You are on page 1of 63

SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

AIRPORTS AUTHORITY OF INDIA


Regional Headquarters, Northern Region,
Operational Office, New Delhi – 110037

Bid Document & Buyer Added Bid Specific ATC


For
Supply, Installation, Testing & Commissioning (SITC) and
Comprehensive Annual Maintenance Contract (CAMC)
of CCTV System at NATS Complex-IGI Airport

(Note: Bidder shall upload this document, duly filled-in, as part


of ‘additional doc1’ option in the GeM portal)

1
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

This page is intentionally left blank

2
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

INDEX
S. No. Item Description Page No.
1. Cover Page and Index 1-3

2. Notice Inviting e-Bid 4-6

3. General Information and Guidelines – Section A 7-9

4. Terms and Conditions – Section B 10-19


Operational and Technical Requirements – Section C
5.  Scope of Work 20-21
 Technical specifications and compliance statement 22-44

6. Proforma of Agreement for SITC/CAMC: Annexure-1 45-46


7. Proforma of Performance Bank Guarantee (Performance Security): Annexure-2 47-48
8. Advisory for Bidder and its PBG Issuing Bank Branch: Annexure-3 49
9. Proforma of Request Letter- To be submitted by bidder to BG Issuing bank: Annexure-4 50
10. Proforma of Letter for e-payment: Annexure-5 51
11. GST Undertaking: Annexure-6 52
12. Undertaking by the bidder regarding debarment / black listing: Annexure-7 53
13. Self-Certification of local content Under Preference to Make in India: Annexure-8 54-56
14. Checklist – List of documents to be uploaded in the Technical Bid: Annexure-9 57-58
15. Bill of Material: Annexure-10 59-60
16. Bid/Tender Acceptance Letter: Annexure-11 61
17. Proforma of Bank Guarantee (EMD): Annexure-12 62-63

3
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

NOTICE INVITING e-BID

Date: 13/10/2022
1. Bids, in two bid systems, are invited by the General Manager (CNS)-NR on behalf of Chairman, Airports
Authority of India (AAI), for SITC of CCTV System at NATS Complex-IGI Airport with One-year warranty
followed by 5-years CAMC from the reputed OEMs, System Integrators or Authorized Representative
of OEMs through GeM Portal.

Details of the work:

Supply, Installation, Testing & Commissioning (SITC) of CCTV


System at NATS Complex-IGI Airport with 1-year warranty
1. Name of Work
followed by 5-year Comprehensive Annual Maintenance
Contract (CAMC).
(a) Capital Cost Rs. 54,67,387/- (Rupees Fifty Four
Lacs Sixty Seven Thousand Three Hundred Eighty
Seven Only) Including GST.
(b) Revenue Cost Rs. 5,13,287/- (Rupees Five Lacs
2. Estimated Cost Thirteen Thousand Two Hundred Eighty Seven
Only) Including GST.
(c) Total Project cost Rs. 59,80,674/- (Rupees Fifty
Nine Lacs Eighty Thousand Six Hundred Seventy
Four only) Including GST.
90 Days (Period for Supply, Installation, Testing, and
3. Completion Period
Commissioning) from the date of generation of PO in GeM.
4. Earnest Money Deposit 2% of the estimated cost
3% of the SITC Contract Value during the Warranty period
5. Performance Bank Guarantee
3% of the total CAMC Value during the CAMC period

The tenderers shall submit their bids only through Gem portal https://gem.gov.in/ following the
instruction provided in the Bid document for online submission of bids.

Eligibility Criteria: -

(i) The bidder shall be the Original Equipment Manufacturer (OEM) or its authorized representative
or System Integrator.
(ii) In the case of System Integrator (SI) or Authorized Representative of OEM, credentials (financial
turnover & experience as mentioned below) of bidder only will be considered for evaluating
eligibility criteria.

4
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

(iii) In the case of an authorized Representative, current authorization from OEM authorizing the
bidder as its authorized representative shall be submitted.
(iv) In the case of OEM, Proof of being an Original Equipment Manufacturer (OEM) shall be submitted.
(v) In the case of System Integrator, valid authorization of OEM(s) firm for CCTV Cameras, NVR,
Storage, Switch and Software authorizing the bidder for the current tender shall be submitted.
(vi) Bidder firm shall submit an undertaking stating its firm or its partners or its Directors have not
been black listed or any case is pending or any complaint regarding irregularities is pending, in
India or abroad, by any global international body like World Bank/International Monetary Fund/
World Health Organization etc., or any Indian State/Central Governments/ Departments or Public
Sector Undertaking of India. (Annexure-7)
(vii) Experience: The bidder should have successfully executed in last seven years, orders for SITC of
CCTV system, CAMC of CCTV System, meeting the following value criteria: In case the bidder is an
MSE or a start-up and seeking exemption from Experience criteria, valid MSME certificate/UDYAM
registration details must be uploaded to prove his eligibility for evaluation by the buyer.
a. One order of value more than or equivalent to Rs.47,84,540/= (80%)
b. Two orders each of value more than or equivalent to Rs.29,90,337/= (50%)
c. Three orders each of value more than or equivalent to Rs.23,92,270/= (40%)
(viii) Performance/Experience Certificate: Bidder must submit performance/experience certificate in
respect of the works claimed against experience as mentioned under Para (x) above. These
certificates should be issued by the end-user agencies for whom the works have been carried out
and endorsed by the bidder. Such performance/experience certificates should clearly indicate the
following:
a. Value of order or contract,
b. Scope of order or contract,
c. Order or Contract No., Award date,
d. Order or Contract Completion date,
e. Experience certificate indicating that the performance of the supplied & installed SCCTV
system is satisfactory
(ix) In case of experience of Private sectors, bidder has to submit TDS certificate issued by the
Customer in support of payment received and execution of work.
(x) Annualized Average Financial Turnover: Bidder should have annualized average financial
turnover of at least Rs. 18 Lacs during last three financial years, ending 31st March 2022. As a
proof of financial turnover, copy of abridged Balance Sheet along with Profit & Loss account of
the bidder for last three years should be uploaded. In case the bidder is an MSE or a Start-up and
seeking exemption from Turnover Criteria, valid UDYAM registration details must be uploaded to
prove his eligibility for evaluation by the buyer.
(xi) Earnest Money Deposit
Bidders have to submit the EMD in the form of online payment through Internet banking or Bank
Guarantee (BG) or Demand Draft (DD) to the Beneficiary as per the details provided in the GeM
bid document. Bidder to indicate bid number and name of bidding entity in the transaction details

5
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

field at the time of on-line transfer. Bidder has to upload scanned copy / proof of the Online
Payment Transfer or BG along with bid.
EMD EXEMPTION: The bidder seeking EMD exemption, must submit the valid supporting
document for the relevant category as per GeM GTC with the bid. Under MSE category, only
manufacturers for goods and Service Providers for Services are eligible for exemption from EMD.
Traders are excluded from the purview of this Policy.

(xii) Tenderers have to submit UDIN generated Balance Sheet, Profit & Loss and Turnover certificate,
duly certified by CA having UDIN. The documents submitted by bidders without UDIN shall not be
entertained.
(xiii) All bidders are advised to quote single make/model for every BOQ item. Multiband Quoted bid
for individual BOQ item will be rejected.

6
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

SECTION-A: GENERAL INFORMATION AND GUIDELINES

1 Purpose and Scope of Tender Document


a. This tender sets out the terms and conditions, general, operational and qualitative
requirements to be met for SITC of CCTV System at NATS Complex-IGI Airport with One-year
warranty followed by 5-years CAMC as per operational and technical specifications given in
Section- C of the tender Document.
b. AAI reserves the right to increase or decrease the quantity to be ordered up to 25% of bid
quantity at the time of placement of contract. The purchaser also reserves the right to
increase the ordered quantity by up to 30% of the contracted quantity during the currency
of the contract at the contracted rates. Bidders are bound to accept the orders accordingly.
c. The bidder shall assume complete responsibility for the design and performance of the
equipment/items to satisfy all technical and operational requirements as described in
Section-C.

2 Tender Document
a. The tender/Bid document consists of three Sections. The bidder should go through all these
sections (Section A – General Information and Guidelines; Section B – Terms & Conditions;
Section C – Operational & Technical Requirements) of the tender document and must
comply with each clause of all the three sections.
b. The instructions given in the tender document are binding on the bidder and submission of
the tender will imply unconditional acceptance of all the terms & conditions by the bidder.
c. Bidder shall be required to demonstrate / practically verify the specific / all features of the
equipment/Products, at their own cost, as deemed fit by AAI, for the evaluation of the bid.
3 Technical Literature & Brochures and Language
a. One set of complete technical brochure meeting the tender specifications of the quoted
make and model shall be up-loaded along with the technical bid.
b. As part of Technical Evaluation of the tenders, the compliance of the offered make and
model to the operational and technical specifications as stated in Section – C, shall be
verified from the technical manuals and documentation of the equipment.
c. The language of all manuals, instructions, technical documentation etc. provided shall be
in English.
d. Successful Bidder also has to execute an agreement with AAI on Rs100/- Non-judicial stamp
paper within 30 calendar days after the acceptance of the purchase order. Format is
attached as Annexure-1.
e. The Successful bidder must furnish the contract Performance Bank Guarantee within 15
days of acceptance of purchase or work order as per GeM GTC. Format is attached as
Annexure-2.
f. AAI shall be the sole judge in the matter of award of contract and the decision of AAI shall
be final and binding.

7
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

4 Consignee
The ordered Products / items shall be delivered to the ultimate consignee at the address given
below:
(a) Consignee Details :
The General Manager (CNS)-NR
Airports Authority of India,
Regional Headquarters, Northern Region
Gurugram Road, New Delhi-110037
E-mail: gmcnsnr@aai.aero

5 Execution of Works
a. The works shall be carried out under the supervision of the AAI officers at NATS Complex-
IGI Airport according to the terms and conditions of the contract.
b. Unacceptable and unauthorized work: All work that does not conform to the requirements
of the contract or specifications will be considered unacceptable to AAI.
6 Warranty
The warranty period of all the supplied items shall be for 1 years. The Warranty starts after the
successful commissioning CCTV System.

7 Bidder financial standing

The bidder should not be under liquidation, court receivership or similar proceedings, should
not be bankrupt. Bidder to upload undertaking to this effect with bid.

8 Preference to Make In India


Preference shall be given to Class 1 local supplier as defined in public procurement (Preference
to Make in India), Order 2017 as amended from time to time and its subsequent
Orders/Notifications issued by concerned Nodal Ministry for specific Goods/Products. The
minimum local content to qualify as a Class 1 local supplier is denoted in the bid document. If
the bidder wants to avail the Purchase preference, the bidder must upload a certificate from
the OEM regarding the percentage of the local content and the details of locations at which
the local value addition is made along with their bid, failing which no purchase preference shall
be granted. Only Class-I and Class-II Local suppliers as per MII order dated 04.06.2020 will be
eligible to bid. Non – Local suppliers as per MII order dated 04.06.2020 are not eligible to
participate. However, eligible micro and small enterprises will be allowed to participate. In case
Buyer has selected Purchase preference to Micro and Small Enterprises clause in the bid, the
same will get precedence over this clause.
The bidders are required to self-certify the local content in their offered products as per
Annexure-8.

8
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

Since this contract consists of SITC and CAMC, it is not divisible in nature. Accordingly, if L1 is
not a class-1 local supplier, eligible Class -1 (within 20% of L1 price) supplier/s shall be given
opportunity in the increasing order of their quoted price to match the L1 price and shall be
awarded 100% of the contract if concerned bidder agrees for the same as per the MII policy.

9. GST Compliance
In case of non-compliance of GST provision and blockage of any input tax credit, the bidder
shall be responsible for the same and shall indemnify AAI for the loss, if any, suffered by AAI.
Bidder shall submit certificate for this as per Annexure-6.
Declaration: The General Information and Guidelines given in the Tender Document are hereby accepted
unconditionally and shall be complied with.

Signature of Bidder
Name: …........................................
Telephone: ….................................
E-mail : …......................................
Stamp : …......................................

9
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

SECTION-B: TERMS & CONDITIONS


General Conditions:
1. For stating Compliance: Write “C” in the third column below.

