aocc tender
Post on 16-Apr-2015
171 Views
Preview:
TRANSCRIPT
Page 1 of 487
TENDER DOCUMENT
REF: AAI/CHQ/ITD/AOCC
TENDER NO.: AAI/CHQ/ITD / AOCC PROJ-2012
TITLE: Establishment of Airport Operations Control Centers
(AOCC) at 10 Airports
Date: 31
st October 2012
Airports Authority of India Information Technology Division
Safdarjung Airport, New Delhi
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 2 of 487
PAGE LEFT BLANK
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 3 of 487
TABLE OF CONTENTS
S No. Section PARTICULARS PAGE
1. Section-I NOTICE INVITING TENDER 5
2. Section-II INSTRUCTIONS TO BIDDERS 9
3. Section-III GENERAL TERMS & CONDITIONS 49
4. Section –IV SPECIAL TERMS & CONDITIONS 55
5. Section –V QUALITATIVE REQUIREMENTS 120
6. Annexure-I ACCEPTANCE LETTER 186
7. Annexure-II PERFORMANCE BANK GUARANTEE 188
8. Annexure-III SUPPORT STAFF FORMAT 191
9. Annexure-IV LIST OF MODELS OFFERED 193
10. Annexure-V FORCE MAJEURE FORMAT 198
11. Annexure-VI EXTENSION OF TIME FORMAT 200
12. Annexure-VII SPECIFICATIONS & COMPLIANCE
STATEMENT 204
13. Annexure-IX BANK GUARANTEE FORMAT FOR
EMD 442
14. Annexure-X FORMAT FOR LETTER OF
UNDERSTANDING FROM BIDDER TO
BANK
444
15. Annexure-XI POWER OF ATTORNEY FORMAT FOR
THE AUTHORIZED PERSON(S) 446
16. Annexure-XII BIDDER‟S ORGANIZATION DETAILS 448
17. Annexure-XII UNDERTAKING FOR TECHNICAL
ASSOCIATES 450
18. Annexure-XIV NON-DISCLOSURE AGREEMENT 452
19. Annexure-XV INTEGRITY PACT 455
20. Annexure-XV BILL OF QUANTITIES 462
21. SCHEDULE-A 481
22. SCHEDULE-B 483
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 4 of 487
PAGE LEFT BLANK
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 5 of 487
SECTION – I
NOTICE INVITING TENDER
1. Airports Authority of India invites sealed Tenders from interested bidders for the
Establishment of Airport Operations Control Centers (AOCC) works at 10 Airports
under Build Operate Own and Transfer (BOOT) model as per scope of work,
qualifying and other technical requirements given in the Tender document.
2. Estimated OPEX cost of the project & the EMD are as given below.
Sr.
No.
Name of the Work Estimated OPEX
Cost (INR)
EMD in the
form DD/BG
(INR)
Cost of Tender
(INR)
1 Establishment of Airport
Operations Control Centers
(AOCC) at 10 Airports
Rs.350.20 Cr Rs.3.75 Cr Rs.11,250/-
3. All the items offered under the scope of work must be standard products readily
available in the market, and shall not be assembled to meet the specifications of the
Tender.
4. This tender is called through the electronic tendering process and can be downloaded
from the e-tender portal of AAI with URL address
https://etender.aai.aero/irj/portal. A copy of the NIT is also available on AAI
website www.aai.aero. For details on vendor registration/bid submission processes
etc., please see the help files made available on the e-tender portal
https://etender.aai.aero/irj/portal. For user‟s convenience, the help desk contact
details are also given on the above e-tender portal.
5. Please note that the submission of the tender is only through the e-tender portal
https://etender.aai.aero/irj/portal. The tenders will not be accepted in any other form.
Further it may be noted that tenders which are duly submitted on e-tender portal shall
only be final and tenders just saved without submission will not be available to the
evaluation committee for evaluation purpose.
6. Cost of tender fee will be required to be paid online through payment
gateway of HDFC provided at the e-tender portal itself.
7. The critical dates for this tender are as given below:
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 6 of 487
Sr.
No.
Activity Date Time in IST
From To
i. Download of Tender Document from
e-tender portal
31-10-12 30-11-12 1000 hours
ii. Submission of clarifications by
bidders
31-10-12 09-11-12 1600 hours
iii. Pre-bid Meeting at AAI Premises 14-11-12 - 1100 Hours
iv. Online Submission of Bids
(Eligibility, Technical, Financial) on
e-tender portal
- 30-11-12 1430 hours
v. Opening of Eligibility Bids 30-11-12 1500 hours
vi. Opening of Technical Bids - - To be intimated later
vii. Opening of Financial Bids - - To be intimated later
8. AAI may at its discretion, extend/change the schedule of any activity by issuing an
addendum or by intimating the Bidders through a notification on the e-tender
portal. In such cases, all rights and obligations of AAI and the Bidders previously
subject to the original schedule will thereafter be subject to the schedule as
extended/changed.
9. Worksites for the project will be Chennai (DC), Kolkata (DR), Ahmedabad,
Calicut, Jaipur, Mangalore Pune, Trichy, Trivandrum and Guwahati Airports.
10. Clarification needed if any may be sent through e-tender portal
https://etender.aai.aero/irj/portal as per the above schedule.
11. PRE-BID CONFERENCE
11.1 AAI shall hold pre-bid conference with bidders on as per the above
schedule or as extended if any, in the office of IT Division, Airports
Authority of India, Hangar Building, Safdarjung Airport, New Delhi, so as
to discuss all queries/clarifications received from the bidders related to this
tender.
11.2 Please note that in order to participate in the pre-bid meeting, that tender
document must be purchased on-line by the bidders. Bidders must produce
the proof of payment made on-line for download of tender document,
during pre-bid conference.
11.3 Bidders must ensure that the points on which clarifications are required by
them have already been submitted to AAI in advance through e-tender portal
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 7 of 487
https://etender.aai.aero/irj/portal as per the above schedule.
11.4 Bidder or his authorized representatives will be permitted to attend the pre-
bid meeting. The representatives attending the pre-bid conference must have
proper authority letter to attend pre-bid conference and must have authority
to take decisions then and there, as no further clarifications will be accepted
thereafter and the terms and conditions including scope of work decided as
on the date of pre-bid conference will be frozen for all purposes.
11.5 Bidders are advised to restrict number of representatives to not more than
two during pre-bid conference.
11.6 AAI shall publish the clarifications & their responses made in the pre-bid
conference as corrigendum in the e-tender portal subsequently.
11.7 Please note that AAI expects the bidders to comply with all tender
specifications/ conditions which have been frozen after Pre-bid Conference
and hence non- conforming bids may be rejected without seeking any
clarifications.
11.8 Non-attendance at the pre-bid conference shall not be a cause either for
disqualification of a bidder by AAI or shall be cited as a reason by the
bidder for non-compliance on terms and conditions including scope of work
decided as on the date of pre-bid conference.
GM (IT) Issued On:
GM (IT)
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 8 of 487
PAGE LEFT BLANK
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 9 of 487
SECTION - II
INSTRUCTIONS TO BIDDERS
1. Introduction and Definitions
1.1 Airports Authority of India (AAI) is responsible to manage about 125 airports
in the country and has taken up the task of infrastructure building for developing
& modernizing the infrastructure of various airports under its control.
1.2 AAI is currently embarking on the project of “Establishment of Airport
Operations Control Centers at 10 airports” at the following 10 airports:
1.2.1 Chennai – Primary Data Centre
1.2.2 Kolkata – Disaster Recovery Data Centre
1.2.3 Ahmedabad
1.2.4 Pune
1.2.5 Thiruchirapalli
1.2.6 Thiruvanathapuram
1.2.7 Calicut
1.2.8 Mangalore
1.2.9 Guwahati
1.2.10 Jaipur
1.3 To implement the same, AAI has decided that it will engage an “IT
Implementing Firm” that will implement the proposed system as well as
maintain it under BOOT model to obtain a range of systems & services for
the automation of airport operations as given in this document.
1.4 It is emphasized that AAI is looking at this engagement where IT Implementing
Firm shall procure and install hardware, deploy software and other tools as
required and maintain the entire system for a period of seven years from the date
of the system “Go-Live” at the primary Datacenter as indicated in this
document.
1.5 To that end the proposals laid out in this document are indicative
whereas the prospective IT Implementing Firm will be expected to focus on
the objectives of this project and formulate their solution offerings in a manner
that will enable achieving those objectives both in letter as well as spirit.
1.6 Appropriate service level agreements (SLAs) shall be entered into with the
selected bidder to ensure that the airport operational systems remain functional
and provides the required level of service throughout the contract period.
1.7 For all the software, hardware & services covered under OPEX model,
payments shall be released in two parts, a one-time payment on acceptance of
each airport and a quarterly amount paid over a maximum period of 7 years
from acceptance of the Chennai Go-Live for the remainder of the contract on the
basis of SLA based performance as detailed later in this document.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 10 of 487
1.8 Broadly, AAI is looking for a solution from the bidders for a multiple airport
system with a central instance of the database (AODB-Airport Operational Data
Base) to be located at Data Center (DC) (Chennai) and identical Disaster
Recovery (DR) (100% DR) to be located (Kolkata). The Multi Airports
Management solution with an Enterprise Service Bus integration framework will
enable the central AODB system to act as a data planner and repository for each
connected airport. The solution includes establishment of Airport Operations
Control Centers at each airport to be equipped with IT systems infrastructure for
collaborative decision-making (CDM). The proposed system will also have
reporting tool ability that shall give users various reporting information and
configurable dashboard reports.
1.9 The purpose of this tender is to receive bids from bidders and to select the best-
suited IT Implementing Firm to execute this work. This tender document sets
out the terms and conditions, general, operational and qualitative requirements
to be met as per specifications given in this document.
1.10 This tender document includes functional requirements, description of items,
dispatch & delivery schedules, support services etc. The instructions given in the
tender document are binding on the bidder and submission of the tender will
imply unconditional acceptance of all the terms & conditions by the bidder.
1.11 Bidders shall assume complete responsibility for the solution offered in the
Technical bid including the design and performance of the offered
equipment/items satisfying all technical and functional/qualitative requirements
as described in this document.
1.12 Bidders shall obtain Quality Assurance/ Control certificates/declaration/
undertaking from OEM(s) or third party test results from renowned laboratories
(at contractors cost), stating that their offered bill of material/items are new and
meets the technical and functional/qualitative requirements therein.
1.13 Definitions: Unless otherwise clearly required by the context, the
following terms, as used in this document shall have the respective
meanings as defined below:
1.14 “AAI / The Buyer” means the Airports Authority of India.
1.15 “AAI Equipments” means the equipment which are owned, leased or rented by
AAI and permitted to be used by the IT Implementing Firm to provide Services.
1.16 “Acceptance” means substantially conforms to the requirement as laid down in
the Acceptance Test Document.
1.17 “Acceptance Test” means the acceptance testing in accordance with the
Acceptance Test Document.
1.18 “Acceptance Test Document” means the document submitted by the IT
Implementing Firm and approved by AAI. The procedures for the Acceptance
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 11 of 487
Test shall include tests that establish:
1.18.1 Supplies have been installed in accordance with the MSA.
1.18.2 Services are being provided in accordance with the MSA.
1.18.3 Documentation in accordance with MSA is available.
1.19 “Affiliate” shall mean:
1.19.1 In relation to AAI, any directorate/ regional or sub-regional office
directly or indirectly controlled by AAI.
1.19.2 In relation to the IT Implementing Firm, any legal entity that IT
Implementing Firm controls or with which IT Implementing Firm is
having common control. Control means to own or control, directly or
indirectly, over 50% of voting shares.
1.20 “Agreement" means the MSA and the Schedules thereto and in the event of
conflict between terms of the MSA and that of Schedules, the terms of the MSA
shall prevail.
1.21 “Business Day” or “Working Day” means a day, other than Saturday and
Sunday or a public holiday, on which banks are open for business in Delhi/Other
locations.
1.22 "Bidder / Vendor" means the individual or firm who participates in this tender
and submits its bid.
1.23 “Change of control” means new owners assume responsibility for the operations
of the business of the IT Implementing Firm.
1.24 “Collusive Practices” means a scheme or arrangement between two or more
bidders with or without the knowledge of the AAI designed to establish prices at
artificial, non-competitive levels.
1.25 “Coercive Practices” means harming or threatening to harm, directly or
indirectly, persons or their property to influence their participation in a selection
or procurement process, or affect the execution of an agreement.
1.26 “Confidential Information” means any information, including information
created by or on behalf of the other Party, whether written or oral (which is
confirmed in writing by disclosing party within 15 (fifteen) days of such oral
disclosure) , which relates to internal controls, computer or data processing
programs, algorithms, electronic data processing applications, routines,
subroutines, techniques or systems, or information concerning the business or
financial affairs and methods of operation or proposed methods of operation,
accounts, transactions, proposed transactions or security procedures of either
Party or any of its Affiliates.
1.27 "Contractor" means the individual or firm taking up the work as defined under
the Notice Inviting Tender.
1.28 “Contract” means the agreement signed between the Buyer and the Contractor
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 12 of 487
as per the terms and conditions contained in the Works Order / Purchase Order.
1.29 "Contract Price" means the price payable to the Contractor under the Works
Order / Purchase Order for the full and proper performance of its contractual
obligations.
1.30 “Corrupt Practice” means the offering, receiving or soliciting directly or
indirectly, or anything of value to influence the action of AAI official in the
selection process or in the agreement execution.
1.31 “Designated Agency” means a person designated by AAI to undertake such
functions as AAI may designate. AAI may designate a person to undertake more
than one function or more than one person to undertake a function.
1.32 “Data Centre” or “DC” means the data center which shall be established by IT
Implementing Firm in Chennai for and on behalf of AAI.
1.33 “Data Centre Assets” means the inventory of assets relating to facilities,
services and installations needed for the functioning of the DC.
1.34 “Disaster Recovery Site” or “DR” means the Disaster Recovery Data Centre site
which shall be established by IT Implementing Firm in Kolkata for and on
behalf of AAI.
1.35 “Disaster Recovery Site Assets” means the inventory of assets relating to
facilities, services and installations needed for the functioning of the DR.
1.36 “Documentation” shall mean documents, manuals and drawings relating to:
1.36.1 the design, engineering, operation, and maintenance of
Equipments;
1.36.2 operation, and maintenance of Supplies;
1.36.3 Standard Operating Procedures in respect of Supplies and
Services.
1.37 “Effective Date” shall mean the date of execution of the MSA.
1.38 “Equipments” means the hardware or machines along with their peripherals and
attachments
1.39 “Fraudulent Practice” means a misrepresentation or omission of facts in order to
influence a selection process or the execution of an agreement.
1.40 “Go-Live Date” means target date for each airport to commence operation. This
is the date from which the Service Level would be measured.
1.41 “IT implementing Firm/Successful Bidder” means the individual or firm which
has submitted its response and decided to be selected by AAI for award of
contract in this tender through competitive bidding. For the purpose of this
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 13 of 487
tender, “IT implementing Firm”, “Successful Bidder” and “Contractor” is
synonymous.
1.42 “IT Implementing Firm Equipments” means the equipment of the IT
Implementing Firm and used for providing Services.
1.43 “IT Implementing Firm Products means” IT Implementing Firm logoed
hardware or COTS software provided by IT Implementing Firm or its Affiliates.
1.44 “Industry Best Practice” means the exercise of that degree of skill, care,
diligence, prudence, foresight and judgment which would reasonably be
expected from skilled, experienced and market leading operators engaged in the
provision of services similar to the Services.
1.45 “IT Assets” means the inventory of assets relating to Information Technology
facilities and services such as hardware, software, data, system documentation
and storage media including their intercommunication services.
1.46 “IT System” means Information Technology facilities including hardware,
software, data, system documentation and storage media including their
intercommunication services.
1.47 “Material Breach” means cases of breach as defined at Para 50.6, 50.10 &
50.15 of Section IV of the tender.
1.48 “Measurement Period” means every 3 calendar months period after the
completion of the Acceptance of the IT System by AAI till the expiry of
contract. During the Measurement Period, IT Implementing Firm will use
standard measurement tools to monitor the performance levels for the Services
to serve as input for establishing the Service Levels.
1.49 “ MSA Schedules” means the following Schedules attached to Master Service
Agreement(MSA) :
1.49.1 AAI Tender Document Ref No. AAI/CHQ/ITD / AOCC PROJ-2012
1.49.2 Addendum/Corrigendum issued from time to time to the Tender by
AAI.
1.49.3 Bid Response of Selected bidder to the above Tender.
1.49.4 Written communications exchanged from time to time between AAI
and the IT Implementing Firm prior to the execution of the contract.
1.49.5 Payment Schedule.
1.49.6 Service Level Agreement.
1.49.7 Works/Purchase order issued by AAI.
1.50 “Non-responsive Bid” means a bid, which is not submitted as per the
instructions to the bidders or Earnest Money Deposit has not been attached, or
the required data has not been provided with the Bid or intentional errors have
been committed in the Bid.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 14 of 487
1.51 “Office” shall mean an Office of AAI Headquarters including regional and sub-
regional offices; or an Affiliate of AAI;
1.52 “Party” means AAI or IT Implementing Firm, individually and “Parties” mean
AAI and IT Implementing Firm, collectively.
1.53 “Project Assets” means the Equipment/hardware of the IT Implementing Firm
and software licensed to IT Implementing Firm and is dedicatedly used for
providing Services to AAI and any developed materials copyrights of which
may be owned by the IT Implementing Firm or AAI as per the MSA.
1.54 “Project Leader AAI” – Project Leader means an authorized representative of
AAI, who has been entrusted with powers and rights to take appropriate
decisions for execution of the provisions of MSA.
1.55 “Project Manager AAI” means the AAI executive responsible for signing all
documents from AAI side and shall coordinate all the activities of the project
with the bidder / contractor.
1.56 "Purchase Order " means the order placed for the supply of items by the Buyer
on the contractor signed by the Buyer including all attachments and appendices
thereto and all documents incorporated by reference therein.
1.57 “Quarter” means one of the four „three-month‟ intervals in a financial calendar
year. For the avoidance of doubt, all the four „three-month‟ intervals together
comprises the financial year.
1.58 “Quarterly Charge” means the charges for a period of a Quarter. For, an interim
project (start date falling in between a Quarter) charges will be paid pro-rata
from the date on which the system has been accepted by AAI.
1.59 “QCBS” means “Quality and Cost-Based Selection” method through which bid
proposals are ranked according to their combined technical and financial scores
using the weights as indicated in Para 17 & Para 18 of Section II of this tender
document.
1.60 “Required Consents” means any consent, clearances and applicable approvals
necessary for the IT Implementing Firm to provide the Services under the MSA.
1.61 “Tender” means Tenders as issued by AAI for “Establishment of Airport
Operations Control Centers (AOCC) at 10 Airports” having Reference No .
AAI/CHQ/ITD / AOCC PROJ-2012.
1.62 “Service” means the information technology (IT) services expected to be
delivered as part of the scope of work defined in MSA.
1.63 “Service Level” means the service delivery criteria established for the services
specified in MSA/SLA.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 15 of 487
1.64 “Supply” means all tangibles to be supplied and/or installed by the IT
Implementing Firm in accordance with MSA and shall include hardware,
software and Documentation.
1.65 “Technology Refresh” means replacements of components and other upgrades
to the systems that increase or modernize performance or capability.
1.66 “Termination” means termination of agreement.
1.67 “Transfer Assistance” means providing assistance by the IT Implementing Firm
to transfer the Services performed (by the IT Implementing Firm and its
subcontractors) to AAI or to its nominated third party IT Implementing Firm in
an orderly and planned manner as envisaged under Exit management defined in
MSA.
1.68 “Training” shall mean the training to be provided by the IT Implementing Firm.
1.69 "Works Order" means the order placed for the supply, installation, testing &
commissioning of systems / works by the Buyer on the Contractor signed by the
Buyer including all attachments and appendices thereto and all documents
incorporated by reference therein.
1.70 In the Agreement unless the context demands otherwise:
1.70.1 Words used in singular shall include the plural and vice-versa.
1.70.2 A person includes a legal or natural person or a partnership, firm, trust,
government or local authority and shall also include the legal
representative or successor in interest of such person.
1.70.3 The words “include,” “includes” and “including” shall be deemed to be
followed by the phrase “without limitation”.
1.70.4 Schedules to MSA may be altered, deleted or replaced by agreement in
writing between the Parties. A reference to a Schedule in MSA shall
mean the Schedule as altered, deleted or replaced as aforesaid.
1.70.5 Schedules to MSA form an integral part of MSA and will be in full force
and effect as though they were expressly set out in the body of
Agreement.
1.70.6 Any word or expression used in this MSA shall, unless defined or
construed in the Agreement, bear its ordinary English language meaning.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 16 of 487
2. ELIGIBILITY BID CRITERIA:
(Bidders shall upload scanned copy of following documents in readable form as
Eligibility Bid on AAI e-tendering portal corresponding to each criterion
mentioned below)
2.1. Acceptance Letter: Acceptance of all tender conditions in the format enclosed
as per Annexure-I of the tender document.
