[go: up one dir, main page]

0% found this document useful (0 votes)
37 views101 pages

Technical Specs

The document outlines the technical specifications and scope of work for a CCTV system to be installed at an airport, emphasizing reliability, safety, and compliance with standards. It details requirements for equipment design, installation, maintenance, and operational capabilities, including environmental conditions and system features. The contractor is responsible for ensuring system performance, conducting site acceptance tests, and providing necessary documentation and licenses for the equipment supplied.

Uploaded by

vikrantbiltrax
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
37 views101 pages

Technical Specs

The document outlines the technical specifications and scope of work for a CCTV system to be installed at an airport, emphasizing reliability, safety, and compliance with standards. It details requirements for equipment design, installation, maintenance, and operational capabilities, including environmental conditions and system features. The contractor is responsible for ensuring system performance, conducting site acceptance tests, and providing necessary documentation and licenses for the equipment supplied.

Uploaded by

vikrantbiltrax
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 101

Tender Doc Page No.

1197

Technical Specifications
Airport Systems
Tender Doc Page No. 1198

1. CCTV

A. GENERAL

1. The offered equipment by the bidder shall be compact, fully solid state, highly reliable and
shall use latest state of the art technology.
2. The design and selection of the offered equipment by the bidder shall be consistent with
the requirements of long-term trouble-free operation with highest degree of reliability and
maintainability.
3. All offered equipment by the bidder shall be manufactured to continuously operate safely
without undue heating, vibration, wear, corrosion, electromagnetic interference or any
similar problems.
4. The offered equipment by the bidder shall be designed for continuous operation (24-hours
a day and 365-days a year). The design life of the equipment shall be a minimum of Seven
YEARS.
5. This life shall be achievable through normal and regular maintenance.
6. All types of spares and spare modules of the offered equipment shall be readily available
with the bidder during life-time of the equipment, for maintenance, repairs and up keep of
the equipment during warranty & CAMC period, if applicable.
7. Offered equipment by the bidder shall undertake and ensure implementation of its offered
solution and shall keep its in view the safety and protection of personnel, during normal
operation and maintenance or during malfunctioning of any equipment or its sub-
component. This shall be ensured as an integrated feature of design, manufacture and
installation of offered equipment by bidder.
8. Offered equipment by the bidder shall ensure adequate protection to be included for
ensuring safety of personnel from any possible hazards, including EMI radiation, high
voltages, etc.
9. The offered equipment by the bidder shall furnish the details of EMI and Safety Standards
met by his equipment and built-in safety features.
10. The offered equipment shall be constructed on a modular basis, using plug-in type units
and components to the extent possible. Parts subject to failure, wear, corrosion or other
deteriorations or requiring occasional inspection, adjustment or replacement shall be
made accessible and capable of convenient inspection and removal.
11. Input and output termination cables in offered equipment shall be properly labelled to
permit ready identification of the incoming/outgoing wiring.
12. All interconnecting cables in offered equipment shall also be appropriately labelled to
facilitate convenient interconnection and minimize chances of incorrect connection.
13. All connecting cables required to inter-connect the equipment shall be supplied by the
bidder as a part of the offered system. All cables shall be fully assembled, connector pre-
terminated and factory tested at the time of supply as part of overall system check.
14. Contractor shall be responsible for upgradation of existing CCTV system
15. Licenses
Tender Doc Page No. 1199

All Hardware system/component and Software supplied by bidder shall be licensed, as


applicable, in favour of Airports Authority of India and valid for lifetime of the offered
system.

16. Mains Power Supply

16.1 Complete offered equipment shall operate with an un-interrupted AC power 230 Volts
(±10%) single phase 50 Hz ± 5%. Reliable over & under voltage and over current
protection circuits shall be provided in the power supply units of offered solution. The
power supply units in complete offered solution shall be self-protecting, and shall protect
connected equipment against conducted interference, noise, voltage dips and surges &
impulses.
16.2 Mains Power Supplies used in offered solution/equipment shall be rugged enough to
withstand variation in mains voltage and frequency over a long period of time so that the
failures in the equipment due to power supply are minimized.

17. Installation Standards


16.1 Installation shall be carried out by technically well qualified and certified personnel as per
the requirements.
16.2 Contractors shall not outsource any part of the contract to any other vendor/third party
contractor without prior permission of AAI.

16.3 Liability, if anything, arising out of such third party contracts to any other vendor by
contractor shall be to the contractor’s account.

16.4 AAI shall not be liable on behalf of contractor to any other third party contractor/
Government of India/State/Regulatory Authorities.

16.5 Any liabilities arising out of such third party contracts by contractor or its men working at
site shall be only to contractor’s account and shall be deducted out of its running bills.

16.6 Contractor shall submit Police Verification Certificates and obtain necessary Airport Entry
Permits, for allowing its men to work at AAI restricted premises.

18. Quality Assurance Standards

The contractor shall use Quality Assurance procedure compliant with Quality Assurance
in system design, development, manufacturing, and installation and servicing- ISO 9001
Quality Management and Assurance Standards Part 3 – ISO 9001 Application and
Development, Supply and Maintenance of software.

19. Reliability

To ensure high availability and high reliability, the offered equipment design by the bidder
and its OEM partner shall employ the most suitable engineering techniques, materials and
dependable components, field proven design and rigorous inspection during
manufacturing to ensure a very high MTBO (Mean Time between Outage) and MTBF
(Mean Time between Failure) of equipment.
Tender Doc Page No. 1200

20. Environmental Conditions

The offered equipment shall be capable of maintaining its guaranteed performance when
operating continuously for 24 hours a day and 365 days a year without any deviation in
quality or degradation of system performance and all the parameter detailed in these
specifications shall be guaranteed over the following environmental conditions:
i) Indoor Equipment:
Operating Temperature: 0 degree to + 40 degree Centigrade.
Relative Humidity: 80% up to 35 deg centigrade.
ii) Outdoor Equipment:
Operating Temperature: -10 degree to + 50 degree Centigrade.
Relative Humidity: 90% up to 35 deg. centigrade
Iii) Storage Temperature: -10 to + 70 degree Centigrade
21. CCTV Camera must compliant to NDAA (National Defense Authorization Act).

22. Cameras must not support GBT 28181 Protocol

B. SCOPE OF WORK

1. Scope of work is briefly but not exhaustively described in the design criteria and
succeeding paragraphs. The bidder has to quote the price for the following scope of work
to meet general, qualitative and technical requirements of tender.

2. The scope of CCTV Systems shall be as follows but not limited to:

I. Design, Supply, Installation, testing and commissioning of complete SCCTV


system for terminal, ATC cum Technical Block, Cargo Complex & Utility building,
as per requirement.
II. Design & SITC of electronic security and surveillance system, an integrated
security management system which shall include but not limited to various sub
system e.g. IP based close circuit television cameras, Video surveillance software,
Network attached storage, NVR, screens, workstation with operator console and
all associated cabling and conduiting work
III. CAMC will be applicable on complete system.
IV. Design and installation of CCTV System shall be done as per latest BCAS
guidelines.
V. Monitoring of the CCTV system shall be provided to all areas as mentioned below,
but ensuring no dark spot in the terminal, ATC cum Technical Block, Cargo
Complex, parking area, Utility building, Services areas, office areas or any other
area in proposed development.

Important Coverage areas for installation of SCCTV system:


 City side: 500 meters approach to terminal building (s), Parking lot
 Terminal Building Access points
Tender Doc Page No. 1201

 Screening of Registered Baggage


 All levels of BHS & ILBS
 Check-in-Counters
 Pre-embarkation Security check points
 Security Hold Area (SHA
 Aerobridges/ Aerobridge tunnel
 Airside Entry Points through terminal buildings
 Access points to Airside through gates
 Baggage - make - Up Areas
 Baggage - break - Up Areas
 Conveyor belt Areas
 Aprons, Bays & Movement Area
 Vital Installation e.g;- ATC, Fuel Installation etc.
 Other areas as specified by the user.
 Minimum 04 nos. of PTZ Cameras in the Isolation Bay Area with
wireless connectivity & its feed to SOCC &AHCR to have complete view
of the Isolation Bay, if required.
 100% coverage in public areas with no dark spot
 Entry points/ Roads approaching towards Departure hall
 Exit points/Roads of Departure Hall
 Bus & Taxi bays & parking
 Kerb Area City Side
 Entry Points/Road Approaching towards Arrival of Terminal Building
 Exit points/road leaving from arrival
 Basement
 ATC cum Technical Block entrance lobby, lift lobbies, staircases, IT/ Server
rooms or as advised by engineer in- charge.
 Utility building staircases, entrance to electro-technical equipment rooms or
as approved by engineer in charge.

VI. The bidder firm shall provide and install the fault-tolerant IP network at Airport for
installation of Surveillance CCTV (SCCTV) System with supply of all required
hardware such as Cameras, VMS Software, Servers, NAS Storage, Workstation,
Network Switches, Monitors, UPS, Data & Power cabling etc. including their
installation, integration with existing system (If required), testing & commissioning
as per tender requirements mentioned in Section and Schedule of Items at various
Airports.
VII. It shall be the responsibility of the bidder to ensure the performance of complete
CCTV system as per prevailing standard and configuration.
VIII. The upgrades for the supplied Application, Antivirus, Control and Management
Software and firmware shall be supplied and installed by the bidder firm within the
quoted cost and without any legal implication to AAI, during the warranty and
defects liability period including comprehensive AMC.
IX. The supply and laying of various types of cables and conduits shall be after the
survey of the routes and ascertaining of the exact cable length(s) requirements for
the Airport.
X. The laying of the outdoor cables shall be in accordance with the standard industry
practice.
Tender Doc Page No. 1202

XI. The offered System shall be complete with all equipment and accessories
including connectors, patch cords, other networking accessories, mounting, and
fixing hardware, plugs, sockets, etc.
XII. Cost of Adaptors, Connectors, Patch Cords, Mounting/Fixing hardware, Electrical
Switches/ Sockets inside the Racks and other accessories required for completion
of work is deemed to be included in the quoted prices. This also includes Cable
Channel/ Tray to be installed by the bidder firm in Equipment Room/Control room
as per requirement.
XIII. The entire work has to be executed with total responsibility by bidder firm. All
necessary technical completeness shall be ensured by the bidder firm at the time
of quoting/ completion of works.
XIV. Bidder shall be responsible to conduct Site Acceptance Test (SAT), and to supply
detailed documentation including as-built drawing in Hard/soft copy at all the
Airports.
XV. The bidder firm may undertake survey at the concerned Airport at its own cost to
understand the scope and intricacies involved in carrying out the work.

C. GENERAL & QUALITATIVE REQUIREMENTS

The bidder has to fill General & Qualitative compliance statement in the table given below:
i) For stating compliance: Write “C” in the third column below.

S. Description Statement of
No. compliance
(1) (2) (3)
1. INTRODUCTION
1.1 Surveillance CCTV System at AIRPORTS is required to ensure effective
surveillance of an area as well as create a tamperproof record for post
event analysis. The System shall provide an on-line display of video
images on LED/ LCD monitor with LED back-light/Video wall located in
Central as well as Local control rooms.
1.2. System shall facilitate viewing of live and recorded images and controlling
of all cameras by the authorized users present in the LAN.
1.3. System shall provide inter-operability of hardware, OS, software,
networking, printing, database connectivity, reporting, and communication
protocols. System expansion shall be possible through off-the-shelf
available hardware.
1.4. Equipment with better specifications shall be accepted.
Note: -
1. NVR and Camera server are synonymous in these specifications.
2. Original Equipment Manufacturer (OEM) of Cameras, Servers,
Storage (NAS/SAN) box, Workstations, Monitors, and Switches,
the offered products must be certified for Safety/Emission of
International standards such as BIS/CE/EN/UL.
Tender Doc Page No. 1203

2. GENERAL SPECIFICATIONS
2.1. IP SCCTV System shall be suitable for commercial supply of 230 V (±
10%), 50 Hz.(± 5%) single phase AC and it shall be comprises of IP Digital
Outdoor & Indoor Colour video Cameras, Network Switches, Network
Video Recorder/ CAMERA SERVER. Storage system consisting of IP
Network, Attached Storage for period of 30 days (NAS)/Storage Area
Network (SAN) for recording, Application software with latest video
management System (SVMS), Colour LED/LCD monitor with LED back
light, with workstation having Joystick controller/ Mouse-Keyboard for
viewing of live and recorded images with online UPS power backup for
minimum 30 minutes on full load and including with cabling and conduit
work as required at site. System shall have provision of WAN connectivity
for remote monitoring.
2.2 System shall facilitate viewing of live and recorded images and controlling
of all cameras by the authorized users present in the LAN and WAN
connectivity for remote monitoring.
2.3. System shall provide inter-operability of hardware, OS, software,
networking, printing, database connectivity, reporting, and communication
protocols. System expansion shall be possible through off-the-shelf
available hardware.
2.4. IP based SCCTV System shall use video signals from various types of
CCD/CMOS colour cameras installed at different locations, process them
for viewing, recording and replay and simultaneously on all
workstations/monitors at Central Control Room/Local Control Rooms of all
the cameras after compression using H.264 or better standard. Joystick
Controller/Mouse-Keyboard shall be used for Pan, Tilt, Zoom, Camera
Selection and other functions of desired cameras. When both the viewing
stream and the recording stream are set at the same FPS and resolution,
the camera shall send on the network a single multicast stream this shall
help reduce network Bandwidth.
2.5. System must provide built-in facility of Water-marking & Digital Certificate
to ensure tamperproof recording so that these can be used as evidence at
a later date. The recording shall support audit trail feature.
2.6. System to have facility of additional camera installation beyond the
originally planned capacity.
2.7. The offered system shall have facility to export the desired portion of
clipping (from a desired date/time to another desired date/time) on CD or
DVD. Viewing of this recording shall be possible on standard PC using
standard software like Windows Media Player etc.
2.8 System should have built-in health diagnostic module to monitor details
like Network link failure, device online/ offline details, Camera failure,
Storage disconnection error, bandwidth loss errors etc. Further it shall be
capable to monitor operation of all services and having facility to restart
automatically when system malfunctions.
Tender Doc Page No. 1204

2.9 Retrieval: The SCCTV software application should allow retrieval of data
instantaneously or any date/time interval chosen through search
functionality of the application software. In case data is older than 30 days
and available, the retrieval should be possible. The system should also
allow for backup of specific data on any drives like CD/DVD/Blu-Ray
Recorders or any other device in a format which can be replayed
through a standard PC based software. Log of any such activity should
be maintained by the system which can be audited at a later date.
2.10 Capturing of Driver’s Photographs & Vehicle Registration Number:
(a) It shall have the capability of recording photographs of drivers and
Registration Number of vehicles.
(b) The system should be upgradable to support Face Recognition (FR) and
Automatic Number Plate Recognition (ANPR) feature, if required in future.
2.11 Artificial Intelligence: It shall have image tracking facility. If any object is
found to be stationary for a pre-defined period the system shall track the
event and alert the operator. This facility may be provided on select
cameras at Entry point, Boarding gates, and Arrival area and as defined
by the tenderer. The system should have the features for identifying tail-
gating, vehicle detection features, unattended baggage identification,
queuing analysis, external text insertion feature and intruder detection.
2.12 It shall provide video file export tool to export the native video format with
all protections (e.g. digital certificate, encryption) for enabling to play this
audio/video on a computer/Laptop.
2.13 The native file format audio/video player shall show the status of the
audio/video authentication as available with the original file format, to
enable forensic officials to confirm whether audio/video file has been
tampered with.
2.14 The system shall provide tamper-proof video recording.