Sl. No. Requirements Statement of


Compliance &
Agreement
1 Standards & Proven Product
1.1 State of the art technology shall be deployed in the equipment for the system offered
and all designs, materials, manufacturing techniques and workmanship shall be in
accordance with the highest accepted National and international standards for this
type of equipment.
1.2 The offered equipment shall be currently under production and not obsolete and shall
be under supply or shall have been supplied in last three years.
2 Time/Delivery, Installation Schedule and Part Supplies
2.1 For Installation & Site Acceptance Test including, conduct of training program: 90
Days from the date of generation of PO in GeM portal
3 Liquidated Damages (LD)
3.1 A sum equivalent to 0.5 (half) per cent per week for the price of uncompleted portion
/ activity / delivery of contract cost executed / completed beyond delivery schedule is
recovered as liquidated damages. The total damages shall not exceed 10 (Ten) per cent
of the value of delayed goods. The liquidated damages shall be calculated on the base
cost without the Govt. taxes and duties.
3.2 AAI, if satisfied, that the works can be completed by the contractor within a reasonable
time after the specified time for completion, may allow further extension of time at its
discretion with or without the levy of LD.
4 Time: The Essence of Contract
4.1 The time and date of completion of the works as contained in the supplier’s proposal
and as agreed to contractually after modifications, if any, shall be final and binding
upon the supplier. It must be understood that the supplier has made the proposal
after fully considering all such factors which may have any bearing on the time
schedule of the contract, and no extension in the schedule whatsoever shall be
permitted on these accounts by AAI.
5 Delay & Non-Conformance
5.1 In case of time schedule including approved delay with or without levy of liquidated
damages for late delivery of equipment or late completion of SITC whichever if
applicable as contained in Para 2 & 3 above not being adhered to, AAI shall have the
right to cancel the order wholly or in part thereof without any liability of cancellation
charges and procure the goods elsewhere in which case the successful bidder shall

10
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

make good the difference in the cost of goods procured elsewhere and price set forth
in the order with the successful bidder.
5.2 In the event of rejection of non-conforming goods, the successful bidder shall be
allowed to correct the non-conformities without extension in delivery period. If
successful bidder fails to do so within the stipulated time, the purchaser shall have the
right to take recourse to 5.1.
6 Deductions from Contract Price
6.1 All costs, damage or expenses which the AAI may have paid, for which under the
contract the supplier is liable, will be claimed by the Airports Authority of India (AAI).
All such claims shall be billed by the AAI to the Supplier regularly as and when they fall
due. Such bill shall be supported by appropriate and certified vouchers or explanations
to enable the supplier to properly identify within fifteen days of the receipt of the
corresponding bills and if not paid by the supplier within said period, the AAI may then
deduct the amount from any money due or becoming due to the supplier under the
contract or may be recovered by actions of Law or otherwise, if the supplier fails to
satisfy the AAI of such claims.
7 Right to Accept or Reject the Tenders
7.1 The right to accept the tender in full or in part/parts will rest with AAI. However, AAI
does not bind itself to accept the lowest tender and reserves to itself the authority to
reject any or all the tenders received without assigning any reason whatsoever. AAI
shall not pay any cost incurred in the preparation and submission of any tender or any
cost incidental to it.
7.2 Tenders, in which any of the particulars and prescribed information is vague, missing
or is incomplete, in any respect and/or prescribed conditions are not fulfilled, shall be
considered non-responsive and are liable to be rejected. If the bidder gives wrong
information in his tender, AAI reserves the right to reject such tender at any stage or
to cancel the Contract, if awarded and forfeit the Earnest Money Deposit. AAI reserves
the right to debar such bidders to participate in future Tender.
7.3 Canvassing in any form in connection with the tenders is strictly prohibited and the
tenders submitted by the Contractors who resort to canvassing are liable for rejection.
7.4 Should a bidder have a relation or relations employed in the capacity of an officer of
AAI, the authority inviting tender shall be informed of the fact along with the offer,
failing which AAI, at its sole discretion may reject the tender or cancel the contract and
forfeit the Earnest Money Deposit.
8 Termination of Contract at Purchaser’s Initiative
8.1 The AAI reserves the right to terminate the contract either in part or in full due to the
reasons other than specified herein. The AAI shall in such an event give 15 days’ notice
in writing to the Supplier of their decision to do so.
8.2 The supplier upon receipt of such notice shall discontinue the work on the date and
to the extent specified in the notice, make all reasonable efforts to obtain cancellation
of all orders and contracts to the extent they are related to the work terminated

11
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

and terms satisfactory to the AAI, stop all further subcontracting or purchasing
activity related to the work terminated, and assist the AAI in maintenance protection,
and disposition of the works acquired under the contract by the AAI.
9 Performance Bank Guarantee (PBG)
9.1 1) Performance Bank Guarantee for SITC & during the Warranty Period
The bidder, whose tender is accepted, within 15 calendar days of the award of contract
on GeM, shall submit performance guarantee of 3% of the value of the SITC contract to
AAI in the form of an irrevocable and unconditional bank guarantee, on a Nationalized
/ Scheduled Bank, as per Performa attached as Annexure-2.

2) Performance Bank Guarantee for CAMC


The bidder, whose tender is accepted shall, submit PBG within 30 calendar days prior
to commencement of CAMC, 3% of the total CAMC value to AAI in the form of an
irrevocable and unconditional bank guarantee on a Nationalized / Scheduled Bank, as
per Performa attached as Annexure -2.
9.2 Bank Guarantee Verification Procedure:
Please read the advisory for Vendor and its PBG Issuing Bank Branch attached as
Annenxure-3.
Verification of Bank guarantee will be through Structured Financial Messaging System
(SFMS) of ICICI bank.
BG advising Message IFN760COV should contain Unique Identifier code
AAIRHQNR in field 7037.
While submitting the documents to BG issuing bank, the
vendor/customer/Concessionaries will also submit letter to the issuing bank per
the format mentioned in Annexure-4
9.3 In case the Contractor fails to submit the PBG for CAMC within stipulated period,
interest at 12% p.a. on Performance Guarantee amount would be levied (non-
refundable) for delayed period of submission and shall be deducted from the first bill
payable to the Contractor.
9.4 The Performance Security will be forfeited and credited to the accounts of AAI in the
event of a breach of contract by the contractor. It will be refunded to the contractor
without interest, after he duly performs and completes the contract in all respects but
not later than 90 days of completion of all such obligations including the warranty &
CAMC under the contract.
9.5 The Performance Guarantee of SITC shall be valid for 90 days after the warranty period
of two year or shall remain valid as per provisional extension granted by AAI. If the
agency fails to extend the validity of the Performance Guarantee, the same shall be en-
cashed by AAI with or without notice.
9.6 The Performance bank guarantee will be forfeited and credited to the accounts of AAI
in the event of a breach of contract by the contractor

12
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

9.7 The performance bank guarantee shall be deemed to govern the following guarantees
from the successful bidder, in addition to the other provisions of the guarantee.
9.7.1 The successful and satisfactory operation of the equipment supplied in
Accordance with the specifications and other relevant documents
9.7.2 The equipment supplied shall be free from all defects of design, material
and workmanship and upon written notice from AAI, the successful bidder
shall fully remedy, free of expenses to AAI, all such defects as developed
under the normal use of the said equipment within the period of
guarantee/warranty.
9.7.3 The performance guarantee is intended to secure the performance of the
entire equipment. However, it is not to be construed as limiting the
damages stipulated in any other clause.
9.8 The performance guarantee will be returned to the contractor without interest, after
he duly performs and completes the contract in all respects but not later than
90(ninety) days of completion of all such obligations including the warranty under the
contract.
10 Force Majeure
10.1 AAI may grant an extension of time limit set for the completion of the work in case the
timely completion of the work is delayed by force majeure beyond the contractor’s
control, subject to what is stated in the following sub paragraphs and to the procedures
detailed there in being followed. Force majeure is defined as an event of effect that
cannot reasonably be anticipated such as acts of God (like earthquakes, floods, storms,
etc.), acts of states, the direct and indirect consequences of wars (declared or un
declared), hostilities, national emergencies, civil commotions and strikes (only those
which exceed a duration of ten continuous days) at successful Bidders factory. The
successful bidder’s right to an extension of the time limit for completion of the work in
above mentioned cases is subject to the following procedures:
10.2 That within 10 days after the occurrence of a case of force majeure but before the
expiry of the stipulated date of completion, the bidder informs the AAI in writing that
the Bidder considers himself entitled to an extension of the time limit.
10.3 That the Successful Bidder produces evidence of the date of occurrence and the
duration of the force majeure in an adequate manner by means of documents drawn
up by responsible authorities.
10.4 That the Successful Bidder proves that the said conditions have actually been interfered
with the carrying out of the Contract.
10.5 That the Successful Bidder proves that the delay occurred is not due to his own action
or lack of action.
10.6 Apart from the extension of the time limit, force majeure does not entitle the successful
bidder for any relaxation or to any compensation of damage or loss suffered.
11 Arbitration and Laws

13
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

11.1 Except where otherwise provided for in the contract, all questions & disputes relating
to the meeting of the specifications, designs, drawings, and instructions herein
before mentioned and as to the quality of workmanship or materials used on the
work or as to any other question, claim, right, matter or thing whatsoever in any way
arising out of or relating to the contract, designs, drawings, specifications,
estimates, instructions, orders or these conditions or otherwise concerning the works,
or the execution or failure to execute the same whether arising during the progress of
the work or after the completion or abandonment thereof shall be settled within thirty
(30) days (or such longer period as may be mutually agreed upon) from the date that
either party notifies in writing that such dispute or disagreement exists. Provided
that any dispute that remains unresolved shall be settled under the Rules of Indian
Arbitration and Conciliation Act, 1996, The venue of Arbitration shall be New Delhi,
India. The arbitration award shall be final and binding upon the parties and judgment
may be entered thereon, upon the application of either party, by any court having
jurisdiction.
11.2 Indian laws shall govern this contract.
12 Price
12.1 Follow the instructions available in GeM portal
13 Training
13.1 The bidder shall impart Operational and Administrative level training to one batch
consisting of minimum 04 AAI executives for a minimum period of 1 day. Training
should cover all operational aspects of the CCTV System, Management, Configuration,
Surveillance Monitoring etc.
14 Payment Terms
14.1 100% of the Payment will be made upon successful completion of the SITC work as per
Tender conditions on submission of the following documents in original.
a) GST Invoice, Certificate of completion of installation, Testing, commissioning,
and Training issued by authorized representative of AAI.
14.2 Payment shall be released after adjusting any compensation for delay which firm might
have rendered themselves liable as per provisions of contract and applicable income
tax and any applicable deductions as per laws and purchase order.
15 Safety
15.1 The contractor is fully responsible for safety precautions, and any accident that may
take place to his staff during the execution of the work and all expenses for his medical
treatment is to be borne by the contractor.
16 Damage to AAI Property
16.1 All required repairs, patchwork, etc. to restore any damages caused to AAI property
during the execution of work or during the CAMC period shall be carried out by the
contractor.
17 Warranty

14
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

17.1 The warranty period of all the supplied items shall be for 1 years. The Warranty starts
after successful commissioning of the CCTV system.
17.2 All goods or material shall be supplied strictly in accordance with the specifications. No
deviation from such specifications of these conditions shall be made without AAI’s
agreement in writing must be obtained before any work against the order is
commenced. All materials furnished by the successful bidder pursuant to the Order
(irrespective of whether engineering/design or other information has been furnished,
reviewed or approved by AAI) are required to be guaranteed to the best quality of
their respective kinds (unless otherwise specifically authorized in writing by AAI) and
shall be free from faulty design to the extent such design is not furnished by AAI. The
goods/material used by the successful bidder and its workmanship should be of proper
quality so as to fulfil in all respects, the operating conditions and other requirements
specified in the order.
17.3 For preventive maintenance, Deployment of 01 (one) Qualified diploma Engineer
having good knowledge of I.T. / CCTV System once in a week (between Monday to
Friday from 09:30 Hrs. to 17:30 Hrs.) for operating and logging parameters and routine
maintenance SCCTV system as per manufacturer recommendation or / as per direction
of Engineer-in-Charge during warranty / defect liability period for 01 Years. In the price
bid, bill of quantity for the item rates may be quoted accordingly. No separate
payment will be done for the same.
The payment to the deployed diploma Engineer will be borne by the bidder as per
minimum wages of ministry of Labour, GOI. However, in case of non-deployment, the
penalty will be imposed with same Labour Laws of GOI from the PBG.
17.4 The contractor shall replace any parts, including the supplied software found defective
during warranty period without any charges whatsoever to AAI.
17.5 In case of any failure of the CCTV system, the operations may be restored at the earliest
not exceeding 48 hrs.
17.6 If any trouble or defect originating from the design, materials, workmanship or
operating characteristic of any materials arise at any time during the warranty and the
bidder is notified thereof, the bidder at his own expense (Including freight, duty and
customs for items sent for repair) and at no cost to AAI, as promptly as possible make
such alterations, repairs and replacements at the site as may be necessary to permit
facilitate the functioning of the equipment in accordance with the specifications. The
warranty period of repaired or replaced goods shall be extended for a period equal to
the turnaround time (out of service period).
17.7 In the event that the materials supplied do not meet the specifications and/or are not
in accordance with the drawings, data sheets and rectification as required at site, AAI
shall inform the bidder giving full details of deficiencies. The Bidder shall, at his own
expense, meet and agree with the representatives of AAI the action required to correct
the deficiencies and shall attend to the deficiencies at his own expense. Replacement
under warranty clause shall be made by the supplier free of all charges at site including
freight, insurance and other incidental charges.

15
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

17.8 Bidder firm shall be overall responsible for guarantee/ warranty to AAI and shall
coordinate with respective OEM(s) and suppliers for effective guarantee/warranty at
its own cost.
17.9 In case of malfunction / failure of the system, breakdown maintenance shall be carried
out and a service report shall be submitted to AAI.

17.10 In the event of irreparability, the ‘Contractor’ shall have to replace the faulty system
with an equivalent one, at no extra cost to AAI.

18 Agreement
18.1 The firm shall enter into agreement with AAI, which will be signed on non- judicial
stamp paper of Rs.100/- (INR Hundred only) within 30 calendar days of issuing of
purchase order. Format is attached as Annexure-1. The cost of the stamp papers will
be borne by the contractor. The terms and conditions of this bid document shall form
part of the agreement.
19 Commissioning
19.1 On successful completion of Supply, Installation, Testing and Training, commissioning
document needs to be submitted by the bidder. The same document will be signed by
the bidder and AAI representatives. The draft copy of system Commissioning document
shall be made available to AAI for approval on or before 5 days of the scheduled
commissioning date.
19.2 CCTV System will be termed as commissioned after signing the commissioning
document.
20 Patents, Successful Bidder’s Liability & Compliance of Regulation
20.1 Successful bidder shall protect and fully indemnify AAI from any claims for infringement
of patents, copy right, trade mark or the like.
20.2 Successful bidder shall also protect and fully indemnify AAI from any claims from
successful bidder’s workmen/employees, their heirs, dependents, representatives etc.
or from any other person(s) or bodies/companies etc. for any act of commission or
omission while executing the order.
20.3 Successful Bidder shall be responsible for compliance with all requirements under
the laws and shall protect and indemnify AAI completely from any claims/penalties
arising out of any infringements.
21 Substitution & Wrong Supplies
21.1 Unauthorized substitution or materials delivered not complying with the description or
quality or supplied in excess quantity or rejected goods shall be taken back by the
successful Bidder at his cost and risk.
21.2 Bidder shall not substitute any item at the time of delivery against the item mentioned
in purchase order unless the item is no longer available in the market due to obsolesce
or any other reason and OEM issues the certificate to this effect. AAI shall accept the
higher version of item of same make and better Technical specifications with the
approval of GM (CNS), NR.

