}

Selection Of System Integrator For Tsccc And Atcs Implementation Of Intelligent Traffic Management System Adaptive Traffic Control System And City Surveillance System On Various Junctions Including Setting Up A Traffic And Safety Command Control Centre, thiruvanthapuram-Kerala

Smart City Thiruvananthapuram Limited has published Selection Of System Integrator For Tsccc And Atcs Implementation Of Intelligent Traffic Management System Adaptive Traffic Control System And City Surveillance System On Various Junctions Including Setting Up A Traffic And Safety Command Control Centre. Submission Date for this Tender is 21-05-2020. CCTV System Tenders in thiruvanthapuram Kerala. Bidders can get complete Tender details and download the document.




Tender Notice

22947946
Corrigendum : Selection Of System Integrator For Tsccc And Atcs Implementation Of Intelligent Traffic Management System Adaptive Traffic Control System And City Surveillance System On Various Junctions Including Setting Up A Traffic And Safety Command Control Centre
Open Tender
Global
Kerala
thiruvanthapuram
21-05-2020

Tender Details

Selection Of System Integrator For Tsccc And Atcs Implementation Of Intelligent Traffic Management System Adaptive Traffic Control System And City Surveillance System On Various Junctions Including Setting Up A Traffic And Safety Command Control Centre

Corrigendum Details

Sr No CorrigendumDate Corrignedum CorrigendumType NewSubmissionDate
1 31-Jan-2020 Date Extended Date 14-02-2020
2 07-Mar-2020 Bid Submission last date extension Date 27-03-2020
3 27-Mar-2020 Bid Submission last date extension corrigendum Date 25-04-2020
4 21-Apr-2020 Date Corrigendum 12 Date 07-05-2020
5 21-Apr-2020 Date Corrigendum 12 Date 07-05-2020
6 07-May-2020 Bid submission date extension Date 21-05-2020
7 07-May-2020 Bid submission date extension Date 21-05-2020
8 07-May-2020 Bid submission date extension Date 21-05-2020

