Sie sind auf Seite 1von 62

NIT No.

A-23/CCTV(Pilot
23/CCTV(Pilot Basis)
Basis)/ 2014-15
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in

FOOD CORPORATION OF INDIA


REGIONAL OFFICE LUCKNOW
UTTAR PRADESH REGION

TENDER DOCUMENT

TEHNCIAL BID

NAME OF WORK Engagement of


Security Agencies for providing round
the clock Integrated Security Solutions
(Man Guarding & Electronic Security
Systems) at the designated FCI Godown
complexes on pilot basis at FSD
Chandari, (Kanpur), Uttar Pradesh

Page No: 1 of 62
NIT No. A-23/CCTV(Pilot
23/CCTV(Pilot Basis)/ 2014-15
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in
,

DISCLAIMER
The information contained in this tender document or subsequently provided to applicant,
appli whether
verbally or in documentary or any other form by or on behalf of the FCI or any of its employees or
advisers, is provided to applicant on the terms and conditions set out in this Tender document and such
other terms and conditions subject to w which
hich such information is provided. This information 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 au authoritative
statement of law. The FCI accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein.
This Tender document is not an agreement. The purpose of this Tender document is to provide
interested
ted parties within formation that may be useful to them in the formulation of their proposals pursuant
to this Tender document. This Tender document includes statements, which reflect various assumptions
and assessments arrived at by the FCI in relation to the assignment. Such assumptions, assessments and
statements do not purport to contain all the information that each applicantpplicant may require. This Tender
document may not be appropriate for all persons, and it is not possible for the FCI, its employees or
advisers to consider the objectives, technical expertise and particular needs of each party who reads or uses
this Tender document. The assumptions, assessments, statements and information contained in this Tender
document, may not be complete, accuraccurate, adequate or correct. Each applicant
pplicant 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 document do and
obtain independent advice from appropriate sources.
The FCI, its employees and advisers make no representation or warranty and shall have no liabili
liability
to any person including any applicant
pplicant under any law, statute, rules or regulations or tort, pr 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 document or otherwise,
including the accuracy, adequacy, correc
correctness,
tness, reliability or completeness of the Tender document and any
assessment, assumption, statement or information contained therein or deemed to form part of this Tender
document or arising in any way in this selection process.
p
FCI also accepts no liability
ty of any nature whether resulting from negligence or otherwise however
caused arising from reliance of any applicant upon the statements contained in this Tender document.
FCI 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 document.
The issue of this Tender document does not imply that the FCI is bound to select an aapplicant or to
appoint the selected applicant,
pplicant, as the case may be, for the assignment and the FCI reserves the rig right to
reject all or any of the proposals
roposals without assigning any reasons whatsoever.
The applicant shall bear all its cost associated with or relating to preparation and submission of its proposal
including
g but not limited to preparation, copying, postage, delivery fees, expenses associated with any
demonstrations or presentations which may be required by the FCI, formation of consortium or any other
costs incurred in connection with or relating to its Prop
Proposal.
osal. All such costs and expenses will remain with
the applicant
pplicant and the FCI shall not be liable in any manner whatsoever for the same or for any other costs
or other expenses incurred by an applicant
pplicant in preparation or submission of the Proposal, regardles
regardless of the
conduct or outcome of the Selection Process.

Page No: 2 of 62
NIT No. A-23/CCTV(Pilot
23/CCTV(Pilot Basis)/ 2014-15
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in
INDEX

SLNO DESCRIPTION PAGE NO

1 E-TENDER NOTICE

2 NOTICE INVITING TENDER 05 TO 07

3 PROPOSAL LETTER FROM TENDERER 08 TO 10

4 PROPOSAL LETTER FROM TENDERER 11 TO 12


INSTRUCTION TO TENDERERS, 5.VOLUME OF WORK , 6. PERIOD OF CONTRACT,
CONTRACT
5 13 TO 16
9. MINIMUM ELIGIBILITY CRITERIA
6 SPECIAL CONDITIONS FOR TENDER SUBMITTED BY A CONSORTIUM 16 TO 19

7 EARNEST MONEY & TENDER PROCESSING FEE. 15. SECURITY DEPOSIT:, 16 TO 21

8 SUBMISSION OF TENDERS 22 TO 37

Schedule II MANDATORY SECURITY SYSTEM TO BE PROVIDED BY THE


9 38 TO 47
TENDERER AT THE DEPOT
10 Schedule II-A 48 TO 49

11 SCHEDULE III TENDERER PROFILE 50 TO 53

12 SCHEDULE IV DECLARATION 54 TO 56

13 LAYOUT- PRICE BID Part B 57 TO 64

Page No: 3 of 62
NIT No. A-23/CCTV(Pilot
23/CCTV(Pilot Basis)/ 2014-15
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in

CHECK LIST BEFORE LOG OUT


SLNO LIST
1
Proof of payment of tender cost and EMD issued by
Banks shall be scanned and up loaded.
2
All pagess of tender document shall download,
load, sign
Every page, scan and up load to the portal.
3
All credentials to be submitted are to be self-attested,
self
Scanned and up load. Work or Supply order will not
be entertained.
4
Two bid systems the Technical bid and price bid shall
be up loaded separately in PDF format.
5
Cameras shall comply all three certifications: CE, FCC
and UL.

6. Prospective bidder shall comply strictly all


specifications specified of Technical bid and Price bid.

Page No: 4 of 62
NIT No. A-23/CCTV(Pilot Basis)/ 2014-15
2014
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in

FOOD CORPORATION OF INDIA


INDIAREGIONAL OFFICE: LUCKNOW
SECURITY DIVSION
NIT No. A-23/CCTV(Pilot Basis)/ 2014
2014-15 Dt:- 15.01.2014-15
15
E-TENDER NOTICE
Sealed item rate tenders- two bid system are invited on behalf of the Food Corporation of
India from the reputed manufacturers, sole distributors, dealers, agents for Engagement of
Security Agencies for Providing round the clock Integrated Security Solutions Solutio (Man
Guarding & Electronic Security System) at FCI,FSD, FSD, Chandari, Kanpur.
Kanpur The firm should
have satisfactorily completed minimum works of similar nature i) Three similar completed works
of each of costing not less than the amount equal to 40% of the total tendered amount by bidder
OR (ii) Two similar completed works for costing not less than the amount equal to 60% of the
total tendered amount by bidder OR (iii) One similar completed work for costing not less than the
amount equal to 80% of the total tendered amount by bidder for such supply and installation of
CCTV cameras external nal / internal at Private, PSUs, State / Central Govt. agencies during the last
recent five years.
Last date & time

Period during
Estimated
which EMD, Cost
Earnest Security
cost put to Money Period Time of
SL. NIT of bid document,
Completi
on of Opening of
Name of work & location Tender work technical Bid
No. No. E-Tender
(in Rs.)
Processing fee &
(in Rs.)
other documents
shall be
submitted.

1 2 3 4 5 6 7 8

Engagement of Security Agencies (03)


1. 01/ for Providing round the clock Item rate Months
3 years
Integrated Security Solutions
(Man Guarding & Electronic 2% on from the
quoted date of
Security System) atFCI, amount completi 04.02.2015
FSD,Chandari, ( Kanpur District ). on 04.02.2015 2.30 PM
2014 3:00 PM

-15

Page No: 5 of 62
NIT No. A-23/CCTV(Pilot
23/CCTV(Pilot Basis)/ 2014-15
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in,
i@nic.in, agmsecup.fci@nic.in

1. Tender forms (non transferable ) can be download


from www.fciweb.nic.in and www.eprocure.gov.in
www.eprocure.gov.i
https://eprocure.gov.in/eprocure/ap For more details please visit above web sites.
https://eprocure.gov.in/eprocure/app.
Cost of tender form (Rs.1500
1500 +
+225 Vat= 1725/)- and EMD 2% of quoted value of tender is
also to be paid through RTGS/NEFT/Demand Draft
ECS (Electronic Clearing System/ other electronic means through a schedule bank to the
following account.

ACCOUNT NO. IFSC CODE BANK BRANCH MICR CODE


STATE BANK OF INDIA,
MAIN
BRANCH
HAZRATGANJ
SBIN LUCKNOW
10864106873 226002002
0000125

2. The intending bidder must read the terms and condition carefully. He should only submit his
bid if he considers himself eligible and he is in possession of all the documents required.
3. Information and Instructions for bidders posted on website shall form part of bid document.
4. The bid document consisting of layout plans, specifications, the schedule of the quantities of
various types of items to be executed and the set of terms and conditions of the contract to be
complied with and other necessary documents can be seen and downloaded from website
www.eprocure.nic.in. https://eprocure.gov.in/eprocure/app.
https://eprocure.gov.in/eprocure/app
5. Tenderer shall have similar experience in supply, installation, testing and commissioning of
CCTV cameras on private, PSU, MES, State / Central Govt. Sectors.

6. The
he bid can only be submitted online (pdf format)
format). after uploading the mandatory scanned
documents such as proof of payment of Tender cost Rs. Rs.1500+225Vat=1725/))-
RTGS/NEFT/Demand draft and EMD at 2% of of total quoted value and other documents
as specified.Hard
Hard Copy of DD should be submitted before
opening
pening of the technical bid and scaned copy of said DD
should be uploaded along with technical bid.

7. Those contractors not registered on the website mentioned above, are required to get
registered before hand.
8. On opening date, the contractor can login and see the bid opening process. After opening of
bids he will receive the competitor bid sheet.
9. Contractor can upload docume
document in the form of PDF format
10. Contractor must ensure to quote rate of each item both in figures and words.
11. Tenders Technical bid shall be opened online first on due date and financial bid will be
opened at the same time or time as mentioned above or the time and date of opening of
financial bid of contractors qualifying the technical bid shall be communicated to them at a
later date.

Page No: 6 of 62
NIT No. A-23/CCTV(Pilot
23/CCTV(Pilot Basis)/ 2014-15
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in
11. FCI will not enter into any negotiations even with the Lowest Tenderer.

12. Completed Tenders containing


ining online covers of two bid online (pdf format) Bids are received
only on CPP Portal website https://eprocure.gov.in/eprocure/app in the Office of the
GENARAL MANAGER (UP) (UP), Food Corporation of India, R.O, Lucknow at the fixed time and
the date indicated in the NIT. The Tenderer will be at liberty to be present either in person or
through an authorized representative at the time of opening of the Bid. Price Bids of only
those tenderers shall be considere
considered whose Technical bid qualify.

13. FCI reserves the rights to accept any tender or reject any or all tenders or split up the work
between more than one tenders without assigning any reason whatsoever.

14. The detailed Tender Notice can be seen/ downloaded on our website
https://eprocure.gov.in/eprocure/app and "www.fciweb.nic.in"

GENERAL MANAGER (UP)

Page No: 7 of 62
NIT No. A-23/CCTV(Pilot
23/CCTV(Pilot Basis)/ 2014-15
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in

NOTICE INVITING TENDER

NOTICE INVITING ONLINE TENDER FOR ENGAGEMENT OF SECURITY


AGENCIES FOR PROVIDING ROUND THE CLOCK INTEGRATED SECURITY
SOLUTIONS (MAN GUARDING & ELECTRONIC SECURITY SYSTEMS) AT
THE DESIGNATED FCI GODOWN COMPLEXES ON PILOT BASIS FSD
CHANDARI, DISTRICT KANPUR (UTTAR PRADESH).
FROM:
The General Manager (Region)
Food Corporation of India
Regional Office, Lucknow.
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in

Dear Sir(s),

For and on behalf of the Food Corporation of India online bids in the prescribed Tender
Document under two bid system is invited for the designated depot complexes as per Schedule
I from interested, eligible tenderers for Engagement of Security Agencies for providing round the
clock Integrated Security Solutions (Man Guarding & Electronic Security Systems) for a period of
three years.
2. FCI is using services of e-Procurement
Procurement platform of NIC for the purpose of this tender. The
tenderers who wish to participate in the e-Tender
e Tender will have to register themselves in the e-
e
Procurement platform https://eprocure.gov.in/eprocure/app which is free and complete
necessary formalities as prescribed by NIC.
3. The Tenderers may contact NIC with regard to technical issues relating to functioning of
their e-Procurement
Procurement platform or any doubts regarding online
online submission of Bid Document in the
under mentioned Contact:

Dedicated helpline: 180030702232


180030702232(between ....0...hrs to ..24.....hrs)

4. The Tender Document and other detailed terms & conditions are available in the Food
Corporation of India website www.fciweb.nic.in (for reference only) as well as at
https://eprocure.gov.in/eprocure/app (for reference and online tendering).

5. Tender shall be electronically submitted (on-line


(on line through internet) within the prescribed
date and time as mentioned in the Tender document and ee-Procurement
Procurement portal. Submission of
Hard copy of the Tender documents instead of electronic submission will not be accepted.
6. Tenderers are advised to follow the instructions provided in the Instructions to the
Tenderers for the e-submission
submission of the tenders online through the Central Public Procurement
Portal for e-Procurement at https://eprocure.gov.in/eprocure/a
https://eprocure.gov.in/eprocure/app.

Page No: 8 of 62
NIT No. A-23/CCTV(Pilot
23/CCTV(Pilot Basis)/ 2014-15
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in
,
Critical Dates:

Tender Publish Date 15.01.2015 5:00 PM


Pre bid meeting date .

Tender Document Download Start Date & Time ( IST) 15.01.2015 5:00 PM

Tender Document Download End Date& Time ( IST) 04.02.2015 2:30 PM

Tender Submission Start Date & Time (IST). 15.01.2015 5:30 PM

Tender Submission End Date& Time (IST). 04.02.2015 2:30 PM

Tender Validity period . .