16
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

22 Miscellaneous
22.1 In addition to the above any other information / description, the bidders may wish to
provide, like the features / performance figures specified/indicated should be with
supporting documents / calculations. All figures indicated by the bidders must be fully
qualified and subject to coordinated performance.
22.2 AAI, retains the right to place orders for an additional quantity (generally 30%) in
accordance with the same terms & conditions of the present contract. This will be
applicable within the currency of contract.
23 Comprehensive Annual Maintenance Contract (CAMC) for 5 years after the expiry of
initial warranty period of three years.
23.1 Agreement: The firm shall enter into agreement with AAI, which will be signed on non-
judicial stamp paper of Rs.100/- (INR One Hundred only) before the date of expiry of
the warranty period of the installed system. The cost of the stamp papers will be borne
by the contractor. These term and condition shall for part of the agreement. (Annexure
– 1)
23.2 The Performance Guarantee of 3% of total offer price of CAMC shall be valid for 90 days
after the expiry of the contract of Three years.
The bidder shall submit PBG within 15 calendar days prior to commencement of CAMC,
23.3 3% of the CAMC value to AAI in the form of an irrevocable and unconditional bank
guarantee on a Nationalized / Scheduled Bank, as per Performa attached as Annexure
-2.
23.4 The rate quoted shall remain firm throughout the period of the contract.
23.4 AAI reserves the right to forfeit SITC PBG in case successful bidder fails to enter into
said CAMC.
23.5 Contractor shall undertake full responsibility for ensuring the comprehensive
maintenance which includes preventive maintenance/regular services of the System
and all the accessories/or replacement of all such hardware/software/items necessary
for keeping the system in perfect working order and condition at all the times during
the period of the Comprehensive AMC from any defects/disturbance or any
unscheduled call for corrective and maintenance services, taking appropriate steps on
time to set right the full functioning of the System. The replacement of all spares of
hardware/software is included under the Comprehensive AMC. Defective parts will be
replaced with good and standard quality spares by the vendor without any extra
charges of any kind.
23.6 During the contract period contractor shall implement well defined preventive
maintenance schedule as recommended by the capital equipment manufacturer on
quarterly basis. The proposed shut down maintenance requirement (if required) as per
manufacturer recommendation can be implemented only after providing standby
system without affecting the operation of the facility in view of the operational
constraints.

17
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

23.7 For Preventive maintenance, Deployment of 01 (one) Qualified diploma Engineer


having good knowledge of I.T. / CCTV System once in a week (between Monday to
Friday from 09:30 Hrs. to 17:30 Hrs.) for operating and logging parameters and routine
maintenance SCCTV system as per manufacturer recommendation or / as per direction
of Engineer-in-Charge during CAMC period for 05 Years. In the price bid, bill of quantity
for the item rates may be quoted accordingly. No separate payment will be done for
the same.
The payment to the deployed diploma Engineer will be borne by the bidder as per
minimum wages of ministry of Labour, GOI. However, in case of non-deployment, the
penalty will be imposed with same Labour Laws of GOI from the quarterly bill payment.

23.8 a. Break down calls should be attended within 24 Hours of reporting the complaint
(During working hours). The system down time should not exceed 48 hours from
the time at which the complaint was made. If the down time is more than 48 hours,
the vendor shall provide a standby system.
b. Contractor shall provide address and telephone number / cell phone numbers etc.
of their Engineers/ Executives with Escalation Matrix for contacting on holidays and
off duty hours. The contractor will provide telephonic support for solving the
problems on 24 x 7 basis.
23.9 Timely Servicing / rectification of defects during CAMC period: After having been
notified of the defects / service requirement during CAMC period, Seller has to
complete the required Service / Rectification within 5 days’ time limit. If the Seller fails
to complete service / rectification with defined time limit, a penalty of 0.5% of Unit
Price of the product shall be charged as penalty for each week of delay from the seller.
For this purpose, part of the week will be considered as full week. Seller can deposit
the penalty with the Buyer directly else the Buyer shall have a right to recover all such
penalty amount from the quarterly bills. Cumulative Penalty cannot exceed more than
10% of the total contract value after which the Buyer shall have the right to get the
service / rectification done from alternate sources at the risk and cost of the Seller
besides forfeiture of PBG. Seller shall be liable to reimburse the cost of such service /
rectification to the Buyer.
23.10 CAMC Payment:
The payment for the CAMC will be on quarterly basis against invoice on satisfactory
completion and submission of the maintenance reports. No advance payment for AMC
will be paid. AAI shall not pay any extra charges except AMC charges. All the necessary
recoveries/deductions for which firm has made themselves liable for, shall be deducted
from the bills before releasing the payment. AAI shall deduct Income Tax & make other
applicable recovered from running bill payments as per prevailing rules. TDS (Tax
Deducted at Source) Certificate, however, shall be issued to contractor.
24 Refund of PBG
24.1 After termination/expiry of the contract, the Performance Bank Guarantee held by AAI
will be released to the contractor without interest after a period of 90 days from the

18
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

date of expiry of contract, subject to realization of dues, if any to be recovered from


the contactor.
24.2 The system shall be handed over back to AAI in fully serviceable condition on
expiry/termination of the contract. Any defects etc. observed at that stage shall be
rectified at the contractor’s risk & cost.
24.3 If necessary, for any reason whatsoever, AAI may extend the CAMC contract for a
period of six months beyond the date of expiry of this CAMC. In this case, it shall be
binding upon the contractor to continue the CAMC for the extended period of 6 months
at the same accepted rates of this CAMC. AAI will intimate the contractor regarding
such extension at least 15 days in advance.

The terms and conditions given under Section B - General Information and Guidelines are hereby complied
and agreed.
Signature of Bidder

Name : ….…......………………………….
Telephone : ….…......………………………….
E-mail : ….…......………………………….
Stamp : ….…......………………………….

19
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

SECTION-C: OPERATIONAL & TECHNICAL REQUIREMENTS

1 Introduction

Airports Authority of India, CNS department, Regional Headquarters-NR is in the process of


establishing CCTV coverage at NATS Complex – IGI Airport. The CCTV system is envisaged to be
the state-of-the-art video surveillance system. This tender/bid is for the establishment of a
robust CCTV Surveillance system at NATS complex-IGI Airport, New Delhi. The project includes
Supply, Installation, Testing, and Commissioning of the CCTV system and Five-Year of
Comprehensive AMC after a One-year on-site warranty.

2. Scope of Work: Supply, Installation, Testing and Commissioning

1. The Bidder has to take up the contract on turnkey basis, i.e. Supply, Installation, Testing
and Commissioning of CCTV surveillance system with all its hardware and software
support as per the schedule of bill of material mentioned in Annexure - 10 meeting the
specifications mentioned in the Section – C.
2. All necessary cabling / wiring / sockets, terminations and allied infrastructure conforming
to respective quality / standard norms are also included in the scope of this job.
3. The bidders are advised to visit NATS-Complex, IGI Airport with prior intimation and
approval, for site survey before bidding, to help understand the site condition and
requirements before quoting the price.
4. The system will have Cameras which include both indoor and outdoor cameras and a
storage capacity of minimum 30 days of recording.
5. There will be provision of remote locations for viewing the live camera feed and replaying
the cameras footage. All Client PCs should be configured for monitoring the live footage
and replaying of recorded footage.
6. Wherever required, poles are to be mounted & fixed for mounting of outdoor cameras.
7. The Bidder shall provide 01 day Operational and administrative level training on all the
aspects of the CCTV system, various features, management, configuration etc. for at least
4 participants.
8. The bidder shall arrange for all kinds of tools, tackles, testing instruments etc. as required
during all operations for completion of work as per the scope of work.
9. The bidder shall arrange for all kinds of cable laying, fixing and positioning of networking
racks with standard dressing, fixing and positioning of cameras.
10. Storage should be configured with RAID5 which enables to prevent any data loss and
recording should be available for minimum of 30 days.
11. All materials required for the installation of the system to be supplied in sufficient
quantities so that the installation process is smooth. Any components, assemblies, Sub-
systems found defective during installations, to be replaced immediately without any
delay.

20
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

12. The installation and commissioning job should be done without disturbing aesthetics of
the Buildings/surroundings. Any damage to the building/surrounding environment shall
be repaired and restored back to original condition by the bidder.
13. Any other activity / job which may not be specifically mentioned in this scope of work,
but required for successful completion of the work shall be part of the bidder's scope
without any extra cost to AAI.
14. It shall be the responsibility of the Bidder that all necessary safety measures and
precautions are invariably ensured during execution of work. AAI shall not be responsible
for any injuries / accidents occurs during the SITC activities.
15. On completion of the works and before commissioning, the bidder shall provide
documents including manuals and operating instructions, software, lay out diagrams,
hardware details to AAI. Software keys/passwords and training to AAI designated officials
in all aspects of system design, its features, theory of operation of equipment, functional
details, trouble shooting and familiarization with systems are as per this scope of work.

Scope of Work: CAMC


Comprehensive Annual Maintenance shall be for a period of 05 years after the warranty
period of 01 years. Contractor shall undertake full responsibility for ensuring the
comprehensive maintenance which includes preventive maintenance/regular services of
the System and all the accessories/or replacement of all such hardware/software/items
necessary for keeping the system in perfect working order and condition at all the times
during the period of the Comprehensive AMC from any defects/disturbance or any
unscheduled call for corrective and maintenance services, taking appropriate steps on time
to set right the full functioning of the System. The replacement of any hardware/software
is part of the Comprehensive AMC. Defective parts will be replaced with good and standard
quality spares by the vendor without any extra charges.

21
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

Technical Specifications for SCCTV system at NATS complex-IGI Airport

Item No‐1 (IR PTZ Camera) Indoor / Outdoor


S. No. Feature Required Parameters Compliance (Y/N)

1.1 Technical Specification


i. Image Device 1/3” or better CCD/CMOS Sensor
ii. Optical zoom (for Indoor Camera) 20x or better
Optical zoom (for Outdoor
iii. 30x or better
Camera)
iv. Number of Pixels 1920x1080 or more
v. Resolution 1080p HD @25 FPS or better
vi. Minimum Illumination B/W: 0.1 Lux or better; Colour: 0.6
vii. Pan Travel 3600 Continuous
viii. Tilt Travel 0‐90o, Auto Flip
ix. Manual Tilt Speed 0.5o /Sec to 90o/Sec
x. Manual Pan Speed 0.5o/Sec to 90o/ Sec
xi. Preset Tilt Speed 0.5o /Sec to 90o/Sec
xii. Preset Pan Speed 0.5o /Sec to 300o/Sec
CE certified, UL listed / BIS
Following standards issues by BIS
applicable to CCTV Camera are
also acceptable :
For Safety – IS 13252-1(2010) :
xiii. H.265 Compliant
Information Technology
Equipment – Safety Part 1 and for
performance IS 16910 (Part 5)
2020 : Video Surveillance Systems
for use in Security Applications .
xiv. IR Range 150 Mtr or Better
1.2 Technical Features:
i. Termination Box, Integrated RJ 45 and power connector
ii. ONVIF (Open Network Video Interface Forum)
iii. Video Stream: Dual H.264 or Better video stream for
iv. Electronic Shutter: Auto
v. Auxiliary inputs & outputs: 1 alarm input, 1 relay
vi. Iris Control: Auto
vii. White balance: Auto
viii. Wide Dynamic Range (WDR): 120 dB or better

22
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

ix. Remote access: Via browser for configuration, Viewing


Ethernet:10/100 Base‐T Auto sensing, Half/ Full Duplex
x.
xi. S/N Ratio: >= 50 dB
xii. SD Card: 128 GB Or Better
Power supply (Indoor type): Shall have the ability to be powered by PoE 802.3
xiii
as well as with DC/AC power adapter.
Power supply (Outdoor): Power Supply should be of the same OEM of Camera
xiv.
as per OEM’s design, however generally AC 230 V @ 50Hz input
1.3 Camera Housing & Mount
Housing (Indoor): IP 54, and shall be of same make as of camera.
i. Housing (Outdoor): IP 66 rated, Built in Heater Outdoor Cameras to be IK10
Certified for vandal proof rating.
Mount: Surface/Ceiling/pipe/corner/parapet/pendant with wall mount
iii.
bracket/In Ceiling as required.
The camera mount should be of the same make as that of camera and suitable
iv. for the model number offered as specified by the manufacturer and should be
an integrated unit.
v. Should be compact and indoor/outdoor type as required.
Should support the weight of camera and accessories such as housing in any
vi.
vertical or horizontal position etc

Item No‐ 2 (Outdoor 2 MP Verifocal IR Colour BOX Camera)


S. No. Feature Required Parameters Compliance (Y/N)

2.1 Technical Specification


i Image Device 1/3” or better CCD/CMOS Sensor
OEM Verifocal lens CS Mount, Auto Iris,
lens f=3 mm to 9mm (±25% for Indoor
ii Lens fixed dome/bullet Camera) & f=10mm to
40mm (±10% for Outdoor fixed Box
Camera) or Better.
iii Number of Pixels 1920 X 1080 or better
iv Resolution 1080p HD @25 FPS or better
B/W: 0.1 Lux or better; Colour: 0.6 Lux or
v Minimum Illumination
better
CE certified , UL listed / BIS
Following standards issues by BIS
applicable to CCTV Camera are
vi H.265 Compliant
also acceptable :
For Safety – IS 13252-1(2010) :
Information Technology

23
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

Equipment – Safety Part 1 and for


performance IS 16910 (Part 5)
2020 : Video Surveillance Systems
for use in Security Applications .

vii IR Illuminator Internal /External , Indoor 50 Mtr or Better

2.2 Technical Features:


Termination Box, Integrated RJ 45 and power connector should be provided
i.
with each camera
ii. ONVIF (Open Network Video Interface Forum) compliant
Video Stream: Dual H.265 or Better video stream for independent viewing and
iii.
recording
iv. Electronic Shutter: Auto
v. Auxiliary inputs & outputs: 1 alarm input, 1 relay output
vi. Iris Control: Auto
vii. White balance: Auto
viii. Wide Dynamic Range (WDR): 120 dB or better
ix. Remote access: Via browser for configuration, viewing and control
x. Ethernet:10/100 Base‐T Auto sensing, Half/ Full Duplex (RJ45)
xi. S/N Ratio: >= 50 dB
xii. SD Card: (128 Gb) Minimum
Power supply (Indoor type): Shall have the ability to be powered by PoE 802.3
xiii.
as well as with DC/AC power adapter.
Power supply (Outdoor): Power Supply should be of the same OEM of Camera
xiv.
as per OEM’s design, however generally AC 230 V @ 50Hz input
2.3 Camera Housing & Mount
Housing (Indoor): IP 54, and shall be of same make as of camera.
i. Housing (Outdoor): IP 66 rated, Built in Heater and Blower and shall be of same
make as of camera.
Outdoor Cameras to be IK10 Certified, IP 66 Rated with built In Heater and
ii. blower and shall be of same make as of camera.

