on the
deliverable or its comments for changes.
In case the purchaser fails to respond and provide feedback on above stated submission,
the deliverables or SLA and performance reports will be deemed accepted. Post 45
working days there will be no rework of the said deliverable except in case the purchaser
has provided an alternate date for acceptance. Any subsequent rework post acceptance
/ deemed acceptance would form the subject of a formal change request under the
provisions of this Agreement.

8 Obligations of the Implementation Partner


a) It shall provide to the Purchaser or its nominated agencies, the Deliverables as set out in
Annexure C of this Agreement.
b) It shall perform the Services as set out in Section 2 of this Agreement and in a good and
workmanlike manner commensurate with industry and technical standards which are generally
in effect for international projects and innovations pursuant thereon similar to those
contemplated by this Agreement, and so as to comply with the applicable Service Levels set
out with this Agreement.
c) It shall ensure that the Services are being provided as per the Project Timelines set out in the
RFP.

9 Approvals and Required Consents


a) The Parties shall cooperate to procure, maintain and observe all relevant and regulatory and
governmental licenses, clearances and applicable approvals (hereinafter the “Required
Consents”) necessary for the Implementation Agency to provide the Services. The costs of
such Approvals shall be borne by the Party normally responsible for such costs according to
local custom and practice in the locations where the Services are to be provided.
[Note: This responsibility of taking Governmental licenses, clearances and applicable approvals
requires to be explicitly worded in the Scope of work in the RFP, only then this clause in its current
shape would hold]

b) The Purchaser or its nominated agencies shall use reasonable endeavors to assist
Implementation Agency to obtain the Required Consents [or vice versa, depending on the
Scope of work defined in the RFP]. In the event that any Required Consent is not obtained,
the Implementation Agency and the Purchaser or its nominated agencies will co-operate with
each other in achieving a reasonable alternative arrangement as soon as reasonably
practicable for the Purchaser or its nominated agencies to continue to process its work with as
minimal interruption to its business operations as is commercially reasonable until such
Required Consent is obtained, provided that the Implementation Agency shall not be relieved
Page 21 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

of its obligations to provide the Services and to achieve the Service Levels until the Required
Consents are obtained if and to the extent that the Implementation Agency’s obligations are
not dependent upon such Required Consents.

10 Use of Assets by the Implementation Agency

10.1 During the Term the Implementation Agency shall:


a) Take all reasonable and proper care of the entire hardware and software, network or any other
information technology infrastructure components used for the Project and other facilities
leased / owned / operated by the Implementation Agency exclusively in terms of ensuring their
usability for the delivery of the Services as per this Agreement (hereinafter the “Assets”) in
proportion to their use and control of such Assets; and
b) Keep all the tangible Assets in as good and serviceable condition (reasonable wear and tear
excepted) as at the date the Implementation Agency takes control of and/or first uses the
Assets and during the entire Term of the Agreement.
c) Ensure that any instructions or manuals supplied by the manufacturer of the Assets for use of
the Assets, and which are provided to the Implementation Agency will be followed by the
Implementation Agency and any person who will be responsible for the use of the Assets;
d) Take such steps as may be properly recommended by the manufacturer of the Assets and
notified to the Implementation Agency or as may, in the reasonable opinion of the
Implementation Agency, be necessary to use the Assets in a safe manner;
e) Ensure that the Assets that are under the control of the Implementation Agency, are kept
suitably housed and in conformity with Applicable Law;
f) Procure permission from the Purchaser or its nominated agencies and any persons duly
authorized by them to enter any land or premises on which the Assets are for the time being
sited to inspect the same, subject to any reasonable third-party requirements;
g) Not knowingly or negligently use or permit any of the Assets to be used in contravention of any
statutory provisions or regulation or in any way contrary to Applicable Law.

11 Access to the purchaser or its nominated agencies locations


a) For so long as the Implementation Agency provides services to the Purchaser or its nominated
agencies location, as the case may be, on a non-permanent basis and to the extent necessary,
the Purchaser as the case may be or its nominated agencies shall, subject to compliance by
the Implementation Agency with any safety and security guidelines which may be provided by
the Purchaser as the case may be or its nominated agencies and notified to the Implementation
Agency in writing, provide the Implementation Agency with
i. reasonable access, in the same manner granted to the Purchaser or its nominated
agencies employees, to the Purchaser as the case may be location twenty-four hours a
day, seven days a week;
ii. reasonable workspace, access to office equipment as mutually agreed and other related
support services in such location and at such other the Purchaser as the case may be
location, if any, as may be reasonably necessary for the Implementation Agency to perform
its obligations hereunder and under the SLA.
b) Access to locations, office equipment and services shall be made available to the
Implementation Agency < on an “as is, where is” basis / in appropriate working condition (as
per scope of work defined in the tender)> by the Purchaser as the case may be or its nominated
agencies. The Implementation Agency agrees to ensure that its employees, agents and
contractors shall not use the location, services and equipment referred to in RFP for the
following purposes:
i. For the transmission of any material which is defamatory, offensive or abusive or of
an obscene or menacing character; or
ii. In a manner which constitutes a violation or infringement of the rights of any person,
firm or company (including but not limited to rights of copyright or confidentiality).

Page 22 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

12 Management Phase

12.1 Governance
a) The review and management process of this Agreement shall be carried out in accordance with
the Governance Structure set out in Schedule IV of this Agreement and shall cover all the
management aspects of the Project.

12.2 Use of Services


a) The Purchaser or its nominated agencies, will undertake and use the Services in accordance
with any instructions or procedures as per the acceptance criteria as set out in the SLA or this
Agreement or any agreement that may be entered into between the Parties from time to time;
b) The Purchaser or its nominated agencies shall be responsible for the operation and use of the
Deliverables resulting from the Services.

12.3 Changes
a) Unless expressly dealt with elsewhere in this Agreement, any changes under or to this
Agreement or under or to the SLA shall be dealt with in accordance with the Change Control
Schedule set out in Schedule I of this Agreement.

12.4 Security And Safety


a) The Implementation Agency shall comply with the technical requirements of the relevant
security, safety and other requirements specified in the Information Technology Act or
Telegraph Act including the regulations issued by dept. of telecom (wherever applicable), IT
Security Manual of the Purchaser as specifically stated in the RFP and follow the industry
standards related to safety and security (including those as stated in the RFP), insofar as it
applies to the provision of the Services.
b) Each Party to the SLA/Agreement shall also comply with Purchaser or the Government of
India, and the respective State’s security standards and policies in force from time to time at
each location of which Purchaser or its nominated agencies make the Implementation Agency
aware in writing insofar as the same apply to the provision of the Services
c) The Parties to the SLA/Agreement shall use reasonable endeavors to report forthwith in writing
to each other all identified attempts (whether successful or not) by unauthorized persons
(including unauthorized persons who are employees of any Party) either to gain access to or
interfere with the Purchaser as the case may be or any of their nominees data, facilities or
Confidential Information.
d) The Implementation Agency shall upon reasonable request by the Purchaser as the case may
be or their nominee(s) participate in regular meetings when safety and information technology
security matters are reviewed.
e) As per the provisions of the SLA or this Agreement, the Implementation Agency shall promptly
report in writing to the Purchaser or its nominated agencies, any act or omission which they
are aware that could have an adverse effect on the proper conduct of safety and information
technology security at the facilities of Purchaser as the case may be.

Page 23 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

12.5 Cooperation
a) Except as otherwise provided elsewhere in this Agreement or the SLA, each Party (“Providing
Party”) to this Agreement or to the SLA undertakes promptly to provide the other Party
(“Receiving Party”) with all such information and co-operation which the Receiving Party
reasonably requests, provided that such information and co-operation:
i. does not require material expenditure by the Providing Party to provide the same;
ii. is reasonably required by the Receiving Party in order for it to comply with its
obligations under this Agreement or the SLA;
iii. cannot be construed to be Confidential Information; and
iv. is capable of being provided by the Providing Party.
b) Further, each Party agrees to co-operate with the contractors and subcontractors of the other
Party as reasonably requested in order to accomplish the purposes of this Agreement.

13 Financial Matters

13.1 Terms of Payment


a) In consideration of the Services and subject to the provisions of this Agreement and of the
SLA, the Purchaser shall pay the Implementation Agency for the Services rendered in
pursuance of this agreement, in accordance with the Terms of Payment Schedule set out as
Schedule V of this Agreement
b) Payments shall be subject to the application of liquidated damages (for period prior to “Go
Live”) or SLA penalties and its adjustments/corrections (for post “Go-Live”)as may be provided
for in the Agreement and the SLA from the relevant milestone(s),
(c) Save and except as otherwise provided for herein or as agreed between the Parties in writing,
the Purchaser shall not be required to make any payments in respect of the Services (or,
without limitation to the foregoing, in respect of the Implementation Agency performance of
any obligations under this Agreement or the SLA) other than those covered in Schedule V of
this Agreement. For the avoidance of doubt, it is expressly clarified that the payments shall be
deemed to include all ancillary and incidental costs and charges arising in the course of
delivery of the Services including consultancy charges, infrastructure costs, project costs,
implementation and management charges and all other related costs including taxes which
are addressed in this Clause.

13.2 Invoicing and Settlement


a) System Integrator (SI) shall raise a digitally signed payment invoice before Zonal Offices by
uploading in the Bill Tracking Software (BTS) of FCI or any other software provided by FCI
during the contract period. Credentials for the respective portal and other details shall be
provided by FCI.

b) Subject to the specific terms of the Agreement and the SLA, the Implementation Agency shall
submit its invoices in accordance with the following principles:
i. The Purchaser shall be invoiced by the Implementation Agency for the Services.
Generally and unless otherwise agreed in writing between the Parties or expressly set
out in the SLA, the Implementation Agency shall raise an invoice as per Schedule V
of this Agreement; and
ii. Any invoice presented in accordance with this Clause shall be in a form agreed with
the Purchaser
c) The Implementation Agency alone shall invoice all payments after receiving due approval of
completion of payment milestone from the competent authority. Such invoices shall be
accurate with all adjustments or changes in the terms of payment as stated in Schedule V of
this Agreement. The Implementation Agency shall waive any charge for a Service that is not
invoiced within six months after the end of the month in which the change relating to such
Service is (i) authorized or (ii) incurred, whichever is later
Page 24 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

d) Payment shall be made within 60 working days of the receipt of invoice along with supporting
documents by the Purchaser subject to deduction of applicable liquidated damages (till “Go
Live”) or SLA penalties (post “Go Live”) . The penalties are imposed on the vendor as per the
SLA criteria specified in the SLA.

Page 25 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

e) The Purchaser shall be entitled to delay or withhold payment of any invoice or part of it
delivered by the Implementation Agency under Schedule V of this Agreement where the
Purchaser disputes/withholds such invoice or part of it provided that such dispute is bona fide.
The withheld amount shall be limited to that which is in dispute. The disputed / withheld amount
shall be settled in accordance with the escalation procedure as set out in Schedule V of this
Agreement. Any exercise by the Purchaser under this Clause shall not entitle the
Implementation Agency to delay or withhold provision of the Services.

13.3 Tax
a) The Purchaser or its nominated agencies shall be responsible for withholding taxes from the
amounts due and payable to the Implementation Agency wherever applicable. The
Implementation Agency shall pay for all other taxes in connection with this Agreement, SLA,
scope of work and any other engagement required to be undertaken as a part of this
Agreement, including, but not limited to, property, sales, use, excise, value-added, goods and
services, consumption and other similar taxes or duties.
b) The Purchaser or its nominated agencies shall provide Implementation Agency with the
original tax receipt of any withholding taxes paid by Purchaser or its nominated agencies on
payments under this Agreement. The Implementation Agency agrees to reimburse and hold
the Purchaser or its nominated agencies harmless from any deficiency including penalties and
interest relating to taxes that are its responsibility under this paragraph. For purposes of this
Agreement, taxes shall include taxes incurred on transactions between and among the
Purchaser or its nominated agencies, the Implementation Agency and third-party
subcontractors.
c) If, after the date of this Agreement, there is any change of rate of levy under the existing
applicable laws of India with respect to taxes and duties, which are directly payable by the
Purchaser for providing the goods and services i.e. service tax or any such other applicable
tax from time to time, which increase or decreases the cost incurred by the Implementation
Agency in performing the Services, then the remuneration and reimbursable expense
otherwise payable to the Implementation Agency under this Agreement shall be increased or
decreased accordingly by correspondence between the Parties hereto, and corresponding
adjustments shall be made to the ceiling amounts specified in Schedule V. However, in case
of any new or fresh tax or levy imposed after submission of the proposal the Implementation
Agency shall be entitled to reimbursement on submission of proof of payment of such tax or
levy.
d) The Parties shall cooperate to enable each Party to accurately determine its own tax liability
and to minimize such liability to the extent legally permissible. In connection therewith, the
Parties shall provide each other with the following:
i. any resale certificates;
ii. any relevant information regarding out-of-state or use of materials, equipment or
services; and
iii. any direct pay permits, exemption certificates or information reasonably requested
by the other Party.

Page 26 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

14 Termination

14.1 For Material Breach


a) In the event that either Party believes that the other Party is in Material Breach of its obligations
under this Agreement, such aggrieved Party may terminate this Agreement upon giving a one
month’s notice for curing the Material Breach to the other Party. In case the Material Breach
continues, after the notice period, the Purchaser or Implementation Agency, as the case may
will have the option to terminate the Agreement. Any notice served pursuant to this Clause
shall give reasonable details of the Material Breach, which could include the following events
and the termination will become effective:
i. If the Implementation Agency is not able to deliver the services as per the SLAs
defined in RFP which translates into Material Breach, then the Purchaser may serve
30 days written notice for curing this Material Breach. In case the Material Breach
continues, after the expiry of such notice period, the Purchaser will have the option to
terminate this Agreement. Further, the Purchaser may offer a reasonable opportunity
to the Implementation Agency to explain the circumstances leading to such a breach.
ii. If there is a Material Breach by the Purchaser or its nominated agencies which results
in not providing support for effecting data migration or not providing the certification of
User Acceptance, then the Implementation Agency will give a one month’s notice for
curing the Material Breach to the Purchaser. After the expiry of such notice period, the
Implementation Agency will have the option to terminate the Agreement.
b) The Purchaser may by giving a one month’s written notice, terminate this Agreement if a
change of control of the Implementation Agency has taken place. For the purposes of this
Clause, in the case of Implementation Agency, change of control shall mean the events stated
in Clause 5 (c) , and such notice shall become effective at the end of the notice period as set
out in Clause 5 (c).
c) In the event that Implementation Agency undergoes such a change of control, Purchaser may,
as an alternative to termination, require a full Performance Guarantee for the obligations of
Implementation Agency by a guarantor acceptable to Purchaser or its nominated agencies. If
such a guarantee is not furnished within 30 days of Purchaser’s demand, the Purchaser may
exercise its right to terminate this Agreement in accordance with this Clause by giving 15 days
further written notice to the Implementation Agency
d) The termination provisions set out in this Clause shall apply

14.2 Termination for convenience


a) The Purchaser may at any time terminate the Contract for any reason by giving the IA a notice
of termination that refers to this clause.
b) Upon receipt of the notice of termination under this clause, the IA shall either as soon as
reasonably practical or upon the date specified in the notice of termination:
i. cease all further work, except for such work as the Purchaser may specify in the notice
of termination for the sole purpose of protecting that part of the System already
executed, or any work required to leave the site in a clean and safe condition
ii. terminate all subcontracts, except those to be assigned to the Purchaser pursuant to
Clause 14.2 (b) below;
iii. remove all IA’s Equipment from the site, repatriate the IA’s and its Subcontractors’
personnel from the site, remove from the site any wreckage, rubbish, and debris of
any kind;
iv. in addition, the IA shall:
• deliver to the Purchaser the parts of the System executed by the IA up to the
date of termination;
• to the extent legally possible, assign to the Purchaser all right, title, and
benefit of the IA to the System, or Subsystem, as at the date of termination,
and, as may be required by the Purchaser, in any subcontracts concluded
between the IA and its Subcontractors;
Page 27 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

• deliver to the Purchaser all non-proprietary drawings, specifications, and


other documents prepared by the IA or its Subcontractors as of the date of
termination in connection with the System.

14.3 Termination of this Agreement due to bankruptcy of


Implementation Agency
The Purchaser may serve written notice on Implementation Agency at any time to terminate this
Agreement with immediate effect in the event that the Implementation Agency reporting an
apprehension of bankruptcy to the Purchaser or its nominated agencies.

14.4 Effects of Termination


a) In the event that Purchaser terminates this Agreement pursuant to failure on the part of the
Implementation Agency to comply with the conditions as contained in this Clause and
depending on the event of default, Performance Guarantee furnished by Implementation
Agency may be forfeited
b) Upon termination of this Agreement, the Parties will comply with the Exit Management
Schedule set out as Schedule II of this Agreement.
c) In the event that Purchaser or the Implementation Agency terminates this Agreement, the
compensation will be decided in accordance with the Terms of Payment Schedule set out as
Schedule V of this Agreement.
d) Purchaser agrees to pay Implementation Agency for i) all charges for Services Implementation
Agency provides and any Deliverables and/or system (or part thereof) Implementation Agency
delivers through termination and any charges at the tendered rate, for extension period beyond
termination as decided by the Nodal Agency as per Schedule II, Clause 2.2 and ii)
reimbursable expenses Implementation Agency incurs through termination.
e) If Purchaser terminates without cause, Purchaser also agrees to pay any applicable
adjustment expenses to Implementation Agency incurs as a result of such termination (which
Implementation Agency will take reasonable steps to mitigate
f) In the event of termination of the Contract under 14.2, the Purchaser shall pay to the IA the
following amounts:
i. the Contract Price, properly attributable to the parts of the System executed by the IA
as of the date of termination;
ii. the costs reasonably incurred by the IA in the removal of the IA’s Equipment from the
site and in the repatriation of the IA’s and its Subcontractors’ personnel;
iii. any amount to be paid by the IA to its Subcontractors in connection with the
termination of any subcontracts, including any cancellation charges;
iv. costs incurred by the IA in protecting the System and leaving the site in a clean and
safe condition pursuant to Clause 14.2; and
v. the cost of satisfying all other obligations, commitments, and claims that the IA may in
good faith have undertaken with third parties in connection with the Contract and that
are not covered by Clauses 14.3 above.

15 Indemnification & Limitation of Liability

a) Subject to Clause 15 (d) below, Implementation Agency (the "Indemnifying Party") undertakes
to indemnify, hold harmless the Purchaser (the "Indemnified Party") from and against all
claims, liabilities, losses, expenses (including reasonable attorneys' fees), fines, penalties,
taxes or damages (Collectively “Loss”) on account of bodily injury, death or damage to tangible
personal property arising in favour of any person, corporation or other entity (including the
Indemnified Party) including those from third parties or liabilities of any kind howsoever
suffered, arising or incurred inter alia during and after the Contract period attributable to the
Indemnifying Party's negligence or willful default in performance or non-performance under
this Agreement.
Page 28 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

b) If the Indemnified Party promptly notifies Indemnifying Party in writing of a third-party claim
against Indemnified Party that any Service provided by the Indemnifying Party infringes a
copyright, trade secret or patents incorporated in India of any third party, Indemnifying Party
will defend such claim at its expense and will pay any costs or damages, that may be finally
awarded against Indemnified Party.
c) Indemnifying Party will not indemnify the Indemnified Party, however, if the claim of
infringement is caused by;
i. Indemnified Party’s misuse or modification of the Service;
ii. Indemnified Party’s failure to use corrections or enhancements made available by the
Indemnifying Party;
iii. Indemnified Party’s use of the Service in combination with any product or information
not owned or developed by Indemnifying Party;
However, if any service, information, direction, specification or materials provided by Indemnified Party
or any third party contracted to it, is or likely to be held to be infringing, Indemnifying Party shall at its
expense and option either;

i. Procure the right for Indemnified Party to continue using it


ii. Replace it with a non-infringing equivalent
iii. Modify it to make it non infringing.
The foregoing remedies constitute Indemnified Party’s sole and exclusive remedies and Indemnifying
Party’s entire liability with respect to infringement.

d) The indemnities set out in Clause 15 shall be subject to the following conditions:
i. the Indemnified Party as promptly as practicable informs the Indemnifying Party in
writing of the claim or proceedings and provides all relevant evidence, documentary
or otherwise;
ii. the Indemnified Party shall, at the cost of the Indemnifying Party, give the Indemnifying
Party all reasonable assistance in the Defense of such claim including reasonable
access to all relevant information, documentation and personnel provided that the
Indemnified Party may, at its sole cost and expense, reasonably participate, through
its attorneys or otherwise, in such Defense;
iii. if the Indemnifying Party does not assume full control over the Defense of a claim as
provided in this Article, the Indemnifying Party may participate in such Defense at its
sole cost and expense, and the Indemnified Party will have the right to defend the
claim in such manner as it may deem appropriate, and the cost and expense of the
Indemnified Party will be included in Losses;
iv. the Indemnified Party shall not prejudice, pay or accept any proceedings or claim, or
compromise any proceedings or claim, without the written consent of the Indemnifying
Party;
v. all settlements of claims subject to indemnification under this Clause will
• be entered into only with the consent of the Indemnified Party, which consent
will not be unreasonably withheld and include an unconditional release to the
Indemnified Party from the claimant or plaintiff for all liability in respect of such
claim; and
• include any appropriate confidentiality agreement prohibiting disclosure of the
terms of such settlement;
vi. the Indemnified Party shall account to the Indemnifying Party for all awards,
settlements, damages and costs (if any) finally awarded in favour of the Indemnified
Party which are to be paid to it in connection with any such claim or proceedings;
vii. the Indemnified Party shall take steps that the Indemnifying Party may reasonably
require to mitigate or reduce its loss as a result of such a claim or proceedings;
viii. in the event that the Indemnifying Party is obligated to indemnify an Indemnified Party
pursuant to this Article, the Indemnifying Party will, upon payment of such indemnity
in full, be subrogated to all rights and defenses of the Indemnified Party with respect
to the claims to which such indemnification relates; and

Page 29 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

ix. if a Party makes a claim under the indemnity set out under Clause 15 (a) above in
respect of any particular Loss or Losses, then that Party shall not be entitled to make
any further claim in respect of that Loss or Losses (including any claim for damages).
e) The liability of either Party (whether in contract, tort, negligence, strict liability in tort, by statute
or otherwise) for any claim in any manner related to this Agreement, including the work,
deliverables or Services covered by this Agreement, shall be the payment of direct damages
only which shall in no event exceed (A) one time the total contract value payable under
this Agreement or (B) the proceeds Implementation Agency may be entitled to receive
from any insurance maintained by SI to cover such a liability, whichever of (A) or (B) is
higher. The liability cap given under this Clause shall not be applicable to the indemnification
obligations set out in Clause 15 and breach of Clause 12.4 and 17.
f) In no event shall either party be liable for any consequential, incidental, indirect, special or
punitive damage, loss or expenses (including but not limited to business interruption, lost
business, lost profits, or lost savings) nor for any third-party claims (other than those set-forth
in Clause 15.1) even if it has been advised of their possible existence.
g) The allocations of liability in this Section 15 represent the agreed and bargained-for
understanding of the parties and compensation for the Services reflects such allocations. Each
Party has a duty to mitigate the damages and any amounts payable under an indemnity that
would otherwise be recoverable from the other Party pursuant to this Agreement by taking
appropriate and commercially reasonable actions to reduce or limit the amount of such
damages or amounts.
h) Liability of Deployed Resources:
i. All resources deployed by the SI shall be engaged by them as their own employees
in all respects.
ii. All rights and liabilities under the prevailing acts, rules and statutory obligations as
applicable, in respect of all such resources shall exclusively be that of the SI.
iii. SI shall be bound to take care of their resources under the applicable acts for any
statutory modifications thereof or otherwise for or in respect of any damages or
compensation payable in consequence of any accident or injury sustained by any
person whether in employment with the SI or not.
iv. SI shall be liable for making contributions in accordance with the provisions of the
applicable acts and the schemes framed in respect of the resources deployed by
them. FCI shall be in no way responsible for making any contributions towards any
statutory provisions or acts.

16 Force Majeure

16.1 Definition of Force Majeure


“Force Majeure” shall mean any event beyond the reasonable control of the Purchaser or of the
Supplier and which is unavoidable notwithstanding the reasonable care of the party affected.

16.2 Force Majeure events


a) A Force Majeure shall include, without limitation, the following:
i. war, hostilities, or warlike operations (whether a state of war be declared or not),
invasion, act of foreign enemy, and civil war;
ii. strike, sabotage, lockout, embargo, import restriction, port congestion, lack of usual
means of public transportation and communication, industrial dispute, shipwreck,
shortage or restriction of power supply, epidemics, quarantine, and plague;
iii. earthquake, landslide, volcanic activity, fire, flood or inundation, tidal wave, typhoon
or cyclone, hurricane, storm, lightning, or other inclement weather condition, nuclear
and pressure waves, or other natural or physical disaster;
b) If either party is prevented, hindered, or delayed from or in performing any of its obligations
under the Contract by an event of Force Majeure, then it shall notify the other in writing of the

Page 30 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

occurrence of such event and the circumstances of the event of Force Majeure within fourteen
(14) days after the occurrence of such event.
c) The party who has given such notice shall be excused from the performance or punctual
performance of its obligations under the Contract for so long as the relevant event of Force
Majeure continues and to the extent that such party’s performance is prevented, hindered, or
delayed. The time for achieving Final Acceptance shall be extended.
d) The party or parties affected by the event of Force Majeure shall use reasonable efforts to
mitigate the effect of the event of Force Majeure upon its or their performance of the Contract
and to fulfill its or their obligations under the Contract, but without prejudice to either party’s
right to terminate the Contract under Clause 16.
e) No delay or nonperformance by either party to this Contract caused by the occurrence of any
event of Force Majeure shall:
i. constitute a default or breach of the Contract;
ii. give rise to any claim for damages or additional cost or expense occasioned by the
delay or nonperformance, if, and to the extent that, such delay or nonperformance is
caused by the occurrence of an event of Force Majeure.
f) If the performance of the Contract is substantially prevented, hindered, or delayed for a single
period of more than sixty (60) days on account of one or more events of Force Majeure during
the time period covered by the Contract, the parties will attempt to develop a mutually
satisfactory solution, failing which, either party may terminate the Contract by giving a notice
to the other.
g) In the event of termination pursuant to Clause 16, the rights and obligations of the Purchaser
and the Supplier shall be as specified in the clause titled Termination.
h) Notwithstanding Clause 16.2 (d), Force Majeure shall not apply to any obligation of the
Purchaser to make payments to the Supplier under this Contract.
i) For the avoidance of doubt, it is expressly clarified that the failure on the part of the
Implementation Agency under this Agreement or the SLA to implement any disaster
contingency planning and back-up and other data safeguards in accordance with the terms of
this Agreement or the SLA against natural disaster, fire, sabotage or other similar occurrence
shall not be deemed to be a Force Majeure event. For the avoidance of doubt, it is further
clarified that any negligence in performance of Services which directly causes any breach of
security like hacking aren’t the forces of nature and hence wouldn’t be qualified under the
definition of “Force Majeure”. In so far as applicable to the performance of Services, Service
Provider will be solely responsible to complete the risk assessment and ensure implementation
of adequate security hygiene, best practices, processes and technology to prevent any breach
of security and any resulting liability therefrom (wherever applicable).