2.2. Power of Attorney: Power of Attorney authorizing the designated executive to
sign all documents for this tender on behalf of the company. The power of
attorney shall be on a non-judicial stamp paper of Rs.100/- in the format given
as per Annexure-XI of the tender document. Original Power of Attorney in a
sealed envelope shall be submitted by the bidder to AAI within 48 Hrs from
scheduled date of opening of the on-line eligibility bid
2.3. Earnest Money Deposit (EMD) of value as given in in Section-I Notice
Inviting Tenders of the tender, in the form of Bank Guarantee(BG) or Bank
Draft only from Nationalized/Scheduled Banks. In case of BG, the same shall
be as per the format given at Annexure-IX of the tender document including the
Letter to Bank for issue of EMD (Annexure-X). Original EMD in a sealed
envelope shall be submitted by the bidder to AAI within 48 Hours from
scheduled date of opening of the on-line eligibility bid. The response of the
bidders who fail to submit EMD as per the timelines stipulated above shall be
treated as non-responsive and such bids shall be rejected outright.
2.4. Bidder’s Organization, Bidders Authorized Person(s), Technical
Associate(s) and Consortium Partner(s) Details: The complete details of
Bidder Organization as per the format at Annexure-XII of the tender document.
In case of Consortium/JV partners/ Technical Associates, their details shall also
be given in similar format.
2.5. A list of clients served (with contact address) shall also be attached.
2.6. Duly filled in compliance for various components under Table 1, with
regard to “Organizational Eligibility Requirements” is to be submitted as
per format given below.
S.No. Qualification
Criteria
Compliance
(Complied/Not
Complied)
Supporting
Document
Attached by
Bidder
Details & ref.
Page number of
attached
document.
2.7. Duly filled in compliance for various components under Table 1, with
regard to “Experience Requirements” is to be submitted as per format
given below.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 17 of 487
S.No. Qualification
Criteria
Compliance
(Complied/Not
Complied)
Whether
Claiming
Technical
Associate for
this category
(Yes/No)
Details & ref. Page
number of
attached document
2.8. Proof of Eligibility Requirements: Proof of Organizational Eligibility
Requirements against each item (A).1 to (A).5 as required in Table 1 given
below.
2.9. Proof of Experiences requirements & satisfactory service: The proof of
experience for each item (B).1 to 1(B).6 as required in the Table 1 given below
along with completion certificate from the clients with complete details of the
work(s) carried out.
2.10. Non-Disclosure Agreement: Bidder shall submit Non-Disclosure Agreement as
per Annexure XIV of tender document.
2.11. Integrity Pact: Bidder shall sign Integrity Pact and comply with all the
requirements as mentioned in the Integrity Pact format as per Annexure XV of
tender document. If the bidder is a consortium/JV, this Pact must be signed by
all the partners and consortium members, or their authorized representatives
2.12. List of documents to be attached with Eligibility Bid:
a) Acceptance Letter as per Para 2.1 above.
b) Power of Attorney as per Para 2.2 above.
c) EMD along with letter as per Para 2.3 above.
d) Bidder‟s Organization details as per Para 2.4 above.
e) List of client references with contact details as per Para 2.5 above.
f) Duly filled in compliance for each item at Table 1 as per Para 2.6
above.
g) Duly filled in compliance for each item at Table 1 as per Para 2.7
above.
h) Proof of Eligibility Requirements for each item at Table 1 as per Para
2.8 above.
i) Proof of Experiences for each item at Table 1 as per Para 2.9 above.
j) Service Tax Registration copy of the bidder.
k) Sales Tax Registration particulars of the bidder.
l) PAN copy of the bidder/ consortium/JV.
m) Declaration letter for non-blacklisting as per Table 1 - 1(A).5.
n) Comfort Letter(s) if applicable as per Table 1- Notes (f).
o) Undertaking for Technical associates as per Annexure-XIII where
applicable.
p) Non-Disclosure Agreement as per Annexure-XIV as per Para 2.10
above.
q) Integrity Pact as per Annexure-XIV as per Para 2.11 above.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 18 of 487
Table 1: Eligibility Requirements: (Please see carefully the notes given at the end of the table)
S.No. Qualification Criteria Supporting Document Required
from bidder
(A) Organizational Eligibility Requirements
Bidder shall be required to meet all the requirements and shall submit relevant documents in
support of all the requirements from point (A).1.to (A).5. as given below.
(A).1. Prime Bidder shall be a National /
International Level IT Company in
operation for the last 5 Years as on
31.03.2012 and be involved in successful
development, customization and
implementation of large IT based
information processing and management
systems and solutions.
(i) Work orders confirming year and
area of activity.
(ii) Memorandum and Articles of
Associations.
(A).2. Prime Bidder shall submit Sales
Tax/VAT/PAN/Service Tax Registration No.
along with documentary proof of
registration.
(i)Sales Tax/VAT/ PAN/ Service Tax
Registration Number.
(ii) Documentary proof of registration.
(A).3. Prime Bidder shall have average
annualized turnover of at least Rs.700
Crores for the last three financial years
(2011-12, 2010-11 & 2009-10). Bidder shall
submit audited balance sheet in support of
this. For turn over purpose the turnover of
the parent company (registered in India or
Abroad) of the fully owned subsidiary shall
also be considered. Turnover requirement
given in the notes below shall apply in case
of Consortium / JV partner. Turnover of any
other firms is not accepted.
(i) Copy of the audited profit and loss
account of the company (not of group)
showing turnover of the company for
last three financial years (i.e. 2011-12,
2010-11 & 2009-10).
(ii) Valid Agreement in case of
Consortium / JV partner.
(A).4. Prime Bidder / leader of the Consortium
shall have at least valid SEI CMMI level 3
certification. Firms with higher level
CMMI certification shall be given weightage
under technical evaluation.
Valid CMMI certificate (Level-3 or
more only) needs to be attached.
(A).5. Prime Bidder or any of members of
consortium/JV/Technical Associates shall
not be blacklisted as on 30.09.2012 by
Government of India/State Governments/
International Agencies e.g.
UN/WB/IMF/ADB etc. The bidder shall
submit a self-declaration to this effect from
the Company Secretary / CEO / CFO.
Declaration in this regard from the
Company Secretary / CEO / CFO of
the Prime Bidder. No declaration from
others shall be acceptable and non
compliance shall be treated as a non-
responsive response.
(B) Experience Requirements
Bidder shall meet all the experience requirements and shall submit relevant documents in support
of all the requirements from point (B).1.to (B).6 as given below. Bidders shall provide details in
the Eligibility Bid for all the Technical Associates it has tied up along with copy of Agreement
document entered between them for collectively working together in this project for entire
duration of contract. Bidder shall submit documentation establishing his Technical Associate‟s
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 19 of 487
credentials for the corresponding area of experience for which Technical Associates has been
taken. The documentation shall be copies of the Purchase/Work Order along with successful
completion certificate/undertaking from the end-user client for the respective projects
S.No. Qualification Criteria Supporting Document Required
(B).1. Bidder shall have implemented at least one
project of value more than or equivalent to 8
Crores or two orders each of value more than
or equivalent to 5 crores or three orders each
of value more than or equivalent to 4 Crores
and shall have completed satisfactory
services for Data Centres/Disaster Recovery
Sites for Central Government and/or Public
Sector Undertakings (PSUs) and/or Large
Private Sector Enterprises in India/Abroad in
the last 7 years as on 30.09.2012.
(Setting-up Data Centres would mean where
the bidder had primary responsibility of
deploying the IT and Non-IT components of
the data center).
(i) Valid Agreement in case of
experiences claimed that of Technical
Associate/Consortium/JV partner.
(ii) Work & completion orders
confirming year, value and area of
activity
(B).2. Bidder shall have experience in at
least one project of value more than or
equivalent to 1.6 Crores or two orders each
of value more than or equivalent to 1crore or
three orders each of value more than or
equivalent to 0.80 Crores for providing
Facility management services in data centres
/Disaster Recovery sites for
Central Government and/or Public Sector
Undertakings (PSUs) and/or Large Private
Sector Enterprises in India/Abroad in the last
7 years and shall have completed satisfactory
services for minimum 2 years of continuous
service as on 30.09.2012.
(Facility Management Services would mean
providing comprehensive operations
/ maintenance services towards all IT
& Non-IT components of the Data
Centre/Disaster Recovery Site).
(i) Valid Agreement in case of
experiences claimed that of Technical
Associate/Consortium/JV partner.
(ii) Work & completion orders
confirming year, value and area of
activity
(B).3. Bidder shall have experience in at least one
project of value more than or equivalent to 8
Crores or two orders each of value more than
or equivalent to 5 Crores or three orders each
of value more than or equivalent to 4 Crores
and shall have completed satisfactory
services in providing IT System integration
services for projects having implementation
at multiple sites for Central Government
and/or Public Sector Undertakings(PSUs)
and/or Large Private Sector Enterprises in
India/Abroad in the last 7 years as on
(i) Valid Agreement in case of
experiences claimed that of Technical
Associate/Consortium/JV partner.
(ii) Work & completion orders
confirming year, value and area of
activity
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 20 of 487
30.09.2012.
(B).4. Bidder shall have experience in taking up at
least one large IT Projects (CAPEX
/Outsourced) in India/Abroad for Central
Government and/or Public Sector
Undertakings (PSUs) and/or Large Private
Sector Enterprises in India/Abroad in the last
7 years as on 30.09.2012. Large IT Projects
would mean Project involving one or all of
these areas:
(a) Where the bidder has implemented
Business Process Automation.
(b) Where the bidder has procured
installed and commissioned all IT
and Non-IT components.
(c) Where the bidder has networked 10
or more sites.
(d) Where the bidder has developed/
implemented Enterprise Level
Applications and provided post
implementation support for the same.
(e) Where the bidder has
provided Facility Management
Services.
For Large Value Project under CAPEX /
OPEX Mode or CAPEX+ OPEX, the
minimum order value shall be Rs. 60
Crores or more. If the project is OPEX or
CAPEX + OPEX in nature than the
bidder shall have successfully completed
two years of services as on 30.09.2012.
(i) Valid Agreement in case of
experiences claimed that of Technical
Associate/Consortium/JV partner.
(ii) Work & completion orders
confirming year, value and area of
activity
(B).5. Bidder shall have implemented projects for
providing AODB & RMS solutions in
India/Abroad during last 7 years as specified
below:-
i) Single project of Multi airport
environment having at least 8
Airports with Centralized AODB
or
ii) 2 projects of Multi airport
environment having at least 5
Airports with Centralized AODB.
or
iii) 3 projects of Multi airport
environment having at least 4
Airports with Centralized AODB.
or
iv) At least 2 Single or Multiple airports
AODB projects with total combined
(i) Valid Agreement in case of
experiences claimed that of Technical
Associate/Consortium/JV partner.
(ii) Work & completion orders
confirming year and area of activity
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 21 of 487
minimum passenger capacity of 20
Million per annum.
(B).6. Bidder shall have implemented at least 2
projects for providing integration with
airport IT systems for AOCC at airport in
India/Abroad during last 7 years.
(i) Valid Agreement in case of
experiences claimed that of Technical
Associate/Consortium/JV partner.
(ii) Work & completion orders
confirming year and area of activity
Notes:
(a) IT Company would mean an entity involved in one or more of the following activities:
(a).1 Business Process Automation.
(a).2 Development / implementation of enterprise level applications.
(a).3 Implementation of mission critical projects for networking infrastructure,
datacenter infrastructure and server & storage infrastructure.
(b) Project details to be included against experience shall only include completed projects
as on 30.09.2012.
(c) Minimum cost as asked for the projects at item (B). 4 above shall be against:
(i) One order of value more than equivalent to 80 % of the minimum cost as asked
for;
(ii) Two orders, each of value more than equivalent to 50 % of the minimum cost as
asked for ;
(iii) Three orders, each of value more than equivalent to 40 % of the minimum cost as
asked for;
(iv) If the work is carried out in multiple phases duly mentioned in the work order ,
then cumulative cost of the works accounting various phases may be considered.
In case of the only CAPEX works carried out, completed phases will only be
accounted for.
(d) The vendors submitting documents in languages other than English and Hindi shall
submit a certified English Translation of the original.
(e) Self-Attested copies of the Purchase/Work Order shall be submitted along with successful
completion Certificate/undertaking from client for the respective projects. Client letter as
an undertaking can be considered with relevant details such as date of work
order/purchase order, Scope of work, Value of contract & successful completion
thereof. Photocopy / scanned copy of the work order/purchase order along with completion
certificate/ undertaking issued by clients is required to be submitted.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 22 of 487
In case the experience projected by the bidder is rendered as a subcontract, then completion
certificate by the principal contractor shall be provided along with a letter or certificate by
the end-user client in favour of principal contractor. For example, say an end-user client X
has awarded a work to firm A. If the firm A has further subcontracted the same work to
another firm B, then subject to the work having been completed in its entirety, the following
will be applicable:
(i) If firm A is the bidder for this (AAI) tender, then completion certificate/
Undertaking from the end-user client X will be required to be submitted.
(ii) If firm B is the bidder for this (AAI) tender, then in addition to the completion
certificate/ undertaking from the firm A, a letter/certificate for the same work regarding
completion from X in favour of A shall also be required to be submitted.
(f) Out of 6 categories of project experience requirements mentioned above ((B).1.to (B).6.),
bidders meeting all the requirements shall be declared pre-qualified. Bidders not
meeting all the requirements shall also be considered provided they have Technical
Associates with them for the category for which they do not have experience of their own.
However, the prime/Lead Bidder shall have requisite experience in at least 3 categories
out of 6 mentioned above. Bidders not having requisite experience in at least 3
categories shall be rejected at eligibility stage. For the purpose of experience internal /
external projects can be considered. However, for internal experience an undertaking
from the CFO of the bidder's company stating that the claimed work for the values cited
as experience has been completed as per financial records of the company. For external
projects undertaken by its parent or any of its wholly owned subsidiary or consortium
partner are permitted. In such cases, an undertaking in the form of “Comfort Letter”
from the CEO/MD of the bidder's company will be required to be submitted. Such
undertaking shall indicate commitment to the quality, timelines and requirements of the
„Establishment of Airport Operations Control Centers (AOCC) at 10 Airports' project of
AAI and how the commitments would be fulfilled.
(g) In case(s) of alliance with Technical associates as per (f) above, the bidder as part of
Eligibility bid, shall submit a copy of a detailed valid agreement to that effect. Bidders
may ensure that Technical associates whom they are associating with shall have
requisite experience as specified in this tender. Technical Associates found not meeting
the requisite experience based on submitted documents will not be considered. Bids of
such bidders will result in rejection at Eligibility Bid evaluation stage.
(h) Where alliances have been made with Technical Associates/OEMs, implementation
activities for those services shall be taken care by the respective Technical
Associates/OEMs. However the overall responsibility for all the services shall rest with
the prime/Lead bidder.
(i) The following will apply for JV companies / consortium of firms:
(i).1. Consortium of firms should not comprise of more than two firms.
(i).2. Joint Venture firm as a single unit or each member of the consortium should have
Permanent Account Number (PAN).
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 23 of 487
(i).3. A detailed and valid agreement exists between the consortium members defining
clearly the role, responsibility and scope of work of each member along with
nomination of leader for these purpose of this work commensurate with their
experiences and capabilities and a confirmation that the members of the consortium
assume joint and several responsibility.
(i).4. Joint Venture Company/Consortium of firms shall not be permitted to have more
than two Technical Associates for the category for which they do not have
experience of their own
(i).5. The leader of the Consortium of firm shall meet 80% of the qualification criteria in
respect of experience and turnover requirements and shall accept overall
responsibilities of contract obligations for the total scope of work during execution
and up to defects liability period and the partner of the consortium/JV shall meet
40% of the qualification criteria in respect of experience and turnover requirement
(i).6. Both the Consortium firms should jointly possess the required process/solution
tools, skilled manpower, etc. required for execution of the work.
(i).7. In addition to (i).1 to (i).5 above, the qualification criteria defined above shall be
met fully jointly by both the members of Consortium or as a single unit of joint
venture.
(j) No single firm shall be permitted to submit two separate bids, as individual as well as in
joint venture/consortium or under two different joint venture firms/consortium.
(k) In this tender, either the Indian agent on behalf of the Principal / OEM or Principal /
OEM itself can bid but both cannot bid simultaneously for the same item / product in the
same tender.
(l) If an agent submits bid on behalf of the Principal / OEM, the same agent shall not submit
a bid on behalf of another Principal / OEM in the same tender for the same item /
product.
(m) While capability of Technical Associates of bidders would qualify for the purpose of
eligibility bid, bidders with their own capability, however, would be given higher
weightage under technical evaluation.
(n) Missing, incomplete or incorrect supporting documents shall result in “non-compliance”
and the bid shall be liable to be rejected at Eligibility Bid Evaluation stage.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 24 of 487
2.13. TECHNICAL BID CRITERIA:
(Bidders shall upload scanned copy of following documents in readable form
as Technical Bid on AAI e-tendering portal corresponding to each criterion
mentioned below)
2.13.1 Technical Proposal: This document shall include details of the proposed
services & deliverables in terms of process/ activities/ SLAs, delivery
model, compliance with AAI requirements for this tender, unique selling
points, available options and assumptions made if any, etc. The bidder, in
the technical bid, should include details of how their proposition will
benefit the proposed and future outsourcing program for AAI. Details of
the key differentiating factors and value added factors of the proposition
that will be useful in evaluating bidders‟ proposition shall be highlighted
and brought out. During evaluation of the bids, bidder‟s expertise and
experience in the area of scope of work for this tender will be examined to
assess the service offering capabilities of the bidder. Bidder therefore shall
submit, in the technical bid, a Capability Document as per Table 2 & 3
(where applicable) in this section of this document which will be
considered during Technical evaluation of the bids. Documents
elaborating on each of information (e.g. Projects detail, Resources,
Experience and qualification detail, etc.) as proof of claim shall be
attached with the bid for verification. Capability document for each
Technical Associate shall also be provided as per Table 3 in this section of
this document.
2.13.2 The overall Technical proposal shall include Sections and Appendices as
explained below:
(a) Section 1- Overview of the solution proposed with compliance
to tender requirement to be provided in a Presentation Format
Document.
(b) Section 2 - Proposed Core application solution in detail.
(c) Section 3 - Proposed Infrastructure solution in detail.
(d) Section 4 - Training schedule as per tender requirement.
(e) Section 5- Proposed Program management and services
methodology.
(f) Section 6- Staffing Schedule.
(g) Section 7- Work Schedule.
(h) Appendix A- Compliance of as per Section A of Annexure VII
of tender document
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 25 of 487
(i) Appendix B- Compliance as per Section B Annexure VII of
tender document
(j) Appendix C- Detailed Statement of Work.
(k) Appendix D- Deviations, if any.
(l) Appendix E- Detailed Bill of Material as per format of
Annexure IV of tender document. Bidder shall submit an un-
priced Bill of Materials wherein every deliverable including
part-wise description of items to be supplied for the proposed
solution are clearly indicated with the details such as Make,
Model etc. No prices should be mentioned in such Bill of
Material submitted along with the technical bid.
(m) Appendix F- List of supporting documents
(n) Appendix G- Compliance to SLA matrix given in the tender
(o) Appendix H- Capability document as per Table 2 given below.
(p) Appendix I- Capability document as per Table 3 given below
(where applicable).
(q) Appendix J- Authorization letter along with Quality Certificates
(like ISO etc.) for various OEMs whose products have been
offered in the bid.
(r) Appendix K- Schedules A to E with documents in support of
Technical Evaluation Score given at the end of Clause 17 of this
section.
Table 2– Capability Document (Bidder/JV/Consortium Partners)
Bidder/JV/Consortium Partner Name: S. No. Field of Activity Number of
Projects
Undertaken
Human Specialist Resources on
roll of the Bidder
Remarks Page
number
of the
bid
where
proof
attached
Named
Resources
with more
than 10
Years
experience
Named
Resources with
less than 10
years
experience
1. AODB,RMS,
Airport
Integration
Layer (AIL)
2. AOCC Build
3. AOCC
Process
Reengineering
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 26 of 487
4. Airport
Systems
Integration
5. Airport
Operations
Training
6. Network
Note: Documents elaborating on each of information (e.g. Projects detail, Resources, Experience
and qualification detail, etc.) as proof of claim shall be attached for verification.
Table 3 – Capability Document (Technical Associates)
Technical Associate:
Name:
Reference Clause No. S. No. Field of Activity Number of
Projects
Undertaken
Human Specialist Resources on
roll of the Bidder
Remarks Page
number
of the
bid
where
proof
attached
Named
Resources
with more
than 10
Years
experience
Named
Resources with
less than 10
years
experience
1. AODB,RMS,
AIL
2. AOCC Build
3. AOCC
Process
Reengineering
4. Airport
Systems
Integration
5. Airport
Operations
Training
6. Network
Note: Documents elaborating on each of information (e.g. Projects detail, Resources, Experience and
qualification detail, etc.) as proof of claim shall be attached for verification.
2.14. List of documents to be attached with Technical Bid :
2.14.1 Technical Proposals as per Para 2.13 above including all relevant
supporting documents.
