FOOD CORPORATION OF INDIA
ZONAL OFFICE (NORTH), KHADYAPURNA SADAN
A2A, A2B, SECTOR-24, NOIDA 201301 (U.P.)
LIMITED e-TENDER
Food Corporation of India invites Limited Bid enquiries through e-Tendering for Supply, Installation, Testing, Commissioning and Maintenance of CCTV surveillance system at warehouse/Depots of Food Corporation of India
which are specified in Annexure VI, from CPSUs listed below:
List of CPSUs:
1. M/s Broadcasting Engineering Consultants India Ltd., New Delhi.
2. M/s Electronics Corporation of India Ltd., New Delhi
3. M/s Bharat Electronics Limited, Bangalore.
4. M/s ITI Ltd. New Delhi.
5. M/s Telecommunications Consultants India Ltd., New Delhi
6. M/s Central Electronics Ltd., Sahibabad, UP.
ZO CCTV Tender Finalization Committee
(E&M/ Engg. /CCTV Camera/ NZ-2015-16 dated 14.12.2015
DISCLAIMER
Food Corporation of India (FCI) invites Tender for supply, installation, testing, commissioning and maintenance of CCTV surveillance system at Warehouse/Depots of Food Corporation of India (FCI) which are listed in
Annexure VI.
This document has been prepared on the basis of information available with the
CORPORATION and other publicly available documents which CORPORATION
believes to be reliable. The sole objective of this Bid document is to solicit Techno-
commercial offers from interested parties. While this document has been
prepared in good faith, no representation or warranty, express or implied, is or
will be made, and no responsibility or liability will be accepted by the
CORPORATION or any of their employees, advisors or agents as to or in relation
to the accuracy or completeness of this document and any liability thereof is
hereby expressly disclaimed. Interested Parties may carry out their own
study/site visit(s)/analysis/ investigation as required before submitting their
Techno commercial proposals.
This document does not constitute an offer or invitation, or solicitation of an
offer, nor does this document or anything contained herein, shall form a basis of
any contract or commitment whatsoever. The Corporation may in its absolute
discretion, but without being under any obligation to do so, update, amend or
supplement the information in this Bid document. By downloading the
document, the interested party is subjected to the confidentiality clauses.
ZO CCTV Tender Finalization Committee
(E&M/ Engg. /CCTV Camera/ NZ-2015-16 dated 14.12.2015
INDEX
Sr. No. Name of the Content Page No.
From TO
1 Notice Inviting Tender 4 7
2 Section–I General Instructions , Terms And Conditions
8 14
3. Section –II Terms And Conditions Governing The Contract
15 21
4. Section -III
Scope Of work 22 25
5. Section –IV (Technical Bid, Price bid) Pro-forma for compliance of Technical specifications (Annexure –I)
26 28
6. Pro-forma for Price bid (Annexure –II)
29 30
7. Pro-forma for Agreement
( Annexure –III)
31 31
8. Pro-forma for Performance Bank Guarantee (Annexure-IV)
32 34
9. Undertaking for unconditional acceptance of terms and conditions of the tender document
(Annexure-V)
35 36
10. List of warehouse/Depots ( Annexure VI) 37 62
ZO CCTV Tender Finalization Committee
(E&M/ Engg. /CCTV Camera/ NZ-2015-16 dated 14.12.2015
NOTICE INVITING LIMITED E-TENDER
Bid Notification No.: E&M/ Engg./CCTV Camera/ NZ-2015-16 Dated 30.12.2015 “THROUGH LIMITED TENDER PROCESS”
I. Food Corporation of India (FCI) invites Bid enquiries through e-tendering from six CPSUs listed at
point no. 2.0 below, for supply, installation, testing, commissioning and maintenance of CCTV surveillance system at warehouse/Depots of Food Corporation of India (FCI) mentioned at Annexure VI.
Items Details
Scope of work For supply, installation, testing, commissioning and maintenance of CCTV surveillance system at warehouse/Depots of Food Corporation of India (FCI) and as detailed in Section – III
Tender Type Limited e-tendering under two bid system.
Tender Notice Tender document shall be available at /downloaded from www.fciweb.nic.in & eprocure.nic.in
Estimated Value of the Contract Rs 12,52,96,086/- [Rs Twelve Crore fifty two lakh ninety six thousand eighty six only])
Earnest Money Deposit (Rs. 25, 06, 000/- Rs. Twenty five lakh six thousand only) through Electronic Clearing System(ECS)
Schedule of Bid Submission
Last date and time for submission of Technical & Price bids
19.01.2016 (up to 3 pm)
Date and time for opening of the Technical bid
19.01.2016 (3.30 pm)
Date and time for opening of the Price bid
Will be intimated later
Bid validity period 60 days [+ 30 days] from the bid opening date
ZO CCTV Tender Finalization Committee
(E&M/ Engg. /CCTV Camera/ NZ-2015-16 dated 14.12.2015
Note:
1. FCI is using services of e-Procurement platform of CPP Portal for the purpose of this tender. The Bidders who wish to participate in the e-Tender shall have to register themselves in the e-Procurement platform https://eprocure.gov.in/ eprocure/app which is free and shall complete necessary formalities as prescribed.
2. The Bidders may contact CPP Portal help line , with regard to technical issues relating to functioning of their e-Procurement platform or any doubts regarding online submission of Tender document may contact toll free number : 1800 233 7315.
3. The Tender Document and other detailed terms & conditions are available in the Food Corporation of India website www.fciweb.nic.in (for reference only) as well as at https://eprocure.gov.in/eprocure/app (for reference and online tendering).
4. The bid can only be submitted online after uploading all the mandatory document(s)/appendices of tender, as specified. Bidder shall upload all the document(s) duly signed in the form of JPG format and/or PDF format. All the supporting documents shall be duly signed, scanned & uploaded by the bidder accurately in a legible format. Any alterations/over-writing should be duly signed by the authorized signatory. Corporation may call for original document(s) for verification purpose(s) at any point of time.
5. Bid(s) not accompanied by duly signed mandatory document(s) shall not be accepted. Bid(s) which do not comply given instructions shall be summarily rejected.
6. Tender shall be electronically submitted (on-line through internet) within the prescribed date and time as mentioned in the Tender document and e-Procurement portal.
7. After opening of the bid, the BIDDERS’ can login and see the bidding process & the bidder will receive the competitor bid sheet.
8. Complete Tenders under TWO BID SYSTEM to be received ONLY on CPP Portal, website ‘https://eprocure.gov.in/eprocure/app’, at the fixed time and the date as indicated above. The Bidder will be at liberty to be present either in person or through an authorized representative at the time of opening of the Bid.
9. Bidders are advised to follow the instructions provided in the ‘Instructions to the Bidders for the e-submission of the tenders online through the Central Public Procurement Portal for e-Procurement at ‘https://eprocure.gov.in/ eprocure/app’.
ZO CCTV Tender Finalization Committee
(E&M/ Engg. /CCTV Camera/ NZ-2015-16 dated 14.12.2015
10. Bank details of FCI ,ZO(N), Noida for remitting EMD:
Name of Bank : STATE BANK OF INDIA, SEC-2, NOIDA IFSC Code : SBIN0005936 Account No : 30071676903 Type of A/C : Cash Credit Acount
11. Food Corporation of India reserves the right to reject any or all the tenders and / or cancel the Tender enquiry at any stage without assigning any reason.
12. No negotiations will be entertained with any of the bidder(s).
13. The quantity of unit as indicated in the price bid may vary as per site requirement. The payment shall be made on the basis of actual execution at site by the respective Region & bidders are bound to supply & install the material accordingly as per actual requirement.
ZO CCTV Tender Finalization Committee
(E&M/ Engg. /CCTV Camera/ NZ-2015-16 dated 14.12.2015
II. Following documents duly signed and scanned to be uploaded along with Technical bid:
1. Authorization letter/Resolution from the Competent Authority/Board of Directors’ in favor of the officer signing the bid declaring him/her as Authorized Signatory
2. Compliance of Technical specifications i.e. Annexure –I of Section IV duly signed by authorized signatory.
3. Undertaking For Unconditional Acceptance of Terms & Conditions of the Tender Document as per Annexure-V of Section IV duly signed by the authorized signatory
4. One copy of Cancelled Cheque as a reference for e-payment by the Corporation
5. Proof of remittance of EMD.
III. Price bid as per Annexure-II of Section IV of the tender should be uploaded in the prescribed format.
IV. The Tenders will be opened in Zonal Office (N), Food Corporation of India, Khadyapurna Sadan A2A, A2B, Sector-24, Noida 201301, (U.P.) on the date and time as mentioned in Tender, in the presence of bidders’ representatives who wish to be present at their own cost.
1. In case the day for opening of Tender becomes holiday, the Tenders will be opened at the same specified time on next working day. Further, in case of any change of venue, date & time, the same will be intimated separately. Bidder shall submit the Bid in accordance with clause no. 9 of Section-I of Bid Document.
2. Corporation reserves the right to extend the last date and time for submission of filled Bid.
Executive Director (North Zone), Food Corporation of India,
Khadyapurna Sadan A2A, A2B, Sector-24, Noida 201301, (U.P.)
Tel: 0120-2411720 0120-2411719
Email ID: [email protected]
ZO CCTV Tender Finalization Committee (E&M/ Engg. /CCTV Camera/ NZ-2015-16 dated 14.12.2015
8
SECTION–I
GENERAL INSTRUCTIONS, TERMS AND CONDITIONS
1. COMPANY PROFILE
The Food Corporation of India was setup under the Food Corporation's Act 1964 in order to fulfill following objectives of the Food Policy: (i) Effective price support operations for safeguarding the interests of the farmers. (ii) Distribution of food-grains throughout the country for public distribution system & (iii) Maintaining satisfactory level of operational and buffer stocks of food-grains to ensure National Food Security.
2. OBJECTIVE OF CONTRACT To ensure uninterrupted, effective, clear and proper capturing of video images of identified locations for the designated depot premises, so as to have continuous display/storage of such image/data and its retrieval as and when required for effective security surveillance.
3. SCOPE OF WORK
1. Supply, Installation, Testing, Commissioning and Maintenance of CCTV surveillance system at warehouse/Depots of Food Corporation of India (FCI) which are listed in Annexure VI of this bid document as per the technical specifications mentioned herein. However, the number of CCTVs to be installed may be increased/ decreased at the discretion of the FCI depending upon the operational/site requirement. Please refer Section –III of the tender for detailed scope of work.
2. The scope of the proposal shall be on the basis of a single Bidder's responsibility, completely covering all the works as specified under the scope of work mentioned in the Bid Documents. Bids not covering the entire Scope of Work shall be treated as incomplete and shall be rejected.
4. PLACE OF WORK
Warehouse/Depots of Food Corporation of India, as per the list given at Annexure -VI of Section-IV.
5. PERIOD OF CONTRACT:
The entire CCTV System shall be under comprehensive onsite warranty for a period of
(01) one year from the date of successful commissioning of CCTV surveillance system.
Thereafter the CCTV System shall be under comprehensive onsite Annual
Maintenance Contract (AMC) for a period of (04) four years commencing from the
date of completion of warranty period.
6. DUE DILIGENCE
The Bidder is expected to examine all instructions, forms, terms, conditions and specifications in this Bid document. Bid shall be deemed to have been made after
9
inspection of various sites and careful study and examination of this document with full understanding of its implications. The Bid should be precise, complete and strictly in the prescribed format as per the requirement of this tender. Failure to furnish all information required by this bid document or submission of a Bid not as per this document will be at the bidder’s risk and shall result in rejection of the Bid and the decision of the Corporation in this regard will be final, conclusive and binding.
7. AUTHORIZED SIGNATORY
7.1 Persons signing the tender shall have the authority/authorization by way of
Board Resolution/Authorization Letter of competent authority and shall state in what capacity he/she or they is / are signing the tender e.g. as a Secretary/Manager/Director etc., of a Central Public Sector Unit. Bid should be signed by authorized officer and shall affix the Seal of the CPSU.
7.2 The bidders shall authorize a person(s) who will be responsible for the management and control of the work relating to the contract during the tenure of the contract. The person so authorized shall be deemed to have power of attorney from the bidders in respect of the contract and whose act shall be binding on the bidders.
8. ESTIMATED VALUE OF THE CONTRACT, EARNEST MONEY DEPOSIT(EMD) &
PERFOMANCE BANK GUARANTEE (PBG)
8.1 The estimated value of the contract is Rs 12, 52, 96, 086/- [Rs Twelve Crore fifty two lakh ninety six thousand eighty six only].
Each tender must be accompanied by an Earnest Money Deposit of Rs 25, 06, 000/-[ Twenty five lakh six thousand only] through Electronic Clearing System(ECS) in favour of “Food Corporation of India”, Noida [State Bank of India, Sec-2, Noida (Account No. 30071676903 IFSC Code : SBIN0005936)]
8.2 The bidder shall be permitted to bid on the express condition that in case he resiles or modifies his offer, or terms & conditions thereof, after
submitting his tender, for him/her is found to be incorrect or false, the Earnest Money Deposited by him shall stand forfeited, without prejudice to any other rights and remedies of the corporation under the Contract and Law, and the Bidder will be liable for any loss suffered by the Corporation on account of its withdrawal/modification etc. besides forfeiture of EMD. He will also be debarred for participating in any other Tender Enquiry with FCI for a period of three years.