Key Value

Document Fees
INR 15000 /-
EMD
INR 15000000.0 /-
Tender Value
INR 59.01 Crore /-

BOQ Items

Name of Work: Adaptive Traffic Control System
Sl. No. Item Description Item Code / Make Quantity Units
1 1 CIVIL WORKS Item No 1
2 1.01 Earth work in excavation by mechanical means (Hydraulic excavator) /manual means in foundation trenches or drains (not exceeding 1.5 m in width or 10 sqm on plan), including dressing of sides and ramming of bottoms, lift up to 1.5 m, including getting out the excavated soil and disposal of surplus excavated soil as directed, within a lead of 50 m.All kinds of soil Item No 2 1733.43 Cum
3 1.02 Filling available excavated earth (excluding rock) in trenches, plinth, sides of foundation etc. in layers not exceeding 20 cm in depth, consolidating each deposited layer by ramming and watering, lead up to 50 m and lift up to 1.5 m. Item No 3 1225.52 Cum
4 1.03 Disposal of excavated earth by mechanical transport including loading, transporting, unloading to approved municipal dumping ground for lead upto 10 km for all lifts, complete as per directions of Engineer-in-charge. Note - item to be applicable in urban areas having directions for restricted hours formovement/ plying of load carrying motor vehicle of 3.5 cum or more. Item No 4 507.916 Cum
5 1.04 Providing and laying in position cement concrete of specified grade excluding the cost of centering and shuttering - All work up to plinth level:1:4:8 (1 cement : 4 coarse sand : 8 graded stone aggregate 40 nominal size) Item No 5 78.9 Cum
6 1.05 Providing and laying in position machine batched and machine mixed design mix M-25 grade cement concrete for reinforced cement concrete work, using cement content as per approved design mix, including pumping of concrete to site of laying but excluding the cost of centering, shuttering, finishing and reinforcement, including admixtures in recommended proportions as per IS: 9103 to accelerate, retard setting of concrete, improve workability without impairing strength and durability as per direction of Engineer - in-charge. Note:- Cement content considered in this item is @ 330 kg/ cum. Excess or less cement used as per design mix is payable or recoverable separately.All work upto plinth level Item No 6 429.019 Cum
7 1.06 Centering and shuttering including strutting, etc. and removal of form for:Foundations, footings, bases of columns, etc for mass concrete Item No 7 1246.62 Sqm
8 1.07 Steel reinforcement for R.C.C work including straightening, cutting, bending, placing in position and binding all complete upto plinth levelThermo - Mechanically Treated bars of grade Fe-500D or more Item No 8 38611.7 Kg
9 1.08 Finishing with Epoxy paint (two or more coats) at all locations prepared and applied as per manufacturer's specifications including appropriate priming coat, preparation of surface, etc. complete.On steel work Item No 9 773.623 Sqm
10 1.09 Providing and laying 60 mm thick factory made cement concrete interlocking paver block of M - 30 grade made by block making machine with strong vibratory compaction, of approved size, design & shape, laid in required colour and pattern over and including 50 mm thick compacted bed of coarse sand, filling the joints with fine sand etc. all complete as per the direction of Engineer-in-charge. Item No 10 1200 Sqm
11 1.1 Laying old cement concrete interlocking paver blocks of any design/ shape laid in required line, level, curvature, colour and pattern over and including 50 mm thick compacted bed of coarse sand, filling the joints with fine sand etc. all complete as per the direction of Engineer-in-charge. (Old CC paver blocks shall be supplied by the department free of cost.) Item No 11 1200 Sqm
12 1.11 Taking out existing CC interlocking paver blocks from footpath/ central verge, including removal of rubbish etc., disposal of unserviceable material to the dumping ground, for which payment shall be made separately and stacking of serviceable material within 50 metre lead as per direction of Engineer-inCharge. Item No 12 2400 Sqm
13 1.12 Disposal of moorum/building rubbish/ malba/ similar unserviceable, dismantled or waste material by mechanical transport including loading, transporting, unloading to approved municipal dumping ground for lead upto 10 km for all lifts, complete as per directions of Engineer-in-charge. Note item to be applicable in urban areas having directions for restricted hours for movement/ plying of load carrying motor vehicle of 3.5 cum or more. Item No 13 120 Cum