Mount: Surface/Ceiling/pipe/corner/parapet/pendant with wall mount


iii. bracket/In Ceiling as required.

The camera mount should be of the same make as that of camera and suitable
iv. for the model number offered as specified by the manufacturer and should be
an integrated unit.

v. Should be compact and indoor/outdoor type as required.


Should support the weight of camera and accessories such as housing in any
vi. vertical or horizontal position etc.

24
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

Item No‐3 (Indoor Colour Dome Verifocal Camera With IR)


S. No. Feature Required Parameters Compliance (Y/N)
3.1 Technical Specification
i Image Device 1/3” or better CCD/CMOS Sensor
OEM Verifocal lens, Auto Iris, lens f=3 mm
to 9mm (±25% for Indoor fixed
dome/bullet Camera) & f=10mm to 40mm
ii Lens (±10% for Outdoor fixed Box Camera) or
Better. (With indoor dome camera,
motorized zoom & motorized focus ability
to be provided with lens)
iii Number of Pixels 1920 X 1080 or better
iv Resolution 1080p HD @25 FPS or better
B/W: 0.1 Lux or better; Colour: 0.6 Lux or
v Minimum Illumination
better
CE certified , UL listed / BIS
Following standards issues by BIS
applicable to CCTV Camera are
also acceptable :
For Safety – IS 13252-1(2010) :
vi H.265 Compliant
Information Technology
Equipment – Safety Part 1 and for
performance IS 16910 (Part 5)
2020 : Video Surveillance Systems
for use in Security Applications .

vii IR Illuminator Internal /External , Indoor 30 Mtr or Better

3.2 Technical Features:


Termination Box, Integrated RJ 45 and power connector should be provided
i.
with each camera
ii. ONVIF (Open Network Video Interface Forum) compliant
Video Stream: Dual H.265 or Better video stream for independent viewing and
iii.
recording
iv. Electronic Shutter: Auto
v. Auxiliary inputs & outputs: 1 alarm input, 1 relay output
vi. Iris Control: Auto
vii. White balance: Auto
viii. Wide Dynamic Range (WDR): 120 dB or better
ix. Remote access: Via browser for configuration, viewing and control

x. Ethernet:10/100 Base‐T Auto sensing, Half/ Full Duplex (RJ45)

xi. S/N Ratio: >= 50 dB


xii. SD Card: (128 Gb) Minimum or Better

25
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

Power supply (Indoor type): Shall have the ability to be powered by PoE 802.3
xiii.
as well as with DC/AC power adapter.
Power supply (Outdoor): Power Supply should be of the same OEM of Camera
xiv.
as per OEM’s design, however generally AC 230 V @ 50Hz input
3.3 Camera Housing & Mount
Housing (Indoor): IP 54, and shall be of same make as of camera.
i. Housing (Outdoor): IP 66 rated, Built in Heater and Blower and shall be of same
make as of camera.
ii. Outdoor Cameras to be IK10 Certified for vandal proof rating.
Mount: Surface/Ceiling/pipe/corner/parapet/pendant with wall mount
iii.
bracket/In Ceiling as required.
The camera mount should be of the same make as that of camera and suitable
iv. for the model number offered as specified by the manufacturer and should be
an integrated unit.
v. Should be compact and indoor/outdoor type as required.
Should support the weight of camera and accessories such as housing in any
vi.
vertical or horizontal position etc.

Item No‐4 (Layer 2 Access Switch POE)


S. No. Feature Compliance (Y/N)
4.1 TECHNICAL SPECIFICATIONS:
i. A. PORT DENSITY
24 Port Switch should be 1RU with fully populated 24 Nos. Copper Port of 1
GBPS Base -T PoE+ capability and minimum 370Wof power and with 4 No’s of
ii. 10 G Fibre
Port, populated with 4 nos. of SFP+ fibre modules Shall be same make of switch.
Switch should be stackable with minimum 40 Gbps of
iii. Stacking Bandwidth, Dedicated Stacking port required.

iv. Switch should be IPv6 Certified/IPv6 logo ready

v. B. PERFORMANCE
vi. Shall have minimum 12K MAC Address.
vii. Shall have minimum 250 active VLANs.
Shall have minimum 128 Gbps switching fabric and
viii. minimum 95 Mbps forwarding rate.
ix. C. IEEE STANDARDS
Should have IEEE Standards of Ethernet: IEEE 802.1D, 802.1s, 802.1w, 802.1x,
802.3ad, 802.3x, 802.1p, 802.1Q,
x.
802.3, 802.3u, 802.3ab, 802.3z, 802.3af. 802.3at.

xi. D. SECURITY

26
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

Switch should support port security, DHCP snooping, Dynamic ARP


xii. inspection, IP Source guard, BPDU Guard,
Spanning tree root guard.

xiii. Switch shall have port mirroring/SPAN.

xiv. E. MANAGEMENT
Shall have Ethernet management port for GUI and
xv. console management for CLI support.

xvi. Switch should support AAA using RADIUS/TACACS+.


Switch shall have SSHv2, SNMPv2c, SNMPv3 and
xvii. NTPv3/NTPv4.

Item No‐5 (Layer 2 Access Switch POE)


S. No. Feature Compliance (Y/N)
i. A. PORT DENSITY
8 Port Switch should be 1RU with fully populated 12 Nos. Copper Port of 1
GBPS Base -T PoE+ capability and minimum 120 Watt of power and with 2 No’s
ii. of 10 G Fibre
Port, populated with 2 nos. of SFP+ fibre modules Shall be same make of switch.

Switch should be stackable with minimum 40 Gbps of


iii. Stacking Bandwidth, Dedicated Stacking port required.

iv. Switch should be IPv6 Certified/IPv6 logo ready

v. B. PERFORMANCE
vi. Shall have minimum 12K MAC Address.
vii. Shall have minimum 250 active VLANs.
Shall have minimum 128 Gbps switching fabric and
viii. minimum 95 Mbps forwarding rate.
ix. C. IEEE STANDARDS
a. Should have IEEE Standards of Ethernet: IEEE 802.1D, 802.1s, 802.1w, 802.1x,
802.3ad, 802.3x, 802.1p, 802.1Q,
x.
802.3, 802.3u, 802.3ab, 802.3z, 802.3af. 802.3at.

xi. D. SECURITY
Switch should support port security, DHCP snooping, Dynamic ARP
xii. inspection, IP Source guard, BPDU Guard,
Spanning tree root guard.

xiii. Switch shall have port mirroring/SPAN.

xiv. E. MANAGEMENT

27
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

Shall have Ethernet management port for GUI and


xv.
console management for CLI support.
xvi. Switch should support AAA using RADIUS/TACACS+.
Switch shall have SSHv2, SNMPv2c, SNMPv3 and
xvii.
NTPv3/NTPv4.

Item No‐6 ( 49'' Display)

S. No. Feature Compliance (Y/N)


TECHNICAL SPECIFICATIONS:
49 " DISPLAYS (for Client PC Type A ) COMPLETE WITH WALL/ CEILING/
FLOOR MOUNTING ARRANGEMENT
6.1 TECHNICAL SPECIFICATIONS:
i. Screen Size: 49” (diagonal) or higher
Monitor Type: Industrial/ Professional suitable for 24x7
ii.
operation
iii. Back Light: LED
iv. Aspect Ratio: 16:9
v. Resolution: Full HD, 1920 X 1080 pixels or better
vi. Brightness: 450 cd/m2 or better
Contrast Ratio (Native): 2400:1 without IPS/ 1100:1
vii.
along with IPS
6 .2 TECHNICAL FEATURES:
i. Viewing angle: 178⁰
ii. System: PAL
Operating Voltage: Suitable for single phase AC supply
iii.
180-230 V, 50 Hz
Video Input Ports: Digital Ports: HDMI/ DVI -D; /USB
iv.
Port.

Item No‐7 (Workstation)


S. No. Feature Compliance (Y/N)
WORK STATION (Client PC Type A )

7.1 TECHNICAL SPECIFICATIONS:


CPU: Minimum 7th Generation Core i7 Intel /AMD Processor or higher
i.
operating at 3 GHz or more with 8 MB Cache or higher
ii. Memory: 16 GB DDR 3 or higher
iii. Hard Drives: 500 GB SATA/ SAS or more
Video Card: 4 GB NVidia Ge-Force GTX series or better dual port Graphics
iv. card.
v. RAID: supported

28
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

TECHNICAL FEATURES:
Keyboard and Joystick: Variable speed Joystick controller with
i. LCD/LED display (for programming and to control the speed dome for PAN /
TILT / Zoom) or keyboard.
ii. Mouse: Optical Mouse with scroll and Mouse Pad
Network Adapter(NIC): Two numbers of Gigabit Ethernet
iii. Ports (10/100/1000 Mbps)
iv. Sound Card: In- Built
v. DVD writer: DVD RW/ Blu -Ray combo internal/external
vi. USB 3.0: 2 nos. at front panel
Operating System: Licensed MS Windows or Linux (Latest
vii. version)
Anti -Virus Software: Anti-Virus Software compatible with Windows/ Linux
viii. along with update subscription valid till
warranty and AMC period

Item No‐08 (Console For Control Room)


S. No. Feature Compliance (Y/N)
Console for use of two operator using 24x7 along with two chairs shall be
supplied with 02 nos. of rotating pushback chairs and to accommodate
workstation,
8.1 joystick, keyboard and mouse. the Console as per following features:
The console shall be built to withstand life span of 06 years
on normal use, wear and tear.

29
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

a. The structure of the Console should have following component and


design:
b. Structure shall be made of Extruded Vertical & Horizontal Aluminium
profiles (powder coated finish) fastened together with heavy duty MS
joineries. Having all SS Bolts and nickel plated hardware.
c. Work-surface shall be minimum 25 mm thick MDF with High Pressure
laminate. Front edge Nosing shall be injection moulded on the profiled
wooden core. Depth shall be 50 – 60mm.
d. Desk shall house CPU on Slide out metallic CPU trays.
e. Monitors shall be mounted on aluminium die -casted arms. Monitor arm
shall be able to mount monitors complying VESA (Video Equipment
Standards Association) standards 75 x 75, 100 x 100, 200 x 100 & 200x200 mm.
f. CPU cabinet front, back shutters shall be of 18 mm Laminated MDF
8.2 Board with premium finish. Side leg shall be of 25mm of the same finish.
g. Rear shutters shall have provision of Airflow opening for cooling and heat
dissipation effect.
h. Lockable compartment for keyboard shall be provided
i. Space for proper termination of cables shall be provided.
j. Electricals: Each console shall be equipped with individual power
distribution unit.
k. Approximate dimensions of the console shall be 1800 mm (W) X 1000
mm (D) X 750 mm (H).
l. The console must be UL listed and certificate should be enclosed.
m. A typical diagram for Operator Console (2 operators) is attached at Fig 2 for
reference.
n. Final drawings and design will be approved by Engineer - In-charge/CHQ
before the time of execution.

Item No‐9 ( Video Recording Device )


S. No. Feature Compliance (Y/N)
9 .1 TECHNICAL SPECIFICATIONS:
CPU:64-bit high performance, 4 Core Processor or higher Intel/AMD CPU
GPU – Required for High speed video processing
i.
operating at 2.1 GHz or more with a minimum of 11 MB L3 cache or higher

ii. Memory: 16 GB DDR RAM Upgradable to 64 GB

iii. Chassis type: Rack mountable


Hard Drives: 1* 512 GB SSD (for Operating System and Database) SAS/SATA
iv. 10K/7.2K rpm or higher hot swappable Hard Disk in RAID 6 configuration having
usable Space of 1.2Tb per Camera Total 34.8 TB Usable after raid 6.

v. Power supply : Hot Pluggable Redundant Power Supply

vi. Fans. Redundant FANS.


9.2 TECHNICAL FEATURES:

30
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

Network Adapter (NIC): Dual Integrated 10/100/1000


i. Mbps ports.
ISCSI initiator Required for future Video Storage on SAN.
ii. Keyboard: USB Keyboard
iii. Mouse: Optical Mouse with scroll
Operating System: Licensed MS Windows or Linux
iv. (Latest version) ,32 Chanel VMS License and 25 Nos of video Analytics License.