3. COST OF BIDDING :
3.1 The Bidder shall bear all costs associated with the preparation and submission of
the bid. The Buyer, will in no case, be responsible or liable for these costs,
regardless of the conduct or outcome of the bidding process.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 27 of 487
4. BID DOCUMENTS
4.1 The required materials, bidding procedures and contract terms are prescribed in
the Bid Documents. The Bid Documents include-
4.1.1 Section - I :- (Notice Inviting Tender)
4.1.2 Section - II :- (Instructions to Bidders)
4.1.3 Section - III :- (General Terms & Conditions of the
Contract)
4.1.4 Section - IV :- (Special Conditions of the Contract)
4.1.5 Section - V :- (Functional Requirements)
4.1.6 Annexure -I :- (Acceptance Letter)
4.1.7 Annexure -II :- (Performance Bank Guarantee)
4.1.8 Annexure -III :- (Not Applicable)
4.1.9 Annexure -IV :- (Details of Make & Models offered)
4.1.10 Annexure -V :- (Format for intimation of force Majeure)
4.1.11 Annexure -VI :- (Application for extension of time)
4.1.12 Annexure -VII :- (Specification & Compliance to the
specifications)
4.1.13 Annexure-VIII :- (Not Applicable)
4.1.14 Schedule A :- Addendum to the Tender document
4.1.15 Letter Format : - Letter to be attached with the Technical
Bid
4.1.16 Letter Format : - Letter to be attached with the Financial
Bid
4.1.17 Schedule-B : - Price Schedule Format
4.2 The Bidder is expected to examine all instructions, forms, terms and
specifications in the Bid Documents. Failure to furnish all information required
as per the Bid Documents or submission of bids not substantially responsive to
the Bid Documents in every respect will be at the bidder's risk and shall result in
rejection of the bid.
4.3 The bidder will be deemed to have carefully read this tender document including
all requirements and the terms and conditions. Any claim on the grounds of
failure to read or comply with the requirements, terms and conditions will not be
entertained.
4.4 Clarifications of Bid Documents:
4.4.1 Bidder, requiring any clarification of the tender Document, may submit
their clarifications, if any, through provision of e-tender Portal in the
format given below (Note: The document type for queries shall be
Microsoft-Excel):
Name of Bidder Firm:
S.No
.
Section
No.
Page
Number
in
Para/Clause
No
Existing
Provision in
Clause
Clarificati
on Sought
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 28 of 487
Section.
4.4.2 Request for clarifications received from bidders not later than the schedule
indicated in Section I Para 7 or as extended thereto by AAI if any, will
only be considered for replies. Replies to Clarifications by AAI will be
uploaded as Corrigendum/Addendum through e-Tender Portal. In order to
provide reasonable time to bidders to take the amendments into account
for preparing their bids, AAI may, at its discretion, extend the deadline for
the submission of bids. The bidders are advised to visit e-tender portal
regularly. Request for clarifications should be submitted through E- tender
portal only. Request for clarifications received through E-mail / FAX or
letter shall not be considered
4.4.3 Clarifications and other documents, if and when issued by AAI, shall be in
relation to the tender and hence shall be treated as a part of the tender.
AAI makes no representation or warranty as to the completeness of any
response, nor does AAI undertake to answer all the queries that have been
posed by the Bidders.
5. AMENDMENTS TO BID DOCUMENTS
5.1 At any time, prior to the date of submission of bids, the Buyer may, for any
reason, whether at its own initiative or in response to a clarification requested by
a prospective Bidder, modify the bid documents by amendments.
5.2 The amendments shall be communicated to all prospective bidders as
Addendum/Corrigendum on the e-tender portal. Any such Addendum/
Corrigendum shall be deemed to have been incorporated by its reference into
this tender and binding on the bidders
6. DOCUMENTS COMPRISING THE BID :
6.1 The bid prepared by the bidder shall be in two parts to be submitted as per Para
D of this Section. Each part to contain the following components:
6.1.1 Eligibility Bid for provision of “Name of the work as given in Schedule-A
Sl. No. 1” consisting of the following documents.
6.1.1.1 All the relevant documents as asked for Eligibility Bid criteria of
the tender.
6.1.1.2 On-line Payment of tender fee through e-tendering portal in
accordance with Clause 5 under Section I of the tender.
6.1.1.3 Earnest Money Deposit in accordance with Clause 5 of Section–
III.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 29 of 487
6.1.2 Technical Bid for provision of “Name of the work as given in Schedule-A
Sl. No. 1” consisting of the following documents.
6.1.2.1 All the relevant documents as asked for Technical Bid criteria of
the tender.
6.1.3 Financial Bid: for provision of “Name of the work as given in Schedule-
A Sl. No. 1” consisting of the following documents and filled online as per
clause 7.
6.1.3.1 Financial Bid Form (to be filled up online).
7. BID PRICES :
7.1 The bidder shall fill the price schedule as follows:
7.1.1 This Financial Bid shall be filled up online and submitted on the e-tender
portal. It may be noted that only duly submitted bids shall be evaluated
and bids just saved but not submitted shall not be part of the evaluation
process.
7.1.2 The bidder shall quote the rates in Indian Rupees.
7.1.3 The bidder shall give the total composite rate inclusive of all levies and
taxes (including service tax), packing forwarding, freight & insurance etc.,
against the works under the contract.
7.1.4 The Rate (Inclusive of all taxes) shall be used for calculating the total
amount in the Financial Bid.
7.1.5 In the event of any errors or Ambiguity in Rate itself, the Price Bid of the
Vendor shall be rejected.
7.1.6 The prices quoted by the bidder shall remain firm on the date of
submission of the Bid and shall not be subject to variation on any account
during the period of validity of the bid.
7.1.7 Each Bidder should submit only one product for each item. Offering
products of more than one brand or multiple models of the same brand
against one item shall make the technical / financial bid of the vendor
invalid and such offers shall be rejected at technical / financial stage
wherever such defaults are noticed.
7.1.8 Post offer discount, if any, offered by the bidders shall not be considered.
Bidders‟ planning to offer discount shall therefore modify their offers
suitably while quoting and shall quote clearly net price taking into account
discount, free supply etc. However, such discounts, if any on the basis of
post bid negotiations, from the selected bidder shall be considered. Such
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 30 of 487
negotiated offers when agreed by AAI & the bidder shall form a part of
the financial Bid.
8. DOCUMENTS ESTABLISHING ITEMS CONFORMITY TO BID
DOCUMENTS:
8.1 Pursuant to Clause 6, the bidder shall furnish, as part of his bid, documents
establishing the conformity of his bid to the Bid document of all Items and
services, which he proposes to supply under the Contract. Submission shall be
as follows:
8.1.1 The documentary evidence of the Items and services in conformity to the
Bid Documents shall be in the form of literature, drawings and data that
the Bidder shall furnish. These shall be attached as Annexure to the
Compliance Statement as per Clause 8.1.2 below.
8.1.2 Compliance Statement in Annexure-VII shall be in the format given
below. Compliance Statement shall be one of the two statements viz.
“Complied or “Not complied”. No other remark or comment will be
accepted. A detailed description of the compliance or a pointer to the
relevant section in the proposal where this can be found need to be
provided in the remarks column.
8.1.3 In case of deviations, the bidder shall indicate the same in remarks column
and give a statement of deviations and exceptions to the provision of the
Technical Specifications in a separate document, clearly indicating reasons
for deviations, justification of the alternatives and its cost benefit
implications if any.
8.1.4 Bidder must attach required technical brochures/literatures/data sheets for
all the products asked in the tender to ensure that compliance to all the
specifications given in the tender document can be verified. Non-
availability of specifications (as mentioned in the tender document) in the
brochure/literature will be treated as non-compliance and no clarifications
shall be asked in this regard. If bidder fails to submit the required
brochures/literatures along with the tender document, it shall be treated as
non-compliance and may lead to outright rejection of bid submitted by
bidder. No clarifications in this regard will be sought from the bidder.
Sl .No. Specification
Ref
(Complied/Not
Complied)
Remarks Details of
compliance &
ref. Page
number of
attached
document
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 31 of 487
8.1.5 The supporting documents downloaded from websites shall have the
complete URL of the page in the header or footer.
8.1.6 Each specifications sought shall be marked or highlighted in the attached
brochures / literatures / data sheets. The brochures / literatures / data sheets
shall be superscripted with the Item Number and shall be arranged
sequentially. The supporting documents shall carry all the required
specifications and same shall be marked.
8.1.7 The compliance statement submitted as per clause 8.1.2 shall be duly
supported by technical literature, equipment brochures & other related
reports / documents from the OEM. The compliance statement not
supported by the documentary evidence shall not be considered. Such bids
shall be considered as non responsive and may result in rejection on
technical grounds.
8.1.8 The products offered by the bidder shall be supported and a letter from the
OEM in writing that the product offered is available in the market and will
be supplied without any change in specifications & model during the
currency of the contract shall be required.
8.1.9 The product/configuration offered by the bidder must be standard and
proven. Bidder shall submit a list of clients/locations where similar
product/configuration is available. AAI, if so desire, may visit these
locations to verify that all the specifications and operational requirements
are met as mentioned in the tender document. Any non-compliance
observed during such visits shall lead to rejection of bid.
9 PERIOD OF VALIDITY OF TENDER (BID)
9.1 The offered Bid shall remain valid for a minimum of 180 days from the date of
opening of the Eligibility bid. The bidder shall not be entitled, to revoke or
cancel the offer or to vary any term thereof, during the said period of validity
without the consent in writing of AAI. In case of the bidder revoking or
canceling the offer or varying any term in regard thereof, the bidder's earnest
money deposit shall be forfeited.
9.2 If there is any delay in finalization due to unforeseen factors, all the bidders
shall be asked to extend the validity for an appropriate period, specifying a date
by which tender is expected to be finalized. However, the tender process shall
not be vitiated if any tenderer declines to extend the offer as requested for.
10. FORMATS AND SIGNING OF BID :
10.1 The e-Bid (bid submittal on e-tendering portal) shall be digitally signed by the
bidder at e-tendering portal duly authorized to bind the bidder to the contract.
Written power-of-attorney accompanying the bid shall indicate the letter of
authorization. The person signing the e-bid shall sign the bid, except for printed
literature. The e-bid submitted shall be clear with regard to the readability of the
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 32 of 487
content and shall be duly encrypted as per e-tendering portal requirements.
Standard Printed terms and conditions of the company other than the tender
conditions shall not be considered.
11. SEALING AND MARKING OF BIDS :
11.1 The bidders shall digitally sign & encrypt their bid and upload the bid on line at
AAI e-Tender portal.
11.2 If all the bids are not digitally signed & encrypted the buyer shall not accept
such open bids for evaluation purpose and treated as non responsive. Such bid
shall be liable to be rejected.
12. SUBMISSION OF BIDS :
12.1 The buyer shall receive the bids on line through AAI e-portal only not later than
that the schedule date specified in the tender. The bids shall not be accepted in
any other form.
12.2 The Buyer may, at its discretion extend the deadline for the submission of the
bids by amending the bid documents in accordance with Clause 5 above. In
which case all rights and obligations of the Buyer and bidders previously subject
to the deadline will thereafter be subject to the deadline as extended.
12.3 The bidder shall submit his bid offer on line at AAI e-tender portal only.
Digitally signed tender document downloaded from e-tender portal shall be
considered. No separate documents shall be valid. Only relevant attachments, if
any other than the tender document, shall be listed out for reference.
13. LATE BIDS :
13.1 AAI e-tender system shall not permit uploading of bids after the schedule time
of submission.
14. CORRECTIONS / MODIFICATIONS AND WITHDRAWAL OF BIDS :
14.1 The bidder may correct, modify his digitally signed bid after submission prior to
the deadline, through provisions of e-tendering portal.
14.2 Subject to Clause 16, no bid shall be modified subsequent to the deadline for
submission of bids.
15. OPENING OF BIDS :
15.1 The Buyer shall open Bids on line through e-portal as per schedule or as per
intimation of Bid Opening Date & Time to bidders. Bidders or his authorized
representatives may choose to remain online at the scheduled opening date and
time. Bidders or his authorized representatives may attend in person at AAI on
the opening date and time if desired. The Bidder's representatives, in which case,
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 33 of 487
shall sign the tender opening register. The bidder shall submit authority letter to
this effect during bid opening process.
15.2 Maximum of two well-informed representatives of each eligible bidder shall
only be allowed to attend the opening of the bids.
15.3 Representative whose bid is not opened cannot attend the tender opening.
16 CLARIFICATION / CONFIRMATION OF COMPLIANCE OF BIDS
16.1 The general eligibility criteria shall be evaluated during preliminary stage and
the vendors who have not submitted requisite documents shall be asked through
AAI e-tendering portal or by email to substantiate their claims with
documentary evidence before a given date failing which their bids shall not be
considered further for detailed evaluation.
16.2 It may be noted that enquires / clarifications shall be responded only through e-
tendering Portal. All such queries which have been received on or before the
scheduled date of the submission of clarifications by bidders shall only be considered.
All queries shall be entertained only through the e-tender portal. The response of
AAI after the pre-bid meeting shall be uploaded through e-tendering portal.
Written responses and no verbal / telephonic enquiry shall be entertained during
the tender process. No individual clarifications / responses shall be sent to the
individual bidders.
17. EVALUATIONS AND COMPARISON OF SUBSTANTIALLY RESPONSIVE
BIDS:
17.1 Preliminary Evaluation:
17.1.1 AAI shall evaluate the bids to determine whether they are complete,
whether the documents have been properly signed and whether the bids
are generally in order.
17.1.2 AAI will determine the substantial responsiveness of each bid to the Bid
documents. For purposes of these clauses, a substantially responsive bid is
one which conforms, to all the terms and conditions of the Bid Documents
without material deviations. AAI's determination of bid's responsiveness is
to be based on the contents of the bid itself without recourse to extrinsic
evidence. However, the responsiveness of the bid shall be determined at
each stage i.e. preliminary, technical or financial as the case may be.
17.1.3 A bid determined as substantially non-responsive will be rejected by AAI.
17.1.4 The general eligibility criteria shall be evaluated during preliminary stage
and the bidders who have not submitted requisite documents shall be
asked in writing to substantiate their claims with documentary evidence
before a given date failing which their bids shall not be considered further
for detailed evaluation.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 34 of 487
17.1.5 The technical bids of only those bidders who have been found to be
meeting all general eligibility criteria in the preliminary evaluation shall
be taken up for evaluation.
17.1.6 The date of opening of Technical Bid shall be intimated by AAI to the
bidders found to be meeting all general eligibility criteria.
17.2 Detailed Evaluation :
17.2.1 The technical bids shall be evaluated under detailed evaluation stage and
the bidders who have not submitted requisite documents shall be asked in
writing to substantiate their claims with documentary evidence before a
given date failing which their bids shall not be considered further for
detailed evaluation
17.2.2 The objective of the evaluation is to select a bidder that can provide the
desired service with maximum efficiency and quality and can respond to
the changes of requirements of AAI in terms of volume of operations and
type of services required.
17.2.3 Weightage shall be given to solutions which are well established &
already implemented at other locations, and to solutions that show value-
add in the features and functionality proposed, technical architecture,
scalability and security.
17.2.4 The Technical bids of the bidders shall be evaluated for acceptability of
technical suitability. The requirements shall be verified against the
manuals / technical literature submitted by the vendors.
17.2.5 The vendors may be asked to substantiate their compliance submitted in
the tender by suitable documentation from OEM wherever the same is
lacking. The Technical evaluators on their own may download the
information from the websites of the OEM(s) to verify the claims of the
vendors. The technical Bids of the vendors who fail to substantiate their
claim on meeting the technical requirements even after the above process
shall be rejected.
17.2.6 AAI may seek performance report on a vendor for other clients whose
references are given in the tender. An adverse report from a client shall
make the vendor technically unfit leading to his rejection. The process of
seeking performance report shall be kept confidential so that the vendor is
not able to influence the process.
17.2.7 As a part of evaluation, presentation / demonstration of the proposed
solution may be conducted. The bidder also needs to make necessary
arrangements for reference site visits by AAI Evaluation Team for similar
engagements executed by them.
17.2.8 In case of deviations and exceptions to the provision of the Technical
Specifications indicated by the bidder in the proposal, AAI will evaluate
the bid based on the reason and justification of the alternatives submitted
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 35 of 487
by the bidder.
17.2.9 The technical bids with deviations shall be liable for rejection in the event
of the reasons and justifications provided by bidder is not satisfactory.
17.2.10 Valuation of the Technical bid shall be based on the following parameters
and associated marks as per Technical Evaluation Score (given in Table 4
below):
17.2.10.1 The cut-off marks for the bidder to qualify for opening of
Financial Bid will be 70 marks.
17.2.10.2 Only those successful at Technical Bid Evaluation stage will
be considered for Financial Bid evaluation.
17.2.10.3 The score achieved by a Bidder as above shall be multiplied
by the Technical weightage of 70%. This means if (for
example) the Technical Evaluation score of a Bidder is 80, the
Technical Score with weightage shall be (80* 70%) = 56. This
shall be called the “Bidder Technical Bid Score”.
17.2.10.4 A short-list of bidders qualifying technically shall be drawn
and thereafter these short-listed bids shall be treated as per the
Bidder Technical Bid Score for the purpose of financial
comparison.
17.2.11 In case of necessity on account of technology up-gradation all the bidders
qualifying technically shall be given an opportunity to revise Financial
Bids by way of submitting supplementary Financial Bids.
Table-4 TECHINICAL EVALUATION SCORE
S. No. Description Marks Documentation Required Formats to be
filled &
uploaded by
bidder for
compliance
Bidders would be evaluated and rated based on their experiences and capabilities in each of the following
criterion. Please note bidders should substantiate each criteria and/or capability asked with relevant
references, documentation and demonstration as appropriate. While capability of Technical Associates of
bidders would qualify, bidders with their own capability would be given higher weightage.
A Organization Capability TTL:20
1
The past performance of the Bidder in providing similar solutions, comparable to total Passenger volumes, total flight movements of all airports in this
tender, in terms of quality of work and compliance with performance
schedules. Please provide relevant
MAX:3
Self-Attested copies of the Purchase/Work Order shall be submitted along with successful completion Certificate/
undertaking from client for the respective
projects. Photocopy /
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 36 of 487
Table-4 TECHINICAL EVALUATION SCORE
S. No. Description Marks Documentation Required Formats to be
filled &
uploaded by
bidder for
compliance
Bidders would be evaluated and rated based on their experiences and capabilities in each of the following
criterion. Please note bidders should substantiate each criteria and/or capability asked with relevant
references, documentation and demonstration as appropriate. While capability of Technical Associates of
bidders would qualify, bidders with their own capability would be given higher weightage.
past experiences. Parameters for evaluation include:
scanned copy of the PO along with completion certificate/undertaking issued by clients are required to be submitted.
Alternatively, client letter as an undertaking can be considered with relevant details such as date of P.O, Scope of work, Value of contract & successful completion
thereof.
1(a)
IT projects for Data Centers/Disaster
Recovery Sites in the last 7 years, with
each project being of minimum value
of Rupees 4 Crores (Setting-up Data
Centers would mean where the bidder
had primary responsibility of deploying
the IT and Non-IT components of the
Data Centre.). Bidder to also provide
details of having relevant experience of
implementing and managing the entire
DC operations including the Server
hardware, network equipment,
Facilities and the managed services for
at least one Data Centre for an external
customer. Bidders with experience of 3
projects or more shall be awarded 3
marks. Experience in lesser projects
shall be awarded marks on pro-rata
basis.
3
Schedule A
(Table -5
given below)
2
The past performance of the bidder in providing similar solutions in the Airport Space, comparable to total Passenger volumes, total flight movements of all airports in this tender,, in terms
of quality of work and compliance with performance schedules. Please provide relevant past experiences. Parameters for evaluation include:
MAX: 9
Self-Attested copies of the Purchase/Work Order shall be submitted along with successful completion Certificate/undertaking
from client for the respective projects. Photocopy / scanned copy of the PO along with completion certificate/ undertaking issued by
clients is required to be submitted. Alternatively, client letter as an
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 37 of 487
Table-4 TECHINICAL EVALUATION SCORE
S. No. Description Marks Documentation Required Formats to be
filled &
uploaded by
bidder for
compliance
Bidders would be evaluated and rated based on their experiences and capabilities in each of the following
criterion. Please note bidders should substantiate each criteria and/or capability asked with relevant
references, documentation and demonstration as appropriate. While capability of Technical Associates of
bidders would qualify, bidders with their own capability would be given higher weightage.
undertaking can be considered with relevant details such as date of P.O, Scope of work, Value of contract &
successful completion thereof.
2(a)
Implementation Projects (Completed
Projects only) for providing AODB &
RMS solutions either in multi airport
environment with Centralized AODB
or in a single airport (With minimum
passenger capacity of 10 Million per
annum) during last 7 years. Bidders
with experience of 2 projects shall be
awarded 2 marks. Experience in lesser
projects shall be awarded marks on
pro-rata basis. Additional 1 mark shall
be awarded where experience in at least
one multi airport environment
(minimum 4 airports with Centralized
AODB) has been implemented.
3
Schedule B
(Table -6
given below)
2(b)
Implementation Projects (Completed
Projects only) for providing AOCC or
equivalent centers in airports each with
minimum passenger capacity of 5
Million per annum during last 7 years.
Bidders with experience of 3 projects
shall be awarded 3 marks. Experience
in lesser projects shall be awarded
marks on pro-rata basis.
3
Schedule C
(Table -7
given below)
2(c)
Airport Integration experience, in at
least three airports where the
passenger volume is 5 Million or more
and include integration of Airport
Systems like AODB, RMS, FIDS,
PAVA, CUTE/CUSS, Airlines
processing systems etc. Bidders with
experience of 3 projects shall be
awarded 3 marks. Experience in lesser
projects shall be awarded marks on
pro-rata basis.