14 1.13 Supply and installation of Galvanized 'T' shape Cantilever Pole of height 7.5m,3m Arm for ACTS including all necessary fittings, etc.complete, as per the drawing and direction of Engineer-in-charge Item No 14 113 Each
15 1.14 Supply and installation of Galvanized 'I' shape Standard Pole of height 6m for ACTS including all necessary fittings, etc.complete, as per the drawing and direction of Engineer-in-charge Item No 15 150 Each
16 1.15 Structural steel work riveted, bolted or welded in built up sections, trusses and framed work, including cutting, hoisting, fixing in position and applying a priming coat of approved steel primer all complete. Item No 16 825.82 Kg
17 1.16 Providing of 40mm PLB HDPE Ducts with solid permanently solidly lubricated Silicore in inner layer for ICT fibre cables conforming to ASTMF 2160, ASTM D 2444 and /or equivalent Indian standard. The outer layer shall be in Color approved by Engineer-in-Charge and shall be free from visual defects like blisters, shrink holes, flaking, scratches, groove lines & surface roughness, middle layer shall be translucent, And the inner layer shall be having permanently lubricated lining of Sili-core. The inner surface of the ducts shall be straight spirally ribbed & shall be of a configuration for faster installation of cables. Wall thickness(mm) of each of the ducts Excluding rib height shall be 2.9mm±0.3mm. couplers every 500 meter for duct jointing shall be provided. The coupler shall be used to join two HDPE pipes. It should either snap fit or Split type. The jointing shall meet the air pressure test of 15 Kg/cm2 for a minimum period of 2 hours. 2 End Plugs every 4 meters of pipe length shall be provided. End Plugs shall be used to seal the end of ducts so as to prevent any ingress of water/dirt etc. testing and commissioning. The rate is inclusive of required specials and fittings wherever necessary. ISO Requirements- ISO 9001, 14001, 18001 as per design drawing technical specifications and directions of Engineer in charge. Item No 17 5130 Metre
18 1.17 Micro Trenching by Groove cutting required for Power and Communication supply,including excavation for sockets, and dressing of sides, ramming of bottoms, depth up to 320 mm and 150 mm width, including getting out the excavated soil. and then returning the soil as required, in layers not exceeding 20 cm in depth, including consolidating each deposited layer by ramming, watering and finishing matching to the existing road surface etc. and disposing of surplus excavated soil as directed, within a lead of 50 m. All kinds of soil Item No 18 1710 Metre
19 2 Adaptive Traffic Control Systems Item No 19
20 2.01 Traffic Signal Controller (As per technical specifications mentioned in RFP document) Item No 20 57 Nos
21 2.02 Vehicle Actuated Detector/Detection System (As per technical specifications mentioned in RFP document) Item No 21 217 Nos
22 2.03 Vehicular Countdown timer with 3 Digit Dual Colour (As per technical specifications mentioned in RFP document) Item No 22 39 Nos
23 2.04 Traffic Light Aspects - RED -300 dia Red Lamp with round retrofit (As per technical specifications mentioned in RFP document) Item No 23 82 Nos
24 2.05 Traffic Light Aspects - Green-300 dia left Green lamp with round retrofit (As per technical specifications mentioned in RFP document) Item No 24 78 Nos
25 2.06 Traffic Light Aspects -Green-300 dia Green straight lamp with round retrofit (As per technical specifications mentioned in RFP document) Item No 25 78 Nos
26 2.07 Traffic Light Aspects - AMBER-Green-300 dia Amber lamp with round retrofit (As per technical specifications mentioned in RFP document) Item No 26 82 Nos
27 2.08 Pedestrian countdown timer with 2 Digit dual camera (As per technical specifications mentioned in RFP document) Item No 27 127 Nos
28 2.09 300 mm dia red lamp with round retrofit for stop man (As per technical specifications mentioned in RFP document) Item No 28 127 Nos
29 2.1 300 mm dia green lamp with round retrofit for walk man (As per technical specifications mentioned in RFP document) Item No 29 127 Nos
30 2.11 Electricity requirement -power supply unit Item No 30 57 Nos
31 2.12 Cu-3 Core, 2.5 sqmm Armoured Cable (As per technical specifications mentioned in RFP document) Item No 31 1530 Mtrs
32 2.13 Cu-8 Core, 1.5 Sqmm Armoured Cable (As per technical specifications mentioned in RFP document) Item No 32 6120 Mtrs