8.3 The Earnest Money shall be returned to all technically disqualified bidders within a period of 15 (fifteen) days from the date of their technical disqualification. In case of other unsuccessful bidders, EMD shall be returned within a period of 15 (fifteen) days from the date of opening of price bid(s). The EMD in case of the successful bidder shall be returned within 15 (fifteen) days from the date of submission of Performance Bank
10
Guarantee (PBG). No interest, whatsoever, shall be payable on the EMD.
8.4 The successful Bidder shall have to submit a performance bank guarantee as per Annexure-IV from a Scheduled bank in India equivalent to 15% of the actual tendered value. This will be submitted within 30 (thirty) days from the date of issuance of acceptance letter by the Corporation and shall remain valid for the entire contract period, including the extended period (if any), plus for a period of 90 (ninety) days after the expiry of the contract period. In case of failure of the successful bidder to furnish the PBG within the prescribed time-frame, EMD is liable to be forfeited, without prejudice to
any other rights and remedies of the Corporation under the Contract and Law, and the Bidder will be liable for any loss suffered by the Corporation on this account. The bidder shall also be debarred from participating in any other Tender Enquiry with FCI for a period of three years.
8.5 All incidental charges whatsoever such as premium; commission etc. with respect to the performance bank guarantee (PBG) shall be borne by the bidder. If the project implementation period is delayed, the PBG shall be extended by the bidder for such additional duration. The performance bank guarantee may be discharged/ returned by FOOD CORPORATION OF INDIA upon being satisfied that there has been due performance of the obligations of the bidder under the agreement. However, no interest shall be payable on the performance bank guarantee.
8.6 In the event of the bidder being unable to service the agreement for whatever reason, FOOD CORPORATION OF INDIA would invoke the PBG. Notwithstanding and without prejudice to any rights whatsoever of FOOD CORPORATION OF INDIA under the agreement in the matter, the proceeds of the PBG shall be payable to FOOD CORPORATION OF INDIA as compensation resulting out of the bidder’s failure to perform/comply its obligations under the agreement. FOOD CORPORATION OF INDIA shall notify the bidder in writing of the exercise of its right to receive such compensation within 15 (Fifteen) days, indicating the contractual obligation(s) for which the bidder is in default.
8.7 The Performance Bank Guarantee would be invoked by the Corporation under the following conditions:-
i) The Bidder fails to conform to the terms and conditions of the tender document to the complete satisfaction of the Corporation.
ii) The Bidder fails to maintain strict confidentiality of all the documents, information, data coming in possession of the Bidder as a result of awarding the contract and also any oral, written or other information disclosed for evaluation or for any other purposes.
11
9. BIDDING PROCESS
9.1 Bidders are advised to study the Bid Document carefully. Submission of the Bid will be deemed to have been done after careful study and examination of all instructions, terms and required specifications in the tender document with full understanding of its implications. Bids not complying with all the given clauses in this tender document are liable to be rejected. Failure to furnish all information required in the tender Document or submission of a bid not substantially responsive to the tender document in all respects will be at the bidder’s risk and may result in the rejection of the bid.
9.2 FCI is using services of e-Procurement platform of CPP Portal for the purpose of this tender. The Bidders who wish to participate in the e-Tender shall have to register themselves in the e-Procurement platform https://eprocure.gov.in/eprocure/app which is free and shall complete necessary formalities as prescribed.
9.3 The Bidders may contact CPP Portal help line , with regard to technical issues relating to functioning of their e-Procurement platform or any doubts regarding online submission of Tender document may contact toll free number : 1800 233 7315.
9.4 The Tender Document and other detailed terms & conditions are available in the Food Corporation of India website www.fciweb.nic.in (for reference only) as well as at https://eprocure.gov.in/eprocure/app (for reference and online tendering).
9.5 The bid can only be submitted online after uploading all the mandatory document(s)/appendices of tender, as specified. Bidder shall upload all the document(s) duly signed in the form of JPG format and/or PDF format. All the supporting documents shall be duly signed, scanned & uploaded by the bidder accurately in a legible format. Any alterations/over-writing should be duly signed by the authorized signatory. Corporation may call for original document(s) for verification purpose(s) at any point of time.
9.6 Bid(s) not accompanied by duly signed mandatory document(s) shall not be accepted. Bid(s) which do not comply given instructions shall be summarily rejected.
9.7 Tender shall be electronically submitted (on-line) within the prescribed date and time as mentioned in the Tender document and e-Procurement portal.
9.8 After opening of the bid, the BIDDERS’ can login and see the details of bidding & the bidder will receive the competitor bid sheet.
12
9.9 Complete Tenders under TWO BID SYSTEM to be received ONLY on CPP Portal, website ‘https://eprocure.gov.in/eprocure/app’, at the fixed time and the date as indicated above. The Bidder will be at liberty to be present either in person or through an authorized representative at the time of opening of the Bid.
9.10 Bidders are advised to follow the instructions provided in the ‘Instructions to the Bidders for the e-submission of the tenders online through the Central Public Procurement Portal for e-Procurement at ‘https://eprocure.gov.in/eprocure/app’.
9.11 Food Corporation of India reserves the right to reject any or all the tenders and / or cancel the Tender enquiry at any stage without assigning any reason.
9.12 No negotiation will be entertained with any of the bidder(s).
10. MODIFICATION AND WITHDRAWAL OF BIDS No Bid can be withdrawn or modified in the interval between the Bid submission deadline and the expiration of the Bid validity period specified in Bid documents. Withdrawal or modification of a Bid during this interval shall result in Bidder’s forfeiture of its EMD.
11. BID OPENING AND EVALUATION
11.1 The Corporation will open Technical Bid in the presence of Bidder’s representatives who choose to attend the opening at the time, on the date and at the place specified in the bid at their own cost. Bidder’s representatives shall sign a register as a proof of their attendance. In the event of the specified date for the opening of tenders being declared holiday for the FCI, the Tenders will be opened at appointed time on the next working day.
11.2 Prior to the detailed evaluation, the Corporation will determine whether each Bid is prima facie complete and is substantially responsive to the bidding documents. For purposes of this determination, a substantially responsive Bid is one that conforms to all the terms, conditions and specifications of the bidding documents.
11.3 Bids with any deviations, objections to or reservations on provision of terms and conditions of tender will be treated as non-responsive.
12. ACCEPTANCE OF BIDS
12.1 The Executive Director, Zonal Office (North), Noida for and on behalf of the Corporation reserves the right to reject any or all the bids, without
13
assigning any reasons thereof and does not bind himself to accept the lowest or any other tender. When a Bid is accepted, the successful Bidder will be advised for the acceptance of his Bid by a letter as formal ‘Acceptance of bid’.
12.2 The Corporation reserves the right to award the work for all items of schedule or anyone/few of them by dropping the rest of items of schedule of operations for which rates are called for herein. The decision of the Executive Director, Zonal Office (North), Noida, shall be final and binding on the bidder.
13. VALIDITY OF THE BID
13.1 The Bid should be kept valid for a period of 60 days from the date set for opening of Technical Tenders.
13.2 In exceptional circumstances, prior to expiry of the original Bid validity period, the Corporation, at its discretion, may extend the validity period beyond 60 days for a further period of 30 days and the same shall be binding on the Bidder.
13.3 The Bid valid for a period shorter than specified period shall be rejected.
14. LIQUIDATED DAMAGES POST COMMISSIONING AND ACCEPTANCE OF CCTV SYSTEM (FOR NON-PERFORMANCE)
In case of any item becoming out of order or defective, or major defects noticed which cause complete/partial dislocation of system during the currency of the contract and the defects are not attended and rectified by the contractor within a period of 48 (FORTY EIGHT) hours from the time of receipt of intimation from the Corporation or its authorized representative, a penalty at Rs.200/- per day for the number of days for which the system remains out of order or the expenditure incurred by the FCI for rectification of the system through other agencies beyond the period of 48 (FORTY EIGHT) hours whichever is higher will be levied on the
bidder. The compensation for such rectification of system got done by the FCI will be made within 10 (ten) days by the bidder failing which the said amount will be adjusted from any amount due / withheld under terms of payment. If the defect is rectified by replacing the item (defective) by compatible and equivalent or higher specification, the defect shall be considered to be resolved. However, in such cases, the penalty levied on account of delay in attending the defect(s) shall not be refunded.
15. EXECUTIVE DIRECTOR(NORTH ZONE)’S DECISION
15.1 In respect of all matters which are left to the decision of EXECUTIVE DIRECTOR (NORTH ZONE) including the granting or with-holding of the certificates, the EXECUTIVE DIRECTOR (NORTH ZONE) shall, if required
14
to do so by the bidder, give in writing a decision thereon.
15.2 If, in the opinion of the Bidder, a decision made by the EXECUTIVE DIRECTOR (NORTH ZONE) is not in accordance with the meaning and intent of the Contract, the Bidders may file with the EXECUTIVE DIRECTOR (NORTH ZONE) within seven (7) days after receipt of decision, a written objection to the decision. Failure to file an objection within the allotted time will be considered as an acceptance of the EXECUTIVE DIRECTOR (NORTH ZONE) decision and the decision shall become final and binding.
EXECUTIVE DIRECTOR (NORTH ZONE)
15
SECTION –II
TERMS AND CONDITIONS GOVERNING THE CONTRACT
1. DEFINITIONS
(i) Supply, Installation, Testing, Commissioning & Maintenance of CCTV
surveillance system shall mean the supply, installation, testing,
commissioning & Maintenance of CCTV surveillance system as per the
Corporation requirement and complete in all respects.
(ii) The term ‘CONTRACT’ shall mean and include the invitation to Bid, incorporating also the instructions to bidders, the Bid, its Annexures, appendices and schedules, acceptance of Bid and such general and special conditions as may be added to it.
(iii) Contractor / Supplier / Bidder/ Vendor shall mean the Bidder whose Bid will be accepted by the Corporation for the award of the Works and shall include such successful Bidder’s legal representatives, successors and permitted assigns.
(iv) The term ‘CORPORATION’ or ‘FOOD CORPORATION OF INDIA’ wherever occurs shall mean the FOOD CORPORATION OF INDIA established under FOOD CORPORATION ACT 1964 and shall include its administrators, successors and assigns. It will also be called FCI.
(v) ‘EXECUTIVE DIRECTOR’ shall mean the Executive Director (North Zone) of FOOD CORPORATION OF INDIA or any person authorized by him on his/Corporation’s behalf.
(vi) ‘SERVICES’ shall mean the performance of any of the items of work enumerated in schedule of services including such auxiliary, additional and incidental duties, services and operations as may be indicated by the Executive Director, Zonal Office (North), Noida or any person authorized by him on his/Corporation’s behalf.
(vii) ‘Warehouse or Depot’ shall mean Storage Complexes comprising of Godowns/Sheds where food-grains are stored, Weigh-bridge, office block etc.
(viii) ‘Depot Manager’ shall mean the officer-in-charge of the Warehouse or Depot.
16
2. COMMISSIONING OF CCTV SURVEILLANCE SYSTEM AT ALL THE LOCATION
The bidder shall complete the work including training within 04 (four) months from the date of signing of the agreement.
3. WARRANTY The successful bidder shall provide a comprehensive onsite warranty for duration of one year for the material supplied & installed from date of commissioning.
4. EXTENSION
On completion of one year warranty period and four year AMC period, Corporation shall be free either to continue with the bidder by extending the arrangements for another one year or to part ways with the bidder after giving three month advance notice and engage another agency as may be decided by it. The payment for the extension period shall be released as per mutually agreed rate and other terms and conditions shall remain same.
5. PAYMENT TERMS
5.1 The payment shall be made as per following schedule:
Sl. No.
Activity Payment to be released
Documents to be submitted by the bidder 1 Supply,
Installation, Testing and Commissioning
60% of total cost Submission of bill along with certificate regarding successful completion of work issued by Depot Manager and counter signed by concerned Area Manager.
2 On completion of 1st
year
8% of total cost Submission of certificate of successful operation during the time period issued by Depot Manager and counter signed by concerned Area Manager.
3 On completion of 2nd
year
8% of total cost Submission of certificate of successful operation during the time period issued by Depot Manager and counter signed by concerned Area Manager.
17
4 On completion of 3rd
year
8% of total cost Submission of certificate of successful operation during the time period issued by Depot Manager and counter signed by concerned Area Manager.
5 On completion of 4th
year
8% of total cost Submission of certificate of successful operation during the time period issued by Depot Manager and counter signed by concerned Area Manager.
6 On completion of 5th
year
8% of total cost Submission of certificate of successful operation during the time period issued by Depot Manager and counter signed by concerned Area Manager.
5.2 No advance payments will be made.
5.3 The payment shall be made through E-Payment system only.
5.4 The bidder should submit bills as per clause 5.1 above but not later than two
months from the date of expiry of the contract to the concerned General
Manager(Region),FCI,UP/Punjab/Haryana/Rajasthan/Delhi/Uttrakhand/J&K/
HP.