Tender Opening Date & Time (IST). 04.02.2015 3:00 PM


Date upto which the Tender to remain open for acceptance.

7. The last date for submission of the tenders is 2:30 PM of 04.02.2015 and Technical bids will be
opened online at 3:00 P.M. 04.02.2015
04.0 in the presence of the intending tenderers/their
authorized representatives
sentatives who may wish to be present or view online.

8. Tenders to remain open for acceptance up to and inclusive of sixty days from the date of
opening of the Tender. The Food Corporation of India, may, at its discretion, extend this day by
30 days and such extension shall be binding on the Tenderers. If the date up to which the Tender
is open for acceptance is declared to be a closed holiday/Sunday, the Tender shall be deemed to
remain open for acceptance till next following working day.

9. FCI will be holding a pre


pre-tender
tender meeting at Food Corporation of India, Regional Office
Lucknow on date. interested prospective tenderers or their authorized representatives
who wish to participate in the Tender enquiry may participate and seek any clarifications.
cla FCI
reserves the right to make any alterations in the tender document suo
suo-moto
moto and /or based on the
suggestions/ decisions arrived at the prepre-tender
tender meeting. Interested prospective tenderers or
their authorized representatives who wish to part
participate
icipate in the Pre Tender meeting shall inform
the Corporation two days in advance of their participation by E E-Mail
Mail at the contact given in the
Tender Document to facilitate the Corporation for making necessary arrangements. Any
modification to the tender document will be posted in the Central Public Procurement Portal and
such modification shall be binding on all the tenderers.
10. The prospective tenderers are advised to refer to the websites for any modification to the
tender Document and the tenderer shall ensure that the tender Documents submitted by them
shall contain such modifications, failing which the tenders are liable to be rejected.

11. The tenderers shall deposit alongwith the Technical Tender through RTGS / NEFT an
amount of INR ./- (Rupees .) towards Earnest Money 2% of Tendered
Quoted amount and INR 5000/ /-(Rupees
(Rupees Five thousand) towards Tender Processing Fee in the
stipulated FCI account and the scanned copy / soft copy of RTGS / NEFT acknowledgment of
such deposit shall be uploaded along with the Technical Tender FCI.

Page No: 9 of 62
NIT No. A-23/CCTV(Pilot
23/CCTV(Pilot Basis)/ 2014-15
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in

BANK DETAILS

ACCOUNT NO. IFSC CODE BANK BRANCH MICR CODE


STATE BANK OF INDIA,
MAIN BRANCH
HAZRATGANJ
SBIN LUCKNOW
10864106873 226002002
0000125

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

Page No: 10 of 62
NIT No. A-23/CCTV(Pilot
23/CCTV(Pilot Basis)/ 2014-15
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in

PROPOSAL LETTER FROM TENDERER

From

(Full Name of the Tenderer)_____________________________________________________


Address ______________________________________________________________________________
______________________________________________________________________________________
__
Phone No.____________________________
_____________________
Fax____________________________________
Email id_______________________________
Website_______________________________

To

THE GENERAL MANAGER (REGION)


FOOD CORPORATION OF INDIA
UTTAR PRADESH

Dear Sir,

1. With reference to your tender No. _________________________ dated ____________ I/we


submit the Online Tenders under two
two-bid
bid system for the designated depot complexes at FSD,
Chandari ( Kanpur ) for Engagement of Security Agencies for providing round the cclock
Integrated Security Solutions (Man Guarding & Electronic Security Systems).

2. I/We have thoroughly examined and understood all the terms & conditions as contained
in the complete set of tender document and agree to adhere by them.

3. I/We agree to keep the offer open for acceptance up to and inclusive of 60 days and to the
extension of the said date by another 30 days in case it is so decided by FCI. I/We shall be bound
by communication of acceptance of the offer dispatched by FCI within the time. I/we also agree
that if the date up to which the offer would remain open is declared a holiday for FCI, the offer
will remain open for acceptance till the next working day.

4. I/We hereby upload alongwith the Technical Tender the scanned copy / soft copy of
RTGS / NEFT acknowledgment of depositing INR ../
../- (Rupees .. Lakh) towards
Earnest Money 2% of tendered /quoted amount and INR 5000/- (Rupees Five thousand)
towards Tender Processing Fee in the stipulated FCI account.

In the event of my/our tende


tenderr being accepted, I/We agree to furnish within fifteen
working days of acceptance of the tender, Security Deposit as stipulated in the tender.

5. I/We do hereby declare that the entries made in the tender document are true and also that
I/We shall be bound
d by the acts of my/our duly constituted Attorney.

Page No: 11 of 62
NIT No. A-23/CCTV(Pilot
23/CCTV(Pilot Basis)/ 2014-15
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in

6. I/We do hereby
reby declare that the tenderer Firm, its proprietor or any its Partners or its sister
concern, consortium or its Members who have been blacklisted have not has not been
blacklisted/ debarred by any Govt. Department/Public sector undertaking. (*)

OR

7. I/We hereby declare that the tenderer Firm, its sister concern, subsidiary, was
blacklisted/debarred by______________(here give the name of the Department/Agency) for a
period of _________, which period has expired on _________. (Full details of the reasons
reason for
blacklisting/debarring, and the communication in this regard, should be given)(*}

(*) (Strike out whatever is not applicable)

8. I/We hereby declare that the contract entered into by the tenderer Firm with any Govt.
Department/Public sector undertaking has not been terminated before the expiry of the contract
period at any point of time during the last five years for breach of any terms
terms and conditions.

9. I/We hereby declare that the Earnest Money Deposit and/or Security Deposit of the
tenderer Firm has not been forfeited or adjusted by FCI or central/state Govt. or any central/
State PSU /Statutory Corporations during the last five years,
years, for breach of any terms and
conditions.

10. I/We hereby declare that the tenderer Firm, its proprietor / any of the partners / any of
the Directors has not been, at any time, convicted by any court for any offence and sentenced to
imprisonment for a period of three years or more.

11. I/We certify that all information furnished by the tenderer Firm is true & correct and in
the event that the information is found to be incorrect/untrue, the FCI shall have the right to
disqualify the Firm without giving any notice or reason therefore or summarily terminate
terminat the
contract, without prejudice to any other rights that the FCI may have under the Contract and
Law.

(Signature of Tenderer)
(Authorized Signatory)
(Seal)

Page No: 12 of 62
NIT No. A-23/CCTV(Pilot
23/CCTV(Pilot Basis)/ 20
2014-15
Tel. No.0522-4914239
E-mail: srmup.fci@nic.in , agmsecup.fci@nic.in

INSTRUCTION TO TENDERERS

1. The Food Corporation of India was set up under an Act of Parliament, the Food
Corporations Act, 1964 (Act No. 37 of 1964) in order to fulfill following objectives of
the Food Policy of the Government of India:
1.1 Effective price support operations for safeguarding the interests of the Farmers;
1.2 Distribution of food grains throughout the country for public Distribution System and
other Schemes of Government of India; and
1.3 Maintaining satisfactory level of buffer stocks of food grains to ensure national food
security.
1.4 The above objectives of the National Food Policy are being achieved by the Corporation
through its main operations of procurement, transportation, storage an and distribution of
food grains.

1.5 Food Corporation of India operates through its various Depots situated in different
parts of the country.

2. OBJECTIVE

For Engagement of Security Agencies for providing round the clock Integrated Security
Solutions (Man Guarding & Electronic Security Systems) at the designated FCI Godown
complexes at FSD, Chandari ( Kanpur ) to ensure safety of properties and personnel of
the corporation by deploying security personnel round the clock in three shifts of eight
hours and by installing electronic security systems consisting of access control, CCTV
Cameras, perimeter security and other detection and physical security items and gadgets
detailed in the Brief Description of Work and Schedule II,, in the depot and offices to
make the security arrangement effective and efficient thereby to minimize storage losses
arising out of theft, pilferage, mishandling, manipulation at weighb
weighbridges,
ridges, rodents, birds
and animals and such other causes. The Electronic Security Systems will be the property
of the Tenderer and FCI will only pay service charges on Monthly Rental basis for
providing the electronic surveillance and its installation.

3. PLACE
LACE OF OPERATION

The designated Godown complexes of FCI at FSD, Chandari ( Kanpur )to


) this tender
document.

4. BRIEF DESCRIPTION OF WORK:

4.1 The tenderer shall provide round the clock Integrated Security solutions by providing
adequate number of security personnel at the designated Depot complexes of
Corporation at FSD, Chandari ( Kanpur ) in three shifts of eight hours to man all the
security points and by installing electronic security systems consisting of access control
points, real time CCTV Camera with low light capability to capture even night shots. All
CCTV

Page No: 13 of 62
NIT No. A-23/CCTV(Pilot
23/CCTV(Pilot Basis)/ 2014-15
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in

cameras shall have web connectivity enabling online live monitoring with recording of
camera footage date & time wise, online zoom, online 360 degree camera control,
perimeter security with non
non-lethal
lethal charged fencing, visitor ID cards/ tokens, walky
walky-talky
Biometric attendance systems and such other security items and gadgets in the depot
complexes along with the support and maintenance of security systems with
uninterrupted power backup to make the security arrangement effective and efficient.

4.2 The tenderer shall also redraw, modify, reinforce the security plan as and when necessary
and also as intimated
timated to the tenderer in writing or otherwise by the authorized officer(s)
of the Corporation from time to time. The tenderer shall ensure safety of properties and
personnel of the corporation at the designated FCI Depot complexes with a view to
minimize storage losses. The tenderer must get themselves fully acquainted with size and
location of the designated depot complexes before submission of tender and quoting the
rates.

4.3 In the event of vandalism, encroachment or law and order problems, the security agency
will be fully responsible for controlling occurrence of such incidents and bear the
deployment of additional manpower during the period of such crisis as the situation
warrants.

4.4 The tentative estimated requirement of the security personnel is at FSD, Chandari (
Kanpur ) against each location. The agency shall provide security personnel as required
on the written requisition of the Corporation at the approved rates and terms and
conditions. The requisition of the client department may be less or more mo than the
estimated number of security personnel in view of the installation of security systems.

5. VOLUME OF WORK

5.1 Subject to as hereinafter mentioned the corporation do not guarantee any definite volume
of work or and particular pattern of service at any time or throughout the period of
contract. The mere mention of any item of work in this contract is not by itself cconfirm
any right on the tenderer to demand that the work relating to all or any item thereof
should necessarily or exclusively be entrusted to them.

5.2 The Corporation also reserves the right to deploy its security personnel in the same depot
complexes who will be entrusted with nature of duties distinct from the security
personnel engaged by the tenderer, which will not in any manner absolve the duties and
responsibilities of the security agency (tenderer) under this contract.

5.3 The tenderer shall provide ssuch


uch number of security personnel whenever asked to do so at
short notice during day or night by FCI or any authorised Officer acting on its behalf.

5.4 Tenderer shall formulate and submit a security plan ((Schedule-II)) for the designated
depots on the basis of the work intended under this contract.

Page No: 14 of 62
NIT No. A-23/CCTV(Pilot
23/CCTV(Pilot Basis)/ 2014-15
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in

6. PERIOD OF CONTRACT
Unless terminated earlier, the contract shall be for a period of three years from the date of
commencement of services and will expire at the end of the stipulated period. The
General Manager reserves right to terminate the contract at any time during its currency
without assigning any reason thereof by giving thirty days notice in i writing to the
Tenderer (s) at their last known address without assigning any reason for such
termination. The action of the General Manager under this clause shall be final,
conclusive and binding on the Tenderer.

7. ADMINISTRATIVE CONTACT & ADDRESS FOR COMMUNICATION

7.1 All communications concerning the various issues pertaining to the tender shall be
directed on the address listed below. Unauthorized contact with other FCI officials may
result in disqualification. Any oral communications will be considere
consideredd unofficial
and is not binding on FCI. Tenderer shall rely only on written instructions issued by the
authorized Officer of FCI.

Authorized FCI Officer General Manager (Region)

Address:- Food Corporation of India


TC-3V Vibhuti Khand
Gomti Nagar
Lucknow -226010
Phone 0522-4914207
FAX
srmup.fci@nic.in
Email agmsecup.fci@nic.in
Tenderer/ Authorized Representative
Address
Phone
FAX
Email
7.2 Any action required or permitted to be taken and any document required or permitted to
be executed, under this contract by FCI or the tenderer, may be taken or executed by the
respective Authorized Officers which shall be binding on the parties.
8. CONSTITUTION ION OF TENDERS
Tenders while submitting the bids should indicate whether they are Sole Proprietary
Concern or Registered Partnership Firm or Private/Public Limited Company/Registered
Society, Registered Consortium etc. and indicate the names of all the partners or Directors or
Members of the governing body & directors of the Society, as applicable. In case of
consortium the names of all the directors of all the members of the consortium has to be furnished
separately.

Page No: 15 of 62
NIT No. A-23/CCTV(Pilot
23/CCTV(Pilot Basis)/ 2014-15
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in

9. MINIMUM ELIGIBILITY CRITERIA

9.1 The tenderers who fulfill the minimum eligibility criteria alon
alonee shall apply. The tender
submitted by the tenderers who do not fulfill the minimum eligibility criteria will be
summarily rejected.

9.2 The tenderer firm shall have registration with PSARA and ISO certified in India having
at least Five years experience in providing round the clock Integrated Security
Solutions. In case of consortiums, each consortium Member shall possess the stipulated
five year experience in the respective relevant field, individually, ie, Man guarding or
electronic surveillance as the case may be and atleast one Member of the consortium shall
be a registered security agency in India. Each consortium member should be ISO certified.