33 2.14 Cu-16 Core, 1.5 Sqmm Armoured Cable (As per technical specifications mentioned in RFP document) Item No 33 6120 Mtrs
34 2.15 Testing and commissioning for 57 junction (As per market rate) Item No 34 57 Nos
35 2.16 Junction Box / Cabinets (As per technical specifications mentioned in RFP document) Item No 35 57 Nos
36 2.17 UPS with Battery (800 VA) (As per market rate enclosed in DPR) Item No 36 57 Nos
37 2.18 8 Port Industrial grade Ethernet Switch (Access Switches) as per specifications Item No 37 57 Nos
38 2.19 Server /ICCC/TSCCC access (As per technical specifications mentioned in RFP document) Item No 38 2 Nos
39 2.2 ATCS Software (As per technical specifications mentioned in RFP document) Item No 39 1 Nos
40 2.21 Solar Panel (1000 Watt) (As per technical specifications mentioned in RFP document) Item No 40 25 Nos
41 3 Traffic Management and Surveillance System Item No 58
42 3.01 Supply, Installation, Testing and Commissioning of e-challan facility with all the necessary accessories to complete the work Item No 59 1 Set
43 3.02 Supply, Installation, Testing and Commissioning of Red Light Violation Detection (RLVD) with ANPR and Preloaded (Embedded) Software in Local Processing Unit with licenses for designed number of cameras as required Item No 60 1 Set
44 3.03 Supply, Installation, Testing and Commissioning of Speed Violation detection system with ANPR and Preloaded (Embedded) Software in Local Processing Unit and licenses as required Item No 61 1 Set
45 3.04 ANPR Software Camera Connection License for existing locations Item No 62 92 Nos
46 3.05 RLVD/Evidence/Context Software Camera Connection License Item No 63 26 Nos
47 3.06 RLVD cum evidence Camera as per specifications Item No 64 26 Nos
48 3.07 ANPR Camera as per specifications Item No 65 92 Nos
49 3.08 Speed Violation Detection (SVD) system for existing location Item No 66 26 Set
50 3.09 SVD system for Non Junction Location - (Venpalavattom) Item No 67 1 Set
51 3.1 Model 1 : Supply, Installation, Testing and Commissioning of Variable Messaging Sign with size 2.88 x 0.96 M LED multi color display unit (per board) including Media Player, Media Player license, 3G Dongle, Pixel pitch of LED display shall be maximum of 10mm space, display colour shall be with real full colour, support showing real time information with all the necessary accessories to complete the work Item No 68 5 Set
52 3.11 Model 2 : Supply, Installation, Testing and Commissioning of Variable Messaging Sign with size 3.84 M X 1.92 M LED multi color display unit (per board) including Media Player, Media Player license, 3G Dongle, Pixel pitch of LED display shall be maximum of 10mm space, display colour shall be with real full colour, support showing real time information with all the necessary accessories to complete the work Item No 69 5 Set
53 3.12 Model 3 : Supply, Installation, Testing and Commissioning of Variable Messaging Sign with size 1.92 x 0.96 M LED multi color display unit (per board) including Media Player, Media Player license, 3G Dongle, Pixel pitch of LED display shall be maximum of 10mm space, display colour shall be with real full colour, support showing real time information with all the necessary accessories to complete the work Item No 70 4 Set
54 3.13 ANPR Software Camera Connection License for new locations Item No 71 208 Nos
55 3.14 RLVD/Evidence/Context Software Camera Connection License for new locations Item No 72 28 Nos
56 3.15 Speed Violation Detection (SVD) system for new location Item No 73 28 Set
57 3.16 RLVD cum evidence Camera for new locations Item No 74 28 Nos
58 3.17 ANPR Camera for new locations Item No 75 208 Nos
59 4 Surveillance System Item No 76
60 4.01 Standard PTZ controller with 3-axis joysticks & Keyboard for control of pan, tilt, zoom and auxiliary camera functions as per technical specifications in RFP Item No 77 10 Set
61 4.02 Video Management System (VMS) as per the specifications functionalities enclosed in RFP Item No 78 1 Nos
62 4.03 Forensic Analytics as per the specifications & functionalities mentioned in the RFP Item No 79 1 Nos
63 4.04 Supply and installation of Video Analytics software as per the Use Cases defined in the RFP Item No 80 1 Nos
64 4.05 Licenses for Video Analytics (Channels for Person Tracking across several cameras as per Annexure 3) Item No 81 200 Nos
65 4.06 Face Recognition Software Application Item No 82 1 Nos
66 4.07 VMS Recording Licenses for Cameras Item No 83 491 Nos