Anti-Virus Software compatible with Windows/ Linux along with update


v. subscription valid till warranty and AMC
period

Item No‐10 ( NTP Server )


S. No. Feature Compliance (Y/N)
GPS/GLONASS satellite supported L1/L2/L5 Frequency band, Rack Mount
Type, NTP SERVER to maintain and display IP based NTP time across the
network containing L2/L3 switches shall be supplied by the bidder. NTP server
shall act as a master clock with accuracy better than 50 ms in the network
i.
to which other clients shall interconnect over the network using NTP client
software on Windows or Linux OS and synchronize periodically. It shall
provide diagnostic and status ports/ indications for automatic/
manual intervention.

The GPS NTP Server shall be equipped with two independent network
ii. interfaces (10/100/1000 Mbps
Ports).

TECHNICAL FEATURES:
NTP Server shall support all the required networking
i.
protocols.
SNMP v3 support for status and configuration and SNMP
ii.
Trap messages.

The GPS NTP Server shall be supplied and configured by bidder, with a GPS
iii. Antenna/Converter Unit and standard
RF/ RG58 coaxial cable, as per site requirement.

Item No‐11 ( 5 KVA Online UPS )


S. No. Feature Compliance (Y/N)
5 KVA ONLINE UPS UPS IN PARALLEL REDUNDANT
11 LOAD SHARING CONFIGURATION (Qty.: 2 X 05 KVA) WITH SMF
BATTERIES

31
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

05 KVA Floor Mounted On -Line UPS 1+1 (Three Phase AC Input & single
Phase AC Output) with input/output Isolation Transformer (There shall be
nothing common between input & output connections/leads) and Individual
i.
SMF Battery Bank to provide 15 - 20minutes Battery back -up for each UPS,
RS 232 Serial Port or RJ 45 with Software for Computer Interface and Redundant
Configuration.
UPS operation shall be configured in such a way that
the failure of one UPS shall result in total load to be automatic ally
ii.
transferred to other UPS of the cluster.

11.1 TECHNICAL SPECIFICATIONS :


i. 1. General:
UPS shall be free from workmanship defects. The Equipment shall be
ii. complete with all parts and all
parts shall be functional.
By-pass facility shall be provided for maintenance of
iii.
UPS.
UPS shall supply output power and charging current
iv.
at the same time.
v. Switching device shall be IGBT
Digital Signal Processors (DSP) shall be used for all
vi.
monitoring and control electronics of UPS.
Switching frequency shall be above 08 KHz and shall
vii. be declared in the offer.

viii. 2. Input : 350V-450V, 50 Hz ± 3% Three Phase AC


3. Output : 230V ± 1% (with alternative setting for 220V ± 1% ) 50 ± 0.5Hz,
Single phase. Voltage regulation from no load to full load shall be within ±
ix. 1% in both the cases. UPS shall also have facility for operation in
synchronous mode in which output frequency shall be
same as that of mains frequency.
4. Total harmonics distortion at output: 3% maximum for UPS on resistive
x. load, if total input harmonics are less
than or equal to 10% .
5. Efficiency (at rated output voltage and frequency):
xi.
Overall efficiency (minimum): 90%
6. UPS power factor at rated load: better than 0.8 lagging
xii.
or better.
7. Over load : UPS shall withstand 20% overload for 1
xiii.
minute and 50% over load for 30 seconds.
11 .2 TECHNICAL FEATURES:
8. Protections: Following protection shall be provided in
i.
UPS:
a. Over voltage, short circuit, and overload at UPS
ii.
output terminal.

32
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

iii. b. Under voltage at battery terminal.


c. Overshoot and undershoot shall not be greater than 4% of rated voltage
iv. for duration of 40m sec.
(maximum)
v. 9. Indicators and meters:
vi. a. Following indicators shall be provided:
vii. (i) Mains presence.
viii. (ii) Battery charging and discharging
ix. (iii) Output overload
x. (iv) Low battery voltage.
b. Digital Panel meter shall be provided for monitoring the
xi.
following parameters in UPS:
xii. (i) Input AC voltage.
xiii. (ii) Output AC Voltage, current and frequency
xiv. (iii) Battery voltage and current.
11.3 Battery bank:
i. a. UPS shall be supplied with SMF VRLA battery only.
b. Bidders shall declare battery AH capacity, battery voltage, number of
ii. batteries of each rating, make and model of batteries offered with each
item of UPS.
c. Batteries for UPS shall be of the following makes:
iii.
EXIDE, PANASONIC, AMAR RAJA, GLOBAL, ROCKET, BASE.
d. The UPS shall be complete with Trolley for battery bank and the firm shall
iv.
also connect the batteries with UPS and commission the same.
e. Minimum AH rating of battery bank with suitable rack for the duration
v.
of back up time shall be as detailed below:
UPS rating in KVA: 10 KVA; Min. 30 minutes back up: Batteries 12V x 65 AH or
vi. higher

11.4 Testing requirement for UPS:


Type Tests: Following shall constitute type test and at least one sample shall
be type tested for each rating with maximum backup time. Type testing
i. shall be conducted at the premises of the manufacturer in presence of
an officer deputed by AAI:
ii. (i) Visual examination.
iii. (ii) Verification of output power and frequency.
iv. (iii) Verification of voltage regulation.
v. (iv) Verification of efficiency.
vi. (v) Verification of total harmonics distortion.
(vi) Verification of overshoot, undershoot limits and
vii.
over voltage protection.

33
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

(vii) Verification for insulation resistance, leakage current high voltage.


viii. Insulation resistance should
not be less than 100 mega ohms.

Item No‐12 ( Equipment Rack 28U )


S. No. Feature Compliance (Y/N)
Surveillance CCTV equipment rack (standard 19") fully wired for housing
Central Switches, Camera Servers, Video Analytics Servers, NTP Server,
i. Network Attached Storage,
KVM Switch with integrated 17” Monitor etc.

All the Servers (NVR/Camera, Video Analytics, NTP) shall be installed in 19”
28 U Rack with OEM Rack Mounting
ii.
Kit(s).

iii. Wiring shall be neatly done with suitable cable manager.


Power supply wiring with suitable capacity sockets and
iv. proper Earthing shall be neatly installed.
Rack shall include all required parts/accessories to install all
devices/equipment. It shall have front and rear glass/perforated cover
with locks with fans. Rack’s depth shall be sufficient to install all Servers and
v. other network
components and the doors remain closed.

Rack shall be provided with Top -mounted Fan unit (2 or


vi. more Fans) for Air Circulation.

Item No‐13 ( Power Distribution Panel)


S. No. Feature Compliance (Y/N)
TECHNICAL FEATURES:
The power distribution panels shall be provided to meet the system
requirement along with UPS. The power distribution panel shall provide
MCBs with proper ratings for all equipment including field equipment like
13.1 Network Switches, Cameras, Workstations, Displays etc. Sufficient number
of Loops are required to be made to avoid high current passing in single
loop – one MCB for each loop and
one Mains Control Switch.

Item No‐14 ( Joystick )


S. No. Feature Compliance (Y/N)
1. Control Mode : Network
2. Display : LEC/LED Display
3. Onvif: Supported Latest Version
4. Joystick Control : 6 Way operating

34
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

5. Certification : CE,FCC

(VMS, Analytics Software)


S. No. Feature Compliance (Y/N)
VIDEO SURVEILLANCE APPLICATION SOFTWARE:
Supply of VMS Software for Camera Server, NVR/NAS, Work -Station loaded in all the Servers
to be provided with Camera licenses suitable for all ONVIF Cameras with full functionality, 3
concurrent client user licenses, Virtual Matrix capability, 100% Failover Recording, complete as per
specifications with media (2 Nos. software CD/media at each site) and license as applicable.
Provision/ Features covered in Statement of compliance Remarks
video surveillance software
system:
The software should have inbuilt facility to store configuration
i.
of cameras.
The software shall Support flexible 1/4/9/16/25 user defined Windows Split
ii. screen display mode or scroll mode on the PC/Workstation monitor or on
preview monitor as per site requirement.
The software shall be able to control all cameras features such as PTZ
iii. control, Iris control, auto/manual focus, and colour balance of camera,
Selection of presets, Video tour selection etc.
The software is required to generate reports of stored device configuration.
The control software is required to provide alarm and alarm log. The log
iv. shall be able to be archived, printed and displayed using a device filter, a
device group filter and/or a time window.
The software shall have user access authority configurable on per device or
per device group basis. The authorized user shall have the facility to request
v. the access of any camera and can control the camera for a reservation
period. Control of camera is released after the reservation period.
The system software shall provide User activity log (audit trail)
vi.
with user id, time stamp, and action performed, etc.
The administrator shall be able to add, edit & delete users with rights. It
vii. shall be possible to view ability/ rights of each user or the cameras which can
be viewed & controlled as per the permission assigned by the administrator.
The users shall be on a hierarchical basis as assigned by the administrator. The
higher priority person can take control of cameras, which are already being
viii.
controlled by a lower priority user. There shall be minimum 03 hierarchical
levels of security for providing user level log in.
The system software should provide Analytic features such as Intrusion, Line
Crossing, Wrong direction movement, Unattended object identification,
ix.
Motion detection and Security device Alarm etc as per site requirement.

35
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

The system software shall have recording modes viz. continuous, manual,
or programmed modes on date, time and camera-wise. All modes shall be
disabled and enabled using scheduled configuration. It shall also be possible
x. to search and replay the recorded images on date, time and camera wise.
It shall provide onscreen controls for remote operation of PTZ cameras. It
shall have the facility for scheduled recording. Different recording speeds
(fps) and resolution for each recording mode for each camera shall be possible.
It shall provide programmable motion detection and recording, to be
defined area -wise. Open interface to receive Motion trigger and open
interface to define the areas (at least four different areas) should be available
from the cameras. System must be able to support video motion detection
xi. algorithms to detect and track objects, learn the scene, adapt to a changing
outdoor environment, ignore environmental changes including rain, hail,
wind, swaying trees and gradual light changes. On Detection software must be
able to generate
an alarm (visual/audio) to the operator.
The settings shall be individually configurable for each alarm and each camera,
pre -record duration. This shall allow the Camera Server to capture video
xii. prior to the alarm/event, as well as after the alarm/ event. Shall be selectable
from a list
of values ranging between 0 seconds and 5 minutes.
Data storage should be at a central location in the airport. The Capacity of
storage should be for the period of continuo us 30 days or more. For every 30
xiii. disks one spare disk needs to be configured over and above required capacity.
The storage
system should follow FIFO on recording.
The software shall support web based user connecting via the
xiv.
Internet/Intranet and mobile OS (Android, iOS).
The software shall support a built -in Hardware or Software Watchdog
module. Watchdog shall monitor operation of all services and
xv.
automatically restart them if they are
malfunctioning.
The software should be able to receive alarm signal of the camera and
xvi. should be able to send relay out signal through
the camera.
The software shall provide a facility for any alarm input
xvii
initiating any action in the SVMS system.
The software should provide a reporting utility for tracking but not limited
xvii to the following options. Video and images
shall be stored with reports for documenting events.
a) Alarms, Incidents, Operator logs, Service requests
b) The SMS/Email Alert shall be generated in response to alarms triggered in
SVMS software and sends out email
alerts to a preconfigured list of recipients.
c) It shall be possible to export the settings of various entities within
the SVMS i.e. Archive, Directory,
cameras etc. It shall be possible to print these reports

36
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

d) It shall be possible to get reports on past events by querying the audit


databases. It shall allow the search by User Logon, Entity Configuration,
Incident, Alarm,
Application Failure, and Equipment Failure.
e) It shall allow passage of specific alarms to specified users
rather than sending all alarms to every user
USER FACILITIES COVERED IN APPLICATION SOFTWARE
The user shall consist of Administrator Tool application, a
i. Monitoring application, and an Archive Player application.

The client shall perform the following applications simultaneously


ii. without interfering with any of the Archive
Server operations (Recording, Alarms, etc.):
a. Live display of cameras
b. Control of PTZ cameras
c. Playback of archived video
d. Retrieval of archived video
e. Instant Replay of live video
f. Configuration of system settings
The user applications shall provide an authentication
iii.
mechanism, which verifies the validity of the user.
The user shall be able to define bookmarks, the amount of time he wishes
iv. to go back from a predefined list or through a
custom setup period.
The user shall be allowed to add bookmarks to recorded clips
v.
of video.
The user shall be able to choose and trigger an action from a
vi.
list of available actions included but are not limited to:
i. View camera in a video tile
ii. View Map or procedure in video tile
iii. Starting/ stopping PTZ pattern
iv. Go to PTZ preset
v. Sending alert massages
The user shall be capable to display all camera sequences
vii.
created in the system.
The user shall be allowed for unlimited cameras sequences, which can be run
viii. independently of each other on either of the
monitor tiles.
The user shall be able to drag and drop a camera from a tree
ix.
of available cameras into any video tile for live viewing.
The user shall support digital zoom on a fixed/ PTZ camera’s
x.
live and recorded video streams.
The user shall be able to control pan -tilt-zoom, focus and
xi.
dome relays.

37
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

The user shall be allowed to access the PTZ configuration


xii.
menus with no need of additional hardware.
INTEGRATION INTERFACE WITH OTHER SYSTEM:
The system shall provide an integration interface to third party systems
using well defined API SDK/ Open Database Connectivity. The API SDK for
third party (Other system manufacturers involved in this project) shall be
provided along the system without any additional cost which shall enable
them to develop the software interface with CCTV system. The software
shall have the inbuilt facility to seamlessly integrate to industry standards
fire alarm system & Building Management System (BMS) system with/without
any SDK.