5.5 Taxes as applicable from time to time as per the Income Tax Act will be
deducted from the bills. In case the bidder is exempted from deduction of
Income Tax, then he is required to produce a certificate from the Income Tax
Authority indicating clearly that no tax at source be deducted from the bidder
against the said contract. Such a certificate shall have to be obtained at the
commencement of each Financial Year.
5.6 Service Tax or any other Tax in lieu thereof levied by the Central Govt. from
time to time on the Services rendered by the Contractor to FCI shall be paid by
Corporation to the Contractor over and above the Schedule of Rates, subject
to the Contractor submitting his Bills/Invoices thereof in the Format prescribed
under Rule 4A (1) of the Service Tax Rules, 1994 or other relevant Laws, as the
case may be.
5.7 The bidder may raise Region-wise bill for Supply, Installation, Testing &
Commissioning after completion of work in a particular Region.
18
5.8 The rates quoted by the bidder and accepted by the Corporation and
incorporated in the contract agreement shall remain applicable during the
period of the contract.
5.9 The Corporation shall not be liable for payment of any interest on any bill
outstanding for payment for any reasons, whatsoever.
6. TERMINATION
6.1 Corporation may terminate this agreement at any point of time in the event
of material breach of the agreement by the other party. Corporation may
also terminate the contract in the event of the bidder having been adjudged
insolvent or going into liquidation or winding up their business or making
arrangements with their creditors or failing to observe any of the provisions
of this contract or any of the terms and conditions governing the contract.
6.2 Corporation without prejudice to any other rights or remedies under the
contract shall have the right to get balance work at the risk and cost of the
bidder and to claim from the bidder any resultant loss sustained or costs
incurred besides forfeiting Performance Bank Guarantee for the balance
work.
6.3 In the event corporation terminates the contract in whole or in part,
pursuant, corporation may procure, upon such terms and in such manner,
as it deems appropriate, Goods or Services similar to those undelivered, and
the Bidder shall be liable to corporation for any excess costs for such
similar goods or services. However, the bidder shall continue the
performance of the contract to the extent not terminated.
7. NON-PERFORMANCE
The non-performing and defaulting Bidder shall be DEBARRED and shall be
suspended / banned from participating in all the Corporation Bid inquiries for a period of three years. The decision of the Executive Director (North Zone) shall be final and binding in this regard.
8. FORCE MAJEURE
8.1 The Bidder shall not be liable for forfeiture of its Performance Bank Guarantee (PBG), liquidated damages or termination for default, if and to the extent that it’s delay in performance or other failure to perform its obligations under the contract is the result of an event of force majeure.
8.2 For purposes of this clause, “Force Majeure” means an event beyond the control of the Bidder and not involving bidder’s fault or negligence. Such
19
events may include, but are not limited to wars or revaluations, fires, floods, epidemics, quarantine restrictions and freight embargoes.
8.3 The party unable to fulfill its obligations due to Force Majeure will immediately:
a) Notify the other in writing of the reasons within 10 days for its failure to fulfill its obligations and the effect of such failure;
b) Use all responsible endeavors to avoid or remove the cause and perform its obligations.
9. LAWS GOVERNING THE CONTRACT
The contract will be governed by the laws of the country in force from time to time. The Contract shall be interpreted in accordance with the law of the land & will be under the jurisdiction of courts in Noida.
10. AGREEMENT
The successful Bidder shall execute a formal agreement as per Annexure III with the Executive Director (North), Zonal Office, Noida within the fifteen (15) days of award of contract.
11. TAXES AND DUTIES
Except as otherwise specifically provided in the Contract, the Bidder shall bear and pay all taxes, duties, levies and charges assessed on the bidder, by all municipal, state or central government authorities As regards the Indian Income Tax, Surcharge on Income Tax, Education Cess and any other Corporate Tax, Corporation shall not bear any tax liability whatsoever. The bidder shall be liable and responsible for payment of such tax, if attached under the provisions of the law present or future and Corporation will make deduction at source as applicable.
12. AVAILABILTY OF REQUISITE PERMISSIONS AND LICENSES AND COMPLIANCE WITH THE STATUTORY PROVISIONS
The bidder is required to follow all the statutory acts as may be applicable for such type of work which may also involve manpower/links/ services provided/ intellectual property right and other IT Acts, Labour Acts, PF Acts. The bidder merely by filling the bid confirms that the bidder has all the requisite permissions and licenses to carry out all the works as stipulated by this tender. Further, merely by filling the tenders, the bidder reconfirms that the bidder has complied with all the statutory provisions of the central, state, local and municipal laws enforce. The bidder also confirms merely by filling the tenders, to comply with any future laws that may be enforced upon by the statute. Agencies which do not have requisite permissions / licenses or who do not comply with
20
the statutory provisions are requested to fill in the bids only if they are eligible in this respect. Valid registrations viz. Sales Tax / VAT / Central Excise and with any other authorities as per requirement should be available with the bidder and be produced as and when required. The bidder shall obtain such permits and licenses as may be required under any law in force for the time being for his business.
13. LIQUIDATED DAMAGES (DELAYED COMMISSIONING & NON-DELIVERY)
Time is the essence of the contract and the milestones/ delivery dates are binding on the bidder. In the event of delay or any gross negligence, for causes
attributable to the bidder, in meeting the milestones/deliverables as per tender, the Corporation shall be entitled at its option to recover from the bidder as agreed, liquidated damages, a sum of 0.5% of the actual contract value for every week of delay or part of a week for initial 04 (four) weeks. Thereafter, a sum of 1% of the actual contract value for every week or part of a week after initial 04 (four) weeks of delay would be recovered, subject to the maximum value of the Liquidated Damages being not higher than 10% of the actual contract value. This right to claim any liquidated damages shall be without prejudice to other rights and remedies available to Corporation under the contract and/or any other law.
In case of delay in achieving any of the targets/milestones solely not attributable to bidder, Corporation may consider condoning or reducing part of the liquidated damages. Corporation has the exclusive right to exercise this provision.
The decision of the competent authority i.e. Executive Director (North) Food Corporation of India, Zonal Office (North). Noida for imposing Liquidated Damages will be final and binding upon the party and no correspondence in this regard will be entertained by Food Corporation of India.
14. TRAINING
User training will be provided to the FCI user staff by the successful bidder free of cost as given in scope of work at Section-III of the tender document.
15. OPERATIONAL ACCEPTANCE AND FINAL ACCEPTANCE
Upon successful completion of entire work in each Warehouse/Depot including testing by the bidder, the concerned Depot Manger shall issue a Certificate to the bidder as a proof of the final acceptance. Such certificate shall not relieve the bidder of any of his obligations which otherwise survive, by the terms and conditions of the Contract after issuance of such certificate.
16. LIMITATION OF LIABILITY:
16.1 The Contractor shall arrange all safety precautions for this representatives and workmen during the contract period and FCI shall not be responsible for any consequences due to his failure to do so. The contractor shall ensure that
21
no electric hazards/fire are caused due to his negligence or improper usage of materials etc.
16.2 Bidder’s aggregate liability for actual damages shall be capped at 100% of the total value of the contract. However, in the following cases, the liability of the Bidder’s shall be as per actual damages: 1) the bodily injury (including death) and damage to real property and tangible personal property caused by Bidder’s negligence and/or 2) the intellectual property infringement claims.
16.3 Bidder shall not in any event be liable for any indirect or consequential damages, or for loss of profit, business, revenue, goodwill, anticipated savings or Data, or third party claims except with respect to bodily injury (including
death) and damage to real and tangible personal property.
16.4 Neither this Contract nor the Services delivered by Bidder under this Contract grants or creates any rights, benefits, claims, obligations or causes of action in, to or on behalf of any person or entity (including any third party) other than between the respective Parties to this Contract, as the case may be.
16.5 Title and Risk of Loss: Bidder shall bear the risk of loss on Project Assets; up to the time they are transferred and handed over to the FCI - after which it shall stand transferred to the FCI. Bidder shall arrange and pay for insurance to cover such item until it is transferred.
22
SECTION-III
SCOPE OF WORK
Tender for Supply, Installation, Testing, Commissioning and Maintenance of CCTV surveillance system at warehouse/Depots listed at Annexure -VI of Food Corporation of India, Zonal Office (North), Noida.
a) Each entry/exit gate(s) of the warehouse/Depots, as the case may be, shall be covered by 02 (two) Analog IR Vari-focal Bullet Cameras.
b) Weigh bridge shall be covered with 02 (two) Analog IR Vari-focal Bullet
Cameras.
c) 02 (two) Analog IR Vari-focal Bullet Cameras (one on each side of the Godown) to cover the passage as well as platform of the Godown/Shed. However, if felt necessary, one more camera can be added in the centre to get a better picture of the entire platform length.
d) All the cameras shall be connected through network to DVR placed in control room (Office of the Warehouse /Depot Manager) connected to a 32 inch LED Monitor (Resolution1920x1080) display unit for monitoring & managing the CCTV functions.
e) CCTV footage recording of 30 days has to be provisioned initially with scalability to enhance the recording period as and when required.
f) Two days onsite training program for up to the seven officials for operations
of CCTV Systems at each warehouse/Depot will be arranged by the vendor.
g) The complete CCTV System should be under warranty for 01 (one) year
and AMC for 04 (four) years.
h) The Vendor shall supply, installation, testing & commissioning of CCTV
Surveillance System along with required accessories, software, DVR , UPS,
cables, accessories etc
i) Bill of Material including cabling shall be indicative only, the successful
bidder shall visit the warehouse/Depot and arrive at the actual
requirement & location of placing the cameras in consultation with the
Warehouse/Depot Manager and Area Manager. Accordingly payment shall
be released on actual bill of material deployed based on completion
certificate & satisfactory report submitted by warehouse/Depot manager
through respective Area Manager(s) to the concerned General Manager
(Region).
j) Any enhancement/addition of the CCTV system within the
warehouse/Depot shall be taken up as per unit rate of the items during
contract period.
23
k) Time period for installation, testing & commissioning of CCTV system along with cabling in warehouse/Depots shall be 04 (four) months from the date of award of contract.
l) An extended period of 03 (three) months shall be allowed to the contractor with leviable liquidated damages as mentioned in Clause 13 of Section II beyond the scheduled period of 04 (four) months for completion of the installation, testing & commissioning of CCTV system along with cabling in warehouse/Depots. No further delay shall be allowed beyond the extended period of 03 (three) months. Failure to complete the installation, testing & commissioning of CCTV system along with cabling in warehouse/Depots shall result in invocation of PBG and will also be debarred for participating in any other Tender Enquiry with FCI for a period of 03 (three) years.
m) The price quoted by the bidder should include all the expenses in commissioning of all cameras with power supply, accessories and other devices complete with software.
n) The bidder shall make his own arrangements for supply and installation of the equipments at the designated warehouse/Depot and no road permit shall be issued by FCI.
o) Specifications of camera offered by bidder should capture the number plate of the vehicle from a reasonable distance at gate, Godown & weighbridge. Accordingly bidder has to provision required specifications of the lenses/items.
p) The batteries for UPS shall be under warranty for two years. Since the batteries are consumables, FCI to provide the same after warranty period of two years, if required. The bidder has to install the batteries as per requirement.
q) Bidder shall quote separate price, each for UPS and Batteries as given in the price bid.
r) The bidder may survey the site for understanding of requirements, before bidding.
SCOPE FOR ONSITE COMPREHENSIVE WARRANTY AND AMC:
a) The period of warranty on all electronic equipment i.e. cameras, DVR etc. and allied materials, supplied by successful contractor, shall be 12 (twelve) months from the date of taking over certificate issued by FCI.
b) The contractor shall ensure that the entire CCTV System including its components and all allied materials are working properly and continuously without fail during the currency of the contract. The contractor shall also ensure visit by service Engineer/skilled technical personnel bi-monthly and submit the entire CCTV System working reporting to the concerned Area
24
Manager.
c) Annual Maintenance Charges will commence from the date of expiry of warranty period of 12 (twelve) months from date of commissioning with the same terms and conditions. It shall be the responsibility of the bidder to carry out repairing/replacement of part(s), if any, during the period of warranty as well as AMC, without any extra cost to FCI.
d) It shall be the responsibility of the contractor to ensure uninterrupted and proper functioning of the CCTV Setup during the currency of the contract period. In case of continued failure of the CCTV system or contractor failing to provide satisfactory / uninterrupted functioning of CCTV System during the contract period, Executive Director (North) will be at liberty to terminate
the contract at any time and appoint new contractor at his risk and cost without prejudice to other right and remedies as per contract and law. The Executive Director (North) shall have the sole authority to judge the performance of the Contractor in such cases and his decision shall be binding on the Contractor.
e) All materials and equipments etc. required by the contractor for the works, during On-site comprehensive warranty and AMC, will be arranged by him, without any extra cost to FCI.
f) FCI will neither provide foreign exchange nor any assistance whatsoever for import of equipments involved in the contract, if any.
g) Before handing over the system to the Corporation, the contractor will submit the following for each set of equipment to the concerned Depot Manager.
i. Operation manual
ii. Servicing manual
iii. Equipment’s Guarantee/Warranty certificates.
h) The contractor shall be responsible for any acts of commission or omission on the part of their work men in respect of any damage or loss to FCI
property.
i) Any liability arising out of accident or death of any personnel during the execution of work shall be upon the contractor.
j) The contractor shall be responsible to comply with all the statutory obligations including Labour/Taxation/Octroi etc.
k) The contractor shall deploy only well experienced and qualified workmen for execution of the work.
l) All persons employed by the contractor shall be engaged by him as own employees in all respects, and all rights & liabilities under the workmen’s compensation act, or EPF act and other applicable enactments, in respect of all such personnel shall exclusively be that of the contractor. Contractor
25
shall also comply with all rules and regulations/ enactments made by the State Government/ Centre Government from time to time pertaining to the contract including all labour laws.