3. Design/ functional parameters of SCCTV system


3.1. CAMERA SERVER software shall run on Commercial–off-the-shelf
(COTS) Servers (Camera Servers & Database Server). Each Camera
Server shall be able to handle 50 or more cameras. Camera/ Database
Server will work as failsafe/redundant Server for each other.
3.2. Camera Server shall offer both video stream management and video
stream storage management. Recording frame rate & resolution in respect
of individual channel shall be programmable.
3.3. System shall ensure that once recorded, the video cannot be altered;
ensuring the audit trail is intact for evidential purposes.
3.4. System shall provide sufficient usable storage of all the camera recordings
for a period of continuous THIRTY (30) days on Serial Attached SCSI
(SAS)/SATA at minimum 25 FPS in 2MP(1920x1080) resolution or better
quality using necessary compression techniques for all cameras
(Extended capacities of Cameras i.e. present capacity +25%).
Tender Doc Page No. 1205

3.5. All the indoor cameras & control equipment shall be suitable for operation
from 0° C to 40° C and relative humidity up to 80 % noncondensing.
Cameras & other equipment, meant for outdoor installations, shall be
suitable to work from (-) 10° C to (+) 50° C with RH up to 90% non-
condensing. This temperature range may be achieved with or without
heater.
3.6. IP Camera shall be used for image capture. Indoor cameras shall be either
with vari-focal lens or with Pan/Tilt & Zoom lens as per site requirement.
All Cameras shall be Day/Night Wide Dynamic Range (WDR) Colour
Cameras. All outdoor Fixed Cameras should be with Infra-Red (IR)
sensors.
3.7. All camera recordings shall have Camera ID & location/area of recording
as well as date/time stamp. Camera ID, Location/Area of recording &
date/time shall be programmable by the system administrator with User ID
& Password.
3.8 Facility of camera recording in real-time mode (25 FPS)/15must be
available in the system.
No dark zone (black spot area) should be there. i.e. 100% coverage for all
the areas of Airport.
3.9 Facility of Edge storage (SD Card) may also be available in each camera
with the facility to transfer edge storage recording to main storage i.e.
NAS/SAN, after resumption of link in case of network failure.
3.10 Redundancy/Fail-over feature is required i.e. in case of failure of a
CAMERA SERVER, the relevant cameras shall automatically switch over
to the redundant CAMERA SERVER.
3.11 Monitoring at Local control rooms may be restricted to operation of certain
cameras only & system administrator should be able to configure the
system, accordingly. More than one Local Control rooms may be
required in the proposed system with individual configuration.
3.12 Database Server shall keep track of all configurations & events. This shall
help in proper System administration & management of redundancies etc.
Suitable provision shall be made to keep database backup in same or
another Server.
3.13 All the workstations in LAN should be provided with software to view and
control the cameras and retrieve the recorded video images from the
CAMERA SERVER/NAS/SAN seamlessly.

4.0 (a). Network Attached Storage (NAS) shall be supplied for the
complete storage for all cameras for 24x7 in real time mode for a
period of 30 days with additional 25% free space for future addition
of cameras.
(b). NVR i.e. video recording server and analytic server both should
be in N+1 redundancy.
Tender Doc Page No. 1206

Fig 1: Surveillance CCTV System Schematic Diagram

Fig 2: Typical diagram of Two-Operator Console for SCCTV System Control Room

Front-side: Rear-side:
Tender Doc Page No. 1207

NOTE-SPECIFICATIONS OF THE EQUIPMENT BETTER THAN THOSE MENTIONED IN


“TECHNICAL REQUIREMENTS ALONG WITH FEATURES” SHALL BE ACCEPTED

A. TECHNICAL REQUIREMENTS ALONG WITH FEATURES

S. No. Description Statement of Reference


compliance page & para
no. of
supporting
document
(Write N/A, if
Not
Applicable)
(1) (2) (3) (4)
DETAILED TECHNICAL SPECIFICATIONS & FEATURES
The bidder shall confirm the “Technical Specifications” and “Technical
Features” of each item as mentioned below.
1. 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
Tender Doc Page No. 1208

per specifications with media (2 Nos. software CD/media at each site) and license as
applicable.

1.1 Provision/Features covered in video surveillance


software system:
i. The software should have inbuilt facility to store
configuration of cameras.
ii. The software shall Support flexible 1/4/9/16/25 user
defined Windows Split screen display mode or scroll
mode on the PC/Workstation monitor or on preview
monitor as per site requirement.
iii. The software shall be able to control all cameras
features such as PTZ control, Iris control,
auto/manual focus, and color balance of camera,
Selection of presets, Video tour selection etc.
iv. The software is required to generate reports of stored
device configuration. The control software is required
to provide alarm and alarm log. The log shall be able
to be archived, printed and displayed using a device
filter, a device group filter and/or a time window.
v. 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
the access of any camera and can control the
camera for a reservation period. Control of camera is
released after the reservation period.
vi. The system software shall provide User activity log
(audit trail) with user id, time stamp, and action
performed, etc.
vii. The administrator shall be able to add, edit & delete
users with rights. It 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.
viii. 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 controlled by a lower priority user.
There shall be minimum 03 hierarchical levels of
security for providing user level log in.
ix. 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
Tender Doc Page No. 1209

also be possible 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.
x. 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 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.
xi. The settings shall be individually configurable for
each alarm and each camera, pre-record duration.
This shall allow the Camera Server to capture video
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.
xii. Data storage should be at a central location in the
airport. The Capacity of storage should be for the
period of continuous 30 days or more. For every 30
disks one spare disk needs to be configured over and
above required capacity. The storage system should
follow FIFO on recording.
xiii. The software shall support web based user
connecting via the Internet/Intranet and mobile OS
(Android, iOS).
xiv. The software shall support a built-in Hardware or
Software Watchdog module. Watchdog shall monitor
operation of all services and automatically restart
them if they are malfunctioning.
xv. The software should be able to receive alarm signal
of the camera and should be able to send relay out
signal through the camera.
xvi. The software shall provide a facility for any alarm
input initiating any action in the SVMS system.
xvii. The software should provide a reporting utility for
tracking but not limited to the following options. Video
Tender Doc Page No. 1210

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
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
1.2 User facilities covered in application software

i. The user shall consist of Administrator Tool


application, a Monitoring application, and an Archive
Player application.
ii. The client shall perform the following applications
simultaneously 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
iii. The user applications shall provide an authentication
mechanism, which verifies the validity of the user.
iv. The user shall be able to define bookmarks, the
amount of time he wishes to go back from a
predefined list or through a custom setup period.
v. The user shall be allowed to add bookmarks to
recorded clips of video.
Tender Doc Page No. 1211

vi. The user shall be able to choose and trigger an


action from a 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
vii. The user shall be capable to display all camera
sequences created in the system.
viii. The user shall be allowed for unlimited cameras
sequences, which can be run independently of each
other on either of the monitor tiles.
ix. The user shall be able to drag and drop a camera
from a tree of available cameras into any video tile
for live viewing.
x. The user shall support digital zoom on a fixed/ PTZ
camera’s live and recorded video streams.
xi. The user shall be able to control pan-tilt-zoom, focus
and dome relays.
xii. The user shall be allowed to access the PTZ
configuration menus with no need of additional
hardware.
1.3 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.
2. IP PTZ DAY/NIGHT COLOUR MEGA PIXEL ONVIF
CAMERA
2.1 TECHNICAL SPECIFICATIONS:

Image Device: ~ 1/3” or better CCD/CMOS


sensor
Focal length (For Indoor Camera): ~ 4.7 mm to
94 mm or better
Tender Doc Page No. 1212

Focal length (For Outdoor Camera): ~ 4.3 mm to


129 mm or better
Optical zoom (For Indoor Camera): 20 x or better
Optical zoom (For Outdoor Camera): 30 x or
better
Number of Pixels: 1920 x 1080
Resolution: 1080p HD @25 FPS or better
Minimum Illumination: B/W: 0.1 Lux or better;
Colour: 0.6 Lux or better
Pan Travel: 360° Continuous
Tilt Travel: 0 - 90°
Manual Tilt Speed: 0.5°/SEC to 90°/SEC
Manual Pan Speed: 0.5°/SEC to 90°/SEC
Preset Tilt Speed: 0.5°/SEC to 90°/SEC
Preset Pan Speed: 0.5°/SEC to 300°/SEC
CE certified/UL listed/BIS
2.2 TECHNICAL FEATURES:
Termination Box, Integrated RJ 45 and power
connector should be provided with each camera
ONVIF (Open Network Video Interface Forum)
compliant
Video Stream: Dual H.264 or better video stream
for independent viewing and recording
Auxiliary inputs & outputs: 1 alarm input, 1 relay
output
Privacy masking zones: 4 or more
Preset positions Min.: 64
Iris Control: Auto
Focus: Auto
Tilt Travel: Auto flip
Wide Dynamic Range (WDR): 70 dB or better
Back Light compensation: Auto
White balance: Auto
Electronic shutter: Auto
Remote access: Via browser for configuration,
viewing and control
Ethernet :10/100 Base-T Auto sensing, Half /Full
Duplex (RJ45)
S/N Ratio: >= 50 dB
Tender Doc Page No. 1213

SD Card: 32 GB
Power supply (Indoor type): Shall have the ability
to be powered by PoE+ 802.3 as well as DC/AC
power adapter
Power supply (Outdoor): Power Supply should
be of the same OEM of Camera as per OEM’s
design, however generally AC 230 V @ 50Hz
input
Camera Housing & Mount:
Housing (Indoor): IP 54, shall be of same make
as of camera.
Housing (Outdoor): IP 66 rated, Built in Heater
and Blower and shall be of same make as of
camera. IK10 certified for vandal proof rating.
Mount: Surface/Ceiling/pipe/corner/parapet/
pendant with wall mount bracket/In Ceiling as
required.
The camera OEM housing and mount should be:
i. Of the same make as that of camera and
suitable for the model number offered as
specified by the manufacturer and should be
an integrated unit.
ii. Should be compact and indoor/ outdoor type
as required.
iii. Should support the weight of camera and
accessories such as housing, pan & tilt head
in any vertical or horizontal position etc.
3. IP DAY/NIGHT FIXED COLOUR MEGA PIXEL
ONVIF CAMERA
3.1 TECHNICAL SPECIFICATIONS:
Image Device: ~ 1/3” CMOS sensor
Lens: OEM Varifocal lens, Auto Iris, lens f ~ 3
mm to 9 mm (+/- 25% for Indoor Camera) & f ~
10 mm to 40 mm (+/- 10% for Outdoor Camera)
or better
Number of Pixels: 1920 X 1080
Resolution: 1080p HD @25 FPS or better
Minimum Illumination: B/W: 0.1 Lux or better;
Colour: 0.6 Lux or better
Outdoor cameras: With IR sensor
CE certified/UL listed/BIS
3.2 TECHNICAL FEATURES:
Termination Box, Integrated RJ 45 and power
connector should be provided with each camera
Tender Doc Page No. 1214

ONVIF (Open Network Video Interface Forum)


compliant
Video Stream: Dual H.264 or Better video stream
for independent viewing and recording
Electronic Shutter: Auto
Auxiliary inputs & outputs: 1 alarm input, 1 relay
output
Iris Control: Auto
Back Light compensation: Auto
White balance: Auto
Wide Dynamic Range (WDR): 70 dB or better
Remote access: Via browser for configuration,
viewing and control
Ethernet:10/100 Base-T Auto sensing, Half/ Full
Duplex (RJ45)
S/N Ratio: >= 50 dB
SD Card: 32 GB
Power supply (Indoor type): Shall have the ability
to be powered by PoE 802.3 as well as normal
DC/AC power
Power supply (Outdoor): Power Supply should
be of the same OEM of Camera as per OEM’s
design, however generally AC 230 V @ 50Hz
input
Camera Housing & mount
Housing (Indoor): IP 54, and shall be of same
make as of camera.
Housing (Outdoor): IP 66 rated,
Built in Heater and Blower and shall be of same
make as of camera.
Mount:
Surface/Ceiling/pipe/corner/parapet/pendant
with wall mount bracket/In Ceiling as required.
The camera mount should be
i. Of the same make as that of camera and
suitable for the model number offered as
specified by the manufacturer and should be
an integrated unit.
ii. Should be compact and indoor/outdoor type
as required.
iii. Should support the weight of camera and
accessories such as housing in any vertical or
horizontal position etc.
4. Network Attached Storage (NAS): SAS/SATA
Disk (in RAID 6 Configuration), suitable power
Tender Doc Page No. 1215

socket, DC power converters, connectors, cables


etc.

Network Attached Storage (NAS) shall be


supplied for the complete storage for all cameras
for 24x7 in real time mode for a period of 30 days
and additional 25% vacant space in NAS.
4.1 TECHNICAL SPECIFICATIONS:
NAS Storage System with RAID 6 configuration
shall be used to record video streams based on
the configuration assigned by administrator.
A. Workstations & Servers within the LAN
should be able to access the recorded video
streams. The Storage device shall support
simultaneous play back and recording at full
duplex operation.
It shall provide a high-quality recording storage and
play back of images. It shall support integration with
LAN to provide Centralized Management and shall
operate on Windows/Linux/Unix/OEM OS. Support of
user management for security level control and
authentication required. These Storage devices shall
have the following features and specifications:
Controller: Dual Active-Active Controllers in failover
mode with no single point of failure
Onboard Cache: 16 GB per Controller (Mirrored)
Storage Disk:
i. 10K/ 7.2K rpm SAS/NL-SAS/SATA disk for 30 days
Host Interface: At least four Gigabit Ethernet (IP)
ports and four FC ports
HDD type support: SAS, SSD, NL-SAS/ SATA
Inbuilt RAID Support: RAID-Double Disk failure
support/ RAID-6
Network Transport Protocols: TCP/IP
Server/ Storage should support Protocol (As per
solution): CIFS, NFS, iSCSI, FCP, HTTP/HTTPS,
FTP, NTP, SNMP, SMTP, DHCP and DNS.
Power Supply: Hot pluggable Redundant Power
Supply
4.2 TECHNICAL FEATURES:
Operating System (OS): Built-in Storage OEM OS,
Compatible with MS Windows/ Linux/ Unix
Tender Doc Page No. 1216

Storage Management Software: Inbuilt GUI/CLI/


Web Based administration management software
Rack mountable
Scalability: The offered storage shall be scalable to
add additional 50% usable capacity at site within
the same storage.
The following information should be provided by the
NAS supplier against each configuration:
Parameter Bidder will indicate
required information
against each
parameter
a. Drive type
b. Drive speed
c. Drive size
d. RAID group
used to
configure
e. usable capacity
(Data + parity +
spares) along
with total disks
supported by
NAS
f. balance disk
space to
configure
additional 50%
usable capacity
Parameter: Bidder will indicate required
information against each parameter
Storage System should be provided with:
No other upgrades should be required for desired
scalability except for disk Arrays enclosures and Disk
drives as required.
Once data is stored in Storage, no client/operator
should be able to delete or modify data.
FC Switches, if required, as part of the solution
should be provided as per system design without any
extra cost to AAI.
If any additional appliance required to provide the
NAS capability then the solution should be in high
Tender Doc Page No. 1217

availability mode and the cache of the same should


be extra.
5. Rack Mountable NVR/ Camera Server complete
with all accessories including Supply of Licensed
OS & Antivirus as per specifications and
preferred makes.
All the Servers (NVR/CAMERA SERVER, VIDEO
ANALYTICS SERVER) shall be essentially
supplied by the contractor as per following
specifications.
5.1 TECHNICAL SPECIFICATIONS:
A.CPU: 64-bit high performance, Minimum Two
Processor of 8 Core each or higher Intel/AMD CPU
operating at 2.1 GHz or more with a minimum of 11
MB L3 cache or higher
Memory: 16 GB DDR RAM Upgradable to 64 GB
Chassis type: Rack mountable
Hard Drives: SAS 10K rpm or higher hot swappable
Hard Disk in RAID 5 or 6 configuration having usable
space of 500 GB or more.
Power supply: Redundant Power Supply
5.2 TECHNICAL FEATURES:
Network Adapter (NIC): Dual 10Gbps ports
Keyboard: USB Keyboard
Mouse: Optical Mouse with scroll
Operating System: Licensed MS Windows Server
or Linux (Latest version)
Anti-Virus Software compatible with Windows/ Linux
along with update subscription valid till warranty and
AMC period
6. Workstation (Client PC Type A & B)

6.1 TECHNICAL SPECIFICATIONS:


CPU: Minimum 7th Generation Core i7 Intel /AMD
Processor or higher operating at 3 GHz or more with
8 MB Cache or higher
Memory: 16 GB DDR 3 or higher
Hard Drives: 500 GB SATA/ SAS or more
Video Card: 4 GB NVidia Ge Force DVI or better
dual port Graphics card.
RAID: supported
Tender Doc Page No. 1218

6.2 TECHNICAL FEATURES:


Keyboard and Joy
stick: Variable speed Joystick controller with
LCD/LED display (for programming and to control
the speed dome for PAN / TILT / Zoom) or keyboard.
It shall also be able to select any camera on any
monitor.