17 Confidentiality
a) The Purchaser or its nominated agencies shall allow the Implementation Agency to review and
utilize highly confidential public records and the Implementation Agency shall maintain the
highest level of secrecy, confidentiality and privacy with regard thereto.
b) Additionally, the Implementation Agency shall keep confidential all the details and information
about the Project, including systems, facilities, operations, management and maintenance of
the systems/facilities.
c) The Purchaser or its nominated agencies shall retain all rights to prevent, stop and if required
take the necessary punitive action against the Implementation Agency regarding any forbidden
disclosure.
d) The Implementation Agency shall ensure that all its employees, agents and sub-contractors
involved in the project, execute individual non-disclosure agreements, which have been duly
approved by the Purchaser with respect to this Project. The implementing agency may submit
a declaration that it has obtained the NDA from its employees. However, if the project is critical
in nature, IA may get NDAs signed from every resource involved in the project and submit it to
purchaser (Optional).
For the avoidance of doubt, it is expressly clarified that the aforesaid provisions shall not apply to the
Page 31 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

following information:

i. information already available in the public domain;


ii. information which has been developed independently by the Implementation Agency;
iii. information which has been received from a third party who had the right to disclose
the aforesaid information;
iv. Information which has been disclosed to the public pursuant to a court order.
e) To the extent the Implementation Agency shares its confidential or proprietary information with
the Purchaser for effective performance of the Services, the provisions of the Clause 17 (a) to
17 (c) shall apply mutatis mutandis on the Purchaser or its nominated agencies.
f) Any handover of the confidential information needs to be maintained in a list, both by
Purchaser & SI, containing at the very minimum, the name of provider, recipient, date of
generation of the data, date of handing over of data, mode of information, purpose and
signatures of both parties.
g) Notwithstanding anything to the contrary mentioned hereinabove, the Implementation Agency
shall have the right to share the Letter of Intent / work order provided to it by the Purchaser in
relation to this Agreement, with its prospective purchasers solely for the purpose of and with
the intent to evidence and support its work experience under this Agreement.

18 Audit, Access and Reporting


The Implementation Agency shall allow access to the Purchaser or its nominated agencies to
all information which is in the possession or control of the Implementation Agency, and which
relates to the provision of the Services as set out in the Audit, Access and Reporting Schedule
and which is reasonably required by the Purchaser to comply with the terms of the Audit,
Access and Reporting Schedule set out as Schedule III of this Agreement.

19 Intellectual Property Rights


a) Products and fixes: All products and related solutions and fixes provided pursuant to this
Agreement shall be licensed according to the terms of the license agreement packaged with
or otherwise applicable to such product, the ownership of which shall continue to vest with the
product owner. Implementation Agency would be responsible for arranging any licenses
associated with products. “Product” means any computer code, web-based services, or
materials comprising commercially released, pre-release or beta products (whether licensed
for a fee or no charge) and any derivatives of the foregoing which are made available to
Purchaser for license which is published by product owner or its affiliates, or a third party.
“Fixes” means product fixes that are either released generally (such as commercial product
service packs) or that are provided to you when performing services (such as workarounds,
patches, bug fixes, beta fixes and beta builds) and any derivatives of the foregoing.
b) Bespoke development: Subject to the provisions of Clause 19 (c) and 19 (d) below, upon
payment, the IPR rights for any bespoke development done during the implementation of the
project will lie exclusively with the Purchaser.
c) Pre-existing work: All IPR including the source code and materials developed or otherwise
obtained independently of the efforts of a Party under this Agreement (“pre-existing work”)
including any enhancement or modification thereto shall remain the sole property of that Party.
During the performance of the services for this agreement, each party grants to the other party
(and their sub-contractors as necessary) a non-exclusive license to use, reproduce and modify
any of its pre-existing work provided to the other party solely for the performance of such
services for duration of the Term of this Agreement. Except as may be otherwise explicitly
agreed to in a statement of services, upon payment in full, the Implementation Agency should
grant Purchaser a non-exclusive, perpetual, fully paid-up license to use the pre-existing work
in the form delivered to Purchaser as part of the service or deliverables only for its internal
business operations. Under such license, either of parties will have no right to sell the pre-
existing work of the other party to a Third Party. Purchaser’s license to pre-existing work is
Page 32 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

conditioned upon its compliance with the terms of this Agreement and the perpetual license
applies solely to the pre-existing work that bidder leaves with Purchaser at the conclusion of
performance of the services
d) Residuals: In no event shall Implementation Agency be precluded from independently
developing for itself, or for others, anything, whether in tangible or non-tangible form, which is
competitive with, or similar to, the deliverables, set-out in this Agreement or Annexure. In
addition, subject to the confidentiality obligations, Implementation Agency shall be free to use
its general knowledge, skills and experience, and any ideas, concepts, know-how, and
techniques that are acquired or used while providing the Services.

20 Warranty & Maintenance

20.1 Standard
a) The Implementation Agency warrants that the Project, including all the system(s), materials
and goods supplied pursuant to the Agreement, shall be free from any defect or deficiency in
the material, design, engineering, and workmanship that prevent the system and/or any of its
systems(s) from fulfilling the technical requirements or that limit in a material fashion the
performance, reliability, or extensibility of the system and/or any of its sub-system(s).
Commercial warranty provisions of products supplied under the Agreement shall apply to the
extent they do not conflict with the provisions of this Agreement.
b) The IA also warrants that the products, materials and other goods supplied under the
Agreement are new, unused and incorporate all recent improvements in design that materially
affect the system’s or subsystem’s ability to fulfill the technical requirements specified in the
RFP.
c) In addition, the IA warrants that: (i) all Goods components to be incorporated into the System
form part of the IA/OEM’s and/or Subcontractor’s current product lines.
d) The warranty period shall commence from the date of Go Live of the project or of any major
component or subsystem for which phased Go-Live is provided for in the Agreement and shall
extend for as follows;
Component Period
IT and Non -IT Hardware supplied under this project Till the end of the agreement
All applications /Software’s supplied under this project. Till the end of the agreement

Purchaser/Government department should approve signoff within 45 days from the submission of
deliverables for Go-Live/Phased Go-live (as relevant, depending on project requirement) by the
implementing agency.

In case the Purchaser/Government department fails to respond and provide feedback on the above
stated submission, the deliverables will be deemed accepted for the commencement of warranty for
the project.

However, in case the purchaser confirms to vendor an alternative date, then the date would stand
revised for deemed acceptance. Such revisions may be limited to 2 (two).

e) If during the warranty period any defect or deficiency is found in the material, design and
performance/workmanship of the Project and other Services provided by the Implementation
Agency, the Implementation Agency shall promptly, in consultation and agreement with
Purchaser, and at the Implementation Agency’s sole cost repair, replace, or otherwise make
good (as the Implementation Agency shall, at its discretion, determine) such default, defect or
deficiency as well as any damage to the system caused by such default, defect or deficiency.
Any defective component, excluding hard disks, that has been replaced by the Implementation
Agency shall remain the property of the Implementation Agency.
f) The IA may, with the consent of the Purchaser, remove from the site any product and other
Page 33 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

goods that are defective, if the nature of the defect, and/or any damage to the System caused
by the defect, is such that repairs cannot be expeditiously carried out at the site. If the repair,
replacement, or making good is of such a character that it may affect the efficiency of the
System, the Purchaser may give the IA notice requiring that tests of the defective part be made
by the IA immediately upon completion of such remedial work, whereupon the IA shall carry
out such tests. If such part fails the tests, the IA shall carry out further repair, replacement, or
making good (as the case may be) until that part of the System passes such tests. The tests
shall be agreed upon by the Purchaser and the Supplier.
g) If the IA fails to commence the work necessary to remedy such defect or any damage to the
System caused by such defect within a reasonable time period, the Purchaser may, following
notice to the IA, proceed to do such work or contract a third party (or parties) to do such work,
and the reasonable costs incurred by the Purchaser in connection with such work shall be paid
to the Purchaser by the IA or may be deducted by the Purchaser from any amount due to the
IA.
h) If the System or any of its sub-systems cannot be used by reason of such default, defect or
deficiency and/or making good of such default, defect or deficiency, attributable to IA, the
warranty period for the Project shall be extended by a period equal to the period during which
the Project or any of its system could not be used by the Purchaser because of such defect
and/or making good of such default, defect or deficiency. For reasons not attributable to IA,
the IA shall not be liable.
i) Items substituted for defective parts of the System during the Warranty Period shall be covered
by the Warranty for the remainder of the Warranty Period applicable for the part replaced or
three (3) months, whichever is greater.
j) The Implementing Agency shall have no liability in the case of breach of this warranty due to
(i) use of the deliverables on any environment (hardware or software) other than the
environment recommended or approved by the Implementing Agency, (ii) the combination,
operation, or use of some or all of the deliverables with information, software, specifications,
instructions, data, or materials not approved by the Implementing Agency; (iii) the deliverables
having been tampered with, altered or modified by Purchaser without the written permission of
the Implementing Agency, or (iv) use of the deliverables otherwise than in terms of the relevant
documentation.

20.2 Implied Warranty


a) The warranties provided herein are in lieu of all other warranties, both express and implied,
and all other warranties, including without limitation that of merchantability or fitness for
intended purpose is specifically disclaimed

21 Liquidated Damages (Penalties)


Time is the essence of the Agreement, and the delivery dates are binding on the
Implementation Agency. In the event of delay or any gross negligence in implementation of
the project before Go-Live, for causes solely attributable to the Implementation Agency, in
meeting the deliverables, the Purchaser shall be entitled at its option to recover from the
Implementation Agency as mentioned in SLA section of Volume 1 of this RFP/ tender
document. This right to claim any liquidated damages shall be without prejudice to other rights
and remedies available to Purchaser under the contract and law.

22 Fraud and Corruption


a) Purchaser requires that Service Provider must observe the highest standards of ethics during
the execution of the contract. In pursuance of this policy, Purchaser defines, for the purpose
of this provision, the terms set forth as follows:
i. “Corrupt practice” means the offering, giving, receiving, or soliciting of anything of
value to influence the action of Purchaser in contract executions.
ii. "Fraudulent practice" means a mis-presentation of facts, in order to influence a
Page 34 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

procurement process or the execution of a contract, to Purchaser, and includes


collusive practice among bidders (prior to or after Proposal submission) designed to
establish Proposal prices at artificially high or non-competitive levels and to deprive
Purchaser of the benefits of free and open competition.
iii. “Unfair trade practices” means supply of services different from what is ordered on
or change in the Scope of Work specified in this RFP.
iv. “Coercive Practices” means harming or threatening to harm, directly or indirectly,
persons or their property to influence their participation in the execution of contract.
v. The System Integrator 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, Government of India 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,
Government of India’s standard policies and may result in cancellation of this
Agreement.
vi. If it is noticed that the Service Provider has indulged into the Corrupt / Fraudulent /
Unfair / Coercive practices, it will be a sufficient ground for Purchaser for termination
of the contract and initiate blacklisting of the vendor.

23 Insurance Cover

23.1 Obligation to maintain insurance


In connection with the provision of the Services, the Service Provider must have and maintain

a) for the Agreement Period, valid and enforceable insurance coverage for
i. public liability;
ii. either professional indemnity or errors and omissions;
iii. product liability;
iv. workers’ compensation as required by law;

23.2 Certificates of currency


The Implementation Agency must, on request by the Purchaser, provide current relevant confirmation
of insurance documentation from its insurance brokers certifying that it has insurance as required by
this Clause 23. The Service Provider agrees to replace any coverage prior to the date of
expiry/cancellation.

23.3 Non-compliance
Purchaser or its nominated agencies may, at its election, terminate this Agreement as per clause 14,
upon the failure of Implementation Agency or notification of such failure, to maintain the required
insurance coverage. Inadequate insurance coverage for any reason shall not relieve Implementation
Agency of its obligations under this Agreement.

24 Miscellaneous

24.1 Personnel
a) The personnel assigned by Implementation Agency to perform the Services shall be
employees of Implementation Agency or its subcontractor(s), and under no circumstances
shall such personnel be considered employees of Purchaser or its nominated agencies. The
Implementation Agency shall have the sole responsibility for the supervision and control of the
personnel deployed in the Project and for payment of such personnel’s compensation,
including salary, withholding of income taxes and social security taxes, worker’s compensation,
employee and disability benefits and the like and shall be responsible for all obligations of an
employer subject to Applicable Law.

Page 35 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

b) The Implementation Agency shall use its best efforts to ensure that sufficient Implementation
Agency personnel are assigned to perform the Services and that such personnel have
appropriate qualifications to perform the Services. After discussion with Implementation
Agency, Purchaser or its nominated agencies shall have the right to require the removal or
replacement of any Implementation Agency personnel performing work under this Agreement
based on bonafide reasons. In the event that Purchaser or its nominated agencies requests
that any Implementation Agency personnel be replaced, the substitution of such personnel
shall be accomplished pursuant to a mutually agreed upon schedule. In the event that the
Purchaser and Implementation Agency identify any personnel of Implementation Agency as
“Key Personnel”, then the Implementation Agency shall not remove such personnel from the
Project without the prior written consent of Purchaser or its nominated agencies unless such
removal is the result of an unavoidable circumstance including but not limited to resignation,
termination, medical leave, etc.
c) Except as stated in this Clause, nothing in this Agreement or the SLA will limit the ability of
Implementation Agency to freely assign or reassign its employees; provided that
Implementation Agency shall be responsible, at its expense, for transferring all appropriate
knowledge from personnel being replaced to their replacements. Purchaser or its nominated
agencies shall have the right to review and approve Implementation Agency’s plan for any
such knowledge transfer. Implementation Agency shall maintain the same or higher standards
for skills and professionalism among replacement personnel as in personnel being replaced.
d) Each Party shall be responsible for the performance of all its obligations under this Agreement
or the SLA as the case may be and shall be liable for the acts and omissions of its employees
and agents in connection therewith.
e) Neither Party will solicit for employment or knowingly hire an employee of the other Party with
whom such Party has contact pursuant to project engagements under this Agreement. This
restriction shall not apply to employees of either Party responding to advertisements in job
fairs or news media circulated to the general public.

24.2 Independent Contractor


Nothing in this Agreement or the SLA shall be construed as establishing or implying any partnership
or joint venture between the Parties to this Agreement or the SLA and, except as expressly stated in
this Agreement or the SLA, nothing in this Agreement or the SLA shall be deemed to constitute any
Parties as the agent of any other Party or authorizes either Party to:

a) incur any expenses on behalf of the other Party;


b) enter into any engagement or make any representation or warranty on behalf of the other
Party;
c) pledge the credit of or otherwise bind or oblige the other Party; or
d) commit the other Party in any way whatsoever without in each case obtaining the other Party’s
prior written consent.

24.3 Sub-contractors
Implementation Agency shall not subcontract any work related to <Please refer the Vol 1 of this tender
document> without Purchaser’s prior written consent. However, the Implementation Agency shall
provide the list of all the other services planned to be subcontracted, within 15 days of signing the
Agreement. It is clarified that the Implementation Agency shall be the principal employer for all claims
arising from the liabilities statutory or otherwise, concerning the sub-contractors. The Implementation
Agency undertakes to indemnify the Purchaser or its nominated agencies from any claims on the
grounds stated hereinabove.

24.4 Assignment
a) All terms and provisions of this Agreement shall be binding on and shall inure to the benefit of
the Purchaser and their respective successors and permitted assigns.
b) Subject to Clause 5 (c) , the Implementation Agency shall not be permitted to assign its rights

Page 36 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

and obligations under this Agreement to any third party.


c) The Purchaser may assign or novate all or any part of this Agreement and
Schedules/Annexures, and the Implementation Agency shall be a party to such novation, to
any third party contracted to provide outsourced services to Purchaser or any of its nominees.

24.5 Trademarks, Publicity


Neither Party may use the trademarks of the other Party without the prior written consent of the other
Party except that Implementation Agency may, upon completion, use the Project as a reference for
credential purpose. Except as required by law or the rules and regulations of each stock exchange
upon which the securities of one of the Parties is listed, neither Party shall publish or permit to be
published either alone or in conjunction with any other person any press release, information, article,
photograph, illustration or any other material of whatever kind relating to this Agreement, the SLA or
the business of the Parties without prior reference to and approval in writing from the other Party, such
approval not to be unreasonably withheld or delayed provided however that Implementation Agency
may include Purchaser or its client lists for reference to third parties subject to the prior written consent
of Purchaser not to be unreasonably withheld or delayed. Such approval shall apply to each specific
case and relate only to that case.

24.6 Notices
a) Any notice or other document which may be given by either Party under this Agreement or
under the SLA shall be given in writing in person or by pre-paid recorded delivery post, email
or by facsimile transmission.
b) In relation to a notice given under this Agreement, any such notice or other document shall be
addressed to the other Party’s principal or registered office address as set out below:
<Insert Address> Tel:

Fax:

Email:

Contact:

With a copy to:

Implementation Agency

Tel:

Fax:

Email:

Contact:

In relation to a notice given under the MSA / SLA, a Party shall specify the Parties’ address for service
of notices, any such notice to be copied to the Parties at the addresses set out in this Clause.

c) Any such notice or other document shall be deemed to have been given to the other Party (or,
if relevant, its relevant associated company) when delivered (if delivered in person) if delivered
between the hours of 9.00 am and 5.00 pm at the address of the other Party set forth above
or if sent by fax, provided the copy fax is accompanied by a confirmation of transmission, or
on the next working day thereafter if delivered outside such hours, and 7 days from the date
of posting (if by letter).
d) Either Party to this Agreement or to the SLA may change its address, telephone number,
facsimile number and nominated contact for notification purposes by giving the other
reasonable prior written notice of the new information and its effective date.

24.7 Variations and Further Assurance

Page 37 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

a) No amendment, variation or other change to this Agreement or the SLA shall be valid unless
authorized in accordance with the change control procedure as set out in the Change Control
Schedule set out in Schedule I of this Agreement. Such amendment shall be made in writing
and signed by the duly authorized representatives of the Parties to this Agreement or the SLA
b) Each Party to this Agreement or the SLA agrees to enter into or execute, without limitation,
whatever other agreement, document, consent and waiver and to do all other things which
shall or may be reasonably required to complete and deliver the obligations set out in this
Agreement or the SLA.
c) At the time of award of contract, the quantity of goods, works or services originally specified in
the bidding documents may be increased or decreased by 25% of the total value of contract
during the contract period or extensions, if any. It shall be without any upward change in the
unit prices or other terms and conditions of the Bid and the bidding documents.
d) If the Authority does not procure any item(s) mentioned in the RFP/ BoQ or procures less than
the quantity specified in the bidding documents due to change in circumstances, the
Successful Bidder shall not be entitled for any claim or compensation except otherwise
provided in the bidding document.
e) Repeat orders for extra items or additional quantities may be placed, if they are provided in
the bidding document, on the rates and conditions given in the contract if the original order
was given after inviting open competitive bids. The delivery or completion period may also be
proportionally increased.

24.8 Severability and Waiver


a) If any provision of this Agreement or the SLA, or any part thereof, shall be found by any court
or administrative body of competent jurisdiction to be illegal, invalid or unenforceable the
illegality, invalidity or unenforceability of such provision or part provision shall not affect the
other provisions of this Agreement or the SLA or the remainder of the provisions in question
which shall remain in full force and effect. The relevant Parties shall negotiate in good faith in
order to agree to substitute for any illegal, invalid or unenforceable provision a valid and
enforceable provision which achieves to the greatest extent possible the economic, legal and
commercial objectives of the illegal, invalid or unenforceable provision or part provision.
b) No failure to exercise or enforce and no delay in exercising or enforcing on the part of either
Party to this Agreement or the SLA of any right, remedy or provision of this Agreement or the
SLA shall operate as a waiver of such right, remedy or provision in any future application nor
shall any single or partial exercise or enforcement of any right, remedy or provision preclude
any other or further exercise or enforcement of such right, remedy or provision or the exercise
or enforcement of any other right, remedy or provision.

24.9 Compliance with Applicable Law


Each Party to this Agreement accepts that its individual conduct shall (to the extent applicable to its
business like the Implementation Agency as an information technology service provider) at all times
comply with all laws, rules and regulations of government and other bodies having jurisdiction over the
area in which the Services are undertaken provided that changes in such laws, rules and regulations
which result in a change to the Services shall be dealt with in accordance with the Change Control
Schedule set out in Schedule I of this Agreement.

24.10 Professional Fees


All expenses incurred by or on behalf of each Party to this Agreement and the SLA, including all fees
of agents, legal advisors, accountants and actuaries employed by either of the Parties in connection
with the negotiation, preparation and execution of this Agreement or the SLA shall be borne solely by
the Party which incurred them.

24.11 Ethics
The Implementation Agency represents, warrants and covenants that it has given no commitments,
payments, gifts, kickbacks, lavish or expensive entertainment, or other things of value to any employee
Page 38 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

or agent of Purchaser or its nominated agencies in connection with this agreement and acknowledges
that the giving of any such payment, gifts, entertainment, or other things of value is strictly in violation
of Purchaser standard policies and may result in cancellation of this Agreement, or the SLA.

24.12 Entire Agreement


This Agreement and the SLA with all schedules & annexures appended thereto and the contents and
specifications of the RFP constitute the entire agreement between the Parties with respect to their
subject matter, and as to all other representations, understandings or agreements which are not fully
expressed herein, provided that nothing in this Clause shall be interpreted so as to exclude any liability
in respect of fraudulent misrepresentation.

24.13 Amendment
Any amendment to this Agreement shall be made in accordance with the Change Control Schedule
set out in Schedule I of this Agreement by mutual written consent of all the Parties.

24.14 Data Ownership


a) All the data created as the part of the project shall be owned by Food Corporation of India, GoI.
The SI shall take utmost care in maintaining security, confidentiality and backup of this data.
Access to the data / systems shall be given by the SI only to the personnel working on the
projects and their names & contact details shall be shared with Food Corporation of India, GoI
in advance. Food Corporation of India, GoI or its authorized representative(s) shall conduct
periodic / surprise security reviews and audits, to ensure the compliance by the SI Vendor to
data / system security.

25 Governing Law and Dispute Resolution


a) 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.

b) In case of any dispute arising out of and touching upon the Contract, the same shall be first
referred to the Dispute/Grievance Redressal Committee constituted by FCI and functioning at
Headquarter of the Corporation, with a view to settle the disputes. If any dispute remains
thereafter, the same shall be settled in the Court of law. The Courts in New Delhi shall have
exclusive jurisdiction to adjudicate the disputes arising under the Contract.

IN ‘WITNESS WHEREOF the Parties have by duly authorized

Representatives set their respective hands and seal on the date first above

Written in the presence of:

WITNESSES:

Signed by:

(Name and designation) For and on behalf of Purchaser

(FIRST PARTY)

Signed by:

(Name and designation)

Page 39 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

IMPLEMENTATION AGENCY

(SECOND PARTY)

(Name and designation) For and on behalf of Implementation Agency

Signed by:

Page 40 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

26 Schedules

26.1 Schedule I – Change Control


This Schedule describes the procedure to be followed in the event of any proposed change to the
Master Service Agreement (“MSA”), Project Implementation Phase, SLA and Scope of Work and
Functional Requirement Specifications. Such change shall include, but shall not be limited to,
changes in the scope of services provided by the Implementation Agency and changes to the terms
of payment as stated in the Terms of Payment Schedule.

The Purchaser and IA recognize that frequent change is an inevitable part of delivering services
and that a significant element of this change can be accomplished by re-organizing processes and
responsibilities without a material effect on the cost. The IA will endeavor, wherever reasonably
practicable, to effect change without an increase in the terms of payment as stated in the Terms
of Payment Schedule and Purchaser or its nominated agencies will work with the Implementation
Agency to ensure that all changes are discussed and managed in a constructive manner. This
Change Control Schedule sets out the provisions which will apply to all the changes to this
agreement.