26
SECTION –IV
ANNEXURE-I
A. TECHNICAL BID:
Supply, installation, testing, commissioning and maintenance of CCTV surveillance system at warehouse/Depots of Food Corporation of India (FCI) listed in Annexure - VI
Sr.
No.
Items Documentary Proof to be
enclosed
Compliance
(Y/N)
1. Authorized signatory
(As per Clause No. 7 of Section-I)
Authorization letter/Board
Resolution in favour of the officer signing the bid
2. Undertaking For
Unconditional
Acceptance of Terms &
Conditions of the
Tender Document
Bidder to submit
Undertaking for Unconditional Acceptance of Terms & Conditions of the
Tender Document as per Annexure-V duly signed by
the authorized signatory.
3. Compliance of Technical Specifications:
Sr. No
Details Items/Work with specifications Compliance Yes/No
1 Analog IR Vari Focal Bullet Camera
i Sensor 1/3 " Progressive Scan CMOS or
higher
ii Effective Pixels 2 MP or higher
iii Effective Resolution 1930 x 1088 or more
iv Illumination 0.01 lux @ (F1.2, AGC ON), 0 Lux
with IR ON
v Shutter Speed 1/25 to 1/50000 second or better
vi Focal Length 4 mm or better
vii SNR 50 dB or more
viii Frame rate minimum 25 fps
ix Weather Rating IP 66
x IR Range minimum 30 m
xi Working Temp (-) 10 to (+) 60 degree Celsius
27
xii Horizontal Resolution 700 TVL or higher
xiii Certification UL / NABL ; FCC ; CE /EN
2 Digital Video
Recorder DVR
i Channels 16
ii Video Compression H.264
iii Output
HDMI/VGA output -
1920x1080/60Hz, 1280x1024/60Hz,
1280x720/60Hz, 1024x768/60Hz.
iv Minimum recording
period 30 days SD recording storage
v Playback 16 channels
vi Network Interface Yes
vii USB Ports Yes
viii Serial Interface Yes
ix Working Temp (-) 10 to (+) 60 degree Celsius or
better
x Certification UL / NABL ; FCC ; CE /EN
3A UPS 1 KVA UPS without battery
3B Battery 60 minutes battery backup for above 1 KVA UPS
4 Coaxial cable RG 11 Coaxial Copper Cable ISI
mark
5 Power cable 3 C x 1.5 sq mm Copper power cable
ISI
6 Monitor 32" LED Monitor resolution 1920 *
1080
7 PVC Pipe 32 mm/ 50 mm/ 80 mm/ 100 mm
PVC Pipe Heavy ISI Marked
8 GI Pipe 50 mm/ 80 mm/ 100 mm GI pipe medium ISI Mark
9 Supply of 6 U Network Rack with Power strip & related
accessories of Standard Make
10 Supply of 12 V Power Adaptors 4 AMP SMPS, Input Voltage -
90 to 285, Voltage variation + _ 10%, over voltage & short
circuit protection
11 Supply of L Shape Angles Iron Bracket of required
specifications with provision of mounting bullet cameras on
the gate, weighbridge and godown walls
12 Supply of Cage for protection of the camera with barbed wire
of suitable size
13 Provision for fixing of PVC pipe on wall, Laying of RG
armoured cable, Fixing of GI pipe under road, Fixing of L
shape iron angle brackets including installation of above
equipments complete with testing and commissioning
14 Booster/ Ballons for enhancing the signals for above system
(Video Distribution System) matching and compatible with
the main equipment.
15 Supplying and fixing loop in loop out electrical cable
junction box of Neptune/ Hansel IP-65 made of
28
thermoplastic, poly carbonate enclosure weather proof, dust
proof, water proof and shock proof internally embedded
gasket with cable entry through IP-65 thermo plastic/ brass
cable glands. Separate for incoming and outgoing cables and
wires duly fitted with following on DIN rail.
Connector for 10 to 16 sqmm- 4 Nos.
6 amp SP “C” curve 10 KA MCB-1 No.
End Clamps - 2 Nos.
16
The Specifications parameters listed are minimum
requirement and any item of higher specification will be
accepted.
17 MS ERW pipe pole of 6 mtr height for fixing of CCTV camera
incl. CC foundation, coller etc.
18 CAT VI Cable
19 The proposed solution should be modular and scalable so
that at later date the additional requirement can be met by
add-on components based on rates quoted in price bid and
shall be valid for contract period.
20 All components of the CCTV System should be compatible
with one another
21 The proposed CCTV System’s components must not be
obsolete
22
The sizing of DVR should be commensurate with the
number of cameras and number of days to record the video
etc.
23 The specified items must be current/ recent in the
Supplier's/OEM product line
24 All the items shall be branded and reputed 25 All CCTV Cameras, housing and DVR should be of the same
OEM.
Signature of bidder
29
ANNEXURE-II
B. PRICE BID: C. Supply, Installation, Testing, Commissioning and Maintenance of CCTV surveillance
system at warehouse/Depots of Food Corporation of India (FCI) listed in Annexure VI
(Amount in Rupees)
Sr. No
Details Items/Work with specifications (including testing and commissioning)
Unit Rate per
unit
Quantity Amount
In figures
In words
1 Analog IR Vari-Focal Bullet Camera Each 3253
2 Digital Video Recorder DVR
Each 305
3A UPS 1 KVA UPS without battery Each 290
3B Battery 60 minutes battery backup
for above 1 KVA UPS
Each 348
4 Coaxial cable RG 11 Coaxial Copper
Cable ISI mark
Meter 421951
5 Power cable
3 C x 1.5 sq mm Copper power cable ISI
Meter 332863
6 Monitor 32" LED Monitor
resolution 1920 * 1080
Each 285
7 A-D PVC Pipe
32 mm / 50 mm/ 80 mm/
100 mm PVC Pipe Heavy
ISI Marked
Meter 410740
8 A-C GI Pipe
50 mm/80 mm/ 100 mm
GI pipe medium ISI Mark
Meter 74093
9 Supply of 6 U Network Rack with Power strip
& related accessories of Standard Make
Set 871
10 Supply of 12 V Power Adaptors 4 AMP SMPS,
Input Voltage -90 to 285, Voltage variation +
_ 10%, over voltage & short circuit protection
Set 3119
11 Supply & Installation of L Shape Angles Iron
Bracket of required specifications with
provision of mounting bullet cameras on the
gate, weighbridge and godown walls
Set 2932
12 Supply of Cage for protection of the camera
with barbed wire of suitable size
Set 3010
13 A Installation charges for fixing of PVC pipe on
wall including cabling
Meter 409800
13 B Installation charges for fixing of PVC/GI
pipe underground including cabling
Meter 83583
14 Booster/ Ballons for enhancing the signals
for above system (Video Distribution
System) matching and compatible with the
main equipment.
Each 1630
15 Supplying and fixing loop in loop out
electrical cable junction box of Neptune/
Hansel IP-65 made of thermoplastic, poly
Each 2491
30
carbonate enclosure weather proof, dust
proof, water proof and shock proof
internally embedded gasket with cable entry
through IP-65 thermo plastic/ brass cable
glands. Separate for incoming and outgoing
cables and wires duly fitted with following
on DIN rail.
Connector for 10 to 16 sqmm- 4 Nos.
6 amp SP “C” curve 10 KA MCB-1 No.
End Clamps - 2 Nos.
16 MS ERW pipe pole of 6 mtr height for fixing
of CCTV camera incl. CC foundation, coller
etc.
Each 606
17 CAT VI Cable Meter 57850
18 AMC charges for First year
NA
19 AMC charges for Second year
20 AMC charges for third year
21 AMC charges for forth year
Grand Total
Note:
1. The lowest of Grand Total above shall be considered as L1 bidder.
2. All accessories to be included in above quoted rates. Rates for all the items must be quoted. The items for which Bidder does not quote the price or indicates as ‘Nil’ or puts a (-) mark or indicates ‘NA’ etc. in the rate/amount column; cost of that item shall be considered as ‘ZERO’ and inclusive for Bid evaluation for such items.
3. The Specifications parameters listed are minimum requirement and any item of higher specification will be accepted.
4. The bidder may survey the site(s) before bidding for understanding of requirements.
5. The solution should be modular and scalable so that at later date the additional requirement can be met by add-on components based on rates quoted in price bid and shall be valid for contract period.
6. All components of the CCTV System should be compatible with one another.
7. The proposed CCTV System’s components must not be obsolete.
8. The sizing of DVR should be commensurate with the number of cameras and number of days to record the video etc.
9. The specified items must be current/ recent in the Supplier's/OEM product line.
10. All the items shall be branded and reputed.
11. All CCTV Cameras, housing and DVR should be of the same OEM.
12. Price quoted is inclusive of all applicable taxes. However, service tax shall be paid extra at applicable rate as per rules.
13. AMC charges to be quoted shall be lump sum amount for all the Depots.
14. The quantity of unit as indicated in the price bid may vary as per site requirement. The payment shall be made on the basis of actual execution at site by the respective Region & bidders are bound to supply & install the material accordingly as per actual requirement.
Signature of bidder
31
ANNEXURE-III
AGREEMENT
The agreement made on this day of 201_ between the Food Corporation of India through its Executive Director, Zonal Office(North), KhadyaPurna Sadan, A2A, 2B, Sec-24, Noida, 201301(UP) established under
Food Corporations’ Act, 1964 (herein after called the Corporation) and ________________________________________________ (herein after called Contractor) which term shall include, unless repugnant to the context, his/heirs and legal
representatives, executers/ administrators and successors.
WHEREAS the Corporation being in requirement of __________________________ had
invited tenders for supply thereof vide tender No. AND WHEREAS the rate/rates submitted by the Contractor in his/their/its
letter dated has/ have been accepted by the Corporation vide communication No. dated .
It is hereby witness: The terms & conditions incorporated in tender No. form an integral
part of this agreement and will be sole repository of the terms and conditions governing the supply of to be made by the Contractor, and the said letter of the
Contractor is to be referred to only for the purpose of rates.
In witnesses whereof the parties have set their hands on the date herein before mentioned above written.
WITNESS Signature ____________
(Name & address of Contractor)
Seal
WITNESS
1.
2. General Manager (Sec.) FOOD CORPORATION OF INDIA
32
Annexure-IV
BANK GUARANTEE FOR BID SECURITY (PERFORMANCE BANK GUARANTEE) (To be stamped in accordance with Stamp Act)
Bank Guarantee No. ……….. Date
………………………...
To [FCI's Name & Address]
Dear Sir,
In consideration of the …………….. [FCI's Name]…………. (hereinafter
referred to as the 'FCI,' which expression shall unless repugnant to the context
or meaning thereof, include its successors, administrators and assigns) having
awarded to ……………..[Contractor's Name]
………..with its Registered/Head Office at …………………………..……………………
(Hereinafter referred to as the 'Contractor', which expression shall unless
repugnant to the context or meaning thereof, include its successors,
administrators, executors and assigns), a Contract by issue of FCI's Letter of
Award No. …………….. Dated ………….. and the same having been unequivocally
accepted by the Contractor, resulting in to a contract bearing No…………. dated
…………. Valued at……………….. for ……………… and the Contractor having
agreed to provide a Performance Guarantee for the faithful performance of the
entire Contract equivalent to 15% of contract value to the FCI.
We ……………….. [Name & Address of the Bank] …..………. having its
Head Office at
………………………….. (hereinafter referred to as the 'Bank', which expression
shall, unless repugnant to the context or meaning thereof, include its
successors, administrators, executors and assigns) do hereby guarantee and
undertake to pay the FCI, on demand any and all monies payable by the
contractor to the extent of 15% of contract value as aforesaid at any time upto
……………. (@) ………… [days/month/year] without any demur, reservation,
context, recourse or protest and/or without any reference to the Contractor. Any
such demand made by the Corporation on the Bank shall be conclusive and
binding notwithstanding any difference between the Corporation and the
Contractor or any dispute pending before any Court, Tribunal, Arbitrator or any
other authority. The Bank undertakes not to revoke this guarantee during its
currency without previous consent of the Corporation and further agrees that
33
the guarantee herein contained shall continue to be enforceable till the
Corporation discharges this guarantee.