Keyboard and joystick shall be installed and


integrated on Console for camera monitoring and
PTZ control.
Mouse: Optical Mouse with scroll and Mouse Pad
Network Adapter (NIC): Two numbers of 10Gbps
ports
Sound Card: In- Built
DVD writer: DVD RW/ Blu-Ray combo
internal/external
USB 3.0: 2 nos. at front panel
Operating System: Licensed MS Windows or Linux
(Latest version)
Anti-Virus Software: Anti-Virus Software
compatible with Windows/ Linux along with update
subscription valid till warranty and AMC period
Client VMS application software including Supply of
Licensed OS & Antivirus Software
7. 55" Displays (for Client PC Type A) complete with
wall/ceiling/floor mounting arrangement
7.1 TECHNICAL SPECIFICATIONS:
Screen Size: 55”” (diagonal) or higher
Monitor Type: Industrial/ Professional suitable for
24x7 operation
Back Light: LED
Aspect Ratio: 16:9
Resolution: Full HD, 1920 X 1080 pixels or better
Brightness: 450 cd/m2 or better
Contrast Ratio (Native): 2400:1 without IPS/ 1100:1
along with IPS
7.2 TECHNICAL FEATURES:
Viewing angle: 178⁰
Operating Voltage: Suitable for single phase AC
supply 180-230 V, 50 Hz
Tender Doc Page No. 1219

Video Input Ports: Digital Ports: HDMI/ DVI-D; /USB


Port.
9. OPERATOR CONSOLE FOR CONTROL ROOM
9.1 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, joystick, keyboard and mouse. the
Console as per following features:
The console shall be built to withstand life span of 07
years on normal use, wear and tear.
a. The structure of the Console should have following
component and design:
b. Structure shall be made of Extruded Vertical &
Horizontal Aluminum 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 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. Electricals: Each console shall be equipped with
individual power distribution unit.
i. Approximate dimensions of the console shall be
1800 mm (W) X 1000 mm (D) X 750 mm (H).
j. The console must be UL listed and certificate
should be enclosed.
k. A typical diagram for Operator Console (2
operators) is attached at Fig 2 for reference.
Final drawings and design will be approved by
Engineer-In-Charge/CHQ before the time of
execution.
9.2 Fabrication, supply and installation of Console for
Control room shall be done by the bidder firm and
shall have the following provisions:
Tender Doc Page No. 1220

a. Provision to suitably install Workstations.


b. Keyboard, Mouse shall be installed on
Console for camera monitoring and PTZ
control.
c. Lockable compartment for keyboard shall be
provided.
Space for proper termination of cables shall be
provided.
10. GI POLE FOR MOUNTING OF CAMERA
Camera pole of SS304 having 4" dia. up to 5 Mtrs.
height from ground level with accessories shall be
supplied and installed for mounting of camera.
The pole shall be grouted with SS base plate of min.
size 300 mm x 300 mm x 6 mm 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.
11. EARTHING
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:
Supply and installation of the copper plate -
600x600x3mm
GI (galvanized) pipe of 40 mm diameter is to be used
The earth-pit to be dug for a depth of 3.75 mts.
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
board of the center.
The copper strip without GI pipe or thick copper wire
with GI pipe should be laid up to the Server Room.
19 mm GI pipe to be laid for watering purposes. This
will have a funnel at the top of the earth pit chamber.
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.
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.
Tender Doc Page No. 1221

Contractor shall ensure proper grounding/Earthing of


all system equipment, cabinets and AC power supply
outlet.
12. TRAINING & DOCUMENTATION
The bidder firm along with OEM partner firm shall
provide following types of training as detailed below:
12.1 OPERATION, MAINTENANCE AND SYSTEM
ADMINISTRATION TRAINING
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:
Basics of SCCTV System.
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.
Configuration, optimization and alignment of the
system with the help of the documents and software
supplied along with the equipment/system.
Breakdown maintenance of the system.
Fault isolation up to Module level using diagnostic
tools and general purpose test equipment,
Preventive maintenance of the system.
12.2 ON THE JOB OPERATORS TRAINING
One batch consisting of around EIGHT-TEN
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.
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.
12.3 DOCUMENTATION
TWO SETS EACH OF SOFT COPY AND HARD
COPY of Operations, Technical and Maintenance
manual, etc. shall be supplied at each Airport.
Tender Doc Page No. 1222

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.
The Technical and Maintenance manual will cover:
General technical description and theory of
operation
Block diagram of complete system
Servicing/ Maintenance instructions including
preventive maintenance schedule

Fault analysis and repair


Installation procedures for software, configuration
recovery, reloading of software modules of
application software.
Technical & operational manuals
Maintenance manuals
Maintenance and System Administrative procedures.

TECHNICAL SPECIFICATION FOR INSTALLATION OF CCTV CAMERAS AT ISOLATION


BAY AREA
ISOLATION BAY Area to be covered by CCTV, (If required)
4 No.s of PTZ camera with minimum 500 Mtr IR should be installed at the ISOLATION
BAY
Wireless point to multipoint connectivity should be installed to connect the PTZ
Cameras with SOCC

Technical specification of 500MTR IR PTZ Camera –


13.1 High Definition PTZ Dome Camera with IR 500
meter

TECHNICAL SPECIFICATIONS:

Image Device: ~ 1/3” or better CCD/CMOS sensor

Optical zoom (For Outdoor Camera): 40 x or better

Number of Pixels: 1920 x 1080

Resolution: 1080p HD or better


Tender Doc Page No. 1223

Minimum Illumination: B/W: 0.1 Lux or better;


Colour:
0.6 Lux or better

Wide Dynamic Range (WDR): 120 dB or better

IR - Outdoor - 500mtr (Inbuilt / External)

Pan Travel: 360° Continuous

Number of Pixels: 1920 x 1080

Resolution: 1080p HD @50 FPS or better

Minimum Illumination: B/W: 0.1 Lux or better;


Colour:
0.6 Lux or better

Pan Travel: 360° Continuous

Tilt Travel: 0 - 90°, Auto flip

Manual Tilt Speed: 0.5°/SEC to 90°/SEC

Manual Pan Speed: 0.5°/SEC to 90°/SEC

Preset Tilt Speed:0.5°/SEC to 90°/SEC

Preset Pan Speed: 0.5°/SEC to 240°/SEC

Video Stream :Triple H.265 or better video stream


for independent viewing and recording at 1080P @
1080P

Auxiliary inputs & outputs: 1 alarm input, 1 relay


output

Privacy masking zones : 8 or more

Preset positions Min.: 200

Iris Control : Auto

Focus: Auto

White balance: Auto

Electronic shutter: Auto

Remote access: Via browser for configuration,


viewing and control
Tender Doc Page No. 1224

Ethernet : 10/100 Base-T Auto sensing, Half /Full


Duplex (RJ45)

S/N Ratio: >= 50 dB

SD Card Slot: 01, Upto 256GB

Features supported - Image Stabilization, Auto


Tracking, Preset Scan, Trace, Tour, Auto Run,
Schedule, Flip/Mirror

Protocols supported - IPv4, IPv6, TCP/IP, UDP/IP,


RTP(UDP), RTP(TCP), RTCP,RTSP, NTP, HTTP,
HTTPS,
SSL/TLS, DHCP, FTP, SMTP, ICMP, IGMP,
SNMPv1/v2c/v3(MIB-2), ARP, DNS, DDNS, QoS,
PIMSM, UPnP, Bonjour

Security - HTTPS(SSL) Login Authentication


Digest Login Authentication
IP Address Filtering
User access log
802.1X Authentication(EAP-TLS, EAP-LEAP)

Standard: CE certified/ UL listed/ BIS

Compliance ONVIF-S & G profile (Open Network


Video Interface Forum) compliant.

Power supply : Shall have the ability to be powered


by PoE+ 802.3 or higher as well as DC/AC power
adapter

Power supply (Outdoor type): Power Supply should


be of the same OEM of Camera or OEM
recommended.

Housing - Minimum IP66 & IK-10. Should have


inbuilt heater/ Blower.

TECHNICAL SPECIFICATION for Wireless link to connect the PTZ Cameras with SOCC

Point to Multi Point Base Station


Tender Doc Page No. 1225

Sl.
Technical Specifications Compliance
No

Model Numbers

Radio System should operate in India WPC Band in 5Ghz


1 band in accordance with G.S.R. 1048(E) dated 18th Oct
2018 for outdoor deployment
 5.150Ghz – 5.250Ghz
 5.250Ghz – 5.350Ghz

 5.470Ghz – 5.725Ghz

 5.725Ghz – 5.875Ghz
Radio System should be able to operate in a LOS and nLOS
2 environment to ensure complete flexibility in choosing
deployment locations.
Radio System should support OFDM, MIMO2x2 with BPSK,
3 QPSK,
16QAM, 64QAM, 256QAM
Radio should have the capability to adapt the modulation
mode depending on the link environment, ensure best
4
throughput in nLOS situation. Modulation level shall be
dynamically adaptive.
5 Radio System should support Channel Resolution of 5 MHz
Radio System should support Channel Bandwidth
6
10/20/40/80 MHz user configurable
Radio System should be configurable to maximum 23 dBm
7 Tx Power, reducible in steps if 1dBm to maintain EIRP in
accordance with G.S.R 1048(E) dated 18th Oct 2018
8 Radio System should support Duplex TDD Technology
Radio System should support Asymmetrical Bandwidth with
9
flexible uplink/downlink any direction
10 Radio System should support IPv4 & IPv6
Radio System must have inbuilt Spectrum analyzer tool to
find the best available frequency to be used. It should also
12
have the capability to reflect/show results of both sites of the
radio link
Radio System Should support Error Correction Method FEC
13
1/2,2/3,3/4and 5/6
Tender Doc Page No. 1226

Radio System must support aggregate throughput upto 1.5


14 Gbps and support 4 external antennas for 90 deg sector
coverage
15 Radio must support Inbuilt SFP and GPS Sync Unit
Radio System should support LAN Interface
16 10/100/1000BaseT interface with Auto negotiation
(IEEE802.3)
Radio System should support MTU size of 9000 bytes or
higher increasing fragmented frame size by limiting
17
overheads and delivering higher data for a given duration of
time
Management - Radio System should support SNMPv1&
18 SNMPv3,
HTTPS & SSH
The Radio System support the Quality of Service according
19 to IEEE 802.1p, TOS/Diffserve and 4 Levels of Queues -
Real time, Near real time, Controlled load and Best effort
The Radio System should support these VLAN features i)
20 User must be able to define VLAN for management and data
traffic ii) Double tagging (Q in Q) iii) VLAN transparent
21 The Radio should support AES-128 or AES-256 or better
The radio must have provision of Initiation of software reset
command to either side radio from Link management
22
software and should not have a HW based reset button for
security reasons.
The radio should support Link Password between two radios
23 of the link for added security and prevent pilferage of
information over the radio link.
24 Radio should support 250,000 packets per second
The outdoor Radio system should confirm to Ingress
25
Protection of IP67 without any external adaptations
26 The power consumption should be <30W
Temperature supported should be for outdoor radios -35° C
27
to 60° C and indoor units 0°C to 40°C
The Radio should support safety standards: UL 60950-1, UL
28
60950-22

The Radio should support the lightening protection as per


29
EN 61000-4-5, Class 3 (2kV) standard

The one-way latency of the Radio link should not be greater


30
than 8ms
Tender Doc Page No. 1227

The Radio should support inbuilt speed test tool at


31
subscriber unit
The Radio should support inbuilt utilities like ping &
32
traceroute
33 The Radio should support inbuilt sniffing tool
The Radio should support capturing diagnostics logs for
34
troubleshooting & analyzing link performance

Point to Multi Point CPE Radio (to be installed along with 4 PTZ Cameras)
S.No Technical Specifications Compliance
Model Numbers
Radio System should operate in India WPC Band in 5Ghz
band in accordance with G.S.R. 1048(E) dated 18th Oct
1
2018 for outdoor deployment, The unlicensed frequency
bands are as below:
 5.150Ghz – 5.250Ghz
 5.250Ghz – 5.350Ghz
 5.470Ghz – 5.725Ghz
 5.725Ghz – 5.875Ghz
Radio System should be able to operate in a LOS and nLOS
2 environment to ensure complete flexibility in choosing
deployment locations.
Radio System should support OFDM, MIMO2x2 with BPSK,
3 QPSK,
16QAM, 64QAM, 256QAM
Radio should have the capability to adapt the modulation
mode depending on the link environment, ensure best
4
throughput in nLOS situation. Modulation level shall be
dynamically adaptive.
5 Radio System should support Channel Resolution of 5 MHz
Radio System should support Channel Bandwidth
6
10/20/40/80 MHz user configurable
7 Radio System should support Duplex TDD Technology
Radio System should support Asymmetrical Bandwidth with
8
flexible uplink/downlink any direction
9 Radio System should support IPv4 & IPv6
Tender Doc Page No. 1228

Radio System must have inbuilt Spectrum analyzer tool to


find the best available frequency to be used. It should also
10
have the capability to reflect/show results of both sites of the
radio link
Radio System Should support Error Correction Method FEC
11
1/2,2/3,3/4and 5/6
Radio System must support aggregate throughput upto
12
500Mbps without change of Hardware
Radio must support maximum Tx Power at antenna port
13
upto 26dBm
Radio must support External Antenna of 29dBi Gain or
14
better
Radio System should support LAN Interface
15 10/100/1000BaseT interface with Auto negotiation
(IEEE802.3)
Radio System should support MTU size of 9000 bytes or
higher increasing fragmented frame size by limiting
16
overheads and delivering higher data for a given duration of
time
Management - Radio System should support SNMPv1&
17 SNMPv3,
HTTP/HTTPS & SSH
The Radio System support the Quality of Service according
18 to IEEE 802.1p, TOS/Diffserve and 4 Levels of Queues -
Real time, Near real time, Controlled load and Best effort
The Radio System should support these VLAN features i)
19 User must be able to define VLAN for management and data
traffic ii) Double tagging (Q in Q) iii) VLAN transparent
20 The Radio should support AES-128 or better
The radio must have provision of Initiation of software reset
command to either side radio from Link management
21
software and should not have a HW based reset button for
security reasons.
The radio should support Link Password, Secured Sync
22 between two radios of the link for added security and
prevent pilferage of information over the radio link.
23 Radio should support 300,000 packets per second
The outdoor Radio system should confirm to Ingress
24
Protection of IP67 without any external adaptations
25 The power consumption should be <13W
Tender Doc Page No. 1229

Temperature supported should be for outdoor radios -35° C


26
to 60° C and indoor units 0°C to 50°C
The Radio should support safety standards: UL 60950-1, UL
27
60950-22
The Radio should support the lightening protection as per
28
EN 61000-4-5, Class 3 (2kV) standard
The one-way latency of the Radio link should not be greater
29
than 8ms
30 The Radio should support Dying Gasp functionality
The Radio should support inbuilt speed test tool at subscriber
31
unit

32 The Radio should support inbuilt utilities like ping & traceroute
33 The Radio should support inbuilt sniffing tool
The Radio should support capturing diagnostics logs for
34
troubleshooting & analyzing link performance

Format- Bill of Materials


SI. Description Oty unit
No.