CHANGE MANAGEMENT PROCESS

a) CHANGE CONTROL NOTE ("CCN")


i. Change requests in respect of the MSA, the Project Implementation, the operation,
the SLA or Scope of work and Functional Requirement specifications will emanate
from the Parties' respective Project Manager who will be responsible for obtaining
approval for the change and who will act as its sponsor throughout the Change Control
Process and will complete Part A of the CCN attached as Annexure A hereto. CCNs
will be presented to the other Party's Project Manager who will acknowledge receipt
by signature of the CCN
ii. The IA and the Purchaser or its nominated agencies, during the Project
Implementation Phase and the Purchaser or its nominated agencies during the
Operations and Management Phase and while preparing the CCN, shall consider the
change in the context of the following parameter, namely whether the change is
beyond the scope of Services including ancillary and concomitant services required
and as detailed in the RFP and is suggested and applicable only after the testing,
commissioning and certification of the Pilot Phase and the Project Implementation
Phase as set out in this Agreement.
iii. It is hereby also clarified here that any change of control suggested beyond 25 % of
the value of this Project will be beyond the scope of the change control process and
will be considered as the subject matter for a separate bid process and a separate
contract. It is hereby clarified that the 25% of the value of the Project as stated in
herein above is calculated on the basis of bid value submitted by the Implementation
Agency and accepted by the Purchaser or its nominated agencies or as decided and
approved by Purchaser or it Nominated Agencies. For arriving at the cost / rate for
change upto 25% of the project value, the payment terms and relevant rates as
specified in Annexure D shall apply.
b) Quotation
i. The IA shall assess the CCN and complete Part B of the CCN, in completing the Part
B of the CCN the IA shall provide as a minimum:
• a description of the change
• a list of deliverables required for implementing the change;
• a timetable for implementation;
• an estimate of any proposed change
• any relevant acceptance criteria
• an assessment of the value of the proposed change;

Page 41 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

• material evidence to prove that the proposed change is not already covered
within the Agreement and the scope of work
ii. Prior to submission of the completed CCN to the Purchaser, or its nominated agencies,
the Service Provider will undertake its own internal review of the proposal and obtain
all necessary internal approvals. As a part of this internal review process, the IA shall
consider the materiality of the proposed change in the context of the MSA, and the
Project Implementation affected by the change and the total effect that may arise from
implementation of the change.
c) Costs
Each Party shall be responsible for its own costs incurred in the quotation, preparation of CCNs
and in the completion of its obligations described in this process provided the IA meets the
obligations as set in the CCN. In case of recertification due to proposed changes, required cost will
be borne by the party that initiated the change. In the event the IA is unable to meet the obligations
as defined in the CCN then the cost of getting it done by third party will be borne by the IA.

d) Obligations
The IA shall be obliged to implement any proposed changes once approval in accordance with
above provisions has been given, with effect from the date agreed for implementation and within
an agreed timeframe. IA will not be obligated to work on a change until the parties agree in writing
upon its scope, price and/or schedule impact. The cost associated with any
hardware/goods/License for COTS product should not exceed the price quoted in the bidder’s
proposal. Any costs associated with changes to Software specifications which cannot be arrived
at on the basis of the IA’s proposal shall be mutually agreed to between the IA and the Purchaser.

26.2 Schedule II – Exit Management


a) PURPOSE
i. This Schedule sets out the provisions, which will apply on expiry or termination of the
MSA, the Project Implementation, Operation and Management SLA.
ii. In the case of termination of the Project Implementation and/or Operation and
Management, the Parties shall agree at that time whether, and if so during what period,
the provisions of this Schedule shall apply.
iii. The Parties shall ensure that their respective associated entities carry out their
respective obligations set out in this Exit Management Schedule.
b) TRANSFER OF ASSETS
i. Purchaser shall be entitled to serve notice in writing on the IA at any time during the
exit management period as detailed hereinabove requiring the IA and/or its sub-
contractors to provide the Purchaser with a complete and up to date list of the Assets
within 30 days of such notice. Purchaser shall then be entitled to serve notice in writing
on the IA at any time prior to the date that is 30 days prior to the end of the exit
management period requiring the IA to sell the Assets, if any, to be transferred to
Purchaser or its nominated agencies at book value as determined as of the date of
such notice in accordance with the provisions of relevant laws
ii. In case of contract being terminated by Purchaser, Purchaser reserves the right to ask
IA to continue running the project operations for a period of 6 months after termination
orders are issued.
iii. Upon service of a notice under this Article the following provisions shall apply:
• in the event, if the Assets to be transferred are mortgaged to any financial
institutions by the IA, the IA shall ensure that all such liens and liabilities have
been cleared beyond doubt, prior to such transfer. All documents regarding the
discharge of such lien and liabilities shall be furnished to the Purchaser.
• All risk in and title to the Assets to be transferred / to be purchased by the
Purchaser pursuant to this Article shall be transferred to Purchaser, on the last
day of the exit management period.
• Purchaser shall pay to the IA on the last day of the exit management period such
sum representing the Net Block (procurement price less depreciation as per
Page 42 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

provisions of Companies Act) of the Assets to be transferred as stated in the


Terms of Payment Schedule.
• Payment to the outgoing IA shall be made to the tune of last set of completed
services / deliverables, subject to SLA requirements.
• The outgoing IA will pass on to Purchaser and/or to the Replacement IA, the
subsisting rights in any leased properties/ licensed products on terms not less
favorable to Purchaser/ Replacement IA, than that enjoyed by the outgoing IA.
c) COOPERATION AND PROVISION OF INFORMATION
i. During the exit management period: The Implementation Agency will allow the
Purchaser or its nominated agency access to information reasonably required to
define the then current mode of operation associated with the provision of the services
to enable the Purchaser to assess the existing services being delivered;
ii. promptly on reasonable request by the Purchaser, the IA shall provide access to, and
copies of all information held or controlled by them which they have prepared or
maintained in accordance with this agreement relating to any material aspect of the
services (whether provided by the Implementation Agency or sub-contractors
appointed by the Implementation Agency). The Purchaser shall be entitled to copy of
all such information. Such information shall include details pertaining to the services
rendered and other performance data. The Implementation Agency shall permit the
Purchaser or its nominated agencies to have reasonable access to its employees and
facilities as reasonably required by the Chairman, PIU to understand the methods of
delivery of the services employed by the Implementation Agency and to assist
appropriate knowledge transfer.
d) CONFIDENTIAL INFORMATION, SECURITY AND DATA
i.The Implementation Agency will promptly on the commencement of the exit
management period supply to the Purchaser or its nominated agency the following:
• information relating to the current services rendered and customer and
performance data relating to the performance of sub-contractors in relation to the
services;
• documentation relating to Computerization Project’s Intellectual Property Rights;
• documentation relating to sub-contractors;
• all current and updated data as is reasonably required for purposes of Purchaser
or its nominated agencies transitioning the services to its Replacement
Implementation Agency in a readily available format nominated by the Purchaser,
its nominated agency;
• all other information (including but not limited to documents, records and
agreements) relating to the services reasonably necessary to enable Purchaser
or its nominated agencies, or its Replacement Implementation Agency to carry out
due diligence in order to transition the provision of the Services to Purchaser or its
nominated agencies, or its Replacement Implementation Agency (as the case may
be).
ii. Before the expiry of the exit management period, the Implementation Agency shall
deliver to the Purchaser or its nominated agency all new or up-dated materials from
the categories set out in Schedule above and shall not retain any copies thereof,
except that the Implementation Agency shall be permitted to retain one copy of such
materials for archival purposes only.
iii. Before the expiry of the exit management period, unless otherwise provided under the
MSA, the Purchaser or its nominated agency shall deliver to the Implementation
Agency all forms of Implementation Agency confidential information, which is in the
possession or control of Chairperson, PIU or its users.
e) EMPLOYEES
i. Promptly on reasonable request at any time during the exit management period, the
Implementation Agency shall, subject to applicable laws, restraints and regulations
(including in particular those relating to privacy) provide to the Purchaser or its
nominated agency a list of all employees (with job titles) of the Implementation Agency

Page 43 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

dedicated to providing the services at the commencement of the exit management


period.
ii. Where any national, regional law or regulation relating to the mandatory or automatic
transfer of the contracts of employment from the Implementation Agency to the
Purchaser or its nominated agency, or a Replacement Implementation Agency
("Transfer Regulation") applies to any or all of the employees of the Implementation
Agency, then the Parties shall comply with their respective obligations under such
Transfer Regulations.
f) TRANSFER OF CERTAIN AGREEMENTS
i. On request by the Purchaser or its nominated agency the Implementation Agency shall
effect such assignments, transfers, licenses and sub-licenses as the Chairperson, PIU
may require in favour of the Chairperson, PIU, or its Replacement Implementation
Agency in relation to any equipment lease, maintenance or service provision
agreement between Implementation Agency and third party lessors, vendors, and
which are related to the services and reasonably necessary for the carrying out of
replacement services by the Purchaser or its nominated agency or its Replacement
Implementation Agency.
g) RIGHTS OF ACCESS TO PREMISES
i. At any time during the exit management period, where Assets are located at the
Implementation Agency's premises, the Implementation Agency will be obliged to give
reasonable rights of access to (or, in the case of Assets located on a third party's
premises, procure reasonable rights of access to) the Purchaser or its nominated
agency and/or any Replacement Implementation Agency in order to make an
inventory of the Assets.
ii.
The Implementation Agency shall also give the Purchaser or its nominated agency or
its nominated agencies, or any Replacement Implementation Agency right of
reasonable access to the Implementation Partner's premises and shall procure the
Purchaser or its nominated agency or its nominated agencies and any Replacement
Implementation Agency rights of access to relevant third party premises during the
exit management period and for such period of time following termination or expiry of
the MSA as is reasonably necessary to migrate the services to the Purchaser or its
nominated agency, or a Replacement Implementation Agency.
h) GENERAL OBLIGATIONS OF THE IMPLEMENTATION AGENCY
i. The Implementation Agency shall provide all such information as may reasonably be
necessary to effect as seamless a handover as practicable in the circumstances to the
Purchaser or its nominated agency or its Replacement Implementation Agency and
which the Implementation Agency has in its possession or control at any time during
the exit management period.
ii. For the purposes of this Schedule, anything in the possession or control of any
Implementation Agency, associated entity, or sub-contractor is deemed to be in the
possession or control of the Implementation Agency.
iii. The Implementation Agency shall commit adequate resources to comply with its
obligations under this Exit Management Schedule.
i) EXIT MANAGEMENT PLAN
i. The Implementation Agency shall provide the Purchaser or its nominated agency 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 MSA as a
whole and in relation to the Project Implementation, and the Operation and
Management SLA.
• A detailed program of the transfer process that could be used in conjunction with
a Replacement Implementation Agency 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;
• plans for the communication with such of the Implementation Agency's sub-
contractors, staff, suppliers, customers and any related third party as are
Page 44 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

necessary to avoid any material detrimental impact on the Purchaser’s operations


as a result of undertaking the transfer;
• (if applicable) proposed arrangements for the segregation of the Implementation
Agency's networks from the networks employed by Purchaser and identification
of specific security tasks necessary at termination;
• Plans for provision of contingent support to Purchaser, and Replacement
Implementation Agency for a reasonable period after transfer.
ii. The Implementation Agency shall re-draft the Exit Management Plan annually
thereafter to ensure that it is kept relevant and up to date.
iii. Each Exit Management Plan shall be presented by the Implementation Agency to and
approved by the Purchaser or its nominated agencies.
iv. The terms of payment as stated in the Terms of Payment Schedule include the costs
of the Implementation Agency complying with its obligations under this Schedule.
v. In the event of termination or expiry of MSA, and Project Implementation, each Party
shall comply with the Exit Management Plan.
vi. During the exit management period, the Implementation Agency shall use its best
efforts to deliver the services.
vii. Payments during the Exit Management period shall be made in accordance with the
Terms of Payment Schedule.
viii. This Exit Management plan shall be furnished in writing to the Purchaser or its
nominated agencies within 90 days from the Effective Date of this Agreement.

Page 45 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

26.3 Schedule III – Audit, Access and Reporting


a) PURPOSE
i. This Schedule details the audit, access and reporting rights and obligations of the
Purchaser or its nominated agency and the Implementation Agency.
b) AUDIT NOTICE AND TIMING
i. As soon as reasonably practicable after the Effective Date, the Parties shall use their
best endeavors to agree to a timetable for routine audits during the Project
Implementation Phase and the Operation and Management Phase. Such timetable
during the Implementation Phase, the Purchaser or its nominated agency and
thereafter during the operation Phase, the Purchaser or its nominated agency shall
conduct routine audits in accordance with such agreed timetable and shall not be
required to give the Implementation Agency any further notice of carrying out such
audits
ii. The Purchaser or its nominated agency may conduct non-timetabled audits at his/ her
own discretion if it reasonably believes that such non-timetabled audits are necessary
as a result of an act of fraud by the Implementation Agency, a security violation, or
breach of confidentiality obligations by the Implementation Agency, provided that the
requirement for such an audit is notified in writing to the Implementation Agency a
reasonable period time prior to the audit (taking into account the circumstances giving
rise to the reasonable belief) stating in a reasonable level of detail the reasons for the
requirement and the alleged facts on which the requirement is based. If the
Implementation Agency considers that the non-timetabled audit was not appropriate,
the matter shall be referred to the escalation procedure as set out in the Governance
Schedule.
iii. The frequency of audits shall be a (maximum) half yearly, provided always that the
Purchaser or its nominated agency shall endeavor to conduct such audits with the
lowest levels of inconvenience and disturbance practicable being caused to the
Implementation Agency. Any such audit shall be conducted by with adequate notice
of 2 weeks to the Implementation Agency.
iv. Purchaser will ensure that any 3rd party agencies (except CAG) appointed to conduct
the audit will not be the competitor of Implementation Agency and will be bound by
confidentiality obligations.
c) ACCESS
The Implementation Agency shall provide to the Purchaser or its nominated agency reasonable
access to employees, subcontractors, suppliers, agents and third-party facilities as detailed in the
RFP, documents, records and systems reasonably required for audit and shall provide all such
persons with routine assistance in connection with the audits and inspections. The Chairperson,
PIU / Steering Committee shall have the right to copy and retain copies of any relevant records.
The Implementation Agency shall make every reasonable effort to co-operate with them.
d) AUDIT RIGHTS
i. The Purchaser or its nominated agency shall have the right to audit and inspect
suppliers, agents and third-party facilities (as detailed in the RFP), data centers,
documents, records, procedures and systems relating to the provision of the services,
but only to the extent that they relate to the provision of the services, as shall be
reasonably necessary to verify:
• The security, integrity and availability of all data processed, held or conveyed by
the Partner on behalf of Purchaser and documentation related thereto;
• That the actual level of performance of the services is the same as specified in the
SLA;
• That the Implementation Agency has complied with the relevant technical
standards, and has adequate internal controls in place; and
• The compliance of the Implementation Agency with any other obligation under the
MSA and SLA.
• Security audit and implementation audit of the system shall be done once each
year, the cost of which shall be borne by the Implementation Agency.
Page 46 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

• For the avoidance of doubt the audit rights under this Schedule shall not include
access to the Implementation Agency's profit margins or overheads, any
confidential information relating to the Implementation Agency’ employees, or (iii)
minutes of its internal Board or Board committee meetings including internal audit,
or (iv) such other information of commercial-in-confidence nature which are not
relevant to the Services associated with any obligation under the MSA.
e) AUDIT RIGHTS OF SUB-CONTRACTORS, SUPPLIERS AND AGENTS
i. The Implementation Agency shall use reasonable endeavors to achieve the same
audit and access provisions as defined in this Schedule with sub-contractors who
supply labor, services in respect of the services. The Implementation Agency shall
inform the Purchaser or its nominated agency prior to concluding any sub-contract or
supply agreement of any failure to achieve the same rights of audit or access.
ii. REPORTING: The Implementation Agency will provide quarterly reports to the
Chairperson, PIU / Steering committee regarding any specific aspects of the Project
and in context of the audit and access information as required by the Purchaser or its
nominated agency.
f) ACTION AND REVIEW
i. Any change or amendment to the systems and procedures of the Implementation
Agency, or sub- contractors, where applicable arising from the audit report shall be
agreed within thirty (30) calendar days from the submission of the said report.
ii. Any discrepancies identified by any audit pursuant to this Schedule shall be
immediately notified to the Purchaser or its nominated agency and the Implementation
Agency Project Manager who shall determine what action should be taken in respect
of such discrepancies in accordance with the terms of the MSA.
g) TERMS OF PAYMENT
The Purchaser shall bear the cost of any audits and inspections. The terms of payment are
exclusive of any costs of the Implementation Agency and the sub-contractor, for all reasonable
assistance and information provided under the MSA, the Project Implementation, Operation and
Management SLA by the Implementation Agency pursuant to this Schedule.

h) RECORDS AND INFORMATION


For the purposes of audit in accordance with this Schedule, the Implementation Agency shall
maintain true and accurate records in connection with the provision of the services and the
Implementation Agency shall handover all the relevant records and documents upon the
termination or expiry of the MSA

Page 47 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

26.4 Schedule IV – Governance structure


a) PURPOSE
The purpose of this Schedule is to:

i. establish and maintain the formal and informal processes for managing the
relationship between the Purchaser and the Implementation Agency (including the
outputs from other Schedules to this Agreement;
ii. define the principles that both Parties wish to follow to ensure the delivery of the
Services;
iii. ensure the continued alignment of the interests of the Parties;
iv. ensure that the relationship is maintained at the correct level within each Party;
v. create the flexibility to revise and maintain the relationship and this Agreement during
theTerm;
vi. set out the procedure for escalating disagreements; and
vii. enable contract administration and performance management
b) GOVERNANCE STRUCTURE
i. Project Managers: The relationship under this Agreement will be managed by the
Project Managers appointed by each Party, who will provide the interface between the
executive management of the respective Parties.
ii. Project Implementation Unit (PIU): Within 7 days following the Effective Date,
Purchaser or its nominated agencies and the Implementation Agency shall each
appoint a Project Manager. In the event that either Party wishes to substitute its Project
Manager it will do so in manner in which the original appointment is made and notify
the other Party of such substitution as soon as reasonably practicable but at the latest
within 7 days of the substitution.
iii. The Project Managers shall have responsibility for maintaining the interface and
communication between the Parties.
iv. The PIU will meet formally on a fortnightly / monthly / quarterly, as required, basis at
a time and location to be agreed between them. These meetings will cover, as a
minimum, the following agenda items: (i) consideration of Quarterly Performance
Reports; (ii) consideration of matters arising out of the Change Control Schedule; (iii)
issues escalated in accordance with the escalation procedure as set out in the
Governance Schedule; (iv) matters to be brought before the PIU in accordance with
the MSA and the Schedules; (v) any matter brought before the PIU by the
Implementation Agency under this Article; and (vi) any other issue which either Party
wishes to add to the agenda.
v. In the event that there is any material factor which affects the delivery of the Services,
or the terms of payment as stated in the Terms of Payment Schedule, the Parties
agree to discuss in the PIU any appropriate amendment to the Agreement or any
Service Level Agreements or Statement of Works including any variation to the terms
of payment as stated in the Terms of Payment Schedule. Any variation so agreed
shall be implemented through the change control procedure as set out in the Change
Control Schedule.
c) GOVERNANCE PROCEDURES
i. The Implementation Agency shall document the agreed structures in a procedure’s
manual.
ii. The agenda for each meeting of the PIU shall be set to reflect the discussion items
referred to above and extraordinary items may be added either with the agreement of
the Parties or at the request of either Party. Copies of the agenda for meetings of the
PIU, along with relevant pre- reading material, shall be distributed at least one week
in advance of the relevant meeting.
iii. All meetings and proceedings will be documented such documents to be distributed
to the Parties and copies shall be kept as a record. All actions, responsibilities and
accountabilities arising out of any meeting shall be tracked and managed.
iv. The Parties shall ensure as far as reasonably practicable that the PIU shall resolve

Page 48 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

the issues and resolve the objectives placed before them and that members
representing that Party are empowered to make relevant decisions or have easy
access to empowered individuals for decisions to be made to achieve this
v. In order formally to submit a Disputed Matter to the aforesaid for a, one Party
("Claimant") shall give a written notice ("Dispute Notice") to the other Party. The
Dispute Notice shall be accompanied by (a) a statement by the Claimant describing
the Disputed Matter in reasonable detail and (b) documentation, if any, supporting the
Claimant's position on the Disputed Matter.
vi. The other Party ("Respondent") shall have the right to respond to the Dispute Notice
within 7 days after receipt of the Dispute Notice. In the event that the parties are unable
to resolve the Disputed Matter within a further period of 7 days, it shall refer the
Disputed Matter to next level of the dispute resolution for action.
vii. All negotiations, statements and / or documentation pursuant to these Articles shall be
without prejudice and confidential (unless mutually agreed otherwise).
viii. If the Disputed Matter is having a material effect on the operation of the Services (or
any of them or part of them) the Parties will use all their respective reasonable
endeavors to reduce the elapsed time in reaching a resolution of the Disputed Matter.

26.5 Schedule V – Terms of Payment


Timeline & Payment Terms defined in volume 1 of RFP to be referred.

26.6 Schedule VI – Service Level Agreement


Service Level Agreement (SLA) defined in volume 1 of RFP to be referred.

Page 49 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

27 ANNEXURES
ANNEXURE A – FORMAT FOR CHANGE CONTROL NOTICE
Change Control Note CCN Number:
Part A: Initiation
Title:

Originator:
Sponsor:

Date of Initiation:
Details of Proposed Change
(To include reason for change and appropriate details/specifications. Identify any attachments as A1,
A2,
and A3 etc.)

Authorized by Purchaser Date:


Name:
Signature: Date:

Received by the IA

Name:

Signature:

Change Control Note CCN Number:

Part B : Evaluation
(Identify any attachments as B1, B2, and B3 etc.)
Changes to Services, charging structure, payment profile, documentation, training, service levels and
component working arrangements and any other contractual issue.

Brief Description of Solution:

Impact:

Deliverables:

Page 50 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

Timetable:

Charges for Implementation:


(including a schedule of payments)

Other Relevant Information:


(including value-added and acceptance criteria)

Authorized by the Implementation Date:


Agency
Name:

Signature:

Change Control Note CCN Number :

Part C : Authority to Proceed


Implementation of this CCN as submitted in Part A, in
accordance with Part B is: (tick as appropriate)

Approved

Rejected
Requires Further Information (as follows, or as
Attachment 1 etc.)

For Purchaser and its nominated agencies For the Implementation Agency

Signature Signature

Name Name

Title Title

Date Date

Page 51 of 52
Selection of SI agency for SITC & Operations of AI-based CCTV Monitoring at FCI Owned Godowns -Vol-3

ANNEXURE B - LIST OF SERVICES PROVIDED BY THE IMPLEMENTATION AGENCY


Refer RFP Vol-II

ANNEXURE C – TEMPLATE FOR REQUIRED DELIVERABLE AND ASSOCIATED TIMELINES


Timelines (from
Deliverable Description of deliverable
Date of signing of
contract)

Note : Deliverables and timelines should be in line to the clause 8 of RFP Vol 1

ANNEXURE D – BID
a) TECHNICAL BID RESPONSE OF SUCCESSFUL BIDDER
b) FINANCIAL BID RESPONSE OF SUCCESSFUL BIDDER

ANNEXURE E – BILL OF MATERIAL


As per RFP Volume 1

ANNEXURE F – ROLES AND RESPONSIBILITIES OF THE PARTIES


As per RFP Volume 2

<<< End of Volume 3 >>>

Page 52 of 52
Annexure : Location/Address of FCI Depots
s.no. FSD Name Pincode block Panchayat Village Landmark Address State Name District Name Taluka Name
1 2 3 4 5 6 7 8 9 10
FCI,FSD,BUXAR NEAR RAILWAY CROSSING
1 FCI,FSD,Buxar 802103 BUXAR PANDEYPATTI PANDEYPATTI NEAR RAILWAY CROSSING BIHAR BUXAR BUXAR
PANDEYPATTI BUXAR
2 FSD DARBHANGA 846004 DARBHANGA SADAR WARD NO 13 KATHALBARI NEAR LNMU UNIVERSITY, BELA MORE FCI FSD DARBHANGA, KATHALBARI, DARBHANGA BIHAR DARBHANGA DARBHANGA
NEAR SUBDIVISIONAL OFFICE, PATNA GADDI CHOWK, AT+PO-JAYNAGAR, DISTT.-
3 FCI FSD JAYNAGAR 847226 JAYNAGAR NAGAR PANCHAYAT (NOTIFIED AREA) JAYNAGAR TOWN BIHAR MADHUBANI JAYNAGAR
JAYNAGAR MADHUBANI, PIN-847226
FSD, CHANPATIA, NEAR RAILWAY CROSSING,
4 FSD, CHANPATIA 845449 CHANPATIA CHANPATIA CHANPATIA NEAR RAILWAY CROSSING BIHAR WEST CHAMPARAN CHANPATIA
CHANPATIA
5 FSD Gaya 823001 Chandauti Block Gaya Municipal Cororation Karati Hill Gaya Near West Railway Crossing FSD Gaya, Katari Hill, Gaya-823001 BIHAR Gaya Katari Hill
FCI, FSD, SAHARSA PO + PS -SAHARSA DIST-SAHARSA
6 FSD Saharsa 852201 KAHARA SAHARSA SADAR SAHARSA SAHARSA STATION BIHAR SAHARSA SAHARSA
(BIHAR) PIN-852201
FCI FSD BELOURI NEAR NH-31 FLYOVER BELOURI
7 FSD BELOURI 854326 PURNEA EAST BELOURI BELOURI Near NH-31 Flyover BIHAR PURNEA PURNEA
PURNEA 854326
8 FSD, KATIHAR 854105 KATIHAR DAHERIYA DAHERIYA LABOUR FIELD DAHERIYA, MOFFERGANJ FCI FSD KATIHAR BIHAR KATIHAR KATIHAR

9 FSD, NARAYANPUR ANANT 842005 MUSAHARI SHERPUR SHERPUR SHERPUR,RAILWAY CROSSING Sherpur, Narayanpur Anant, Muzaffarpur, Bihar- BIHAR MUZAFFARPUR MUZAFFARPUR

10 FCI,FSD,BRAHMPURA 842001 MUSAHARI URBAN URBAN SANJAY TALKIES BRAHMPURA CHOUCK,MUZAFFARPUR BIHAR MUZAFFARPUR MUZAFFARPUR
11 FSD PHULWARISHARIF 801505 PHULWARISHARIF NAGAR PARISHAD PHULWARISHARIF PHULWARISHARIF FCI ROAD FCI FSD PHULWARISHARIF PATNA BIHAR PATNA PHULWARISHARIF
12 FSD MOKAMA 803302 MOKAMA N/A DESAI PADI NEAR BLOCK MOKAMA FCI,FSD,MOKAMA BIHAR PATNA MOKAMA
13 FSD, Jamshedpur 831007 Karandi Pasudih Laxmi Nagar Tata Robins Fresheers (TRF) Laxmi Nagar, Burma Mines, Jamshedpur Jharkhand East Singhbhum Jamshedpur
14 FSD, Ranchi 834001 Ranchi Siram Toli Siram Toli Ranchi Railway Station Siram Toli, Near Kali Mandir, Chutia, Ranchi Jharkhand Ranchi Ranchi
15 FSD, Gumla 835207 Gumla Phasia Ramnagar Electric Power House Ramnagar, Jaspur Road, Karoundi, Gumla Jharkhand Gumla Gumla