The Corporation shall have the fullest liberty, without affecting in any way
the liability of the Bank under this guarantee, from time to time to extend the
time for performance of the Contract by the Contractor. The Corporation shall
have the fullest liberty, without affecting this guarantee, to postpone from time
to time the exercise of any powers vested in them or of any right which they
might have against the Contractor, and to exercise the same at any time in any
manner, and either to enforce or to forbear to enforce any covenants, contained
or implied, in the Contract between the Corporation and the Contractor or any
other course or remedy or security available to the FCI. The Bank shall not be
released of its obligations under these presents by any exercise by the
Corporation of its liberty with reference to the matters omission or commission
on the part of the Owner or any other indulgence shown by the Corporation or
by any other matter or thing whatsoever which under law would, but for this
provision, have the effect of relieving the Bank.
The Bank also agrees that the Corporation at its option shall be entitled to
enforce this Guarantee against the Bank as a principal debtor, in the first
instance without proceeding against the Contractor and notwithstanding any
security or other guarantee that the Corporation may have in relation to the
Contractor's liabilities.
Notwithstanding anything contained hereinabove, our liability under this
guarantee is restricted to …………. (x) ……….. and it shall remain in force up to
and including…………. (@) ……… and shall be extended from time to time for
such period, as may be desired by M/s………….. [Contractor's Name] ………... on
whose behalf this guarantee has been given.
In witness where of the Bank, through its authorized officer, has set its hand
and stamp on this
………………………… day of ……………….. 201_ at …………………… This
………………. day of ………….. 201_ at …………………………...
WITNESS …………………………..… (Signature) ……….…………
(Signature) ……………………………..
(Name) (Name) ………………….…. …………………………….. ……………………………… (Official Address) (Designation with Bank
Stamp)
34
Attorney as per Power of Attorney
No……………… Dated …………………….
Notes: 1. The validity of the Performance Bank Guarantee will be ninety (90)
days beyond the CONTRACT period as specified in the Contract.
2. The stamp papers of appropriate value shall be purchased in the name of Guarantee issuing Bank.
35
Annexure -V
Undertaking For Unconditional Acceptance of Terms & Conditions of the
Tender Document.
[Date]
To,
Executive Director (North),
Zonal Office (North)
Food Corporation of India,
A2A, 2B, Sec-24,
Noida, 201301(UP)
Dear Sir,
Subject: Tender notice for Supply, Installation, Testing, Commissioning and Maintenance of CCTV surveillance system at Warehouses/Depots of Food
Corporation of India under the jurisdiction of Zonal Office (North), Noida
We, the undersigned have thoroughly examined the tender document, and have understood the Terms and Condition(s) of the Tender notice for Supply,
Installation, Testing, Commissioning And Maintenance of CCTV surveillance system at warehouses/Depots of Food Corporation of India under the jurisdiction of Zonal Office (North), Noida.
We confirm that the information contained in this response or any part
thereof, including its exhibits, and other documents and instruments delivered
or to be delivered to Food Corporation of India is true, accurate, verifiable and
complete. This response includes all information necessary to ensure that the
statements therein do not in whole or in part mislead the Corporation in its
short-listing process.
We fully understand and agree to comply that on verification, if any of the
information provided here is found to be misleading the short listing process, we
are liable to be dismissed from the selection process or termination of the
agreement during the project, if selected to do so.
We agree for unconditional acceptance of all the terms and conditions set
out in the tender document including annexures and corrigendum if any and
also agree to abide by this tender response for a period of 90 days from the date
fixed for bid opening.
36
We hereby declare that in case the agreement is awarded to us, we shall
submit the Performance Bank Guarantee in the form of bank guarantee in the
form prescribed at Annexure-IV.
We agree that FCI is not bound to accept any tender response that they
may receive. We also agree that FCI reserves the right in absolute sense to reject
all or any of the services specified in the tender response.
It is hereby confirmed that I/We are entitled to act on behalf of our
company/ corporation/ firm/ organization and empowered to sign this
document as well as such other documents, which may be required in this
connection.
We understand that it will be the responsibility of our organization to keep
Food Corporation of India informed of any changes in respect of authorized
person and we fully understand that Food Corporation of India shall not be
responsible for non-receipt or non-delivery of any communication and/or any
missing communication in the event reasonable prior notice of any change in
the authorized person of the company is not provided to Food Corporation of
India.
Dated: ___ Day of 201_
(Signature)
(Name)
(In the capacity of)
Duly authorized to sign the Tender for and on behalf of:
(Name and Address of Company)
Seal/Stamp of bidder
37
ANNEXURE – VI LIST OF DEPOTS/WAREHOUSES of Region under North Zone
Sr. No.
Region Sr./ No.
Name of the depot
Capacity in MT
No. of cameras porposed
to be installed
Complete Address of the depot alongwith
Pin Code Name of Depot Manager
Contact No. of Depot Manager
Area Office
REGIONAL OFFICE- SHIMLA (H.P.)
1 1 Kullu 1670 6 FSD,Kullu,PO,Babeli
Teh&Distt Kullu Pin No 175032
Gulab Chand 9418280588 DO,Mandi
2 2 Karga 1100 6 FSD,Karga,VPO,Tandi
Teh,Kelong Distt Lahol& Spiti Pin No 175132
Prem Chand 8988269764 DO,Mandi
3 3 Hamirpur 1670 6
FSD,Hamirpur,PO,Kuthera,Sujanpur Road,Teh.& Distt Hamirpur Pin No
177020
B.S Patial 9418358144 DO,Mandi
4 4 Chamba 1670 6
FSD,Chamba Near Balupul,PO,Sultanpur,Te
h.& Distt Chamba Pin No 176314
Pahti Ram 9418426459 DO,D/Shala
5 5 GKT 10000 8 FSD,GKT,PO,Baleta
The.Nurpur,Distt Kangra Pin No 176201
Vikas Kale TA.II/(D/I) 9418302413 DO,D/Shala
6 6 Una 2500 6 FSD,Una Jalgram The.& Distt Una Pin No 176201
Suresh Kumar AG.I(D)/(D/I)
9816477124 DO,D/Shala
REGIONAL OFFICE -DEHRADUN, UTTARAKHAND
38
7 1 SIMLI 5000 8
FCI, Food Storage Depot, Simli, Near
Anchal Dairy, Distt.-Chamoli-246455
Shri Sher Singh, 9412035553 Srinagar
8 2 PITHORAG
ARH 5000 8
FCI, Food Storage Depot, Village Encholi,
Distt.-Pithoragarh-262501
Shri J.D. Pant 7055514134 Haldwani
9 3 BAZPUR 10000 8
FCI, Food Storage Depot, Bairia Road, Near Pepsi Factory
Bazpur, Distt.-Udham Singh Nagar-262401
Shri G. S. Rawat 7055514130 Haldwani
REGIONAL OFFICE-PUNCHKULA, HARYANA
10 1 FSD Palwal 11060 9 MANAGER (D), FCI, FSD, PALWAL PIN-
121102 Sh. Rohtash Yadav 9992221858 Faridabad
11 2 FSD
Faridabad 58340 28
MANAGER (D), FCI, FSD, FARIDABAD PIN-
121002 Sh. Rupesh 9810402501 Faridabad
12 3 FSD
Dabwali 20000 12
FCI, FSD MANDI DABWALI PIN-125104
Sh. Mangat Ram 9215287439 Hisar
13 4 FSD
Kalanwali 15000 10
FCI, ODDA ROAD, FSD KALANWALI PIN-
125201 Sh. SK Sethi 9215287437 Hisar
14 5 FSD
Fatehabad 19620 12
FCI, FSD, RATIA ROAD, FATEHABAD
PIN-125050 Sh. Harpal Singh 9215287445 Hisar
15 6 FSD Bhattu 15000 10 FCI, FSD, FATEHABAD ROAD, BHATTU PIN-
125053 Sh. Rajender Kumar 9215287429 Hisar
39
16 7 FSD
Bhiwani 11670 8
MANAGER (D), FCI, LOHARU ROAD, FSD BHIWANI PIN-127021
Sh. Darshan Singh 9215287414 Hisar
17 8 FSD
Ellenabad 15000 10
FCI, FSD, NEAR RAILWAY STATAION,
ELLENABAD PIN-125102
Sh. DK Arora 9215287435 Hisar
18 9 FSD Sirsa 22500 13 FCI, FSD NEAR ANAAJ
MANDI, SIRSA PIN-125055
Sh. Subhash Gupta 9215287409 Hisar
19 10 FSD
Bhiwani Khera
10000 8 Near New Grain Mkt,
Bhiwani Khera, 127032 Sh. Ashok Chandana 9215287416 Hisar
20 11 FSD
Barwala 10640 8
FCI, NEAR RAILWAY STATION, FSD
BARWALA PIN-125121 Sh. Sumit Kaushik 9215287420 Hisar
21 12 FSD
Tohana 10000 8
FCI, CHANDIGARH ROAD, FSD TOHANA
PIN-125120 Sh. Rajmal 9215287425 Hisar
22 13 FSD Hisar 21920 13 FCI, FSD HISAR, NEAR
ANAAJ MANDI PIN-125001
Sh. Madan Lal 9215287412 Hisar
23 14 BG Sirsa 50000 24 FCI, BG SIRSA, HISAR
ROAD PIN-125055 Sh. Vishnu 9215287431 Hisar
24 15 FSD Taraori 33560 16
MANAGER (D), FCI, FSD TARAORI, NEAR
RLY. STATION, TARAORI PIN- 132116
Sh. Multan Singh 9671541884 Karnal
25 16 FSD A/ Cantt.
11310 9
MANAGER (D), FCI, FSD, NEAR HATHI KHANA MANDIR,
AMBALA CANTT. PIN-133001
Sh. Govind Rai 9416789700 Karnal
40
26 17 FSD Karnal 17228 10 MANAGER (D), FCI,
FSD KACHHWA ROAD, KARNAL PIN-132001
Sh. Manoj Kumar 9215332512 Karnal
27 18 MRM Karnal 4000 6
MANAGER (D), FCI, MRM KACHHWA
ROAD, KARNAL PIN-132001
Sh. Manoj Kumar 9215332512 Karnal
28 19 BG Panipat 68340 31
MANAGER (D), FCI, BUFFER GODOWN,
GOHANA ROAD ,PANIPAT, PIN-132103
Sh. Satpal 8930820550 Karnal
29 20 FSD
Pehowa 21090 12
Near Bus Stanad, Pehowa, 136128
Sh. Rakesh Kr. Khanna 8199841043 Kurukshetra
30 21 FSD
Kaithal-I 5000 6
MANAGER(D), FCI, FSD, KAITHAL PIN:
136027 Sh. Tejpal Singh 9416499020 Kurukshetra
31 22 FSD
Kaithal-II 8560 8
MANAGER(D), FCI, FSD, KAITHAL PIN:
136027 Sh. Iswar Singh 9466520566 Kurukshetra
32 23 FSD
Kurukshetra 10640 8
MANAGER(D), FCI, FSD, DISTRICT
KURUKHSETRA, PIN : 136118 (HARYANA)
Sh. Arjun Ram 9416565733 Kurukshetra
33 24 FSD
Cheeka 21680 12
Kaithal Road, Cheeka, 136034
Sh. Surendra Mohan 8199841045 Kurukshetra
34 25 FSD
Saffidon 12500 8
MANAGER(D) FCI FSD HAAT ROAD SAFIDON
DISTT. JIND, PIN: 126112
Sh. Bharat Singh 9215332569 Rohtak
35 26 FSD
Narwana 8340 8
MANAGER(D) FCI FSD NEAR RLY STATION
NARWANA DISTT. JIND PIN: 126116
Sh. Radhe Shyam Gupta 9255978005 Rohtak
41
36 27 FSD
Gohana 21930 12
MANAGER(D) FCI FSD BARODA ROAD GOHANA DISTT.
SONEPAT, PIN: 131301
Sh. Rajan 9215332556 Rohtak
37 28 FSD
Sonepat 10000 8
MANAGER(D) FCI FSD NEAR KALUPUR
CHUNGI SONEPAT, PIN: 131001
Sh. Krishn Chand 9215332561 Rohtak
38 29 FSD Rohtak 23780 12 MANAGER(D) FCI FSD KACCHA BERI ROAD ROHTAK PIN:124001
Sh. Ravinder Sharma 9215332573 Rohtak
REGIONAL OFFICE- JAIPUR, RAJASTHAN
39 1 FSD
GANDHINAGAR
26780 16 ON TONK ROAD NEAR
GLASS FACTORY, JAIPUR (RAJ.)-302015
RAM PHOOL MEENA 7073452083 D.O. JAIPUR
40 2 FSD
BANDIKUI 19710 12
FCI, FOOD STORAGE DEPOT, BASWA ROAD
BANDIKUI - 303313 R.P. MEENA 7073452085 D.O. JAIPUR
41 3 FSD SIKAR
COVERE
D =13340 +
CAP =1800
TOTAL = 15140
12 FOOD STORAGE DEPOT, SANWALI
ROAD SIKAR - 332001 M.L. MEENA 7073452089 D.O. JAIPUR
42 4 FSD NEWAI
COVERE
D =21340 +
CAP =2500
14
FCI, FOOD STORAGE DEPOT, NEWAI
JAIPUR ROAD NEWAI - 304021
H.C. JAIN 7073452087 D.O. JAIPUR
42
TOTAL = 23840
43 5 FSD
JHUNJHUNU
13130 10
FOOD STORAGE DEPOT , SIKAR ROAD
JHUNJHUNU PIN CODE - 333001
SHREE DAULAT RAM MEENA
LANDLINE: 01592-232218 MOBILE NO: 7073452075
BIKANER
44 6 FSD
SADULPUR 9610 10
FOOD CORPORATION OF INDIA,
NEAR COURT,SADULPUR.