9.3 The tenderer shall have minimum turnover (gross incomincome)


e) of INR One Crore in each of
the immediate preceding five financial years (2008
(2008-09,2009-10,2010-11,2011
11,2011-12 & 2012-13).
In case of consortiums, the gross turnover of all Members of consortiums will be counted.
counted

9.4 The tenderer shall have in its name valid EPF, ESI, PAN, TIN /TAN and Service Tax
registration. In the case of consortium the lead member of the consortium shall have the
EPF,ESI PAN and the Service Tax Registration.

9.5 The tenderer shall have a branch /f /franchisee


ranchisee in the state where the designated depot
complexes are situated at FSD, Chandari ( Kanpur ) and for which the tender is
submitted. In case of consortiums any Member of the consortium shall have a branch
/franchisee in the state where the designate
designatedd depot complexes are situated.

9.6 The intending tenderer should be registered with PSARA.

NOTE

1. In support of the above criterion, Tenderers shall furnish documentary proof failing which the tenders are
liable to be reject.

2. In support of the experience criteria, tenderer shall furnish self attested copies of the work order, copy of the
work completion Certificate issued by client / contract/agreement issued by the organizations for which the
tenderer having executed the assig
assignment.

3. A declaration by way of an Affidavit duly notarized in support of having successfully completed the
assignments.

4. The tenderer shall also furnish self attested copies of the Audited Profit & Loss Accounts and Balance Sheet
of the immediate preceding five financial years (2008
(2008-09, 2009-10, 2010-11, & 2011--12, 2012-13) and the
documentary proof of the EPF, ESI, PAN, TIN / TAN and Service Tax registration.

Page No: 16 of 62
NIT No. A-23/CCTV(Pilot
23/CCTV(Pilot Basis)/ 2014-15
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in

5. Copy of Registration
gistration Certificate with PSARA.

6. Proof of having a branch in the state.

7. Copy of Registration Certificate and ISO Certificate.

10. SPECIAL CONDITIONS FOR TENDER SUBMITTED BY A CONSORTIUM

a. The Tender shall contain the requisite information relating to each Member of the
Consortium;
b. One of the Members shall be nominated as Lead Member and this authorization shall be
evidenced by submitting a Power of Attorney signed by the duly authorized signatories of
the other Members of the Consortium as per format contained in
Annexure-A)
c. The Tender shall contain written Power of Attorneys for authorized signatories on behalf
of Members of the Consortium as per format contained in Annexure-B) B)
d. The Tender shall be signed by the duly authorized signatory of the Lead Member which
shall be legally binding on all Members of the Consortium;
e. All Members of the Consortium shall be jointly and severally liable and shall be bound by
the terms &conditions of this Tender and
f. Members of the Consortium shall enter into a legally binding Agreement amongst
themselves for the purpose of submission of the Tender and for providing services as
required under this Tender. The Agreement shall clearly contain (i) details of the
companieses forming part of the Consortium for this consultancy and the member which has
been nominated as lead member by the other Members to the Consortium, (ii) intention to
carry out all the responsibilities of the consultancy as stipulated in the Bid document, in
case the Bid of the Consortium is accepted by FCI, The Agreement shall remain valid till
the prescribed time for completion of the consultancy as indicated in the Bid document. A
copy of the Agreement shall be submitted with the Tender.
g. The number of Members of the consortiums is limited to a maximum of three.
h. A Tenderer bidding individually or as a member of a Consortium shall not be entitled
to submit another Tender for the work in the same state, either
individually or as a member of any Consortium,
Consortium, as the case may be.
i. Any one member of the consortium shall have their registered establishment in India.

11. CHANGE IN CONSORTIUM COMPOSITION

Change in the composition of a Consortium may be permitted by FCI at its sole discretion, only
where:

i. the Lead Member is not changed;

ii. the modified Consortium would continue to meet the Qualification criteria as specified in
Bid document;
Any change in the composition of the Consortium shall have prior approval of FCI in writing.

Page No: 17 of 62 )
NIT No. A-23/CCTV(Pilot
23/CCTV(Pilot Basis)/ 2014-15
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in

DISQUALIFICATION CONDITIONS:
CONDITIONS

12.1 Tenderer, its proprietor or any of its Partners or its sister concern, consortium or its
Members who have been blacklisted or otherwise debarred by FCI or central/state Govt.
or any central/ State PSU /Statutory Corporations will be ineligible during the p
period of
such blacklisting.

12.2 Any Tenderer, its sister concern, subsidiary, whose contract with FCI or central/state
Govt. or any central/ State PSU /Statutory Corporations, has been terminated before the
expiry of the contract period for breach of any tterms
erms and conditions at any point of time
during the last five years, will be ineligible.

12.3 Tenderer whose Earnest Money Deposit and/or Security Deposit have been forfeited by
the FCI or central/state Govt. or any central/ State PSU /Statutory Corporations, during
the last five years, for breach of any terms and conditions will be ineligible.

12.4 If the proprietor/any of the partners of the Tenderer firm/any of the Directors of the
tenderer company/any of the Directors or Members of the governing body of the SSociety
have been at any time, convicted by a Court for an offence involving moral turpitude,
such Bidder will be ineligible.

12.5 While considering ineligibility arising out of any of the above clauses, incurring of any
such disqualification in any capacity whatsoever (even as a proprietor, partner, Member
in another firm, or as a director of a company etc.) will render the Bid disqu
disqualified.

12.6 An unregistered partnership firm or unregistered society shall not be eligible to apply for
the bids.

13. SIGNING OF TENDERS

13.1 FCI will evaluate only those tenders that are received in the prescribed formats and
complete in all respects. Incomplet
Incompletee and /or conditional tenders shall be liable to be
rejected. The tender and all related correspondence and documents in relation to the
tender Process shall be in English language only. Supporting documents and printed
literature furnished by the tenderer with the tender may be in any other language
provided that they are accompanied by translations in the English language, duly
authenticated and certified by the Applicant. Supporting materials, which are not
translated into English, may not be considered. For the purpose of interpretation and
evaluation of the tender, the English language translation shall prevail.
13.2 The tender document shall be duly filled and signed (digitally signed wherever
applicable) by the authorized signatory on every page including supporting documents,
annexures, schedules and appendices.

Page No: 18 of 62
NIT No. A-23/CCTV(Pilot
23/CCTV(Pilot Basis)/ 2014-15
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in

13.3 Person(s) signing the tenders shall state in what legal capacity he / she is, or they are
signing the tenders, e.g., as sole proprietor/partner of the firm, or as a Secretary
/Manager / Director etc., of a Limited Company or Authorised Member of the societysociet ,
authorised signatory of the lead member of the consortium etc.
13.4 In case of Partnership firm, the names of all partners should be disclosed and the tenders
shall be signed by all the partners. The attested copy of the registered partnership deed
shall be furnished along with the Tender.

13.5 In case of companies, the names of all the Directors shall be mentioned and a self attested
copy of the Resolution passed by the Company authorizing the person signing the Tender
to do so on behalf of the company shall be attached to the Tender along with self attested
copy of the Memorandum and Articles of Association of the Company.

13.6 In case of a Society, the person signing the tenders shall state the competency to sign the
tenders and enter into a contract in accord
accordance
ance with the Rules & Regulations and Bye
laws of the Registered Society and shall produce the self attested copies of the Rules &
Regulations and Bye laws of the Registered Society. In case of a consortium the names of
all the members of the consortium andand the names of the directors of each member of the
consortium to be furnished along with the attested copies of the consortium agreement
and power of attorney to the lead member of the consortium by all members, power of
attorney to the authorised signatory
signatory by the respective members of the consortium, along
with the copies of the Memorandum and Articles of Association of each member
Company of the consortium.

13.7 The person signing the Tender or any other documents forming part of the Tender, on
behalf of any other person or a Firm shall be responsible to produce a proper Power of
Attorney duly executed on a non judicial stamp paper of appropriate value, duly
attested
ested by a Notary Public in his favour, stating that he has authority to bind such other
person(s), or the firm, as the case may be, in all matters, pertaining to the Contract. If at
any stage it is found that the person concerned had no such authority FCI may, without
prejudice to other civil/criminal remedies, terminate the Contract and hold the signatory
& the Firm liable for all costs and damages.

13.8 The Power of Attorney should be signed by all the partners in the case of a partnership
concern, by the proprietor
roprietor in the case of proprietary concern, the persons who are
competent to bind the Society as per Rules & Regulations and By laws of a Society and by
the person who by his signature can bind the company in the case of a limited company.

13.9 If the person


n so signing the tenders fails to produce necessary documentary proof of his
Authority as indicated above, his Tender shall be summarily rejected without prejudice to
any other rights of the Corporation under the law.

13.10 If the Tenderer is a partnership firfirm, there shall not be any re-constitution
constitution of the
partnership without the prior written consent of the Corporation till the satisfactory

Page No: 19 of 62
NIT No. A-23/CCTV(Pilot
23/CCTV(Pilot Basis)/ 2014-15
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in,
c.in, agmsecup.fci@nic.in

completion of the Contract and in case of a Registered Society, the Memorandum of


Association and Rules & Regulations and By laws of the Society shall not be
altered/amended nor any amalgamation, division or reorganization of tthe society is
resorted to without the prior written consent of the Corporation till the satisfactory
completion of the Contract, failing which the Contract is liable for termination treating it
as breach of Contract.

13.11 The tenderer shall also furnish the declaration as per Schedule-IV.

14. EARNEST MONEY & TENDER PROCESSING FEE.

14.1 Each tender must be accompanied by Tender Processing fee ( non non-refundable
refundable ) of INR
5000/- ( Five thousand only ) inclusive of all taxes and an Earnest Money Deposit at
2%(Two percentage ) tendered / quoted amount (EMD ) of INR ____ lakh ( rupees ___
lakh only) by way of RTGS / NEFT to the FCI A/c No ______ NEFT _____ in ____ Bank
and Upload along with the technical bid the scanned copy / soft copy of
acknowledgment of RTGS / NEFT in favour of FCI.

14.2 FCI is not liable to pay any interest on the EMD. Tender
Tenderss not accompanied by proof of
deposit of EMD & Tender processing fee shall be summarily rejected. The Tenderers are
permitted to tender on the express condition that after submission of tender, in case he
resiles, or withdraws his offer, for any reason wha
whatsoever
tsoever during the Tender process, the
Earnest Money Deposited by the tenderer shall stand forfeited without prejudice to any
other rights and remedies of FCI against the tenderer under the contract and law and the
Tenderer shall be liable for any loss suf suffered
fered by FCI on account of such
withdrawal/modification etc. and the tenderer will also be debarred from participating in
any other Tender Enquiry with FCI for a period of five years.

14.3 The Earnest Money(without interest) shall be returned to all unsuccessful Tenderers
within a period of 30 days from the date of issue of the acceptance letter and to a
successful tenderer, after he has furnished the Security Deposit, if he does not desire the
same to be adjusted towards the Security Deposit. No interest shall be payable on Earnest
Money, in any case.

15. SECURITY DEPOSIT:

15.1 The successful Tenderer shall, within fifteen days from the date of issue of acceptance
furnish Security Deposit of value 10% of contract value of
Letter by FCI, required to furni
which 50% by way of demand draft issued by any scheduled bank in favour of Food
Corporation of India payable at New Delhi and 50% by Bank Guarantee (as per
Schedule-III)) issued by any scheduled Bank in India. The EMD submitted by the
successful Tenderer shall be automatically converted into part Security Deposit and for
remaining part he has furnish Demand Draft & BG.

Page No: 20 of 62
NIT No. A-23/CCTV(Pilot
23/CCTV(Pilot Basis)/ 2014-15
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in

15.2 The security deposit will remain with FCI throughout the period of contract and three
months thereafter.

15.3 If the successful Tenderer having been called upon by the FCI to furnish Security Deposit
fails to do so within the specified period apart from forfeiting the EMD, it shall be lawful
for FCI to cancel the contract and to award the contract at the Risk and Cost of such
Tenderer.

15.4 If the successful Tenderer had previously held any contract and furnished Security
Deposit, the same shall not be adjusted against this Tender and a fresh Security Deposit
will be required to be furnished.

15.5 nst the Corporation either in respect of interest on S.D. or any


No claim shall lie against
depreciation in value of any Security.

15.6 If the successful Tenderer fails or neglects to observe or perform any of his obligations
under the contract and / or commit breach of any of the ter terms
ms & conditions of the
contract and / or in the event of termination of contract, it shall be lawful for the FCI to
forfeit either in whole or in part, in its absolute discretion, the Security Deposit furnished
by the tenderer or to appropriate the Securit
Security
y Deposit furnished by the tenderer or any
part thereof in or towards the satisfaction of any sum due to be claimed for any damages,
losses, charges, expenses or costs etc. that may be suffered or incurred by the
Corporation. The decision of FCI or its aut authorized
horized officer in respect of such damages,
losses charges costs or expenses shall be final and binding on the tenderer.

15.7 Save as aforesaid if the tenderer duly performs and completes the contract in all respects
and presents an absolute NO DEMAND CERTIFICATE, the FCI shall refund the
Security Deposit to the successful Tenderer after deducting all costs and other expenses
that the Corporation may have incurred and all dues and other money including all losses
and damages which the Corporation is entitled to recover from the successful Tenderer.
The decision of the Corporation in respect of damages, losses, charges, costs or
o expenses
shall be final and binding on the Tenderer.

15.8 Whenever the Security Deposit falls short of the specified amount, the Tenderers shall,
make good the deficit so that the total amount of Security Deposit shall not at any time be
less than specified amount.