16 FSD, Daltonganj 822101 Sadar Medininagar Sudna East Sudna Gaytri Mandir Near Gaytri Mandir, Sudna Daltonganj,Palamu Jharkhand Palamu Medninagar

17 FSD, Dhanbad 826001 Sadar Dhanbad Dhanbad Barmasia Barmasia Railway Crossing Barmasia Railway Crossing, Dhanbad Jharkhand Dhanbad Dhanbad
18 FSD, Jasidih 814142 Jasidih Deoghar Jasidih Pagal Baba Ashram Road Pagal Baba Ashram Road, Jasidih, Deoghar Jharkhand Deoghar Deoghar
AT/PO- RANITAL
19 FSD Ranital 756111 Bhadrak Rambhila Ranital fci Road PS- BHADRAK RURAL, DISTRICT- BHADRAK, ODISHA ODISHA BHADRAK BHADRAK
756111, INDIA
AT- RUPSA, PO- BAISINGA
20 FSD Rupsa 756028 Betnoti Ambagadia Rupsa Laxminarayan Temole, Bamda PS- BAISINGA, DISTRICT- MAYURBHANJ, ODISHA ODISHA MAYURBHANJ Betnoti
756028, INDIA
AT/PO-KEONJHAR
Pabitradiha, PS- KEONJHAR TOWN, DISTRICT-KEONJHAR, ODISHA
21 FSD Keonjhar 758001 Keonjhar Municipality- Keonjhar Station Road ODISHA KEONJHAR KEONJHAR
Kamargada 758001
INDIA
AT- RANGAMATHIA, PO- LAXMIPOSI
22 FSD Baripada 757107 RANGAMATIA RANGAMATIA NEAR R.T.O PS- BARIPADA, DISTRICT- MAYURBHANJ, ODISHA ODISHA MAYURBHANJ MAYURBHANJ
757107, INDIA
AT/PO- NAYABAZAR
23 FSD Jaleswar 756032 Jaleswar Municipality- Jaleswar Bharastak Near Tahasil Office PS- JALESWAR, DISTRICT-BALASORE, ODISHA 756032, ODISHA BALASORE Jaleswar
INDIA
AT/PO- BARBIL
24 FSD Barbil 758035 Barbil Municipality- Barbil Barbil Main Road PS-BARBIL, DISTRICT- KEONJHAR, ODISHA 758035 ODISHA KEONJHAR
INDIA
AT- DHANGUDIMUTA, PO-KUSUMI
25 FSD Badampahar 757047 KUSUMI DHANGDIMUTA DHANGDIMUTA PS- BADAMPAHAR, DISTRICT- MAYURBHANJ, ODISHA ODISHA MAYURBHANJ
757047, INDIA
near Railway Station
26 FSD Jagannathpur 760007 CHATRAPUR NARENDREPUR NARENDREPUR NARENDREPUR, GANJAM ODISHA GANJAM Narendrapur
jagannathpur
27 FSD Paralakhemundi 761208 KASHINAGAR K.SITAPUR MINIGAON SIX MILE PO-SITAPUR,MINIGAON ODISHA GAJAPATI KASHINAGAR
INFRONT OF IRRIGATION NEAR FCI CHOWK, IN FRONT OF IRRIGATION
28 FSD Phulbani 762001 PHULBANI PHULBANI NAC PHULBANI ODISHA KANDHAMAL PHULBANI
DEPARTMENT PHULBANI DEPARTMENT PHULBANI
29 FSD, Khurda Road 752050 Jatni Jatni Kudiary near railway siding kudiary bazar, jatni ODISHA Khurda Jatni
30 FSD, BBSR 751007 BMC Satyanagar Satyanagar Near Bigbazar, bbsr Satyanagar ODISHA Khurda Bhubaneswar
FOOD CORPORATION OF INDIA,FOOD STORAGE
31 FSD ANGUL 759123 BANARPAL TURANG TURANG CALTEX CHAKK ODISHA ANGUL BANARPAL
DEPOT ANGUL, TURANGA ,PIN-759123
At- Food Storage Depot, Food Corporation of India,
32 FSD DHENKANAL 759013 Dhenkanal Korian Korian Near Korian Bypass Besides Utkal Asbestos, Po- Korian, Dist- Dhenkanal, ODISHA DHENKANAL Dhenkanal
Pin- 759013.
33 FSD ATTABIRA 768021 ATTABIRA (NAC) ATTABIRA (NAC) Laderpali Near Attabira college, Attabira FSD Attabira,Po-Attabira,Dist-Bargarh,Odisha-768021 ODISHA Bargarh Attabira
FSD Hirakud,PO-Hirakud,Dist-Sambalpur,Odisha-
34 FSD HIRAKUD 768016 HIRAKUD (NAC) HIRAKUD (NAC) HIRAKUD Near Hirakud College ODISHA Sambalpur Hirakud
768016
Near Ghanshyam Hemlata Vidya
35 FSD BALIJHORI 768201 JHARSUGUDA JHARSUGUDA BALIJHORI FSD Balijhori,Dist.Jharsuguda,Odisha-768201 ODISHA Jharsuguda Jharsuguda
Mandir,Jharsuguda
Near Ghanshyam Hemlata Vidya
36 FSD Jharsuguda 768201 JHARSUGUDA JHARSUGUDA BALIJHORI FSD Balijhori,Dist.Jharsuguda,Odisha-768201 ODISHA Jharsuguda Jharsuguda
Mandir,Jharsuguda
FSD rourkela,Near STI Chowk,Panposh Road,Odisha-
37 FSD ROURKELA 769004 Lathikata Lathikata NA Near rourkela jail ODISHA Sundergarh Raghunathpali
769004
38 FSD Kesinga 766012 Kesinga Kesinga NAC Boringpodar Beside Main Road Boringpodar ODISHA Kalahandi Kesinga
39 FSD Dunguripali 767023 Dunguripali Dunguripali Dungripali Beside Main Road Dungripali ODISHA Sonepur Dunguripali
NH-26, Village- Umeri, Tehsil-Jeypore, City/ Vill-
40 FSD, Umeri 764002 Jeypore Umeri Jeypore Umeri Village ODISHA Koraput Jeypore
Jeypore, Dist.- Koraput, Pin-764002
NH=26, Keshinga Road, Tota Sahi, Tehsil-
41 FSD, Nabarangpur 764059 Nabarangpur NA Nabarangpur Nabarangpur Nabarangpur, City/ Vill- Nabarangpur, Dist.- ODISHA Nabarangpur Nabarangpur
Nabarangpur, Pin-764059
JK road, Tumbiguda, Tehsil-Rayagada, City/ Vill-
42 FSD, Rayagada 765001 Rayagada NA Rayagada Rayagada ODISHA Rayagada Rayagada
Rayagada, Dist.-Rayagada, Pin-765001
Near Ashoknagar State General Ashoknagar (Township), Ward No.6, Holding No.-
43 FSD Ashoknagar 743222 Habra-II - - West Bengal North 24-Parganas Barasat Sadar
Hospital 6/540/1
Pujali Municipality, Ward No.1, Holding No. 20, City-
44 FSD OJM 700138 Budge Budge-II - - Near Oriental More West Bengal South 24-Parganas Alipore Sadar
Budge Budge
45 FSD Adra 723121 Raghunathpur-I Manpura (P) Adra Near Rabindra Uddan Village- Manpura (P), P.O.-Raghunathpur, P.No. 7064 West Bengal Purulia Raghunathpur

46 FSD Bikna 722155 Bankura-II Bikna Bikna Near Heavy More Vill. Bikna, P.O.-Kesia Kole, JL No. 235, P.No. 721 West Bengal Bankura Bankura Sadar
Mouza-Amaipur, Plot No. 2729 & 2731, Vill. Abdarpur,
47 FSD Abdarpur 731103 Suri-I Karidhya Karidhya Adjacent to NH-64 West Bengal Birbhum Suri Sadar
Dist. Birbhum
27, Hide Road Extension, Brace Bridge, Kolkata
48 FSD JJP 700088 - - - Near Brace Bridge Railway Station West Bengal Kolkata Kolkata
Municipal Corporation, Holding No. 20, City-Kolkata
Panchayat Samity-2, Chakchaka, Plot No. 1892(Part) &
49 FSD Baburhat 736156 Coochbehar-I Baburhat (Guriahati-I) Ramkrishna Palli Baburhat Near Kendriya Vidyalaya West Bengal Coochbehar Coochbehar Sadar
1893
50 FSD Durgapur 713211 Faridpur Durgapur - - Near FCI Quarter Complex Sagarbhanga, Durgapur Municipality West Bengal Burdwan (West) Durgapur
51 FSD Sitarampur 713359 Jamuria - - Near Neamatpore Road Neamatpur, Kulti Municipality West Bengal Burdwan (West) Asansol Sadar
Chinsurah Municipality, Ward No. 17, RS. 252(P), 453-
52 FSD Chinsurah 712101 Chinsurah-Mogra - - Near Techno India School West Bengal Hooghly Chinsurah Sadar
56(P)
53 FSD Dankuni 712331 Chanditala-II - - Near Dankuni Railway Station Dankuni Municipality, Ward No. 13, Mouza-Mrigala West Bengal Hooghly Srrempore
Serampore Municipality, Ward No. 15, R.S.1284(P) &
54 FSD Serampore 712201 Sreerampur-Uttarpara - - Near Serampore Railway Station West Bengal Hooghly Srrempore
2302
Old Malda Municipality, Holding No. 117/19, Khatian
55 FSD Mangalbari 732142 Old Malda - - In front of Indian Oil Petrol Pump West Bengal Malda Malda Sadar
No. 179, JL No. 106
Midnapore Municiaplity, Mouza-Tantigeria, JL No. 151,
56 FSD Midnapore 721102 Midnapore Sadar - - Near Vidyasagar University West Bengal Midnapore (West) Midnapore Sadar
Plot No. 447
Near Berhampore Court Railway Kalikapur Road, Berhampore Municipality, Plot No.
57 FSD Berhampore 742101 Berhampore - - West Bengal Murshidabad Berhampore Sadar
Station 960, 915 & 984
58 FSD Bhatjungla 741101 Krishnanagar-I Bhatjungla Bhatjungla Beside Bhatjungla Panchayat Board Vill. Bhatjungla, Plot No. 220 West Bengal Nadia Krishnanaar Sadar
Kalyani Municipality, Ward No. 14, Holding No. A-1,2,3
59 FSD Kalyani 741235 Kalyani - - Beside Kalyani Railway Station West Bengal Nadia Kalyani
& 5, City-Kalyani
60 FSD Balarampur 723143 Balarampur Balarampur Rangadhi Beside Barabhum Railway Station Rangadih Panchayat, RS No. 1380 West Bengal Purulia Purulia Sadar

61 FSD Charrah 723163 Purulia-II Charrah Bongabari Near Charrah Railway Crossing Bihahura, CS No. 105-111 West Bengal Purulia Purulia Sadar
Near Govt. Mining Sr. Secondary
62 FSD Rangpo 737132 Duga Rangpo Nagar Panchayat Mining Rangpo Municipality, City-Rangpo, Plot. Part of 2250 Sikkim East Sikkim Gangtok
School
Dabgram, Siliguri Municipality, Ward No. 35, P.O.-
63 CSD Dabgram 734004 Rajganj - - Beside IOC NJP Terminal West Bengal Jalpaiguri Jalpaiguri Sadar
Siliguri Town.
64 FSD Buniadpur 733121 Gangarampur - Saraihat Saraihat Saraihat, PO-Buniadpur. West Bengal Dinajpur (South) Gangarampur

65 FSD Raiganj 733134 Raiganj - Raiganj FCI More FCI More, NH-12, Ashok Pally, East Netaji Pally, Raiganj. West Bengal Dinajpur (North) Raiganj Sadar

Sub Divisional Magistrate (Rajouri


66 FSD NARAINA 110064 Garden) Plot No. 3, Shivaji Place, Near NEAR MAYAPURI METRO STATION F.C.I., Food Storage Depot Mayapuri, Delhi-110064 DELHI WEST DELHI
West Gate Mall, Raja Garden, New Delhi
Sub Divisional Magistrate (Karol Bagh)
67 FSD CTO 110060 Flatted Factory Complex Building, NEAR INDERPURI GATE PUSA F.C.I., Food Storage Depot CTO, Delhi-110060 DELHI CENTRAL
Jhandewalan, New Delhi
Sub Divisional Magistrate (Kalkaji) Plot-
F.C.I., Food Storage Depot Okhla-PAHSE -1, Delhi-
68 FSD OKHLA 110020 No 37,Institutional Area,Tuglkabad,Near NEAR TEKHNAD GATE DELHI SOUTH EAST DELHI
110020
Batra Hospital
Sub Divisional Magistrate (Narela) M P C
69 FSD NARELA 110040 RAIL FATAK NARELA F.C.I., Food Storage Depot Narela, Delhi-110040 DELHI NORTH
C Building,Naya Bans,New Delhi
Sub Divisional Magistrate (Najafgarh) Sub
70 FSD GHEVRA 110081 Divisional Magistrate Complex,Tura RAIL FATAK GHEVRA F.C.I., Food Storage Depot Ghevra, Delhi-110081 DELHI NORTH WEST DELHI
Mandi,Najafgarh
Sub Divisional Magistrate (Model town)
71 FSD SHAKTINAGAR 110007 NANGIA PARK F.C.I., Food Storage Depot Shaktinagar, Delhi-110007 DELHI NORTH DELHI
Near NDPL Office, Azadpur Flyover, Delhi

72 FCI FSD KULLU 175138 KULLU BASHING BASHING HRTC WORKSHOP BASHING HIMACHAL PRADESH KULLU KULLU
73 FCI FSD HAMIRPUR 177020 HAMIRPUR KUTHERA KUTHERA NEAR HANUMAN TEMPLE FCI FSD, KUTHERA, HAMIRPUR HIMACHAL PRADESH HAMIRPUR HAMIRPUR
VILL. KARGA P.O TANDI TEH. KEYLONG DISTT. LAHOUL
74 FCI KARGA 175132 KARGA (TANDI) TANDI TANDI KARGA (TANDI) HIMACHAL PRADESH lahoul & Spiti Keylong
& SPITI HP.
FCI FSD
Near old
75 FCI FSDChamba 176314 Chamba Sultanpur Sultanpur Chamba, HIMACHAL PRADESH Chamba Chamba
Balu Bridge
Sultanpur, Near old Balu Bridge
FCI FSD
76 FCI FSDTANDA KHOLI 176056 KANGRA KHOLI KHOLI Near Kangra bypass (Kachiari) TANDA KHOLI HIMACHAL PRADESH kangra Kangra
Kangra 176056
77 FCI FSD GKT 176201 NURPUR BHALETA BHALETA GUJJAR KA TALAB FCI FSD GKT VPO BHALETA NEAR GUJJAR KA TALAB HIMACHAL PRADESH KANGRA BHALETA

78 FCI FSD UNA 174303 Una Jalgran Tabba Jalgran Vishkarma mandir Near Vishhkarma Mandir, FCI FSD Jalgran (Una) H.P HIMACHAL PRADESH Una Jalgran
NEAR DABUA SABJIMANDI NIT
79 FCI FSD FARIDABAD 121001 FARIDABAD MCF FARIDABAD FARIDABAD NH-2, NIT FARIDABAD HARYANA FARIDABAD FARIDABAD
FARIDABAD
80 FCI FSD PALWAL 121102 PALWAL MCF PALWAL PALWAL NEAR ITI FCI FSD PALWAL NEAR ITI ON MOHNA ROAD HARYANA PALWAL PALWAL

81 FCI FSD HISAR 125001 HISAR HISAR HISAR NEAR NEW GRAIN MARKET HISAR SIRSA ROAD,NEAR NEW GRAIN MARKET HISAR HARYANA HISAR HISAR

82 FCI BUFFER GODOWN SIRSA 125055 SIRSA SIRSA KHAIRPUR NEAR HUDDA CHOWK NEAR HUDDA CHOWK KANGANPUR ROAD SIRSA HARYANA SIRSA SIRSA
DEV GARH PUNIYA ROAD NEAR RAILWAY STATION
83 FCI FSD BARWALA 125121 BARWALA MUNICIPAL COMMITTEE BARWALA NEAR RAILWAY STATION HARYANA HISAR BARWALA
BARWALA DIS- HISAR , 125121
Near Police Station,TEHSHIL. BAWANIKHERA KHERA
84 FCI FSD Bawani Khera 127032 BAWANI KHERA MUNCIPAL COMMITTEE BAWANI KHERA NEAR CIVIL COURT HARYANA BHIWANI BAWANI KHERA
DISTT. BHIWANI
LOHARU ROAD,NEAR NEW GRAIN
85 FCI FSD BHIWANI 127021 BHIWANI BHIWANI BHIWANI NEW GRAIN MARKET BHIWANI HARYANA BHIWANI BHIWANI
MARKETN.A.BHIWANI
FOOD CORPORATION OF INDIA,NEAR BHUPENDRA
86 FCI FSD SIRSA 125055 CN.A. BLOCK SIRSA SIRSA BHUPENDRA GAS AGENCY HARYANA SIRSA SIRSA
GAS AGENCY CN.A. BLOCK,SIRSA
87 FCI FSD ELLENABAD 125102 ELLENABAD ELLENABAD ELLENABAD NEAR RLY STATION NEAR RLY STATION HANUMANGARH ROAD HARYANA SIRSA ELLENABAD
88 FCI FSD Kalanwali 125201 KALANWALI KALANWALI KALANWALI NEAR CIVIL HOSPITAL NEAR CIVIL HOSPITAL, Kalanwali HARYANA SIRSA KALANWALI
Near M.M. College, Ratia Road,
89 FCI FSD Fatehabad 125050 Fatehabad Fatehabad Fatehabad FCI Food Storage Depot, Ratia Road, Fatehabad HARYANA Fatehabad Fatehabad
Fatehabad
90 FCI FSD Tohana 125120 TOHANA TOHANA TOHANA CHANDIGARH ROAD TOHANA NEAR INDUSTRIAL AREA CHANDIGARH ROAD TOHANA HARYANA FATEHABAD TOHANA
NEAR NEW GRAIN MARKET, MANDI DABWALI ,SIRSA,
91 FCI FSD DABWALI 125104 Mandi Dabwali MUNICIPAL COMMITTEE Mandi Dabwali NEAR NEW GRAIN MARKET HARYANA HISSAR MANDI DABWALI
HARYANA N.A.125104
92 FCI FSD Bhattu 125053 Bhattu Bhattu Bhattu Near Telephone Exchange Near BSNL Telephone Exchange, Fethabad Road Bhattu HARYANA Fethabad Bhattu

93 FSD KARNAL 132001 KARNAL KARNAL KARNAL Near Railway Station FCI FSD KARNAL, Kachwa road karnal HARYANA KARNAL KARNAL
94 MRM KARNAL 132001 KARNAL KARNAL KARNAL Near Railway Station FCI FSD KARNAL, Kachwa road karnal HARYANA KARNAL KARNAL
95 FSD TARAORI 132116 NILOKHERI NILOKHERI NILOKHERI NR RAILWAY STATION FCI FSD TARAORI, Near railway Station HARYANA KARNAL NILOKHERI
Near Hathi khana
96 FSD AMBALA CANTT 133001 AMBALA AMBALA Nanehra ,Ambala can FCI ,FSD Ambala cantt, Hathi Khana Mandir HARYANA Ambala Ambala cantt
,mandir
97 BG PANIPAT 132103 PANIPAT PANIPAT PANIPAT NEAR SUGAR MILL PANIPAT FCI GODOWN BG PANIPAT GOHANA ROAD PANIPAT HARYANA PANIPAT PANIPAT

98 BG Kurukshetra 136118 Thanesar Kurukshetra kurukshetra Behind Railway Station, Kurukshetra Behind Railway Station, Kurukshetra HARYANA Kurukshetra Kurukshetra
Near Ishwar Singh Kanya
99 BG Dhand 136020 Dhand Dhand Dhand In Front Of Ishwar Singh Kanya Mahavidyalay, Dhand HARYANA Kaithal Dhand
Mahavidyalay, Dhand
100 FSD Kaithal-I 136027 Kaithal kaithal Kiathal Jind Road Near ITI FCI, FSD-I Kaithal, Near Bus Stand, Jind road HARYANA Kaithal Kaithal
101 FSD Kaithal-II 136027 Kaithal kaithal Kaithal Jind Road Near ITI FCI, FSD-II Kaithal, Near Bus Stand, Jind road HARYANA Kaithal Kaithal
102 FSD Pehowa 136020 Pehowa Pehowa Pehowa Near Grain Market Near Grain Market, Pehowa HARYANA Kurukshetra Pehowa
103 FSD Cheeka 136034 Guhla Guhla Cheeka apposite bhawani Mandir FCI, FSD Pehowa Road, Cheeka HARYANA Kaithal Kaithal

104 FSD Kurukshetra 136118 Thanesar Thanesar Kurukshetra INFRONT OF SRI ANNANT VATIKA INFRONT OF SRI ANNANT VATIKA HARYANA Kurukshetra Kurukshetra

105 FSD ROHTAK 124001 ROHTAK ROHTAK ROHTAK Food Storage Depot, Rohtak Kacha Beri Road, Near New Anaz Mandi, Rohtak HARYANA ROHTAK ROHTAK

106 FSD SONIPAT 131001 SONIPAT SONIPAT SONIPAT KALU PUR CHUNGI FCI FSD SONIPAT Kalupur Chungi HARYANA SONIPAT SONIPAT
107 BG NARWANA 126116 NARWANA NARWANA NARWANA BUFFER GODOWN NARWANA NEAR NEW KAPAS MANDI NARWANA HARYANA JIND NARWANA
108 FSD NARWANA 126116 NARWANA NARWANA NARWANA FSD NARWANA OPPOSITE RAILWAY STATION NARWANA HARYANA JIND NARWANA
109 FSD Gohana 131301 GOHANA GOHANA GOHANA NEAR BARODA FATAK BARODA ROAD HARYANA SONIPAT GOAHANA

110 FSD SAFIDON 126112 SAFIDON SAFIDON SAFIDON NEAR RAILWAY STATION , SAFIDON NEAR RAILWAY STATION , SAFIDON HARYANA JIND SAFIDON

111 MG SAFIDON 126112 SAFIDON SAFIDON SAFIDON NEAR RAILWAY STATION , SAFIDON NEAR RAILWAY STATION , SAFIDON HARYANA JIND SAFIDON
FCI FSD BARAMULLA,KRALHAR BARAMULLA NEAR
112 FSD Baramulla 193101 Baramulla KRALHAR KRALHAR BARAMULLA RAILWAY ST. J&K BARAMULLA BARAMULLA
BARAMULLA RAILWAY STATION-193101
113 FSD Budgam 191111 Budgam Budgam Budgam Near Ghousia Automobiles Sheikhpora, Budgam J&K Budgam Budgam
114 FSD Srinagar 190001 Srinagar Srinagar Srinagar Neelam Cinema Guru Bazar, Karan Nagar, J&K Srinagar Srinagar
BUMTHAN MIRBAZAR ANANTNAG JAMMU AND
115 FCI,FSD MIRBAZAR 192101 VESSU MIRBAZAR BUMTHAN NEAR JK BANK MIRBAZAR J&K ANANTNAG
KASHMIR
116 FSD Kupwara 193222 Drugmulla Drugmulla(B) Drugmulla Petrol pump Drugmulla Kupwara J&K Kupwara Drugmulla
117 FSD Kargil I 194103 Kargil Kargil kargil Kargil- Leh Highway FCI, FSD Kargil I, Kurbathang, Kargil Ladakh Kargil Kargil
118 FSD Kargil II 194301 TSG saliskot Saliskot Kargil Zanskar road FCI, FSD Kargil II, khumbathang, TSG, Kargil Ladakh Kargil Sankoo
119 FSD Phyang 194101 Leh Phyang Phyang National Highway Phyang FCI, FSD Phyang, Leh ladakh,194101 Ladakh Leh Leh
120 FSD Leh 194101 Leh Leh Leh Airport Road Skalzangling FCI, FSD Leh-Ladakh airport road Skalzangling Ladakh Leh Leh
FCI FSD NEW GODOWN, NEAR RAIL Head, Jammu,
121 FSD New Godown 180012 Satwari NEAR RAILWAY STATION J&K Jammu
JAMMU TAWI
122 FSD Chatha 181101 Marh VILLAGE PANCHAYAT CHATHA NEAR POLICE POST FCI FSD CHATHA, NEAR POLICE POST CHATHA MILL J&K Jammu