DISTRICT CHURU,RAJASTHAN.
PIN CODE:331023
SHREE JAI PRAKASH GAUR
LANDLINE:01559-222027 MOBILE NO:7073452077
BIKANER
45 7 FSD
LALGARH 17500 12
FCI FSD LAGARH INDRA COLONY BIKANER 334001
SHREE R.S. MEENA LANDLINE:0151-2543024
MOBILE NO: 07073452073 BIKANER
46 8 FSD
SUJANGARH
8340 8
FOOD STORAGE DEPOT ,SALASAR
ROAD NEAR PANCHAYAT SAMITI
SUJANGARH PIN CODE - 333001
SHREE S.S. KUMAWAT LANDLINE: 01568-220111 MOBILE NO:7073452076
BIKANER
47 9 FSD
CHURU 11930 10
FOOD STORAGE DEPOT, BHALERI
ROAD, CHURU RAJ. PIN CODE- 331501
SHREE B. L. SWAMI LANDLINE: 01562-250978 MOBILE NO: 9414080757
BIKANER
43
48 10 UDAIPUR 41190 1960
(Temp) 22
UDAISAGAR ROAD, MIA, UDAIPUR
R.K. MALIK 7073452142 UDAIPUR
49 11 CHANDERI
A 24000 18
NEAR RAILWAY STATION, FSD CHANDERIA
S.C. RAMNANI 7073452145 UDAIPUR
50 12 BANSWAR
A 10000 8
NEAR KENDRIYA VIDHYALAY, UDAIPUR
ROAD, BANSWARA S.L. NANOMA 7073452146 UDAIPUR
51 13 SIROHI ROAD
11670 10 UDAIPUR ROAD,
PINDWARA, SIROHI H.S. BARAHATH 7073452144 UDAIPUR
52 14 FSD SRI
VIJAYNAGAR
13160 10
FOOD STORAGE DEPOT HARIPURA
ROAD SRI VIJAYNAGAR DISTT. SRIGANGANAGAR
PIN-335704
JAI SINGH SARAN 9414920251, 7073452128 SRIGANGANAG
AR
53 15
FSD-I HANUMAN
GARH TOWN
16540 12
FOOD STORAGE DEPOT, NEAR
RAILWAY STATION HANUMANGARH
TOWN DISTT- HANUMANGARH PIN-
335513
BHEEM SINGH MEENA 7073452133, 9414415950 SRIGANGANAG
AR
54 16
FSD-II HANUMAN
GARH TOWN
39980 24
FOOD STORAGE DEPOT, NEAR
RAILWAY STATION HANUMANGARH
TOWN DISTT- HANUMANGARH PIN-
335513
BHEEM SINGH MEENA 7073452133, 9414415950 SRIGANGANAG
AR
55 17 FSD Alwar 13340 10 Shanti Kunj Alwar-
301001 Sh. Jaideep Meena 7073452057 Alwar
44
56 18 FSD Kherli 13400 10 Kathumar Road, Kherli-
321606 Sh. D.R. Meena 7073452059 Alwar
57 19 FSD
Bharatpur 12310 10
Mathura Road, Bharatpur-321001
Sh. Kedar Singh Meena 7073452060 Alwar
58 20 FSD
Dholpur 11670 10
Near Rly Station Dholpur-328001
Sh. Bachchu Singh 7073452064 Alwar
59 21 FSD Ajmer 38010 24
FOOD CORPORATION OF INDIA, FOOD
STORAGE DEPOT.BEAWAR ROAD DAURAI
Rajasthan 305001
Dinesh Singh Damachiya 7073452043 Ajmer
60 22 FSD
Kishangarh 14420 10
FOOD CORPORATION OF INDIA, FOOD
STORAGE DEPOT, INDRA COLONY
NAGAUR, Rajasthan 341001
Aftab Moh. Khan 7073452054 Ajmer
61 23 FSD Nagaur 16905 12
FOOD CORPORATION OF INDIA, FOOD
STORAGE DEPOT.BEAWAR ROAD DAURAI
Kalu Ram Meena 7073452046 Ajmer
62 24 FSD
Bhilwara 11680 10
FOOD CORPORATION OF INDIA, FOOD
STORAGE DEPOT,kawa khera
road bhilwara Rajasthan 311001
P.C. Meena 7073452045 Ajmer
63 25 FSD
MarwarJN. 10000 10
FOOD CORPORATION OF INDIA, FOOD
STORAGE DEPOT, NEAR RAILWAY
STATION, MARWAR
Ramsaroop meena 7073452050 Ajmer
45
JN. PALI RAJASTHAN 306001
64 26 FSD Pali 13240 10
FOOD CORPORATION OF INDIA, FOOD
STORAGE DEPOT, ITI ROAD AANAND
NAGAR PALI Rajasthan 306401
Harish Sharma 7073452048 Ajmer
65 27 FSD Baran 12500 (Cov.)
10 FCI, Kota Road, Baran
325205 Sh. Ravindra kumar
meena 7073452119 Kota
66 28 FSD Bundi
15000 (Cov.) 7500 (Cap)
14 FCI, Bijolia Road, Bundi
323001 Sh. Rana Pratap Singh 7073452118 Kota
67 29 FSD K. Patan
11670 (Cov.) 2700 (Cap)
10 FCI, Near Krishi Upaj
Mandi, K.Patan 323602 Sh. Paritosh Sharma 7073452109 Kota
68 30 BC
Sawaimadhopur
80000 (Cov.) 30000 (Cap)
48 FCI, Buffer Complex
Lalsot Road, Sawaimadhopur 322001
Sh. Keshav Kumar meena
7073452121 Kota
69 31 FSD
Bhawanimandi
1000 (Cov.)
8 FCI, Pach Pahar Road,
Bhawanimandi Sh. Kumbharam Meena 7073452120 Kota
70 32 FSD
Shivpura Kota
32180 (Cov.)
20 FCI, Rawatbhata Road, Infront of Engg. College,
Kota Sh. Ravikant Meena 7073452116 Kota
71 33 FSD
Jodhpur 27980 16
FCI, FSD Opp. Alcobax, industries area, Jodhpur
- 342001 Sh. C.D. Ashiyan 7073452094 Jodhpur
46
72 34 FSD Barmer 25640 16 FCI, FSD, College road,
Barmer - 344001 Sh. Sakir Ali 9414356280 Jodhpur
73 35 FSD Pokran 15000 12 FCI, FSD, Bhawanipura,
Pokran - 345021 Sh. Sh. J.D. Ratnu 7073452097 Jodhpur
73 36 FSD Jalore 11920 10 FCI, FSD, Near Railway
station, Jalore Sh. Manoj Kumar 9680069399 Jodhpur
REGIONAL OFFICE- DELHI, DELHI
74 1 FSD Ghevra 122130 48 FCI, FSD Ghevra, Nera Railway Crossing, Delhi
110041 T.C. Kapoor 25953677 Shaktinagar
75 2 FSD Narela 50000 28 FCI, FSD Narela, Near
New Anaaj Mandi, Delhi 110040
S.S. Negi 27285847 Shaktinagar
76 3 FSD
Shaktinagar 11730 16
FCI, FSD Shaktinagar, Near Nangia Park,
Delhi- 110007 M.S. Negi 23842500 Shaktinagar
77 4 FSD Okhla 13360 12 FCI. C-135 , Okhla, Phase-I, New Delhi
110022 Momila Mahto 8510071027 Mayapuri
78 5 FSD, CTO 5570 10 FCI, CTO, Pusa, New
Delhi - 110012 Ravinder Singh Chattha 9810298483 Mayapuri
REGIONAL OFFICE-JAMMU, J&K
79 1 Chatha 13840 10 Chatha, Jammu-180009 Balbir Singh 9419139163 Jammu
80 2 Kathua 5000 6 Railway Road
Station,Kathua-184101 Budhi Singh 9419223387 Jammu
81 3 Khellani 2500 6 Khellani, Doda-182201 Sheikh Jeelani 901853443 Jammu
82 4 Poonch 2500 6 Opp. Dak Bunglow,
Poonch-185101 Ajay Pal Singh 9086126235 Jammu
83 5 Kishtwar 2500 6 Kuleed Kishtwar-182204 Kakau Ram 9858279649 Jammu
47
84 6 Srinagar 8330 8 Sali Store, Karan Nagar,
Srinagar-190014 Muzzafar Ah. Zargar 9419007992 Srinagar
85 7 Kupwara 5000 6 Bumhama, Kupwara- Zakaul Roof 9469771953 Srinagar
86 8 Mirbazar 10000 8 mirbazar, Anantnag-
192101 Natha Ram 9419243006 Srinagar
87 9 Baramulla 5000 6 Karihar, Baramulla-
193101 Kirti Kumar 9419144767 Srinagar
88 10 Budgam 2500 6 Sheikhpora, Budgam Asif Iqbal 9419051373 Srinagar
89 11 Leh 5000 6 Leh-194107 Sh. Sakeel Ah. 9419178972 Leh
90 12 Phyang 10000 8 Phyang, Leh-194107 Gulam mohd. Tak 9906990777 Leh
91 13 Kargil-I 2500 6 Khurbathang, Kargil Hadi Mohd. wazir 9419176145 Kargil
92 14 Kargil-II 2500 6 Khumbathang, Kargil Hadi Mohd. wazir 9419176145 Kargil
93 15 Rajouri 2500 6 Ward No. 1, Rampur, Jawhar Nagar, Rajouri
Joginder Singh 0196-2264348 Jammu
REGIONAL OFFICE-CHANDIGARH, PUNJAB
94 1 FSD
Bhagtawala 7600+30
00 8
Manager(D),FCI,FSD,Bhagtawala,Opp. BSNL
Telephone ExchangeAmritsar-
143001
Sh. Amir Singh & Sh. Avtar Singh
8558836203 & 9814222799 FCI Distt Amritsar
95 2 FSD
Chabhal 9630+30
00 8
Manager(D),FCI,FSD,Chabhal,Amritsar
Sh. Karan Soni 8054142430 FCI Distt Amritsar
96 3 FSD
Jandiala 30000+1
0200 16
Manager(D),FCI,FSD,Jandiala,Near Grain
market ,Gehri Road,Amritsar
Sh. Kuldip Sngh Randhawa
8558836213 FCI Distt Amritsar
97 4 FSD
Bharariwal 16150+6
315 12
Manager(D),FCI,FSD,Bharariwal,Opp. Lucky Flour Mill,Chabhal
Road,Amritsar-143001
Sh. Harjit Singh 8558836211 FCI Distt Amritsar
48
98 5 FSD Rayya 21500+7
975 14
Manager(D),FCI,FSD,Rayya,Near Grain
Market,Rayya,Amritsar-143112
Sh. Digvijay Singh 8558836212 FCI Distt Amritsar
99 6 FSD Mehta 10000+0 8 Manager(D),FCI,FSD,M
ehta,Amritsar Sh. Digvijay Singh 8558836212
FCI Distt Amritsar
100 7 FSD
Bhikhiwind 5000+31
50 6
Manager(D),FCI,FSD,Bhikhwind,Amritsar
Sh. Baldev Singh Bhatti 9781985465 FCI Distt Amritsar
101 8 FSD Tarn
Taran 12100+3
150 10
Manager(D),FCI,FSD,Tarn Taran ,near PSWC
Godown,Railway Road,Tarn Taran
Sh. Mritunjay Karunesh 8558836215 FCI Distt Amritsar
102 9 FSD N.