3
Schedule D
(Table -8
given below)
3 Manpower/Resource Experience &
Quality Certifications
MAX:8
No. of technically qualified
professionals in networking, systems
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 38 of 487
Table-4 TECHINICAL EVALUATION SCORE
S. No. Description Marks Documentation Required Formats to be
filled &
uploaded by
bidder for
compliance
Bidders would be evaluated and rated based on their experiences and capabilities in each of the following
criterion. Please note bidders should substantiate each criteria and/or capability asked with relevant
references, documentation and demonstration as appropriate. While capability of Technical Associates of
bidders would qualify, bidders with their own capability would be given higher weightage.
3(a)
integration, and prior experience in
providing the Data Centre
Infrastructure maintenance services.
Marking is based in bidder providing
self-certification on company letter
head signed by company CFO /
authorized signatory provide the
number of people who technically
qualified professionals as mentioned in
this category. The bidder with 1)
People > = 500 : 1 mark 2) People <
500 and > = 300 : 0.5 mark 3) People <
300 and >= 100 : 0 mark
1
Self-certification on
company letter head signed
by company CFO /
authorized signatory.
3(b)
Number of resources deployed by the
bidder having valid BS7799/ ISO27001
certification.
One resource with valid certification =
1
More than 1 = 2;
2
Valid Certificate Copy
attested by Board
Member/CFO/Company
Secretary
3(c)
Number of resources employed with
the bidder having valid ITIL/ISO
20000 certification.
One resource with valid certification =
1
More than 1 = 2;
2
Valid Certificate Copy
attested by Board
Member/CFO/Company
Secretary
3(d)
Bidder to provide CMMi Certifications
- Bidder having 1) SEI CMM level 5
certification: 3 marks, 2) SEI CMM
level 4 certification: 2 marks, 3) SEI
CMM Level 3 certification: 1 mark.
3
Valid Certificate Copy
attested by Board
Member/CFO/Company
Secretary
B Technical Solution
Offered
TTL:80
1 Core Application & Solution MAX:40
1(a)
The solution proposed by the bidder
will indicate their understanding of the
required application. Bidder is
encouraged to propose innovative
solutions and approach to the Scope of
work.
1. Understanding of Centralized
AODB/RMS Application, Business
Intelligence & Integration
Requirements
(Max 3 marks)
2. Design of Proposed Solution keeping
30
Technical Proposal/
Brochures / Product
Literature. CVs from SMEs
with experience in areas of
1) Project Director - 1 no,
with 18+ year experience 2)
Senior Project Manager - 1
no, PMP®) Certified with
15+ years‟ experience (3)
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 39 of 487
Table-4 TECHINICAL EVALUATION SCORE
S. No. Description Marks Documentation Required Formats to be
filled &
uploaded by
bidder for
compliance
Bidders would be evaluated and rated based on their experiences and capabilities in each of the following
criterion. Please note bidders should substantiate each criteria and/or capability asked with relevant
references, documentation and demonstration as appropriate. While capability of Technical Associates of
bidders would qualify, bidders with their own capability would be given higher weightage.
in mind Business Continuity &
confirming compliance to standards
like SOAP, XML,AIDX,etc.(Max 5
marks)
3. Scalability of Proposed Core
Application (To be supported by Client
References indicating Airports, Flight
Movement & Gates supported) (Max 5
Marks)
4.Implementation Approach &
Methodology(Max 5 marks)
5.Training Plan & Methodology (Max
5 Marks)
6.Project Plan(Max 1 Marks)
7. Maintenance & Support Plan(Max 1
Marks)
8. The network products offered in this
tender should comply with the
information security requirements and
should be proven in this regard.
Bidders shall consider this aspect in
their solution. Technical evaluation
will carry 3 marks for this. No marks
shall be awarded if the network
product(s) they offer is/are affected by
Adverse report/Ban in any country.
Bidders shall be required to provide an
undertaking in the technical bid from
their CTO to this effect.
9. Innovative solutions and approach
and value-addition to the Scope of
work (Max 2 Marks)
Project Manager - 2 nos with
12+ year experience each ,
and Certified ITIL Service
Manager. Undertaking from
CTO as required in point 8
under 1(a)
1(b)
The AODB+RMS product offered in
this tender should have been
implemented at minimum 1 Multi-
Airport AODB projects with combined
passenger capacity of at least 15
Million per annum or minimum two
separate single airport AODB projects
with Passenger Capacity of at least 15
million per annum for each. Marking is
based on OEM providing references
where the product has been deployed.
References of minimum 1 Multi-
Airport AODB projects with combined
passenger capacity =>15 Million per
2
Schedule E
(Table -9
given below)
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 40 of 487
Table-4 TECHINICAL EVALUATION SCORE
S. No. Description Marks Documentation Required Formats to be
filled &
uploaded by
bidder for
compliance
Bidders would be evaluated and rated based on their experiences and capabilities in each of the following
criterion. Please note bidders should substantiate each criteria and/or capability asked with relevant
references, documentation and demonstration as appropriate. While capability of Technical Associates of
bidders would qualify, bidders with their own capability would be given higher weightage.
annum or minimum two separate
single airport AODB projects with
minimum Passenger Capacity of 15
million per annum for each shall be
awarded 2 marks. References in lesser
number of projects as required shall be
awarded marks on pro-rata basis.
1(c) Proof of Concept (POC) demonstration
on the overall solution proposed to AAI
designated team by the bidder.
Details about the duration, venue and
schedule of the POC shall be
communicated to each of the bidder
during technical evaluation process.
8 See Table-10
below for
Features
expected in
POC
2 Infrastructure Solution &
Outsourcing Methodology
MAX:25
2(a)
The solution proposed by the bidder
will indicate their understanding of the
Project Governance, Outsourcing
Methodology & Infrastructure
requirements. Bidder is encouraged to
propose innovative solutions and
approaches to the Scope of work.
1. Demonstrated level of understanding
of Data Centre/WAN, Cabling,
Replication, Server/Storage Hardware,
etc., requirements (Max 3 Marks)
2. Outsourcing Methodology(Max 3
Marks)
3. Design of Proposed Infrastructure &
Disaster Recovery Solution(Max 5
Marks)
4.Scalability of Proposed
Infrastructure(Max 3 Marks)
5.Deployment Approach &
Methodology(Max 3 Marks)
6.Roll-outPlan (Max 2 Marks)
7.Support & Maintenance Plan(Max 3
Marks)
8. Hardware Refresh Plan(Max 3
Marks)
Technical Proposal/
Brochures / Product
Literature
3 Manpower & Resource Plan as part of solution
MAX:10
Airport subject matter experts (SME)
Experience: The bidder / technical
associate should have at least 10
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 41 of 487
Table-4 TECHINICAL EVALUATION SCORE
S. No. Description Marks Documentation Required Formats to be
filled &
uploaded by
bidder for
compliance
Bidders would be evaluated and rated based on their experiences and capabilities in each of the following
criterion. Please note bidders should substantiate each criteria and/or capability asked with relevant
references, documentation and demonstration as appropriate. While capability of Technical Associates of
bidders would qualify, bidders with their own capability would be given higher weightage.
3(a)
experienced Airport SME (Minimum
Experience in the relevant category for
5+ years).
1. Airport Operation Consulting 2.
AODB & RMS Projects 3.Master
System Integration Project Experience.
At least 1 CV in each of the areas
mentioned category working in the
organization as full-time employees as
on 30.9.2012 the date of submission of
the bid. The bidders meeting 10 SME‟s
shall be awarded full marks for this.
The bidders with 7- 9 SME‟s will get 2
marks and with 5-6 will get 1 mark.
Experience with less than 5 shall get 0
marks.
3
Relevant CVs for Key
Resources to be submitted
3(b)
Airport subject matter experts (SME)
Experience: The bidder / technical
associate should have at least 3
experienced SME working in the
organization as of date of submission
bid, who is assigned to this project, till
Chennai go-live. The 2 domain
experiences required are. Airport
Operation Consulting 2. AODB &
RMS Projects 3.Master System
Integration Project Experience.
Bidders/Technical Associate with
experience of 3 SME shall be awarded
3 marks. Lesser number of SMEs shall
be awarded marks on pro-rata basis.
3
Relevant CVs for Key
Resources to be submitted
3(c)
Manpower Proposed: The prime bidder
needs to propose a detailed resource
deployment plan to manage all the
service areas mentioned in the tender. 3
Mark shall be awarded if all modules
of the software application are covered
as per AAI minimum manpower
requirements. Additional 1 Mark shall
be awarded if proposal includes
additional manpower.
4
4 Presentation & Demonstration as part of solution
Max:5
4(a)
Bidders shall be asked to make
presentation on their understanding
about the project and solutions
3
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 42 of 487
Table-4 TECHINICAL EVALUATION SCORE
S. No. Description Marks Documentation Required Formats to be
filled &
uploaded by
bidder for
compliance
Bidders would be evaluated and rated based on their experiences and capabilities in each of the following
criterion. Please note bidders should substantiate each criteria and/or capability asked with relevant
references, documentation and demonstration as appropriate. While capability of Technical Associates of
bidders would qualify, bidders with their own capability would be given higher weightage.
offerings along with salient features
before the AAI designated team
Quality of the presentation: The
presentation would be evaluated on the
basis of the following criteria:
1. Understanding of AAI requirement
(Max 0.5 Mark)
2. Centralized Solution proposed for 10
AAI Airports(Max 1 Mark)
3. Sharing of previous experience on
the integration that was carried out by
the bidder or its technical associate
(Max 0.5 Mark)
4. Detailing of the team proposed for
program management and manpower
deployed (Max 0.5 Mark)
5. Detailing of the Project Plan (Max
0.5 Mark)
Details about the duration, venue and
schedule of the presentations shall be
communicated to bidders during
technical evaluation process.
4(b)
Training Proposal: The training tools to
be provided by the bidder for the
various modules of the software
application will be evaluated as per
AAI training requirements in the
tender. 1 Mark shall be awarded if all
modules of the software application are
covered as per AAI training
requirements. Additional 1 Mark shall
be awarded if training proposals
include training to AAI personnel on
any other area over and above AAI
requirement
2
Total Marks 100
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 43 of 487
Table-5 Schedule A: Bidders Experience in Setting-up Data Centers
Criteria S. No. Name &
Address,
Contact
Details
of Client
Project
Cost
Year of
Executi
on
Details of
testimonial
attached
Page
number
where
the
work
order is
provide
d
IT projects for Data Centers/Disaster Recovery
Sites in the last 7 years, with each project being
of minimum value of Rupees 4 Crores (Setting-
up Data Centers would mean where the bidder
had primary responsibility of deploying the IT
and Non-IT components of the Data Centre.).
Bidder to also provide details of having relevant
experience of implementing and managing the
entire DC operations including the Server
hardware, network equipment, Facilities and the
managed services for at least one Data Centre
for an external customer.
1.
2.
…
Table-6 Schedule B: Past performance of the bidder in providing similar solutions in the Airport Space
Criteria S. No. Name of
Client
Project
Cost
Year of
Executi
on
Details of
testimoni
al
attached
Page number
where the work
order is provided
Implementation Projects (Completed
Projects only) for providing either
AODB & RMS solutions in multi airport
environment with Centralized AODB)
or in a single airport (With minimum
passenger capacity of 10 Million per
annum) during last 7 years.
1.
2. …
Table-7 Schedule C: Past performance of the bidder in providing similar solutions in the Airport Space
Criteria S. No. Name of
Client
Project
Cost
Year of
Executio
n
Details of
testimonial
attached
Page
number
where
the
work
order is
provide
d
Implementation Projects (Completed Projects
only) for providing AOCC or equivalent centers
in airports each with minimum passenger
capacity of 5 Million per annum during last 7
years.
1.
2. …
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 44 of 487
Table-8 Schedule D: Past performance of the bidder in providing similar solutions in the Airport Space
Criteria S. No. Name of
Client
Project
Cost
Year of
Executio
n
Details of
testimonia
l attached
Page
number
where
the
work
order is
provide
d
Airport Integration experience, in at least three
airports where the passenger volume is 5 Million
or more and include integration of Airport
Systems like AODB, RMS, FIDS, PAVA,
CUTE/CUSS, Airlines processing systems etc.
1.
2. …
Table-9 Schedule E: Past performance of the bidder in providing similar solutions in the Airport Space
Criteria S. No. Name of
Client
Project
Cost
Year of
Executio
n
Details of
testimonial
attached
Page
number
where
the
work
order is
provide
d
The AODB+RMS product offered in this tender
should have been implemented at minimum 1
Multi-Airport AODB projects with combined
passenger capacity of at least 15 Million per
annum or minimum two separate single airport
AODB projects with Passenger Capacity of at
least 15 million per annum for each.
1.
2. …
Table-10 Features expected from Proof of Concept of Proposed AODB & RMS Solution
The Bidder should preferably demonstrate the solution in a Live environment (on
development infrastructure if needed) using internet services for evaluation by AAI.
The Bidder shall be able to demonstrate that there would be a single data source for clients at
all airports, at each of DC & DR locations.
The Bidder shall be able to show that all the airports are handled in one single database
instance and there shall be no separate virtual system for each airport.
The Bidder shall be able to demonstrate handling of various airport resources.
The Bidder shall be able to demonstrate integration with airport systems such as FIDS etc
The Bidder shall be able to demonstrate Collaborative Decision Making (CDM) compliance.
The Bidder shall show features to allow the users to access profiles for individual and groups
of airport as per requirement and needs of user.
The Bidder shall show features for various kinds of reports/dashboard and capability for user
to customize the Operational reports based on his selection.
Any value added features of the solution more than the requirement specified in the tender.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 45 of 487
18. OPENING OF THE FINANCIAL BIDS:
18.1 Financial Bids of those vendors who qualify technically shall be opened
electronically at AAI e-portal. Time and date of opening shall be notified
through e-tendering portal.
18.2 The bidder shall issue authority letters to their representatives to attend the
opening of financial bids if desired to be present at AAI premise.
18.3 FINANCIAL BID EVALUATION PROCESS
18.3.1 The Financial bids of technically qualified bidders will be evaluated as
described below:
(a) Bid with lowest price shall be given a score of 100. Rest of the bids
shall have score equal to 100xL1/L, where L1 is the lowest price and
L is the price of the bid under consideration.
(b) The score achieved by a Bidder as above shall be multiplied by the
financial Evaluation weightage of 30%. This means if (for example)
the financial Evaluation score of a Bidder is 90, the financial score
with weightage shall be (90* 30%) = 27. This shall be called the
“Bidder Financial Bid Score”.
18.4 FINAL SCORE EVALUATION AFTER FINANCIAL BID PROCESS
18.4.1 Under the QCBS model, the “Bidder Technical Bid Score” and “Bidder
Financial Bid Score” shall be added to derive the “Bidder Total Score”.
The Bidder having the maximum “Bidder Total Score” shall be termed as
the “successful bidder / IT Implementing Firm / contractor” for AAI for
Award of Contract.
18.4.2 AAI‟s decision in the evaluation process shall be final and binding on all
Bidders.
19 CONTACTING THE BUYER :
19.1 Canvassing in any form in connection with the tenders is strictly prohibited and
the tenders submitted by the contractors who resort to canvassing are liable for
rejection. Such rejected bids will not be returned.
19.2 No bidder shall try to influence directly or through external source, the Buyer on
any matter relating to its bid, from the time of publication of NIT till the time
the contract is awarded.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 46 of 487
19.3 Any effort by a bidder to influence the Buyer in the bid evaluation, bid
comparison or contract award decisions shall result in the rejection of the bid,
and such actions will be considered as bad performance for future Projects.
20 AWARD OF CONTRACT :
20.1 The acceptance of the bid will be intimated to the successful bidder by AAI,
either by fax or by letter or through e-tendering portal.
20.2 AAI shall be the sole judge in the matter of award of contract and decision of
AAI shall be final and binding.
21 RIGHT TO ACCEPT OR REJECT THE TENDERS :
21.1 The right to accept the tender bids in full or in part/parts will rest with AAI.
However, AAI reserves to itself the right to reject any or all the tender bids
received without assigning any reason whatsoever.
21.2 Bids not accompanied with prescribed information or are incomplete in any
respect, and/or not meeting prescribed conditions, shall be considered non-
responsive and are liable to be rejected.
21.3 The Buyer reserves the right to accept or reject any bid or a part of the bid or to
annul the bidding process and reject all bids, at any time prior to award of
contract without assigning any reason whatsoever and without thereby incurring
any liability to the affected bidder or bidders on the grounds for the Buyer‟s
action.
21.4 Pursuant to Clause 21.3 the bid documentation submitted by bidder shall not be
returned. AAI also reserves the right at its sole discretion not to award any order
under the tender called. AAI shall not pay any costs incurred in the preparation
and submission of any tender.
21.5 If the bidder gives wrong information in his Tender, AAI reserves the right to
reject such tender at any stage or to cancel the contract, if awarded, and forfeit
the Earnest Money.
21.6 Bids that are not accompanied with Earnest Money Deposit (EMD) shall be
rejected outright.
21.7 Should a bidder have a relation or relations employed in AAI in the capacity of
an officer or the authority inviting tender, the same shall be informed by the
bidder. In the event of failure to inform and in a situation where it is established
that the relation or relations employed in AAI has / have tried to influence the
tender proceedings then AAI at its sole discretion may reject the tender or cancel
the contract and forfeit the Earnest Money.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 47 of 487
21.8 The requirements indicated in this tender are the minimum and bids of the firms
not complying with these minimum requirements shall be rejected. However,
higher than the minimum requirements shall be technically acceptable.
21.9 Any correspondence after the opening of bid(s), from the bidder(s), regarding
the bid unless specifically sought by AAI shall not be considered. Such post bid
offers / clarifications may be liable for action as per clause 19 above.
22 ISSUE OF WORKS ORDER :
22.1 The issue of a Works Order / Purchase Order shall constitute the intention of
Buyer to enter into the contract with the bidder.
22.2 Acceptance of the Works order / Purchase Order will be deemed as effective
from the date of issue of Works Order / Purchase Order. All formalities of
submission of the Contract Performance Bank Guarantee in pursuant to clause 6
of section-III of tender document in the required format and signing of the
contract shall be completed within 15 days of the Work Order.
22.3 AAI shall be the sole judge in the matter of award of contract and decision of
AAI shall be final and binding.
23 SIGNING OF CONTRACT :
23.1 The issue of Works Order / Purchase Order shall constitute the award of contract
on the bidder. The signing of the Contract shall be completed within 15 days of
the date of issue of the work order / purchase order acceptance of the Works
Order / Purchase Order.
24 ANNULMENT OF AWARD :
24.1 Failure of the successful bidder to comply with the requirement of Clause 23 shall
constitute sufficient ground for the annulment of the award and forfeiture of the
EMD in which event the Buyer may make the award to any other bidder at its
discretion or call for new bids.
25 QUALITY ASSURANCE REQUIREMENTS :
25.1 The bidder shall submit copies of Valid Certificates to ensure that all works
comply with standards specified in the tender requirements.
26 TRANSFER OF TENDER DOCUMENT :
26.1 Transfer of Tender Documents by one bidder to another is not permissible.
Similarly transfer of tenders submitted by one bidder in the name of another
vendor is not permissible.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 48 of 487
27 CONTRACT MONITORING :
27.1 The buyer shall hold regular contract monitoring meetings after the award of the
contract to monitor the performance of the contract
27.2 First such meeting shall be hold within one week of award of the contract. The
date and time of such meeting shall be intimated to the contractor by fax. / post.
The date and time of subsequent meetings shall be decided and recorded in
previous meetings.
27.3 The proceedings of each meeting shall be recorded and action as required towards
successful completion of the project shall be initiated promptly by both AAI and
the contractor. Project review meetings shall be with reference to mile stones and
contract performance analysis.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 49 of 487
SECTION - III
GENERAL TERMS & CONDITIONS OF THE CONTRACT
1. Purpose & Scope
1.1 This document sets out the terms & conditions be met in connection with the
provision of “Name of the work as given in Schedule-A Sr. No. 1” to AAI for
the work as per details given in the notice inviting Tender with Qualitative
Requirement/Specifications in Section V & Annexure-VII.
1.2 This tender document includes details like quantity, delivery, installation,
commissioning (including Operating system & other software as tendered for) &
support services for maintenance, etc.
1.3 The hardware & software supplied against this tender must include all the
modules, sub modules and items required for installation, smooth performance
and crash recovery of the software such as installation kit, CDs, Software
Manuals, hardware sub-systems etc.
2. Compliance:
2.1 The unconditional acceptance of all the terms & conditions of the tender has to be
submitted through a letter. The format of the letter is attached at Annexure-I.
2.2 The submission of the bids will imply acceptance of all the tender condition by
the bidder laid in tender document including all the Annexure(s) & schedules to
the tender document.
2.3 The compliance to the terms & conditions should be supported by authenticated
documentation wherever required.
2.4 Bid documents having any cuttings / corrections shall be duly signed with stamp
by the bidder.
2.5 The submission of unconditional acceptance as described above is essential for
the tender evaluation. The failure to submit the unconditional acceptance
statement in the said format shall result in the bids being rejected.
2.6 Bidder‟s proposal shall clearly specify the deviations proposed by the Bidder to
the terms and conditions of the tender document. AAI reserves its rights to
consider/reject such deviations while evaluating the proposal.
3. Language and Currency :
3.1 The bidder shall quote the rates in English language and international numerals.
The rates shall be in whole numbers. The rates shall be written in both figures as
well as in words. In case of disparity in figures & words, the rate in words will be
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 50 of 487
considered. In the event of the order being awarded, the language of all services,
manuals, instructions, technical documentation etc. provided for under this
contract will be English. The bidders should quote only in Indian Rupees and the
bids in currencies other than Indian rupees shall not be accepted.