15.9 In the event of the security being insufficient or if the security has been wholly forfeited,
the balance of the total sum recoverable as the case may be shall be deducted from any
sum then due or which any time thereafter may become due to the tenderer under this or
any other contract with the Corporation, should that sum also be got sufficient to cover
the full amount recoverable the tenderer shall pay to the Corporation on demand the
remaining balance due.

Page No: 21 of 62
NIT No. A-23/CCTV(Pilot
23/CCTV(Pilot Basis)/ 2014-15
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in

16. SUBMISSION OF TENDERS

16.1 The tenders shall be submitted online in two parts, viz., Part A Technical
hnical bid and Part
B Price bid at the Central Public Procurement Portal (
https://eprocure.gov.in/eprocure/ap
https://eprocure.gov.in/eprocure/app)) as per scheduled date/time and as per
instructions for submission of ee- tender stipulated in the e- procurement portal.

16.2 The documents required to be uploaded as part of Technical Bid shall include the
following:
(i) A Certificate that the tenderer agree to the terms and conditions of the Bid Documents
(ii) Scanned / soft copy of acknowledgment of RTGS / NEFT towards Earnest Money
Deposit.
(iii) Scanned / soft copy of acknowledgment of RTGS / NEFT towards Bid Processing Fee.
(iv) Scanned copy of all the documents stipulated in the Part A Technical Bid.
(v) Scanned copies of documents in support of meeting the minimum eligibility criteria and
all credentials, documents & copies of certificate/ information called for in the Technical
Bid.

16.3 Tenders which do not comply with these instructions shall be summarily rejected.

16.4 The tender document shall be filled in by the tenderer without any overwriting/ inter
inter-
lineation clearly, neatly and accurately. Any erasures or corrections would render the
proposal invalid unless the same is carried out neatly and attested by the authorized
signatory with full signature.

16.5 The tenderers shall not incorporate any condition in the bids as conditional tenders and
tenders which are not submitted strictly in accordance with the tender terms are liable to
be rejected.

16.6 MODIFICATION AND WITHDRAWAL OF TENDERS

a) Tenderer can modify and correct or upload any relevant document in the portal till the
last date and time of Tender submission, as published in the ee-procurement
procurement portal.

b) Withdrawal of bids is not allowed, once bids are submitted. So in case of withdrawal
EMD is liable to be forfeited.

16.7 A tenderer (including his associate, any shareholder thereof having a shareholding of
more than 5 per cent of the subscribed and paid up and share capital of such Tenderer or
having ownership interest, partner, subsidiary, sister concern, consortium Member
Member) can
submit only one proposal. If the tenderer submits more than one proposal all such
proposals shall be disqualified and EMD will be forfeited.

Page No: 22 of 62
NIT No. A-23/CCTV(Pilot
/CCTV(Pilot Basis)/ 2014-15
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsec
agmsecup.fci@nic.in

16.8 While preparing the Technical and Price Bid, tenderers shall provide correct and relevant
information. If at any stage it is found that the information supplied by the tenderer is
incorrect FCI reserves the right to initiate appropriate legal proceedings iincluding
Termination of the contract & forfeiture of EMD and Security deposit.

16.9 The Technical Bid shall not include any information sought in the Price Bid. All other Bid
documents except Price Bid shall be enclosed with the Technical Proposal.

16.10 The Tenderer


derer shall submit the financial proposal in the price bid template provided along
with this bid (PART- B), online, digitally signed by the Authorized Representative.

16.11 Tenderers are invited online only. If at any stage any of the documents submitted by th
the
tenderer are found to be forged / fabricated, false, the EMD/Security Deposit of the
Bidder shall be forfeited without prejudice to the right of the corporation to proceed
against the bidder legally.

16.12 Tenders along with annexures, schedules, appendices and supporting documents etc.
must be serially numbered by the bidder. The tenderers shall submit the scanned self
attested copies of the original supporting documents along with the Technical bid
documentt to enable the Corporation to verify & evaluate the bids. After evaluation of the
online bids those tenderers who are meeting the criteria for technical qualification will
be advised by FCI to produce the Original documents furnished along with the
Technical
cal Bids for verification on the date & time to be stipulated. Tenders of tenderers
who fail to furnish the Original Documents for verification on the date & time fixed for
verification will be summarily rejected.

16.13 Tenderer must examine all terms and inst


instructions
ructions included in the Documents. Failure to
provide complete and accurate information with supporting documents may result in
rejection of Bids.

16.14 The costs and expenses incurred by the Bidder in connection with submission of these
documents etc. are nott reimbursable. The Bidder shall bear all costs associated with the
preparation and submission of its Bid, and the FCI will in no case be responsible or liable
for these costs, regardless of the conduct or outcome of the Biding process.
16.15 FCI shall not be liable for any omission, mistake or error on the part of the tenderer
while submitting the Bid.

16.16 Corporation may, at its discretion, seek from any or all Tenderers clarification(s) in
respect of any particulars furnished in their offer. The request for such clarifications and
the response will be in writing.
16.17 Corporation at its sole discretion may require
require any Bidders to rectify any discrepancies
noticed in the Technical Bids submitted by them such as missing signature on the page,
serial numbers, missing seal, Attestation etc. It is further clarified that no new Document
shall be accepted.

Page No: 23 of 62
NIT No. A-23/CCTV(Pilot
23/CCTV(Pilot Basis)/ 2014-15
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in

16.18 While submitting the bid, wherever the Power of Attorney is to be submitted by the
tenderer such
ch Power of Attorney shall be on a non
non-judicial
judicial stamp paper of appropriate
value duly notarized by a Notary Public.

17. TENDER VALIDITY

Tender shall remain valid for acceptance up to 60 days from the date of opening of tender.
However, the tender validity period can be extended by another 30 days at the discretion
of FCI. Such extension shall be binding on the tenderer. Any tenderer not ke keeping the
offers open for the prescribed period shall be summarily rejected.
18. OPENING OF BIDS

The Technical Bids will be opened online in Food Corporation of India, Regional Office
Lucknow, at the fixed time and the date indicated in the Bid document. T The bidders will
be at liberty to be present either in person or through an authorized representative at the
time of opening of the Technical Bid. They can view the Bid opening online also. Price
Bids of only technically qualified bidders will be opened at the time and place for which
separate notice will be given. Technically qualified bidders will be at liberty to be present
either in person or through an authorized representative at the time of opening of the
Price Bids or view online. If the date of open
opening
ing of price bid is declared a holiday/Sunday
for the Corporation, the offer will remain open for acceptance till the next working day.
19. TENDER EVALUATION:

19.1 A two-stage
stage procedure shall be adopted in evaluating the proposals. Technical evaluation
shall be carried out first, followed by the Price Bid evaluation. During the Scrutiny of the
Technical bid by the designated tender evaluation committee by whom appoin appointed by the
competent authority necessary clarification if any required by the corporation shall be
furnished by the tenderer within time given by the Corporation for the same. The
Corporation is at liberty to verify any or all the documents submitted by th the tenderers
even by referring to third parties, with original documents after the technical evaluation
is completed, opening of the Price bids will be done online. Date and time of opening of
the Price Bids of will be intimated to the technically qualified tenderers.

19.2 The tenderers should be prepared to proceed to FCI at their own expenses and without
any obligation, if called upon to do so, for an interview by the General Manager Food
Corporation of India (or an officers authorities to act an there behalf from FCI) at the case
may be at their own expense.

20. BID EVALUATION CRITERIA

20.1 The evaluation committee, after determining whether the technical Bids are complete &
responsive, without errors and is meeting all the minimum eligibility criteria shall
determine
mine the lowest rates of the technically qualified tenderers for award of contract.

Page No: 24 of 62
NIT No. A-23/CCTV(Pilot
23/CCTV(Pilot Basis)/ 2014-15
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in

Selections of tenderers are entirely at the discretion of the FCI and FCI shall not be
required to provide any explanation or justification in respect of any aspect of the
Selection Process or Selection.

20.21 Tenderer shall quote in the price bid Monthly service charges per item, for one unit, per
month for every item indicated in the Price Bid including security personnel, for
providing Integrated Security solutions, excluding service tax. Based on the Grand Total
T
of Total Amount column indicated in the price bid the lowest tenderer (L-1)
(L will be
determined. The monthly payment will be as per the requirement stipulated by
GM(Region). Tenderer are not entitled to claim any enhancement of service charges on
any account. during the tenure of the contract. The Tenderer shall pay not less than
minimum wages, other statutory payments and DGR rate as applicable to the
security/Other personnel engaged by them as notified by Appropriate Government from
time to time during
ing the currency of contract period.

21. AWARD OF CONTRACT


CONTRACT:

21.1 The contract will be awarded to the successful lowest tenderer by way of issuance of
acceptance letter by FCI by post/e
post/e-mail/hand
mail/hand delivery under acknowledgment and the
tenderer shall immediately act upon such acceptance letter. Acceptance so conveyed will
constitute the contract between the Tenderer and FCI and the contract shall be effective
from the date of issue of acceptance letter. The Contract, if any, which may eventuate
from this tender shall
all be governed by the terms and conditions as contained in the NIT,
Tender documents and its Annexures, appendices & schedules. The tenderer shall be
bound by the communication of acceptance of the offer dispatched by FCI within the
time.

21.2 Food Corporation on of India reserves the right to accept or reject any or all the tenders and
/ or cancel the Tender enquiry at any stage without assigning any reason and does not
bind itself to accept the Lowest tender or any tender and corporation will not be liable for
any costs and consequences thereof.
22. COMMENCEMENT OF SERVICES

The successful tenderer shall have all necessary mandatory / statutory Licenses, permits,
approvals, sanctions from the respective Authorities, including but not limited to, under
Contract Labour (R&A) Act, Private Security Agencies (Regulation)
Act, 20055 as applicable to
UP.
. state where the designated depot complexes are
situated at FSD, Chandari ( Kanpur ) and for which Tender is submitted and also to
complete the installation of security systems, within 60 days from the date of issue of
acceptance letter. Tenderer shall after installation and making the security systems fully
functional will inform the auth
authorized
orized FCI representative in writing who after checking
the same will certify the start date. If the Tenderer fails to complete the installation within
the stipulated
60 days time, Corporation may at its sole discretion extend this period by another 15

Page No: 25 of 62
NIT No. A-23/CCTV(Pilot
23/CCTV(Pilot Basis)/ 2014-15
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in

days by levying Liquidated Damages @ 2% of the contract value for 15 days for each day
of extension, which the Tenderer and FCI
agree as a genuine pre -estimate
estimate of losses/damages. Even after the expiry of the extension
period if the Tenderer fails to complete the installation of security systems, the contract is
liable to be cancelled
ancelled and fresh tender may be called for at the risk & cost of the tenderer
in which case the EMD/SD furnished by the Tenderer

is liable to be forfeited. In the event of cancellation of the Tender , the tenderer shall
immediately remove all his installations, but not later than 30 days from the cancellation
of the contract failing which Corporation will remove such installations at the risk & cost
of the tenderer and for any damage or loss to such gadgets or its installations of the
tenderer Corporation
oration will not be responsible in any way.
23. CORRUPT PRACTICES
PRACTICES.

An Act of bribe, gift or advantage, given, promised or offered, by or on behalf of the


Tenderer, or any one of their partners/Directors/Agents or officials, or any person on his
or her behalff to any officer, officials, representative or agent of the Corporation, or any
person on his or their behalf, for showing any favour or forbearing to show any disfavour
to any person in relation to the Contract, shall make the Tenderer liable for termination
terminat of
this Contract or any other Contract with the Corporation and the Tenderer shall be liable
to reimburse the Corporation of any loss or damage resulting from such cancellation.

Tenderers shall not indulge in any antianti-competitive


competitive practices/agreements implied or
express while participating in the tender.

In case of any clear indication of cartelization, the Tendering Authority may reject the
relevant Tenders, forfeit their EMD /SD and also recommend the case to the Competition
Commission of India or any other department having appropriate jurisdiction or
Authority, for initiating necessary action including, but not restricted to, cancellation of
license. Corporation reserves the right to initiate appropriate legal action against the
bidders If the indication
ication of cartelization comes to notice even after award of
contract/expiry of contract.

24 NO NEGOTIATION
No negotiation will be held with any of the tenderers after the Tenders are opened.
Tenderers are, therefore, requested to indicate their best rates at the very first instance.

25. DEFINITIONS
25.1 The term Contract shall mean and include the invitation to te
tender,
nder, the tender document
consisting of Technical bid & price Bid, its annexure appendixes schedules, letter of
acceptance of tender.

25.2 Tender shall mean and include the invitation to tender, the tender document consisting of

Page No: 26 of 62
NIT No. A-23/CCTV(Pilot
23/CCTV(Pilot Basis)/ 2014-15
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in

both Technical bid & price Bid, its annexure, appendices and schedules.

25.3 The terms Corporation, Food Corporation and FCI wherever occurs shall mean the
Food Corporation of India established under the Food Corporation Act 1964.

25.4 The term General Manager shall mean the General Manager(Region) of Food
Corporation
tion of India whose administrative jurisdiction the Food Corporation of India
depots/ offices to which the contract relates fall. The term General Manager shall also
include the other officers for the time being authorized to execute contract(s) on behalf of
Food Corporation of India, including General Manager( security).

25.5 The term Tenderer shall mean the tenderer/bidder firm with whom the contract has
been placed.
25.6 Man Guarding: shall mean Guarding with the help of security personnel.

25.6 Electronic Security Systems: shall mean electronic & other related surveillance systems
detailed at Schedule-IIA
IIA

25.7 The Term Depot complex shall mean the individual depot at FSD, Chandari ( Kanpur )
include the entire depot premises, sheds, offices, godowns
godowns,, silos, weighbridge cabins, all
entry and exit points and such other installations permanent or temporary nature.