1 Indoor Dome Camera with camera mount and indoor Nos.


housing (IP 54) and accessories as per technical
specification

2 Outdoor Box Camera with camera mount and weather proof Nos
housing (IP 66) and accessories as per technical
specification as per technical specification

3 Indoor PTZ Camera with camera mount and indoor housing Nos
(IP 54) and accessories as per technical specification

4 Outdoor PTZ with camera mount and weather proof housing Nos
(IP 66) and accessories as per technical specification

TOTAL CAMERAS

5 SITC of Network Attached Storage (NAS) with Nos


usable capacity + 25% extra on SAS/SATA Disk {in
RAID 6 configuration) with two controllers complete
with accessories as per tender specifications
Tender Doc Page No. 1230

6 SITC of Rack Mountable VMS/Recording/Camera Nos


Server in redundancy configuration including database
server, Operating system and Anti-virus for lifetime
complete with all accessories in redundancy as per
Specification

7 SITC of Rack Mountable video analytic server in Nos


redundancy including Operating system and Anti-virus
for lifetime complete with all accessories in
redundancy as per Specification

8 SITC of Network time protocol (NTP Server) with Nos


accessories as per specifications and preferred make

9 SITC of 3X2 55” Thin bezel LED Videowall displays with Nos
Video Wall Controller (For Client PC Type A) complete
with Frame & wall/ceiling/floor mounting arrangement
as per specifications and preferred makes.

10 Supply of 55-inch LED display monitors (for client PC Nos


type A) complete with frame &wall / ceiling /floor
mounting arrangement as per technical specs and
preferred makes.

11 SITC of Workstation including Operating system and Anti- Nos


virus with 21“Monitor, Keyboard, Optical scroll Mouse and
accessories, etc. compete as per specification.

12 SITC of Speed Dome Controller Joystick complete as Nos


per Specification

13 SITC of 8 port KVM Switch integrated 21” LCD/ LED Nos


Curved Monitor, for connectivity with server in 42 U rack as
per specifications.

14 SITC of Console for Control room Complete as per Nos


specifications

15 SITC of VMS & Digital Video Surveillance Control Nos


Software for complete system consisting of Servers/
Workstations/ NAS, to be supplied (2 Nos. of Software CD
at each site} to meet the technical & functional
requirements as per tender at each site, with per camera
license.

16 SITC of Video Analytics Software for Fixed IP Camera Nos


connection License.

17 Supply of 10 KVA online UPS in redundant configuration Nos


with SMF batteries, 30minutes back up with each UPS as
per specification

18 Power Distribution panel with MCB switches in Eqpt room Nos


for UPS supply distribution
Tender Doc Page No. 1231

19 SITC of ISI marked 4-inch diameter 8inch X 8-inch Nos


baseplate, up to 05 meters/08-meter height with
accessories to mount cameras as per specifications.

20 Earthing with Copper plates as per specifications

21 Training as per details in the tender documents LOT

22 Documentation Charges - Technical maintenance, LOT


Operation manual in CD, Cables layout and other diagrams
as per tender

23 Supply of Multifunction Laser printer, scanner (A4 Nos


size,22ppm, B/w) Licenced latest windows MS office,
Antivirus etc as per specification
Tender Doc Page No. 1232

2. FIDS With CIDS

A. GENERAL

1. The offered equipment by the bidder shall be compact, fully solid state, highly reliable and
shall use latest state of the art technology.
2. The design and selection of the offered equipment by the bidder shall be consistent with
the requirements of long-term trouble-free operation with highest degree of reliability and
maintainability.
3. All offered equipment by the bidder shall be manufactured to continuously operate safely
without undue heating, vibration, wear, corrosion, electromagnetic interference or any
similar problems.
4. The offered equipment by the bidder shall be designed for continuous operation (24-hours
a day and 365-days a year). The design life of the equipment shall be a minimum of
SEVEN YEARS.
5. This life shall be achievable through normal and regular maintenance.
6. All types of spares and spare modules of the offered equipment for the FIDS shall be
readily available with the bidder during life-time of the equipment, for maintenance, repairs
and up keep of the equipment during warranty & CAMC period, if applicable.
7. The Bidder shall undertake and ensure implementation of its offered solution and shall
keep its in view the safety and protection of personnel, during normal operation and
maintenance or during malfunctioning of any equipment or its sub-component. This shall
be ensured as an integrated feature of design, manufacture and installation of offered
equipment by bidder.
8. The bidder shall ensure adequate protection to be included for ensuring safety of
personnel from any possible hazards, including EMI radiation, high voltages, etc.
9. The bidder shall furnish the details of EMI and Safety Standards met by his equipment and
built-in safety features.
10. The offered equipment shall be constructed on a modular basis, using plug-in type units
and components to the extent possible. Parts subject to failure, wear, corrosion or other
deteriorations or requiring occasional inspection, adjustment or replacement shall be
made accessible and capable of convenient inspection and removal.
11. Input and output termination cables in offered equipment shall be properly labelled to
permit ready identification of the incoming/outgoing wiring.
12. All interconnecting cables in offered equipment shall also be appropriately labelled to
facilitate convenient interconnection and minimize chances of incorrect connection.
13. All connecting cables required to inter-connect the equipment shall be supplied by the
bidder as a part of the offered system. All cables shall be fully assembled, connector pre-
terminated and factory tested at the time of supply as part of overall system check.
14. Contractor shall be responsible for upgradation of existing FIDS System.
Tender Doc Page No. 1233

15. Licenses
All Hardware system/component and Software supplied by bidder shall be licensed, as
applicable, in favour of Airports Authority of India and valid for lifetime of the offered
system.
16. Mains Power Supply

16.1 Complete offered equipment shall operate with an un-interrupted AC power 230 Volts
(±10%) single phase 50 Hz ± 5%. Reliable over & under voltage and over current
protection circuits shall be provided in the power supply units of offered solution. The
power supply units in complete offered solution shall be self-protecting, and shall protect
connected equipment against conducted interference, noise, voltage dips and surges &
impulses.

16.2 Mains Power Supplies used in offered solution/equipment shall be rugged enough to
withstand variation in mains voltage and frequency over a long period of time so that the
failures in the equipment due to power supply are minimized.

17. Installation Standards


16.7 Installation shall be carried out by technically well qualified and certified personnel as per
the requirements.
16.8 Contractors shall not outsource any part of the contract to any other vendor/third party
contractor without prior permission of AAI.

16.9 Liability, if anything, arising out of such third-party contracts to any other vendor by
contractor shall be to the contractor’s account.

16.10 AAI shall not be liable on behalf of contractor to any other third party contractor/
Government of India/State/Regulatory Authorities.

16.11 Any liabilities arising out of such third party contracts by contractor or its men working at
site shall be only to contractor’s account and shall be deducted out of its running bills.

16.12 Contractor shall submit Police Verification Certificates and obtain necessary Airport Entry
Permits, for allowing its men to work at AAI restricted premises.

18. Quality Assurance Standards

The contractor shall use Quality Assurance procedure compliant with Quality Assurance
in system design, development, manufacturing, and installation and servicing- ISO 9001
Quality Management and Assurance Standards Part 3 – ISO 9001 Application and
Development, Supply and Maintenance of software.

19. Reliability
To ensure high availability and high reliability, the offered equipment design by the bidder
and its OEM partner shall employ the most suitable engineering techniques, materials and
dependable components, field proven design and rigorous inspection during
Tender Doc Page No. 1234

manufacturing to ensure a very high MTBO (Mean Time between Outage) and MTBF
(Mean Time between Failure) of equipment.

20. Environmental Conditions

The offered equipment shall be capable of maintaining its guaranteed performance when
operating continuously for 24 hours a day and 365 days a year without any deviation in
quality or degradation of system performance and all the parameter detailed in these
specifications shall be guaranteed over the following environmental conditions:
i) Indoor Equipment:
Operating Temperature: 0 degree to + 40 degree Centigrade.
Relative Humidity: 80% up to 35 degree centigrade.
ii) Outdoor Equipment:
Operating Temperature: -10 degree to + 50 degree Centigrade.
Relative Humidity: 90% up to 35 degree centigrade
i) Storage Temperature: -10 to + 70 degree Centigrade

B. SCOPE OF WORK
 Scope of work is briefly but not exhaustively described in succeeding paragraphs. The
bidder has to quote considering the following scope of work to meet general, qualitative
and technical requirements of tender as per this Section and mentioned in design criteria.
 The bidder firm shall provide the following systems at specified Airports.

S. System Requirement
No.
Flight Design, Supply, Installation, Testing and commissioning of
1 Information Flight Information Display System for complete terminal
Display System building.
(FIDS)
 The scope of Flight Information Display System comprises of:

1. Design and Supply of all required hardware such as Display with controller,
Servers, Data Entry Terminal, Network equipment, Equipment Rack, KVM Switch,
UPS, Data & Power cabling etc. and all required software such as Application,
Antivirus, AFAS etc. including their upgrades, their installation, testing &
commissioning

2. The upgrades for the supplied Application, Antivirus, Control and Management
Software and firmware shall be supplied and installed by the Bidder and without
any legal implication to AAI, during the complete period of contract i.e. guarantee/
warranty and defects liability period and comprehensive AMC period. Report of
upgradation of software of each site shall be submitted to Engineer in Charge
periodically (every six months), failing which, necessary deduction, as finalised by
Engineer in Charge, shall be done and it will be binding on firm.
Tender Doc Page No. 1235

3. The required communication media (Fibre Optic and other cables) including their
lengths and interface equipment shall be determined based on the locations of the
different type of equipment (display, switches, client terminal etc.) and shall be
supplied by the bidder firm. Requisite termination s and integration of FO cables
with the main system shall be done by the bidder firm.

4. The supply and laying of various types of cables shall be made after the survey of
the routes and ascertaining of the exact cable length (s) requirements at site.

5. The laying of the outdoor cables shall be in accordance with the standard industry
practice.

6. The offered system shall be complete with all equipment and accessories
including connectors, patch cords, other networking accessories, mounting, and
fixing hardware, plugs, sockets, etc.

7. supply and fixing of Adaptors, Connectors, Patch Cords, Mounting/ Fixing


hardware, Electrical Switches/ Sockets inside the racks and other accessories
required for completion of work is deemed to be included in the scope of Bidder
firm. This also includes cable channel/ Tray to be installed by the bidder firm within
Equipment Room/ Control room as per requirement.

8. Testing of system components shall be done as per original equipment


manufacturers specifications and guidelines.

9. The entire work has to be executed with total responsibility by bidder firm. All
necessary technical completeness shall be ensured by the bidder firm at the time
of quoting/ completion of works.

10. Bidder shall be responsible to conduct Site Acceptance Test (SAT), and to supply
detailed documentation including as-built drawing in hard, soft copy at all the
Airport.

11. The bidder firm may undertake survey at specified airports at its own cost to
understand the scope and intricacies involved in carrying out the work as per
scope of tender.

C. GENERAL & QUALITATIVE REQUIREMENTS


The bidder has to fill General & Qualitative compliance statement in the table given
below:

ii) For stating compliance: Write “C” in the third column below.

S. Description Statement of
No. compliance
(1) (2) (3)
FLIGHT INFORMATION DISPLAY SYSTEM
Tender Doc Page No. 1236

1. GENERAL REQUIREMENTS
1.1 The offered equipment by the bidder shall be compact, fully solid state,
highly reliable and shall use latest state of the art technology.

1.2
The offered equipment by the bidder shall be designed for continuous
operation (24-hours a day and 365-days a year). The design life of the
equipment shall be a minimum of SEVEN YEARS. This life shall be
achievable through normal and regular maintenance during the period of
Warranty and Comprehensive AMC.

1.3 All offered equipment by the bidder shall be manufactured to


continuously operate safely without undue heating, vibration, wear,
corrosion, electromagnetic interference or any similar problems
1.4 Equipment with better specifications shall be accepted.
Note: - Original Equipment Manufacturer (OEM) of Servers-FIDS,
Server-AFAS/IVRS, Server-NTP, Switches, Workstations, LED
Display Monitors, LED Display Boards, UPS, etc. shall be ISO firms
& the offered products must be certified for Safety/Emission of
International standards such as BIS/CE/ EN/UL etc.
All types of spares and spare modules of the offered equipment for the
FIDS shall be readily available with the bidder and its OEM partner
during life time of the equipment for maintenance, repairs and up keep
of the equipment during warranty and post-warranty Annual
Maintenance Contract.
1.5 The bidder shall undertake and ensure successful implementation of the
offered solution, keeping in view the safety and protection of personnel
during normal operation and maintenance or during malfunctioning of
any equipment or its sub component. This shall be ensured as an
integrated feature of design, manufacture and installation by the offered
equipment bidder.
1.6 The bidder shall ensure that offered equipment has adequate protection
to be included for ensuring safety of personnel from any possible
hazards, including EMI radiation, high voltages, etc.
1.7 The offered equipment shall be constructed on a modular basis, using
plug-in type units and components to the extent possible. Parts subject
to failure, wear, corrosion or other deteriorations or requiring occasional
inspection, adjustment or replacement shall be made accessible and
capable of convenient inspection and removal.
1.8 Input/output termination cables in offered equipment shall be properly
labelled to permit ready identification of the incoming/outgoing wiring.
1.9 All interconnecting cables in offered equipment shall also be
appropriately labelled to facilitate convenient interconnection and
minimize chances of incorrect connection.
1.10 All cables required to interconnect the equipment shall be supplied by
the bidder as a part of solution.
Tender Doc Page No. 1237

1.11 All cables shall be fully assembled, connector pre-terminated and factory
tested at the time of supply as part of overall system check.
1.12 Licenses: All Hardware and Software component supplied by bidder
shall be licensed in favour of Airports Authority of India and valid for the
lifetime of FIDS.
2. QUALITATIVE REQUIREMENTS
2.1 The Flight Information Display System (FIDS) shall be installed at
Airports for display of Passenger Information, Flight Information,
Baggage Belt Information, Check In-Counter/Boarding Gate Information,
Multimedia Advertisement, Weather Information, etc.
2.2 The Flight Information Display System (FIDS) shall primarily consist of
following sub-systems:
i. Flight Information Display System – To provide visual display of
Airport’s Flight Schedule & Status, Gate, Baggage Belt information, etc.
on LED Display Board, 40”/42”/65” LED Display Monitor, etc. through
FIDS Application Software and Database on Hot/Standby Servers and
Data Entry Application on Client Workstation, Administrative Application
for Control and Monitoring of various devices, Page Design Application
on Server/Workstation, etc.
ii. Automatic Flight Announcement System (AFAS),if reqired – To
provide & integration with Airport Public Address System for Zonal
Announcements of information, through Automatic Flight Announcement
Software module and necessary hardware interfaces.
iii. Interactive Voice Response System (IVRS), if required – To cater to
Automatic Flight Status enquiries through Telephone (PSTN) and Mobile
Phones.
iv. Web Server, if required - WEB module for providing interface for
Station FID System Data to centralized system for providing Flight
Information through Intranet/ Internet.
2.3 System architecture shall be open for future expansion. AAI should be
able to integrate additional standard LED/TFT Displays and Client
terminals with the FIDS Server to access, control and display the flight
information without need of any extra licenses, OEM approvals, etc.
2.4 The FIDS Software, drivers & modules shall support minimum up to 128
displays locations, 16 Data Entry Terminals, 12 zones announcement,
32 clustered displays, 08 Monitoring & Administrative terminals, third
party OEM FIDS software, 03 make OEM displays i.e. FIDS shall be
scalable and expandable pre-wired (hardware & software) to add
standard client PC/Laptop and Standard Display Monitors to expand the
system as and when desired by AAI.
2.5 Weather Interface allows the airport to display weather information for
the different destinations providing an additional service for the
passengers.
3. SYSTEM HARDWARE CONFIGURATION
Tender Doc Page No. 1238

3.1 Servers, Display Monitors, Switch/routers and other components shall


be of high end Common Off-the-Shelf (COTS) hardware as per
preferred makes list.
3.2 Re-engineered COTS hardware shall not be permitted/accepted. If such
goods are found to be supplied at any stage, then it shall be the
supplier’s responsibility to provide appropriate replacement without any
additional cost to AAI.
3.3 FID System shall be provided with two servers configured to operate in
Automatic Failover configuration without any need of any manual
intervention. During change over there shall be no loss of database
transaction.
3.4 After change-over except for administrator user, other users need not to
know which server is in use or connect to get requisite functions/
functionalities.
3.5 System shall provide audio-visual alarm for Error, Failure and
Changeover of FIDS main or standby server, to system administrator or
a designated client terminal automatically.
3.6 After restoration of faulty server, recovery assistant/agent shall recover
the data back in to the faulty server, restart all application/ modules and
keep itself ready for automatic and manual hot change over function.
3.7 System shall allow manual & automatic change over from main server to
the standby server and vice versa.
3.8 System shall have facility to recover inconsistent system/FIDS database
from the other healthy & active server.
3.9 FIDS shall be provided with client-server architecture with latest version
of UNIX or LINUX or Microsoft Window Server as operating system of
Server/Cluster server, and Windows or Linux as operating system of
client terminals.
3.10 Hardware Keys, dongles, Terminators, converters, interface conversion,
connector, power cables, etc. shall be provided with the system as per
the system requirement. Details of all such devices used for the FID
System shall be provided to AAI..

