}

Tender For Contractor For Design Supply And Installation Of Atms, lucknow-Uttar Pradesh

Uttar Pradesh Expressways Industrial Development Authority has published Tender For Contractor For Design Supply And Installation Of Atms. Submission Date for this Tender is 20-02-2023. Customised Software Development Tenders in lucknow Uttar Pradesh. Bidders can get complete Tender details and download the document.




Tender Notice

34455956
Corrigendum : Tender For Contractor For Design Supply And Installation Of Atms
Open Tender
Indian
Uttar Pradesh
lucknow
20-02-2023

Tender Details

Contractor For Design Supply And Installation Of Atms Selection Of A Contractor For Design Supply Installation Testing Commissioning Configuration System Integration Operations And Maintenance Of Advance Traffic Management System Atms On Bundelkhand Expressway

Corrigendum Details

Sr No CorrigendumDate Corrignedum CorrigendumType NewSubmissionDate
1 31-Oct-2022 Revised Bid Schedule Date 29-11-2022
2 28-Nov-2022 Revision in the Bid Schedule Date 19-12-2022
3 01-Dec-2022 Replies_Clarifications and Corrigendum Technical Bid 19-12-2022
4 13-Dec-2022 Date Corrigendum 13.12.2022 Date 28-12-2022
5 26-Dec-2022 Revised Bid Process Schedule Date 09-01-2023
6 05-Jan-2023 Date_Corrigendum_05.01.2023 Date 19-01-2023
7 16-Jan-2023 Technical_Corrigendum_2 Technical Bid 14-02-2023
8 16-Jan-2023 Date Corrigendum_16_01_2023 Date 14-02-2023
9 13-Feb-2023 Date_Corrigendum_13.02.2023 Date 20-02-2023