25.8 The term Worker shall mean all the personnel being engaged by the tenderer.

25.9 Integrated Security Solutions means providing services in combination of both security
personnel and electronic & other related surveillance systems (detailed at Schedule-IIA)
round the clock in three shifts of eight hours to man all the security points.

26. TERMS & CONDITIONS

26.1 The Security personnel of the tenderer must shall always wear proper uniform including
winter and rainy season kit, Walky Talky, lathis, torch, whistle etc. The Tenderer shall
ensure regular rotation of personnel deployed under the contract.
co

26.2 That during the period of contract The Tenderer shall install & maintain all Mandatory
security systems to be provided at the depot complex as stipulated in Schedule IIA.

26.3 The security personnel of the tenderer must carry photo identity card at the cost of
agency.

26.4 The tenderer will have to adhere by the provisions of all applicable statutes including

Page No: 27 of 62
NIT No. A-23/CCTV(Pilot
23/CCTV(Pilot Basis)/ 2014-15
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in

labour, taxation and other laws applicable to its establishment during the period of its
engagement and shall be solely responsible and accountable for breach or violation of any
of the provisions of any Act, Rules, Regulation, Notification, Circulars issued from time to
time by the Government of India or respective State Government as the case may be.

26.5 Confidentiality of the assignment: The tenderer will ensure that its personnel will not at
any time divulge/make k known,
nown, any information or other matter relating to the affairs of
FCI. Any information pertaining to the FCI or any other Governmental Agency involved
in the project that comes to the knowledge of the tenderer in connection with this
contract, unless alreadyy available in public domain, shall be deemed to be confidential
and the tenderer will be fully responsible for the same being kept confidential and held in
trust, as also for all consequences of its concerned personnel failing to do so. The
tenderers shalll ensure due secrecy of information and data not intended for circulation in
public.

26.6 The tenderer will ensure that all its personnel deployed in FCI locations are trained,
physically fit and mentally alert. The minimum age of Trained Security personnel should
not be less than eighteen years while maximum age should not be more than 50 years in
order to ensure agility and alertness of the personnel.

26.7 The tenderer will ensure that all its personnel are properly trained to carry out their
duties to the satisfaction FCI. The security agency shall deploy the trained security
personnel only in FCI
CI assignment.

26.8 The tenderer will certify that all the personnel deployed bear good moral character and
have no criminal record. Police verification of each of the tenderers personnel engaged in
the depot complex of FCI to be submitted before deployment and regular rotation of such
personnel should be resorted to.

26.9 In case of negligence, dereliction of duty, disorderly behavior, other misconduct etc. by
security personnel of the agency, the agency will take proper disciplinary action against
such personnelel and such personnel be removed from the premises of FCI forthwith
without any cost.

26.10 The agency will ensure statutory payment of wages to its personnel well in time
irrespective of whether the payment is received by it from FCI or not.
26.11 After the award of the contract, if the tenderer fails to deploy its Security Staff and/or
install the electronic systems in the designated depot complex within the time
stipulated(including extension if any granted), the contract is liable to be cancelled and
fresh tender
er may be called for at the risk & cost of the tenderer.

26.12 Tenderer shall at all times throughout the tenure of the contract provide requisite number
of security personnel and maintenance & power (battery/ generator) backup to the

Page No: 28 of 62
NIT No. A-23/CCTV(Pilot
23/CCTV(Pilot Basis)/ 2014-15
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in

security systems and ensure smooth uninterrupted functioning of the security systems
round the clock. The tenderer shall handover the recording of the CCTV footage to FCI
every month along with the monthly bill in DVD format. If the security system is down
due to power failure, malfunctioning etc, for more than five hours in a month and /or
fails to
o provide the requisite number of security personnel the same will be treated as a
breach of contract.

26.13 Reserving the right to initiate action for breach, FCI will levy Liquidated Damages @
double the pro-rata
rata hourly service charges of the said items for eevery
very hour of downtime
of security systems over and above the maximum permissible five hours in a Month,
subject to the condition that if the down time is less than an hour, Liquidated Damages
will be calculated on a pro
pro-rata basis, subject to the further condition
ondition that the Liquidated
Damages charges levied in a Month shall not exceed 5 % of the monthly service charges .

26.14 If the Tenderer fails to deploy Security personnel less than 90% of the strength
requisitioned/stipulated in a shift (round off to the ne
next
xt higher number) FCI will levy
Liquidated Damages @ double the Minimum Wages for each security Guard the Tenderer
failed to supply in a shift subject to the further condition that the liquidated damages
levied in a month shall not exceed 5% of the monthly service charges.

26.15 The Tenderer and FCI agree that the Liquidated damages stipulated herein is a genuine
pre-estimate
estimate of losses/damages.

26.16 The entire CCTV footage being recorded shall be the sole property of FCI and the
tenderer shall have no right whatso
whatsoever over such property.

26.17 The tenderers shall perform and carry out their obligations under the contract with all
due diligence, efficiency, and economy in accordance with generally accepted
professional techniques and practices, and shall observe sound management practices,
and employ
ploy appropriate advanced technology and safe methods. The tenderers shall
always act, in respect of any matter relating to this Contract or to the Services, as faithful
advisers to the Corporation, and shall at all times support and safeguard the
Corporations
ions legitimate interests in any dealings with the third parties.

26.18 The Tenderer shall carry out all times of services assigned or entrusted to him/them by
the General Manager or officer acting on his behalf and shall adhere by all instructions
issued to him / them from time to time by the said officer. They shall render the services
to the satisfaction of the General Manager or an officer acting on his behalf together with
ancillary and incident duties, services and operations as may be indicated by the ssaid
officer(s) and are not inconsistent with the terms & conditions of the contract. The
Tenderer shall always be bound to act with responsible, diligence and in a businesslike
manner and to use such skill as expected of men of ordinary prudence in the conduct
con of
their activities.

26.19 The Tenderers shall inform the General Manager and officers authorized to act on his

Page No: 29 of 62
NIT No. A-23/CCTV(Pilot
23/CCTV(Pilot Basis)/ 2014-15
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in

behalf, the name of one or more responsible representative(s) authorized to act on their
behalf for each state where the designated depots are located in day to day working and it
shall be duty of each of the representatives to generally remain in touch with FCI, to
report the progress and generally to take the instructions in matter.

26.20 The Electronic Security Systems and its installations will be the property of the Tenderer
and FCI will only pay service charges for providing the electronic surveillance, as quoted
in the price Bid. After completion of the Contract by expiry of Tenure/ Termination of
Contract it shall be the responsibility of the tenderer to remove all the Electronic Security
Systems and its installations as well as the Personnel of the Tenderer, immedi
immediately, but
not later than 30 days from the date of expiry of Tenure/ Termination of Contract as the
case may be.

26.21 The Tenderer shall provide integrated security solution to all the designated depots
within the Region for which he has submitted his tender.

27. PARTIES TO THE CONTRACT

27.1 The parties to the contract are Food Corporation of India represented
represente by the General
Manager (UP ) FCI, RO, Lucknow and the tenderer through the person authorized to act
on behalf of the Tenderer.

27.2 Notice or any other action to be taken on behalf of Food Corporation of India may be
issued/ accepted by the General Manager or any other offi
officer
cer so authorized and acting
on his behalf.

28. SUBLETTING

The tenderer shall not sublet transfer or assign the contract or any part thereof without
the prior written approval of Corporation. In the event of the tenderer contravening this
condition the corporation is entitled to terminate the contract at the risk & cost of the
tenderer and the Tenderers shall be liable for any loss or damage which the Corporation
may sustain in consequence or arising out of such replacing of the contract.
29. RELATIONSHIP WITH THIRD PARTY
All transaction between the Tenderer and ththee third party shall be carried out as between
two principals without reference in any event to the Corporation. The
Tenderer shall also undertake to make third party fully aware of the position aforesaid.
30. LIABILITY FOR PERSONNEL

30.1 All persons employed by the tenderer shall be engaged by him as his own
employees/workers in all respects and all rights and liabilities under the Indian Factories
Act, or the Employees Compensation Act and Employees Provident Fund & Misc.
Provisions Act, or any other similar applicable enactments in respect of all such personnel
shall exclusively be that of the Tenderer. The Tenderer shall be bound to indemnify the

Page No: 30 of 62
NIT No. A-23/CCTV(Pilot
23/CCTV(Pilot Basis)/ 2014-15
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in

Corporation against all the claims whatsoever in respect of his personnel under the
Employees Compensation Act, 1923 or any statutory modification thereof or otherwise
for or in respect of any damage or compensation payable in consequence of any accident
or injury sustained by any workmen or other person whether in employment of the
Tenderer or not.

30.2 The Tenderer shall be liable for making contributions in accordance with the provisions of
the Employees Provident Funds t & Misc. Provisions Act , 1952, and the scheme framed
there-under
under in respect of the personnel employed by him. The Tenderer shall recover the
amount payable by such employees and pay to the Corporation i.e. the Principal
employer under the said Act, the amount of members contribution together with an
equal amount of his contribution. If, on account of the default of the Tenderer in
making/depositing such payments or for any other reason, the Corporation makes such
contributions on behalf of the Tenderer, the FCI shall be entitled to set off against the
amount due to the Tenderer, the contributions made by it on account of his default in
making payments or otherwise in respect of the personnel employed by the Tenderer and
is entitled to recover such amounts/expenses incurred from the amounts due to the
tenderer under this or any other contract with FCI without prejudice to the right of FCI to
initiate appropriate legal proceedings for recovery of such amounts.

30.3 FCI shall in no way be responsible for any liabilities arising out of the tenderers
contractual obligation with the tenderers personnel, experts. Similarly, the tenderer shall
in no way be responsible for any liabilities arising out of FCIs personnel.

30.4 The contract as entered into between FCI and the tenderer shall in no way nullify, reduce,
mitigate or absolve the parties of any responsibility, obligation or liability that may
devolve upon them under any statutory/mandatory provisions prevailing in Indi India.
Liabilities of the tenderer in respect of obligatory laws remain unaffected and tenderer
shall remain responsible for settlement of

claims, if any, of third parties who may suffer damages either due to the fault of the
tenderer or its employees and As Associates.
sociates. Tenderer shall be solely responsible for all
claims arising out of any accident, death etc. in respect of the personnel engaged by the
tenderer under the contract.

30.5 The tenderer shall maintain and submit following Records & Returns prescribed under
un
the EPF Act 1952 and the Scheme framed thereunder to the Authority designated under
the said Act and to the General Manager, Food Corporation of India or any officer acting
on his behalf :-

Form -22 Nomination & Declaration Forms to be submitted for n new


ew entrants.
Form 3 The Contribution Card for the currency period Annually.
Form 3A Contribution Card for the currency period from 1st April to 31st March
Annually.
Form 4 Contribution Card for Employees other than monthly paid Employees

Page No: 31 of 62
NIT No. A-23/CCTV(Pilot
23/CCTV(Pilot Basis)/ 2014-15
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in

Annually.
Form 5 Return of Employees qualifying for the Membership.
Form 5A Return of Ownership to be sent to the Regional Commissioner.
Form 6 Return of the Contribution Card and Annual Statement of Contribution.
Form -6A
6A Consolidated Annual Contribution Statement.
Form 10 Form of Maintenance of Accounts.
Form 11 Balance Sheet
Form 12A Statement of Contribution Monthly.

30.6 The Tenderer shall, within 7 days of the close of every month, submit to the Principal
Employer (Corporation), a Statement showing the recoveries of Contribution in respect of
Employees employed by or through him and shall have to furnish to him such
information
mation as the Principal Employer (Corporation) is required to furnish under the
provisions of Employees Provident Fund Scheme 1952 to the Commissioner.

30.7 The Tenderer shall maintain Inspection Note Book in the form as may be specified by the
Commissioner, for an Inspector to record his observations on his visit. The Tenderer shall
also make available the same when asked for inspection to the Officers of the Regional
Provident Fund Commissioner and to the General Manager, Food Corporation of India or
Officer authorized by him or acting on his behalf.

30.8 If the Tenderer fails to submit the prescribed Returns, Records and other documents to
the designated authority under the EPF & MP Act, 1952 and Scheme framed thereunder
and also to General Manager, Food Corpor
Corporation
ation of India or an Officer acting on his
behalf, FCI will be at liberty to withhold the pending bills, Security Deposit etc., and or
any other payments due to the Tenderer.

30.9 In complying with the said enactments or any statutory modifications thereof, the t
Tenderer shall also comply with or cause to be complied with the labour regulations
enactments made by the State Govt./Central Govt. from time to time in regard to
payment of wages to the workers, wage period, deduction from wages, recovery of wages
not paid and deductions unauthorizedly made, maintenance of wage book and wage slip,
publication of the scale of wages and other terms of employment, inspection and
submission of periodical returns and all other matters of like nature.

30.10 Notwithstanding the fact whether the said legislations, enactments or any statutory
modifications thereof, are applicable or not to the employees/workers employed by the
Tenderer he shall comply with the following:
following:-

i ) Payment of Wages to Workers:


Workers:-
Thee Tenderer shall pay not less than minimum wages to the workers engaged by
them as notified by Central Government from time to time during the currency of
contract period. Where such wages have not been so notified by the appropriate

Page No: 32 of 62
NIT No. A-23/CCTV(Pilot
23/CCTV(Pilot Basis)/ 2014-15
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in

authority, the wages prescribed by the General Manager (R), as minimum wage
shall be made applicable. The tenderer shall maintain following records and
registers as per Minimum Wages Act, 1948 & Central Rules made thereunder:

Form I Register of fines.