4.0 (a). 65” monitors should be installed in all common


areas/Departure Hall/Arrival Hall/Arrival Belts/Terminal Manager
Office/APD Office/CISF Office/etc. and 42” monitors should be
installed at Check-in counters and Boarding Gates in the entire
building.
(b) -These 65” monitors shall be installed on the walls.
Or
The back-to back (02 monitors) should be installed in the halls on
poles /ceiling hang mounting to avoid back view of monitor.
Tender Doc Page No. 1239

(c.) At least one NTP server is mandatory.

3. SYSTEM DESIGN & TECHNICAL REQUIREMENTS

D. GENERAL GUIDELINES

1. “TECHNICAL SPECIFICATION” OF EACH ITEM SHALL BE THE PRIMARY CRITERIA


FOR TECHNICAL EVALUATION HOWEVER, BIDDER HAS TO ENDORSE AGAINST
ALL “TECHNICAL FEATURES” OF SYSTEM AND EQUIPMENT MARKING AS
“COMPLIANCE” AS A TOKEN OF CONFIRMATION OF FEATURES OFFERED.

2. THE SPECIFICATIONS DETAILED HEREUNDER ARE THE MINIMUM


REQUIREMENTS. BIDDERS MAY OFFER SYSTEM/ EQUIPMENT/ ACCESSORIES/
SOFTWARE/ NETWORK EQUIPMENT/ CABLING OF BETTER SPECIFICATIONS.

3. THE BIDDER HAS TO FILL “TECHNICAL COMPLIANCE ALONG WITH FEATURES


STATEMENT” AS PER DIRECTION GIVEN BELOW:

i) FOR STATING COMPLIANCE: WRITE “C” IN THE THIRD COLUMN OF


STATEMENT.

ii) AGAINST EACH COMPLIANCE STATEMENT, WRITE SPECIFIC PARA AND


PAGE OF SUPPORTING TECHNICAL DOCUMENTATION (FROM WHICH THE
STATED COMPLIANCE COULD BE VERIFIED IN FOURTH COLUMN OF
STATEMENT).

iii) SPECIFICATIONS OF THE EQUIPMENT BETTER THAN THOSE MENTIONED


IN “TECHNICAL REQUIREMENTS ALONG WITH FEATURES” SHALL BE
ACCEPTED.

1. TECHNICAL SPECIFICATION/PARAMETERS FOR FIDS EQUIPMENTS


SI. Description Statement Reference
NO. of page & para
Compliance no. of
supporting
document
(Write N/A,
if Not
Applicable)
(1) (2) (3) (4)
I. FLIGHT INFORMATION DISPLAY SYSTEM
1. DISPLAY DEVICES
1.1 GENERAL FEATURES:
i. System shall be capable of supporting various display
devices including but not limited to TFT, LCD, LED
Tender Doc Page No. 1240

Display Board, Intelligent Monitor, etc.


ii. Display clustering: System shall be capable of
installing grid of multiple displays for spreading one
page of information on multiple displays. The grid
composition shall be user configurable.
iii. Devices shall be capable of displaying the information
in Portrait and Landscape mode. This shall be user
configurable.
iv. The display client software shall be able to handle
various graphic formats including MPEG 2/4, MP4,
JPEG, video clips, etc.
v. The displays shall have LED’s to indicate operational
status and network connectivity for easy
maintenance.
vi. All the displays shall have IR Remote, controlling
basic display functions such as Brightness, Contrast,
Colour Control, etc.
vii. The display shall not have any controls within the
reach of the public/or such controls shall be suitably
covered to avoid possible tampering.
viii. Display controller shall be capable of remote
monitoring of the displayed content/ information from
the central server & any work station in the network.
ix. It shall be possible to reset, restart and reboot the
intelligent controller & display monitor remotely on the
network.
x. It shall be possible to put the display in standby mode
(soft power off) from the remote (network:
server/workstation) or shall have a remote control to
switch the display on or off in a go.
xi. Display monitor shall be provided with cabinet
suitable for industrial/professional 24x7 use with
arrangement for Wall and Ceiling Mount installation
with provision for Swivel movement.
xii. Display Monitor cabinet shall be designed for uniform
heat dissipation/removal and shall have mechanism
to remove heat from the cabinet. Heat removal
mechanism shall automatically start functioning when
temperatures reach certain threshold levels.
xiii. Suitable wall/ceiling/pedestal mounting shall be
provided for Display Monitors in single or clustered
configuration.
2. FIDS APPLICATION SOFTWARE
TECHNICAL FEATURES:
2.1 GENERAL FEATURES
a) Application software shall meet requirements
specified in this tender document. Software shall be
supplied with license for the complete site without
having any consideration for the number of clients,
display, etc.
Tender Doc Page No. 1241

b) FIDS application shall include appropriate tools and


interfaces for control, configuration, administration
and maintenance of FIDS server and FIDS Database.
c) FIDS software shall have Standard Graphic User
Interface for all modules and shall be fully menu
driven. All software tools, configuration windows shall
be windows based and menu driven.
d) The FIDS software shall be an open application using
industry standard interfaces/protocols.
e) The FIDS software shall be able to handle proprietary
as well as standard interface protocols.
f) FIDS Application Software shall have HTML/. devices.
g) Necessary Software tools shall be provided by the
bidder for System Administration, Maintenance,
Monitoring and User/Client Operations, which shall
monitor all connected devices and report status of the
systems and all display devices.
h) Grouping of Display Devices in different areas of the
terminal building shall be possible. The system
administrator shall configure these groups.
Assignment of relevant flight data to be displayed on
different groups shall be possible.
i) The updated flight information shall be displayed on
field display devices (Display Boards, Monitors, etc.)
in real time.
j) The FIDS displays shall access the flight information
database using standard web browsers (such as
internet explorer, Firefox, safari, etc.).
k) In case of network outage, the client shall show the
last updated information for a configurable period of
time. Thereafter, display shall display a predefined
page selected by user.
2.2 RDBMS AND FIDS DATABASE
a) The FIDS Application Software shall be designed to
work with industry standard RDBMS System like MS
SQL, Oracle, MySQL, etc. The FIDS Application
Software and the RDBMS shall be installed on the
FIDS Servers.
b) The RDBMS shall be supplied with necessary number
of client access license.
c) The Flight Information Database shall be maintained
on the Main/Hot standby servers.
d) FIDS shall comply to push and pull data with AODB
on XML/HTML; SITA/ARINC PREFANS/FANS
ACARS based network, ICAO AFTN network, CUTE
system, BHS and NTP Server for time
synchronization
e) FIDS RDBMS shall maintain lookup tables for
Airlines/Airports as per standard IATA Codes.
f) Transaction Log Tables and Archived Transaction
Tender Doc Page No. 1242

Log shall be maintained on RDBMS Server for all


transactions. The Transaction Log Tables records
shall be moved to Achieved Log Tables based on
administrator configurable time parameters.
g) RDBMS shall implement record level locking, to
enable updating of a flight record from only one Server
or a Workstation at a time. Suitable WAIT message
shall be displayed to other users trying to access the
same record.
h) The database architecture shall be based on the
following standards:
1. The flight schedule shall be stored in a seasonal
flight table where every flight record contains the
flight frequency, validity period, etc.
2. Each record shall be presented in ICAO and IATA
standard Airport/Airline/Flight Number codes and
formats.
3. Each record shall handle not less than eight
exceptions on the schedule, e.g., for public
holidays.
4. A flight record shall handle at least four VIAs.
5. A flight record shall handle at least six code share
flight numbers.
6. The seasonal flight schedule shall be expanded
into an actual flight table where every flight is one
record. The time window for the expansion shall
be configurable.
7. Actual flights which are operated shall be stored in
an archive table for statistics and reports. The
record shall be deleted from the actual flight table
according to configurable time parameters.
8. The flight records in the actual and archive flight
table shall have a departure and arrival log; a join
to a rotation between the arrival and departure log
shall be possible.
9. The flights origin, destination, VIAs, airline, codes
shares, etc. shall be represented by the
appropriate ICAO and IATA codes to be linked to
lookup tables.
10. All flights shall be distinct by flight nature
according to IATA flight nature. The flight nature
shall be stored in a lookup table and linked by the
nature code to the flight record.
11. The flight record shall be expandable to any field
required by the airport. Information about the flight
shall come from interfaces not limited to SITA,
TEXT, AFTN, Flight Schedule, AODB and Docking
System as made available at airport.
12. The design of FIDS Database and Application
Software shall enable the user to retrieve reports
and statistics for historical and actual flights.
Tender Doc Page No. 1243

13. Administrative terminals, Client Terminals and


Data entry terminals shall access the database
using standard web browsers (such as internet
explorer, Firefox, safari, etc.) for functions/
processes:
I. Updating the flight information database;
II. Accessing the flight information database;
III. Configuration and administration of the FID
System, Database;
i) Bidder shall supply all necessary protocols (ICDs -
Interconnect Control Documents), details of database
structures with detailed inter-dependencies,
communication protocols of the system at site to
enable integration of FIDS in future with various other
third party automation technologies.
j) The FIDS RDBMS shall maintain a MASTER FLIGHT
TABLE (MFT) based on defined periodicity.
k) ACTUAL FLIGHT TABLE (AFT): From the flight
database, the system shall automatically generate
Actual Flight Table containing flights in chronological
order for a user defined time interval (time interval in
multiple of Hours shall be configurable/predefined by
user). The AFT shall be generated automatically by
the system on continuous bases. Updating of the AFT
shall also be on continuous basis. The left over flights
of the previous intervals (configurable) and their
status shall not be changed and shall be added on top
of the new AFT automatically.
l) Each flight in the actual flight table shall have a traffic
type flag not limited to the following
a. Operational
b. Cancelled
c. Diverted
d. Re-routed
e. Non-operational.
f. Suspended
g. Planning
m) The current flights in the AFT shall be displayed on
the display devices automatically as per the
configuration of the display (by the operator through
Software) without any manual intervention of the
operator.
n) It shall be possible to manually update any data field
of the Flight Information Data for all the flights in the
AFT for the current day by the operator, and then
transmit for displaying on the configured display
devices.
Tender Doc Page No. 1244

o) System shall permit insertion and deletion of the


flights from the AFT. System shall allow editing the
database and updating the same from client terminal
with appropriate access authorizations.
p) EDITING FLIGHT FOR A DAY: FIDS shall be
provided with Software Tool to query the Database for
a list of flights for any specific day of the week for
editing. Operator shall have appropriate software
interface for editing and modification of these flights.
q) Data entry on user forms/pages shall be validated for
possible logical errors and accordingly pop-up shall
be presented to user indicating warning along with the
help options.
2.3 DISPLAY CONFIGURATION TOOL
i. It shall be possible to schedule such designed
templates to the display devices based on
programmed template and timed sequence.
ii. All the parameters in the display configuration tools
shall be user configurable.
iii. Provision shall be available to configure number of
displays into groups to display same set of
information’s.
iv. The Display Configuration tool shall be primarily used
to define the entire Video display network in terms of
groups. The display shall be grouped on the bases of
area (such as arrival, departure, etc.), flight types
(domestic, international, etc.), flight operation
(arriving, departing flight, etc.), language, gate type,
baggage display, check in counter, etc. Once groups
are made, each group will display the same set of
messages in a synchronized manner.
v. For example, the Arrival Hall may be required to be
split into two groups, namely those that display arrival
messages in English and those that display arrival
messages in Hindi. Once this is done using the
Display Configuration Editor, these display monitors
will automatically display arrival messages as per
configured language option.
2.4 INDIAN LANGUAGE DICTIONARY
i. The Indian Language Dictionary shall be created and
maintained for all flight information fields.
ii. The Dictionary shall be accessed during flight
information display to provide automatic translation
from English to Hindi and one local Indian language
as per site requirement so that Flight Information
entered in English by the operator is automatically
translated into Hindi and any other Indian language
script, by the use of this dictionary.
iii. The dictionary shall be editable and it shall have
feature for addition and/or deletion of more words of
Tender Doc Page No. 1245

Hindi and Local Indian Language.