Pannuwan 10000+4
725 8
Manager(D),FCI,FSD,N. Pannuwan(Tarn Taran)
Sh. Mritunjay Karunesh 8558836215 FCI Distt Amritsar
103 10 FSD Majitha 6120+22
50 8
FCI,FSD,Majitha ,Near Grain Market,Majitha-
143601
Sh. Munish Kumar Meena
8558836223 FCI Distt Amritsar
104 11 FSD Vallah 15000+4
830 10
Near CWC Godown ,Sabji
Mandi,Vallah,Amritsar-143001
Sh. Munish Kumar Meena
8558836223 FCI Distt Amritsar
105 13 Bathinda 29810+ 12300 Open
16
Food Corporation of India, FSD, Grain Market, Bathinda
151001
Bharat Bhushan Garg 8558836468 FCI Distt Bathinda
106 14 Rampuraph
ul
10000+ 3450 Open
8
Food Corporation of India, FSD, Barnala
Road, Near Bus Stand, Rampuraphul -151103
District, Bathinda
Saood Alam & Bhagwan Sahai Meena
8558836452 & 8558836471 FCI Distt Bathinda
49
107 15 Bhuchhu 9460+ 1200 Open
8
Food Corporation of India, FSD, Bhuchhu Mandi, Balyan Wali
Road Mandi, Bhuchu -151101 District,
Bathinda
Om Prakash Sharma 8558836475 FCI Distt Bathinda
108 16 Talwandi Saboo
15000+ 6000 Open
10
Food Corporation of India, FSD, Rori Road near Kachhri, Talwandi Saboo-151302, District-
Bathinda
Balwant Singh 8558836446 FCI Distt Bathinda
109 17 Sardulgarh 15000+
2000 Open
10
Food Corporation of India, FSD, Mansa Road, Sardulgarh-
151507, District Mansa
Pawan Kumar 9991416353 FCI Distt Bathinda
110 18 Mansa 12730+
1650 Open
10
Food Corporation of India, FSD Near Over Bridge, Mansa 151505
District Mansa
Kunal Patel & Hansraj Mofer
8558836441 & 8558836461 FCI Distt Bathinda
111 19 Budhlada 10840+
900 Open
10
Food Corporation of India, FSD, Pingal uura
Road, Budhlada-151502, District- Mansa
Subhash Chand & Jagram Meena
8558836470 & 8558836437 FCI Distt Bathinda
112 20 FSD
Chinarthal 17080 10
FCI FSD Chinarthal, Distt. Fatehgarh Sahib,
Punjab-147104 Sh. Hari singh Meena 9914010303
FCI Distt Chandigarh
113 21 FSD Kurali
11900 covered
3450 CAP
10 FCI FSD Kurali,
Distt.Mohali, Punjab-140103
Sh. Rakesh Kumar 8558803533 FCI Distt
Chandigarh
114 22 FSD Ch.
Sahib 13340 10
FCI FSD Ch. Sahib, Pin no. 140112
Sh. Gurnam Singh 8558836787 FCI Distt
Chandigarh
50
115 23 FSD Kharar 7200 8 FCI FSD near grain
market, Kharar, Distt. Mohali-140301
Sh. Khazan Singh 8558803534 FCI Distt
Chandigarh
116 24 FSD Sirhind 11890 10 FCI FSD Sirhind, Near BSNL Office, Sirhind,
FGS-140406 Sh. Sunil Kumar Kalia 8558819771
FCI Distt Chandigarh
117 25 FSD Amloh 15900 10 FCI FSD Amloh, near grain mandi, amlog, distt, FGS-147203
Sh. Vinod Kumar 9815420417 FCI Distt
Chandigarh
118 26 FSD
Sanghol 15580 12
FCI FSD Sanghol, near grain mandi, sanghol,
Distt. FGS-140802 Sh. Ashok Kumar 8558819774
FCI Distt Chandigarh
119 27 FSD
Khamanon 10000 8
FCI FSD Khamanon, main highway road, Distt. FGS-140112
Sh. Gurbant Singh 9592867770 FCI Distt
Chandigarh
120 28 FSD
Morinda
7500 covered,
2400 open
8 FCI FSD chandigarh
road near railway phatak, morinda-140101
Sh. Sukhvinder Singh 9814103723 FCI Distt
Chandigarh
121 30 FSD Malout
10000 (Covered
) 8
FSD Malout, Sacha Soda Road near
Railway, Stattion Malout -152107
Vivek Kumar M(D) 8556019520 FCI Distt DO
Faridkot 2178 (Cap)
122 31 BG
Kotkapura
80000 (Covered
) 38
FCI,BG-Kotkapura,Near Gandhi Girls Collage, Oposit blue Hill Hotel,
Kotkapura-151204
Praveen Chandra Punetha M(D)
8558836345 FCI Distt DO
Faridkot 41750 (Cap)
123 32 FSD
Kotkapura
24750 (Covered
) 14
FCI, FSD Kotkapura, near
Rambagh,Kotkapura -151204
Anuj Narayan M(D) 8558836359 FCI Distt DO
Faridkot
11010
51
(Cap)
124 33 FSD
Faridkot
27250 (Covered
) 16
FCI, FSD Faridkot near Railway Crossing Bholuwala Road, Faridkot -151203
Jaswinder Singh M(D)
8558836367 FCI Distt DO
Faridkot 1106 (Cap)
Hari Ram Meena M(D)
125 34 FSD
Bariwala
18340 (Covered
) 12 FCI, FSD Bariwala near Civil Hospital , Bariwala-
152025 Jitendra Singh M(D) 9978944219
FCI Distt DO Faridkot
2260 (Cap)
126 35 FSD Doda
12300 (Covered
) 10 FCI, FSD Doda near Mandi Doda, Doda-
152031 Kamaldeep KumarM(D) 8558836339
FCI Distt DO Faridkot
3600 (Cap)
127 36 FSD
Lakhewali
11280 (Covered
) 10 FCI, FSD Lakhewali, near Railway Station, Lakhewali -152026
Pankaj Gupta M(D) 8558836738 FCI Distt DO
Faridkot 2100 (Cap)
128 37 Batala-I 23300 14 Aliwal Road Batala
143505 Sh. Rulda Ram Kajla 8558836267
SC
O N
o.
6&
7
Impro
vem
ent T
rust
com
ple
x , N
ear
Han
um
an
Chow
k G
urd
aspur
129 38 Batala-II 16200 12 DBN Road , near Grain Market Batala,143505
Sh. Prabdhyal Singh 8558836264
130 39 Dhariwal 18340 12 Mission hospital Road
Near Grain Market, Dhariwal 143519
Sh.Manish Kumar 8558836263
131 40 Gurdaspur 12120 10 Pathankot Roadm, near
Railway station, Gurdaspur,143521
Sh.Des Raj 8558836257
52
132 41 Pathankot 25470 16
New Sabji Mandi, Near Chakki Bank railway
station,Pathankot,145001
Nand Kr. Sharma 8558836262
133 42 PATIALA
FSD 25100 +
4500 16
Sirhind Road Patiala - 147001
SURINDER SINGH 8558836118 FCI Distt PATIALA
134 43 BC
PATIALA 79180 + 41000
40 NEAR DMW Workshop
Patiala 147001 SHIV KUMAR 8558836114
FCI Distt PATIALA
135 44 SAMANA
FSD 12840 +
1500 10
Ghagga Road, Samana 147101
HARBHAJAN SINGH 8558836131 FCI Distt PATIALA
136 45 PATRAN
FSD 17140 +
0 12
Nirwana Road, Patran 147105
BHARPUR SINGH 8558836127 FCI Distt PATIALA
137 46 DUDHAN
FSD 13490 +1200
10 FSD Dudhan, 147111 PARMINDER SINGH 8558836122 FCI Distt PATIALA
138 47 RAJPURA
FSD 71680 + 39000
40 FSD New Godown
Rajpura 140401 ANUP SINGH 8558836125
FCI Distt PATIALA
139 48 GHANAUR
FSD 12240 +
3000 10
Near Anaj Mandi, Ghanaur 140702
CHARAN SINGH GAREWAL
9888042514 FCI Distt PATIALA
140 49 BANUR
FSD 13340 +
0 10
Near Anaj Mandi Banur 140601
AVTAR SINGH 8558836128 FCI Distt PATIALA
141 50 NABHA
FSD 20000 +
9000 14
Near Railway Station, Nabha 147201
AMARJIT SINGH 9872702527 FCI Distt PATIALA
142 51 Adampur 10000 8 FCI FSD Near Grain
Market, AdampurPIN_ 144102(Pb)
RAM LAL 9465069538 FCI Distt DO
Jalandhar
143 52 Apra 13590 10 FCI FSD Near Grain M
arket, Apra(Pb) Amit 8558836137
FCI Distt DO Jalandhar
144 53 Bhogpur 3340 6 FCI FSD Adampur Road
, BhogpurPIN_ 144201(Pb)
Ashok 9815881626 FCI Distt DO
Jalandhar
53
145 54 Jalandhar I 18760 12 FCI FSD NGM
Jalandhar CityPin- 144001(Pb)
Kanta 9855268251 FCI Distt DO
Jalandhar
146 55 Jalandhar II 9460 8 FCI FSD Ladowali Road
JalandharPIN_ 144001(Pb)
Rajkumari 8558836155 FCI Distt DO
Jalandhar
147 56 Lohiankhas 10000 8 FCI FSD Near Railways
Station, Lohian khas (Pb)
Arun 9888599894 FCI Distt DO
Jalandhar
148 57 Nakodar 11380 10 FCI FSD Mehtpur depot, Near Railway Crossing
NakodarPin- 144040(Pb) Sahalendra 8558836149
FCI Distt DO Jalandhar
149 58 Banga 13940 10 FCI FSD Railways Road, BangaPin-
144505(Pb) Gyan Chandra 8558836140
FCI Distt DO Jalandhar
150 59 Nawanshar 38980 26
FCI FSD Karyam Road, Near Railways Station
NawansaharPIN 144514(Pb)
Avtar Singh 9592880622 FCI Distt DO
Jalandhar
151 60 FSD
Ferozepur 10200 8
FSD Ferozepur,Ferozepur
city ,152002 Himanshu Kumar 8558849930
FCI Distt Ferozepur
152 61 FSD
Guruharshai 20000 12
FSD Guruharshai Swrupe wala Road Near Railway Bridge,152022
J.M Meena 8558849918 FCI Distt
Ferozepur
153 62 FSD
Jalalabad 20000 14
FSD Jalalbad,Muktsar Road Jalalabad,152024
Brijesh Singh 8558849923 FCI Distt
Ferozepur
154 63 FSD
Ladhuka 8340 8
FSD Ladhuka Near Madi godown,152123
Lakhan Lala Meena 8558849942 FCI Distt
Ferozepur
155 64 FSD
Rorawali 8340 8
Near Grain Market Rorawali 152122
Lakhan Lala Meena 8558849942 FCI Distt
Ferozepur
54
156 65 FSD
Fazilka 10000 8
FSD Fazilka New Abadi Near Railway
Station,152123 S.K.Sukla 8558849916
FCI Distt Ferozepur
157 66 FSD Abohar 15000 10 FSD Abohar Kirparam Marg Abohar,152116
Krishan Singh rawat 8558849914 FCI Distt
Ferozepur
158 67 FSD
Talwandi bhai
14400 10 FSD TALWANDI Bhai Near Railway Station
Zira Road Twb 142050
Kotalwar Naresh Uttam Rao
8558849902 FCI Distt
Ferozepur
159 68 FSD Zira 18350 12 FSD Zira Near Grain
Market 142047 Abhishekh Kumar 8558849922
FCI Distt Ferozepur
160 69 FSD Makhu 11670 10 FSD Makhu Bingo ke Road Makhu 142044
Y.O Airi 8558849941 FCI Distt
Ferozepur
161 70 FSD
Hoshiarpur 15000 +
2100 10
Manager(D) FCI, FSD Hoshiarpur-
1. Surinder Singh 2. R.R. Kajla
8558836180 9988817547
FCI, D.O. Hoshiarpur
162 71 FSD
Nasrala 9780 +
9150 8
Manager(D) FCI, FSD Nasrala-146022
Amarjit Lal 9781715666 FCI, D.O.
Hoshiarpur
163 72 FSD
Balachaur 16670 +
5850 12
Manager(D) FCI, FSD near Dana Mandi
Balachaur -144521 Gopal Krishan 9814772961
FCI, D.O. Hoshiarpur
164 73 FSD
Garhshankar
6250 + 600
8 Manager (D), FCI, FSD Garhshankar-144527
J.P. Mammam 9465063416 FCI, D.O.
Hoshiarpur
165 74 Tanda 16670 +
nil 12
Manager (D), FCI, FSD Tanda-144203
1. Surinder Singh 2. R.R. Kajla
8558836180 9988817547
FCI, D.O. Hoshiarpur
166 75 FSD
Dasuya 21270 +
1200 14
Manager (D), FCI, FSD Dasuya-146205
1. Suresh Kumar 2. Santosh Kumar
9417584968 9463706198
FCI, D.O. Hoshiarpur
167 76 FSD
Mukerian 10170 +
4950 10
Manager (D), FCI, FSD Mukerian-144211
Anil Kumar 8558836191 FCI, D.O.