Form II Register of deduction for damage or loss caused to employer by the neglect
or default
fault of the employed person.
Form III Annual return.
Form IV O.T. Register for workers
Form V Muster Roll
Form IX A Abstract of the Act & Rules to be displayed on Notice Board.
Form XI Wage slips should be issued to the Contract Labour in a day prior to
disbursement of wages.

ii) The tenderer shall also comply with the statutory requirements under CL(R&A) Act and
other statutory enactments applicable to the contract such as Weekly off, Attendance
Allowance, provisions for Welfare and Health of ContractContract Labour, provision of
canteen/rest room, drinking water, latrine, Urinal, Washing/ bathing facilities, first aid
facilities etc

iii) Every tenderer whose tender is accepted by the Corporation shall immediately apply in
Form V for license to the prescribed licensing authority through the FCI (principal
employer) in terms of Section 12 of the Contract Labour (R&A) Rules, 1971 before
entering
ing upon any work under the contract. The Tenderer shall also obtain temporary
licenses whenever required under rule 32 of the relevant Rules in cases where he intends
to employ more personnel in number than that mentioned in the regular license for short
durations not exceeding 15 days. The contactors shall also make an application in Form
VII through the principal employer (FCI) for renewal of the expiring of the regular license
as the regular License is valid for 12 months. The Tenderer shall also get the
th temporary
license renewed whenever necessary through the Principal Employer. If for any reason,
the application for a license is finally rejected by the licensing/appellate authority, the
contract shall be liable to be terminated at the risk and cost of the Tenderer and the
decision of the General Manager in this behalf shall be final and binding on the Tenderer.

iv) Every Tenderer shall also abide by all the provisions of the Contract Labour (R&A) Act,
1970 and the Rules framed there
there-under:

a) As per Rule 25(2)(VIII),


5(2)(VIII), every Tenderer shall file a return intimating
commencement/completion of contract work within 15 days to the inspector in Form VI
A.
b) As per Rule 75, the Tenderer shall maintain a Register of workmen Employed in Form
XIII and he shall also display
isplay hours of work, nature of duty etc.
c) Employment Card shall be given by Tenderer in Form XIV to each worker within 3 days
of employment as per Rule 76.

Page No: 33 of 62
NIT No. A-23/CCTV(Pilot
23/CCTV(Pilot Basis)/ 2014-15
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in,
c.in, agmsecup.fci@nic.in

d) Every Tenderer shall issue a Service Certificate in Form XV to the workman on


termination of his services as per Rule 77.

e) As per Rule 82(1), every Tenderer shall submit Half yearly returns in duplicate in Form-
Form
XXIV to Licensing Officer within 30 days from the close of half year.

f) Notice to be displayed as required under Rule 81(1) and copy of notice to be sent to
Inspector ass per Rule 81(2).

g) The Tenderer shall also maintain following records / registers also:

i) Muster Roll in Form XVI.


ii) Register for deduction for damage, loss in Form XX as per Rule 78(1)(a)(ii).
iii) Register of Fines in Form
Form- XXI.
iv) Register of Advances in Form XXII.

h) The Tenderer also comply with all Rules, Acts and Regulations made by the State
Govt./Central Govt. from time to time pertaining to the contract, including all labour
Laws.

i) The tenderer shall ensure statutory working hours and in no case should employ the
Security personnel / Guard for more than 8 Hours in a day at a stretch.

30.11 The intending tenderer shall make payment to Security Personnel as per DGR rate list.

31. SUMMARY TERMINATION

32.1 By Corporation
32.1.1 In the event of the Tenderer having been adjudged insolvent or goes into liquidation or
winding up their business of the marking arrangement with their creditors of failing to
observe any of the provisions of this contract or any of the terms and conditionconditions
governing the contract FCI shall be at liberty to terminate the contract forthwith without
prejudice to any other rights or remedies under the contract and to get the work done for
the unexpired period of the contract at the risk and cost of the Tenderers
Tenderer and claim from
the Tenderers any resultant loss sustained or cost incurred.

32.1.2 The FCI shall also have, without prejudice to other rights and remedies, the right in the
event of breach by the Tenderers of any of the terms & conditions of the contract to
terminate
erminate the contract forthwith and to get the work done for the un
un-expired
expired period of the
contract at the risk & cost of the Tenderers and/or forfeit the security deposit or any part
thereof for the sum or sums due for any damages losses charges expenses o or cost that
may be suffered or incurred by the Corporation due to the Tenderers negligence or un- un
workmanlike performance of any of the service of the services under the contract.

Page No: 34 of 62
NIT No. A-23/CCTV(Pilot
23/CCTV(Pilot Basis)/ 2014-15
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in

32.1.3 The tenderer shall be responsible to deploy adequate and sufficient security
personnel/guards and security systems under the contract in accordance with the
instructions issued by FCI. If the Tenderer fails to supply the requisite number of security
personnel, or supply, install and maintain the security systems, FCI shall at its eentire
discretion, without termination of the contract, be at liberty to engage other security
personnel and/or to deploy the requisite electronic surveillance system at the risk and
cost of Tenderer who shall be liable to make good to the Corporation all aadditional
charges expenses cost of losses, expenses, damages that the Corporation may incur or
suffer thereby. The Tenderer shall not however be entitled to any gain resulting from so
entrustment of the work to another party by FCI. The decision of FCI shall sha be final and
binding on the Tenderer(s).

32.1.4 The Tenderer shall be responsible for losses arising from neglect carelessness, want of
skill or misconduct of themselves, their servants or agents or representatives. FCI shall
have the right to ask for removal
removal of any personnel of Tenderer deployed in FCI, who in
his opinion is hampering the smooth execution of the work and his decision regarding
losses by neglect and misconduct etc. of the Tenderers, their servants and agents or
representative shall be final aand binding on the Tenderers.

32.1.5 If the tenderer fails to comply with the statutory legal requirements as stipulated in the
terms & conditions of the Tender, his contract is liable to be terminated with one months
notice and security deposit forfeited and obtain the work under risk & cost.

32.2 Termination by Tenderer

The tenderer may terminate this Contract, by not less than thirty ((30)
30) days written notice
to the Corporation if the Corporation fails to pay any undisputed amount due to the
tenderer under the Contract, provided that if the corporation pays such amount within
the notice period such termination notice shall become in fruc
fructuous.
33. PAYMENT UPON TERMINATION
The Corporation shall pay remuneration for Services satisfactorily performed prior to the
effective date of termination provided such termination is not on account of any breach of
contract by the bidder.

33. LIABILITY OF TENDERER FOR LOSSES SUFFERED BY THE CORPORATION

The Corporation is entitled to claim all damages, losses, charges. Costs or expenses
suffered or incurred by FCI due to the conduct of the tenderer or his personnel arising out
of the contract and such amounts will be recovered from the tenderer. The tenderer will
protect the stocks, material/assets within the depot/offices from theft and pilferage and
will prevent unauthorized entries in the premises. The agency will pay the damages, etc.
for the
he loss of items within the area guarded by the agency.

Page No: 35 of 62
NIT No. A-23/CCTV(Pilot
23/CCTV(Pilot Basis)/ 2014-15
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in

33. SET OFF


Any sum of money due to payable to the Tenderer including security deposit (returnable
(returnab
to the tenderer) under this contract may be appropriated by the corporation and set off
against any claim of the corporation for the payment of any sum of money arising out of
or under any other contract made by the Tenderer with the Corporation.
34. INDEMNITY

The Tenderer shall defend, indemnify and hold FCI during and after in terms of the
contract harmless from and against any and all liabilities, damages, claims, fines,
penalties, action, procedures and expenses of any nature arising or resulting the violati
violation
of any laws by the Tenderers or its personnel or in any way connected with the acts,
amenities, negligence, breach of this agreement and failure to perform obligations under
this contract.
35. NO WAIVER OF RIGHTS

Neither the inspection by the FCI or any of their agents nor any order by FCI for payment
or any payment for acceptance of the article or any part of the work, or not invoking any
of the provisions of the contract operate as a waiver of any provisions of this contract.

36. NOTICES

Any notice, request,


quest, or consent made pursuant to this Contract shall be in writing and
shall be deemed to have been made when delivered by post/e
post/e-mail/hand
mail/hand delivery under
acknowledgment to an authorized representative of the respective Parties.

37. BOOK EXAMINATION

The Tenderer shall whenever required produce or caused to be produced for examination
by FCI any cost or other accounts books, accounts voucher, receipts, letters,
memorandum or any copy of extract from any such document and also furnish
information and returns
turns verified in such manner as may be required for the statutory
compliance/payments made to EPF/Minimum wages etc., renewed license, any or all
such documents desired by FCI. The decision of the General Manager on the question of
relevancy of any docume
documentnt information or return shall be final and binding on the
Tenderer. The Tenderers shall produce the required documents, information and returns
at such time and place as may be directed by FCI.
38. PAYMENT

38.1 Payment will be made by FCI on submission of bill billss in triplicate duly supported by
biometric Records thereon alongwith (i) self
self-attested
attested attendance certificate and (ii) self-
self
declaration regarding downtime of each security items, duly endorsed by Depot Manager
or an authorized officer acting on his behalf as the case may be and on production of
proof of payment of statutory payments in respect of the personnel engaged in FCI under
the contract.

Page No: 36 of 62
NIT No. A-23/CCTV(Pilot
23/CCTV(Pilot Basis)/ 2014-15
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in

38.2 The Tenderer should submit all his/their bills by the 10th of the following month and
payment of undisputed amounts will be made through Account Payee Cheque or ECS or
such electronic mode to the Tenderer within 20 days of submission of bills in the manner
prescribed.

38.3 The minimum wages and statutory payments as notified by Appropriate


Government from time to time to the Security personnel engaged by the tenderer will
be considered for reimbursement upon production of proof of payment and
biometric Records evidencing the attendance of such Security
personnel.

39. LAW GOVERNING THE CONTRACT/ DISPUTE RESOLUTION


The contract will be governed by the laws of India for time being in force as amended
from time to time. Any disputes arising out of this contract will be settled in the court of
law of competent jurisdictio
jurisdiction.
n. The courts in .. shall have exclusive jurisdiction to
adjudicate the disputes arising under the contract.

39. PROHIBITION OF CONFLICTING ACTIVITIES


39.1 Neither the Tenderer nor their Personnel shall engage, either directly or indirectly, in any
such activities which conflicts with their role under the assignment. The FCI requires that
the Tenderer provides at all times hold the FCIs interests paramount, avoid conflicts with
other assignments or its own interests, and act without any consideration for future work.

39.2 The Tenderer, their Associate or personnel either directly or through common third
parties, shall not accept or engage in any assignment that would be in conflict with their
current assignment in FCI .A Bidder eventually appointed to provide work under the
contract, and its Associates, Personnel shall be disqualified from subsequently providing
goods or works or services related to the contract directly or indirectly and any breach of
this obligation shall be construed as Conflict of Interest; provided that the restriction
herein shall not apply after a period of One year from the completion of this assignment.

General Manager ( UP)


U

Schedule- I
ED(Zone) will have to select following number of depots in their respective zone for having
Integrated Security Solution on Pilot basis :

1. North Zone - 2
2. East Zone - 1
3. South Zone - 1
4. North East Zone - 1
5. West Zone - 1
______
Total - 6

Page No: 37 of 62
NIT No. A-23/CCTV(Pilot
23/CCTV(Pilot Basis)/ 2014-15
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in

Schedule II
MANDATORY SECURITY SYSTEM TO BE PROVIDED BY THE TENDERER AT
THE DEPOT

COMPLEX

SN ITEM REQUIRED FEATURES / TECHNICAL CERTIFICATION &


SPECIFICATIONS STANDARDS

1. VARI-FOCAL IR Night vision with IR LED 20


20-25m CE, FCC, UL Certified.
BULLET CAMERA ( range weather & dust roof
ENTRY/EXIT)
(i) 1.3 Mega pixel .

(ii) 1/3 CCD/CMOS 20


20-25 m IR
distance.

(iii) ICR, 0.1 Lux/F1.2,

(iv) 2.8 - 12mm / F1.4 Vari-focal Lens,


IP66.

Page No: 38 of 62
NIT No. A-23/CCTV(Pilot
Pilot Basis)/2014-15
Basis
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in

2. VARI-FOCAL IR Night vision with IR LED 20


20-25m -do-
FIXED BULLET range weather & dust proof
CAMERA
(i) 1.3 MP
(PERIMETER &
PASSAGE AREA) (ii) 1/3 CCD/CMOS

(iii) Day / night auto switch, super low


illumination

(iv) 20-25meter
25meter

(v) IP 66

3. VARI-FOCAL IR Night vision with IR LED 20


20-25m -do-
BULLET CAMERA range weather & dust roof
WEIGHBRIDGE
(i) 1.3 Mega pixel .

(ii) 1/3 CCD/CMOS 20


20-25 m IR
distance.

Page No: 39 of 62
NIT No. A-23/CCTV(Pilot
23/CCTV(Pilot Basis)/
Basis)/2014-15
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in

(iii) ICR, 0.1 Lux/F1.2,

(iv) 2.8 - 12mm / F1.4 Vari


Vari-focal Lens,
IP66.

4. VARI-FOCAL IR Night vision with IR LED 15


15-20m -do-
DOME CAMERA range weather & dust proof
WEIGHBRIDGE (i) 1.3 mp
(ii) ICR, 0.1 Lux/F1.2,12 VDC

(iii) 2.8 - 12mm/F1.4 Vari-focal


Vari Lens, IP66.