67 4.08 2 MP PTZ Camera for Surveillance for existing locations as per technical specifications in RFP Item No 84 73 Nos
68 4.09 5 MP Fixed Camera for Surveillance for existing locations as per technical specifications in RFP Item No 85 249 Nos
69 4.1 Face Recognition Camera as per technical specifications in RFP Item No 86 24 Nos
70 4.11 Face Recognition Software License Item No 87 24 Nos
71 4.12 2 MP PTZ Camera for Surveillance for new locations as per technical specifications in RFP Item No 88 26 Nos
72 4.13 5 MP Fixed Camera for Surveillance for new locations as per technical specifications in RFP Item No 89 104 Nos
73 4.14 VMS Recording Licenses for Cameras Item No 90 394 Nos
74 5 Data Centre, Networking and Connectivity Item No 91
75 5.01 Rack Servers as per MSI design Item No 92 9 Nos
76 5.02 Work Stations with 3 LED monitors as per latest generation 64 bit processor Item No 93 10 Set
77 5.03 KVM Switch with LED monitor Item No 94 1 Set
78 5.04 Primary Storage box Item No 95 1 Set
79 5.05 70 inches Panel for DLP based Video wall (3x3 Pattern) Item No 96 9 Nos
80 5.06 Video Wall Controller (With Required numbers of Adaptors, Converters, Graphic cards, 4-channel HD capture card with DVI splitter cables, Cabling & Other Fixtures, etc) Item No 97 1 Set
81 5.07 Video Wall Management Software Item No 98 1 Nos
82 5.08 Virtualization Software License Item No 99 1 Nos
83 5.09 Server OS Licenses for all servers based on proposed all applications Item No 100 1 Set
84 5.1 End Point Security Solution (Antivirus) Item No 101 20 Nos
85 5.11 Enterprise Management Solution Item No 102 1 Nos
86 5.12 Firewall - NGFW Item No 103 1 Nos
87 5.13 42 U Server Rack with necessary accessories Item No 104 4 Set
88 5.14 42 U Network Rack with necessary accessories Item No 105 2 Set
89 5.15 Core Router Item No 106 1 Nos
90 5.16 Core Switch Item No 107 2 Nos
91 5.17 Distribution Switches Item No 108 5 Nos
92 5.18 75KVA Modular UPS with redundancy with single battery bank for 1 HR backup Item No 109 1 Set
93 5.19 160KVA Generator Item No 110 1 Set
94 5.2 Supply, Installation, Testing and Commissioning of Central Monitoring Station required software for Variable Message Board to complete the work Item No 111 1 Set
95 5.21 Rugged IP 55 rated RACKs 22/27U with mounting structure Item No 112 72 Set
96 5.22 Local Processing Unit for Edge Analytics Item No 113 26 Set
97 5.23 8 port rugged switches for Junctions as per specification Item No 114 67 Nos
98 5.24 16 port rugged switches for Junctions as per specification Item No 115 9 Nos
99 5.25 UPS for remote locations 1 KVA with 1 Hr backup for existing locations as per specification Item No 116 43 Set
100 5.26 UPS for remote locations 2 KVA with 1 HR Backup for existing locations as per specification Item No 117 30 Set
101 5.27 Emergency Call Box : Supply, Installation, Testing and Commissioning of Weather Proof Emergency call Box for remote Locations with all the necessary accessories and CAT6e cabling to complete the work alongwith Management Software at TSCCC Item No 118 10 Set
102 5.28 Rugged IP 55 rated RACKs 22/27U with mounting structure as per specification Item No 119 26 Set
103 5.29 Local Processing Unit for Edge Analytics Item No 120 41 Set
104 5.3 8 port rugged switches for Junctions as per specification Item No 121 8 Nos
105 5.31 16 port rugged switches for junctions as per specification Item No 122 18 Nos
106 5.32 UPS for remote locations 1 KVA with 1 Hr backup for new locations Item No 123 8 Set
107 5.33 UPS for remote locations 2 KVA with 1 HR Backup for new locations as per specification Item No 124 18 Set
108 5.34 Network cabling, Fibre Termination, Access Control and Surveillance of Control Room, Server Room, etc with min 8-15 indoor/outdoor Cameras using proper aesthetics and required accessories. Item No 125 1 Set
109 5.35 Hot Galvanized Poles, Cantilever and accessories at Junctions as per requirement Item No 126 72 Set
110 5.36 Civil and electrical works at Junctions Item No 127 72 Set
111 5.37 Poles and accessories in Junctions Item No 128 30 Set
112 5.38 Civil and electrical works in Junctions Item No 129 30 Set
113 6 Operation and maintanance Item No 133
114 6.01 Manpower - Technical - 4 + 1 Project Manager\nOperational Manpower - 10 - Man Year Rate - For first year Item No 134 1 Lot
115 6.02 Manpower - Technical - 4 + 1 Project Manager\nOperational Manpower - 10 - Man Year Rate - For Second year Item No 135 1 Lot
116 6.03 Manpower - Technical - 4 + 1 Project Manager\nOperational Manpower - 10 - Man Year Rate - For Third year Item No 136 1 Lot
