}

Design, Supply, Installation, Testing, Commissioning, Configuration, System Integration, Operations And Maintenance Ofadvance Traffic Management System (Atms) On Bundelkhand Expressway., lucknow-Uttar Pradesh

Uttar Pradesh Expressways Industrial Development Authority has published Design, Supply, Installation, Testing, Commissioning, Configuration, System Integration, Operations And Maintenance Ofadvance Traffic Management System (Atms) On Bundelkhand Expressway.. Submission Date for this Tender is 25-10-2023. Customised Software Development Tenders in lucknow Uttar Pradesh. Bidders can get complete Tender details and download the document.




Tender Notice

39791076
Corrigendum : Design, Supply, Installation, Testing, Commissioning, Configuration, System Integration, Operations And Maintenance Ofadvance Traffic Management System (Atms) On Bundelkhand Expressway.
Open Tender
Indian
Uttar Pradesh
lucknow
25-10-2023

Tender Details

Design, Supply, Installation, Testing, Commissioning, Configuration, System Integration, Operations And Maintenance Ofadvance Traffic Management System ( Atms ) On Bundelkhand Expressway.

Corrigendum Details

Sr No CorrigendumDate Corrignedum CorrigendumType NewSubmissionDate
1 03-Oct-2023 Date Corrigendum Date 25-10-2023