5. IR SPEED DOME Pan tilt zoom features for close -do-


(PTZ) CENTRAL monitoring, weather & dust proof,360
LOCATION degree, day& night

(i) 540tvl

(ii) 36X OZ

(iii) 0.1 Lux

(iv) IR Range(80m)

(v) 0.1 preset accuracy, 360 o/s

(vi) 400/s tilt preset speed, 360


endless pan range

(vii) 0-90
90 tilt range, Weather Proof:
IP66 standard with complete
accessories

6 NETWORK VIDEO 30- 60 days recording of camera -do-


RECORDER footage

(i) Network Video Recorder (16


channel)

Page No: 40 of 62
NIT No. A-23/CCTV(Pilot
23/CCTV(Pilot Basis)/2014-15
Basis)/
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in
agmse
,

(ii) 4 SATA interfaces, 25(P) / 30(N)


fps/ch, alarm I/O

(iii) 16/4, 1U case, 19". real


real-time
recording

(iv) HDMI output complete and 2 TB


hdd and all other required accessories.

7. MONITOR 21 inches LCD/LED. CE, FCC Certified.

8. TURNSTILE (i) Indoor, Outdoor,1.5mm std SS304 CE, FCC Certified.


(TRIPOODE) MAIN grade stainless steel

ENTRY/EXIT GATE (ii) Size 420 x 330 x 980 mm Passage


Width 510mm Passage Direction Single
or Bi - direction

(iii) Operation Speed 0.2 sec Passing


Speed 30 - 35 person/minute

(iv) Communication interface RS485


,Input interface +12v Level signal or
dry relay switch signal
(v) Operation Voltage AC220v 10%,

50Hz 10% ,Power Temp-20C - 70C


(vi) IP Protection IP45.with complete

required accessories

9. ACCESS CONTROL (i) Two Door (4 Reader) Access -do-


PANEL Control Panel.

(ii) With Built in 2 Amps Supply,


on board TCP/IP,

(iii) Can connect to all readers which


gives Wigand or Clock & Data outputs

(iv) 30000 users & 60000 transactions


complete with all accessories

Page No: 41 of 62
NIT No. A-23/CCTV(Pilot
23/CCTV(Pilot Basis)/
Basis)/2014-15
Tel. No. 0522-4914239
0522
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in

10. READER (i) Wigand : 26 bits -do-

(ii) ISO, ABA TK2 emulationRS232

(iii) Serial ASCII, 19200, N, 8, 1,

(iv) Read range Up to 10 cm in ideal


conditions,

(v) 125 KHz, ASK,64 bits format ,


Manchester coding, ABS housing

11. ACCESS CARD Standard Proximity cards compatible -do-


with the system

12. SOFTWARE (i) Online movement monitoring -do-

(ii) Controlling user access on diff.


doors on Windows platform

(iii) Client Server architecture with


backend of Oracle, SQL, SQL Express
and Access.

(iv) Multi-user
user Operations with Multi
Level Security

(v) Flexibility to assign module wise &


component wise rights for better
control

(vi) Wigand bits Configurable from 26

Page No: 42 of 62
NIT No. A-23/CCTV(Pilot
23/CCTV(Pilot Basis)/2014-15
Basis)/
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in
,

bits to 40 bits

(vii) Lock Interface supported Fail Safe


& Fail secure type of Lock assemblies

(viii) Door wise Anti pass back facility.


Door Interlocking.

(ix) Multiple doors can be grouped in


such a fashion that at any given point
of time only one of them is allowed to
be opened

(x) Maximum 999 controllers can be


supported on a single platform,
Maximum up to 30 users define time
zones.

13. BOOM BARRIER (i) Boom Barrier for 5 to 7mtr. CE/FCC/UL Certified.

(ii) Opening closing time 33-5 seconds.

(iii) Duty Cycle Intensive ,complete


with control card and base plates.

(iv) Aluminum Arm for 5Mtrs with Red


Reflective Strips and Red Shock proof
Rubber on arm.

(v) LED Light & push button, complete


with all accessories required.

(vi) Safety Sensor.

14. SEARCHLIGHT (i) Reliable microcontroller based Standard


design with brilliant 55 Watt halogen.

(ii) Over 60 minutes of constant use at


full light.

(iii) Exclusive one hand operation

Page No: 43 of 62
NIT No. A-23/CCTV(Pilot
23/CCTV(Pilot Basis)/2014-15
Basis)/
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in
,

beam.

(iv) Rugged & weather resistant,


molded in ABS housing,

(v) Easy-to
to-carry with molded
handle and shoulder strap.

(vi) Uses internal 12V / 7Ah sealed


lead-acid
acid battery.
(vii) Internal SMPS battery charger for

90 to 270 Volt operation.

(viii) Low battery warning indicates


exhausted battery.

(ix) Automatic low-voltage


low cut-off
prevents deep discharge.

(x) High reliability MOSFET for solid


state switching.

15. VISITOR/VEHICLE (i) Visitor management system -do-


MANAGEMENT complete with Hardware and software
SYSTEM with features

(ii) Online scheduled appointments list,


centralized database management

(iii) Multiple Entrance point (gate)


support, Common Instructions on the
pass

(iv) Authorized users can access the


application, Retrieval of the past visitors
data based on different criteria

(v) Returnable/ Non-Returnable


Non
Material gate passes can be issued

Page No: 44 of 62
NIT No. A-23/CCTV(Pilot Basis)/2014-15
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in

(vi) Key management ,Employee ID


card can be issued

(vii) Web camera , printer , PC , 100


standard cards accessories included

16. WALKI TALKI (i) UHF/ VHF range with Battery, CE, FCC Certified.
HAND HELD & Antenna,
WALKI - TALKI
(ii) Operating Manual & Charger.
BASE STATION
(iii) Range approx. 1.5 to 2 Km. without
base set.)

(iv)Depends on area.

(i) 16-user group conventional


repeater.

(ii) A simplex or full duplex base


station or as the RF core of a trunking
system.

(iii) Advanced features such as the DSP

audio processing, DTMF over-the-air


remote control.

(iv) Programmable Auxiliary I/Os


combined with round the-clock
reliability.

(v) Add up to a superlative performing


unit.

17. PUBLIC ADDRESS (i) 6-zone system pre-amplifier, with -do-


SYSTEM PRE single or dual channel operation.
AMPLIFIER &
(ii) Two inputs for call stations,
BOOSTER
Universal input for microphone , line,
AMPLIFIER with speech optimized tone control

Page No: 45 of 62
23/CCTV(Pilot Basis)/2014-15
NIT No. A-23/CCTV(Pilot Basis)/
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in

(iii) Three inputs for BGM selection


and music optimized tone control.

(iv) Front panel zone selection for


,BGM and call station zone selection for
calls.

(v) PC and trigger inputs for automated


calls.

(vi) alarm tones and chimes to selected


zones.

(i) Supply of XLR inputs / output,)

(ii) Direct 100V input for power


expansion,

(iii) Excellent S/N >80dB,


Input level control

(iv) Multiple outputs (4, 8, 70V,


100V) 480W,24Vdc (max. 10%
deviation.

(v) 60Hz to 15kHz (+1/-3dB)

18.WEATHERPROOF30w speakers -
-do-
HORN TYPE
SPEAKER

Page No: 46 of 62
23/CCTV(Pilot Basis)/
NIT No. A-23/CCTV(Pilot Basis)/2014-15
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in
agms

19. MISC. (CABLES Cables for connectivity camera to NVR ISI Marked
,CONDUITS AND
1. CAT 6/STP
OTHER
ACCESSORIES FOR (ii) Fiber cable with accessories for the
CCTV,FOR ACCESS Networking
CONTROL, BOOM
BARRIER AND PA (iii) Networking Devices and
SYSTEM)
accessories

(iv) Power Cable

(v)25 mm MS / PVC ( Standard ISI


Mark) with accessories

(vi) Power cable standard ISI Mark 2


Core

(vii) Signal Cable 8 Core standard ISI


Mark

(viii) MS / PVC ( Standard ISI Mark)


with accessories

20. BIOMETRIC Biometric Machine ISI Marked


ATTENDANCE
RECORDS

Note : The service provider has to make the provision for data storage, data Retrieval and
image management. The data should be stored for at least 60 days.

Page No: 47 of 62
23/CCTV(Pilot Basis)/2014-15
NIT No. A-23/CCTV(Pilot Basis)/
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.
agmsecup.fci@nic.in

Schedule II
II-A

Tentative norms of electronic gadgets and manpower for 25K MT to 1 Lakh MT are given below (which can be changed
as per actual requirement of Depot but shall not exceed the fixed norms/ strength) :

5K MT 25K MT 3 per gate- 3 per WB 10 perimeter


Vari-focal IR Bullet Vari-focal IR Bullet camera Fixed IR Bullet camera 8, IR Speed
camera 2, Vari-focal IR Dome camera-1 Dome
(PTZ)- 2[near gate, central location at
height to overview the depot.
25K MT 50K MT 3 per gate- 3 per WB 17 perimeter
Vari-focal IR Bullet Vari-focal IR Bullet camera Fixed IR Bullet camera 15, IR Speed
camera 2, Vari-focal IR Dome camera-1 Dome
(PTZ)- 2[near gate, central location at
height to overview the depot.
50K MT 1L MT 3 per gate- 3 per WB 29 in perimeter, godowns and other
Vari-focal IR Bullet Vari-focal IR Bullet camera locations
camera 2, Vari-focal IR Dome camera-1 Fixed IR Bullet camera 26, IR Speed
Dome
(PTZ)- 3[near gate, central location at
height to overview the depot.
1L MT 1.5L MT 3 per gate- 3 per WB 40 in perimeter, godowns and other
Vari-focal IR Bullet Vari-focal IR Bullet camera locations.
camera 2, Vari-focal IR Dome camera-1 Fixed IR Bullet camera 35, IR Speed
Dome
(PTZ)- 5[near gate, central location at
height to overview the depot.
1.5L MT- 2LMT 3 per gate- 3 per WB 52 in perimeter, godowns and other
Vari-focal IR Bullet Vari-focal IR Bullet camera locations.
camera 2, Vari-focal IR Dome camera-1

Note:
Perimeter cameras are to be deployed in consultation with the depot Manager and vulnerability of the site.

Norms for installation and maintenance of other Electronic Security Equipments ::-

Sizes of the Access Boom VMS Walki-Talki Search PA System


Depot Control Barrier Lights
with
Turnstile
Upto 25K MT 1 per gate 1 per gate 1 per gate 1 base station and 5 5 1 base station and
hand set 5 Speakers
25K MT 50 K 1 per gate 1 per gate 1 per gate 1 base station and 10 1 base station and
MT 10 hand set 10 Speakers
50K MT 1 L 1 per gate 1 per gate 1 per gate 1 base station and 10 1 base station and
MT 10 hand set 10 Speakers
1 L MT 1.5 L 1 per gate 1 per gate 1 per gate 1 base station and 10 1 base station and
MT 10 hand set 10 Speakers
1.5L MT- 2LMT 1 per gate 1 per gate 1 per gate 1 base station and 10 1 base station and
10 hand set 10 Speakers

Page No: 48 of 62
23/CCTV(Pilot Basis)/2014-15
NIT No. A-23/CCTV(Pilot Basis)/
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in

Norms for deployments of Security Manpower depot-wise


depot :

Sizes of the Depot Security Armed Security Electronic Fire Supervisor

Asstt. Security
Guard Guard Security
officer

Supervisor

Upto 25K MT 1 12 2 1 1

25K MT 50 K MT 1 18 3 2 2

50K MT 1L MT 1 24 5 2 2

1L MT 1.5 L MT 1 36 7 3 4

1.5L MT- 2LMT 1 54 11 4 4

Page No: 49 of 62
23/CCTV(Pilot Basis)/2014-15
NIT No. A-23/CCTV(Pilot Basis)/
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in

SCHEDULE III
TENDERER PROFILE

Sl. Reference page No.


Particulars wherever required
No
1. Name of the tenderer with full address, Corporate
Office/Head Office etc. Website, E-mail
E ID, Telephone etc
Provide a brief description of the background of the
firm/entity. The brief description should include
constitution of the firm, its objectives, some of the main
clients of the firm etc.

2* Name of the authorized signatory


& nature of authorization (whether power of attorney,
Board resolution etc.)
3. Nature
Government /PSU/ Private/others
4. Composition of Bidder:
State whether the Bidder is a proprietorship concern, or
registered partnership firm, or a company, Registered
Society, Consortium. The name of the proprietor, or all
Partners, or all the Directors of the company, Members
of the consortium as applicable, sshall be furnished. In
case of consortiums the above particulars in respect of
all the Consortium Members shall be furnished.
5.* (i) PAN Number (enclose copy)

(ii) SERVICE TAX Registration Number of the


Firm(enclose copy)
(iii) ESI Registration Number of the Firm(enclose copy)

(iv) EPF Registration Number of the Firm(enclose copy)

Page No: 50 of 62
23/CCTV(Pilot Basis)/
NIT No. A-23/CCTV(Pilot Basis)/2014-15
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in
Registration / licence No. and validity period under
6.* PRIVATE SECURITY AGENCIES (REGULATION) ACT,
2005(enclose copy), if applicable.
7.* Furnish Audited Profit & Loss account and balance sheet 2008-09
for immediate preceding five Financial Years(2007
Years(2007-08,
2008-09, 2009-10, 2010-11,
11, & 2011
2011-12) 2009-10

2010-11

2011-12

2012-13

8.* Details of contracts providing Integrated Security Contract- 1


Solutions of minimum value of INR Fifty lacs during the Contract 2
period 2008- 09 to 2012-13(preceding
13(preceding five years) Contract 3
Contract 4
*Consortium may indicate the details of all Contract 5
the respective relevant contracts. Declaration by
way of notarized
affidavit

Page No: 51 of 62
23/CCTV(Pilot Basis)/2014-15
NIT No. A-23/CCTV(Pilot Basis)/
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in

9.* Furnish copies of Memorandum /Article of association Or copy of


Registered Partnership deed
Or copy of Rules & Regulations & Bye laws of societies,
consortium agreement, power of attorney etc. in respect of
the tenderer, as applicable.
10.* Enclose Board Resolution and/or
Notarized Power of Attorney indicating Authority to Bid.