Item No‐15 (25 Dia MS Conduit )


S. No. Feature Compliance (Y/N)
i. Dia : 25 MM MS Conduit 16 SWG Industrial Grade

Item No‐16 ( OFC 6 Core )


S. No. Feature Compliance (Y/N)
Optic Fibre 6 core, Outdoor, Loose Tube Electrolytic Chromium Coated Steel
i.
(ECCS) Armoured, SMF, 9/125 micron, 1000 Mbps
ii. Core Diameter @ 1310 nm : 9±0.6 micro meter
Cladding Diameter : 125±1.0 micro meter
Max. Attenuation (Cables with fibres) At 1310 nm : 0.36 dB/km At 1550 nm :
iii.
0.25 dB/km
iv. Secondary Buffer Material : Gel filled Loose Tube
v. Min. Bend Radius : 20x Outer Diameter
vi. Fibre Core: Should be Silica Glass or equivalent
vii. Marking: Identification marking at regular intervals of 1 meter

Item No‐17 ( 50 MM Dia HDPE PIPE )


S. No. Feature Compliance (Y/N)
i. HDPE (High Density polyethylene)

ii. Optical Fibre Cable ducts. Smooth inside & outside surface free from blisters,
shrink, hole, scratches & roughness
Outer diameter: 50 + 0.4 / - 0.0 mm
iii. Wall Thickness: 3.5 +/- 0.2 mm
Crush Resistance: deflection shall be less than 10% with 50 kg load for 1 minute
iv.
and recovery for 5 minutes shall be less than 2%
Impact Strength: There Should be no crack or split when 10 kg load dropped
v.
from 1.5 mtr height after conditioning at 0 deg
vi. Accessories: Coupler, End Plug, Endcap shall be included
vii. Suitable for direct burial applications

38
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

Item No‐18 ( CAT6 UTP )


S. No. Feature Compliance (Y/N)
4 Pair Cable, 23 AWG Copper with integral cross‐member pair separator for
uniform characteristic impedance. Should Meets or exceed the TIA / EIA 568‐
B.2‐1 (Cat‐6 ) Standards for physical & electrical specifications. Tested to 600
MHz. UL Listed .Should be certified by independent test lab ( ETL etc. ) to meet
Cat‐6 Standards. Independently confirmed Gigabit Ethernet Zero 4 Pair Cable,
1 23 AWG Copper with integral cross‐member pair separator for uniform
characteristic impedance. Should Meets or exceed the TIA / EIA 568‐B.2‐1 (Cat‐
6 ) Standards for physical & electrical specifications. Tested to 600 MHz. UL
Listed .Should be certified by independent test lab ( ETL etc. ) to meet Cat‐6
Standards. Independently confirmed Gigabit Ethernet Zero Bit Error Rate by ETL

Item No‐19 ( Power Cable )


S. No. Feature Compliance (Y/N)
High Performance 3 Core 1.5 Sq mm multi-strand copper cable in existing
conduit /pipe on surface /recess /concealed with connectors and termination
1

Item No‐20 ( IT Passive, NETWORKING, CABLING, ETC. )


S. No. Feature Compliance (Y/N)
GENERAL FEATURES
All OFC, Ethernet cables and associated accessories shall be supplied, installed,
tested and commissioned by the bidder.

Category-6 UTP cable and associated accessories such Information Outlet,


Patch Cords, Patch Panel, Terminations, Cable Management Panel, etc. shall be
used for provision of LAN.

All Terminating connectors, line units and accessories for OF cable shall be
supplied and installed as per site requirements.
All cable incoming and outgoing from any Rack/device shall be appropriately
numbered and marked for easy identification
Networking accessories such as Jack/ Patch panel, Mounting rack, face plate,
mounting cord & connecting cables, Information outlets, modules and
connectors etc. as required for the complete network design shall be supplied
and installed by the bidder within the quoted cost.
a. OFC CONNECTORS
It shall be single mode SC/LC type with push-pull mechanism, fully in
compliance, with latest industry standards. It shall be possible for
selection of wide range of ferrule hole diameter selection.
b. OFC ADAPTORS

39
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

It shall be suitable for single mode SC/LC type fibre cable connectors which shall
be fully in compliance with latest industry standard. It shall be with snap/latch
mechanism.
c. OFC PATCH CORDS
It shall be suitable for single mode SC type fibre cable connectors with plastic
moulded plug type connectors. Standard ceramic ferrules shall be used. It shall
be compact and easy to connect.
d. PATCH CORDS
Push & pull design with latch.
Shall be wired straight through.
Bend relief compliant boots to ensure proper Cat 6 performance.
e. PATCH PANEL
a) Conform to EIA standards.
b) Have Port identification numbers on both front and rear of the panel.

a) ISO certified reputed cable manufacturer.


b) Confirm to ISI/ISO/IEC/BIS or better standards.
I c) Ensure high bandwidth, low attenuation and low losses in signal quality.
ii. Backbone Network up to Switches (L3 Switches to L2 Switches): OFC
From Switches to each node (L2 Switch to Servers, Workstation, Cameras,
iii.
Displays etc.): UTP Cat 6

Item No‐21 ( 12 Port LIU)


S. No. Feature Compliance (Y/N)
Rack Mount Type LIU fully populated with required modules, connectors,
etc. shall be supplied and installed as required. It shall be installed for
terminating the OFC cables. It shall provide minimum bending radius and the
splice trays shall function as a splice cover for pigtail splicing. It shall be of
1 complete Aluminium fully powder coated. Cable glands shall be provided for
secure anchoring the incoming cables. Rubber grommets shall be provided at
the cable entry point for tight sealing. The splice tray shall also be of Aluminium
powder coated with splice holder. Cable and spools shall be of flame retardant
type.

Item No‐22 (Media Converter)


S. No. Feature Compliance (Y/N)
2 Port fibre to copper Appropriate Media Converters shall be used along with
requisite L3/L2 Switches to meet and maintain Gigabit Ethernet
1 Communication.

Item No‐23 (fibre Patch Cord)


S. No. Feature Compliance (Y/N)

40
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

It shall be suitable for single mode LC type fibre cable connectors with plastic
moulded plug type connectors. Standard ceramic ferrules shall be used. It shall
1
be compact and easy to connect.

Item No‐24 (9 U Rack wall Mount)


S. No. Feature Compliance (Y/N)
Portable 9U WALL Mount Rack having front Transparent Toughened glass door.
The Rear door material shall be
CRCA Steel.
1 It shall consist of features- Secure locks, keyboard tray sliding & rotary, shelf For
CRT/TFT Display, Support cable entry from top or bottom, vertical & horizontal
managers, fan for heat dissipation, dust or water resistant and PDU
power strips.

Item No‐25 (GI Pole for Cameras)


S. No. Feature Compliance (Y/N)
GI Pole (Class B) of 4" dia, up to 5 Mtrs. Height from ground level with
1 accessories shall be supplied and installed for mounting of camera.
The pole shall be grouted with MS base plate of size 300 mm x 300 mm x 6 mm
2 under the ground embedded in concrete complete as per site
requirement. The pole shall have weatherproof junction box where all the
cables shall be terminated. The supply and installation of pole also covers civil
and mechanical works including painting.
3

Item No‐ 26 ( Earthing)


S. No. Feature Compliance (Y/N)

41
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

"The system shall be configured to be grounded electrically to a common


ground point to prevent interference to the system from external and
internal sources and to protect
equipment and personnel."
Earthing of the System: The contractor firm shall provide
"the Earthing to each system separately by making the
earth-pit as follows:"
"a. Supply and installation of the copper plate -
600x600x3mm"
b. GI (galvanized) pipe of 40 mm diameter is to be used
c. The earth-pit to be dug for a depth of 3.75 mts.
"d. Copper plate is to be properly fastened with nuts and bolts to the
copper wire of size 14SWG. This copper strip/copper wire is laid up to the
main distribution
1
board of the centre."
"e. The copper strip without GI pipe or thick copper wire
with GI pipe should be laid up to the Server Room."
"f. 19 mm GI pipe to be laid for watering purposes. This
will have a funnel at the top of the earth pit chamber."
"g. Minimum 70 Kg. of salt and approx. 100 Kg. of coal are to be filled in the
pit, in layers, after the plate and the
pipes are laid in the pit."
h. Measurement the earth resistance at the pit should be less than 2 Ohms.
Standard Chemical Earthing may be provided instead of above-mentioned
Conventional Earthing in case of the rocky soil at site and/ or 2 ohms
resistance is not achieved.
Contractor shall ensure proper grounding/Earthing of all system equipment,
cabinets and AC power supply outlet.

Item No‐ 27 ( Outdoor Junction Box)


S. No. Feature Compliance (Y/N)
i. Protection Class: IP -55
Size: J unction B ox must be of appropriate size to house different components
as per CCTV system design
ii.
confirming to tender specifications

Power & Earthing: The junction box shall be provided with external earthing
iii. lugs 5 socket Power termination with
MCB or More

iv. Erection: Proper/Steady fixing along with Pole

Item No‐ 28 ( Road Cutting )


S. No. Feature Compliance (Y/N)

42
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

Cutting by Hilti Machine and Make


i.
Road Cutting operational as per earlier

Item No‐ 29 ( Hard and Soft Cutting )


S. No. Feature Compliance (Y/N)
Excavation in Soft/ Hard Soil with the required depth up to 75 cm &
i. Backfilling, as per specifications:
The contractor is required to dig the earth up to 75 cm. for underground laying
of cables wherever required. The contractor shall resurface the road/earth
same as earlier, as per industry standards with sand cushioning and Brick
ii.
protection. Road Cutting with the required depth up to 40 cm & Backfilling shall
be done as per industry standards
and making good as per finish with cement & concrete.

Item No‐ 30 ( Installation )


S. No. Feature Compliance (Y/N)
Installation of CCTV system with comprehensive support, Testing,
Commissioning of the complete system with required accessories, of all CCTV
1 equipment including networking, cabling etc., configuration of individual
equipment as per specifications, training & documentation at the site.

Item No‐ 31 ( Training and Documentation )


31. TRAINING & DOCUMENTATION Compliance (Y/N)
i The bidder firm along with OEM partner firm shall provide following types of
training as detailed below:
31.1 OPERATION, MAINTENANCE AND SYSTEM ADMINISTRATION TRAINING
i On the Job operation, maintenance and system administration training of
minimum THREE trainees nominated by AAI, for three working days at site. The
training shall be designed and structured so that on successful completion of
the training the participants shall be able to perform:

ii Basics of SCCTV System.


iii System setting up and Configuration of offered system from Scratch.
Installation procedures for system hardware & software, configuration
recovery, reloading of software drivers/modules of operating system and
application software.
iv Configuration, optimization and alignment of the system with the help of the
documents and software supplied along with the equipment/system.
v Breakdown maintenance of the system.
vi Fault isolation up to Module level using diagnostic tools and general purpose
test equipment,
vii Preventive maintenance of the system.

43
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

31.2 ON THE JOB OPERATORS TRAINING


i One batch consisting of around Five Operators for THREE days at installation
site. The bidder firm shall provide appropriate training to familiarize the
operators with the operational features of the equipment so as to make
optimum use of the facility. This training shall include all topics essential for
operations including user defined configurations and controls.
ii The bidder and OEM firm shall identify the prerequisite for the trainees for each
of the training program. Appropriate training documentation shall be provided
to each trainee as reference and guidance material.
31.3 DOCUMENTATION
i TWO SETS EACH OF SOFT COPY AND HARD COPY of Operations, Technical and
Maintenance manual, etc. shall be supplied at each Airport.
ii All manuals and documents shall be in English language and in such a way that
a qualified engineer/technician is able to fully understand and do the
preventive as well as breakdown maintenance with the help of these manuals.

31.4 The Technical and Maintenance manual will cover:


i General technical description and theory of operation
ii Block diagram of complete system
iii Servicing/ Maintenance instructions including preventive maintenance schedule
iv Fault analysis and repair
v Installation procedures for software, configuration recovery, reloading of
software modules of application software.
vi Technical & operational manuals
vii Maintenance manuals
viii Maintenance and System Administrative procedures.

44
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

Annexure -1
(To be executed on Rs. 100/--Non judicial stamp paper)

AGREEMENT
For SITC and CAMC of CCTV System at NATS-Complex, IGI Airport, New Delhi
Between
Airports Authority of India, Rajiv Gandhi Bhavan, Safdarjung Airport, New Delhi-110003, (India)
And
M/s........................................................................................................................................
This agreement, entered into this ----- day of --------Month --------- Year) by and between M/s --------------
----------------------------------- Having its office at ------------------------------------------------------------------ (
hereinafter called the“ Contractor ”) and Airports Authority of India having its office at Rajiv Gandhi
Bhavan, Safdarjung Airport, New Delhi-110003, India (hereinafter called the “AAI”), the expressions
“Contractor” and “AAI” shall mean their successors, legal representatives or assigns, for SITC and
CAMC of CCTV System at NATS-Complex, IGI Airport.

WITNESSETH

Whereas, AAI invited offers for SITC and CAMC of CCTV System at NATS-Complex, IGI Airport.

WHEREAS, the Contractor has offered for SITC and CAMC of CCTV System at NATS-Complex, IGI Airport
in accordance with their price bid dated ---------------------- and AAI has accepted the offer.

NOW, therefore, in consideration and mutual covenants contained herein, the Contractor and the AAI
(hereinafter referred to as the “parties”) agree that the following documents shall be part of this
agreement: -

1. AAI Tender documents for SITC and CAMC of CCTV System at NATS-Complex, IGI Airport
including drawings supplied by AAI.
2. Tender corrigendum no--------------------
3. Bid documents submitted by the contractor dated ------------------in fulfilling the contract
requirements that includes the signed compliance.
4. Unconditional acceptance of AAI tender/Bid conditions as given by the contractor.
5. Queries raised by AAI during Technical evaluation and technical clarifications submitted by the
contractor in response thereof.
6. The price bid of the Contractor which was opened on----------- and accepted by AAI.
7. Reference of work order issued / acceptance of bidder.
8. Novation clause as per point 12.0 of Purchase Order: In the event of AAI transfers the rights to
operate and maintain the airport to a third party(s);

a) AAI shall cause to transfer/novate the contract agreement, in favour of such third
party, on the principle that such transfer/novation would release AAI of all liabilities

45
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

and obligation arising from and after the date of transfer/novation of such rights,
the Contractor, along with third party(s) shall execute necessary documentation or
pot in place necessary agreements for the aforesaid transfer/novation.

b) The Contract period between AAI and the contractor will be from up to the
completion of work (including warranty) or termination of contract or the date of
transfer of the Airport to the third party under PPP mode whichever is earlier.