Key Value

Document Fees
INR 11800 /-
EMD
INR 1000000.0 /-
Tender Value
Refer document

BOQ Items

Name of Work: Design, Supply, Installation, Testing, Commissioning, Configuration, System Integration, Operations and Maintenance of comprehnsive Advance Traffic Management System (ATMS) on Bundelkhand Expressway.
Sl. No. Item Description
1Traffic Management Command Centre at Package-1 Main Toll Plaza at Km 4+360
2TMC / Central Processing Server in hot standby configuration (Primary + Secondary server at KM 224.45 sub-centre)
3Video Recording Server with storage (minimum 360 TB)
4Backup Video Recording (Only Incidents) Serverwith 240 TB storage
5Facility Monitoring System Controller
6Graphic Display (Laser DLP/ 0.95mm Pixel LED) with controller and software
7Internet & SMS Server
8Fiber Channel Host 16 GB
9Command Centre Operator Console with 4 nos. 21 inch touchscreen monitors
10USB joystick to control PTZ cameras
11Emergency Telephone (helpline) console with 2 nos. 21 inch touchscreen monitors
12Facility Monitoring System Console with 2 nos. 21 inch touchscreen monitors
13Operations Laser Printer (Colour) A3 All-in-one
14Operations Laser Printer (Black)
15Firewall, IDS, IPS, Core Switch, and Network Equipment (Bidder shall attach the breakup of Network equipment with unit price of each item)
16Aadhar enabled Biometric Fingerprint machine
17Power Distribution Board (PDB)
18Rack 19"
19Interior works of TMC including Operation room, Server Room, UPS room, Incharge cabin, pantry toilet, etc. with complete technical furniture, indoor lighting, Audio/Mic system, Public Announcement / addressing system, CCTV system (control room, server room UPS room etc.), IP Phones (4 nos.), Access Control system with smart card and biometrics, power backup system including sufficient DG, Firefighting, alarm, extinguishers, etc. PRI Line, 32 MBPS Internet & MPLS Connectivity with TMC, Sub-centres, IMS, etc.
20Maintenance Equipment as per ToR and site requirement
21Surge Protection Device (SPD)
22Lighting protection
23Advance Driver Advisory System (ADAS), GPS tracker, industrial grade rugged (Waterproof) dashboard mounted 10" Tablet, Dashcam with video calling feature, body cam, rear & front view varifocal cameras with vandalproofhousing (mounted on vehicle), LPU, storage, UPS, live monitoring provision of cameras from TMC & sub-centres, etc. for patrol, ambulance, and maintenance vehicles.
24Incident Monitoring System (IMS) for UPEIDA HQ: Workstation, All-in-one color A4 printer, 100" 4K UHD interactive LED display (commercial grade), UPS as perrequirement, IP Phone, Networking devices, switches, CCTV camera, , 32 MBPS Internet & MPLS Connectivity with TMC, Sub-centres, IMS, etc.
25Sub-Centres (One each at Pkg-2(Km 86+640), Pkg-4 (Km173+700), & Pkg-5 (Km 244+450))
26Sub Centre Server
27Graphic Display (Laser DLP/0.95mm Pixel LED) for each Sub Centre with controller & software
28Emergency Telephone (helpline) console with 2 nos. 21 inch touchscreen monitors
29Sub Centre Operator Console with 4 nos. 21 inch touchscreen monitors
30USB joystick to control PTZ cameras
31Facility Monitoring System Console with 2 nos. 21 inch touchscreen monitors
32Operations Laser Printer (Black)
33Firewall, IDS, IPS, Core Switch, and Network Equipment (Bidder shall attach the breakup of Network equipment with unit price of each item)
34Power Distribution Board (PDB)
35Rack 19"
36Aadhar enabled Biometric Fingerprint machine
37Interior works of Sub-Centre including Operation room, Server Room, UPS room, Incharge cabin, pantry toilet, etc. with complete technical furniture, raised floor, indoor lighting, Audio/Mic system, Public Announcement / addressing system, CCTV system (control room, server room UPS room etc.), IP Phones (4 nos.), Access Control system with smart card and biometrics, power backup system including sufficient DG, Firefighting, alarm, extinguishers, etc. PRI Line, 32 MBPS Internet & MPLS Connectivity with TMC, Sub-centres, IMS, etc.
38Surge Protection Device (SPD)
39Lighting protection
40ATMS Software
41Central Processing Software Package
42Facility Monitoring System Controller Software
43Network Management Software (COTS)
44Database licenses for all servers (COTS)
45Antivirus licenses for all computing devices (servers, workstations, etc.) (COTS)
46Traffic Monitoring Camera System Equipment (TMCS)
47PTZ Camera (including CCTV Controller)
48Cabinet
4912m Galvenised Pole with 1m arm at 8m with pole mounting arrangement
50Motion Detection surveillance camera, hooter alarm with beacon, and all-in-one solar street light
51Pole Foundation, PCC, backfilling with sand
52Solar System with UPS, Li-on battery for 72 hours backup & Pole mounting with SPD, and lighting protection
53Video Incident Detection System Equipment (VIDS) - 50 locations
54VIDS Camera - 3 per location
55Warning amber lights with hooters and solar with at least 96 hours backup, pole and foundation (10 nos. at each junction/ location)
56Local Processing unit (LPU)
57Cabinet
5812m Galvanised Pole with 1m arm at 8m with pole mounting arrangement.
59Motion Detection surveillance camera, hooter alarm with beacon, and all-in-one solar street light
60Solar System with UPS/PCU, 72 hour battery backup & Pole mounting with SPD, and lighting protection
61Pole Foundation, PCC, backfilling with sand etc.
62Variable Message Sign Equipment (VMS)
63VMS(5m x 2m)
64Portable VMS (2m x 2m) with mounting arrangement
65Gantry (including manufacturing and galvanizing) & pile foundation
66Motion Detection surveillance camera, hooter alarm with beacon, and all-in-one solar street light