4. Standard Conditions.
4.1 Standard printed conditions of the bidder to the offer, other than the conditions
specified here, will not be acceptable.
4.2 For the purpose of the tender, the metric system of units shall be used.
4.3 All entries in the tender shall either be typed or be in ink. Erasures shall render
such tenders liable to summarily rejection. The bidder shall duly attest all
corrections, cancellation and insertions.
4.4 Bidder's offers shall be with reference to section and clause numbers given in the
tender schedules.
4.5 AAI may, in its sole discretion, decide not to consider any information which is
submitted later than the „Closing Date‟ or is otherwise not totally in accordance
with the requirements of this Tender.
4.6 Bidders may be required to provide additional information and / or make a
presentation to AAI after the Closing Date.
4.7 Bidders will receive prior communication of the presentation and proof of concept
demonstration date and time.
4.8 Bidders must respond to this Tender by submitting response in accordance with
the terms of this Tender.
4.9 AAI will not be liable for any costs or expenses incurred by the bidders arising in
any way from the preparation and submission of the tender response and any
matter concerning the tender is to be at the bidder‟s sole risk, cost and expense.
4.10 A tender response will not be deemed to have been accepted and no agreement
will arise between any bidder and AAI unless and until the successful bidder and
AAI execute an agreement, to that effect.
4.11 Each Bidder acknowledges that it has not relied on any express or implied
statement, warranty or representation, whether oral or in writing, or any other
conduct, as adding to or amending the terms and conditions of this tender, except
for any modification which AAI notifies in writing and specifies as a modification
to this tender.
4.12 No guarantee is provided as to the completeness or accuracy of information
contained in this tender. The information represents AAI‟s best knowledge at the
time of drawing the tender.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 51 of 487
4.13 It is the bidder‟s responsibility to:
4.13.1 Examine this tender document.
4.13.2 Examine all other information available on reasonable inquiry relevant to
the risks, contingencies and circumstances affecting its response.
4.13.3 Satisfy itself as to the completeness, correctness and sufficiency of its
response
5. Earnest Money :
5.1 The Earnest Money Deposit (EMD) amount of Rs.(a)(As Specified in Schedule-
A Sr. No. 3(a))) (Rupees (b)(As Specified in Schedule-A Sr. No. 3(b))) shall be
submitted. The E.M.D shall be furnished in the form of a Bank Demand draft or
Bank Guarantee from Nationalized / Scheduled Banks in a sealed envelope in
favor of Airports Authority of India payable at New Delhi within 48 Hrs after
scheduled opening of on line eligibility bid by AAI.
5.2 The EMD of the technically unsuccessful bidders shall be discharged / returned
after the completion of the technical evaluation process.
5.3 The EMD of the other than the first three bidders having the maximum “Bidder
Total Score” as indicated in Para 18 of Section II of the tender document shall be
discharged / returned promptly, after evaluation of financial bids.
5.4 The EMD of the first three bidders having the maximum “Bidder Total Score” as
indicated in Para 18 of Section II of the tender document shall be returned as soon
as the work is awarded.
5.5 The EMD of the successful bidder will be returned after the bidder provides the
performance guarantee, as required in Para 6 of this section of the tender
document.
5.6 The EMD amount shall be forfeited in the following events:
5.6.1 If the bidder withdraws his bid during the period of bid validity specified in
the tender.
5.6.2 If the successful bidder fails to enter into a contract with AAI within 15
calendar days from date of the purchase order / work order as specified
under clause 23 of section-II.
5.6.3 If the successful bidder fails to submit the performance guarantee as
stipulated in Para 6 of this section within 15 calendar days from date of
issue of the purchase order / work order.
5.6.4 In the event of not accepting the conditions of the contract even after
agreeing to do so and submitting the letter of un-conditional acceptance of
terms as per letter in Annexure-I.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 52 of 487
5.7 No interest or any other expenses, whatsoever, will be payable by AAI on the
EMD in any manner.
6. Performance Bank Guarantee (PBG)
6.1 The successful bidder shall submit within 15 calendar days of the award, an initial
Contract Performance Bank Guarantee to AAI for an amount equivalent to 10%
of the total awarded cost. The Performance Bank Guarantee shall be as per
Annexure-III of the tender and denominated in Indian Rupees duly issued by a
Nationalized/Scheduled bank other than Cooperative/Gramin bank located in
India with at least one branch office in New Delhi in favour of Airports Authority
of India. The amount of the Performance bank guarantee shall be reduced on
yearly basis. The PBG to be submitted every year shall be 10% of the outstanding
payment due to the vendor for the balance period.
6.2 The performance guarantee shall be valid initially for fifteen (15) months from
the date of award and the validity shall remain extended provisionally thereon on
year-to-year basis for period of not exceeding twelve (12) months at a time, till
the expiry of the contract. Such year-to-year basis extension may be done either
by the successful bidder on its own or on demand by AAI for the provisional
extension within the validity period.
6.3 In case the successful bidder fails to deposit initial Performance Bank Guarantee
with in the stipulated period, an interest @10% per annum on Performance Bank
Guarantee amount would be levied (non-refundable) for delayed period of
submission.
6.4 The EMD is liable for forfeiture and action will be taken as per terms if the
Performance Bank Guarantee is not submitted in time as stipulated above.
6.5 If the successful bidder fails to extend the validity of the submitted Performance
Bank Guarantee as per Para 6.2 above, the same will be liable to be encashed by
AAI.
6.6 The performance guarantee amount shall be payable to AAI without any
condition whatsoever and the guarantee shall be irrevocable.
6.7 The performance guarantee shall be deemed to govern the following guarantees
from the successful bidder, in addition to other provisions of the guarantee:
6.7.1 The Hardware, Software and Services supplied under the contract shall be
free from all defects / bugs and upon written notice from AAI, the
successful bidder shall fully remedy , free of expenses to AAI , all such
defects / bug as developed under the normal use of the said hardware /
software within the period of guarantee/Warranty.
6.7.2 The performance guarantee is intended to secure the performance of the
entire system by the successful bidder as per operation, installation,
maintenance manuals and tests after the loading, installation &
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 53 of 487
commissioning of systems. The successful bidder will be fully responsible
for the guaranteed performance of the supplied systems and warranty
obligations. In case of any problem after commissioning and during
guarantee period the successful bidder will depute his supervisor(s) to AAI's
site within 24 hours of intimation to remove all defects at contractor‟s cost.
However, it is not to be construed as limiting the damages stipulated in any
other clause.
6.7.3 A fine of an agreed amount calculated @ 1/2% of the total value of the
faulty equipment per week or part thereof subject to a maximum value equal
to the value of the Performance Bank Guarantee can be imposed in case of
delay in rectification of the problem in 72 hours. The acceptance of valid
reasons for non-compliance to 6.7.2 above shall rest with ED (IT) and his
decision with regard to imposition of the fine shall be final. The fine shall
be recovered from the Bank Guarantee.
6.8 The successful bidder‟s failure to renew performance guarantee shall constitute
material breach of MSA. AAI in such case may in its sole discretion terminate the
Agreement and forfeit any security that the successful bidder may have furnished.
6.9 AAI may forfeit the Performance Guarantee for:
6.9.1 Any material breach by the contractor as detailed in Para 50 Breach,
Rectification and Termination Clause of the Master Service Agreement in
fulfilling its obligations under MSA.
6.9.2 Realizing any sum due to it from the contractor including a sum due on
account of liquidated damages as detailed in Para 50 Breach, Rectification
and Termination Clause of the Master Service Agreement.
6.9.3 Failure by the contractor to provide the “technology refresh” in upgrading
the implemented system at all locations as detailed in Para 36 Technology
Refresh Program Clause of the Master Service Agreement.
6.10 In case the contractor satisfactorily performs its obligations under MSA and no
sum is due to AAI, AAI shall return the Performance Bank Guarantee to the
contractor within 90 (ninety) days from the completion of Transfer Assistance as
detailed in Para 61 Exit Management following the expiration or termination of
contract Agreement.
7. Correspondence:
7.1 All correspondence would be directly with the bidder and correspondence through
agents will not be entertained.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 54 of 487
8. Extension of Time :
8.1 This work is urgent and hence the completion period as per contract shall be
adhered to strictly. However, in case of extraordinary situations which may delay
the completion of the project, the contractor shall apply for extension in time as
per format contained in Annexure-VI.
8.2 AAI at its sole discretion may extend the time period for completion of the work
without any prejudice to operate the penalty clauses provided for in the Tender
Document. Such extension of time and the circumstances leading to the extension
of time shall be communicated in writing to the contractor.
9. Additional Airports:
9.1 AAI also reserves the right to place order, within the tenure of the contract, for
additional airports, as add on, for which payment shall be on same lines but
subject to price negotiation.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 55 of 487
SECTION - IV
SPECIAL CONDITIONS OF THE CONTRACT
1. Standards
1.1 All designs, codes, developing platforms, developing techniques and
workmanship shall be in accordance with the highest accepted international
standards for this type of work.
1.2 The bidder shall also state, where applicable, the National or other International
standard(s) to which the whole, or any specific part, of the system, software, or
training complies.
1.3 The requirements agreed under the contract are firm and no deviation of any kind
is acceptable.
2 Time Schedule
2.1 The work as per the Notice Inviting Tender shall be completed within (As per
Schedule-A Sr. No. 4) days of placement of firm order from AAI or as per the
schedule submitted by the bidder whichever is less.
2.2 Time - The Essence of Contract
2.2.1 The time and date of completion of the works as contained in the bidder‟s
proposal and as agreed to contractually after modifications, if any, shall be
final and binding upon the contractor. It must be understood that the bidder
has made the proposal after fully considering all such factors which may
have any bearing on the time schedule of the contract and no extension in
the schedule whatsoever shall be permitted on these accounts by AAI.
2.2.2 The bidder is expected to submit the detailed project implementation plan
within 2 weeks of award of the contract and shall stick to the plan. Detailed
project implementation plan shall clearly be spelt out with important mile
stones of project the contract execution shall be monitored initially on
weekly basis and subsequently on daily basis.
3 Delay & Non-Conformance
3.1 In case of the above time scheduled including levy of compensation for late
delivery of systems as contained in the tender document not being adhered to,
AAI has the right to cancel the order wholly or in part thereof without any
liability to cancellation charges and procure the goods / software elsewhere in
which case the successful bidder shall make good the difference in the cost of
goods procured elsewhere and price set forth in the order with the successful
bidder.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 56 of 487
4 Payment terms
4.1 No mobilization advance shall be paid.
4.2 The payments shall be released to the Contractor on submission of documents as
below:
4.2.1 Bills (Invoices) in duplicate;
4.2.2 Delivery Challan (if applicable)
4.2.3 Receipt from the AAI site for completion of delivery in good condition
4.2.4 Inspection certificate (as applicable).
4.2.5 SLA Report (wherever applicable).
4.3 Payment for each of the services / works to the contractor shall be made in the
following stages consistent with the work done and as qualified in the Master
Service Agreement:
4.3.1 One-time payment of 20 % of the quoted cost (for the hardware and software
components) per airport as per bill of material of the work order shall be
released upon Go-Live of systems at each airport after acceptance by AAI.
4.3.2 The balance 80 % of the quoted cost (for the hardware and software
components) per airport as per bill of material of the work order shall be
payable in equal quarterly installments of respective Airports in 7 years.
4.3.3 The FMS (services) charges as per contract for the services rendered in the
last quarter shall be paid quarterly (Quarterly Charge) on per airport basis at
the end of each quarter and shall be based on measured SLA performance.
4.3.4 For payment purpose, the expiration date of this contract would be 7 years
from go-live at the Chennai (primary DC) for all airports. The 7 year period
of all sites to synchronize with the completion of 7 years from the date of
acceptance of the Chennai (primary DC) site. This date will be recorded for
reference during site acceptance test at Chennai.
4.3.5 All payments shall be in accordance with the terms and conditions of the
tender and the defined Service Level Agreement.
4.3.6 The quarterly payment would become due on satisfactory completion of
service every quarter and shall be paid at the beginning of succeeding quarter
upon measurement of SLA performance. The First payment shall be made
after the end of quarter reckoned from the date of installation and
commencement of service at respective airport based on the acceptance
reports from that airport.
4.3.7 The Total Quarterly Charge shall be paid at the end of every quarter for the
seven years support period and at the end of every quarter for the extended
period if any.
4.3.8 All the sites under the scope shall be treated separately for the measurement
and payment purpose.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 57 of 487
5 Guarantee / Warranty
5.1 Complete hardware & Software shall be guaranteed against all defects/bugs and for
a satisfactory performance, as per all the listed features, for a period of (As per
Schedule-A Sr. No. 5(a)) months from the date of supply.
5.2 The bidder shall attend at his own expense and get the defect/bugs removed in the
systems as detected by AAI during the period of warranty.
6 Substitution & Wrong Supplies
6.1 Unauthorized/Pirated substitution or materials delivered in error of wrong
description or quality or supplied in excess quantity or old versions shall be
returned to the successful bidder at his cost and risk.
7. Technical Manual
7.1 The bidder shall supply complete set of technical/ operations and maintenance
manuals (as applicable) along with the delivery. The cost of such manuals supplied
will be included in the cost of the system.
8. Change of Model
8.1 No change of model after the placement of order shall be entertained unless the
alternate model offered are equivalent or higher in specifications and approval of
the competent authority has been obtained in writing for such a change of model
before the delivery of the product. Delivery of the alternate product without such an
approval shall not be accepted and AAI shall not be responsible for any delay in
delivery schedule on this account.
9. Sample Testing
9.1 The Buyer may demand a sample product at any stage of tendering for evaluation.
AAI reserves the right to reject a Bid at any stage of processing if the sample
product is found to be substandard and / or fails to meet the NIT specifications and
the bidder shall have no further claims in the tender.
9.2 AAI shall not bear any cost with regard to transportation of the equipment for
testing and all such cost with regard to the testing shall have to be borne by the
Bidder.
10. Training
10.1 The successful bidder shall provide training to personnel of AAI and any external
entities involved in the project and who are required to be trained. Such training
shall be in accordance with the latest procedures and processes available in the
relevant areas of work.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 58 of 487
11. Reservations
11.1 Issuance of this tender does not commit AAI to pay any cost incurred in the
preparation and submission of a proposal or to procure a contract for any services,
software and equipment. No materials or labor will be furnished by AAI.
12. Conditions
12.1 Failure to comply with any or all instructions and other specific provisions of the
tender shall result in rejection of submitted bids.
12.2 In any event, the submitted bids will not be returned. AAI reserves the right,
without qualification, to select a bidder based solely on the content of the bid
response and relevant information concerning the bidder‟s records of past
performance. It is imperative, therefore, that bid proposal contains the most
favorable terms to AAI which the bidder can submit.
13 Third Party Involvement
13.1 It will be the responsibility of the successful bidder to sub-contract the services, if
necessary, to a third party in order to fully satisfy the requirements of this tender.
Successful bidder must ensure that all critical deliverables are owned by the
successful bidder and not of the sub-contracting party.
13.2 In the event of successful bidder sub-contracting the supply of any services, the
successful bidder will be contractually responsible for the supply of all services in
accordance with the requirements of AAI as well as for the conduct of all sub-
contractors. However the liability of such sub-contracted services, will be jointly
and severally of the successful bidder and the sub-contractor.
13.3 All services to be provided by sub-contractors are to be clearly identified in the
tender response.
14 Confidentiality
14.1 Bidders must keep confidential any information received from, or about, as a result
of, or in connection with, this tender.
14.2 Bidders must complete and submit the confidentiality agreement as per Annexure-
XIV along with the eligibility bid.
14.3 This tender contains confidential and proprietary information. Its reproduction by
photographic, electronic or other means is permitted only for the purpose of
submitting a response.
14.4 No details of this tender may be disclosed to any third party without the prior
written consent of AAI, and such disclosure, if permitted, will be subject to the
terms of the confidentiality agreement between AAI and the successful bidder.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 59 of 487
14.5 Without limiting the confidentiality agreement referred to above, the successful
bidder, without the prior written consent of AAI, must not make or issue any
announcement or statement (including to any third party) in relation to this tender
or the tender process.
15 Collusive Conduct
15.1 Bidders and their officers, employees, agents and advisers must not engage in any
collusion, anti-competitive conduct or any other similar conduct with any other
bidder or any other person in relation to the preparation or lodging of responses.
16 Applicable Law
16.1 The laws applying in the Republic of India apply to this tender and the tender
process. Each bidder must comply with all relevant laws and each bidder
irrevocably submits to the jurisdiction of the courts of India at DELHI.
17 Contract Term
17.1 The term of the contract will be for a minimum period of Seven (7) years. The
contract can be extended for a maximum period of 3 years on the same terms and
conditions after the expiry of the 7 years period at the discretion of AAI. This is
also in line with the terms contained in the Master Service Agreement (MSA) given
later to be executed between AAI and the successful bidder.
18 Conditions Precedent
18.1 Subject to expressed terms to the contrary, the rights and obligations under MSA
shall be effective (at any point of time during the course of the MSA) only upon
fulfillment of all the Conditions Precedent set out below in this Clause. However,
AAI, reserves the right at any time at its sole discretion to waive fully or partially
any of the Conditions Precedent for the IT Implementing Firm.
18.2 The IT Implementing Firm shall have to fulfill Conditions Precedent, which are as
follows:
18.2.1 Performance Bank Guarantee terms AAI in accordance with Para 6 of
Section III of the tender document.
18.2.2 Provide AAI the certified true copies of requisite documents including
board resolutions authorizing the execution, delivery and performance of
MSA and the SLA with the AAI.
19 Non-fulfillment of Conditions Precedent
19.1 In the event that any of the Conditions Precedent relating to contractor has not been
fulfilled within 15 days of the time limit prescribed for each condition and the same
has not been waived by AAI fully or partially, the MSA shall cease to have any
effect as of that date.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 60 of 487
19.2 In the event that the MSA fails to come into effect on account of non-fulfillment of
the Conditions Precedent, AAI shall not be liable in any manner whatsoever to the
contractor and shall forthwith invoke the Performance Bank Guarantee and forfeit
the guarantee amount or EMD whichever is available with AAI.
19.3 In the event that vacant possession of any of the project facilities and/or project
data has been delivered to the contractor prior to the fulfillment in full of the
Conditions Precedent, upon failure of MSA to come into effect, such project
facilities and project data shall immediately be reverted to AAI, free and clear from
any encumbrances or claims.
20 Master Service Agreement
20.1 The Master Service Agreement is the generic supply and service terms that would
be executed between AAI and successful bidder. These generic terms would
provide the framework of supply and service delivery for the project
“Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”.
The same MSA shall also be applicable to all the additional airports where the
services will be extended after the completion of the 10 airports covered in the
scope of this tender. The MSA shall also cover all the enhancements within one or
many airport(s).
20.2 Master Service Agreement (MSA) Schedules :
MSA Schedule A- Tender
- AAI Tender Document (Ref No. AAI/CHQ/ITD / AOCC PROJ-2012 )
MSA Schedule B – Tender Addenda/ Corrigenda
- AAI Tender Addenda/Corrigenda
MSA Schedule C – IT Implementing Firm Response to Tender as bidder
- Eligibility, Technical, Financial Bids IT Implementing Firm as response
to the tender
MSA Schedule D – Written Communication between AAI & IT
Implementing Firm
- All communication between AAI & IT Implementing Firm such as
clarifications/work order etc.
MSA Schedule E – Payment(s)
- Payment Schedule shall be as per tender/work order.
MSA Schedule F – Work / Purchase Order.
MSA Schedule G - Service Level Agreement
20.3 Master Service Agreement (MSA) Format is given at the end of this section:
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 61 of 487
21 Structure
21.1 The MSA shall operate as a legally binding services agreement specifying the
master terms which apply to the Parties under the Agreement and to the
provision of the Services by the IT Implementing Firm to the AAI under the duly
executed SLA (Service Level Agreement).
21.2 The SLA in respect of the Operation and Maintenance of the IT Systems, other
systems and services which are in-scope and are included under MSA is being
entered into concurrently with MSA between the IT Implementing Firm and
AAI. In respect of any future SLAs entered into between the Parties, each of the
Parties shall observe and perform the obligations set out herein.
21.3 In the event of a change of Control by virtue of acquisition or merger of the
controlling company of the IT Implementing Firm during the currency of MSA,
IT Implementing Firm shall promptly notify AAI of the same and in the event
that the net worth of the surviving entity is less than that of IT Implementing
Firm prior to the change of Control, AAI may within 60 days of its becoming
aware of the change in Control, require a replacement of existing Performance
Guarantee furnished by the IT Implementing Firm from a guarantor acceptable
to AAI (which shall not be IT Implementing Firm or any of its associated
entities). If such a guarantee is not received within 60 days of AAI becoming
aware of the change in Control, AAI may exercise its right to terminate MSA
within a further period of 60 days by written notice, to become effective from the
date specified in such notice which date shall not be earlier than 180 days and
not later than 360 days of the date of receipt of the written notice of termination
by the IT Implementing Firm. Pursuant to termination, the consequences of
termination as set out in Para 50 below will become effective. The internal
reorganization of the IT Implementing Firm shall not be deemed to be an event
of a change of Control for purposes of this Article unless the surviving entity is
of less net worth than the predecessor entity.
22 Initialization Phase
22.1 Scope of Contract
22.1.1 All the functions under the purview of the Tender shall be provided by the
IT Implementing Firm as defined in Section V& Annexure VII of the tender
and subsequent corrigendum/addendum issued by AAI and in conformity
with the MSA including its Schedules and the SLA.