117 6.04 Manpower - Technical - 4 + 1 Project Manager\nOperational Manpower - 10 - Man Year Rate - For Fourth year Item No 137 1 Lot
118 6.05 Manpower - Technical - 4 + 1 Project Manager\nOperational Manpower - 10 - Man Year Rate - For Fifth year Item No 138 1 Lot
119 6.06 Manpower - Technical - 4 + 1 Project Manager\nOperational Manpower - 10 - Man Year Rate - For sixth year Item No 139 1 Lot
120 6.07 Manpower - Technical - 4 + 1 Project Manager\nOperational Manpower - 10 - Man Year Rate - For Seventh year Item No 140 1 Lot
121 6.08 Bandwidth charges - per year rate - For first year Item No 141 1 Yearly
122 6.09 Bandwidth charges - per year rate - For Second year Item No 142 1 Yearly
123 6.1 Bandwidth charges - per year rate - For Third year Item No 143 1 Yearly
124 6.11 Bandwidth charges - per year rate - For Fourth year Item No 144 1 Yearly
125 6.12 Bandwidth charges - per year rate - For Fifth year Item No 145 1 Yearly
126 6.13 Bandwidth charges - per year rate - For Sixth year Item No 146 1 Yearly
127 6.14 Bandwidth charges - per year rate - For Seveth year Item No 147 1 Yearly
128 6.15 ICT Components of - ATCS, ITMS and Surveillance inclusive of DC hardware required for comprehensive and preventive maintenance required for successful operations of the project - For first year Item No 148 1 Lot
129 6.16 ICT Components of - ATCS, ITMS and Surveillance inclusive of DC hardware required for comprehensive and preventive maintenance required for successful operations of the project - For second year Item No 149 1 Lot
130 6.17 ICT Components of - ATCS, ITMS and Surveillance inclusive of DC hardware required for comprehensive and preventive maintenance required for successful operations of the project - For Third year Item No 150 1 Lot
131 6.18 ICT Components of - ATCS, ITMS and Surveillance inclusive of DC hardware required for comprehensive and preventive maintenance required for successful operations of the project - For fourth year Item No 151 1 Lot
132 6.19 ICT Components of - ATCS, ITMS and Surveillance inclusive of DC hardware required for comprehensive and preventive maintenance required for successful operations of the project - For fifth year Item No 152 1 Lot
133 6.2 ICT Components of - ATCS, ITMS and Surveillance inclusive of DC hardware required for comprehensive and preventive maintenance required for successful operations of the project - For Sixth year Item No 153 1 Lot
134 6.21 ICT Components of - ATCS, ITMS and Surveillance inclusive of DC hardware required for comprehensive and preventive maintenance required for successful operations of the project - For Seventh year Item No 154 1 Lot
135 6.22 Non ICT Components of - ATCS, ITMS and Surveillance comprehensive and preventive maintenance required for successful operations of the project - For First Year Item No 155 1 Lot
136 6.23 Non ICT Components of - ATCS, ITMS and Surveillance comprehensive and preventive maintenance required for successful operations of the project - For Second Year Item No 156 1 Lot
137 6.24 Non ICT Components of - ATCS, ITMS and Surveillance comprehensive and preventive maintenance required for successful operations of the project - For Third Year Item No 157 1 Lot
138 6.25 Non ICT Components of - ATCS, ITMS and Surveillance comprehensive and preventive maintenance required for successful operations of the project - For Fourth Year Item No 158 1 Lot
139 6.26 Non ICT Components of - ATCS, ITMS and Surveillance comprehensive and preventive maintenance required for successful operations of the project - For Fifth Year Item No 159 1 Lot
140 6.27 Non ICT Components of - ATCS, ITMS and Surveillance comprehensive and preventive maintenance required for successful operations of the project - For Sixth Year Item No 160 1 Lot
141 6.28 Non ICT Components of - ATCS, ITMS and Surveillance comprehensive and preventive maintenance required for successful operations of the project - For Seventh Year Item No 161 1 Lot
Disclaimer :
We takes all possible care for accurate & authentic tender information, however Users are requested to refer Original source of Tender Notice / Tender Document published by Tender Issuing Agency before taking any call regarding this tender.
Tell us about your Product / Services,
We will Find Tenders for you

Copyright © 2024 · All Rights Reserved. Terms of Usage | Privacy Policy

For Tender Information Services Visit : TenderDetail