123 FSD Kathua 184102 Kathua FCI FSD GOVINDSAR, RAILWAY STATION ROAD KATHUA J&K Jammu

124 FSD Khillani 182201 Khellani Khellani Khellani NEAR POLICE POST KHELLANI FCI FSD KHELLANI J&K Doda

125 FSD Rajouri 185131 Rajouri MUNICIPAL COUNCIL NEAR STADIUM FCI FSD RAJOURI NEAR STADIUM KHEWERA, RAJOURI J&K Rajouri RAJOURI
FCI FSD POONCH, DUNGAS, OPP. PWD DAK
126 FSD Poonch 185101 Poonch J&K Poonch POONCH
BUNGLOW, POONCH
FCI FSD KISHTWAR, LACHKHAZANA, KULEED,
127 FSD Kishtwar 182204 Kishtwar Lachkhazana Lachkhazana NEAR NEW DC OFFICE KISHTWAR J&K Kishtwar
KISHTWAR
128 Bhagtanwala 143001 Varka N/A N/A Bhagtanwala Chowck Bhagtanwala Chowck PUNJAB Amritsar Varka
129 Bharariwal 143006 Verka N/A N/A Chabhal Road Amritsar Chabhal Road Amritsar PUNJAB Amritsar Verka
130 Chabhal 143301 Tarn Taran Chabhal Chabhal Chabhal Near HP Petrol Pump Chabhal Near HP Petrol Pump PUNJAB Tarn Taran Tarn Taran
131 Majitha 143601 Majitha Majitha Majitha Majitha near mandi Majitha near mandi PUNJAB Amritsar Majitha
132 Bhikhwind 143303 Bhikhwind Bhikhwind Bhikhwind Bhikhwind Near Anaj Mandi Bhikhwind Near Anaj Mandi PUNJAB Tarn Taran Bhikhwind
133 Vallah 143001 Verka N/A N/A Near Sabji Mandi Vallah Near Sabji Mandi Vallah PUNJAB Amritsar Verka
134 N.Pannuwan 143409 N.Pannuwan N.Pannuwan N.Pannuwan N. Pannuwan Near Anaj Mandi N. Pannuwan Near Anaj Mandi PUNJAB Tarn Taran N.Pannuwan
Mehta Near BSNL Office & Anaj
135 Mehta 143114 Rayya Mehta Mehta Mehta Near BSNL Office & Anaj Mandi PUNJAB Amritsar Rayya
Mandi
Jalandhar GT Road Near Anaj Mandi Jalandhar GT Road Near Anaj Mandi Rayya O/P
136 Rayya 143112 Rayya Rayya Rayya PUNJAB Amritsar Rayya
Rayya O/P Women College Women College
Janduiala Guru near Arm campus &
137 Jandiala 143115 Jandiala Guru Jandiala Jandiala Janduiala Guru near Arm campus & Anaj Mandi PUNJAB Amritsar Jandiala Guru
Anaj Mandi
138 Tarn Taran 143401 Tarn Taran N/A N/A Near Railway Station Tarn Taran Near Railway Station Tarn Taran PUNJAB Tarn Taran Tarn Taran

139 FSD-Mansa 151505 Mansa Mansa Mansa Near Over Bridge FCI, FSD-Mansa, Near Over Bridge, Mansa 151505 PUNJAB Mansa Mansa
Near SBI Bank Sirsa Mansa Road
140 FSD-Sardulgarh 151507 Sardulgarh Sardulgarh Sardulgarh FCI FSD, Near SBI Bank Sirsa Mansa Road Sardulgarh PUNJAB Mansa Sardulgarh
Sardulgarh
PINGALWARA ROAD NEAR RAILWY STATION
141 FSD BUDHLADA 151502 BUDHLADA N/A BUDHLADA Near Railway Station PUNJAB MANSA BUDHLADA
BUDHLADA
FCI,FSD,Bhuchhu Baliawali Road Near Kali Mata
142 FSD Bhuchhu 151101 Nathana Bhuchhu Bhuchhu Near Kali Mata Mandir PUNJAB Bathinda Nathana
Mandir Bhuchhu 151101
Near Kalgidhar Gurudwara, Main Road National
143 FSD RAMPURA PHUL 151103 RAMPURA PHUL RAMPURA RAMPURA Near Kalgidhar Gurudwara PUNJAB BATHINDA RAMPURA
Highway-7
FCI,FOOD STORAGE DEPOT NEAR SDM OFFICE
144 FSD TALWANDI SABO 151302 TALWANDI SABO TALWANDI SABO TALWANDI SABO NEAR SDM OFFICE PUNJAB BATHINDA TALWANDI SABO
TALWANDI SABO -151302
FCI,FSD,Bathinda near haji ratan chock grain market
145 FSD BATHINDA 151001 BATHINDA BATHINDA BATHINDA Near haji ratan chock PUNJAB Bathinda BATHINDA
bathinda
FSD Amloh, Nabha road, Anaaj mandi, Pin code-
146 FSD Amloh 147203 Amloh Municipal Committee, Amloh Amloh Anaaj mandi PUNJAB Fatehgarh Sahib Amloh
147203
FSD Ch. Sahib, near annaj mandi. Ch. Sahib. Pin code-
147 FSD Ch. Sahib 140112 Ch. Sahib Municipal Committee, Ch. Sahib Ch. Sahib annaj mandi PUNJAB Ropar Ch. Sahib
140112
FSD Chinarthal , Bhadson road. Chinaarthal, Pin code-
148 FSD Chinarthal 147701 Sirhind Panchayat Chinarthal Chinarthal Bhadson road PUNJAB Fatehgarh Sahib Sirhind
147701
Chd road, near anaaj mandi, Khamanon, Pin code-
149 FSD Khamano 141801 Khamano Municipal Committee, Khamano Khamano anaaj mandi PUNJAB Fatehgarh Sahib Khamano
141801
FSD Kharar, near anaaj mandi, kharar, Pin code-
150 FSD Kharar 140301 Kharar Municipal Committee, Kharar Kharar anaaj mandi PUNJAB Mohali Kharar
140301
FSD Kurali,badali road, near railway crossing , kurali
151 FSD Kurali 140103 Majri Municipal Committee, Kurali Kurali ,badali road, near railway crossing PUNJAB Mohali Kurali
Pin code-140103
FSD Morinda,near railway road morinda, Pin code-
152 FSD Morinda 140101 Morinda Municipal Committee, Morinda Morinda near railway road morinda PUNJAB Ropar Morinda
140101
FSD Sanghol, Chd road, near anaaj mandi.sanghol, Pin
153 FSD Sanghol 140802 Khamano Pachayat, Khamano Sanghol anaaj mandi PUNJAB Fatehgarh Sahib Khamano
code-140802
FSD Sirhind, near BSNL office and pungrain office
154 FSD Sirhind 140802 Sirhind Municipal Committee, Sirhind Sirhind BSNL office and pungrain office PUNJAB Fatehgarh Sahib Sirhind
sirhind. Pin code-140802
155 FSD Faridkot 151203 Faridkot Faridkot Faridkot Near Railway Station FCI FSD Faridkot Near Railway Station, Faridkot PUNJAB Faridkot Faridkot

156 FSD Kotkapura 151204 Kotkapura Kotkapura Kotkapura Near Purana Sabji Mandi FSD Kotkapura, Near Purana Sabji Mandi, Kotkapura PUNJAB Faridkot Kotkapura
BG Kotkapura, Near Blue Hill Hotel, Faridkot Road,
157 BG Kotkapura 151204 Kotkapura Kotkapura Kotkapura Near Blue Hill Hotel PUNJAB Faridkot Kotkapura
Kotkapura
158 FSD Bariwala 152025 Muktsar Bariwala Bariwala Near Railway Station FSD Bariwala, Near Railway Station, Bariwala PUNJAB Muktsar Muktsar

159 FSD Malout 152107 Malout Malout Malout Sacha Sauda Road FSD Malout, Sacha Sauda Road, Malout PUNJAB Muktsar Malout
160 BG Malout 152107 Malout Malout Malout Near Ajeet Nagar BG Malout, Near Ajeet Nagar, Malout PUNJAB Muktsar Malout
FSD Doda Muktsar- Bathinda Road, Near Bus stand,
161 FSD Doda 152031 Gidderbaha Kothe Surga Puri Doda Muktsar- Bathinda Road PUNJAB Muktsar Gidderbaha
Doda
162 FSD lakhewali 152026 Muktsar Lakhewali Lakhewali Near Railway Station FSD Lakhewali, Near Railway Station, Lakhewali PUNJAB Muktsar Muktsar

163 FSD ABOHAR 152116 ABOHAR ABOHAR ABOHAR Near samsan ghat INDRA NAGARI PUNJAB FAZILKA ABOHAR

164 FSD FAZILKA 152123 FAZILKA FAZILKA FAZILKA RAILWAY STATION, FAZILKA FCI FSD FAZILKA,OPPOSITE RAILWAY STATION, FAZILKA PUNJAB FAZILKA FAZILKA
OPPOSITE RAILWAY STAATION
165 FSD FEROZEPUR 152002 FEROZEPUR FEROZEPUR FEROZEPUR FCI FSD BORDER ROAD FEROZEPUR CITY PUNJAB FEROZEPUR FEROZEPUR
FEROZEPUR CITY
Food corporation of India, Food Storage Depot,
166 FSD Guruharsahai 152022 GURUHARSAHAI GURUHARSAHAI GURUHARSAHAI ,near Over bridge PUNJAB FEROZEPUR GURUHARSAHAI
Guruharsahi,near Over bridge
167 FSD JALALABAD 152024 JALALABAD JALALABAD JALALABAD Near Bahmniwala chowk Near Bahmniwala chowk PUNJAB FAZILKA JALALABAD

168 FSD LADHUKA 152123 FAZILKA FAZILKA FAZILKA RAILWAY STATION, LADHUKA FCI FSD LADHUKA,NEAR RAILWAY STATION, LADHUKA PUNJAB FAZILKA FAZILKA
Food corporation of India, Food Storage Depot,
169 FSD Makhu 142044 MAKHU MAKHU MAKHU Near Railway Station, Makhu PUNJAB FEROZEPUR MAKHU
Makhu, Near Railway Station, Makhu
FOOD CORPORATION OF INDIA FOOD STORAGE
170 FSD RORANWALI 152033 JALALABAD JALALABAD JALALABAD MANDI RORANWALI PUNJAB FAZILKA JALALABAD
DEPOT, MANDI RORANWALI
Food corporation of India, Food Storage Depot,
171 FSD Talwandibhai 142050 TALWANDIBHAI TALWANDIBHAI TALWANDIBHAI Near Police Station Talwandi Bhai, Near Police Station, Zira Road , PUNJAB FEROZEPUR TALWANDIBHAI
Talwandi Bhai
172 FSD ZIRA 142047 ZIRA ZIRA ZIRA GRAIN MARKET FCI FSD , BEHIND GRAIN MARKET PUNJAB FEROZEPUR ZIRA
173 FSD BATALA-I (Depot) 143505 Batala Batala City Batala City Near Batala Railway Station FSD, Batala-I, Aliwal Road, batala, 143505 PUNJAB Gurdaspur Gurdaspur
174 FSD BATALA-II (Depot) 143505 Batala Batala City Batala City Dera Baba Nanak Road FSD, Batala-II, D.B.N Road, Batala, 143505 PUNJAB Gurdaspur Gurdaspur

175 FSD Dhariwal (Depot) 143519 Dhariwal Dhariwal City Dhariwal City Mandi Township FSD, Dhariwal, Mission Hospital Road, Dhariwal 143519 PUNJAB Gurdaspur Gurdaspur
FSD, Gurdaspur, Opposite Railway Station, Gurdaspur,
176 FSD Gurdaspur (Depot) 143521 Gurdaspur Gurdaspur City Gurdaspur City Near Gurdaspur Railway Station PUNJAB Gurdaspur Gurdaspur
143521
FSD, Pathankot, Near Pathankot Cantt Railway Station,
177 FSD Pathankot (Depot) 145001 Pathankot Pathankot Cantt Pathankot Cantt Near Pathankot Cantt Railway Station PUNJAB Pathankot Pathankot
145001
FCI FSD Balachaur Near Grain Market,Balachaur-
178 FSD-Balachaur 144521 Balachaur N/A Vill.-Blachaur Near Grain Market,Balachaur PUNJAB Hoshiarpur Balachaur
144521
179 FSD-Dasuya 144205 Dasuya N/A Vill.- Dharmpura Near Grain Market, Dasuya FCI FSD Dasuya Near Grain Market, Dasuya - 144205 PUNJAB Hoshiarpur Dasuya
FCI FSD Garhshankar Near Grain Market, Garhshankar-
180 FSD-Garhshankar 144527 Garhshankar N/A Vill & Sub Div.- Garhshankar Near Grain Market, Garhshankar PUNJAB Hoshiarpur Garhshankar
144527
FCI FSD Hoshiarpur Rahimpur Chowk, New Sabzi
181 FSD-Hoshiarpur 146001 Hoshiarpur-1 N/A Vill. - Rahimpur Rahimpur Chowk, New Sabzi Mandi, PUNJAB Hoshiarpur Hoshiarpur
Mandi, Hoshiarpur -146001
FCI, FSD, Opposite SBN Hospital, G.T FCI, FSD-Mukerian , Opposite SBN Hospital, G.T Road,
182 FSD-Mukerian 144211 Mukerian N/A Ward no 13 New dana mandi PUNJAB Hoshiarpur Mukerian
Road, Mukerian- 144211
Jalandhar Road, Near Sonalika FCI FSD Nasrala Jalandhar Road, Near Sonalika
183 FSD-Nasrala 146022 Hoshiarpur-1 Nasrala Vill. - Nasrala PUNJAB Hoshiarpur Hoshiarpur
International, International, Nasrala-146022
184 FSD Tanda 144203 Tanda N/A Vill. -Tanda FCI, OLD FSD, Tanda FCI FSD-Tanda FCI, OLD FSD, Tanda-144203 PUNJAB Hoshiarpur Dasuya

185 BG Tanda 144203 Tanda N/A Vill. -Tanda Urmur FCI, BG Tanda, Jalandhar Road FCI, BG Tanda, Jalandhar Road, Tanda - 144203 PUNJAB Hoshiarpur Dasuya

186 Adampur 144102 ADAMPUR ADAMPUR ADAMPUR DUSSERA GROUND FCI FSD ADAMPUR DUSSERA GROUND ADAMPUR PUNJAB JALANDHAR ADAMPUR

187 Apra 144029 APRA APRA APRA APRA GRAIN MARKET Chhokran road Apra, Near Grain Market Apra PUNJAB JALANDHAR APRA
FCI FSD BHOGP0UR, WARD NO.8 ADAMPUR ROAD
188 Bhogpur 144201 BHOGPUR MUINCIPAL COUNCIL BHOGPUR BHOGPUR ADAMPUR ROAD BHOGPUR PUNJAB JALANDHAR JALANDHAR
BHOGPUR
FCI, FSD-NGM JALALANDHAR NEAR WORLD PUBLIC
189 Jalandhar-I 144008 JALANDHAR JALANDHAR CITY JALANDHAR CITY NEAR WORLD PUBLIC SCHOOL PUNJAB JALANDHAR JALANDHAR
SCHOOL NEAR WORKSHOP CHOWNK
190 Jalandhar-II 144001 JALANDHAR N.A. N.A. NEAR BSF CHOWK FCI, FSD, LADOWALI ROAD, PRIT NAGAR PUNJAB JALANDHAR JALANDHAR
FCI FSD LOHIAN KHAS NEAR LOHIAN KHAS RAILWAY
191 Lohiakhas 144629 Lohian Nagar Panchayat Lohian khas Lohian Near Lohian Khas Railway station PUNJAB JALANDHAR LOHIAN
STATION-144629
NEAR GOVT. S.SECONDARY SCHOOL , FCI, FSD NAOKDAR, NEAR GOVT. S.SECONDARY
192 Nakodar 144040 NAKODAR MUNICIPAL CORPORATION NAKODAR PUNJAB JALANDHAR NAKODAR
NAKODAR SCHOOL , NAKODAR
FCI, FSD-BANGA CHARAN KANWAL ROAD, NEAR
193 Banga 144505 BANGA BANGA BANGA CITY NEAR RAILWAY STATION PUNJAB SBS NAGAR BANGA
RAILWAY STATION DISTRICT SBS NAGAR
NEAR RAILWAY CROSSING KARYAM FCI, FSD-NAWANSHAHAR NEAR RAILWAY CROSSING,
194 Nawanshahar-I 144514 NAWANSHAHAR NAWANSHAHAR NAWANSHAHAR PUNJAB SBS NAGAR NAWANSHAHAR
ROAD KARYAM ROAD PUNJAB-144514
NEAR NAWANSHAHAR GRAIN FCI, FSD-NAWANSHAHAR NEAR NAWANSHAHAR
195 Nawanshahar-II 144514 NAWANSHAHAR NAWANSHAHAR NAWANSHAHAR PUNJAB SBS NAGAR NAWANSHAHAR
MANDI KARYAM ROAD GRAIN MANDI, KARYAM ROAD PUNJAB-144514
FCI NEW FSD, Opposite New Sabji Mandi Sultanpur
196 NEW FSD 144601 Kapurthala Kapurthala Kapurthala Near Sabji Mani PUNJAB Kapurthala Kapurthala
Road Kapurthala
FCI OLD FSD, Near Aujla Phatak, Industrial Area
197 OLD FSD 144601 KApurthala Kapurthala Kapurthala Near Aujla Phatak PUNJAB Kapurthala Kapurthala
Kapurthala
FCI FSD Sultanpur Lodhi, Near Railway Station,
198 FSD Sultanpur Lodhi 144626 Sultanpur Lodhi Sultanpur Sultanpur Lodhi Near Railway Station PUNJAB Kapurthala Kapurthala
Sultanpur Lodhi
199 FSD Bholath 144622 Nadala Bholath Bholath Near Grain Market FCI FSD Bholath, Near NEW Grain Market, Bholath PUNJAB Kapurthala Kapurthala
FCI FSD Phagwara, Near Railway Crossing, Khera Road,
200 FSD Phagwara 144401 Phagwara Phagwara Phagwara Near Railway Crossing PUNJAB Kapurthala Kapurthala
Phagwara
Opposite Chawapail Railway Station, Food Corporation of India, Food Storage Depot,
201 FSD Chawapail 141412 Payal Payal Payal PUNJAB Ludhiana Payal
Chawapail Opposite Chawapail Railway Station, Chawapail
Food Corporation of India, Food Storage Depot, Near
202 FSD Doraha 141421 Doraha NA NA Near Railway station, Doraha PUNJAB Ludhiana Doraha
Railway Station, Doraha
Food Corporation of India, Food Storage Depot, Raikot
203 FSD Hathur 142031 Jagraon Hathur Hathur Raikot Road, Hathur PUNJAB Ludhiana Jagraon
Road, Hathur
Near Railway Crossing, Sherpura Food Corporation of India, Food Storage Depot, Near
204 FSD Jagraon and silo 142026 Jagraon NA NA PUNJAB Ludhiana Jagraon
Road, Jagraon Railway Crossing, Sherpura Road, Jagraon
Food Corporation of India, Food Storage Depot, Near
205 RSD Khanna 141401 Khanna NA NA Near Railway Station, RSD Khanna PUNJAB Ludhiana Khanna
Railway Station, RSD Khanna
Food Corporation of India, Food Storage Depot,
206 FSD Khanna 141401 Khanna NA NA GT Road Khanna PUNJAB Ludhiana Khanna
Opposite Dana Mandi, G T Road, FSD Khanna
Food Corporation of India, Food Storage Depot,
207 FSD Kilaraipur 141201 Dehlon Kilaraipur Kilaraipur Opposite Grewal Stadium PUNJAB Ludhiana Dehlon
Opposite Grewal Stadium, Kilaraipur
Opposite Urban Estate Phase -II, Food Corporation of India, Food Storage Depot,
208 FSD Jamalpur 141010 Ludhiana NA NA PUNJAB Ludhiana Ludhiana
Jamalpur Opposite Urban Estate Phase -II, Jamalpur

New Grain Market, Gill Road, Food Corporation of India, Food Storage Depot, New
209 FSD Gill Road 141003 Ludhiana NA NA PUNJAB Ludhiana Ludhiana
Ludhiana Grain Market, Gill Road, Ludhiana
Food Corporation of India, Food Storage Depot, Near
210 FSD Machhiwara 141115 Samrala NA NA Near Dana Mandi, Machhiwara PUNJAB Ludhiana Samrala
Dana Mandi, Machhiwara
Food Corporation of India, Food Storage Depot, Anaj
211 FSD Maloud 141119 Maloud NA NA Anaj Mandi, Maloud PUNJAB Ludhiana Maloud
Mandi, Maloud
Near Grain Market, Tajpur Road, Food Corporation of India, Food Storage Depot, Near
212 FSD Raikot 141109 Raikot NA NA PUNJAB Ludhiana Raikot
Raikot Grain Market, Tajpur Road, Raikot
Food Corporation of India, Food Storage Depot,
213 FSD Sahnewal 141120 Ludhiana-II NA NA Sahnewal Kohara Road, Sahnewal PUNJAB Ludhiana Ludhiana-II
Sahnewal Kohara Road, Sahnewal
Near Dana Mandi, Ferozepur Road, Food Corporation of India, Food Storage Depot, Near
214 FSD Dakha 141102 Ludhiana (West) NA NA PUNJAB Ludhiana Ludhiana (West)
Mullanpur Dakha Dana Mandi, Ferozepur Road, Mullanpur Dakha

Near Railway Station, Raikot Road, Food Corporation of India, Food Storage Depot, Near
215 FSD Jangpur 141101 Ludhiana (West) NA NA PUNJAB Ludhiana Ludhiana (West)
Jangpur, Mullanpur Railway Station, Raikot Road, Jangpur, Mullanpur

216 FSD-Moga 142001 FSD Moga Moga Moga Near Kitchlu School Moga FCI FSD Moga Opp. Bhag Cinema FCI road Moga PUNJAB Moga Moga II
FCI FSD DHARAMKOT, NEAR GRAIN MARKET, MOGA
217 FSD DHARAMKOT 142042 DHARAMKOT DHARAMKOT DHARAMKOT NEAR GRAIN MARKET PUNJAB MOGA DHARAMKOT
JALANDHAR ROAD,DHARAMKOT
FCI, FSD-Baghapurana, Opp Brar petrol pump, Moga
218 FSD Baghapurana 142038 Baghapurana Baghapurana Baghapurana Opp. Brar petrol pump, Moga road PUNJAB Moga Baghapurana
road, Baghapurana
FCI, FSD- Ransih road Nihal Singh wala, District-
219 FSD- Nihal singh wala 142055 Nihal singh wala NA Near Ransih Kalan Ransih road PUNJAB MOGA Nihal singh wala
Moga,Pin 142055
FCI, FSD Patiala, Opposite New Grain Market,Sirhind
220 FSD PATIALA 147001 PATIALA PATIALA PATIALA Opposite New Grain Market Patiala PUNJAB PATIALA PATIALA
Road Patiala
221 BC PATIALA 147001 PATIALA PATIALA PATIALA Near DCW FCI, BC PATIALA NEAR DCW, PATIALA PUNJAB PATIALA PATIALA
222 FSD SAMANA 147101 SAMANA SAMANA SAMANA GHAGGA ROAD FCI, FSD SAMANA, GHAGGA ROAD, SAMANA PUNJAB PATIALA SAMANA
223 FSD DUDHAN 147111 BHUNREHRI DUDHAN SADHAN DUDHAN SADHAN DEVIGARH ROAD FCI, FSD DUDHAN, DEVIGARH ROAD, DUDHAN PUNJAB PATIALA PATIALA
224 FSD NABHA 147201 NABHA NABHA NABHA NEAR BUS STAND FCI, FSD NABHA, NEAR BUS STAND, NABHA PUNJAB PATIALA NABHA

225 FSD NEW RAJPURA 140401 RAJPURA RAJPURA RAJPURA NEAR RAILWAY PHATAK FCI, FSD RAJPURA, NEAR RAILWAY PHATAK, RAJPURA PUNJAB PATIALA RAJPURA

226 FSD OLD RAJPURA 140402 RAJPURA RAJPURA RAJPURA NEAR RAILWAY PHATAK FCI, FSD RAJPURA, NEAR RAILWAY PHATAK, RAJPURA PUNJAB PATIALA RAJPURA

227 FSD BANUR 140601 BANUR BANUR BANUR NEAR MANDI FCI, FSD BANUR, NEAR MANDI, BANUR PUNJAB SAS NAGAR BANUR

228 FSD GHANAUR 140701 GHANAUR GHANAUR GHANAUR NEAR ANAJ MANDI FCI, FSD GHANAUR, NEAR ANAJ MANDI, GHANAUR PUNJAB PATIALA RAJPURA

229 FSD PATRAN 147105 PATRAN PATRAN PATRAN NEAR POLICE POST FCI, FSD PATRAN, NARWANA ROAD, PATRAN PUNJAB PATIALA SAMANA
230 Ahmedgarh 148021 Ahmedgarh N/A N/A Bus stand Road Busstand Road, Ahmedgarh PUNJAB Malerkotla Malerkotla
231 Barnala-I 148101 Barnala N/A N/A Sekha Road Seikha Road, Barnala PUNJAB Barnala Barnala
232 Barnala-II 148101 Barnala N/A N/A Anazmandi road Anazmandi road, Barnala PUNJAB Barnala Barnala
233 Bhadaur 148102 Sehna N/A N/A Maniwala Road Maniwala Road, Bhadour PUNJAB Barnala Tapa
234 Bhawanigarh 148026 Sangrur N/A N/A Balial Road Balial Road, Bhawanigarh PUNJAB Sangrur Bhawanigarh
235 Dhuri-I 148024 Dhuri N/A N/A Malerkotla Road Malerkotla Road, Dhuri PUNJAB Sangrur Dhuri
236 Dhuri-II 148024 Dhuri N/A N/A Kakarwal road Kakarwal road, Dhuri PUNJAB Sangrur Dhuri
237 BC Dhuri 148024 Dhuri N/A N/A Dehla Road Dehla Road, Dhuri PUNJAB Sangrur Dhuri
238 Khanouri 148027 Andala N/A N/A Anazmandi road Anazmandi road, Khanouri PUNJAB Sangrur Moonak
239 Malerkotla-I 148023 Malerkotla N/A N/A Thandi Sadak Thandi Sadak, Malerkotla PUNJAB Malerkotla Malerkotla
240 Malerkotla-II 148023 Malerkotla N/A N/A Anazmandi road Anazmandi road, Malerkotla PUNJAB Malerkotla Malerkotla
241 Mehalkalan 148104 Mehalkalan N/A N/A Anazmandi road Anazmandi road, Mehalkalan PUNJAB Barnala Barnala
242 Sangrur-I 148001 Sangrur N/A N/A Near grain market Near grain market, Sangrur PUNJAB Sangrur Sangrur
243 Sangrur-II 148001 Sangrur N/A N/A Ubhawal road Ubhawal road, Sangrur PUNJAB Sangrur Sangrur
244 Sunam 148028 Sunam N/A N/A Jakhal Road Jakhal Road, Sunam PUNJAB Sangrur Sunam
245 Tapa 148108 Tapa N/A N/A Barnala Road Barnala Road, tapa PUNJAB Barnala Tapa