23 Obligations of AAI
23.1 AAI shall be the recipient of the Services under the MSA and shall fulfill the
following responsibilities at no additional cost to the IT Implementing Firm:
23.1.1 AAI shall provide the information, documents, data and resources as
needed to the IT Implementing Firm for successful implementation of the
project.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 62 of 487
23.1.2 AAI shall allow and provide access to the IT Implementing Firm of all
existing airport systems, data in electronic form and process descriptions
which have the requirement of interface related to Establishment of Airport
Operations Control Centers (AOCC) at 10 Airports. AAI shall also conduct
workshops for the IT Implementing Firm to explain in detail all AAI
functions. This shall be done at the start of the project and as part of the
functional requirements specifications phase.
23.1.3 AAI shall provide the same or similar access to AAI's workplace services,
such as parking and cafeteria facilities, if any, as AAI provides to its
employees and Subcontractors. AAI shall also provide access to the use of
space, equipment, and support at the AAI locations reasonably necessary
for the performance of the Services. This includes:
23.1.3.1 Raw power for all locations
23.1.3.2 Air-conditioning, uninterruptible power supply (except where the
same are not within bidder‟s scope).
23.1.3.3 other similar utilities, office space, secure storage space and
equipment staging facilities, coordination of AAI location access due
to security requirements, and administrative support to be used by the
IT Implementing Firm in support of the Services.
23.1.4 AAI shall constitute appropriate mechanism for regular monitoring and
control of the project including project performance.
23.1.5 AAI shall ensure timely release of payments to the IT Implementing Firm
as per the terms of the MSA.
23.1.6 AAI shall depute its staff for training and workshops as per the training
plan agreed with the IT Implementing Firm. AAI shall ensure appropriate
participation and involvement of its staff so that the new system is adopted
quickly and as desired.
23.1.7 AAI shall provide the venues and infrastructure required for imparting
training.
23.1.8 AAI shall conduct Acceptance Testing itself or engage a third party for the
same. It shall provide acceptance of the system as per the agreed upon
plan, timeline and criteria.
23.1.9 AAI shall coordinate with the appropriate agencies within the Government
and other external entities to ensure smooth transition to the new system
and changed processes.
23.1.10 AAI shall ensure that all the required legal amendments are carried out for
the new processes and systems deployed.
23.1.11 Fulfill all other responsibilities as defined in the Tender, the MSA and
those agreed with the IT Implementing Firm.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 63 of 487
23.1.12 With respect to software to be provided by AAI for the use of IT
Implementing Firm to provide services:
23.1.12.1 AAI represents and warrants that IT Implementing Firm, during the
agreement term, has the right to access and use such software in the
manner in which it was using till the Effective Date.
23.1.12.2 AAI hereby grants to IT Implementing Firm, for IT Implementing
Firm‟s provision of the Services, the same rights to access and use
such software that AAI has with respect to such software, subject in
Para 30 (Approvals and Required Consents) herein.
23.1.13 With respect to the Equipments provided by AAI and permitted to be used
by the IT Implementing Firm to provide the Services:
23.1.13.1 AAI represents and warrants that, during the Agreement Term, IT
Implementing Firm has the right to access and use such Equipments in
the manner in which it was using such Equipments as of the Effective
Date.
23.1.13.2 AAI hereby grants to IT Implementing Firm, for IT Implementing
Firm's provision of the Services, the same rights to access and use
such Equipments that AAI has with respect to such Equipments,
subject to in Para 30 (Approvals and Required Consents) herein.
23.1.13.3 AAI will ensure that the AAI facilities/locations provide a safe
working environment, including complying with any applicable laws.
AAI shall remedy any violation of law with respect to any unsafe
condition or the presence of hazardous materials.
24 Obligations of the IT Implementing Firm
The IT Implementing Firm shall be responsible for deploying the proposed
solution/systems as defined in the Tender and/or agreed with AAI. The main
responsibilities are listed below:
24.1 The IT Implementing Firm shall perform the services, procure and deploy the
physical and technical infrastructure and adhere to the performance parameters
as per the agreed SLA‟s and as described in the Tender and as per this contract.
24.2 The IT Implementing Firm shall establish the IT and non-IT infrastructure in the
form of Data Centre, Disaster Recovery Site, networks and other IT
infrastructure in accordance with the provisions of the Tender and this contract.
24.3 The IT Implementing Firm shall be responsible for execution of the part of the
order related to required Bandwidth, Wide Area Network services and
connectivity, incidental thereto as specified in the Scope of Work in the tender
and Agreement.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 64 of 487
24.4 The IT Implementing Firm shall pass on the ownership of assets namely, Data
Centre assets , Disaster Recovery Site Assets and other IT assets, Application
Software (i.e. the solution and bespoke software including the source code) and
System Software (in the form of licenses obtained in favor of AAI) to AAI in
accordance with the provisions of the Tender and this contract.
24.5 The IT Implementing Firm shall deploy appropriate staff for different activities
in the performance of the Services under the MSA, including but not limited to
DC and DR setup and operations, infrastructure setup and support, back office
operations and project management all in accordance with MSA.
24.6 The IT Implementing Firm shall provide training to such number of AAI staff
and staff of any external entities involved in the project and who are required to
be trained, as may be agreed under the MSA.
24.7 The IT Implementing Firm shall assign senior resources for project coordination
with AAI, as the IT Implementing Firm‟s representatives for key decision
making.
24.8 The IT Implementing Firm shall use Industry Best Practices in all areas of
implementation, infrastructure, processes and operations.
24.9 The IT Implementing Firm shall comply with agreed quality standards for
various activities covered under the Services over the entire period of contract.
24.10 The IT Implementing Firm shall monitor and maintain all aspects of the system
as per defined SLAs.
25 Period of Contract
25.1 The MSA shall be valid from the Effective Date till the month ending after the end
of 7 (seven) years from the date of acceptance at Chennai (Go-Live) by AAI
(“Initial Term”); The period for all the remaining airports is co-terminus with
Chennai Airport Go-Live date.
25.2 AAI may extend at its discretion the tenure by 3 more years beyond the Initial term
under same terms and conditions with the IT Implementing Firm.
25.3 If AAI desires to extend the tenure as above, it shall intimate the IT Implementing
Firm in writing 180 days before the expiry date of the Initial Term.
25.4 If the IT Implementing Firm is unable to agree for the extension, the IT
Implementing Firm shall intimate the same in writing to AAI 120 days before the
expiry date of the Initial Term.
25.5 The MSA shall expire on the expiry date of the Initial Term unless the tenure
stands extended beyond the initial term as above.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 65 of 487
26 Project Monitoring
26.1 The IT Implementing Firm shall plan various activities and submit the execution
schedule within one week of award of the work.
26.2 The above execution schedule should clearly indicate all activities and the time
required for completion of each activity taking the total project time as specified in
the tender document. Parallel activities and the dependent activities for each
activity may be required to be specified in the schedule.
26.3 The IT Implementing Firm would also be required to submit the bar chart for all
the activities along with the schedule.
26.4 The project shall be closely monitored with respect to this schedule. The project
review & coordination meetings shall be held once in 15 days with respect to this
schedule.
26.5 Apart from the regular monitoring meeting at sites the physical progress of the
work shall be monitored from time to time as agreed between both the parties in the
progress review meetings.
26.6 Any slippage from the schedule in completion of one activity and resultant delay /
impact on the overall completion schedule shall be reviewed in each review
meeting and the vendor would be required to take corrective actions to bring back
the project on schedule.
27 Commencement of MSA
27.1 The MSA shall come into effect on the “Effective Date”.
28 Scope and Provision of the Services
28.1 The Services shall be performed by the IT Implementing Firm pursuant to terms
under the SLA to be entered into in accordance with the MSA
28.2 The IT Implementing Firm represents that it is a competent and efficient
provider of a variety of information technology and business process
management services.
28.3 The IT Implementing Firm shall perform the Services in a good professional
manner using the Industry Best Practices so as to comply with the applicable
Service Levels, in accordance with the terms set out in the MSA and the Service
Level Agreement (SLA).
28.4 The IT Implementing Firm will keep abreast of the relevant technical,
managerial and operational requirements applicable to the provision of the
Services and the Industry Best Practices in this area.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 66 of 487
28.5 The IT Implementing Firm will share their knowledge periodically (quarterly)
with AAI, regarding matters which would assist AAI, in its use of the Services,
provided that IT Implementing Firm shall not be obligated to share other client
information or Confidential Information of IT Implementing Firm not relevant to
the MSA.
28.6 No Party to the MSA or to the SLA will at any time perform, or omit to perform,
any act which they are aware, at the time of performance, will place the other
Party in default under any insurance policy, mortgage or lease, governing
activities at any location provided by AAI.
29 Commencement and Duration of the SLA
29.1 The commencement and duration of the SLA shall be as per clause Article II
Para 1.2 of the Service Level Agreement to be executed between AAI and the IT
Implementing Firm.
30 Approvals and Required Consents
30.1 The Parties will cooperate reasonably to obtain, maintain and observe all
relevant and customary regulatory and governmental licenses, clearances and
applicable approvals (hereinafter the “Approvals”) necessary for the IT
Implementing Firm to provide the Services.
30.2 Unless agreed upon otherwise between the parties the costs of such Approvals
shall be borne by the IT Implementing Firm.
30.3 Both parties will give each other all co-operation and information reasonably
required to meet their respective obligations under the MSA.
30.4 AAI shall use reasonable endeavours to assist IT Implementing Firm obtain the
Approvals.
30.5 IT Implementing Firm shall not be relieved of its obligations to provide the
Services and to achieve the Service Levels until the Approvals are obtained if
and to the extent that the IT Implementing Firm's obligations are dependent upon
such Approvals.
30.6 In the event that any Approval is not obtained, the IT Implementing Firm and
AAI will co-operate with each other in achieving a reasonable alternative
arrangement as soon as reasonably practicable for AAI.
30.7 The IT Implementing Firm shall continue to process its work with as minimal
interruption to its business operations as is reasonable until such Approval is
obtained.
30.8 AAI shall assist and provide to the IT Implementing Firm, all Required
Consents, which IT Implementing Firm is required to perform the Services.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 67 of 487
30.9 In the event that Required Consent is not obtained, the IT Implementing Firm
and AAI will cooperate with each other in achieving a reasonable alternative
arrangement as soon as reasonably practicable for AAI.
30.10 The IT Implementing Firm shall continue to process its work with as minimal
interruption to its business operations as is reasonable until such Required
Consent is obtained.
31 Use and Acquisition of Assets
During the Term of the MSA, the IT Implementing Firm shall:
31.1 Take all reasonable and proper care of the entire hardware and software, network
or any other information technology infrastructure components used for the
Project in terms of the delivery of the Services as per the MSA (hereinafter the
“Assets”) in proportion to their use and control of such Assets.
31.2 Such Assets will include all upgrades/enhancements and improvements to meet
the prevailing needs of the Establishment of Airport Operations Control Centers
(AOCC) at 10 Airports, as provided by the manufacturers of these Assets.
31.3 Keep all the tangible Assets, as provided by the manufacturers of these Assets, in
as good and serviceable condition as on the date the IT Implementing Firm takes
control of or first uses the Assets and during the entire Term of the MSA.
31.4 Keep the intangible Assets suitably upgraded as on the date the IT Implementing
Firm takes control of or first uses the Assets and during the entire Term of the
MSA.
31.5 Ensure that any instructions or manuals supplied by the manufacturer of the
Assets for use of the Assets and provided to the IT Implementing Firm will be
followed by the IT Implementing Firm and any person who will be responsible
for the use of the Assets.
31.6 Take such steps as may be properly recommended by the manufacturer of the
Assets and notified to the IT Implementing Firm or as may, in the reasonable
opinion of the IT Implementing Firm, be necessary to use the Assets in a safe
manner.
31.7 To the extent that the Assets are under the control of the IT Implementing Firm,
keep the Assets suitably housed and in conformity with current statutory
compliances including any changes in statutory requirements from time to time
applicable.
31.8 Provide permission to AAI or its duly authorized representative on notice to
enter any land or premises on which the Assets are for the time being sited so as
to inspect the same, subject to any reasonable third party requirements.
31.9 Not knowingly or negligently use or permit any of the Assets to be used in
contravention of any statutory provisions or regulation or contrary to law.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 68 of 487
31.10 Use the Assets exclusively for the purpose of providing the Services as
appropriate.
31.11 Not sell, offer for sale, assign, mortgage, pledge, sub-let or lend out any of the
Assets.
31.12 Use the Assets only in accordance with the terms hereof and those contained in
the SLA.
31.13 Transfer the ownership of all the Assets and license to the materials as per the
terms of the MSA (not already with AAI, including but not limited to the project
documentation which is the work product of the development efforts involved in
the Project) as per the Exit Management Plan described in the MSA.
31.14 Ensure the integration of the software with hardware to be installed and the
current Assets in scope in order to ensure the smooth operations of the entire
solution architecture to provide efficient services in accordance with the Project
requirements of AAI in an efficient and speedy manner.
31.15 Replace out dated, obsolete and non-performing Assets with new versions as per
the IT Implementing Firm‟s responsibility to refresh technology. Technology
refresh shall be made as per the refresh program under in Para 36 herein.
Software shall be maintained at N-2 version.
31.16 An approval (i.e. sign off) from AAI at each stage is essential to close each of
the above. However AAI agrees not to unduly withhold or deny such approvals.
31.17 IT Implementing Firm shall not be entitled to claim on the revenue earnings of
AAI from advertisement and other ancillary sources by the use of these assets.
The IT Implementing Firm cannot also make any earnings from these assets
without written permission of AAI. AAI decision shall be final and binding on
the IT Implementing Firm in this regard.
32 Access to IT Implementing Firm
32.1 For so long as the IT Implementing Firm provides Services from any AAI
location on a non-permanent basis and to the extent necessary for the IT
Implementing Firm to provide the Services and at no cost to the IT
Implementing Firm, AAI, shall, subject to compliance by the IT Implementing
Firm with any safety and security guidelines which may be notified by AAI to
the IT Implementing Firm in writing, provide the IT Implementing Firm with:
32.1.1 access to office equipment as mutually agreed and other related support
services in such location and at such other project location, if any, as may
be reasonably necessary for the IT Implementing Firm to perform its
obligations hereunder and under the SLA.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 69 of 487
32.1.2 same or similar access to AAI workplace services, such as parking and
cafeteria facilities, if any, as AAI provides to its employees and
Subcontractors.
32.2 Locations and items shall be made available to the IT Implementing Firm on an
“as is where is basis” by AAI. The IT Implementing Firm agrees to ensure that
its employees, agents and contractors do not use the location, services and items:
32.2.1 for the transmission of any material which is defamatory, offensive or
abusive or of an obscene or menacing character (or)
32.2.2 in a manner which constitutes a violation or infringement of the rights of
any person, firm or company (including but not limited to rights of
copyright or confidentiality).
32.3 If AAI relocates a facility, or the portion of a facility used by IT Implementing
Firm to provide the Services, AAI will:
32.3.1 Provide the IT Implementing Firm with space and support in the new
location similar to the space and support provided in the previous
location.
32.3.2 Reimburse IT Implementing Firm for any one time or ongoing expenses
incurred as a result of the relocation.
32.3.3 If the relocation impacts IT Implementing Firm's ability to meet the
Service Levels, relieve IT Implementing Firm from the affected Service
Levels until the relocation is complete and the Service Levels are
appropriately adjusted.
32.4 IT Implementing Firm's use of the AAI facilities does not constitute or create
any interest.
33 Management Phase
33.1 Governance
33.1.1 The review and management process of the MSA shall cover all the
management aspects as set out in the Tender.
33.2 Personnel
33.2.1 Personnel assigned by IT Implementing Firm to perform the Services
shall be employees of IT Implementing Firm, its Affiliates or its
Subcontractors, and under no circumstances will such personnel be
considered employees of AAI.
33.2.2 IT Implementing Firm shall have the sole responsibility for supervision
and control of its personnel. IT Implementing Firm, its Affiliates or its
Subcontractors shall have the sole responsibility towards their
employees for payment of entire compensation, including salary,
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 70 of 487
withholding of income taxes, compensation, employee and disability
benefits etc and shall be responsible for all employer obligations under
applicable laws.
33.2.3 IT Implementing Firm shall ensure that sufficient IT Implementing Firm
personnel are employed to perform the Services, and also that such
personnel have appropriate qualifications to perform the Services. If AAI
reasonably determines that it is not in AAI's best interests for an
employee of IT Implementing Firm, it's Affiliates, or their Subcontractors
to continue performing the Services, AAI shall reserve the right to
require the removal or replacement of any IT Implementing Firm
personnel performing work under the MSA by providing the IT
Implementing Firm with a written notice to remove or replace such
employee. Promptly after receiving such notice, the IT Implementing
Firm will take appropriate action accordingly. In the event that AAI
requests that any IT Implementing Firm personnel be replaced, the
substitution of such personnel shall be accomplished as early as possible
as but not later than 10 working days from the date of written notice by
AAI.
33.2.4 The IT Implementing Firm shall also be responsible to train employees of
AAI with regard to the Services being provided by the IT Implementing
Firm at the beginning of the Services initially and when there are any
changes to the Services during the Term of the MSA. The parameters of
the training required for these employees of AAI shall be mutually agreed
between AAI and the IT Implementing Firm. Such training shall be in
accordance with the latest procedures and processes available in the
relevant areas of work as may be agreed under the MSA.
33.2.5 In the event AAI and the IT Implementing Firm identify any personnel of
IT Implementing Firm as "Key Personnel", then the IT Implementing
Firm shall not remove such personnel without identifying a suitable
replacement which shall be with the prior written consent of AAI under
the applicable terms of the MSA and/or SLA which consent shall not be
unreasonably withheld.
33.2.6 Except as stated in this Article, nothing in the MSA or the SLA will limit
the ability of IT Implementing Firm or any IT Implementing Firm freely
to assign or reassign its employees; provided that IT Implementing Firm
shall be responsible, at its expense, for transferring all appropriate
knowledge from personnel being replaced to their replacements. AAI
shall have the right to review and approve IT Implementing Firm's plan
for any such knowledge transfer. IT Implementing Firm shall maintain
the same standards for skills and professionalism among replacement
personnel as in personnel being replaced.
33.2.7 Each Party shall be responsible for the performance of all its obligations
under the MSA or the SLA and shall be liable for the acts and omissions
of its employees and agents in connection therewith.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 71 of 487
34 Use of Services
34.1 AAI, or its nominated agencies will undertake and use the Services in
accordance with the instructions or procedures formulated by the IT
Implementing Firm (the “Process Interface Manual” for such usage and mutually
agreed by the Parties from time to time.
34.2 IT Implementing Firm will develop a draft of the Process Interface Manual,
reflecting the process interfaces for the Services, and provide such draft to AAI
within 30 days after the completion of the acceptance at Chennai. Within ten
business days following AAI‟s receipt of the draft Process Interface Manual,
AAI will provide to the IT Implementing Firm, in writing, AAI‟s consolidated
comments, questions and proposed changes to the Process Interface Manual and
the IT Implementing Firm shall incorporate any changes proposed by AAI.
34.3 Within 10 Business Days of the receipt of the written comments from AAI, the
IT Implementing Firm shall provide AAI with the final version of the Process
Interface manual duly incorporating the changes proposed by AAI.
34.4 During the Term, AAI and the IT Implementing Firm will jointly review the
Process Interface Manual on an annual basis or more frequently, as required, and
the IT Implementing Firm will update and maintain the Process Interface Manual
accordingly.
34.5 The IT Implementing Firm will provide AAI and his designated access to the
Process Interface Manual during the Term for AAI's use, review, and comment.
34.6 AAI or its nominated agencies shall be responsible for the operation and use of
the Deliverables resulting from the Services provided by or on behalf of the IT
Implementing Firm.
35 Changes
35.1 AAI and the IT Implementing Firm recognize that frequent change in the IT
System operations ( “Operational Changes”) is an inevitable part of delivering
services and that a significant element of this change can be accomplished by
reorganizing processes and responsibilities without a material effect on the cost.
IT Implementing Firm will effect Operational Changes without an increase in
the terms of payment as stated in the terms of payment schedule and AAI will
work with the IT Implementing Firm to ensure that all changes are discussed and
managed in a constructive manner, as far as practicable.
35.2 IT Implementing Firm will:
35.2.1 Obtain AAI's approval before making any unplanned changes that will
have material effect to AAI's business operations.
35.2.2 Schedule change activities with the goal of minimizing unreasonable
interruptions to AAI's business operations.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 72 of 487
35.2.3 Prepare a monthly schedule of planned and on-going changes that will
have material effect to AAI's business operations or the services.
35.3 With respect to changes made by IT Implementing Firm after approval by AAI
as per Para 35.2.1 above, the IT Implementing Firm shall, as soon as possible
but not later than five Business Days after such change was made, provide a
complete documentation of such changes to AAI.
35.4 In case AAI desires any change in the scope of the IT Implementing Firm‟s
obligations under MSA (“Major ”) and such change is likely to cause financial
hardship to the IT Implementing Firm, the IT Implementing Firm shall convey to
AAI the time schedule and cost of the proposed change. AAI shall signify either
its approval or disapproval to IT Implementing Firm as soon as possible after
receipt of such estimation from the IT Implementing Firm. In case of disapproval
by AAI the change request shall be deemed to be cancelled and IT Implementing
Firm shall be relieved from all obligations to perform such change.