2.5 BAGGAGE CLAIM SOFTWARE MODULE
FIDS software shall have Baggage Claim module, with
the following features:
i. Assignment of Baggage Belt Number to a flight.
ii. On changing of flight status to “ARRIVED”, the
assigned Baggage Claim information shall be
displayed on the respective Baggage Claim Display
Monitor and Directory Display Monitor.
iii. The data entry from Client Workstation for First Bag
and Last Bag shall be processed with timestamp,
updated in database and displayed on Baggage
Claim Display Monitor.
iv. Directory listing of baggage claim facility information
shall be available for Directory Display Monitor.
v. FIDS shall have provision for interfacing with other
automatic baggage handling system for updating FID
database of the system.
vi. The Baggage Claim Software Module shall be
operated from Client Workstation by authorized user.
2.6 BOARDING GATE DISPLAY MODULE
FIDS software shall have Boarding Gate Display Module
with following features:
i. Assignment of Gate Number to a Boarding Flight
ii. Next Flight Number to be displayed for Boarding
iii. Boarding information shall be possible through CUTE
System
iv. The Boarding Gate Display Module shall be operated
from Client Workstation by authorized user.
2.7 PAGE/TEMPLATE DESIGN TOOL
i. Page/Template Design Tool shall be provided for
designing Screen Layout for display devices by
choosing position of data (Header, Footer, Flight
records, Airline Logo, Time of the Day, Free-form
messages, Ticker/Scroll messages with flight data,
etc.), fonts, text attributes (Regular, Bold, Italics),
colour (Foreground, Background), background
image, scrolling (direction, speed), etc.
ii. Page design tool shall be a standard OEM product
using GUI (Graphical User Interface).
iii. Page design tool shall work from the FIDS server
and client terminal connected to the FIDS network.
iv. The access to this module shall be protected by
passwords, and controlled by access level
assigned by system administrator.
v. The design tool shall have easy to use Tool bars,
Menus, Buttons, etc. and shall include Search for
Tender Doc Page No. 1246

help on various functions/ capability of the system.


vi. The page design tool shall have ability to manage
graphics, true type fonts, video clips, and
multimedia advertising. It shall permit use of
animation and graphics for displaying flight
information and free-form information pages.
vii. It shall have provision to use different images of
common graphic formats as backgrounds for
screen templates.
viii. The page design tool shall support selection and
display of multiple language fonts.
ix. Page design tool shall be provided with predefined
screen layouts (template) with the system, and
shall also have capability for designing new page
templates. Any number of such custom-made
screens shall be stored and displayed on a
specified date and time.
x. Page design tool shall allow user to define page
format and design each page combining fixed and
dynamic information.
xi. The software shall also permit creation of free-form
pages wherein any special message or information
of the general type can be entered for selective
display on the intelligent display devices.
xii. The Page Design Tool shall be user
programmable. Display configuration shall be done
to the extent of user to create and edit display script
for one or many displays, display clocks, blank
screens.
xiii. Only System administrator shall be allowed to
publish newly designed pages.
xiv. It shall permit preview of any designed page.
xv. The design tool shall allow the user to construct a
display layout including graphics, true type fonts,
video clips to a selection of flight data.
xvi. The tool shall have common features used in other
design tools, like:
a) Horizontal, Vertical Grid alignment
b) Snap to grid function
c) Copy style function
d) Different layers, bring to front, send to back, etc.
e) Tickers
f) Page carousels.
h) Advanced table functions for summary displays
xvii. It shall be possible to place the Airline logo(s)
(Image files in standard graphics format) on screen
at User configurable/selectable specific positions
Tender Doc Page No. 1247

using the page design tool.


xviii. The system shall display free text information in a
scrolling line at selectable position in the display
devices (TFT- LCD/LED, etc.). This feature shall be
user selectable and user configurable.
xix. The module shall allow creating pages for
displaying on TV using full screen and also in
scalable window. The page shall be selectable in
the aspect ratio of 4:3, 16:9, 21:9 and free form.
2.8 SECURITY
i. Multi-level password security shall be incorporated
for addition, deletion, modification and update of the
database for individual users. This shall be
configurable by the user.
ii. Access to Server Operating System, Database and
FIDS Application Software shall be restricted as per
user authorization matrix, with access passwords.
iii. All the Systems shall be protected by individual user
Ids and passwords.
iv. The following access level shall be provided:
a) System administrator or System Manager:
System-wide access to flight records and main
schedule for all airlines.
b) Users: Assigned with necessary access rights to
create, modify, delete and add flight data for a
specific airline or multiple airlines (as assigned)
from a client work station
v. The system shall maintain transaction log for every
event occurring in the system. A transaction shall be
time and user stamped. The log file shall be
maintained & archived for auditing.
vi. The access rights to view, add, delete and update
flight data shall be controlled on data field level.
vii. Dedicated processes monitor the smooth operation
of the system. Errors of individual processes or any
event in the system can be configured to generate a
message to be stored in the system log files. The
access to these log files is provided via the system
console. Each system message to be stored in the
log files can be individually copied.
2.9 DEVICE MONITORING AND CONTROL
i. This module shall enable user to view status of
displays/device connected to it and shall have
access to the devices.
ii. System shall monitor all the devices connected in the
network and report status of system and display
devices.
iii. The modules shall be accessible from main system
Tender Doc Page No. 1248

and also from remote PC connected to the FIDS


network.
iv. The access to this module shall be protected by
passwords and controlled by access level assigned
by system administrator.
v. Maintenance Utility shall be able to run from any
PC/Client connected to the FIDS network.
vi. The module shall remotely monitor health of each
device connected in the system through SNMP and
view online status of the display devices.
vii. The module shall allow the user to remotely view the
display content (i.e. currently displayed) of the
LED/LCD display monitor.
viii. Maintenance shall also enable to remotely view the
content transmitted to the LED Line Display
Board/LED Display Board.
ix. Maintenance utility shall enable to remotely control
display devices i.e. switch off, reboot, set device out
of service, etc.
x. Licensed Remote Desktop Tool like Netviewer,
Gotoassist, Logmein, Webex, Showmypc, shall be
provided for remote access of Clients, Display
Controllers, etc.
2.10 REAL TIME CLOCK FOR DISPLAY DEVICES
i. The page design tool shall fix the clock to be shown
in digital form at any selectable position on the
screen. The clock shall have some of the attributes
as for text items such as colour and size.
ii. Clock’s display shall be selectable for display and no
display, as per user requirement.
iii. The clock shall automatically get synchronized with
the database server clock/NTP server. Software
provision shall be made in the display controller to
force automatic periodic synchronization, as well as
manual synchronization as and when required by the
user.
2.11 AUTOMATIC FLIGHT ANNOUNCEMENT SYSTEM
(AFAS) MODULE
i. This software module shall scan the flight information
database for valid announcements, construct
announcements, convert announcement text into
voice format/audio signals and send to the
appropriate zone of the PA system for announcing. It
shall translate the flight information in to voice format
for automatic announcement on the existing PA
system of the Airport.
ii. The system shall construct announcements, convert
in to voice and send to the appropriate zone for
announcing on the PA System.
Tender Doc Page No. 1249

iii. The system shall select zone of the PA system and


send zone selection signals to the PA system for
effecting the announcement in the selected zone.
iv. To construct voice for announcement, the system
shall have the following technology:
A. Text-to-speech engine to automatically synthesize
flight information into a voice for announcement.
The text to speech engine shall have:
a) The voice broadcast shall provision for male
and female voice;
b) Different accents.
c) User shall have option to listen synthesized
voice output
d) The above feature shall be user selectable.
OR
B. Pre-recorded voice library for constructing
announcements. Pre-recorded library shall include
available list of 2048 airports, 2048 airlines, 4096
flight numbers and combination of existing flight
route details up to 10240 in all three languages
(Local, Hindi, and English) in male and female
voices. The system shall allow updating of pre-
recorded library and new voice file shall be added
to the library.
v. This system shall translate flight information’s into an
audio file to be scheduled for announcement over
Existing PA systems at the airport.
vi. The system shall be interfaced with the existing
Public Address system. Audio output from this
system shall be made available as input for the PA
system.
vii. The System shall be built around proven technology
such as IVR technology.
ix. The system shall build words and sentences from an
in-built Voice Library as per match with the database.
x. The system shall allow for creating new
announcements and updating of Voice Library of pre-
recorded announcements.
xi. Multilingual announcement shall be possible i.e.
Hindi, English and one of the Indian Language as per
the requirement of the airport
Tender Doc Page No. 1250

xii. The system shall provide for the following predefined


announcements but not limited to:
a) Arrival, Arrival Delay, Arrival Cancellation
b) Departure, Departure Delay, Departure
Cancellation.
c) Check In Call
d) Boarding Call, Final Call
e) Baggage in hall
f) General announcements.
xiii. Operator shall have control over the following
parameters but not limited to:
a) Voice generation Technology i.e. Text to speech
engine or pre-recorded voice library.
b) Accent, male/female voice in text to speech
engine
c) Time of announcement,
d) Time between announcements,
e) Frequency,
f) Repetition rate of announcement
g) Male/female voice in case of synthesized
h) There shall be a provision of fixed
announcements to be repeated at regular
intervals.
i) The System shall be able to select zones for
announcement
j) The system shall permit to perform flight
announcement manually by the operator/user.
k) Complete announcement script in all three
languages (Local, Hindi, and English) shall be
provided well in advance to AAI for approval,
before recording.
2.12 INTEGRATION WITH OTHER SYSTEMS
The system shall be capable of integrating with the other
systems such as:
a) Airport Operational Database (AODB)
b) Departure Control System (DCS)
c) Baggage Handling System (BHS)
d) CUTE System
Tender Doc Page No. 1251

Integration with other technology/system involved in


Airport operation shall be brought out by the supplier as
per tender conditions.
2.13 PUBLIC SUMMARY DISPLAYS
a) CODE SHARE HANDLING
i) The carrier (master) shall be displayed in first line.
The carrier is displayed in one row and all code
shared are displayed in rotation (alternatively) in a
second row in alphabetic order.
b) FREE TEXT, PAGING
i) All public displays shall have a free text line for
important information.
ii) The free text line shall be displayed on demand
(selectable by user) in the last row of the public
display.
c) DISPLAY CLUSTERING
i) If a display in a cluster of displays fails, the system
shall detect the failure and migrate the data to the
next display device. i.e. if the 2nd display in a cluster
of 3 fails the more relevant information of the second
display shall move to the 3rd display until the 2nd
display is back to operation.
ii) A carousel e.g. between different languages and
flight information pages shall be synchronized
iii) The cluster shall always display the same type of
information.
The flight which was previously displayed in the last
row shall be displayed in the first row of the following
display in a cluster of displays
A. ARRIVAL SUMMARY
The display shall contain the following:
i) Airline logo
ii) Scheduled time of arrival
iii) Estimated time of arrival
iv) Flight number
v) Origin, via
vi) Remark *
B. DEPARTURE SUMMARY WITH GATE
INFORMATION
Tender Doc Page No. 1252

The display shall display the following information:


i) Airline logo
ii) Scheduled time of departure
iii) Estimated time of departure
iv) Flight number
v) Destination, via
vi) Gate number
C. REMARKS FIELD SHALL DISPLAY FROM THE
FOLLOWING
i) ARRIVAL FLIGHTS
a) On-time
b) Expected hh:mm
c) Delayed hh:mm
d) Landed hh:mm
e) Arrived hh:mm
e) Arrived hh:mm
g) Diverted
ii) DEPARTURE FLIGHTS
a) On-time;
b) Delayed hh:mm;
c) Departed hh:mm;
d) Cancelled;
e) Next Info hh:mm;
f) Gate Open;
g) Boarding;
h) Final Call;
i) Gate Closed;
D. LOCATION RELATED DISPLAYS (CHECK-IN
COUNTER, BOARDING GATE, BELT)
a) The display shall show flight information only if
the resource is active.
b) The operator shall be able to open the display on
demand, if allocation time is exceeded due to
Tender Doc Page No. 1253

delays. The operator shall be able to close the


display at any time.
c) If a control device is used at location it shall be
password protected. According to the allocation
plan, only the current flight shall be displayed.
d) CHECK IN COUNTER DISPLAYS
i) The check-in counter display shall switch between
common check-in, and dedicated check-in.
ii) In case the desk is allocated to more than one flight
the display shall show information of all those flights
allocated to the check in.
iii) The common check-in counter layout shall show
airline or Ground Handler Logo, Class, and four free
configurable Remarks.
iv) According to the allocation, the layout shall display
the IATA Colour code.
v) The counter display shall show flight number and
logo of the airline, as well as code share information,
destination, Via, Passenger Class.
vi) Free text remark shall be made available as per the
operator request.
e) BAGGAGE CLAIM AREA
i) The display will show up to 5 flights only if the flight
is on blocks and allocated to the resource.
ii) Airline Logo, Airline, Code shares, Origin, Scheduled
time of arrival, and First & Last Bag Time are to be
displayed.
iii) The layout shall change automatically according to the
number of flights to be displayed to achieve the
maximum character size and legibility from distance.
iv) The flight shall disappear from the display after a
configurable period of time or after the manual input
“last bag” + ‘x’ minutes. The parameter ‘x’ shall be
user configurable.
vi) BAGGAGE SUMMARY WITH BELT
INFORMATION:
The display shall contain the following:
a) Belt number:
b) Airline logo
c) Origin, via
Tender Doc Page No. 1254

d) Flight Number
2.14 CLIENT SYSTEM
FIDS Application Software and its component for access
control and configuration of FIDS database as per the
requirements specified in the tender.
The client application shall have standard web browser
based/HTML interface to the FIDS server.
Touch Screen Client Application shall have design to
utilize the touchscreen interface for easy data entry by
on-screen keypads.
Any additional software plug in/ module, if required for
access, control, configuration and administration of the
FIDs, shall be supplied for use at an airport site
irrespective of number of client/terminals at that site.
3. TRAINING & DOCUMENTATION
The bidder firm along with OEM partner firm shall provide
following types of training as detailed below:
3.1 MAINTENANCE AND SYSTEM ADMINISTRATIVE
TRAINING
Maintenance and system administration training of
minimum THREE trainees nominated by AAI, for FIVE
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:
a. Basics of DBMS used.
b. System Administration of DBMS used.
c. Icon based and command line interface.
d. System setting up and Configuration of offered
system from Scratch.
e. Adding, deleting, restricting of users to system
f. Adding of new displays, third party displays, user
terminals & other components of the system
g. Interconnecting of system functional
subcomponents
h. CCA/LRU replacement techniques
i. CCA/LRU level maintenance.
j. Preventive maintenance of the system
k. Basics of icon based or command line commands
used
l. Configuration, optimization and alignment of the
system with the help of the documents and software
Tender Doc Page No. 1255

supplied along with the equipment/system.


m. Fault isolation up to Module/LRU level using
diagnostic tools and general-purpose test equipment
n. Taking corrective action by replacing the faulty
Module/LRU and restoring the equipment for normal
operation,
o. Installation procedures for system hardware &
software, configuration recovery, reloading of
software drivers/modules of operating system and
application software.
p. Performing full, differential, restricted backups and
restoration to partitions as required.
3.2 OPERATIONAL TRAINING
On the Job Operational Training shall be provided for
THREE working days to one batch of SIX to EIGHT
Trainees nominated by AAI from AAI, Airlines and other
stake holders. The training shall be designed and
structured so that on successful completion of the training
the participants shall be able to perform:
a. Basics of icon-based commands used.
b. Understanding system is functional or not.
c. Basic fault/fault log monitoring.
d. Logging into the system.
e. Issue commands to display different shows.
f. Predicting restrictions of users to system.
g. Using of new displays, third party displays, user
terminals & other components of the system
h. Using map depicting Interconnection of system fun
i. Call logging for Preventive maintenance.
j. Assisting System admin in Configuration, optimization
and alignment of the system.
k. Assisting in Fault isolation up to Module/LRU level
l. Assisting in corrective action and restoring the
equipment for normal operation,
m. Changing of different predetermined layouts, etc.
The bidder and OEM firm shall identify the prerequisite
for the trainees for each of the training program.
Complete training syllabus shall be submitted by the
bidder in consultation with OEM to AAI before training.
3.3 DOCUMENTATION
Tender Doc Page No. 1256

Two set each of soft copy and hard copy of Installation,


Operations including theory of operation, Technical
Manual, Maintenance manual; Troubleshooting of the
system, procedure for loading of the system and
application software, etc. shall be supplied at site. The
Operation, Technical and Maintenance manual will
cover:-
a. General technical description and theory of
operation
b. Block diagram description up to LRU level
c. Component level lay out diagram with signal flows
d. Preventive maintenance
e. Fault analysis and repair
f. Detail circuit diagrams/schematic diagrams
g. Part list & component list with part number
h. Installation procedures for software, configuration
recovery, reloading of software drivers/modules of
operating system and application software.
i. Technical & operational manuals
j. Schematic/signal flow/block diagrams
k. Maintenance manuals
l. Maintenance and System Administrative
procedures.
m. Operational Training.
n. Technical documents required for maintenance and
fault finding for each module of the offered
equipment shall be provided.
o. Integration with other systems: To enable
integration of offered system, interface control
document for the systems shall be provided.