246 FSD MARWAR JN. 306001 KHARCHI/MARWAR JN MARWAR JN. MARWAR JN. NEAR RAILWAY STATION FCI GODOWN NEAR RAILWAY STATION PIN 306001 RAJASTHAN PALI MARWAR JN.
NEAR NAGPAL PETROL PUMP
247 FSD AJMER 305001 Daurai Daurai Daurai BEAWAR ROAD DAURAI AJMER RAJASTHAN AJMER DAURAI
BEAWAR ROAD DAURAI AJMER
248 FSD BHILWARA 311001 BHILWARA BHILWARA BHILWARA CITY KAWAKHEDA KAWAKHEDA,SHASTRI NAGAR,BHILWARA RAJASTHAN BHILWARA BHILWARA
249 FSD PALI 306401 PALI PALI PALI PALI ITI ROAD ,ANAND NAGAR PALI RAJASTHAN PALI PALI

250 FSD KISHANGARH 305801 KISHANGARH KISHANGARH KISHANGARH OPP. KISHANGARH KRASHI MANDI FCI RAJASTHAN AJMER KISHANGARH

251 FSD NAGAUR 341001 NAGAUR NAGAUR NAGAUR NEAR BY HARIRAM HOSPITAL INDIRA COLONY NAGAUR RAJASTHAN NAGAUR NAGAUR
Plot No. 33/09 Shanti Kunj, Near Railway Line, Alwar
252 FSD Alwar 301001 Alwar Alwar Alwar Shanti Kunj RAJASTHAN Alwar Alwar
301001
253 FSD Kherli 321606 Khathumer Khathumber Khathumber Khatumber road FCI FSD, Kathumar Road, Kherli 321605 RAJASTHAN Alwar Khathumber
FCI FSD, Mathura Road, infront of Simko, Near Railway
254 FSD Bharatpur 321201 Bharatpur Bharatpur Bharatpur Near Railway Good Shed RAJASTHAN Bharatpur Bharatpur
Station, Bharatpur 321001
255 FSD Dholpur 328021 Dholpur Dholpur Dholpur FCI FSD, Haightech Glass PRECISION Ltd. 328001 RAJASTHAN Dholpur Dholpur

256 FSD, FCI, Churu 331001 Churu Churu Churu Near Central Jail Bhaleri Road, Near- central Jail Churu RAJASTHAN Churu Churu
257 FSD SADULPUR 331023 SADULPUR SADULPUR SADULPUR SADULPUR NEAR COURT,SADULPUR,CHURU-331023 RAJASTHAN CHURU SADULPUR
BEHIND PANCHAYAT SAMITI, SALASAR ROAD
258 FCI SUJANGARH 331507 SUJANGARH SUJANGARH SUJANGARH BEHIND PANCHAYAT SAMITI RAJASTHAN CHURU SUJANGARH
,SUJANGARH 331507
259 FSD, FCI, jhunjhunu 333001 JHUNJHUNU JHUNJHUNU JHUNJHUNU Near HAWAI PATTI SIKAR Road, Near- HAWAI PATTI JHUNJHUNU RAJASTHAN JHUNJHUNU JHUNJHUNU

260 FSD, FCI,Lalgarh, Bikaner 334001 Bikaner Bikaner Bikaner Near Lalgarh Railway station Indira Colony, near lalgarh Railway station, Bikaner. RAJASTHAN Bikaner Bikaner
FCI FSD GANDHINAGAR NEAR GLASS FACTORY, TONK
261 FCI FSD GANDHINAGAR JAIPUR 302015 Jaipur Jaipur Jaipur NEAR GLASS FACTORY, TONK ROAD RAJASTHAN Jaipur Jaipur
ROAD, JAIPUR
262 FCI FSD BANDIKUI 303313 BANDIKUI BANDIKUI JAGIR BANDIKUI JAGIR NEAR PANCHAYAT SAMITI BANDIKUI BASWA ROAD BANDIKUI RAJASTHAN DAUSA BASWA

263 FCI, FSD NEWAI 304021 NEWAI NEWAI NEWAI NEAR RAILWAY STATION, NEWAI FCI, FSD NEWAI OPPOSITE OJHA HOSPITAL NEWAI RAJASTHAN Tonk NEWAI

264 FCI, FSD, SIKAR 332001 SIKAR SIKAR SIKAR NEAR DISTRICT STADIUM, SIKAR FCI, FSD, SANWALI ROAD SIKAR RAJASTHAN SIKAR SIKAR

265 FCI FSD Jodhpur 342001 Jodhpur Balesar Basani - HI Area Phase II, Basni, Jodhpur, Rajasthan 342001 RAJASTHAN Jodhpur Jodhpur

266 FCI FSD Barmer 344001 Barmer Barmer Barmer NEAR RAILWAY STATION Nehru Nagar, Barmer, Rajasthan 344001 RAJASTHAN Barmer Barmer
267 FCI FSD Jalore 343001 Jalore Jalore Jalore NEAR RAILWAY STATION Rishabh Nagar, Jalore, Rajasthan 343001 RAJASTHAN Jalore Jalore
268 FCI FSD Pokran 345028 Pokran Jaiselmer POKARAN - bhawanipura, Pokhran, Rajasthan RAJASTHAN Jaiselmer Pokran

269 FSD Shivpura Kota 324009 LADPURA LADPURA SHIVPURA RAWAT BHATA ROAD OPP. RTU UNIVERSITY RAWAT BHATA ROAD KOTA RAJASTHAN KOTA LADPURA

270 BUNDI 323001 BUNDI hattipura RAGHUVEERPURA NEAR ST.PAUL SCHOOL CHITTOR ROAD BUNDI RAJASTHAN BUNDI BUNDI
271 KESHORAI PATAN 323601 KESHORAI PATAN KESHORAI PATAN KESHORAI PATAN NEAR SUGER MIL NEAR SUGER MIL KESHORAI PATAN RAJASTHAN BUNDI BUNDI
PACHAPHAR ROAD NEAR KRISHI BHARTIY KHADY NIGAM KHADY
272 FSD BHAWANI MANDI 326502 BHAWANIMANDI BHAWANIMANDI NAGAR PALIKA NA RAJASTHAN JHALAWAR PACHAPAHAR
UPAJ MANDI SANGRAHAN BHAWANI MANDI
273 BARAN 325205 BARAN BARAN BARAN KOTA ROAD BARAN KOTA ROAD BARAN RAJASTHAN BARAN BARAN
IN FRONT OF SBI RANTHAMBHOR
274 FSD SWM 322001 SAWAIMADHOPUR NAGAR PARISHAD SWM NAGAR PARISHAD SWM IN FRONT OF SBI RANTHAMBHOR ROAD RAJASTHAN SAWAI MADHOPUR SAWAI MADHOPUR
ROAD
275 BC SAWAI MADHOPUR 322001 SAWAIMADHOPUR SAWAIMADHOPUR SAWAIMADHOPUR NERA DTO OFFICE SAWAI MADHOPUR RAJASTHAN SAWAI MADHOPUR SAWAI MADHOPUR
FSD hanumangarh, Near Hanumangarh Town Railway
276 FSD hanumangarh 335513 Hanumangrh Hanumangrh Hanumangarh Town Near railway Station RAJASTHAN Hanumanagrh Hanumanagrh
Station ,335513
FSD Sribijayangar, Haripura Road, Sribijayangar,
277 FSD Sribijayangar 335704 Sribijayangar Sribijayangar Sribijaynagar Haripura Road RAJASTHAN Sriganganagr Sriganganagr
335704
FSD CHANDERIA , NEAR RAILWAY STATION
278 FSD, CHANDERIA 312021 CHITTORGARH CHITTORGARH CHANDERIA RAILWAY STATION CHANDERIA RAJASTHAN CHIRRORGARH CHITTORGARH
CHANDERIA, ROLAHERA RAOD PIN 312021
279 FCI Sirohi Road 307022 Pindwara Pindwara Pindwara Nr. Vanvasi School Pindwara RAJASTHAN Sirohi Pindwara

280 FSD Banswara 327001 Banswara Banswara Banswara Near Kendriya Vidyalaya Near Kendriya Vidyalaya, Udaipur road banswara RAJASTHAN Banswara Banswara
UDAI SAGAR ROAD NEAR PI FCI,UDAI SAGAR ROAD, MADRI INDUSTRIAL AREA,
281 FSD UDAIPUR 313001 UDAIPUR MADRI PUROHITAN, UDAIPUR MADRI PUROHITAN, UDAIPUR RAJASTHAN UDAIPUR GIRVA
INDUSTRIES UDAIPUR
282 FSD Pithoragrah 262530 Pithoragarh Aincholi Aincholi Pithoragarh Road FCI FSD, Aincholi, Pithoragarh Uttarakhand Pithoragarh Pithoragarh

283 FSD Rudrapur 263153 Rudrapur Rudrapur Rudrapur Near BHEL, Kiccha Byepass Road FCI FSD, Kiccha Byepass Road Rudrapur Uttarakhand Udham Singh Nagar Rudrapur

284 FSD Bazpur 262401 Bazpur Badripur Badripur Beria Road, Bazpur SIDCUL Industrial Area, Beria Road, Bazpur Uttarakhand Udham Singh Nagar Bazpur
285 FSD Simli 266474 Karanprayag Tatasu Mazadi Simli Mazadi, Near Aanchal Dairy Gaisain Road, Near Aanchal Dairy, Simli Uttarakhand Chamoli Simli

FCI, FSD PASIGHATNEAR PETROL PUMP, TWO MILE,,


286 FSD PASIGHAT 791102 PASIGHAT PASSIGHAT Town Area NEAR PETROL PUMP, 2 MILE ARUNACHAL PRADESH EAST SIANG PASIGHAT
Tehsil-PASIGHAT, City/Vill-EAST SIANG, Pin- 791102
FCI, FSD BANDERDEWA,NEAR APSDT WORKSHOP,
287 FSD BANDERDEWA 791123 BANDERDEWA KARSINGA KARSINGA NEAR APSDT WORKSHOP Tehsil-BANDERDEWA, City/Vill-PAPUMPARE, Pin- ARUNACHAL PRADESH PAPUMPARE BANDERDEWA
791123
FCI, FSD ZIRO, NEAR ADST OFFICE,PO ZIRO, LOWER
NEAR ADST OFFICE,PO ZIRO, LOWER
288 FSD ZIRO 791120 ZIRO-I DILOPOLYANG DILOPOLYANG SUBANSIRI, ARUNACHAL PRADESH, Tehsil-ZIRO-I, ARUNACHAL PRADESH LOWER SUBANSIRI ZIRO-I
SUBANSIRI
City/Vill-ZIRO, Pin- 791120
FCI, FSD BHALUKPONG NEAR PETROL PUMP, Tehsil-
289 FSD BHALUKPONG 790114 BHALUKPONG THIRIZINO BHALUKPONG NEAR PETROL PUMP, BHALUKPONG ARUNACHAL PRADESH WEST KAMENG BHALUKPONG
BHALUKPONG, City/Vill-WEST KAMENG, Pin- 790114
FCI, FSD SEPPA,PURANA CINEMA HALL, SEPPA, Tehsil-
290 FSD SEPPA 790102 BANA BANA Town Area PURANA CINEMA HALL, SEPPA ARUNACHAL PRADESH EAST KAMENG BANA
BANA, City/Vill-SEPPA, Pin- 790102
NEAR GENERAL PARADE GROUND, FCI, FSD TAWANG,NEAR GENERAL PARADE GROUND,,
291 FSD TAWANG 790104 TAWANG TAWANG Town Area ARUNACHAL PRADESH TAWANG TAWANG
TAWANG Tehsil-TAWANG, City/Vill-TAWANG, Pin- 790104
FCI, FSD ANINI, PO: ANINI,DIBANG VALLEY DISTRICT,
292 FSD ANINI 792101 ANINI ANINI Town Area - ARUNACHAL PRADES, Tehsil-ANINI, City/Vill-ANINI, Pin- ARUNACHAL PRADESH ANINI ANINI
792101
FCI, FSD KHARSANG,NEAR KHARSANG TINI ALI,
293 FSD KHARSANG 792122 MIAO KHARSANG KHARSANG NEAR KHARSANG TINI ALI CHANGLANG DISTRICT, Tehsil-KHARSANG, City/Vill- ARUNACHAL PRADESH CHANGLANG MIAO
KHARSANG, Pin- 792122
FAIR PRICE SHOP NO.2,NEAR FCI, FSD TEZU, FAIR PRICE SHOP NO.2,NEAR DISTRICT
294 FSD TEZU 792001 LOHIT LOHIT Town Area DISTRICT MEDICAL OFFICE, TEZU, MEDICAL OFFICE, TEZU, LOHIT, Tehsil-TEZU, City/Vill- ARUNACHAL PRADESH LOHIT LOHIT
LOHIT TEZU, Pin- 792001
DRPF ROAD, NEAR GAS AGENCY
DRPF ROAD, NEAR GAS AGENCY
295 FSD YINGKIONG 791002 YINGKIONG YINHKIONG Town Area GODOWN,YINGKIONG UPPER SIANG, Tehsil-UPPER ARUNACHAL PRADESH UPPER SIANG YINGKIONG
GODOWN, YINGKIONG UPPER SIANG
SIANG, City/Vill-UPPER SIANG, Pin- 791002
FSD KHUPA, KHUPA DISTRICT ANJAW, Tehsil-ANJAW,
296 FSD KHUPA 792102 HAYULIANG HAYULIANG KHUPA - ARUNACHAL PRADESH ANJAW HAYULIANG
City/Vill-KHUPA, Pin- 792102
FCI, FSD BOMDILANEAR JAMIRI POINT, JAMIRI, Tehsil-
297 FSD BOMDILA 790114 JAMIRI JAMIRI JAMIRI NEAR JAMIRI POINT, JAMIRI ARUNACHAL PRADESH WEST KAMENG JAMIRI
JAMIRI, City/Vill-JAMIRI, Pin- 790114
298 FSD Sangaiprou 795140 Patsoi Sagolband Thounaojam Leikai Village no.83 near FCS godown Village No. 83, Lamjaotongba, Imphal West Manipur Imphal West NA
299 FSD Sawombung 795010 Imphal East-I, Sawombung Sawombung G.P Village no. 29 Birmangol College Village No. 29, Nungoi, Imphal East Manipur Imphal East NA
300 FSD Ukhrul 795145 Ukhrul NA Somsai Pettigrew College Somsai, Ukhrul Manipur Ukhrul NA

301 FSD Senapati 795118 Saitu Gamphazol NA M. Ningthoupham Opp. Ningthoupham Baptist Church M. Ningthoupham, Senapati Manipur Senapati NA

302 FSD Jiribam 795116 Jiribam Babupara (Municipality Village no.13 near Jiribam Railway Station Village No. 13, Babupara, Jiribam Manipur Jiribam NA
303 FSD Bishnupur 795126 Bishnupur Bishnupur (Municipality Village no.37 Bishnupur Dist. Hospital Village no. 37, Bishnupur Awang, Bishnupur Manipur Bishnupur NA
304 FSD Thoubal 795138 Thoubal Kiyam Ward no. 14(Municipality Tangjeng Kiyam Tangjeng Hill Range Tengjeng Kiyam Siphai Village, Thoubal Manipur Thoubal NA

305 FSD Churchandpur 795128 Mualnuam NA Taulnam Sinaiphai Gate Thingkhangphai village no.58, Churachandpur Manipur churachandpur NA

306 FSD DIMAPUR 797112 DIMAPUR SADAR DIMAPUR MUNICIPAL COUNCIL KEVIJAU COLONY KEVIJAU COLONY KEVIJAU COLONY, DIMAPUR NAGALAND DIMAPUR -
307 FSD PHESAMA 797005 JAKHAMA KOHIMA MUNICIPAL COUNCIL PHESAMA PHESAMA PHESAMA, KOHIMA NAGALAND KOHIMA -
308 FSD MON 798621 ABOI MON TOWN COUNCIL MON VILLAGE SONARI ROAD MON SONARI ROAD MON NAGALAND MON -

309 FSD TUENSANG 798612 TUENSANG SADAR TUENSANG TOWN MUNICIPAL TUENSANG VILLAGE SAKSI NAP SECTOR SAKSI NAP SECTOR, CHECK POST ESHOU COLONY NAGALAND -
KHENSA VILLAGE, NEAR MEKULI JUNCTION,
310 FSD MOKOKCHUNG 798601 NORTH ONGPANGKONG MOKOKCHUNG MUNICIPAL COUNCIL KHENSA VILLAGE NEAR MEKULI JUNCTION NAGALAND -
MOKOKCHUNG
311 CWC DIMAPUR 797112 DIMAPUR SADAR DIMAPUR MUNICIPAL COUNCIL KHERMAHAL KHERMAHAL KHERMAHAL NAGALAND DIMAPUR
312 FCI,FSD Aizawl 796009 Tlangnuam Local Council/AMC Ramrikawn, Tanhrilh Near Mizoram University Ramrikawn, Tanhrilh Mizoram Aizawl Aizawl
313 FCI,FSD Kolasib 796081 Bilkhawthlir Village Council Rengtekawn Gosen Veng Rengtekawn, Gosen veng Mizoram Kolasib Kolasib
314 FCI,FSD Bairabi 796081 Bilkhawthlir Village Council Bairabi Rail Crossing Bairabi, Rail Crossing Mizoram Kolasib Kolasib
315 FCI,FSD Bualpui 796081 Thingdawl Village Council Bualpui North Opp. Indian Oil Petrol Pump Bualpui North Mizoram Kolasib Kolasib
316 FCI, FSD Lunglei 796701 Lunglei Village Council Luangmual Nera 2nd BN MAP Lungmual, Lunglei Mizoram Lunglei Lunglei
317 FCI,FSD Lawngtlai 796891 Lawngtlai Village Council Council Veng Near Truck Driver's Association Council Veng, Lawngtlai Mizoram Lawngtlai Lawngtlai
FCI, FSD Churaibari,Churaibari-799262,North
318 FSD Churaibari 799262 Kadamtala Churaibari Churaibari Near Churaibari Railway station Tripura North Tripura Kadamtala
Tripura,Tripura
FSD Dharmanagar,Near Railway
319 FSD Dharmanagar 799253 Jubrajnagar (Block-3) Dharmanagar Municipality N/A Near Dharmanagar Railway Station Tripura North Tripura Kameshwar
Station,Dharmanagar,North Tripura, Pin-799253

320 FSD Kumarghat 799264 Kumarghat Ratyabari Ratyabari Behind Kumarghat Police station Kumarghat,Ratyabari Tripura Unakoti Kumarghat

321 FSD Nandannagar 799006 AMC AMC ward no.6 Nandannagar Opposite of Don Bosco School Nandannagar, Opposite Don Bosco School Tripura West Tripura Sadar
322 FSD Chandrapur 799013 Matabari R.D. Block Indra Nagar Chandrapur Matabari CWC, FSD Chandrapur Tripura Gomati Matabari

323 FSD SHILLONG 793008 Mawlai Darbarshnong Lawmali, Mawlai Near Mawroh Presbyterian Church Lawmali Mawlai East Khasi Hills Meghalaya East Khasi Hills Shillong

324 FSD JOWAI 793150 Thadlaskein Darbarshnong Khlihtyrshi Near Adventist College Khlihtyrshi, Jowai, Jaintia hills Meghalaya Jaintia Hills Jowai
325 FSD TURA 794001 Dadenggre Autonomous Body Dadenggre Nazing Bazar Nazing Bazar, West Garo Hills Meghalaya west Garo Hills Tura

326 FSD ALAPPUZHA 688012 ALAPPUZHA Alappuzha Municipality Alappuzha Near Alappuzha Railway Station FCI,FSD, BAZAR.P.O, ALAPPUZHA KERALA Alappuzha Ambalapuzha

327 FSD MAVELIKKARA 690101 MAVELIKKARA Mavelikkara Thekkekkara Near Mavelikkara Railway Station FCI,FSD, MAVELIKKARA.P.O, ALAPPUZHA KERALA Alappuzha Mavelikkara

328 FSD Chingavanam 686533 20 Panachikadu Panachikadu Pannimattom FCI, FSD.Chingavanam, Channanikad P.O . Kottayam KERALA Kottayam Kottayam
Food Corporation of India, Arakulam,Idukki Kerala
329 FSD Arakkulam 685591 24 Arakkulam Arakkulam Arakkulam KERALA Idukki Thodupuzha
685591
FOOD CORPORATION OF INDIA, DIVISIONAL
330 FSD KOLLAM 691001 KOLLAM KOLLAM CORPORATION KOLLAM NEAR PUBLIC LIBRARY KOLLAM OFFICE,POWER HOUSE ROAD, KOLLAM. KERALA KOLLAM KOLLAM
PIN-691001
FOOD CORPORATION OF INDIA,FSD KARUNAGAPALLY
NEAR KARUNAGAPALLY RAILWAY NEAR KARUNAGAPALLY RAILWAY STATION,
331 FSD KARUNAGAPALLY 690523 KARUNAGAPALLY PANCHAYATH THODIYUR/KALLELIBHAGAM VILLAGE KERALA KOLLAM KARUNAGAPALLY
STATION, EDAKKULANGARA P.O,
PIN-690523
FOOD CORPORATION OF INDIA,FSD AVANEESWARAM,
332 FSD AVANEESWARAM 691508 AVANEESWARAM PANCHAYATH THALAVOOR/PIDAVOOR VILLAGE NEAR RAILWAY STATION KUNNICODU NEAR RAILWAY STATION KUNNICODU KERALA KOLLAM PATHANAPURAM
PIN-691508

FOOD CORPORATION OF INDIA, FSD KILIKOLLUR,NEAR


NEAR FEDERAL BANK TOWN LIMIT,
333 FSD KILIKOLLUR 691004 KOLLAM KOLLAM CORPORATION KILIKOLLUR FEDERAL BANK TOWN LIMIT, KOLLAM. KERALA KOLLAM KOLLAM
KOLLAM.
PIN-691004
FCI FSD Angamaly, Champannoor, Angamaly Village,
334 FSD ANGAMALY 683572 ANGAMALY ANGAMALY ANGAMALY NEAR ANGAMALY RAILWAY STATION KERALA ERNAKULAM ALUVA
Ernakulam District-683572
FCI FSD Kochi,Willingdon Island, Ernakulam District,
335 FSD KOCHI 682003 PALLURUTHYDIVISION NO.29/1972 COCHIN CORPORATION THOPPUMPADY WILLINGDON ISLAND KERALA ERNAKULAM KOCHI
Cochin -682003
336 FSD MULAKUNNATHUKAVU 680581 PUZHAKKAL MULAKUNNATHUKAUV KILLANNUR OPP. TO MGK RAILWAY STATIONS MULAKUNNATHUKAVU.P.O., TRICHUR - 680581 KERALA TRICHUR TRICHUR
BEHIND CHALAKUDY RAILWAY FOOD STORAGE DEPOT
337 FSD,CHALAKUDY 680307 CHALAKUDY CHALAKUDY CHALAKUDY KERALA TRICHUR CHALAKUDY
STATION CHALAKUDY
FCI,FSD, OLAVAKKODE, INDUSTRIAL ESTATE (PO),
338 FSD OLAVAKKODE 678731 PALAKKAD Puthupariyaram Puthupariyaram II Near SIDCO Industrial Estate KERALA PALAKKAD PALAKKAD
PUTHUPARIYARAM, PALAKKAD DISTRICT
Adjucent to Angadipuram Railway FCI,FSD, ANGADIPURAM, ANGADIPURAM (PO),
339 FSD ANGADIPURAM 679321 PERINTHALMANNA Angadipuram Angadipuram KERALA MALAPPURAM PERINTHALMANNA
Station MALAPPURAM DISTRICT
340 FCI FSD MUZHAPPILANGAD 670662 THALASSERY MUZHAPPILANGAD MUZHAPPILANGAD NEAR TOLL PLAZA MUZHAPPILANGAD,KANNUR KERALA KANNUR KANNUR
341 FCI FSD PAYYANNUR 670307 PAYYANNUR PAYYANNUR PAYYANNUR NEAR RAILWAY STATION MAMBALAM MANAKKAADI ROAD,PAYYANNUR KERALA KANNUR PAYYANNUR
342 FCI FSD NILESHWAR 671314 NILESHWAR NILESHWAR NILESHWAR RAILWA STATION NEAR RAILWAY STATION,NILESHWAR KERALA KASARGOD HOSDURG

343 FSD:Kuttippuram 679571 Kuttippuram Kuttippuram Kuttippuram Near Kuttippuram Bus stand FCI FSD Kuttippuram-Malappuram kerala-679571 KERALA Malappuram Tirur
NEAR PANCHAYATH COMMUNITY Food Corporation Of India Food Storage Depot
344 FSD MEENANGADI 673591 SULTHAN BATHERY MEENANGADI PURAKKADI KERALA WAYANADU SULTHAN BATHERY
HALL MEENANGADI 673591
Food Corporation Of India
Food Storage Depot
345 FSD THIKKODI 673529 MELADY THIKKODI THIKKODI Nr. Thikkodi Railway Station KERALA Kozhikode Koyilandy
Thikkodi
673529
FCI WESTHILL DEPOT, WESTHILL, CALICUT, KERALA -
346 FSD WESTHILL 673005 KUNNAMANGALAM CALICUT CORPORATION KATCHERI NEAR WESTHILL RAILWAY STATION KERALA CALICUT KOZHIKODE
673005
FCI FSD Valiathura, Vallakadavu.P.O., Domestic Airport
347 FSD VALIATHURA 695008 VALIATHURA Trivandrum Corporation Muttathara/Palkulangara Near Trivandrum Domestic Airport KERALA Trivandrum Trivandrum
Road, Trivandrum 695008
348 FSD KAZHAKUTTOM 695582 Kazhakuttom Trivandrum Corporation ATTIPRA/MENAMKULAM Near kazhakuttom Railway station FCI FSD KAZHAKUTTOM, FCI , DO.TRIVANDRUM KERALA Trivandrum Trivandrum