35.5 For avoidance of doubt, the parties expressly agree that :
35.5.1 Change Orders shall not be effective and binding unless agreed in writing
and signed by both IT Implementing Firm and AAI.
35.5.2 The payment of any additional cost, if any, shall be agreed under Change
Orders.
35.5.3 Payment, if any, for the additional scope of work shall be in line with
payment terms and conditions of the Tender.
36 Technology Refresh Programme
36.1 The IT Implementing Firm shall plan, keep under review and provide a
programme of technology refresh at every airport location involved in the
Establishment of Airport Operations Control Centers (AOCC) at 10 Airports, for
the equipment and Software used by the IT Implementing Firm to provide the
Services, to AAI ("Technology Refresh Programme"). Such programme shall be
completed within three months prior to expiry of five years period from the date
of Chennai Go-Live.
36.2 The Technology Refresh Programme shall set out the policy, strategy and key
milestones for the equipment and Software used at all locations and shall be
consistent with the prevailing technology taking into account :
36.2.1 industry developments;
36.2.2 relevant standards;
36.2.3 performance and capacity information related to the services;
36.2.4 information relating to service requirements including planned and
predicted growth rates;
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 73 of 487
36.3 The IT Implementing Firm shall ensure that the Technology Refresh Programme
that it provides to AAI shall be sufficient for AAI to decide whether any
improvement should be implemented. The IT Implementing Firm shall provide
any further information that AAI requests to enable AAI to determine this.
36.4 In accordance with agreed Technology Refresh Programme, following
components shall be refreshed by the IT Implementing Firm:
36.4.1 Desktops and support infrastructure such as printers, UPS;
36.4.2 Servers hardware/System software;
36.4.3 Security Devices and Anti-virus Software
36.4.4 Software shall be maintained at N-2 version.
36.5 Items not to be covered under Technology Refresh Program include networking
equipment like switches, routers, video walls and LCD displays for AOCC.
36.6 The costs associated with the refresh of components under the Technology
Refresh Programme shall be inclusive and AAI will not pay separately.
37 Security and Safety
37.1 The IT Implementing Firm will comply with the standards related to the security
and safety that are set forth in the MSA, in so far as it applies to the provision of
the Services.
37.2 The IT Implementing Firm shall also comply with Project‟s information
technology security standards and policies in force from time to time which AAI
makes the IT Implementing Firm aware in advance so far as the same apply to
the provision of the Services at every location.
37.3 All changes to the security and safety standards which are set forth in MSA shall
be analyzed by the IT Implementing Firm and any impact of such changes on the
Services and the financials shall be informed to AAI and implemented in
accordance with the para 35(Changes) of this document.
37.4 The Parties to MSA shall use reasonable endeavours to report forthwith in
writing to each other all identified attempts (whether successful or not) by
unauthorized persons (including unauthorized persons who are employees of any
Party) either to gain access to or interfere with the Project's data, facilities or
Confidential Information.
37.5 The IT Implementing Firm shall upon reasonable request by AAI or its
nominee(s) participate in regular meetings when safety and information
technology security matters are reviewed.
37.6 The Parties under MSA shall promptly report in writing to each other any act or
omission by such party‟s employees which they are aware that could in their
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 74 of 487
reasonable opinion have an adverse effect on the proper conduct of safety and
information technology security at Project‟s Facilities.
38 Co-operation
38.1 Except as otherwise provided elsewhere in the MSA or the SLA, each Party
("Providing Party") to the MSA or to the SLA undertakes promptly to provide
the other Party ("Receiving Party") with all such information and co-operation
which the Receiving Party reasonably requests, provided that such information
and co-operation:
38.1.1 Does not require material expenditure for providing the information.
38.1.2 Is reasonably required by the Receiving Party in order for it to comply
with its obligations under the MSA or the SLA; and is not Confidential
Information.
38.1.3 Is capable of being provided by the Providing Party.
38.2 Each Party agrees to co-operate with the other Party as reasonably requested in
order to accomplish the purposes of the MSA.
39 Audit, Access and Reporting
39.1 AAI by itself or through its nominated agency may, after giving thirty day‟s
prior notice, carry out periodic audits and inspections of all project/services
related prepared documents, data, locations, accounts and information at its own
expense and cost; AAI or its nominated agency shall endeavor to conduct such
audits with lowest levels of inconvenience and disturbance practicable being
caused to the IT Implementing Firm.
39.2 The auditors may carry out non-timetabled audits, which are considered
necessary as a result of an act of fraud by the IT Implementing Firm, a security
violation, or breach of confidentiality obligations by the IT Implementing Firm.
39.3 The frequency of audits (time tabled) shall be yearly.
39.4 The audit and access rights contained within this section shall survive the
termination or expiration of the MSA.
39.5 The IT Implementing Firm shall provide reasonable access to the documents,
records and systems required for audit and shall provide all such persons with
routine assistance in connection with the audits and inspections. The auditor
shall have the right to copy and retain copies of any relevant records at its own
expense and cost. The IT Implementing Firm shall extend support to co-operate
with them.
40 Verification
40.1 AAI or its nominated agency shall have the right to, as shall be reasonably
necessary, to verify:
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 75 of 487
40.1.1 The security, integrity and availability of all AAI Data processed held or
conveyed by the IT Implementing Firm on behalf of AAI and the users of
the IT Systems and documentation related thereto.
40.1.2 That the actual level of performance of the services is the same as
specified in the Service Level Agreements.
40.1.3 That the IT Implementing Firm has complied with the relevant technical
standards and has adequate internal controls in place.
40.1.4 The compliance of the IT Implementing Firm with any other obligation
under the MSA.
40.1.5 The audit and access rights contained in the MSA shall survive the termination or expiration of the MSA.
41 Reporting
41.1 The IT Implementing Firm will provide quarterly reports to AAI regarding any
specific aspects of the scheme and in the context of the audit and access
information as required or such by AAI.
41.2 For the purposes of audit, the IT Implementing Firm shall maintain true and
accurate records with the provision of the Services and the IT Implementing
Firm shall handover all the relevant records and documents upon the termination
or expiry of the MSA.
42 Testing and Inspection
42.1 The testing and inspection of the equipment / components procured shall be
carried out in three stages by AAI namely Factory Inspection (Factory
Acceptance Test (FAT)), pre-installation (post Delivery) inspection and post-
installation Acceptance Testing (Site Acceptance Test). All stages may not be
applicable to all the components and list of items where factory acceptance shall
be carried out shall be decided mutually after the award. However, all
components shall mandatorily have post-delivery and post installation
acceptance testing. The FAT shall be carried out as per the FAT document
submitted by the IT implementing firm and duly approved by AAI.
42.2 The successful Bidder shall give 10 days‟ written notice of readiness of any
material, document for the purpose of Factory Acceptance Test. Such tests shall
be to the contractor's account. Factory Acceptance Test documents shall be
comprehensive and list all the procedures that shall be used to satisfy inspectors
on specifications test results. Factory Acceptance documents submitted by
contractor shall be approved by AAI before Tests. Factory inspection of
complete equipment may be made by Inspectors nominated by AAI, in
accordance to AAI approved / agreed to Test documents. Cost of Such
Inspection shall be borne by the contractor. Travel, boarding and lodging
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 76 of 487
expenses shall be borne by AAI for AAI nominated Factory Inspection Test
(FAT) Inspectors.
42.3 Pre-installation inspection shall be performed at the AAI site at the time of
delivery of the equipment and the inspector shall inspect the goods against any
physical damage on delivery. The inspector shall also check the goods delivered
against the models ordered. The inspector shall reject the items, which are not
delivered as per the contract or any subsequent modifications to the contract, in
terms of make & model.
42.4 Post-installation Acceptance Testing shall be performed after the completion of
installation of the items and readiness for commencing the Go-Live operations.
The inspectors shall verify the component level details during this testing and
shall sign the installation report after successful completion of the post
installation testing. Defects / shortcomings brought out in this testing shall have
to be attended as per the contract within the permitted time schedule.
42.5 The IT Implementing Firm shall create an Acceptance Testing Plan and Test
Cases and submit to AAI at least 30 days prior to the testing which shall, upon
approval by AAI, be used for testing adherence to defined requirements.
42.6 The Test Cases shall clearly identify the items that shall be termed as “Category-
A items” which are “show-stoppers” for the purpose of the MSA and which have
to be successfully implemented. If any Category-A item has issues, acceptance
shall not be provided by AAI. For the sake of clarity, “show-stoppers” are
defined as problems in the applications, infrastructure and operations deployed/
provided by the IT Implementing Firm which do not allow AAI to perform its
functions efficiently. If AAI is able to perform the functions to a desirable
extent, a Conditional Acceptance Certificate may be given to the IT
Implementing Firm for commencement of SLAs and payment thereof; however,
the problems shall be resolved and removed by the IT Implementing Firm within
a period of one calendar month from the date of the Conditional Acceptance
Certificate.
42.7 The IT Implementing Firm shall request AAI or the Designated Agency to
undertake Acceptance Testing. AAI or the Designated Agency will undertake
such testing in accordance with agreed time table. On completion of the testing
AAI or the Designated Agency shall inform the IT Implementing Firm of the
results of such testing.
42.8 On successful testing, a test certificate (“System Acceptance Certificate”) shall
be issued to the IT Implementing Firm. The IT Implementing Firm, prior to
requesting Acceptance Test, shall provide AAI or the Designated Agency with:
42.8.1 results of tests internally undertaken by the IT Implementing Firm to
establish compliance with the Acceptance Test document.
42.8.2 the test equipment required for Acceptance Test.
42.9 If any system or any part of the system thereof, during the above testing clauses,
fails to fulfill the requirements of the contract, AAI shall give the IT
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 77 of 487
Implementing Firm notice to undertake Acceptance Testing again within an
agreed period of time. The IT Implementing Firm upon which shall make
arrangement for the Acceptance Testing again duly setting right the system to
make it comply with the requirements of the contract forthwith. Should the IT
Implementing Firm fail to do so within this time or unable to demonstrate
successful testing, AAI reserves the right to consider as material breach of the
MSA on the part of IT Implementation Firm. The testing as per above in any
way does not relieve the IT Implementing Firm from any Warranty or other
obligations including the levy of Liquidated Damages under MSA.
42.10 The date of System Acceptance shall be the date of successful completion of
Acceptance Test procedure as per Acceptance Test Document.
42.11 AAI shall not unreasonably withhold or delay the issuance of acceptance
certificate if the Supplies or Services substantially meet the specifications or on
account of any minor defects which have no material effect on the functionality
of the Supplies or Services. Provided that the issuance of the Acceptance
Certificate will not absolve the IT Implementing Firm of its obligations, and the
IT Implementing Firm shall remedy the minor defects within reasonable time.
42.12 In case the Acceptance Tests are delayed for reasons attributable to AAI or the
Designated Agency, the time available to the IT Implementing Firm for
discharging its obligations will be extended by the period of delay.
42.13 IT Implementing Firm & AAI agree that no system, application or service will
be put in production use without successful completion of the Acceptance
Testing or the Conditional Acceptance Certificate.
43 Payment Schedule
43.1 Subject to the satisfactory discharge of its obligations under the MSA the IT
Implementing Firm shall be entitled to the payment as hereinafter provided in
MSA Schedule E – Payment Schedule for Establishment of Airport Operations
Control Centers (AOCC) at 10 Airports.
43.2 The payment terms shall be as per Para 4, Para 44, Para 45, Para 46, Para 47 &
Para 48 of Section IV of the tender and the works order issued by AAI.
43.3 IT Implementing Firm needs to comply with the project timeline specified in this
Tender under Para 2 of Section IV. Liquidated Damages would be applicable for
any delays as per Para 50 herein.
43.4 IT Implementing Firm needs to ensure that the SLA Matrix as per respective
Table SLA-I & SLA-II is being complied. IT Implementing Firm needs to
submit a SLA report along with the quarterly payment invoice. In the event the
SLA is not achieved, Service Level Penalty as applicable on the quarterly
payment would be charged as per para 50.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 78 of 487
44 Period of Payments
44.1 Subject to the issuance of an Acceptance Certificate or the Conditional
Acceptance Certificate for a deliverable and subject to successful fulfillment of
its other obligations under the MSA, the IT Implementing Firm shall be
entitled to payment as per Para 4 of Section IV of tender.
44.2 The IT Implementing Firm shall be entitled to payments only for the term of
the MSA. No payment shall be due to the IT Implementing Firm after the
expiration or termination of the MSA.
44.3 In case of payments as hereinbefore provided are overdue to the IT
Implementing Firm for more than three (3) months continuously, then it shall
constitute material breach of the MSA on the part of AAI. The cure period for
such material breach shall be 30 days from the date of notice of the material
breach.
45 No Other Payment
45.1 The IT Implementing Firm shall be entitled to only the payments described
herein before and no other payments.
46 Invoicing
The IT Implementing Firm shall raise an invoice as soon as the payment
becomes due. The invoices shall inter alia:
46.1 Disclose the activity and the term for which payment is being claimed.
46.2 Refer to the Certificate or Test Report (where ever applicable) which entitles
the IT Implementing Firm to such payment. In case payment for an activity,
in relation to a Milestone, is being claimed for the first time, the IT
Implementing Firm shall enclose copy of Acceptance Test Certificate which
entitles IT Implementing Firm to payment.
46.3 Contain a certificate from the IT Implementing Firm stating that Service
Levels have been achieved (wherever applicable), along with basis of such
certificate or in the alternate stating the shortfalls and the corresponding
liquidated damages/Penalty.
46.4 Indicate the:
46.4.1 Gross amount payable.
46.4.2 Deduction towards liquidated damages/Penalty if any.
46.4.3 Other deductions, if any.
46.4.4 Net amount payable.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 79 of 487
46.5 The IT Implementing Firm‟s invoice to AAI shall be inclusive of all duties
and taxes. The IT Implementing Firm to depict the item of service tax
separately in its invoices to AAI duly indicating the service tax registration
number. Service tax shall be deposited by the IT Implementing Firm
directly.
47 Set Off
47.1 Any sum of money due and payable to the IT Implementing Firm (including
security deposit refundable to him) under this contract may be appropriated by
AAI to set off the same against any claim of the AAI for payment of a sum of
money arising out of this contract made by the IT Implementing Firm with
AAI.
48 Taxes Liability
48.1 The IT Implementing Firm shall pay for all taxes, duties or levies in
connection with the provision of Services to AAI under the MSA and SLAs,
including, but not limited to, property, sales, use, excise duty, value-added,
goods and services, consumption and other applicable taxes, duties or levies.
48.2 However, as required under the applicable tax laws, AAI shall be
responsible for deduction of taxes from the amounts due and payable to the
IT Implementing Firm wherever applicable. For all such cases, AAI shall
provide IT Implementing Firm with the original tax receipt of any deducted
taxes paid by AAI on payments under the MSA.
48.3 The IT Implementing Firm agrees to reimburse and hold AAI harmless from
any fines relating to taxes that are its responsibility under this paragraph. For
purposes of MSA, taxes, duties or levies shall include taxes, duties or levies
incurred on transactions between and among AAI, the IT Implementing
Firm and third party subcontractors of the IT Implementing Firm.
48.4 In the event of any increase or decrease of the rate of taxes, duties or levies,
due to any Act of Parliament or State Legislature or statutory notification/s
during the Term of the MSA which increases or decreases the rate of
applicable taxes, duties or levies on the Services shall be passed on to AAI
as per actuals.
48.5 The Parties shall cooperate to enable each Party to accurately determine its
own tax liability and to minimize such liability to the extent legally
permissible. In connection therewith, the Parties shall provide each other
with:
48.5.1 any resale certificates.
48.5.2 any relevant information regarding use of out-of-state materials,
equipment or services.
48.5.3 any exemption certificates or information reasonably requested by
the other Party.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 80 of 487
49 Responsibility Matrix
Following table gives the responsibility matrix for both AAI and the IT Implementing
Firm at DC / DR and other locations in the scope of this contract:
S.N
o Description
Asset
Owner
ship
Refreh
Owner
ship
Support &
Operational
ownership
1
All servers and storage
required to deliver the scope
of RFP
ITF ITF ITF
2 Networking devices ITF ITF ITF
3 All cabling as per the scope
of work ITF ITF ITF
4
Computing Security devices
like firewall, IPS etc as per
the scope of this tender.
ITF ITF ITF
5 PC, Printers required to
deliver scope of work ITF ITF ITF
6 Licenses for the application
part of the scope of work ITF ITF ITF
7
Licenses required to deliver
some of the services
(Helpdesk, NMS etc)
ITF ITF ITF
8 All the middleware &
Database software ITF ITF ITF
9 FIDS AAI AAI AAI
10 CCTV AAI AAI AAI
11 Essential Power Backup AAI AAI AAI
12 Fire Management System
for DC ITF ITF ITF
13 Raw Electrical feed AAI AAI AAI
14 Precision AC ITF ITF ITF
15 Access Control System ITF ITF ITF
16 Rodent Repellent System ITF ITF ITF
17 BMS ITF ITF ITF
18 UPS ITF ITF ITF
19 Water Leak Detection
System for DC ITF ITF ITF
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 81 of 487
S.N
o Description
Asset
Owner
ship
Refreh
Owner
ship
Support &
Operational
ownership
20 Gas Discharge System for
DC ITF ITF ITF
21 ePOS AAI AAI AAI
22 Cargo Management System AAI AAI AAI
23 PAVA AAI AAI AAI
24 IVRS AAI AAI AAI
25 AOCC Infrastructure ITF ITF ITF
26 BHS AAI AAI AAI
27 BRS AAI AAI AAI
28 AIMS AAI AAI AAI
29 VGDS AAI AAI AAI
30 AAI Portal AAI AAI AAI
31 CUTE/CUPPS/CUSS AAI AAI AAI
32 Info Kiosk AAI AAI AAI
33
Any other application of
AAI to be interfaced with
the AODB system
AAI AAI AAI
50 Breach, Rectification & Termination
50.1 Time is the essence of the Contract. AAI expects the IT Implementing Firm
to complete the scope of the project as mentioned in the tender within the
timeframe specified in Para 2 of Section IV of tender. Inability of the IT
Implementing Firm to either provide the requirements as per the scope or to
meet the timelines as specified would be treated as material breach/delay of
the contract and would invoke the following provisions stated hereinafter
without prejudice to any other rights or remedy as may be available to AAI.
50.2 The IT Implementing Firm shall pay to AAI a penalty in the form of
Liquidated Damage (LD) for the delay occasioned on account of:
50.2.1 Failure to meet the project timelines for Go-Live of each airport as per
in Para 2 of Section IV of tender
50.2.2 Failure to meet the required service levels during the post Go-Live
support phase of each airport as detailed in Service Level Agreement
Appendix I- SLA Metrics.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 82 of 487
Failure to meet the project timelines for Go-Live
50.3 The IT Implementing Firm shall strictly adhere to the timelines as per Para 2
of Section IV of the tender. If the IT Implementing Firm fails to complete
the time line for Go-Live (Acceptance Test) of airports individually within
the time specified for each of such airport in the MSA (or as amended/
extended to by the Parties), LD shall be levied equivalent to 0.5 % of the
payment payable on acceptance of such airport(s) by AAI for each week or
part thereof of delay, until actual completion of the acceptance test of the
said airport(s).
50.4 The maximum liquidated damages for the delay in completion of the Go-
Live (Acceptance Test) of an airport shall not exceed 10% of the total bid
price offered of respective airport(s) by the bidder.
50.5 Liquidated damages as above shall be deducted on the total project cost of
the respective airport and will be deducted from the 20% payment
corresponding to the go-live stage for that airport.
50.6 If the delay continues beyond 22 weeks for the Chennai and Kolkata airports
and beyond 30 weeks for other airports, such delay shall constitute material
breach of the terms of the MSA.
Failure to meet the required service levels during the post Go-Live
50.7 The IT Implementing Firm shall strictly adhere to the required service levels
of each airport as detailed in Service Level Agreement Appendix I- SLA
Metrics.
50.8 The Service Level Penalty (SLP) shall be calculated as below if the IT
Implementing Firm fails to meet the required service levels at each airport:
50.8.1 Each of the Service Levels in Schedule (Appendix A: Service Level
Matrix) shall have a score (Weightage) assigned to it. The sum total of
the score of all the Service Levels shall be 100 at baseline
performance.
50.8.2 In case the sum score measure across all the service parameters adds
up to 100 then there is no SLP to be charged.
50.8.3 In case the sum score measured across all the SLA parameter is 70 or
lesser, 10% of total quarterly payment of the respective would be
charged as SLP.
50.8.4 In case the sum score measured across all the SLA parameter is
greater than 70 and less than 100, then SLP would be reduced from
10% proportionally as per sample calculation shown (Ref : Service
Level Agreement Appendix).
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 83 of 487
50.9 An additional 10% penalty of total quarterly payment would be charged for
every such quarter when the sum score measured across all the SLA
parameter continue to remain 70 or lesser for more than one quarter.
50.10 In terms of Service Level assessment, the Material breach of the terms &
conditions of MSA shall occur:
50.10.1 If the sum score remains 70 or lesser for a continuous 3 quarters at the
respective airport;
50.10.2 If the service level metric becomes equal or less than the mentioned
breach level against any of the defined individual parameter for a
continuous 3 quarters.