4. FIDS SERVER
To work as Main & Standby (Set of 2 Servers)
4.1 TECHNICAL SPECIFICATIONS:
i. CPU: 64-bit high performance, 6/8 Core Intel/AMD CPU
operating at 2 GHz or more with 12 MB Cache or more
ii. Memory: 8 GB of DDR RAM or more/better expandable
up to 32 GB
iii. Chassis: Rack Mount type
Tender Doc Page No. 1257

iv. SAS 10K/SATA 7200 rpm hot-swappable Hard Disk in


RAID 5 or better configuration having usable space of
320 GB or more.
v. Hot Swappable redundant power supply.
4.2 TECHNICAL FEATURES:
i. NIC - Dual Integrated 10/100/1000 Mbps ports.
ii. DVD- RW Drive
iii. USB Optical Mouse with scroll, Keyboard shared through
KVM switch, USB 2.0 or higher Ports and other Ports as
required
iv. Other PCB/Modules/hardware as per system
requirements.
v. OS: UNIX/LINUX/Microsoft Windows Server licensed
(Latest version).
vi. Licensed Antivirus with update subscription valid till
warranty and AMC period.
5. AFAS & IVRS SERVER (if required)
5.1 TECHNICAL SPECIFICATIONS:
i. CPU: Intel i7/AMD or better CPU operating at 2 GHz or
more with 8MB Cache or more
ii. RAM: 4GB or more
iii. 7200 rpm Hard Disk having usable space of 500 GB or
more
iv. To be mounted in rack.
5.2 TECHNICAL FEATURES:
i. NIC – 2 Nos. of 10/100/1000 Mbps ports
ii. At least 2 x PCI express I/O slots, suitable slot for 3rd
party cards as required.
iii. USB 2.0 or higher port: At least 4 USB ports (2 in the
front).
iv. DVD RW Drive
v. OS: UNIX/LINUX/Microsoft Windows Licensed Operating
System
vi. Licensed Antivirus client version valid for Warranty &
AMC Period.
vii. In addition to the above, the Server for AFAS shall be
equipped with:
Tender Doc Page No. 1258

PA Interface: Professional Two Channel On-board


Sound Card with Digital I/O for AFAS
Application with Zone Selection
facility for at least 8 Zones.
IVRS Interface: Four port telephone card and one port
GSM modem
6. CLIENT TERMINAL
Client Terminals shall be used to access FIDS
Application Software User Interface for viewing and
updating the Flight Information Database.
6.1 TECHNICAL SPECIFICATIONS:
i. CPU: Intel i7/AMD or better CPU operating at 2.4 GHz or
more with 8MB Cache or more
ii. RAM: 8GB or more
iii. Motherboard Chipset: OEM Motherboard
iv. SAS/SATA 7200 rpm Hard Disk having usable space of
500 GB or more
6.2 TECHNICAL FEATURES:
i. NIC – Gigabit Ethernet port
ii. At least 2 x PCI express I/O slots
iii. USB 2.0 or higher port: At least 4 USB ports (2 in the
front).
iv. DVD RW Drive
v. USB optical Mouse with scroll and Keyboard
vi. 23”/21” LCD/LED or better monitor.
vii. OS: UNIX/LINUX/Windows Licensed, latest version
viii. Licensed Antivirus valid for client version for Warranty &
AMC Period.
ix. Standard Computer table made of combination of
steel/MS material along with top shelf of standard
material & size from reputed manufacturer such as
Godrej/ Durion etc. as approved by Engineer in
charge shall be supplied by the contractor with each
Workstation/Client Terminal at equipment room
7. DISPLAY DEVICES
GENERAL FEATURES:
Tender Doc Page No. 1259

i. Devices shall be capable of displaying the information in


Portrait and Landscape mode. This shall be user
configurable.
ii. All the displays shall have IR Remote, controlling basic
display functions such as Brightness, Contrast, Colour
Control, etc.
iii. It shall be possible to put the display in standby mode
(soft power off) from the remote (network:
server/workstation) or shall have a remote control to
switch the display on or off in a go.
iv. Display monitor shall be provided with cabinet suitable for
industrial/professional 24x7 use with arrangement for
Wall and Ceiling Mount installation with provision for
Swivel movement.
v. Suitable wall/ceiling/pedestal mounting of Stainless Steel
(SS 304) shall be provided for Display Monitors in single
or clustered configuration, the design of SS 304 mounting
to be approved by Engineer in charge.
7.1 FIDS LED DISPLAY MONITORS
i. Technical Features:
ii. Each Display monitor shall consist of:
iii. Professional Grade LED Monitor
iv. Suitable for 24x7 operation
v. Inbuilt Pluggable Intelligent Controller within OEM
cabinet of Monitor.
No external/ attached controller will be accepted.
7.1.1 CIDS LED DISPLAY MONITORS: 40”/42”/43” and
FIDS LED DISPLAY MONITORS: 65”
i. TECHNICAL SPECIFICATIONS:
ii. Back Light: LED
iii. Aspect Ratio: 16:9
iv. Resolution: Full HD or better.
v. Brightness:
For 65”: 700 cd/m2 or better
For 40/42/43”: 450 cd/m2 or better
vi. Contrast (Native) Ratio: 2400:1 without IPS; 1100:1 along
with IPS
vii. Viewing angle: (Horizontal/vertical): 176° or more
Tender Doc Page No. 1260

7.1.2 TECHNICAL FEATURES:


i. Ambient Light Sensor
ii. Video Input Ports:
iii. Digital Ports: HDMI or DVI-D; USB
iv. Front Glass with Anti-Glare and Hard coating
v. Display Monitor for outdoor side installation no
external cabinet to be installed over composite monitor.
It shall be OEM Cabinet and inherent part of Monitor &
protect from dust, sunlight, etc.
vi. Displays shall be CE, FCC certified, UL Listed.
7.2 INTELLIGENT CONTROLLER (for 40/42/43/65”
Displays)
7.2.1 TECHNICAL SPECIFICATIONS:
i. Processor: Intel/AMD 1.5 GHz or better, FSB 400 MHz
ii. RAM: 2 GB or more
iii. Flash Hard Disk: 32 GB or more
iv. Keyboard and mouse connectivity
v. LAN/Network: Integrated 10/100/1000 Base T NIC with
RJ 45 connector
vi. Wi-Fi connectivity supporting 802.11 a/b g/n
7.2.2 TECHNICAL FEATURES:
i. USB 3.0/2.0 Port: 2 Nos.
ii. Graphic Card shall be having specifications to meet the
requirement of supporting Display/Monitor.
iii. Software: Windows or Linux base Embedded Operating
system and associated software as required.
iv. Display controller shall be capable of remote monitoring
of the displayed content/ information from the central
server & any work station in the network.
v. It shall be possible to reset, restart and reboot the built-in
intelligent controller & display monitor remotely on the
network.
8 NETWORK TIME PROTOCOL (NTP) SERVER
8.1 TECHNICAL SPECIFICATIONS:
i. 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
Tender Doc Page No. 1261

server shall act as a master clock with accuracy better


than 50 ms in the network 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.
ii. The GPS NTP Server shall be equipped with two
independent network interfaces (10/100/1000 Mbps
Ports).
iii. TECHNICAL FEATURES:
iv. NTP Server shall support all the required networking
protocols.
v. SNMP v3 support for status and configuration and SNMP
Trap messages.
vi. The GPS NTP Server shall be supplied and configured
by bidder, with a GPS Antenna/Converter Unit and
standard RG58 coaxial cable, as per site requirement.
9. FID Control Kiosk for Departure/ Arrival /Security Hall
9.1 Manufacturer/OEM shall enclose copy of certification
of ISO to ensure consistent product quality and
meeting all regulatory norms.

The console shall be built to withstand life span of at-least


10 years on normal use, wear and tear.
1. Kiosk shall have provision to accommodate upto one
21” to 23" touch screen, one metallic keyboard with
track pad, Kiosk shall have sufficient space to
accommodate the CPU, UPS & PDU (power
distribution unit for powering all equipment with two
spare 6A Power ports) and shall be accessible through
rear door. The entire design shall be modular;
consisting of interchangeable and replaceable parts.
Touch/Non-Touch screen shall have separate door for
the accessibility/maintenance and all locks shall
feature 2-point locking arrangement. Design shall be
extremely rugged to ensure a minimum life of 10 years
for structural stability, moving and non-moving parts.
The kiosk must be IP22 compliant to ensure rodent
proof enclosure. Kiosk shall have PU wrist support for
user comfort. Kiosk shall have feature of flush mounted
metallic keyboard tray, in idle condition the tray shall
remain flushed to the front fascia of the kiosk through
“Child proof Clip Locking” and shall be accessed as
and when required. Valid certificate to be submitted
along with the bid.
Tender Doc Page No. 1262

2. The structure shall be made up of minimum 2 mm thick


heavy-duty vertical and horizontal profiles. These
profiles shall be accurately inserted and welded over
minimum 10 mm thick solid base. Outer shell,
including all hinged and non-hinged parts shall be
made up of minimum 1.5 mm thick sheet.

3. All the sheet metal parts must be finished with a


durable anti-bacterial powder coating (with added
silver ions) to reduce formation of bacterial colonies on
the front surface.

4. The Base shall have concealed provision of grouting to


the floor with anchor fasteners.

5. Touch/Non-Touch Screen shall be accessible from


Rear doors with hinges. All doors to have Foam Gasket
to protect the equipment from dust particles. Doors
shall have 2-Point Lockable system and shall have
common keys for hassle-free maintenance.

6. Modularity is to ensure replaceability in an unlikely


case of damage. The rigidity and strength must not be
compromised despite the modular feature of structure.

7. Light Leaks, sharp edges and corners shall be deemed


un-acceptable. Front Edge of the keyboard shall have
moulded polyurethane edge for ergonomic wrist
support.

8. OEM shall enclose copy of certification of ISO.

9. Bare Enclosure shall be RoHS certified to ensure


restriction of hazardous material.

10. Manufacture shall have CE Compliance certificate.


11. A typical diagram for FID Control Kiosk is
attached at Fig 3 for reference.
Final drawings and design will be approved by
Engineer-In-charge/CHQ before the time of
execution.
Tender Doc Page No. 1263

Fig 3: Typical diagram of FID Control Kiosk for Departure/Arrival/Security Hall

Front-side: Rear View:

Format - Schedule of Quantity


S. No Item & Description Qty Unit

1 Supply of 3x2 Meters. or higher True Colour LED Display Board Nos
for Arrival & Departure Flight Information with floor / ceiling / wall
mount and location as per approved tender drawing.
2 Supply of 1.5x1 Meters. or higher True Colour LED Display Board Nos
for Arrival & Departure Flight Information with floor / ceiling / wall
mount as per specs and location as per approved tender drawing.
3 Supply of 55" or higher LED Display Monitor (With in-built Nos
Intelligent Controller) for Arrival & Departure with floor / ceiling
/wall mount as per specifications and quantity as per approved
tender drawing.
4 Supply of 40"/42" or higher LED Display Monitor (With in-built Nos
Intelligent Controller) with floor /ceiling / wall mount as per specs
and quantity as per approved tender drawing
5 Supply of 65" or higher LED Display Monitor (With in-built Nos
Intelligent Controller) for Arrival& Departure with floor / ceiling
/wall mount as per specs and quantity as per approved tender
drawing.
6 Supply of Data Entry Terminal (PC workstation) with all Nos
accessories as per specification and quantity as per approved
tender drawing
Tender Doc Page No. 1264

7 Supply of FIDS Servers to work as Main & Standby with Set


accessories
8 Supply of Server with Main & Standby each for Set
AutomaticFlight Announcement System (AFAS) and Interactive
Voice Response System (IVRS) with accessories,
9 Supply of Main & Standby NTP Server with accessories as per Set
specs.
10 Supply of 19"/42 RU Server Rack, integrated 17" TFT with KVM Each
Switch, Keyboard, Mouse, power distribution strip with
accessories.
11 Supply of Licensed Operating System (Server Level) with support Set
for all
Servers
12 Supply of Operating System at client level (PC workstation etc.) Set
with support for all clients
13 Supply of Licensed Antivirus (Server Level) with support for all Lot
Servers
14 Supply of Licensed Antivirus (Client Level) with support for all Lot
clients
15 Supply of FIDS package Software as per requirement Lot

16 Supply of AFAS package Software as per requirement Lot

17 Supply of FIDS Kiosk for in housing Data Entry Terminals as per Each
specifications and quantity as per approved tender drawings.
18 Supply of 2X20 KVA online UPS in parallel redundant 01 Set
configuration with SMF batteries, 30minutes back up on full load
with each UPS as per specification and accessories as per site
requirement
19 Supply of Power Distribution Panel complete as per specifications
for FlD system.

20 Earthing of FID system with copper plates as per specification Set

21 Charges for Installation, Integration, Testing, Commissioning of Set


the complete system at each site.
22 Charges for Training and documentation at each site. Set

Total
Tender Doc Page No. 1265

INDICATIVE KNOWN AVAILABLE MAKES


Note: This list is indicative only, bidder may quote other makes subject to meeting tender
technical specification.

SL# DESCRIPTION INDICATIVE LIST OF KNOWN AVAILABLE MAKES


OF ITEM
1. SVMS/ NVR/
Video Analytics TYCO
Software for
AXIS
Server/ Client
PELCO
BOSCH
MILESTONE
HONEYWELL
VIDEONETICS
INFINOVA
LENEL
* In case of Other Make Software, the VMS with Video Analytic
Software must be installed at some location with minimum one year.
Minimum one-year duration performance certificate issued from the
end user is mandatory in this case.

2. 2 Megapixel IP AXIS
Fixed Varifocal/
PTZ TYCO - AMERICAN DYNAMICS
Indoor/Outdoor BOSCH
Cameras
HONEYWELL
INFINOVA
PELCO
3. Network DELL/EMC
Attached
Storage (NAS) NETAPP
HP
Tender Doc Page No. 1266

4. Server DELL
IBM
HP
5. Workstations/Cli DELL
ents
IBM/LENOVO
HP
6. 55"/42” LED SAMSUNG
Video Wall/
Monitor LG
PANASONIC
TOSHIBA
SONY
BARCO
DELTA
SOLARI
CONRAC
IKUSI
HANTAREX
NEC

8 OPEATOR PYROTECH
CONSOLE
EVANS
WORKSPACE
WINSTED
9. NTP SERVER BRANDYWINE
GALLEON
SYMMETRICOM/MIRCOSEMI
TIMETOOLS
WHARTON ELECTRONICS
MOBATIME
10 FID CONTROL EVANS
KIOSK FOR
DEPARTURE PYROTECH
/ARRIVAL/ WORKSPACE
SECURITY
HALL WINSTED
Tender Doc Page No. 1267

11. 3x1.5 sq.mm/ 8 DIGILINK/SCHNEIDER


sq.mm multi-
strand BELDEN
unarmored/ DELTON
armoured power
cable FINOLEX
MOLEX
POLYCAB
RPG
SKYTONE
STERLITE
12. FIDS Software ARINC
BERHARD
CONRAC
FIDS3
IDDS
IKUSI
INDRA
SITA
SOLARI
XTREME MEDIA
TEKINFO
* In case of Other Make Software, the Information Display System
Software must be installed at some location with minimum one year.
Minimum one-year performance certificate issued from the end user is
mandatory in this case.

13. Equipment Rack APW PRESIDENT

RITTAL

Schneider

VALRAC
Tender Doc Page No. 1268
Tender Doc Page No. 1269

TECHNICAL SPECIFICATION OF IPPBX SYSTEM

1. Introduction:

The following details specify the scope of work, design & technical specification for
all the IPPBX Works in the new Terminal building. It comprises the systems listed out
in this document and defines a turnkey solution.

2. Scope of Work:

The following details specify the scope of work, design & technical specification for
all the IPPBX Works in the new Terminal building. It comprises the systems listed out
in this document and defines a turnkey solution.