For and on behalf of Contractor: For and on behalf of Chairman, AAI:

Signature Signature
Name : Name :
Designation: Designation:
Date: Date:

Witness on behalf of Contractor: Witness on behalf of AAI:

Signature Signature
Name: Name :
Designation : Designation:
Date : Date:

46
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

Annexure-2

Performance Bank Guarantee


(On Non-judicial stamp paper of Rs.100.00)

1. In consideration of the Chairman, Airports Authority of India [hereinafter called “AAI”] having
offered to accept the terms and conditions of the proposed agreement
between.................................................. And …………………………………. (here-in-after called the said
Contractor(s)”) for the works “SITC and CAMC of CCTV System at NATS-Complex, IGI Airport”
(here-in-after called “the said agreement”) vide Order no. ............................... Dated
........................, having agreed to production of irrevocable Bank Guarantee for Rs.........................
(Rupees........................................................................... only) as a security/guarantee from the
contractor(s) for compliance of his obligations in accordance with the terms and conditions in the
said agreement.

2. We .............................(indicate the name of the Bank) do hereby undertake to pay the amounts
due and payable under this Guarantee without any demure, merely on a demand from AAI stating
that the amount claimed is required to meet the recoveries due or likely to be due from the said
contractor(s). Any such demand made on the Bank shall be conclusive as regards the amount due
and payable by the Bank under this Guarantee. However, our liability under this guarantee shall
be restricted to an amount not exceeding Rs……………………. (Rupees ………………………
…………………………………….. only).

3. We, the said bank further undertake to pay to the Chairman, AAI any money so demanded
notwithstanding any dispute or disputes raised by the contractor (s) in any suit or proceeding
pending before any court or tribunal relating thereto, our liability under this present being
absolute and unequivocal.

4. The payment so made by us under this bond shall be a valid discharge of our liability for payment
there under and the contractor(s) shall have no claim against us for making such payment.
We.................................................. (indicate the name of the bank) further agree that the
guarantee herein contained shall remain in full force and effect during the period that would be
taken for the performance of the said agreement and that it shall continue to be enforceable till
all the dues of AAI under or by virtue of the said agreement have been fully paid and its claims
satisfied or discharged or till Project-in-charge on behalf of AAI certified that the terms and
conditions of the said agreement have been fully and properly carried out by the said contractor(s)
and accordingly discharges this guarantee.

5. We................................. (indicate the name of the bank) further agree with AAI that AAI shall have
the fullest liberty without our consent and without effecting in any manner our obligations
hereunder to vary any of terms and conditions of the said agreement or to extend time of
performance by the said contractor(s) from time to time or to postpone for any time or from time
to time any of the powers exercisable by AAI against the said contractor(s) and to forbear or

47
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

enforce any of the terms and conditions relating to the said agreement and we shall not be relived
from our liability by reason of any such variation, or extension being granted to the said
contractor(s) or for any forbearance, act or omission on the part of AAI or any indulgence by the
AAI to the said contractor(s) or by any such matter or thing whatsoever which under the law
relating to sureties would, but for this provision, have effect so relieving us.

This guarantee shall not be discharged due to the change in the constitution of the Bank or the
contractor(s).

6. We................................. (Indicate the name of the bank) lastly undertake not to revoke this
guarantee except with the previous consent of AAI in writing.

7. This guarantee shall be valid up to.................... Unless extended on demand by AAI.


Notwithstanding anything mentioned above, our liability against this guarantee is restricted to Rs.
.......................(Rupees .............................. ............................... only) and unless a claim in writing
is lodged with us within six months of the date of expiry or the extended date of expiry of this
guarantee all our liabilities under this guarantee shall stand discharge.

Dated the.............. (Day) of ……….............. (Month), (Year)

For................................................. (Indicate the name of bank).

48
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

Annexure-3
Advisory for Vendor and its PBG Issuing Bank Branch

1. It is to be noted that along with physical BG; AAI have also activated an online facility to view the
issued BG cover message transmitted to ICICI Bank through SFMS platform as per following details.

CORPORATE NAME: AIRPORTS AUTHORITY OF INDIA


BANK NAME: ICICI BANK
IFSC CODE: ICIC0000007
BG ADVISING MESSAGE: IFN 760COV (BG ISSUE)
IFN 767COV (BG AMENDMENT)
UNIQUE IDENTIFIER: AAIRHQNR

2. For availability of BG in this platform, it is necessary that BG issuing/amending bank send the BG
advice in the form of message format IFN 760COV (BG Issuance) / IFN 767COV BG Amendment) as
the case may be via SFMS (Structured Financial Messaging System) as provided by RBI.

3. In the event of BG issuing/amending bank not sending the message IFN 760COV/ IFN 767COV or
committing any error while capturing the details at least in the below field, BG confirmation through
online portal would not be updated.

4. Please note that the issuing bank while issuing/amending the BG, should ensure that the above
information is correctly captured in the message i.e. IFN 760COV/ IFN 767COV.

5. Please find below indicative request letter format to be sent to issuing bank for ensuring
transmission of BGs through SFMS.

6. Vendor should attach copy of the SFMS BG confirmation message sent by the BG issuing bank to
ICICI bank along with original PBG.

7. PBG should be signed by bank official with Name, Designation and employee code.

49
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

Annexure-4

Request Letter: Transmission of Bank Guarantee Cover Message to be submitted by


applicant to BG Issuing bank

Date:____________

The Manager,
(Bank),

(Branch)

Sub: Inclusion of unique identifier code of AAI while transmitting BG cover messages where
beneficiary bank is ICICI Bank (IFSC-ICIC0000007)

Dear Sir/Ma’am,

I/We,_______________________ , request you to include unique identifier ‘AAIRHQNR’ in field 7037 of


the SFMS cover messages IFN COV 760 (for BG issuance) and IFN COV 767 (for BG amendment) while
transmitting the same to the beneficiary bank (ICICI Bank-IFSC- ICIC0000007).

Thanking You,

(Vendor)

50
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

Annexure-5
PROFORMA OF LETTER FOR e-PAYMENT
To,
The General Manager (CNS)-NR
Airports Authority of India,
Regional Headquarters, Northern Region
Gurugram Road, New Delhi-110037

Sir,
Following particulars are given for effecting E-payment in respect of our claim / Bill.
1 Name of Company
2 Company Address
3 City
4 Postal Code
5 Telephone No.
6 Fax no
7 Mobile No
8 Email-Id
9 PAN Number of the Company
10 Company Bank A/c Number
11 Account Holder Name
12 IFSC
13 Name of Bank / Branch
14 Branch Code
15 Bank Address
16 City
We also enclose herewith a cheque duly cancelled of our bank A/c.

Thanking You,
Yours Faithfully,

(Authorized Signatory)
With official rubber stamp

Note: Any erroneous information may lead to harmful transaction for which either AAI or the Bank will
not be liable / responsible.

51
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

Annexure-6

TO BE GIVEN IN CONTRACTOR’S LETTER HEAD

GST UNDERTAKING

This is regarding the work: SITC and CAMC of CCTV System at NATS-Complex,
IGI Airport.

I Mr./Mrs. ________________________ proprietor/partner/Director of M/s. ________________ do


hereby undertake:

1. That, my/our concern is registered under GST and compliance of GST provision.

2. That, In case of noncompliance of GST provisions and blockage of any input credit, I/our
concern shall be responsible to indemnify AAI.

3. That, all input credits have been passed on to AAI by me/our concern.

(Signature of the Contractor with seal)


Date: _________________________
Place: ________________________

Name& Signature of Contractor / Firm


(With official rubber stamp)
Date:__________________

Page 52
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

Annexure-7

UNDERTAKING REGARDING DEBARMENT / BLACK LISTING


(To be submitted on Company’s letter head)
Name of work: SITC and CAMC of CCTV System at NATS-Complex, IGI Airport.

I/We ………………………………………….…………… (name and post of authorized signatory) on behalf of


………………………………………………(Name of firm) do here by solemnly affirm and declare as follows:
i) Our firm is not restrained/ debarred/ blacklisted by AAI or Central / State Govt.
Depts./PSUs/World Bank/ADB etc. and the debarment is not in force as on last date of
submission of proposal.

ii) None of Proprietor /Partners /Board Members / Directors of M/s…………………………. (Name of


firm) has remained Proprietor /Partner /Board Member /Director in any firm which stands
debarred /blacklisted by AAI or Central /State Govt. Depts. /PSUs /World Bank /ADB etc. and
the debarment is not in force as on last date of submission of proposal.

iii) Our firm understands that at any stage, if above statements are found to be false, our firm
shall be liable for debarment from bidding in AAI, apart from any other appropriate
contractual legal action including debarment/ blacklisting, termination of the contract etc. as
deemed fit.

Date:
[Signature and name of the
Authorized signatory of the firm]
With official rubber stamp
Place:

Page 53
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

Annexure-8

Self-Certification for Local Content under Preference to


“Make In India” Policy

In line with Government Public Procurement Order No. P-45021/2/2017-BE-II dt. 15.06.2017 and No.
: P45021/2/2017-PP (BE-II) dt. 04.06.2020 as amended from time to time along with
clarifications/amendments and other references as issued from time to time, we hereby certify that
we, M/s_______________________________________________ (supplier name) are supplier
meeting the requirement of Minimum Local content as per below declaration.
1. That the goods/services/works supplied by me against Tender/Bid No: ___________ for
‘SITC and CAMC of CCTV System at NATS-Complex, IGI Airport’ meets the
‘Minimum Local Content as Class-I / Class-II Local supplier (tick appropriate option) ‘as
defined in the PPP-MII order & the overall Local Content is __________%.
Class-I Supplier (50%) or Class-II Supplier (20%) or Non-Local Supplier (Less than 20%)
2. The cost of transportation, insurance, installation, commissioning, training and after sales
service support like AMC/CMC etc. will not be taken into account for calculating local content
in any item. Refer DPIIT OM No.P-45021/102/2019-BE-II-Part(1) (E-50310) dated 04.03.2021 ,
available on DPIIT Website.
3. The formula for calculating the overall Local Content in case of multiple items (say “X1”, “X2”
and “X3”) is given below:
Local content = ((Sale price of “X1” - Value of imported content in “X1”) + (Sale price of
“X2” - Value of imported content in “X2”) + (Sale price of “X3” - Value of imported content
in “X3”)) * 100/ (Sale price of “X1” + Sale price of “X2” + Sale price of “X3”)

4. That the value addition for the purpose of meeting the ‘Minimum Local Content ‘ has been
made at following locations: -

S. Item Description Location at


No which value
addition has
been made *
SITC of 2 Megapixel Outdoor / Indoor Colour Dome PTZ Camera
complete with camera mount and all accessories, outdoor
weather-proof housing (IP 66), etc. as per specifications.
1.
SITC of 2 Megapixel Varifocal Outdoor Fixed IR Colour Box /Bullet
Camera with lens 5-50mm complete with camera mount and all
accessories Weather-proof housing (IP66) etc. as /Bullet Camera
with lens 5-50mm complete with camera mount and all
accessories Weather-proof housing (IP66) etc. as per
specifications.
2.

Page 54
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

SITC of 2 Megapixel Varifocal Indoor Colour Dome


Camera complete with camera mount and all accessories, indoor
housing (IP54), etc. as per specifications.
3.
SITC of L2 Switch (24 Nos. of 10/100/1000 Mbps PoE Copper Ports
and 4 Nos. of 10Gbps SFP ports fully populated with required
modules) With Redundant Power Supply populated from Day 1
4.
SITC of L2 Switch (8 Nos. of 10/100/1000 Mbps PoE Copper Ports
and 2 Nos. of 10Gbps SFP ports fully populated with required
5. modules).
SITC of 49" Displays (For Video wall) complete with
wall/ceiling/floor mounting arrangement as per specifications and
6. preferred makes.
SITC of Workstation (Client PC type A) including Operating system
and Anti-virus with Keyboard, Optical Scroll Mouse and all
7. accessories, etc. complete as per specifications.
8. SITC of Console for Control room Complete as per specifications.
SITC of Rack Mountable Camera recording Server including original
Operating system Loaded with 32 Chanel VMS Software including
required video analytics to record data up to 30 days complete
9. with all accessories as per specifications N+1 failover.
SITC of Network Time Protocol (NTP) Server with accessories as per
10. specifications and preferred makes.
SITC of 5 KVA Online UPS in redundant configuration (Qty.: 2x5
KVA) with SMF batteries, 30 backup with each UPS, as per
11. specifications. Minute of battery.
SITC of Surveillance CCTV 19" Equipment Rack (28 U) including
Patch Panel, Cable Manager, accessories, etc. complete as per
12. specifications.
13. Supply of Power distribution panel as per specification.
Supply of Speed Dome Controller Joystick complete as per
14. specification.
Supply and laying of 25 mm dia, 16 SWG MS Conduit (ISI Marked)
with all bends, Tees & other accessories as required and as per
15. specifications.
Supply and laying of Optic Fibre Communication Outdoor cable (6
core, SMF, 9/125 µm, 1000 Mbps) in existing pipe on surface/
recess/ concealed, with connectors/ adaptors, termination etc.
16. required as per specifications.
17. Supply of 50 mm dia HDPE pipe PN6 as per specifications.
Supply and laying of CAT-6 UTP data cable in existing conduit/pipe
on surface/recess/concealed, with connectors, termination etc.
18. required as per specifications.
Supply and laying of 3 core 1.5 sq mm multi- strand armoured
insulated PVC sheathed copper conductor power cable in existing
conduit/pipe on surface/recess/ concealed including all
19. accessories, termination, etc. as per specifications.