Hoshiarpur
55
168 77 Moga-I 43410+15600+20
000 28
Food Corporation of India Food Storage
Depot FCI Road, District Moga Punjab-142001
Arvinderpal Singh 8558836399 FCI District Office
Moga
169 78 Baghapuran
a 10000+2
160 10
Food Corporation of India Food Storage Depot Baghapurana
District Moga Punjab -142038
JitendraSingh 8558836383 FCI District Office
Moga
170 79 Dharamkot 15000+4
50 10
Food Corporation of India Food Storage Depot Dharamkot
District Moga Punjab -142042
Daya Sagar Marandi 8558836379 FCI District Office
Moga
171 80 Nihal Singh
Wala 8750+0 8
Food Corporation of India Food Storage
Depot Nihal Singh Wala District Moga Punjab-
142055
Bhagwan Sahay Meena 8558836376 FCI District Office
Moga
172 81 FSD Hathur 15000+1
250 10
Food Corporation of India, Food Storage
Depot, hathur Near Bus stand Distt-Ludhiana
Pin Code-142031
Sh. Bara Singh Sh. Jaipaul(In addition)
09815379158 08558836313
Ludhiana
173 82 Machhiwara 13140+6
00 10
FCI, FSD Machhiwara, Samrala Road, 141115
Sh. Mohinder Singh Sh. Kiran Kumar
9872545500 9855400667
Ludhiana
174 83 Gobindgarh
(Silo) 36152 14
FOOD CORPORATION OF INDIA ,FSD GT ROAD, OPPOSITE
DANA MANDI KHANNA 141401
PARDEEP KUMAR 9888810736 Ludhiana
56
175 84 FSD
Kilaraipur 13700+4
700 10
FCI, FSD Kilaraipur , in front of Grewal Sports
Stadium. Sh. Chaman Lal 8558836316 Ludhiana
176 85 FSD
Sahnewal 75000+8
2850 36
FCI, FSD Sahnewal, Kohara Road, Near Rly
Station Sh. Bansi Lal 9988037576 Ludhiana
177 86 FSD Maloud 16670+6
650 12
FCI, FSD Maloud, Near Dana Mandi- 141119
Sh. Veerendra Singh 8558836322 Ludhiana
178 87 FSD Gill
Road 18050+5
850 12
FCI, FSD Gill Road, Ludhiana.
SH. Harvinder Singh 8558836232 Ludhiana
179 88 Jamalpur 30000+1
950 16
FCI, FSD Jamlapur, urban Estate
Sh. Charanjit Singh Sohi 9915082066 Ludhiana
180 89 Raikot 10430+1
050 10
FCI, FSD Raikot, Tajpur Road 141109
Sh. Charanjit Singh 9814279040 Ludhiana
181 90 Mullanpur
Dakha 10690+7
50 10
FCI, FSD Mullanpur Dakha, near Bus Stand
141101 Sh. K.K. Singh 8558836326 Ludhiana
182 91 Mullanpur
Jangur 7200+19
50 8
FCI, FSD Mullanpur Jangpur, 141101
Sh. K.K. Singh 8558836326 Ludhiana
183 92 Khanna
(Rly. Sdg & Maize drier)
9500+2100
14 FCI, RSD Khanna, Old Cinema Road, Khanna
Sh. Surinder kumar 9465870082 Ludhiana
184 93 Doraha 15640+2
700 12
FCI , FSD Doraha, 141421
Sh.Baljit Singh 9988601284 Ludhiana
185 94 Jagraon 27950+3200+200
00 20
FCI, FSD Jagraon, Sher pura Road 142026
Sh. R.K. Srivastava 8558836321 Ludhiana
186 95 Chawapail 1100+42
20 10
FCI, FSD, Chawapail, near Rly Station
Chawapail. Sh.Jagdish Rai 9417230055 Ludhiana
57
187 96 FSD Tapa 6920 8
FCI FSD TAPA Distt. Office
Sangrur(RO,Pb,CHD) PIN code-148108
Nachhattarsingh, Bhajansingh
8558836713 Sangrur
188 97 Khanauri 10000+4
200 8
FCI FSD Khanauri Near Grain Market
KhanauriMandi Pin 148027
Sh. RajenderMeena 9988066319 Sangrur
189 98 Bhadaur 13590+3
150 10
Food Corporation of India,Food storage depot Nainwal road
Bhadaur 148102 Distt-Barnala
Dinesh Kumar 8558836743 Sangrur
190 99 Mehalkalan 12950 10 FCI FSD Mehalkalan
148104 Deepak Duggal 8558836752 Sangrur
191 100 FSD
Ahmedgarh 21920 14
FCI FSD Ahmedgarh opposite bus stand Pin
code 148021 ChanderBhusan Yadav 7307831732 Sangrur
192 101 FCI FSD- I Malerkotla
10000+3300
8 FCI FSD-I, Near Railway
station, Malerkotla Pin code-148023
Ram Krishan 8558836780 Sangrur
193 102 FSD
Malerkotla-II 23312 14
FCI FSD Malerkotla-II Near Grain Market
Malerkotla (Sangrur) Pin 148023
Raj Pal Channi 8558836776 Sangrur
194 103 FSD
Bhawanigarh
5000 6 FCI FSD Baliar road
Bhawanigarh Anil Kumar 9646400294 Sangrur
195 104 Dhuri-I 10000 8 FCI FSD-1 Near over
bridge Dhuri Shamshersingh 8558836724 Sangrur
196 105 Dhuri-II 10000 8 FCI-DHURI(KAKARWAL
ROAD) DASMESH NAGAR DHURI-148024
Surinder Singh 9915348450 Sangrur
58
197 106 Buffer
Complex Dhuri
61690+13800
34 FCI Buffer Complex
Bhalwan Road Dhuri-148024
Praveen Kumar Amit Kumar
9781981601, 8558836727 Sangrur
198 107 FSD
Sangrur-II 32500 20
FSD-II Sangrur Ubhawal Road Near
ShamshanGhat Sangrur Naresh Kumar 8558836774
24075 Square yard covered. 27285 Square yard open area
Sangrur
199 108 FSD Sunam 18470+1
950 12
FCI FSD SuanmJakhal Road Near Basent
Hospital Sunam Pin-148028
Sh. RahunathParshandShAvt
arsingh 9815324103, 8558836737 Sangrur
200 109 New FSD KPT 15000+18
00 10
FCI New FSD Opp. New Sabji Mandi Kapurthala,
144601 Sh Kripal Singh 9872553180 DO Kapurthala
201 110 OLD FSD KPT 10000+31
50 8
FCI old FSD Aujala, Fatak Kapurthala, 144601
Sh Ashwani Kumar 8558836427 DO Kapurthala
202 111 FSD
Sultanpur lodhi
18340 14 FCI FSD Sultanpur Lodhi
144626 Sh Chandan Kumar Dube 9592009816 DO Kapurthala
203 112 FSD
Phagwara 14390+52
50 10
FCI FSD Phagwara Near Railway Crossing Khera Road Phagwara 144401
Sh Pran Nath 9876036780 DO Kapurthala
204 113 FSD Bholath 15000+15
00 10
FCI FSD Bholath, Mandi Road Bharath 144622
Sh Suman Kumar 9417187685 DO Kapurthala
REGIONAL OFFICE- Lucknow, U.P.
205 1 FSD, Agra
Cantt. 45915 26 Sarai Khwaja, Agra-282010 Singh Nitin Pratap 8477847072
DO Agra
206 2 FSD,
Shikohabad 24210 20
Etah Road, Shikohabad, Distt-Ferozabad-205135
Uttam Singh Solanki 7081200191
59
207 3 FSD Hathras 13360 20 Agra Road, Gijrauli,
Hathras-204101 Raj Pal Singh 7081200205
DO Aligarh
208 4 FSD Mathura 13100 30 Govardhan Road, Mathura-281502
Anshu Kumar 7081200204
209 5 FSD Kosikalan
(New) 30000 28
Mathura Road, Kosikalan-281403
Manish Kr. Pandey 8287490363
210 6 FSD Etah 11890 10 Aligarh Road, Etah- Umesh kumar 9410059300
211 7 FSD Kasganj 9160 8 Soron Road, Kasgsnj-
201401 Shakil Ahamad 8192053039
212 8 FSD
Harduaganj 48200 34
Near Kasimpur Power House,Aligarh-202144
Asalam Farooq 7081200203
213 9 FSD Naini 51970 26 Near Naini Railway Station
,Allahabad-211008 Shameem Siddiqui 7081200212
DO Allahabad
214 10 FSD Fatehpur 8340 8 Dhakauli,Fatehpur-212601 ManzarFarook 7081200211
215 11 FSD,
Azamgarh 22300 14
Near Children School,Railway Station,
Azamgarh-276001 RSP Gupta 9451305718, 7081200217 DO Azamgarh
216 12 FSD, Banda 5000 6 Opposite Police Line, Civil
Lines Banda Pincode 210001
Devi Prasad Pandey 7081200225
DO Banda 217 13 FSD, Attara 12200 10 Near Tahsil, Allahabad
Road Attara, District Banda 210201
Gauri Shankar Pandey 7081200224
218 14 FSD Mahoba 10000 8 Beside Power House,
Bazaria, Mahoba, District Mahoba 210427
Kripa shankar Mishra 7081200226
219 15 FSD CB Ganj 39510 20 Sleeper Road Near CB Ganj
Police Station CB Ganj, Bareilly-243001
O.P. Mourya 9259264665
60
220 16 New
Parshkhera 25000 14
Road No.1, Parsakhera, Near CB Ganj Police
Station,Bareilly-243001 Nitin Kulhan 9917036355
DO Barielly
221 17 FSD Pilibhit 7000 8 Tanakpur Road, Nehru Park , Pilibhit -262001
Rishipal 9457131459
222 18 FSD
Chandpur 25840 16
Chandpur Road Bulandshahr, UP-203001
Roopendra Kumar 9837189931
DO Bulandsahar
223 19 FSD Imalia 13340 10 Siyana Road, Bulandshahr,
UP-203001 Sandeep Kumar 9358447987
224 20 FSD Shyam
Nagar 8790 8
Dankaur Road, Mandi Shyam Nagar, Gautam
Budh Nagar, 203202 Rajeev Nagar 9654330518
225 21 FSD Khurja 16100 12 Khurja Junction Khurja UP-
203031 Janki Prasad 9416053490
226 22 FSD Faizabad 39230 20 Gaddopur, FAIZABAD,
224001 Arvind Mishra 7081200258
DO Faizabad 227 23
FSD Barabanki PH
I 17560 12
Dewa Road , Somaiya Nagar, Barabanki 225001
Kuldeep Singh 9415517660
228 24 FSD
Barabanki PH II
55000 26 Dewa Road , Somaiya
Nagar, Barabanki 225001 Kuldeep Singh 9415517660
229 25 FSD, Gonda 30000 16 Keshawpur, Paharwa,
Gonda-271001 Ramakant Verma 8170200264 DO Gonda
230 26 FSD Kuraghat 34280 18 Nannda Nagar, Kuraghaat
,Gorakhpur 273008 Vijay Sankar Chaubey 7081200280
DO Gorakhpur 231 27 FSD Basti 5740 8 Near railway Station ,Basti
272002 Vinod Kumar Gupta 7081200281
232 28 FSD
Padrauna 2500 6
Ramkola road ,Padrauna, Kushinagar 274304
Brajesh Kumar M(QC) 7081200277
61
233 29 FSD Hapur 45268 30 Meerut Road,Hapur-
245101 Amar Singh 7060943626
DO Hapur 234 30 SILO Hapur 10160 10
235 31 FSD Partapur 29400 16 Near Partapur Rly station, Partapur,Meerut-250103
Vijay Kr. Nagpal 7060508033
236 32 FSD Jhansi 17980 12 Near Amar Ujala,Gwalior
Rd, Jhansi - 284001 Amit Pal 9450544974
DO Jhansi
237 33 FSD Orai 29480 16 Kuiya Rd, Orai -285001 Vaibhav Gupta 7081200291
238 34 FSD Chandari 121080 54 Sujat Ganj, Kanpur-208013 Vimal Gupta 9335011782
DO Kanpur
239 35 FSD Etawah 13060 10 Mehra Phatak,
Etawah_206001 Kunwar Singh 8604766321
240 36 FSDTalkatora 39290 32 Talkatora Road -226017 A.K. Singh 9453301042
DO Lucknow
241 37 FSD Raebareli 60000 28 Allahabad Rajmarg, Raebareli -226017
V.K. Nigam 8957198745
242 38 FSD Dhamora 33350 18 FSD Dhamora, Rampur-
294901 Uday Sinngh Rawat 9568501330
DO Moradabad
243 39 FSD
Moradabad 23350 14
Kundunpur, Line Par, Moradabad-244001
Hira Singh Martoliya 9412805474
244 40 FSD Roza 50000 24 Vill- Atsliya,FSD
Roza,Shahjahanpur-242001
Sitharth Bajpai 7223967816
DO Sahajanpur
245 41 FSD Roser
Kothi 13980 10
Near Hardoi Chauraha,Rosergaon Road
,Shahjahanpur-242001 Mukesh Chandra Saxena 9760463498
246 42 FSD Hardoi 13600 10 Lucknow Road,
Mannapurwa Hardoi -241001
1-Sri V.K.Singh, 2-Ambikeshwar Singh
7081200353, 7081200354
62
247 43 FSD Sitapur 24600 14 Kajiyara Near City Station
Sitapur-261001 Sailendra Srivastav 9415954382
DO Sitapur
248 44 FSD
Lakhimpur Kheri
12400 10 LRP Chauraha,Near Hanuman Mandir
,Lakhimpur Kheri -262701 Vinod Khunnu 7081200351
249 45 FSD
Manduadih 70540 46
DLW Road, Varanasi 221004
Kandhai Lal 7379116333
DO Varanasi
250 46 FSD
Vyasnagar 38340 20
Dulahipur, Mughalsarai, Chandauli- 232101
Vishwnath 9451581484
Top Related