 IP-PBX: - UTP cable shall be laid for voice points by EPC Contractor. IPPBX
exchange shall be established including direct PRI line also. Separate UPS
connectivity shall be provided to exchange server.
 AMC/ Warranty – All product shall be offered with 2 years OEM Warranty from the
date of completion of commissioning. After 2 Years, products shall be under 5 Years
AMC with OEM Support/ Service for all items. All Inclusive Comprehensive
Maintenance of IPPABX and its associated system for 5 years after DLP including
trouble shooting, preventive maintenance and breakdown maintenance, supply of all
spares and accessories and replacement of batteries of UPS as required etc. as
required as per good engineering practice, recommendation of the manufacturer,
instructions of Engineer-in-Charge/ as per terms and conditions specified.

3. General Guidelines:

i. Terms & conditions

 Payment against AMC shall be made quarterly after successful completion of


services in the quarter.

ii. General Guidelines regarding Offered Products

1) The capacity given in the specification is minimum and Contractor has to provide
as per requirement.
2) All Electrical/ Power Requirement shall be designed accordingly. UPS power
supply for 24 x 7 to all Active Networking Equipments is mandatory.
3) UPS supply shall be provided to IPPBX Components installed at Field/ Remote
Racks for uninterrupted service during power down.
4) OEM of all offered products shall have Technical Support Center presence in
India.
5) There shall be compatibility of network with existing equipment at the airport (if
applicable).
6) All Covered Cable Trays, concealed Conduit and other accessories like HDPE/GI
Pipe Channel Conduit shall be provided for the passive cabling works by Engg-
Electrical Contractor as per site requirement.
7) Cable Tray/ HDPE/ GI Pipe/ Conduit/ Channel conduit shall be confirming to the
specifications similar to respective engineering items.
8) The offered equipment by the Contractor shall be fully complied with the
specifications to full fill the requirements. Higher specifications suitable to
Tender Doc Page No. 1270

requirement can be accepted. The offered products shall be complied by the


standards given in the specifications or its equivalent standards in respective
category.
9) The design and selection of the offered IPPBX networking components by the
Contractor shall be consistent with the requirements of long-term trouble-free
operation with highest degree of reliability and maintainability.
10) The offered equipment by the Contractor shall be designed for continuous
operation (24-hours a day and 365-days a year).
11) All offered equipment shall be standard proven product already available in the
market. Offered Item shall not be end of life or end of sale.
12) MAF & a letter from OEM shall be submitted in regards of warranty support &
Non-Refurbished items, and no End of Life/ End of Sale against the offered
product. OEM has to ensure that the support shall be provided for the offered
products during the concurrency of the contract.
13) All types of spares and spare modules of the offered equipment shall be readily
available with the Contractor during life-time of the equipment, for maintenance,
repairs and up keep of the equipment during warranty & CAMC period, if
applicable.
14) The offered equipment by the Contractor shall furnish the details of EMI and
Safety Standards met by his equipment and built-in safety features.
15) The offered equipment shall be constructed on a modular basis, using plug-in
type units and components to the extent possible. Parts subject to failure, wear,
corrosion or other deteriorations or requiring occasional inspection, adjustment or
replacement shall be made accessible and capable of convenient inspection and
removal.
16) All offered/ supplied Hardware system/ component and Software by Contractor
shall be licensed, as applicable, in favor of Airports Authority of India and valid for
lifetime of the offered system.
17) Contractor has to offer/supply Passive Cabling Components as specified in the
NIT or better and latest upgrade model/ version if available in the market at the
time of execution.
18) Items mentioned in document is minimum. Contractor has to provide all requisite
accessories/ items which are not included in the document to document to
achieve the functionality of the NIT.

iii. General Guidelines Regarding Contractors

1. Installation/ Configuration shall be carried out by technically well qualified and


certified personnel as per the requirements.
2. Contractors shall not outsource any part of the contract to any other vendor/
third party contractor without prior permission of AAI.
3. Liability, if anything arising out of such third party contracts to any other vendor
by contractor shall be to the contractor’s account.
4. AAI shall not be liable on behalf of contractor to any other third party
contractor/ Government of India/ State/ Regulatory Authorities.
5. Any liabilities arising out of such third party contracts by contractor or its men
working at site shall be only to contractor’s account and shall be deducted out
of its running bills.
Tender Doc Page No. 1271

6. Contractor shall submit Police Verification Certificates and obtain necessary


Airport Entry Permits, for allowing its men to work at AAI restricted premises.
7. Vendor has to survey for final bill of quantity before implementation of work or
procurement or approval from AAI Site In-charge.

4. Site Acceptance Test (SAT) & Commissioning:

1.1 It shall be the responsibility of the Contractor firm to submit the system test procedure
for conducting the post-installation site acceptance testing. The procedure submitted
by the Contractor firm shall be drafted in line with the standard practices followed in
the industry and shall be in accordance with the test procedures & practices specified
by the OEM. The acceptance test procedure on approval by AAI shall become the
document for acceptance of the equipment after installation at the site.

1.2 The draft copy of system test procedure shall be made available to AAI before
THIRTY calendar days of the schedule site acceptance date.

1.3 The Contractor firm shall supply, install, test and commission all hardware and
software as per the requirement of the tender with the system. Contractor firm shall
supply Technical documents (hard and soft copy – one set each) at site. The system
shall be commissioned after successful completion of - SAT approval, operational &
maintenance training and all the works under the scope of the tender.

5. Patent’s, Liability & compliance of regulations

1.1 Contractor firm shall protect and fully indemnity AAI from any claims for infringement
of patents, copy right, trademark or the like.

1.2 Contactor firm shall also protect and fully indemnify AAI from any claims from
Contractor firm’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.

1.3 Contractor firm shall be responsible for compliance with all requirements under the
laws and shall protect and indemnity AAI completely from any claims/ penalties
arising out of any infringements by Contractor firm or its workmen/ employees.

6. Documentation & Training


Two set each of soft copy and hard copy of Installation, Operations including theory
of operation, Technical Manual, Maintenance manual; Troubleshooting of the
system, procedure for loading of the system and application software, etc. shall be
supplied at site. The Operation, Technical and Maintenance manual will cover: -

a. Details of each active and passive component, serial no., IP address, Login Id
and Password, version reports, configuration reports, Detail Bill of Material,
spares, acceleration Matrix to log a complaint etc.

b. General technical description, Block Diagram, Schematic/ flow diagrams (I/O


level), Drawing of Passive Cabling laid in the building shall be required.

c. Preventive maintenance procedures & Support Escalation Matrix

d. Fault analysis – schematic diagrams

e. Technical & operation manuals with user Operation


Tender Doc Page No. 1272

Hybrid IP PBX with Redundant Server & SIP User Licenses


Make: Model:
S.No Technical Specification Compliance
(Yes/No)
IP PBX system shall have redundant servers (two Server for redundancy
from day 1) and should be in active - active configuration to support up
1 to 50 IP,10 analog users and extendable up to 200 users/ Extensions.
Redundant Server shall always be in sync such that the system should
be able to switchover to other server in case of failure of one server with
full capacity i.e. with 200 extensions/ users in real time w/o dropping on
going calls. (The user /extensions figures are given tentatively.)
2 IP PBX software should be compatible with the Server provided.
Both the servers should be commercial grade server with minimum
3
specification should be Intel Xeon Quad Core with 16 GB RAM and
minimum 1 TB SSD or better.
The system should be based on pure server-gateway architecture running
on Linux/Unix OS supporting Analog, IP Desk Phone (SIP) in any
4
combination, IP Phone, Video IP Phone, wireless IP phone (802.a/b/g/n)
and Soft Phone, multimedia PCs, 3rd party SIP phones etc.
IP extension: Loaded with 50 IP Phone Licenses from day 1 and IP phone
5
licenses (SIP) should be universal I.e. can be used with any other
phone of same OEM or any third-party phone.
Gateway should have universal architecture with dual power supply,
minimum two redundant Gigabit Ethernet Ports. Gateway Should support
6
at least 32 nos of analog extension & 100 SIP extensions from day one.
Gateway further expandable up to 256 Analog user's w/o
adding any extra hardware or software's or license.
Gateway should support El-PRI, SIP trunk, CO Trunk Interface Ports
7
and FXS Ports.
It Should have minimum 02 Analog Trunk Lines expandable to 08 trunk
8
Lines
It Should have minimum 02 no’s of SIP trunk port to support SIP trunk
9
lines and support up to 256 SIP trunk channels per Primary /Secondary server
at single site.
It should have Digital Primary Rate Interface (PRI) Line: 01 Nos.
10
Additional 1 spare gateway for PRI and TDM connectivity needs to be
considered day 1
Gateway should support self-survival mechanism in case of failure of
11
WAN/LAN Link w/o dropping on going calls.
No card-based systems, only server-gateway architecture-based systems
12
will be acceptable.
All the users to be managed in a single database, which is managed
13
centrally, multiple databases & bundling of Telephony system will not
consider to meet Specification & scalability.
It should have 16 Party Audio Conference bridge with multiple
14 conferences with variable number of users should be possible within each
of the conferencing from day 1
15 Support Ad-Hoc & Meet-Me audio conferencing from day 1.
Support sending emails to all the participants giving them the
16
conferencing details including PIN based security and scheduling
Tender Doc Page No. 1273

It should have integrated Voice Mail features for all users, Voice mail
17
system should be of same OEM which should support Mail Boxes for all
users, should have at least two gigabit Ethernet interfaces for easy
connectivity to the network, should support G.711 and G.729 Codecs,
Multi-level IVR functionality should be available.
18 The Voice Mail provided by the vendor should be based on industry
standard server. Card based or 3rd party Voice Mail solution are not
Acceptable/Disqualified
19 System should support standards-based CTI integration with 3rd party
applications. System should support built-in IPSEC based VPN
connectivity
20 System should support built-in Remote access server (RAS) functionality

System should support Diffserv for QoS (Quality of service) for the voice
21
packets traveling over data networks
The IP PBX server should offer BHCC (Busy Hour Call Completion) of at
22
least 25000 per server to ensure superior traffic handling capacities.
The system should manage CAC (Call Admission Control) mechanisms to
23
optimize the usage of the bandwidth in the WAN for multi-site
configurations.
The System should support LDAP (Local Directory Access Protocol), and
24
following protocols: ML-PPP(Multilink Point-to-point Protocol), PAP
(Password Authentication Protocol), CHAP (encrypted password)
The system should support standards-based multi-site networking,
25 using QSIG, SIP trunks or advanced networking, to interoperate with
other PABX's, allowing feature transparency.
The system should support Voice CODEC support G.711, G.729, G.729a
26
& G.722 or any less utilization bandwidth across WAN and LAN, Video
CODEC: H.264 or Equal
System should support UC functionality with 10 users (desktop/Laptop
27 & Smart Phone) from day-1 and can be added if required in future
without any modification to hardware.
Unified Communications (UC) client should provide users with real time
28
collaboration capabilities
Support for Windows and Mac OS, Support for Android and iOS devices
Smartphones and The Unified communication client on softphone
should provide full call control from an iPhone or Android powered
29 smartphone. Should have all call control features like Call Transfer, Call
Pickup, call forward, call park, Multiparty conference, Video
Conference, Chatting, File sharing, FAX, Voicemail, Presence, BLF, DSS,
Call History, Favorite etc.
30 UC user can use Audio conference at least 6 party
System should provide call control, mobility, IM and presence, and
31
Messaging, centralized licensing in a single server
System should support recordable Hold on Music, it should support
32
multiple files
Allows a user's calls to be presented to both their current extension and
33
to another number (personal mobile number) from day-1
Support point to point video calls from day-1 from same OEM Hard
34
Video phone and Softphone.

Call administration features: Operator, Dial Emergency, DID/DOD


35
(Direct Inward/Outward Dialing}, Call Forwarding, Call Hold, DND,
Distinctive and Personalized Ringing, Alternate Routing, Fax on demand
integration etc.
Tender Doc Page No. 1274

Flexible numbering plan - Support up-to 2-10 Digit for an extension


36
number and allow phone number assigned to a station to a station to
be changed through software.
Authorization Codes - 5-7-digit authorization code to make outgoing toll
37
calls for ensuring no misuse of the system.
CU (Caller Line Identification) facility (CLIP/CUR) - Calling Numbers
38
(internal & external) should be displayed on all Analog extensions (FSK
support phone).
39 IP PBX shall have call recording with storage for 30 days
Support Mobility feature like Users can make and receive calls from any
office as if using the phone on their own desk. Users have access to the
40
centralized system and personal directory as well as their call logs
(available on Analog and IP phones)
The system should support complete encryption capabilities with the
ability to encrypt all traffic (media and call control signaling) between IP
41
phones, soft phones, call controllers, gateways and all other associated
endpoints using a strong encryption algorithm like IPSec and SRTP.
IP Phones should not support direct, external initiated, connections via
HTTP, telnet, FTP, TFTP or any other protocol as means to prevent
42
distributed Denial of Service attack exploitation, except those required
for routine firmware upgrades.
System should support SNMP based network management system to
43
monitor all respected devices in communication network
The system to capable of supporting IPv4 and IPv6 IP addressing from
days 1, system should have IPv6 IP addressing in Network & User side in
44
same time. System should have in built-in DHCP Server, which
should be able to give IP Addresses to the endpoints.
The equipment quoted by bidder must be SIP compliant. Web based
45
unified mobile soft phone client.
The offered system should have a valid TEC-GR approval certificate of
46
server gateway system. TEC-GR approval certificate to interface with
the public switch network should be enclosed along with the offer.
The IP PBX should be capable of maintaining guaranteed performance
47
when operating in continuously for 24 Hours a day for 365 Days.
The IP PBX should have minimum warranty of 5 Years and should be the
48
shelf-life of at least 6 years from the date of SAT.
49 The IP PBX System shall be properly Earthed.
50 RoHS (Reduction of hazardous substance) Compliance
51 Declaration of Conformity (DoC) for EMC Compliance
Safety Declaration as per EN 62368-1, IEC 60950-1 & IEC 62368-1
52
Compliance

SITC of IP PHONES
S.
Generic Requirements
No.

Approved Make: Same as IPPBX


1. Shall be on standard SIP protocol
Shall have 10/100 connection, Echo canceling for local echo (AEC) half/ full duplex
2. with auto negotiation and configuration along with Integrated Ethernet Switch for
PC connection
3. Shall support Voice compression standards G711, G722, G729a
4. Shall support Power over Ethernet (PoE, IEEE 802.af)
5. Shall have Fixed function keys for Settings, Messages
Tender Doc Page No. 1275

S.
Generic Requirements
No.
6. Shall have Free programmable keys with status indication on the LCD display
7. Shall have Pre-programmed keys for Call Log Contacts, call forwarding, Redial.
Shall store local call log with 30 or more entries for each category (dialed, received,
8.
missed, forwarded calls)
Shall support IEEE802.1Q for VLAN tagging and prioritization. VLAN ID
configuration options:
9.  Manual/ Management Application
 DHCP Option 43
 LLDP-MED
10. Shall support the following Security Protocols and features
Signaling Encryption (TLS), RFC5746: TLS Renegotiation Indication Extension,
11. Payload Encryption (SRTP, DTLS-SRTP), IEEE 802.1x supplicant (EAP-TLS und
PEAP)
Tender Doc Page No. 1276
Tender Doc Page No. 1277
Tender Doc Page No. 1278
Tender Doc Page No. 1279
Tender Doc Page No. 1280
Tender Doc Page No. 1281
Tender Doc Page No. 1282
Tender Doc Page No. 1283
Tender Doc Page No. 1284
Tender Doc Page No. 1285
Tender Doc Page No. 1286
Tender Doc Page No. 1287
Tender Doc Page No. 1288
Tender Doc Page No. 1289
Tender Doc Page No. 1290
Tender Doc Page No. 1291
Tender Doc Page No. 1292
Tender Doc Page No. 1293
Tender Doc Page No. 1294
Tender Doc Page No. 1295
Tender Doc Page No. 1296
Tender Doc Page No. 1297

You might also like