11. Furnish details of Sister concer


concerns with the name of
Proprietor/Director/Partner thereof with the nature of
business. . In case of consortiums the above particulars in
respect of all the Consortium Members shall be furnished.
12. Date & Year of Establishment / incorporation of firm.

13.* Number of years of experience in integrated security Services. In case


of consortiums, the experience of each consortium Member
in the respective relevant field, individually, i.e., Man
guarding or electronic surveillance as the case may be to be
indicated.
14. Any other important information about the firm.
14A Whether the Tenderer or his sister concern or any the
partners, proprietor, director has been blacklisted by
FCI or central/state Govt. or any central/ State PSU
/Statutory Corporations at any point of time during
the last five years
15. Whether the Bidders contract with FCI or central/state
Govt. or any central/ State PSU /Statutory Corporations,
has been terminated before the expiry of the contract period
for breach of any terms and conditions at any point of time
during the last five years.
16. Whether the Bidders Earnest Money Deposit and/o
and/or
Security Deposit have been forfeited by FCI or
central/state Govt. or any central/ State PSU /Statutory
Corporations during the last five years, for breach of any
terms and conditions.
17. Whether the proprietor/any of the partners of the Bidder
firm/any of the Directors of the Bidder company have been
at any time, convicted by a Court for an offence involving
moral turpitude.

Page No: 52 of 62
23/CCTV(Pilot Basis)/
NIT No. A-23/CCTV(Pilot Basis)/2014-15
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in

attested copies of the work order, copy of the work completion Certificate issued by client /
Furnish self-attested
contract/agreement issued by the organizations for which the tenderers executed the contract.
And

A declaration by way of an Affidavit duly notarized in support of having successfully completed the
assignments

Self attested copies of the Audited Profit & Loss Accounts and Balance Sheet of the immediate preceding
five financial years (2007-08, 2008-09,
09, 2009 12) and the documentary proof of the PAN.
2009-10, 2010-11, & 2011-12)

*The experience/details will not be counted / reckoned for evaluation


evaluation unless supported by sufficient documentary
evidence. Please see Clause 9.6 and note for strict compliance.

Page No: 53 of 62
23/CCTV(Pilot Basis)/
NIT No. A-23/CCTV(Pilot Basis)/2014-15
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in

SCHEDULE IV
DECLARATION

2. I _____________________ Son/Daughter/Wife of ________________ is the authorized


representative of the bidder firm and I am competent to sign this declaration and execute
this Tender document.

3. I have carefully read and understood all the terms and conditi
conditions
ons of the Tender and
undertake to abide by them.

4. The information/documents furnished along with the above Tender are true and
authentic to the best of my knowledge and belief. I/We am/are well aware of the fact that
furnishing of any false or incorrect information/fabricated document would lead to
rejection of my Bid at any stage without prejudice to any other rights that the Corporation
may have under the Contract and Law.

5. I further undertake that the personnel deployed under the contract services upon
completion of work will be removed from the depot complex and the entire responsibility
of such personnel will be that of the tenderer.

6. I/We do hereby declare that I/We shal


shalll be bound by the act of my/our duly constituted
attorney, Shri _________________ and of any other person who in future may be
appointed by me/us in his place to carry on the business of the concern whether any
intimation of such change is given to the Food
Food Corporation of India or not.

Yours faithfully,

(____________________)
Signature of Tenderer
(Capacity in which signing)
Seal

Page No: 54 of 62
23/CCTV(Pilot Basis)/2014-15
NIT No. A-23/CCTV(Pilot Basis)/
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in
agmsecup.fc

For consortiums only

Annexure- A

FORMAT FOR POWER OF ATTORNEY FOR AUTHORIZED SIGNATORY ON BEHALF OF TENDERER


POWER OF ATTORNEY
(To be executed on non-judicial
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, that we.(name of company / firm and the
address of its registered office).do hereby constitute, appoint and authorize Mr./Ms.

..(name and residential


address).. who is presently employed with us and is
holding the position of .as our

LAWFUL attorney, to do in our name and on our behalf, all such acts, deeds and things necessary in connection
with or incidental to our Proposal for the work -------------------------------------------------------

----- including signing and submission of all documents and providing information/responses to the Food
Corporation of India, representing us in all matters before, and generally dealing with the Food
Corporation of India in all matters in connection with our Proposal for the said work.

We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant to this
Power of Attorney and affirm that all acts, deeds and things done by our aforesaid attorney shall and shall
always be deemed to have been done by us.
For and on behalf of .. (Signature)
(Name, Seal and Position of Executants)
xecutants)

Attested (Notary Public)

Page No: 55 of 62
23/CCTV(Pilot Basis)/2014-15
NIT No. A-23/CCTV(Pilot Basis)/
Tel. No. 0522-4914239
E-mail: srmup.fci@nic.in, agmsecup.fci@nic.in
,

For consortiums only


AnnexureB
FORMAT FOR POWER OF ATTORNEY TO LEAD MEMBER OF A CONSORTIUM
POWER OF ATTORNEY

(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 entities who are issuing the power of Attorney)

Whereas, the Food Corporation of India (FCI) has invited Proposals from Tenderers for engagement of
security agencies for providing integrated security solutions at the designated FCI Godowns complexes
complexes-----
-------------------------------------------------------------
Whereas, the Members of the Consortium are interested in submitting the Proposal for the said work and
implementing the work in accordance with the terms and conditions of the Tender docume document and other
connected documents in respect of the work and,

Whereas, it is necessary under the tender document for the Members of the Consortium to nominate one of
them as the Lead Member with all necessary power and authority to do, for and on behalf of the
Consortium, all acts, deeds and things as may be necessary in connection with the Consortiums Proposal
for the work.

NOW THIS POWER OF ATTORNEY WITNESSETH THAT:


We, M/s.., M/sand M/s(furnish)
ses of their registered offices).hereby nominate
respective names and addresses
M/s.being one of the Members of the Consortium, as the Lead member of the
Consortium, to do on behalf of the Consortium, all or any of the acts, deeds or things necessary or
incidental to the Consortiums Proposal for the work, including submission of Proposal, participating in
conferences, responding to queries, submission of information/documents and generally to represent the
Consortium in all its dealings with FCI and their consultant for the work or any other person or
Government Agency, in connection with the Project until the culmination of the process of acceptance of
Proposal and thereafter till the service agreement is entered into with the FCI.

We hereby agree to ratify all acts, deeds and things lawfully done by the Lead Member acting as our
attorney pursuant to this Power of Attorney and affirm that all acts, deeds and things done by our
aforesaid attorney shall and shall always be deemed to have been done by us/Consortium for which we
shall be liable jointly and severally.
Dates this the .Day of.

..(Signature)
(Name, position and Company of Executants)

(Signature)
(Name and Address of the Attorney)
(Signatures)
(Names and Address of two Witnesses)
Note:
To be executed by all Members of the Consortium excluding the Lead Member.

Page No: 56 of 62 GENARAL MANAGER (UP


(UP)
Page No: 57 of 62
PART B

PRICE BID

Page No: 58 of 62
APPENDIX I
PRICE BID

To
The General Manager ()
Food Corporation of India,
..

Dear Sir,

I/We, submit the online price bid for appointment as Security Agency for
providing security services at the designated depot complexes as per Schedule I.

2. I/We have thoroughly examined and understood all the terms & conditions as
contained in the Tender document and agree to abide by them.

3. I/We hereby offer to provide Integrated security services to be paid as per the rates as
indicated in the schedule of price Bid. The service charges quoted by us include
charges for installation of security systems and maintenance thereof and deployment
of security personnel to be provided under the contract. Further I/We undertake that
the security personnel engaged would be paid minimum wages notified by the
Appropriate Government and all statutory payments as fixed from time to time,
except service charges, during the entire tenure of the contract.

4. I/We undertake that I/We are not entitled to claim any enhancement of service
charges on any account during the tenure of the contract.

5. I offer to work at the rates as indicated in the price Bid, inclusive of all applicable
taxes except Service Tax.

Yours faithfully,

(____________________)
Signature of Tenderer
(Capacity in which signing)
Seal

Page No: 59 of 62
APPENDIX I continued.
SCHEDULE OF PRICE BID
The below mentioned Price bid format is provided as BoQ_____.xls along with this tender
document at https://eprocure.gov.in/eprocure/app. Tenderers are advised to download this
BoQ_______.xls as it is and quote their offer/rates in the permitted column and upload the same
in the Price bid.
PRICE BID FOR INTEGRATED SECURITY SYSTEM
(CCTV CAMERA /SECURITY GUARDS)

For capacity upto 25000 MT


SN SYSTEM QUANTITY UNIT RATE TOTAL
AMOUNT
1. VARI-FOCAL IR BULLET CAMERA 3 No.
( ENTRY/EXIT)

2. VARI-FOCAL IR FIXED BULLET CAMERA (PERIMETER & 35 No.


PASSAGE AREA)

3. VARI-FOCAL IR BULLET CAMERA WEIGHBRIDGE 2 No.

4. VARI-FOCAL IR DOME CAMERA WEIGHBRIDGE 1 No.

5. IR SPEED DOME (PTZ) CENTRAL LOCATION 5 No.

6 NETWORK VIDEO RECORDER 1 No.

7. MONITOR 1 No.

8. TURNSTILE (TRIPOODE) MAIN ENTRY/EXIT GATE WITH 1 No.


ACCESS CONTROL PANEL, READER, ACCESS CARD,
ACCESSS MANAGEMENT SOFTWARE
9. BOOM BARRIER 1 No.

10. SEARCHLIGHT 10 No.

11. VISITOR/VEHICLE MANAGEMENT SYSTEM WITH 1 No.


SUPPORTED ITEMS
12. WALKI TALKI HAND HELD WITH BASE STATION 10 No.

13. PUBLIC ADDRESS SYSTEM BOOSTER AMPLIFIER 10 No.

14. MISC. ITEMS (WHICH INCLUDE CABLES, CONDUITS AND 1 No.


OTHER ACCESSORIES FOR CCTV,FOR ACCESS CONTROL,
BOOM BARRIER AND PA SYSTEM)

15. BIOMETRIC ATTENDANCE MACHINE 1 No.

Sub Total (A)

Page 60 0f 62
Price bid for Man power supply Part- B
SN MANPOWER SERVICES QUANTITY EXITING SERVICE TOTAL
MINIMUM CHARGE AS % AMOUNT
WAGES ON EXISTING (4+5)
Excluding MIN. WAGES
statutory charges

1 2 3 4 5
16. SECURITY 36
GUARDS(WITHOUT ARMS)
17. ARM SECURITY 7
GUARDS(GUNMAN)
18. SECURITY 3
SUPERVISOR(ELECTRONIC)
19. SUPERVISOR(FIRE) 4
20. ASSISTANT SECURITY 1
OFFICER
Sub Total (B)
Grand Total (A+B)
Note: In Sub-Total (A), Sub-Total (B) and Grand Total (A+B), the total amount in
figures and words in rupees should be mentioned.

1. (i) Minimum daily wages including VDA as per notification of the Government of India published
by Ministry of Labour& Employment under the Minimum Wages At w.e.f.. 1st April 2014 is as
under :

NOMENLATURE AREA

A B C

Security Guard(Without Arm) 363 309 256

Security Guard(Armed) 400 363 309

(ii) As there is no Government rates available in the notification issued by the Ministry of Labour&
Employment for Security Supervisor and Asstt. Security Officer, therefore, the rates arrived at on
pro-rata basis as given below would be applicable.

Page No: 61 of 62
NOMENLATURE AREA

A B C

Security Supervisor (Electronic) 532 483 411

Security Supervisor (Fire) 532 483 411

Asstt. Security Officer 585 531 452

2. The contractor shall quote his service charges for providing the manpower on the percentage rate
on minimum wages including VDA as applicable on the date of submission of Tender. This
percentage will remain frozen during the contract period.
3. In case the minimum wages are revised upward, the Contractor will be entitled to the quoted
Service Charges (%) on enhanced wages.Any upward revision in the basic minimum wages /
statutory payments, tenderer is entitled to the same upon production of proof of payment to the
security personnel engaged in the FCI depots under the contract.
4. Indicative list of statutory payments to be made in respect of personnel employed by the
Contractor under this Contract are as under:-

(i) Minimum wages including VDA as notified by appropriate Governments.


(ii) EPF
(iii) EDLI
(iv) ESI

The above list of statutory payment is only indicative and not exhaustive.
The Contractor shall abide by all statutory provisions applicable to the Contract and make all
necessary statutory payments. Which would be reimbursed by FCI including service tax (as
applicable).
5. The total amount of wages shall be calculated on the basis of number of days for which a person
has actually worked.

6. Rates quoted in any other manner than the above will be summarily rejected. The quoted rates
shall remain firm throughout the tenure of the contract and no revision is permissible for any
reason.
7. In case of any discrepancy/difference in the amounts indicated in figures and words the amount in
words will prevail and will be considered.

Yours faithfully,

(____________________)
Signature of Tenderer
(Capacity in which signing)
Seal

Page No: 62 of 62

Das könnte Ihnen auch gefallen