Page 55
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

Supply and installation of RJ- 45 IO Faceplate with Gang box/ Back


box with standard length of patch cable, as per site requirement
20. and specifications.
Supply of 12 port Light guide Interconnect Unit (LIU) fully
populated with modules/ adapters as per site
21. requirement and specifications.
Supply of 2 port Fibre to Copper Media Converter complete with
mounting accessories Weather proof housing IP66 and connectors
22. etc as per specifications.
23. Supply of 1mtr LC to LC Fibre Patch cord Cable.
Supply and installation of Indoor 9U 600/600 Networking Rack wall
mount as per tender specification with all accessories required on
24. site.
Supply of 4 inch dia up to 5 to 6 metres height GI Pole(Class B) with
25. accessories for mounting of camera as per specifications
26. Earthing with copper plates as per specifications
Supply and installation of Outdoor Junction Box for outdoor
27. cameras connectivity as per tender specification.
Road cutting with the required depth up to 40cm & backfilling as
28. per specifications.
Hard and Soft soil digging with the required depth of 75 cms and
29. Resurfacing.
Installation, Testing, Commissioning of the complete system with
required accessories, of all CCTV equipment including networking,
cabling etc., configuration of individual equipment as per
30. specifications, training & documentation at the site.
31. Training & Documentation
32. 1st Year of CAMC
33. 2nd Year of CAMC
34. 3rd Year of CAMC
35. 4th Year of CAMC
36. 5th Year of CAMC
*If there is no value addition write “NIL” in the Location column, do not leave the column blank.

We also understand, false declarations will be in breach of the Code of Integrity under Rule
175(1)(i)(h) of the General Financial Rules 2017 for which a bidder or its successors can be debarred
for up two years as per Rule 151 (iii) of the General Financial Rules 2017 along with such other
actions as may be permissible under law.

(Seal and Signature of Authorized Signatory)

Page 56
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

Annexure-9

CHECKLIST
(Format to be filled and submitted by the bidder along with the technical bid, otherwise, the bidder
will not be qualified)

Name of work: SITC and CAMC of CCTV System at NATS-Complex, IGI Airport.

S.No. Details of the Bidder


Name:

Address:
1
Contact No:
email ID:
Contact person:
Qualifying Criteria Remarks on Uploaded documents
The technical bid document shall contain scanned copy of the following documents
EMD to be paid through Internet
Banking or Bank Guarantee (BG) or
2 EMD (If applicable)
DD. Scanned copy uploaded.
YES / NO
Signed scanned copy of GST
3 GST Undertaking (Annexure-6) Undertaking uploaded
YES/NO
Signed scanned copy of
Undertaking regarding blacklisting/ debarring of the firm
4 Undertaking uploaded
(Annexure-7)
YES/NO
Experience (If Applicable)
Work completion Certificate from clients having Copy of completion certificate
satisfactorily completed One work of Rs.47,84,540/- OR Uploaded
5
Two Works of Rs.29,90,337/- OR Three works of Rs.
23,92,270/- of similar nature of work during last seven YES / NO
years ending on 31.03.2022.
Whether experience from
6 Private clients? YES / NO

Scanned TDS Certificates of


Stipulated value of works from
clients along with a certificate issued
If private client, then
7 by a registered Chartered
Accountant with UDIN.
Copy uploaded
YES / NO
8 Turnover (If Applicable): TURNOVER:

Page 57
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

(Annualized average financial turnover equivalent to Balance Sheet and Profit & Loss
Indian Rs. 18 Lakh during the last three financial years Statement (with UDIN of CA)
ending on 31.03.2022), Balance Sheet and Profit & Loss YES / NO

Percentage of Local Content in the offered products


under Preference to Signed scanned copy Uploaded
9
“Make In India” Policy (Annexure-8) YES / NO

Signed scanned copy Uploaded


10 Valid OEM Authorization Letter
YES / NO
Uploaded
11 Technical Literature & Brochures of the offered product
YES / NO
Uploaded
12 UDYAM Registration Certificate (If MSE)
YES / NO
Signed scanned copy uploaded
13 Acceptance letter (Annexure-11)
YES/NO

DECLARATION

I/We, (__________________________________________) hereby declare that the documents


submitted/enclosed for the Bid are true to the best of my/our knowledge and belief. I/We further
undertake that in case any of the documents submitted by me/us, is found to be forged/false at
any stage, I/We may be debarred from AAI for taking participation in all future AAI works& any
other suitable action may be taken against me/us as deemed fit by AAI.

Place:
Date:

Signature
Authorized Signatory of the Contractor/Firm

Note: If any of the supporting documents is submitted in any language other than English, a self-
attested English Version shall be submitted along with the respective document.

Annexure-10

Page 58
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

SCHEDULED BILL OF MATERIAL

S. Item Description Unit of Quantity


No Measure
SITC of 2 Megapixel Outdoor / Indoor Colour Dome PTZ 4
Camera complete with camera mount and all accessories,
outdoor weather-proof housing (IP 66), etc. as per Nos
1. specifications.
SITC of 2 Megapixel Varifocal Outdoor Fixed IR Colour Box Nos 2
/Bullet Camera with lens 5-50mm complete with camera
mount and all accessories Weather-proof housing (IP66) etc.
as /Bullet Camera with lens 5-50mm complete with camera
mount and all accessories Weather-proof housing (IP66) etc.
2. as per specifications.
SITC of 2 Megapixel Varifocal Indoor Colour Dome Nos 23
Camera complete with camera mount and all accessories,
3. indoor housing (IP54), etc. as per specifications.
SITC of L2 Switch (24 Nos. of 10/100/1000 Mbps PoE Copper Nos 2
Ports and 4 Nos. of 10Gbps SFP ports fully populated with
required modules) With Redundant Power Supply populated
4. from Day 1.
SITC of L2 Switch (8 Nos. of 10/100/1000 Mbps PoE Copper Nos 5
Ports and 2 Nos. of 10Gbps SFP ports fully populated with
5. required modules).
SITC of 49" Displays (For Video wall) complete with Nos 2
wall/ceiling/floor mounting arrangement as per specifications
6. and preferred makes.
SITC of Workstation (Client PC type A) including Operating Nos 1
system and Anti-virus with Keyboard, Optical Scroll Mouse and
7. all accessories, etc. complete as per specifications.
SITC of Console for Control room Complete as per Nos 1
8. specifications.
SITC of Rack Mountable Camera recording Server including Nos 2
original Operating system Loaded with 32 Chanel VMS
Software including required video analytics to record data up
to 30 days complete with all accessories as per specifications
9. N+1 failover.
SITC of Network Time Protocol (NTP) Server with accessories Nos 1
10. as per specifications and preferred makes.
SITC of 5 KVA Online UPS in redundant configuration (Qty.: 2x5 1
KVA) with SMF batteries, 30 backup with each UPS, as per Set
11. specifications.
SITC of Surveillance CCTV 19" Equipment Rack (28 U) including 1
Patch Panel, Cable Manager, accessories, etc. complete as per Nos
12. specifications.
Lot 1
13. Supply of Power distribution panel as per specification.
Supply of Speed Dome Controller Joystick complete as per Nos 1
14. specification.

Page 59
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

Supply and laying of 25 mm dia, 16 SWG MS Conduit (ISI Mtr 1080


Marked) with all bends, Tees & other accessories as required
15. and as per specifications.
Supply and laying of Optic Fibre Communication Outdoor Mtr 500
cable (6 core, SMF, 9/125 µm, 1000 Mbps) in existing pipe on
surface/ recess/ concealed, with connectors/ adaptors,
16. termination etc. required as per specifications.
17. Supply of 50 mm dia HDPE pipe PN6 as per specifications. Mtr 300
Supply and laying of CAT-6 UTP data cable in existing Mtr 1100
conduit/pipe on surface/recess/concealed, with connectors,
18. termination etc. required as per specifications.
Supply and laying of 3 core 1.5 sq mm multi- strand armoured Mtr 400
insulated PVC sheathed copper conductor power cable in
existing conduit/pipe on surface/recess/ concealed including
19. all accessories, termination, etc. as per specifications.
Supply and installation of RJ- 45 IO Faceplate with Gang box/ Nos 27
Back box with standard length of patch cable, as per site
20. requirement and specifications.
Supply of 12 port Light guide Interconnect Unit (LIU) fully Nos 4
populated with modules/ adapters as per site
21. requirement and specifications.
Supply of 2 port Fibre to Copper Media Converter complete Nos 6
with mounting accessories Weather proof housing IP66 and
22. connectors etc as per specifications.
23. Supply of 1mtr LC to LC Fibre Patch cord Cable. Nos 12
Supply and installation of Indoor 9U 600/600 Networking Rack Nos 5
wall mount as per tender specification with all accessories
24. required on site.
Supply of 4 inch dia up to 5 to 6 metres height GI Pole(Class B) Nos 4
25. with accessories for mounting of camera as per specifications
26. Earthing with copper plates as per specifications Nos 1
Supply and installation of Outdoor Junction Box for outdoor Nos 6
27. cameras connectivity as per tender specification.
Road cutting with the required depth up to 40cm & backfilling Mtr 40
28. as per specifications.
Hard and Soft soil digging with the required depth of 75 cms Mtr 300
29. and Resurfacing.
Installation, Testing, Commissioning of the complete system Job 1
with required accessories, of all CCTV equipment including
networking, cabling etc., configuration of individual
equipment as per specifications, training & documentation at
30. the site.
31. Training & Documentation Job 1
32. 1st Year of CAMC Nos 1
33. 2nd Year of CAMC Nos 1
34. 3rd Year of CAMC Nos 1
35. 4th Year of CAMC Nos 1
36. 5th Year of CAMC Nos 1

Page 60
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

Annexure-11

ACCEPTANCE LETTER
To
The General Manager (CNS)-NR,
Airports Authority of India,
Regional Headquarters, Northern Region
Gurugram Road, New Delhi-110037
Sub: Submission of E-Bid for “SITC and CAMC of CCTV System at NATS-Complex, IGI Airport”
Sir,

Having examined the conditions of contract and specifications including addenda, I/we, the
undersigned, offer to undertake SITC and CAMC of CCTV System at NATS complex, IGI Airport in
conformity with the specifications, terms & conditions of Tender.

i. I/We agree to abide by the terms and provisions of the said conditions of the contract and
provisions contained in the notice inviting tender. I/We hereby unconditionally accept(s) the
tender conditions of AAI’s bid documents in its entirety for the above work. It is certified that
I/we have not stipulated any condition(s) in our bid offer. In case any condition(s) are found
in our bid offer violated after opening tender, I/We agree that the bid shall be rejected and
AAI shall without prejudice to any other right or remedy be at liberty to forfeit the EMD
absolutely.

ii. I/We hereby submit the earnest money of [Rs…………..……….……] for the bid for the above-
mentioned work in the form of Internet banking/NEFT.

iii. That, I/We declare that I/we have not paid and shall not pay any bribe to any officer of AAI for
awarding this contract at any stage during its execution or at the time of payment of bills, and
further if any officer of AAI asks for bribe/gratification, I shall immediately report it to the
Appropriate Authority in AAI.

iv. That, I/We undertake that AAI’s bid document shall form part of contract agreement.

We understand that you are not bound to accept the lowest or any bid, you shall receive.

Thanking you

Yours faithfully
Dated:
Signature of Bidder
Name: ………………………….
Telephone: ………………………
Email/Stamp………………
Witness…...................
Signature....................

Page 61
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

Address......................

Annexure-12
Bank Guarantee Format for EMD
(To be submitted when the form of EMD submission is BG)

(On Non-judicial stamp paper of Rs.100.00)

Bank Guarantee

Airports Authority of India,


CHQ, Rajiv Gandhi Bhavan,
Safdarjung Airport,
New Delhi 110 003,
INDIA

Dear Sir,

We _______________________ (full name of the banker) having our registered Office at


(Address of Bank’s registered Office) hereby refer to the tender No. for SITC and
CAMC of CCTV System at NATS-Complex, IGI Airport issued by the Airports Authority of India as
purchaser.
M/s _______________________________________________ (fill in the name of bidder) has
Approached the bank for providing a Bank Guarantee for EMD for participation in said tender.

Under the terms of said tender, the Bidder is required to provide a bank guarantee in a form
Acceptable to the purchaser for the amount of Rs (amount in figures)(Rupees
) on account of EMD.

We_______________ (Name of Bank) hereby give this Bank Guarantee


No._________________date_______ for an amount of Rs. _____________ (amount in figures)
(Rupees_________________) on account of EMD.

Upon default of the tender, we, _________________________________________________ (Name


of
the bank), do hereby agree unequivocally and unconditionally to pay immediately on demand in
writing from the Airports Authority of India or any Officer authorized by it on its behalf any amount
not exceeding Rs. ________________________ (amount of EMD) (Rupees _________________
) (in words) to the Airports Authority of
India on behalf of the Bidder.

Page 62
SITC & CAMC of SCCTV System For NATS Complex-IGI Airport

The determination of the fact of breach and the amount of damages sustained and or liability under
the guarantee shall be in the sole discretion of the purchaser whose decision shall be conclusive and
binding on the guarantor.

This bank guarantee is confirmed and irrevocable and shall remain in effect until
__________________ (the validity shall be six months from the date of opening of Tender) and such
extended periods which may be mutually agreed to. We hereby expressly waive notice of any said
extension of the time for performance and alteration or change in any of the term and conditions of
the said tender.

Truly yours,

______________________________________

(Authorized Signatory of the Bank)

Page 63

You might also like