6724x7 Off-grid solution with Solar Power for VMS
68Solar Power with Batteries for 12 hours backup for Portable VMS
69UPS and Power system
70Uninterruptible Power Supply (UPS) For TMC (20KVA Online Double Conversion UPS -IGBT based arranged in parallel configuration -Warranty 5 years)
71Battery backup -34560 VAH for Each UPS -Warranty 5 years-100AH X 20nos.
72Racks Links DC cable
73Uninterruptible Power Supply (UPS) For Sub-Centre (10KVA Online Double Conversion UPS -IGBT based, arranged in parallel configuration -Warranty 5 years)
74Battery backup -24000 VAH for Each UPS -Warranty 5 years-100AH X 20nos.
75Racks Links DC cable
76Power Distribution Board (Essential & Critical Supply)
77Vehicle Speed Detection System Equipment (VSDS) - 14 locations (LHS + RHS)
78ANPR for 4 lanes (8 Cameras - one each for 3 lanes in each direction + shoulder)
79Local Processing Unit (LPU)
80Speed Detection Radar (upto 90m range) for 3+1 lanes (one in each direction for 3+1 lanes))
81Solar Powered (off-grid) Vehicle Actuated Speed Display (VASD) System (one each for 3+1 lanes in each direction)
82Motion Detection surveillance camera, hooter alarm with beacon, and all-in-one solar street light
83Gantry (including manufacturing and galvanizing) & pile foundation
84Cabinet
85Solar System with UPS, Li-on battery for 72 hours backup, Pole, cabinet for VSDS, with SPD, and lighting protection
86Digital Transmission System
8724 core Primary OFC Cable + all accessories for OFC etc.
886 core Auxiliary OFC Cable + all accessories for OFC etc.
8940mm HDPE PLB duct + all accessories for duct (push fit coupler, spacers, etc.)
9032 mm HDPE PLB duct (for auxiliary OFC) + all accessories for duct (push fit coupler, etc.)
91Duct pulling, cable pulling, splicing, chambers lowering, sand, route markers at every 200 meters, etc.
92Chambers (Handhole HH-1) (with concrete cover) with reinforcement and M20 grade. 1 nos. at every equipment location
93Chambers for primary OFC (Manhole MH-1) (with concrete cover) with reinforcement and M20 grade at every 500 meters
94Crossing of OFC & duct through HDD from equipment location on main carriageway to service road/utility corridor (primary OFC cable location))
95Installation, and Testing
96Installation, and Testing
97Spares (5 years)
98O&M : A, Technical Staff
99System Maintenance Engineer/ Manager (1 per Shift + Reliever (At TMC))
100System Maintenance Technicians (4 per Shift + Relievers)
101Maintenance Vehicle with Driver and helper (I at TMC & 1 at each sub-centre)
102Man hoist vehicle with Driver and helper (I at TMC)
103Overhead cost (incl. tools, and other operations cost etc)
104O&M :B, Control Room Operations Staff
105Chief Manager for Operation and Maintenance (1 at TMC)
106Traffic Management Engineer/ Manager (1 at TMC & each Sub-centre + relievers)
107Asst Manager - Operations (1 at TMC & each Sub-centre + relievers)
108Control room operators (5 per Shift at TMC & 3 at each sub-centre + Relievers)
109Support Staff (In General Shift at TMC and Sub-centres)
110Office Assistant (1 at TMC & 1 at each Sub-centre per shift + relievers)
111Security Guard (1 at TMC & 1 at each Sub-centre per shift + relievers)
112Overhead cost (Incl. office maintenance, recurring charges, DG charges, electricity bill, operations cost, etc.)
113Notes:
114All values must be verified before Submission, in case of any errors/ incompleteness, Contractor shall be responsible, and no additional items/ claims for the payments shall be entertained.
115Above breakup of rates is only for determining the total bid value for shortlisting the successful bidder for work award. However actual payments shall be regulated based on the actual number of equipment / sub-systems installed at the stretch where services as per ToR were delivered during the billing period.
116UPEIDA reserves the right to order for increased or decreased quantity by up to 100% of items or services without any change in price quoted by the Contractor. If the quantity increased/decreased beyond the abovementioned limit, the item and/or services shall be executed on mutually agreed rates.
117I/We do hereby confirm that my/ our bid price includes all statutory taxes/ levies but excluding GST. I/ We also declare that any tax, surcharge on tax and / or any other levies, if altered in future and payable under the law, the same shall be borne by me/ us.
118The quoted rates for all items shall remain unchanged for entire term of the Contract Agreement. In case there is increase or decrease in any item(s) to be installed is requisitioned by UPEIDA, then the payments to the Contractor shall get increased or decreased, as the case may be, in reference to the quoted price in the financial bid and/or as assessed by the Authority’s Engineer in case item is not mentioned in the financial bid. However, in case UPEIDA decides to increase the term of the Contract pursuant to clause 7(b) contemplated in the draft Contract Agreement, in that case payment of O&M will be revised as per clause 11 of the draft Contract Agreement.
119This bid is valid for a period of 120 calendar days from the bid due date. However, UPEIDA reserves the right to increase the validity period before the expiry of the validity period of 120 days.
120I/ We, understand that the (a) applicable GST shall be reimbursed by UPEIDA separately on production of proof of payment and CA certificate; and (b) TDS will be deducted against payments as per Applicable Law. (c) In case of any difference in figures and words, the amount mentioned in words will prevail.
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