349 BSC Jammikunta 505122 JAMMIKUNTA JAMMIKUNTA JAMMIKUNTA NEAR FIRE STATION JAMMIKUNTA BSC JAMMIKUNTA, KORAPALLY ROAD JAMMIKUNTA TELANGANA KARIMNAGAR JAMMIKUNTA

350 FSD Peddapalli 505172 PEDDAPALLI PEDDAPALLI PEDDAPALLI NEAR HANUMAN TEMPLE FSD PEDDAPALLI , RAILWAY STATION ROAD TELANGANA PEDDAPALLI PEDDAPALLI
3-425 TO 430, SUBHASH NAAGR, OPPOSITE TO DCP
351 FSD Mancherial 504209 MANCHERIAL MANCHERIAL MANCHERIAL NEAR ACC TELANGANA MANCHERIAL MANCHERIAL
OFFICE, MANCHERIAL
352 FCI BSC KHAMMAM 507001 KHAMMAM URBAN KHAMMAM URBAN KHAMMAM URBAN SARADHI NAGAR KHAMMAM FCI BYPASS ROAD, SARADHI NAGAR KHAMMAM TELANGANA KHAMMAM KHAMMAM URBAN
353 FCI MD KHAMMAM 507001 KHAMMAM URBAN KHAMMAM URBAN KHAMMAM URBAN PRAKASH NAGAR PRAKASH NAGAR TELANGANA KHAMMAM KHAMMAM URBAN
FCI, BSC, NALGONDA GODOWNS, GOLLAGUDA,
354 FCI, BSC, NALGONDA 508003 NALGONDA NALGONDA NALGONDA GOLLAGUDA TELANGANA NALGONDA NALGONDA
NALGONDA - 508003, TELANGANA
FCI, BSC, MIRYALAGUDA GODOWNS, SAGAR ROAD,
355 FSD MIRYALAGUDA 508207 MIRYALAGUDA MIRYALAGUDA MIRYALAGUDA SAGAR ROAD, MIRYALAGUDA TELANGANA NALGONDA NALGONDA
MIRYALAGUDA, NALGONDA -508207, TELANGANA
FCI Godown, Village: Nadipally, Mandal:Dichpally,
356 FCI, FSD, Dichpally 503175 Dichpally Nadipally Nadipally Opposite Sakshi Office TELANGANA Nizamabad Dichpally
Nizamabad-503175
Food Storage Depot, Main St, Sanath Nagar IE, Sanath
357 FSD Sanathnagar 500018 GHMC GHMC Sanathnagar Erragadda Metro Station TELANGANA Hyderabad `
Nagar, Hyderabad, Telangana 500018

358 BSD Cherlapally 500051 Medchal Kapra Cherlapally IOCL TELANGANA Ranga Reddy Ghatkesar
359 FSD KAZIPET 506003 Kazipet WMC WMC Near Kazipet Railway Bridge FCI, FSD KAZIPET, Venkatadri Nagar, Kazipet TELANGANA HANAMKONDA Kazipet
FCI , FSD BILASPUR , VYAPAR VIHAR , TARBAHAR
360 FSD BILASPUR 495001 Belha TARBAHAR TARBAHAR Vyapar vihar Bilaspur Chhattisgarh BILASPUR BILASPUR
BILASPUR - 495001
FCI , FSD KARGIROAD , PANDAV PARA KOTA ,
361 FSD KARGIROAD 495113 Kota Kota Kota Achanakmar Road Chhattisgarh BILASPUR KOTA
KARGIROAD - 495113
FCI , FSD KHARSIYA , AT- THAKURDIA , PO KHARSIA
362 FSD KHARSIA 496661 Kharsia Thakurdiah Thakurdiya Thakurdiya Chhattisgarh Raigarh KHARSIA
DIST RAIGARH - 496661
FCI , FSD NAILA , NEAR BUS STAND KERAROAD , DIST
363 FSD NAILA 495665 Naila Keraroad Janjgir NEW BUS STAND JANJGIR Chhattisgarh Janjgir-Champa NAILA
JANJGIR CHAMPA (C.G.) -495665
FCI , FSD SAKTI , NANDELI BHATA , PO SHAKTI , DIST
364 FSD SAKTI 495689 Sakti Nandeli Bhata NANDELI-BHATA SAKTI NANDELI-BHATA SAKTI Chhattisgarh JANJGIR-CHAMPA SAKTI
JANJGIR -495689
FCI , FSD RAIGARH , NEAR KABIR CHOWK ,
365 FSD RAIGARH 496001 Raigarh Raigarh RAIGARH RAIGARH Chhattisgarh RAIGARH RAIGARH
SARANGARH ROAD ,RAIGARH -496001
FCI , FSD BELHA , TINA KHOLI , P.O. BELHA , DIST
366 FSD BELHA 495224 Belha Belha Belha Near Railway Station Chhattisgarh Bilaspur BELHA
BILASPUR - 495224
FCI , FSD BISHRAMPUR , NEAR RAILWAY SATION
367 FSD BISHRAMPUR 497226 Surajpur Bishrampur BISHRAMPUR Near Railway Station Chhattisgarh SURAJPUR BISHRAMPUR
BISHRAMPUR (C.G.) -495226
FCI, FSD, Near Jhalap Chouck, Main Road, Bagbahara
368 FSD, Raipur 493449 Bagbahara Bagbahara Bagbahara Near Jhalap Chouck Chhattisgarh Mahasamund Bagbahara
(CG)
369 FSD ARJUNI 493773 DHAMTARI ARJUNI ARJUNI GAUTHAN ARJUNI Chhattisgarh DHAMTARI DHAMTARI

370 FSD Dhamtari 493773 DHAMTARI Nagar Nigam Dhamtari Navagaon Ward Dhamtari Chhattisgarh Dharmkanta Near Sihava Chowk Navagaon Ward Dhamtari Chhattisgarh DHAMTARI DHAMTARI

371 FSD Mandirhasaud 492001 Aarang Mandirhasaud Mandirhasaud Near HPCL depot Food Corporation of India Chhattisgarh Raipur Aarang

372 FSD Rajim 493881 Abhanpur Nawapara Nawapara Gobra Raipur-Rajim Road Raipur Rajim Road, Rajim, Near Gulab Garden Chhattisgarh Raipur Nawapara Gobra
NEAR CG
VIL-TULSI,
373 FSD NEORA NC 493114 TILDA-NEORA TULSI TULSI HOUSING BOARD Chhattisgarh RAIPUR TILDA-NEORA
TAHSIL-TILDA-NEORA,
COLONY
374 FSD NEORA OC 493114 TILDA-NEORA Nagar Palika, TILDA-NEORA Tilda Neora In Front of Janpad Office FSD Old Complex In fron of Janpad Office Chhattisgarh RAIPUR TILDA-NEORA
375 FSD, MAHASAMUND 493445 MAHASAMUND NAGAR PALIKA MAHASAMUND WARD NO SUBASH NAGAR MAHASAMUND IN FRONT OF WEINDER SCHOOL NEW MANDI ROAD PITYAJHAR MAHASAMUND Chhattisgarh MAHSAMUND MAHASAMUND
376 FSD Raipur 492001 Raipur Gudiyari Gudiyari Near Railway Station Gudiyari Raipur Chhattisgarh Raipur Raipur

377 FSD DURG 491001 DURG DURG DURG SIHKOLA BASTI DURG FSD DURG , DURD DHAMDHA ROAD.PIN-491001 Chhattisgarh DURG DURG
Food corporation of India, Food storage depot, near
378 FSD Rajnandgaon (New) 491441 Rajnandgaon Rajnandgaon Nagar Nigam Rajnandgaon Near Ram Darbar Mandir soni petrol pump, Raipur naka, Rajnandgaon, CG- Chhattisgarh Rajnandgaon Rajnandgaon
491441
Food Corporation of india, AB shed, Near Railway
379 FSD Rajnandgaon AB Shed(Old) 491441 Rajnandgaon Rajnandgaon Nagar Nigam Rajnandgaon Near Gaurinagar Railway crossing Chhattisgarh Rajnandgaon Rajnandgaon
station, Gaurinagar, Rajnandgaon
FSD JAGDALPUR, KUMHARPARA (NEAR MAHESWARI
380 FSD JAGDALPUR 494001 JAGDALPUR JAGDALPUR JAGDALPUR KUMHARPARA Chhattisgarh JAGDALPUR JAGDALPUR
BHA\WAN) , JAGDALPUR
OPP.SAINIK SOCIETY, GHANTESHWER JAMNAGAR
381 FCI FSD GHANTESHWER 360004 Rajkot Rajkot Rajkot NEAR BY NEW DIST COURT GUJARAT RAJKOT RAJKOT
ROAD
382 FCI FSD BHAVNAGAR 364006 Bhavnagar BHAVNAGAR BHAVNAGAR NEAR IPCL NEAR IPCL,NARI-KUMBHARWADA ROAD,BHAVNAGAR GUJARAT BHAVNAGAR BHAVNAGAR

383 FCI FSD WANKANER 363622 WANKANER HASANPAR WANKANER GEB SUBSTATION VISHIPARA, NEAR GEB SUBSTATION GUJARAT MORBI WANKANER
FCI, FSD DARED, POST CHELA, LALPUR ROAD,
384 FCI FSD DARED 361012 JAMNAGAR CHELA CHELA NEAR PETROL PUMP LALPUR ROAD GUJARAT JAMNAGAR JAMNAGAR
JAMNAGAR
385 FCI FSD WADHWAN 363030 WADHWAN WADHWAN WADHWAN KHARVA ROAD KHARVA ROAD GUJARAT SURENDRANAGAR WADHWAN
Food Corporation Of India, Alembic Road Near Priya
386 FCI BARODA 390003 VADODARA VADODARA VADODARA Alembic Road GUJARAT VADODARA VADODARA
Laxmi Mil,l Vadodara
Dakor Road, Ahmedabad Highway, Village-
387 FCI BHOMAIYA 389001 GODHRA Bhomaiya Bhomaiya Dakor Road, Ahmedabad Highway GUJARAT Panchmahal GODHRA
Bhomaiya,Godhra District-Panchmahal
FSD GODHRA, LUNAWADA ROAD, Tehsil-BHURAVAV,
388 FCI GODHRA 389001 GODHRA GODHRA GODHRA LUNAWADA ROAD, Tehsil-BHURAVAV GUJARAT Panchmahal GODHRA
City/Vill-GODHRA, District- Panchmahal

NEAR AURANGA BRIDGE, NEAR PILU FSD VALSAD, NEAR AURANGA BRIDGE, NEAR PILU
389 FCI VALSAD 396001 VALSAD DHAMDACHI DHAMDACHI GUJARAT VALSAD VALSAD
FALIA, FALIA, Village-POST DHAMDACHI NH8,VALSAD
FCI, FSD Sabarmati, Near Lalita Mahal Cinema Hall,
390 FSD Sabarmati 382470 Ahmedabad Ahmedabad Municipality Kaligam, Sabarmati Lalita Mahal Cinema Hall GUJARAT Ahmedabad Ahmedabad
Kaligam
RAMPURA ROAD NEAR RAILWAY FCI,FSD RAMPURA ROAD NEAR RAILWAY CROSSING
391 FSD VIRAMGAM 382150 Viramgam VIRAMGAM Muncipality VIRAMGAM GUJARAT VIRAMGAM VIRAMGAM
CROSSING VIRAMGAM
FCI, FSD Mehsana, Opp. Lucky park Soc., Motera Road,
392 FSD Mehsana 384002 Mehsana Mehsana Muncipality Mehsana Motera Cross Road GUJARAT Mehsana Mehsana
Mehsana
FCI, FSD PALANPUR, MANSAROVAR ROAD., NEAR RLY
393 FSD PALANPUR 385001 Palanpur PALANPUR Muncipality PALANPUR MANSAROVAR ROAD,RLY CROSING GUJARAT PALANPUR PALANPUR
CROSING, PALANPUR (BK)
FCI, FSD Gandhidham, National Highway No. 8, Near
394 FSD Gandhidham 370230 Gandhidham Gandhidham Gandhidham Nr.KASEZ GUJARAT Kutch Gandhidham
KASEZ, Gandhidham
395 NEW FSD Manmad 421304 Nandgaon Manmad Nagarparishad Manmad SBI ROAD FCI, Tal Nandgaon, Dist Nashik MAHARASHTRA Nashik Nandgaon
396 Ankai Complex 421304 Nandgaon Manmad Nagarparishad Manmad SBI ROAD FCI, Tal Nandgaon, Dist Nashik MAHARASHTRA Nashik Nandgaon
FCI, Kedgaon, Near Renuka Devi Temple, Ahmednagar-
397 FSD Ahmednagar 414005 Ahmednagar Ahmednagar Mahanagarpalika Ahmednagar Renuka Devi Mandir MAHARASHTRA Ahmednagar Ahmednagar
414005
Rajendranagar, Datta Pada Road, Borivali (East),
398 FSD Borivali 400066 Borivali BMC - Datta Pada Road MAHARASHTRA Mumbai -
Mumbai-400066
FCI, Anjur Phata, Vasai Kharbau Road, Bhiwandi, Ditt:
399 FSD Bhiwandi 421302 Bhiwandi Thane Rahnal Anjur Pata MAHARASHTRA Thane Bhiwandi
Thane
400 FCI FSD Old Complex 440015 Nagpur AJNI(CHUNABHATTI) AJNI CITY AJNI RAILWAY STATION AJNI ,CHUNABHATTI,NAGPUR, MAHARSTRA MAHARASHTRA NAGPUR NAGPUR
401 FSD AJNI NEW COMPLEX NAGPUR 440015 Nagpur AJNI(CHUNABHATTI) AJNI CITY AJNI RAILWAY STATION AJNI ,CHUNABHATTI,NAGPUR, MAHARSTRA MAHARASHTRA NAGPUR NAGPUR
402 FSD GONDIA 441601 BLOCK GONDIA NAGPURA MURRI NAGPURA MURRI NAGPURA MURRI GRAM, GONDIA MAHARASHTRA GONDIA GONDIA
403 FSD Wardha 442001 Wardha CHITODA CHITODA MIDC Area, Sevagram MIDC Area Barbadi Road Sevagram Wardha MAHARASHTRA Wardha Wardha

404 FCI FSD PUNE 411001 Koregoan Mul, Haveli Koregoan Mul, Haveli Koregaon park Opp lane 3 94/102, Koregaon Park, South main Road, Pune 411001 MAHARASHTRA Pune Haveli
FCI Solapur, Near Hotgi Rd Toll Naka,Tikekarwadi,
405 FCI FSD SOLAPUR 413225 North Solapur North Solapur Tikekarwadi Hotgi Road Toll Naka MAHARASHTRA Solapur North Solapur
Solapur
FSD Kalamboli ,steel market Road Kalamboli Navi
406 FSD Panvel 410218 Panvel Panvel Kalamboli Near Kalmboli circle MAHARASHTRA Raigad Panvel
Mumbai
407 FSD RATNAGIRI 415639 MIDC, MIRJOLE RATNAGIRI MIDC ,MIRJOLE MIDC C-65, MIDC,MIRJOLE RATNAGIRI MAHARASHTRA Ratnagiri Ratnagiri
Food Corporation Of India, Food Storage Depot, Near
408 FCI, FSD Sada 403804 Mormugao Behind Sub-Jail Sub-Jail Road, Headland Sada, Vasco da Gama, Goa- Goa South Goa Mormugao
403804.
IN FRONT OF GOVT HOSPITAL
409 FSD Meghnagar 457779 Meghnager Meghnager Meghnager FOOD CORPORATION OF INDIA, FCI, MEGHNAGAR M.P. JHABUA Meghnager
MEGHNAGAR
410 FSD ujjain 456010 Ujjain NA NA maxi road pandya khedi Ujjain maxi road pandya khedi Ujjain M.P. Ujjain Ujjain

411 FSD ratlam 457001 Ratlam NA NA mahu neemuch road Ratlam mahu neemuch road Ratlam M.P. Ratlam Ratlam
भारतीय खा िनगम खा भंडारण िडपो, शंकरशाह नगर,
412 FSD RAMPUR 482021 JABALPUR NA NA शंकरशाह नगर,रामपुर M.P. JABALPUR JABALPUR
थाना – गोरखपुर, रामपु र,जबलपुर (म दे श) – 482021
भारतीय खा िनगम, खा भं डारण िडपो, योगीराज टोकीज
413 FSD SEONI 480661 SEONI NA NA मंगलीपेठ िसवनी M.P. SEONI SEONI
के पीछे , मं गलीपेठ, िसवनी(म दे श) – 480661
भारतीय खा िनगम, खा भंडारण िडपो, ाम-पुरैनी, थाना-
414 FSD KATNI 483501 KATNI NA NA पुरैनी,कुठला कटनी M.P. KATNI KATNI
कुठला, िजला – कटनी(म दे श) – 483501
भारतीय खा िनगम, खा भंडारण िडपो, गोंिदया रोड
415 FSD NAVEGAON 481335 BALAGHAT NAVEGAON NA , गोंिदया रोड नाके के पास, नवेगाँ व M.P. BALAGHAT BALAGHAT
नाके के पास, नवेगाँ व बालाघाट(म दे श) - 481001
भारतीय खा िनगम, खा भंडारण िडपो, िसवनी रोड,
416 FSD KATANGI 481445 KATANGI NA NA खा भंडारण िडपो, िसवनी रोड, कटं गी M.P. BALAGHAT BALAGHAT
कटं गी िजला-बालाघाट(म दे श) – 481445
भारतीय खा िनगम, खा भंडारण िडपो, गोंिदया रोड,
417 FSD KOSMI 481001 BALAGHAT KOSMI NA गोंिदया रोड, शरे खा, कोसमी M.P. BALAGHAT BALAGHAT
शरे खा, कोसमी बालाघाट(म दे श) - 481001
भारतीय खा िनगम, खा भंडारण िडपो, रामपायली रोड,
418 FSD WARASEONI 481331 WARASEONI NA NA मपायली रोड, वारािसवनी M.P. BALAGHAT BALAGHAT
वारािसवनी िजला-बालाघाट(म दे श) – 481331
419 FCI FSD GWALIOR 474002 GWALIOR MAHALGAON NA Near DRDE lab OLD JHANSI ROAD,GWALIOR (M.P.) M.P. GWALIOR MAHALGAON
420 FCI FSD DATIA 475661 DATIA DATIA NA CIVIL LINE DATIA PANCHSHEEL NAGAR DATIA M.P. DATIA DATIA

421 FSD ASHOKNAGAR 473331 ASHOKNAGAR ASHOKNAGAR ASHOKNAGAR RAJMATA CHAURAH ISHAGARH ROAD RAJMATA CHAURAH ISHAGARH ROAD, ASHOKNAGAR M.P. ASHOKNAGAR ASHOKNAGAR

422 FCI FSD SHEOPUR 476337 SHEOPUR SHEOPUR NA PALI ROAD PALI ROAD SHEOPUR M.P. SHEOPUR SHEOPUR

423 FSD, VIDISHA 464001 VIDISHA NA NA AHMEDPUR CHOURAHA VIDISHA FOOD STORAGE DEPOT AHMEDPUR ROAD, VIDISHA M.P. VIDISHA VIDISHA

424 FCI FGD CHHOLA BHOPAL 462038 BHANPUR WARD NO-76 BHANPUR OPP. NISHATPURA GOODSHED VIDISHA ROAD BHOPAL M.P. BHOPAL HUZUR
425 FSD BETUL 460001 BETUL NAGARPALIKA BETUL NAGARPALIKA BETUL IN FRONT OF GOVT ITI BETUL FOOD CORPORATION OF INDIA, FCI, BETUL M.P. BETUL BETUL
FOOD CORPORATION OF INDIA, FSD SURAJGANJ,
426 FSD SURAJGANJ 461111 ITARSI ITARSI ITARSI BEHIND MGM COLLAGE , SURAJGANJ M.P. HOSHANGABAD ITARSI
ITARSI
427 BSC ITARSI 461111 itarsi NAGAR PALIKA ITARSI ITARSI NEAR INDIAN OIL DEPOT FOOD CORPORATION OF INDIA, FCI, BSC ITARSI M.P. HOSHANGABAD ITARSI
MANAGER(DEPOT), FCI, DHONGA WARD NO. 15, NEAR
428 FSD Tikamgarh 472001 TIKAMGARH N/A N/A NEAR DHONGA PLAY GROUND DHONGA PLAY GROUND , TIKAMGARH,MADHYA M.P. TIKAMGARH N/A
PRADESH PIN 472001
429 FSD Bina 470113 23 Indira Gandhi ward Kirravdha as per nakal Sabdha as per nakal Vandan Vatika Heritage Hotel Nayi Basti , Kurwai Road , Bina M.P. Sagar Bina
430 FSD Harpalpur 471111 Nowgaon Harpalpur Harpalpur FCI Lahchura road FCI M.P. Chhatarpur Harpalpur
431 FSD Niwari 472442 NIWARI NIWARI NIWARI NEAR RAILWAY STATION NEAR RAILWAY STATION NIWARI M.P. NIWARI NIWARI
432 FSD Satna 485001 RAGHURAJ NAGAR NAGAR NIGAM SATNA SATNA BIRLA ROAD SATNA FCI FSD SATNA BIRLA ROAD M.P. SATNA RAGHURAJ NAGAR

433 FSD SHAHDOL 484001 Sohagpur Sohagpur Narsharaha Near railway goodshed shahdol Singhpur road FCI FSD Shahdol M.P. SHAHDOL Sohagpur
71-77-1/1,Revenue ward-44, GVMC ZONE-IV
434 Main Depot Vizag 530004 GVMC , Zone-IV NA Gnanapuram Near Vizag railway station Andhra Pradesh Visakhaptnam Urban NA
Gnanapuram, Visakhapatnam, A.P.-530 004
435 FSD Amadalavalasa 532185 Amadalavalasa Byravanipeta Silagam Singivalasa Silagam Singivalasa, Amdalavalasa Andhra Pradesh Srikakulam Amadalavalasa
FOOD CORPORATION OF INDIA, KAKUTUR VILLAGE
436 FSD Kakatur 524320 352 KAKUTUR KAKUTUR - AND PACHAYAT, VEKATACHALAM MANDALAM, Andhra Pradesh NELLORE Venkatachalam
NELLORE DISTRICT
FOOD CORPORATION OF INDIA, 22-877,Puttur road,
437 FSD CHITTOOR 517127 1 CHITTOOR CHITTOOR - Revenue ward no. 22, Chittoor CHITTOOR Andhra Pradesh CHITTOOR CHITTOOR
DISTRICT, PIN CODE 517127
Kandukur Village,
438 BSC-Zangalapalli 515721 kandukur kandukur kandukur Zangalapally Railway Station kandukur post, Andhra Pradesh Anantapur Raptadu
Zangalapalli, Anantapur dist
Rajendra Nagar, beside Rail gate, Timmancherla,
439 FSD-Timmancherla 515801 Timmancherla Guntakal Timmancherla Rajendra Nagar Andhra Pradesh Anantapur Guntakal
Guntakal, Anantapur dist
FOOD STORAGE DEPOT
440 FSD-TADEPALLIGUDEM 534101 3 Godowns TADEPALLIGUDEM TADEPALLIGUDEM NEAR RAILWAY STATION Andhra Pradesh WEST GODAVARI TADEPALLIGUDEM
TADEPALLIGUDEM
FOOD CORPORATION OF INDIA BEHIND RAILWAY
441 FSD-BHIMAVARAM 534201 10TH WARD BHIMAVARAM MUNCIPALITY CHINARANGANIPALEM NEAR JUNCTION RAILWAY STATION QUARTERS NEAR RAILWAY JUNCTION BHIMAVARAM - Andhra Pradesh WEST GODAVARI BHIMAVARAM
534201
FOOD CORPORATION OF INDIA D.NO 136,
442 FSD ELURU 534005 ELURU TANGELLAMUDI TANGELLAMUDI BESIDE ELURU RTO OFFICE Andhra Pradesh WEST GODAVARI ELURU
TANGELLAMUDI, ELURU, WEST GODAVARI
443 FCI FSD AKIVIDU 534235 ward No. 1 Akividu Akividu Near Reliance Petrol bunk FCI, FSD, Akividu Andhra Pradesh West Godavari Akividu
FCI,BSC,PENNADA, SRUNGAVRUKSHAM POST, PIN-
444 FCI BSC-PENNADA 534243 PALAKODERU SRUNGAVRUKSHAM/ PENNADA PENNADA FCI-BSC-PENNADA Andhra Pradesh WESTGODAVARI SRUNGAVRUKSHAM
534243
NEAR ELECTRICITY SUBSTATION , D.NO : 3 - 1 - 4 , BLOCK - 3 ,Nidadavolu - Pangidi
445 FCI , FSD , NIDADAVOLU 534301 NIDADAVOLU ( 3 ) NIDADAVOLU MUNCIPALITY NIDADAVOLU Andhra Pradesh WEST GODAVARI DISTRICT NIDADAVOLU
PANGIDI ROAD road, Nidadavole, Andhra Pradesh 534301
Food Corporation of India, FSD Palakol, Opp., Railway
446 FSD PALAKOL 534250 WardNo.27 Palakollu Municipality Palakollu Opp.,Railway Station Andhra Pradesh West Godavari Narsapuram
Station, Palkolllu,534250
FCI,BSC,HANUMANJUNCTION, EPURU,
447 FCI,BSC,HANUMANJUNCTION 522301 - EPURU EPURU NEAR BY RAILWAY STATION PEDAPADU(MANDAL), WEST GODAVARI Andhra Pradesh KRISHNA PEDAPADU
DIST,ANDHRAPRADESH
448 FCI BSC GUDIVADA 521323 - Mallayapalem Mallayapalem Railway crossing Gate FCI BSC GUDIVADA Andhra Pradesh Krishna Gudivada
FCI, FSD, KC Depot, Near KCC Railway Station,
449 FCI, FSD, KC Depot 585304 - Tadepalli Tadepalli Near KCC railway station Andhra Pradesh Guntur Tadepalli
Tadepalli, Guntur Dt.
450 FSD,ONGOLE 523001 ONGOLE ONGOLE ONGOLE NEAR RAIL WAY STATION DNO:42-104.352,KOTHAPATNAM ROAD Andhra Pradesh PRAKASAM ONGOLE
FSD,SATTENAPALLI, NEAR RAILWAY
451 FSD, SATTENAPALLI 522403 WARD NO 1 SATTENAPALLI (MUNCIPALITY) SATTENAPALLI NEAR RAILWAY GATE , ABBUR ROAD Andhra Pradesh GUNTUR SATTENAPALLI
GATE,ABBURU ROAD
FCI, FSD, PORTBLAIR, P.O. JUNGLIGHAT, DOLLY GUNJ
452 FSD, PORT BLAIR 744103 PORTBLAIR DOLLYGUNJ DOLLYGUNJ Opp. To ICMR PB NO.489,Andamans(Andaman & Nicobar Islands), - ANDAMAN & NICOBAR ISLANDS SOUTH ANDAMAN PORTBLAIR
744103
453 FSD Main Depot Kakinada 533001 Kakinada Urban Kakinada Urban Parlowpeta Nr Lorry Association Office FCI, Main Depot Kakinada, Snajay Nagar, Kakinada Andhra Pradesh East Godavari Kakinada