Key Value

Document Fees
INR 118000 /-
EMD
INR 5000000.0 /-
Tender Value
Refer document

BOQ Items

Name of Work: Design, Supply, Installation, Testing, Commissioning, Configuration, System Integration, Operations and Maintenance ofAdvance 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 )
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 / Central Processing Server in hot standby configuration (Primary + Secondary server)
27Video Recording Server with storage (minimum 360 TB)
28Backup Video Recording (Only Incidents) Serverwith 240 TB storage
29Facility Monitoring System Controller
30Internet & SMS Server
31Graphic Display (Laser DLP/0.95mm Pixel LED) for each Sub Centre with controller & software
32Emergency Telephone (helpline) console with 2 nos. 21 inch touchscreen monitors
33Sub Centre Operator Console with 4 nos. 21 inch touchscreen monitors
34USB joystick to control PTZ cameras
35Facility Monitoring System Console with 2 nos. 21 inch touchscreen monitors
36Operations Laser Printer (Black)
37Firewall, IDS, IPS, Core Switch, and Network Equipment (Bidder shall attach the breakup of Network equipment with unit price of each item)
38Power Distribution Board (PDB)
39Rack 19"
40Aadhar enabled Biometric Fingerprint machine
41Interior 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.
42Surge Protection Device (SPD)
43Lighting protection
44ATMS Software
45Central Processing Software Package including Mobile App
46Facility Monitoring System Controller Software
47Network Management Software (COTS)
48Database licenses for all servers (COTS)
49Antivirus licenses for all computing devices (servers, workstations, etc.) (COTS)
50GIS Application
51VAMS Licenses (for minimum of 890 Cameras)
52Traffic Monitoring Camera System Equipment (TMCS)
53PTZ Camera (including CCTV Controller)
54Cabinet
5512m Galvenised Pole with 1m arm at 8m with pole mounting arrangement
56Motion Detection surveillance camera, hooter alarm with beacon, and all-in-one solar street light
57Pole Foundation, PCC, backfilling with sand
58Solar System with UPS, Li-on battery for 72 hours backup & Pole mounting with SPD, and lighting protection
59Video Incident Detection System Equipment (VIDS) - 50 locations
60VIDS Camera - 3 per location
61Warning amber lights with hooters and solar with at least 96 hours backup, pole and foundation (10 nos. at each junction/ location)
62Local Processing unit (LPU)
63Cabinet
6412m Galvanised Pole with 1m arm at 8m with pole mounting arrangement.
65Motion Detection surveillance camera, hooter alarm with beacon, and all-in-one solar street light
66Solar System with UPS/PCU, 72 hour battery backup & Pole mounting with SPD, and lighting protection
67Pole Foundation, PCC, backfilling with sand etc.
68Variable Message Sign Equipment (VMS)
69VMS(5m x 2m)
70Portable VMS (2m x 2m) with mounting arrangement
71Gantry (including manufacturing and galvanizing) & pile foundation
72Motion Detection surveillance camera, hooter alarm with beacon, and all-in-one solar street light
7324x7 Off-grid solution with Solar Power for VMS
74Solar Power with Batteries for 12 hours backup for Portable VMS
75UPS and Power system
76Uninterruptible Power Supply (UPS) For TMC (20KVA Online Double Conversion UPS -IGBT based arranged in parallel configuration -Warranty 5 years)
77Battery backup -34560 VAH for Each UPS -Warranty 5 years-100AH X 20nos.
78Racks Links DC cable
79Uninterruptible Power Supply (UPS) For Sub-Centre (10KVA Online Double Conversion UPS -IGBT based, arranged in parallel configuration -Warranty 5 years)
80Battery backup -24000 VAH for Each UPS -Warranty 5 years-100AH X 20nos.
81Racks Links DC cable
82Power Distribution Board (Essential & Critical Supply)
83Vehicle Speed Detection System Equipment (VSDS) - 14 locations (LHS + RHS)
84ANPR for 4 lanes (8 Cameras - one each for 3 lanes in each direction + shoulder)
85Local Processing Unit (LPU)
86Speed Detection Radar (upto 90m range) for 3+1 lanes (one in each direction for 3+1 lanes))
87Solar Powered (off-grid) Vehicle Actuated Speed Display (VASD) System (one each for 3+1 lanes in each direction)
88Motion Detection surveillance camera, hooter alarm with beacon, and all-in-one solar street light
89Gantry (including manufacturing and galvanizing) & pile foundation
90Cabinet
91Solar System with UPS, Li-on battery for 72 hours backup, Pole, cabinet for VSDS, with SPD, and lighting protection
92Digital Transmission System
9324 core Primary OFC Cable + all accessories for OFC etc.
946 core Auxiliary OFC Cable + all accessories for OFC etc.
9540mm HDPE PLB duct + all accessories for duct (push fit coupler, spacers, etc.)
9632 mm HDPE PLB duct (for auxiliary OFC) + all accessories for duct (push fit coupler, etc.)
97Duct pulling, cable pulling, splicing, chambers lowering, sand, route markers at every 200 meters, etc.
98Chambers (Handhole HH-1) (with concrete cover) with reinforcement and M20 grade. 1 nos. at every equipment location
99Chambers for primary OFC (Manhole MH-1) (with concrete cover) with reinforcement and M20 grade at every 500 meters
100Crossing of OFC & duct through HDD from equipment location on main carriageway to service road/utility corridor (primary OFC cable location))
101Installation, and Testing
102Installation, and Testing
103Spares (5 years)
104Technical Staff
105System Maintenance Engineer/ Manager (1 per Shift + Reliever (At TMC))
106System Maintenance Technicians (4 per Shift + Relievers)
107Maintenance Vehicle with Driver and helper (I at TMC & 1 at each sub-centre)
108Man hoist vehicle with Driver and helper (I at TMC)
109Overhead cost (incl. tools, and other operations cost etc)
110Control Room Operations Staff
111Chief Manager for Operation and Maintenance (1 at TMC)
112Traffic Management Engineer/ Manager (1 at TMC & each Sub-centre + relievers)
113Asst Manager - Operations (1 at TMC & each Sub-centre + relievers)
114Control room operators (5 per Shift at TMC & 3 at each sub-centre + Relievers)
115Support Staff (In General Shift at TMC and Sub-centres)
116Office Assistant (1 at TMC & 1 at each Sub-centre per shift + relievers)
117Security Guard (1 at TMC & 1 at each Sub-centre per shift + relievers)
118Overhead cost (Incl. office maintenance, recurring charges, DG charges, electricity bill, operations cost, etc.)
119Notes:
120All 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.
121Above 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.
122UPEIDA 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.
123I/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.
124The 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.
125This 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.
126I/ 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