Food Corporation of India, Buffer Storage Complex,


454 FCI, BSC, SAMALKOT 533 440 Samlkot Samalkot Municipality Jaggammagaripeta Near Sub-Registrar Office, Samalkot Andhra Pradesh East Godavari Kakinada
Satyanarayanapuram, Reveue Ward No. 15, Samalkot

455 FSD Biccavolu 533343 RS Peta RS Peta RS Peta Beside Arthur Cotton Statue D No 3-2, FCI, Canal Road, Biccavolu Andhra Pradesh East Godavari Biccavolu
456 FCI, BSC, DOWLESWARAM 533 125 Dowleswaram Rajahmundry Rural Dowleswaram Saibaba Temple FCI, BSC, DOWLESWARAM Andhra Pradesh East Godavari Dowleswaram
457 FCI, FSD Perurr 533218 Peruru Peruru Nr Water Tanks FCI, FSD Peruru, Amalapuram - 533218 Andhra Pradesh East Godavari Amalapuram
458 FSD Pondicherry 605001 Pondicherry Pondicherry Pondicherry Railway station Back Side FCI,FSD, Vannerpet, Puducherry, 605001 Pondicherry Pondicherry Pondicherry

459 FSD Thiruvandarkoil 605102 Thiruvandarkoil Mannadipet Thiruvandarkoil Govt. Hr.School Thiruvandarkoil FCI,FSD, Thiruvandarkoil 605102 Pondicherry Pondicherry Villianur
FCI,FSD,
460 FSD Karaikal 609602 Karaikal Karaikal Karaikal Near JIPMER South Street, Pondicherry Karaikal Karaikal
Kovilpathu, Karaikal 609602
461 FSD Chidambaram 608602 Chidambaram Lalpuram Manalur Edison School opp Manalur post, Lalpuram, Chidambaram Tamilnadu Cuddalore Chidambarm
FCI, FSD, Thiruchampalli, Sembanarkoil Post,
462 FSD Sembanarkoil 609309 Tarangambadi Mudikandanallur Thiruchampalli Forest Extension, Nagapattinam Tamilnadu Mayiladuthurai Tarangambadi
Mayiladuthurai 609309
Near TNEB Superintending Engineer FCI, FSD, No.264,Rajendra Prasad Road, Tatabad,
463 FSD, Main Depot, Coimbatore 641012 Periyanayakkanpalayam Sanganur Sanganur Tamilnadu Coimbatore Corporation Limit
Regional Office Coimbatore North 641012
FCI, FSD, Sathy Main Road, Bharathi Nagar Bus Stop,
464 FSD Peelamedu 641004 S.S.Kulam Vilankurichi Vilankurichi FCI ROAD Near BPCL Near BPCL Tamilnadu Coimbatore Corporation Limit
Coimbatore 641004

465 FSD Salem 636307 Salem Selathanpatti Panangadu Near Selathanpatti Lake FCI, FSD, Sivadhapuram (post) Panangadu Tamilnadu Salem Panchayat

466 FSD MG Complex 628008 Tuticorin Meelavittan Meelavittan Near By pass FCI, FSD, MG Complex, 3rd Mile, Tuticorin 628008 Tamilnadu Tuticorin Tuticorin

467 FSD Ramnad 623503 Ramanathapuram Sakkarakottai Sakkarakottai Opp Collectorate FCI, FSD, Opp Collectorate, Ramanathapuram 623503 Tamilnadu Ramanathapuram Ramanathapuram
FSD Complex, Chennai Complex, Sevur Village, Katpadi
468 FSD Sevur 632106 Katpadi Sevur Sevur 3 kms from V.I.T college Tamilnadu Vellore Katpadi
Taluk, Vellore 632106
469 FSD Arakkonam 635001 Arakkonam Melpakkam / Ammanoor Melpakkam / Ammanoor RAMCO Industries Winterpet post, Arakonam Taluk, Arakonam 635001 Tamilnadu Ranipet Arakkonam

470 FSD, Egmore 600031 NA NA NA Opp tp ITM Hospital No.8, Mayor Satyamoorthy Road, Chennai 600031 Tamilnadu Chennai NA

471 FSD,Avadi 600072 Bharathiyar Nagar Avadi Municipal Corporation Thandurai Village Near Hindu College, Avadi FCI, Food Storage Depot, Avadi, Chennai 600072 Tamilnadu Thiruvallur Avadi

472 FSD Unkal 580025 Hubballi Urban HDMC Hubballi Urban Opposite Naveen Hotel Bairidevarakoppa Unkal Karnataka Dharwad Hubli
473 FSD Bommapur 580020 Hubballi Urban HDMC Hubballi Urban Manganese Plot Mantur Road Bommapur Karnataka Dharwad Hubli
474 FSD Belagavi 591108 Belagavi Benakanahalli Benakanahalli Near Garkhul Oldage Home Ashraya Nagar Karnataka Belagavi Belagavi
475 FSD Vijayapura 568101 Vijayapura Vijayapura Vijayapura Near KSWC Godowns Mahal Bagayat Karnataka Vijayapura Vijayapura
OPP FOREST OFFICE 100 FEET ROAD ALKOLA CIRCLE
476 FSD GADIKOPPA 577204 GADIKOPPA GADIKOPPA GADIKOPPA OPP FOREST OFFICE ALKOLA CIRCLE Karnataka SHIVAMOGGA SHIVAMOGGA
VINOBANAGAR SHIMOGA
Lower hutta B.H. Road near Forest Office, Bhadravathi
477 FSD BHADRAVATHI 577301 LOWER HUTTA BHADRAVATHI BHADRAVATHI Beside Poorna Pragna School Karnataka SHIVAMOGGA BHADRAVATHI
577301
OPP LION SAFARI BH ROAD KOTEGANGUR POST
478 FSD TAVAREKOPPA 577204 MUDDINAKOPPA MUDDINAKOPPA TAVAREKOPPA OPP LION SAFARI SAGARA ROAD Karnataka SHIVAMOGGA SHIMOGA
TAVAREKOPPA
INDUSTRIAL GROWTH AREA H.N. PURA ROAD,
479 FSD HASSAN 573201 FCI HANUMANTHAPURA SANKALAPURA NEAR KIADB CIRCLE Karnataka HASSAN HASSAN
HASSAN, 573201
480 FSD UDUPI 576102 NO.13 PERAMPALLI NEAR DC OFFICE Perampalli village near Manipal , Udupi 576102 Karnataka UDUPI UDUPI
FCI, FSD ANDROTH, ANDROTH ISLAND UT OF
481 FSD ANDROTH 682551 ANDROTH ISLAND ANDROTH ISLAND ANDROTH ISLAND NEAR PANDATH LIGHT HOUSE UTL UTL ANDROTH ISLAND
LAKSHADWEEP, PIN- 682551
482 FSD KRPG 560016 K R Puram KRPuram Vijinapura Ganesh Temple Vijinapura, Krpuram Karnataka Bengaluru Bengaluru
483 BSC WFD 560067 Hoskote Channasandra Kadugodi Channasandra Bus stop Channasandra, Whitefield Karnataka Bengaluru Bengaluru
484 FSD KGF 563118 Kolar KGF KGF Coromandal railway station Robertsonpet, KGF Karnataka Kolar KGF
485 FSD Raichur 584101 Raichur Raichur Raichur Oppisote SBI Bank Ashapur Road,Raichur Karnataka Raichur Raichur
486 FSD Koppal 583231 Koppal Rural Bhagyanagar Koppal Rural kinnal road J H Patel nagar,kinnal road koppal Karnataka koppal koppal
Beside Maruti Show Room Hospet Beside Maruti Show Room Hospet Road, Allipura,
487 FSD Bellary 583104 30 Ward Bellary Municipality Allipura, Bellary Karnataka Bellary Bellary
Road Bellary
FCI, FSD, INDUSTRIAL AREA, BANNIMANDAPA
488 FSD Mysore 570016 MYSURU URBAN NA Metagalli Indian Oil corporation Karnataka MYSURU N/A
EXTENSION, MYSURU 570016
Near Taluk Govt. hospital , FOOD CORPOATION OF INDIA, I.B
489 FSD Nanjangud 571301 Nanjangud Nanjangud Muncipality Chamalapura Karnataka Mysore Nanjangud
Nanjangud Road, Nanjangud, Mysore – 571301
490 FSD K.R.Nagar 571602 K R NAGAR NA K.R. Nagar Next to Indian Oil pump Next to Indian oil Pump, Mysore Hassan road Karnataka Mysore K R NAGAR
FCI, Kudge industrcial area, Hassan road, Kudmanluru,
491 FSD KUSHALNAGAR 571234 Matalic sheet Somarpet Kuduluru (Kushalnagar) Opposite SLN coffee works Karnataka Coorg Somarpet
Kushalnagar
FCI, FSD TUMKUR, KESTUR CROSS ROAD, ANCHIHALLI,
492 FSD Tumkur 572128 KORA VILLAGE PANCHAYAT Anchenahalli KESTUR CROSS ROAD Karnataka Tumkur Tumkur
BRAHMASANDRA POST TUMKUR (D)-572128
FCI, FSD Maddur, Koppa road, Chamanahalli village
493 FSD Maddur 571429 Chamanahalli Village Panchayat Chamanahalli Shanishwara Temple Karnataka Mandya Maddur
Maddur (T) Mandya (D)-571429
494 FCI FSD 285001 ORAI ORAI ORAI KUIYA ROAD ORAI UTTAR PRADESH JALAUN ORAI
495 FCI FSD 284002 JHANSI JHANSI JHANSI NEAR AMAR UJALA PRESS JHANSI UTTAR PRADESH JHANSI JHANSI
496 FCI, FSD MANDUADIH 221004 MANDUAIDH MANDUADIH MANDUADIH DLW ROAD,VARANASI MANDUADIH UTTAR PRADESH VARANASI VARANASI
SUNBEEN SCHLLOL,
497 FCI, FSD VYASNAGAR 232101 MUGHALSARAI DULAHIPUR DULAHIPUR DULAHIPUR UTTAR PRADESH CHANDAULI DULHIPUR
DULAHIPUR(NEAR GT ROAD)
498 FCI CHANDARI 208013 SUJATGANJ N/A N/A HARIHAR DHAM KUA FSD Chandari, SUJATGANJ,Kanpur-208013 UTTAR PRADESH KANPUR NAGAR KANPUR NAGAR
FOOD STORAGE DEPOT, MAHERA CHUNGI, ETAWAH,,
499 FCI ETAWAH 206001 ETAWAH N/A NA GLP HOSPITAL ETAWAH UTTAR PRADESH ETAWAH ETAWAH
Uttar Pradesh-206001
FCI FSD NAINI, CHAKLAL MOHAMMAD, COD ROAD
500 FCI FSD NAINI 211008 CHAKA CHAKA DANDI FCI NAINI,COD ROAD NAINI UTTAR PRADESH PRAYAGRAJ KARCHHANA
NAINI
501 FCI FSD FATEHPUR 212601 BHITAURA FATEHPUR FATEHPUR NEAR MANDI SAMITI FATEHPUR FCI BANDA SAGAR ROAD, RADHA NAGAR, FATEHPUR UTTAR PRADESH FATEHPUR FATEHPUR

Food Corporation Of India Food Storage Depot


502 FCI FSD GORAKHPUR 273001 Khorabar N/A NANDA NAGAR AIR FORCE STATION UTTAR PRADESH GORAKHPUR SADAR
kuraghat, Gorakhpur Uttar Pradesh - 273001
Food Corporation Of India Food Storage Depot Basti,
503 FCI FSD BASTI 272171 BASTI N/A LAKHWANIYA RAILWAY STATION BASTI UTTAR PRADESH BASTI SADAR
Basti, Uttar Pradesh - 272002
Food Storage Depot Food Corporation Of India
504 FCI FSD PADRAUNA 274303 PADRAUNA SUKHSWALIYA SUKHSWALIYA RAMKOLA ROAD, PADRAUNA UTTAR PRADESH KUSHI NAGAR PADRAUNA
Padrauna, kushinagar, Uttar Pradesh - 274303

505 FCI 210001 Badokhar Khurd BANDA Banda police line Banda Near police line Banda UTTAR PRADESH BANDA BANDA
506 FCI 210427 kabrai mahoba mahoba mahoba near power house mahoba charkhari road mahoba UTTAR PRADESH MAHOBA Mahoba
507 FCI 210201 Naraini Attara Attara In front of Ram Jash ki Bagiya Badusa Road Attara UTTAR PRADESH BANDA Attara

508 FSD Agra Cantt 282001 Akola Nagar Nigam, Agra Sarai Khwaja Near Railway Station Agra Cantt 58/2 Ayodhya Kunj, Sarai Khwaja, Agra Cantt UTTAR PRADESH Agra Sadar, Agra
ETAH Road,
509 FSD Shikohabad 205135 Shikohabad Shikohabad Rehchati on Etah Road UTTAR PRADESH Firozabad Shikohabad
Shikohabad,Distt Firozabad
on Goverdhan Road near goverdhan
510 FSD Mathura 281001 Mathura Nagar Nigam Mathura FCI FSD Mathura, Goverdhan Road, Mathura UTTAR PRADESH Mathura Mathura
crossing
511 FSD Kosikalan New 281403 Chhata Barhana Meena Nagar Meena Nagar MEENA NAGAR KOSIKALAN UTTAR PRADESH Mathura Chhata
512 FSD Kosikalan Old 281403 Chhata Barhana Nandgoan Road Nandgoan Road Nand Gaon Road Kosikalan UTTAR PRADESH Mathura Chhata
513 FSD Chandpur 203001 Bulandshahr NA City Near Gas godown CHANDPUR ROAD, BULANDSHAHR-203001 UTTAR PRADESH Bulandshahr Sadar
514 FSD Imalia 203001 Bulandshahr Imalia Imalia Opp. Masjid VILL-IMALIA DISTT-BULANDSHAHR (UP) 203001 UTTAR PRADESH Bulandshahr Sadar

Village-KHERLI HAFISPUR (MANDI SHYAMNAGAR),


515 FSD Shyamnagar 203202 Dankaur Dankaur Kherli Hafispur Near Dankaur Railway Stn. UTTAR PRADESH Gautam Buddha Nagar Gautam Buddha Nagar
Near Dankaur railway stn., G.B.NAGAR-203202

516 FSD Khurja 203132 Khurja Khurja Maina Maujpur Near Khurja junction Jewar Road, Khurja, Bulandshahr-203132 UTTAR PRADESH Bulandshahr Khurja

517 CAP Lalpur 203205 Sikandrabad Lalpur Lalpur Opp. Shiv Temple Vill.-Lalpur, Tehsil- Sikandrabad, Bulandshahr-203205 UTTAR PRADESH Bulandshahr Sikandrabad

518 FCI 244001 Moradabad Moradabad moradabad Near Mandi Moradabad Naveen Mandi Moradabad UTTAR PRADESH MORADABAD MORADABAD
519 FCI 244901 Rampur Milak Milak Near Dhamora railway station Dhamora UTTAR PRADESH Rampur Milak
NEAR MEENA BAKERY TALKATORA FSD TALKATORA, TALKATORA ROAD, RAJAJIPURAM,
520 FSD TALKATORA 226017 SAROJINI NAGAR DARIYAPUR UTTAR PRADESH LUCKNOW
ROAD RAJAJIPURAM LUCKNOW
LUCKNOW- ALLAHABAD BYPASS, NEAR ITI CROSSING
521 FSD RAEBARELI 229010 RAHI CHHAJALAPUR, AKHTIYARPUR, MALIKMAUAIMA, AHMADPUR
NEAR ITI CROSSING NAZUL
RAEBARELI UTTAR PRADESH RAEBARELI
RAEBARELI
INDUSTRIAL AREA VILLAGE GADDO PUR SADAR
522 FCI FSD FAIZABAD 224001 MASODHA GADDOPUR GADDOPUR JINGLE BELL SCHOOL UTTAR PRADESH AYODHYA HAVELI AWADH
FAIZABAD - Pin: 224001
523 FCI FSD BARABANKI OLD 225001 BANKI DHAKAULI PARAKHANDAULI SBI SOMAIYA NAGAR DEWA ROAD SOMAIYA NAGAR BARABANKI UTTAR PRADESH BARABANKI NAWABGANJ
524 FCI FSD BARABANKI NEW 225001 BANKI DHAKAULI DHAKAULI SBI SOMAIYA NAGAR DEWA ROAD SOMAIYA NAGAR BARABANKI UTTAR PRADESH BARABANKI NAWABGANJ
GONDA KATCHAHARY RAILWAY
525 FSD,GONDA 271001 JHANJHARI JHANJHARI KESHAVPUR PAHARWA KESHAVPUR PAHARWA UTTAR PRADESH GONDA JHANJHARI
STATION
526 FSD AZAMGARH 276001 PAHALANI JAFRPUR JAFRPUR NEAR CHILDREN SCHOOL NEAR RAILWAY STATION UTTAR PRADESH AZAMGARH PAHALANI
Near BL Agro, New Parsakhera FCI FSD New Parsakhera, Road No.1 New Parsakhera
527 FCI, FSD PARSAKHERA 243502 Bareilly Parsakhera Parsakhera UTTAR PRADESH BAREILLY BAREILLY
Industrial Area, Road No.1 Industrial Area, Bareilly
528 FCI, FSD CB GANJ 243502 Bareilly CB Ganj CB Ganj Near ESIC Hospital,sleeper Road sleeper Road CB Ganj,Near ESIC hospital UTTAR PRADESH BAREILLY BAREILLY

529 FCI, FSD PILIBHIT 262001 Marori PILIBHIT PILIBHIT AOPPOSIT RFC OFFICE nearby nehru park UTTAR PRADESH PILIBHIT PILIBHIT
530 FSD Hapur 245101 Hapur Na Na Silos Silos, Meerut Road, Hapur, UP -245101 UTTAR PRADESH Hapur Hapur
531 FSD (Silos) Hapur 245101 Hapur Na Na Silos Silos, Meerut Road, Hapur, UP -245101 UTTAR PRADESH Hapur Hapur
Behind Platform No 2 (Partapur FSD Partapur, behind Partapur railway station, UP -
532 FSD Partapur 250103 Meerut Na Na UTTAR PRADESH Meerut Meerut
Railway Station) 250103
533 FSD ROZA 242406 BHAWALKHERA HATHODA ATSALIA NEAR ROZA RAILWAY STATION Near Atsalia Village, Shahjahanpur UTTAR PRADESH SHAHJAHANPUR SADAR
534 FSD ROUSARKOTHI 242001 BHAWALKHERA RAUSER RAUSER NEAR HARDOI BYPASS ROAD ROSARKOTHI, SHAHJAHANPUR UTTAR PRADESH SHAHJAHANPUR SADAR
535 FSD, Harduaganj 202127 Jawan Kasimpur Rampur Near kasimpur Power House Rampur,Harduaganj UTTAR PRADESH Aligarh Aligarh
536 FCI FSD Kasganj 207123 kasganj kasganj kasganj NH530B soron road Kasganj UTTAR PRADESH Kasganj kasganj
537 FSD Etah 207001 Sheetalpur Sheetalpur Etah Aligarh Road Aligarh Road, Etah UTTAR PRADESH Etah Dulhapur
538 FSD HATHRAS 204101 Hathras Hathras Hathras NH34004 KALWARI ROAD HATHRAS UTTAR PRADESH Hathras Hathras
539 FSD Aligarh 202001 Dhanipur Dhanipur Devsaini Near PAC Dev Saini Road, PAC Aligarh UTTAR PRADESH Aligarh Aligarh
NEAR SITAPUR CITY RAILWAY
540 FSD Sitapur 261001 KHAIRABAD N/A N/A FOOD CORPORATION OF INDIA KHAZIYARA SITAPUR UTTAR PRADESH SITAPUR SITAPUR
STATION
FOOD CORPORATION OF INDIA OPPOSITE MUSARAM
541 FSD Lakhimpur 262701 Lakhimpur N/A N/A NEAR LRP CHAURAHA UTTAR PRADESH LAKHIMPUR LAKHIMPUR
SHOWROOM LRP CHAURAHA
FOOD CORPORATION OF INDIA MANNAPURWA
542 FSD HARDOI 241001 SURSA KASRAWAN MANNAPURWA NEAR LUCKNOW ROAD UTTAR PRADESH HARDOI HARDOI
LUCKNOW ROAD HARDOI
543 FSD Tinsukia 786125 GUIJAN Guijan Makum Road Ward Near Makum Road Fly Over Makum Road, Tinsukia-786125 Assam Tinsukia Guijan
544 FSD Chaulkhowa 786003 LAHOAL Lahoal Banipur Near Convoy Road rail gate Convoy Road, Dibrugarh-786001 Assam Dibrugarh Lahoal
WARD NO.3. PO & PS- GOSSAIGAON DIST-
545 FSD Gossaigaon 783360 GOSSAIGAON GOSSAIGAON GOSSAIGAON STATION ROAD Assam Kokrajhar GOSSAIGAON
KOKRAJHAR, ASSAM, PIN-783360
546 FCI FSD NLP 787031 North Lakhimpur Japisajia Japisajia Office of DFO, NLP Japisajia, North Lakhimpur, Assam Assam Lakhimpur Lakhimpur
547 FCI FSD Narayanpur 784164 Narayanpur Pichala Jarabari Borburi Madav Dev L P School Jarabari, Narayanpur,Assam Assam LAKHIMPUR Pichala
548 FCI FSD Dhemaji 787057 Dhemaji Aradhal Tangnapara Dhemaji college Tangnapara, Near Dhemaji College, Assam Dhemaji Dhemaji
VILL-SILASUTI, PO&PS- SILAPATHAR,DIST-DHEMAJI,PIN-
549 FCI FSD Archipathar 787059 Sissiborgaon Sissiborgaon Silasuti Near Archipathar Rly station Assam Dhemaji Silasuti
787059.(ASSAM)
Guwahati
Opposite Vishal Megamart, New Maniram Dewan Road, Bamunimaidan, Guwahati -
550 FSD New Guwahati 781021 Guwahati Municipality Corporation Guwahati Noonmati Assam Kamrup(M) Municipality
Guwahati 781021
Corporation
Guwahati Baihata Road, Dora Kahara, Changsari -
551 FSD Changsari 781101 BEZERA Saraighat Changsari Opposite Army Camp, Changsari Assam Kamrup(R) Bezera
781101
552 FSD Tihu 781371 TIHU Jalkhana Bhatuakhana Parmankhowa Near Ganesh Gas Agency, Tihu Sarthebari-Road, Tihu, Assam - 781371 Assam Nalbari Tihu

553 FSD Bindukuri 784502 BALIPARA Bindukuri Sores Pakhiajhar Near Bindukuri Railway station Bindukuri,Tezpur,Sonitpur,Assam Pin 784502 Assam Sonitpur Halleswar

554 FSD Tangla 784521 BHERGAON NA Tokankata Tokankata Tokankata,Tangla,Udalguri Assam Pin 784521 Assam Udalguri Dakua

555 FSD Jogighopa 783382 Kabaitary Jogighopa Gaon Jogighopa Gaon Near Ashok Paper Mill Jogighopa Town Assam Bongaigaon Boitamari
556 FSD Cinnamara 785008 JORHAT 55 Karanga GP Katoni Gaon ONGC AB COLONY Cinnamara, Jorhat-785008 Assam Jorhat
Ramnagar, FCI Road,
557 FSD Ramnagar 788003 SILCHAR Ward No.3 Tarapur Near IOCL Assam Cachar Silchar
Pin-788003
558 FSD Lalabazar 788163 LALA Village Ummednagar Umednagar Near Lala Thana Village Ummednagar, PO Lala, Pin-788163 Assam Hailakandi Lala
Badarpur Railway Town
559 FSD Badarpurghat 788803 BADARPUR Near Railway Station Badarpur Town Industrial Area Assam Karimganj Badarpur
Pin- 788806
560 FSD Nilambazar 788722 SOUTH KARIMGANJ Near Railway Station Nilambazar Town Near Railway Station Ishwarsree, Nilam Bazar, Pin- 788722 Assam Karimganj Karimganj
561 FSD Senchowa 782002 KHAGORIJAN Senchowa Senchowa FSD Senchowa Senchowa Assam Nagaon Senchowa
562 FSD Hojai 782435 JUGIJAN JUGIJAN Hojai Near Masjid Masjid Road,Hojai (782435) Assam Hojai Hojai
FCI FSD DIPHU, Near Presbyterian Mission School,
563 FSD Diphu 782460 LUMBAJONG NA Diphu Presbyterian Church of India, Diphu Assam Karbi Anglong Diphu
Birla, 782462
Note: FCI may decide to exclude some of the above from the project and may include the new FSDs.

You might also like