Compensation for delay in case of justified reasons
50.11 The amount and waiver of compensation for delay in case of justified reasons
shall be decided at the discretion of AAI and the same shall be final and
binding on the IT Implementing Firm. Time taken by AAI, local statutory
authorities for approval of drawings, design, estimate etc., force majeure
reasons and any other reasons beyond control of the IT Implementing Firm
shall be considered as justified reasons. The amount of compensation may be
adjusted or set off against any sum payable to the IT Implementing Firm
under this contract.
50.12 The vendor may appeal against the compensation with the competent
authority which shall decide on the issue and the decision of the competent
authority on appeal shall be final and binding on the contractor.
50.13 Each site will be treated independently for calculating compensation. The
delay applicable in the project shall also be site specific.
Termination
50.14 In the event of material breach of any terms or conditions of the MSA by the
IT Implementing Firm, AAI shall provide the IT Implementing Firm 30 days
to rectify or remedy the breach. In the event the IT Implementing Firm unable
to rectify or remedy the breach within the aforementioned period, AAI shall
have the right to terminate the MSA.
50.15 If AAI fails to fulfill its payment obligation under the MSA, then the Operator
may give a 30 days‟ notice for curing such breach and in the event the breach
continues, that will be treated as material breach; the IT Implementing Firm
shall have the option to terminate the MSA.
50.16 The notice of material breach shall be given within 60 days of the occurrence
of material breach. The termination date shall not be prior to 120 days from
the date of issue of the termination notice.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 84 of 487
Effect of termination
50.17 Upon either party choosing to terminate MSA for material breach then AAI
would pay to the IT Implementing Firm:
50.17.1 The overdue payments after adjusting any applicable penalties
(LD etc) till date of termination;
50.17.2 The termination charges for transferring ownership of IT
Implementing Firm Equipments, the licenses to software and
Materials as per MSA. The value of the termination charges shall
be an amount equal to the value of supplies at the time of
termination as mutually discussed and agreed.
50.17.3 In case of any dispute on termination charges the same shall be
evaluated by the third party to be appointed by AAI on written
reference/request of either party.
50.17.4 In case of material breach on part of IT Implementing Firm, AAI
reserves the right to accept/deny the aforesaid transfer of
ownership.
50.17.5 In the event of non-acceptance of transfer of ownership by AAI,
termination charges shall not be applicable. In such case the
service provider shall be asked to take back their Equipment
without any termination charges from AAI.
50.18 In the event of termination of the MSA, by AAI, due to the breach by the IT
Implementation Firm, AAI shall be entitled to invoke the Project Performance
Guarantee in accordance with Para 6.9 of Section III of the tender document.
50.19 Upon expiration or termination of the MSA the IT Implementing Firm shall
take action in accordance with the in Para 61 related to Exit Management.
51 Representations and Warranties
The IT Implementing Firm represents and warrants that:
51.1 It is a company duly organized and validly existing under the laws of India
and has all requisite legal power and authority and corporate authorizations
to execute the MSA and carry out the terms, conditions and provisions
hereof;
51.2 It has in full force and effect all requisite clearances, approvals and permits
necessary to enter into the MSA and perform its obligations hereof;
51.3 The MSA has been duly authorized, executed and delivered by IT
Implementing Firm and constitutes valid, legal and binding obligation on
IT Implementing Firm.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 85 of 487
51.4 The MSA and the transactions and obligations hereof do not contravene
any constitutional documents or any law, regulation or government
directive and will not contravene any provisions of, or constitute a default
under, any other agreement or instrument to which it is a party or by which
it or its property may be bound or any of its obligations or undertakings by
which it or any of its assets are bound or cause a limitation on its powers or
cause it to exceed its authorized powers;
51.5 It has signed the MSA after having fully acquainted with the local
conditions and factors which would have any effect on the performance of
the Agreement and obtained all information that may be necessary for the
performance of the Agreement.
51.6 That as of this date there is no pending or likely actions, suits or
proceedings affecting the IT Implementing Firm before a court,
governmental agency, commission or arbitrator or administrative tribunal
which materially or adversely affects the IT Implementing Firm's ability
to perform its obligations under the MSA; and nor the IT Implementing
Firm have immunity from the jurisdiction of a court or from legal process
(whether through service of notice, attachment prior to judgment,
attachment in aid of execution or otherwise).
51.7 All representations and warranties of the IT Implementing Firm set forth in
the Agreement are true, complete and correct in all respects to the best of
its knowledge.
51.8 No information given by the IT Implementing Firm in relation to the MSA,
project documents or any document comprising security contains any
intentionally placed material mis-statement of fact or intentionally omits to
state as fact which would be materially adverse to the enforcement of the
rights and remedies of AAI or which would be necessary to make any
statement, representation or warranty contained herein or therein true and
correct.
51.9 All equipments shall be free from defects in material and workmanship
and shall conform to their published specification when used in their
specified operating Environments and benefit from their manufacturer‟s
guarantees.
51.10 IT Implementing Firm shall ensure that all hardware and software so
procured by it for providing Services carry warranty or AMC commitment
from Original Equipment Manufacturers (OEMs) for seven years.
51.11 The warranties provided herein above are in addition to all other
warranties, both express and implied.
51.12 Transfer all Equipments in accordance with the MSA free from all
encumbrances, charges or liens to AAI on the expiration or termination of
the Agreement.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 86 of 487
51.13 That any data, information or other material provided by IT Implementing
Firm to AAI will not infringe any Intellectual Property Rights of any third
party and IT Implementing Firm shall, at its cost, indemnify AAI against
any such infringement claims brought against AAI by any third party. IT
Implementing Firm further indemnifies AAI against and undertakes to
pay all costs, damages and attorney fees, if any, finally awarded against
AAI in any action which is attributable to such claim, and it will
reimburse AAI with all costs incurred by AAI in connection with any
such action.
AAI represents and warrants that:
51.14 It has full legal right, power and authority to execute the MSA and to enter
into and perform its obligations under MSA.
51.15 The MSA has been duly authorized, executed and delivered by AAI and
constitutes valid, legal and binding obligation on AAI.
51.16 The execution and delivery of MSA with the IT Implementing Firm does
not violate any statutory judgment, order, decree, regulation, right,
obligation or rule of any court, government authority or arbitrator of
competent jurisdiction applicable in relation to AAI, its assets or its
administration.
51.17 AAI warrants that it complies with all the applicable laws and regulations
Any modifications to the Services as a result of the change in any laws and
regulations will be considered a New Service;
51.18 That any data, information or other material provided by AAI to the IT
Implementing Firm will not infringe any Intellectual Property Rights of
any third party, and AAI shall, at its cost, indemnify the IT Implementing
Firm against any such infringement claims brought against the IT
Implementing Firm by any third party, provided that the IT Implementing
Firm gives prompt notice to AAI of such claim and AAI controls the
defense thereof. AAI further indemnifies the IT Implementing Firm against
and undertakes to pay all costs, damages and attorney fees, if any, finally
awarded against the IT Implementing Firm in any action which is
attributable to such claim, and it will reimburse the IT Implementing Firm
with all costs reasonably incurred by the IT Implementing Firm in
connection with any such action.
51.19 That, during the term of the MSA and after the termination/ expiry thereof,
the Services availed of and the IT Implementing Firm Equipments that
may be acquired by AAI upon the termination/ expiry of the Agreement
shall be used solely for AAI‟s internal purposes including for civil
aviation.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 87 of 487
52 Third Party Claims
52.1 Subject to clause 53 below, the IT Implementing Firm (the "Indemnifying
Party") undertakes to indemnify the AAI (the "Indemnified Party") from
and against all losses, claims or damages that a court finally awards to a
third party or which are included in a settlement agreed to by the IT
Implementing Firm to the extent arising on account of bodily injury, death
or damage to tangible and real personal property arising in favour of any
person, corporation or other entity (including the Indemnified Party)
attributable to the Indemnifying Party's performance or non-performance
under the MSA or the SLAs , for which the IT Implementing Firm is in
any manner liable.
53 Indemnity
53.1 IT implementing Firm shall also protect and fully indemnify the AAI from
any claims from successful bidder's workmen/employees, their heirs,
dependents, representatives etc or from any person(s) or bodies/ companies
etc. for any act of commission or omission while executing the order.
53.2 IT implementing Firm shall be responsible for compliance with all
requirements under the laws and shall protect and indemnify completely the
AAI from any claims/penalties arising out of any infringements and
indemnify completely the AAI from any claims/penalties arising out of any
infringements.
54 Limitation of Liability
54.1 Notwithstanding any other term, there shall be no limitation of liability in
case of any damages for bodily injury (including death) and damage to real
property and tangible personal property due to gross negligence and willful
misconduct of the other party.
54.2 In all other cases not covered by Para 54.1 above the total liability of either
party under the terms of the MSA shall not exceed the a maximum of 4
quarters of accumulated quarterly payments and in no event shall either
party (including the IT Implementing Firm‟s Affiliates and subcontractors)
be liable to the other for any indirect, incidental, consequential, special or
exemplary damages, nor for any damages as to lost profit, data, goodwill
or business, nor for any reliance or cover damages even it was advised
about the possibility of the same.
54.3 Neither Party shall be liable to the other for delay in discharging its
obligations, to the extent that such delay or failure is attributable to the
other Party. In case of such delay, the delayed Party shall be entitled to an
extension of time to perform its obligations and, unless otherwise agreed,
the period of the extension will be equal to the amount of delay.
54.4 Neither the MSA nor the SLA grants or creates any rights, benefits, claims,
obligations or abuses of action in, to or on behalf of any person or entity
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 88 of 487
(including any third party) other than between the respective Parties to the
Agreement or the SLA, as the case may be.
54.5 Any claim or series of claims arising out or in connection with the MSA or
the SLA shall be time barred and invalid if legal proceedings are not
commenced by the relevant Party against the other Party within such
period as may be permitted by applicable law without the possibility of
contractual waiver or limitation.
55 Force Majeure
55.1 Neither Party shall be responsible to the other for any delay or failure in
performance of its obligations due to any occurrence commonly known as
Force Majeure.
55.2 Force Majeure is defined as an event of effect that cannot reasonably be
anticipated such as acts of God (like earthquakes, flood, storms etc), acts
of states, the direct and indirect consequences of wars (declared or un-
declared), hostilities, national emergencies, civil commotion and strikes
(only those which exceed a duration of ten continuous days) or acts of such
nature.
55.3 If a Force Majeure arises, the IT Implementing Firm shall promptly notify
AAI in writing of such condition within 10 days after the occurrence of a
case of force Majeure as per Annexure-VI to the tender document and that
the IT Implementing Firm considers himself entitled to be excused from
performance of his obligations in whole or part as long as such causes,
circumstances or events continue to prevent or delay such performance.
55.4 The IT Implementing Firm shall be required to:
55.4.1 Produce evidence of the date of occurrence and the duration of the
force majeure in an adequate manner by means of documents drawn
up by responsible authorities.
55.4.2 Prove that the said conditions have actually been interfered with the
carrying out of the contract.
55.4.3 Prove that the delay occurred is not due to his own action or lack of
action.
55.5 Unless otherwise directed by AAI, the IT Implementing Firm shall
continue to perform his obligations under the contract as far as is
reasonably practical, and shall seek all reasonable alternative means for
performance not prevented by the Force Majeure event.
55.6 AAI may grant the IT Implementing Firm permission to excuse from
performance of his obligations in whole or part as long as such causes,
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 89 of 487
circumstances or events shall continue to prevent or delay such
performance.
55.7 In the above cases of permission granted by AAI, the IT Implementing
Firm shall not be liable for forfeiture of its performance security,
liquidated damages or termination for default, if any to the extent that its
delay in performance or other failure to perform its obligations under the
contract is the result of an event of Force Majeure.
55.8 If a Force Majeure event substantially prevents IT Implementing Firm's
performance of the Services necessary for the operation of AAI‟s critical
functions, if any, for more than 30 consecutive days, then, at any time prior
to IT Implementing Firm‟s recommencement of such Services, AAI may
terminate the affected Services by providing the IT Implementing Firm
with a written notice of termination. In such cases of termination, the
Parties will mutually cooperate and agree on a reasonable amount of
settlement for any assets transferred to AAI as well as agree for
appropriate adjustment to the remaining services and charges for the
Services to reflect such termination.
55.9 However, IT Implementing Firm shall be entitled to receive payments for
all services rendered by it till the date of termination of the MSA.
55.10 The Force Majeure does not entitle the IT Implementing Firm to any
compensation of damage or loss suffered.
56 Measures to be taken by the AAI against fraud and corruption
56.1 Notwithstanding anything else contained in the Agreement, AAI may
terminate the agreement if it determines that the representatives of the IT
Implementing Firm, were engaged in corrupt, fraudulent, collusive or
coercive practices during the selection process or the execution of the
MSA, unless the IT Implementing Firm takes timely and appropriate
action to the satisfaction of the AAI to remedy the situation;
56.2 The AAI may also sanction against the IT Implementing Firm, including
declaring the IT Implementing Firm ineligible, either indefinitely or for a
stated period of time, to be awarded a contract if at any time it determines
that the IT Implementing Firm has directly or through an agent, engaged in
corrupt, fraudulent, collusive or coercive practices in competing for, or in
executing, an AAI financed contract.
57 Commissions and Fees
57.1 At the time of execution of the MSA, the IT Implementing Firm shall
disclose any commission or fees that may have been paid or is agreed to be
paid to agents, representatives, or commission agents with respect to the
selection process or execution of the Agreement. The information
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 90 of 487
disclosed must include at least the name and address of the agent,
representative, or commission agent, the amount and currency, and the
purpose of the commission or fee.
58 Confidential Information
58.1 Each party shall treat any Confidential Information with the same degree
of care as it would treat its own similar confidential information, to protect
it against unauthorized disclosure, which degree of care in no case shall be
less than reasonable.
58.2 Each party shall use the Confidential Information only for the purposes of
the MSA and not for any other purposes.
58.3 Each party shall to its employees, subcontractors or agents, give access to /
disclose the Confidential Information on a need to know basis and shall
bind them by the confidentiality obligations of the MSA.
58.4 The obligations of confidentiality under this section shall continue to apply
for a period of 2 (two) years after termination or expiration of this the
MSA.
58.5 Nothing in this Article shall prevent a Party from treating confidential
information as non-confidential, if such information is:
58.5.1 in the possession of, or was known to receiving Party prior to its receipt,
without an obligation to maintain its confidentiality;
58.5.2 becomes or is generally known to the public without violation of the
MSA by the receiving Party;
58.5.3 obtained by receiving Party from a person (i) who such Party does not
know to have violated, or to have obtained such information in violation
of any obligation to another person or the other Party with respect to such
information, (ii) who does not require such Party to refrain from
disclosing such information and (iii) who has the right to disclose it,
without the obligation to keep such information confidential;
58.5.4 independently developed by the receiving Party without the use of
confidential Information and without the participation of individuals who
have had access to confidential information;
58.5.5 required to be disclosed by receiving Party under the compulsion of law,
or by order of any court or government or regulatory body to whose
supervisory authority the receiving party is subject provided, the
receiving Party gives notice of such requirement to the disclosing Party
prior to disclosure.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 91 of 487
58.6 AAI shall have the right to prevent, stop and if required take the
necessary punitive action against the receiving party regarding any
unauthorized disclosure of Confidential Information.
59 Intellectual Property
59.1 The copyright in all literary works or other works of authorship,
including, but not limited to printed materials like documentation,
reports, software programs and code, (except licensed programs and other
items available under their own license terms or agreements) (together
“Materials”) developed solely and exclusively for AAI under the MSA
that are identified in the Agreement as “AAI Material” shall vest in AAI
subject to corresponding payment made by AAI to IT Implementing
Firm. AAI will grant to the IT Implementing Firm an irrevocable,
nonexclusive, worldwide, paid-up license to use, execute, reproduce,
display, perform, sublicense, distribute, and prepare derivative works
based on, AAI Material.
59.2 The IT Implementing Firm or its subcontractors will own the copyright in
all other Materials created as part of services hereunder that are not
identified as AAI Materials (“IT Implementing Firm‟s Material”). The IT
Implementing Firm grants AAI an irrevocable, nonexclusive, worldwide,
paid-up license to use, execute, reproduce, display, perform, and
distribute to AAI‟s Affiliates and end users only, copies of IT
Implementing Firm‟s Material.
59.3 It is agreed between the parties that each party shall continue to retain all
the ownership, the rights title and interests in all its pre-existing
Intellectual Property Rights and all new inventions, ideas, developments
conceived or developed by it or its consultants/ employees while
providing services hereunder. To the extent they are embedded in any
Materials, such works are licensed in accordance with their applicable
license.
59.4 All the Intellectual Property Rights in the Third Party Material / software
used in providing services including those forming part of or
incorporated into the deliverables shall remain with the respective third
party owners/IT Implementing Firm‟s licensor and AAI shall have rights
to use them in accordance with the End User License Agreement or
relevant third party agreement as the case may be.
59.5 The IT Implementing Firm will defend AAI, its Affiliates, and their
respective employees, officers, and directors against any claim by a Third
Party that a IT Implementing Firm‟s Product provided to AAI by IT
Implementing Firm under the MSA infringes such Third Party's patent or
copyright.
59.6 The IT Implementing Firm will have no obligation for patent or copyright
claims pursuant to clause above to the extent such claims is result of
modifications of the IT Implementing Firm‟s Products by a party other
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 92 of 487
than the IT Implementing Firm or the use of such products in other than
their specified operating environment; or AAI's combination, operation,
or use of the IT Implementing Firm‟s Products or with products, data, or
apparatus not provided by the IT Implementing Firm unless such
modification, combination, operation or use was at the direction or
request of, or in accordance with the specifications provided by, the IT
Implementing Firm.
59.7 If a patent or copyright infringement claim is made or appears likely to be
made, AAI agrees to permit the IT Implementing Firm to use
commercially reasonable efforts to obtain the right for AAI to continue
to use the IT Implementing Firm Product or to modify or replace it with
one that is at least functionally equivalent; provided, however, that use of
such IT Implementing Firm Product may be discontinued if the IT
Implementing Firm Product cannot be modified or replaced, and AAI
and the IT Implementing Firm will cooperate with each other to achieve a
reasonable alternative arrangement for providing the affected Services
with appropriate adjustment to the Services, Service Levels, and charges.
60 Patents, Liability & Compliance of Regulations
60.1 IT Implementing Firm shall protect and fully indemnify the AAI from
any claims for infringement of patents, copyright, trademark, license
violation or the like.
60.2 IT Implementing Firm shall also protect and fully indemnify the AAI
from any claims from successful bidder's workmen/employees, their
heirs, dependents, representatives etc or from any person(s) or bodies/
companies etc. for any act of commission or omission while executing
the order.
60.3 IT Implementing Firm shall be responsible for compliance with all
requirements under the laws and shall protect and indemnify completely
the AAI from any claims/penalties arising out of any infringements and
indemnify completely the AAI from any claims/penalties arising out of
any infringements.
61 Exit Management
61.1 Upon completion of the contract period or upon termination of the MSA
for any reasons (including IT Implementing Firm Event(s) of Defaults,
the IT Implementing Firm shall comply with the following:
61.1.1 Notify to AAI forthwith the particulars of all Project Assets.
61.1.2 Deliver forthwith actual or constructive possession of the Project
Assets free and clear of all Encumbrances and execute such deeds,
writings and documents as may be required by AAI for fully and
effectively divesting the IT Implementing Firm of all of the rights, title
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 93 of 487
and interest of the IT Implementing Firm in the Project Assets and
conveying the Project Assets to AAI.
61.1.3 Comply with the Divestment Requirements set out below in of Clause
61 Exit management.
61.1.4 Provide assistance (“Transfer Assistance”), by utilizing the IT
Implementing Firm personnel, to transfer the Services being
performed by the IT Implementing Firm and its subcontractors in an
orderly and planned manner to AAI or to its nominated third party IT
Implementing Firm.
61.1.5 The period of Transfer Assistance (“Transfer Assistance Period”) shall
commence from the day after termination notice is issued till the
termination date as specified in the termination notice in the event of
termination of the MSA or in the event of expiration of the Agreement
upon completion of the contract period six months prior to the
expiration date of the Agreement.
61.1.6 During the Transfer Assistance, all the terms and conditions of the
MSA and the SLA shall apply to the Services unless mutually agreed
otherwise.
61.1.7 During the Transfer Assistance Period, IT Implementing Firm shall
provide AAI, its Affiliates, and their Third Parties, as necessary, with
reasonable access to the Equipments and Software, provided. Any
such access shall not interfere with IT Implementing Firm's ability to
provide the Services or Transfer Assistance. Such Third Parties and
AAI's Affiliates should comply with security and confidentiality
requirements under the MSA.
61.2 Subject to Para 61.1 Exit management above, upon completion of the
contract period or upon termination of the MSA, the IT Implementing
Firm shall comply and conform to the following Divestment
Requirements in respect of the Services :
61.2.1 All Project Assets including the hardware, software, documentation
and any other infrastructure shall be renewed and cured of all defects
and deficiencies as necessary so that the same are compliant with the
Specification and Standard set forth in the tender, Agreement and any
amendment made during the contract period in such manner that AAI
can continue to use the Project Assets
61.2.2 The IT Implementing Firm shall deliver relevant records and reports
pertaining to the Project including as relevant to its design,
engineering, operation, and maintenance, including all operation and
maintenance records and manuals pertaining thereto and complete as
on the Divestment Date.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 94 of 487
61.2.3 The IT Implementing Firm shall execute such deeds of conveyance,
documents and other writings as AAI may reasonably require
conveying, divesting and assigning all the rights, title and interest of
the IT Implementing Firm in the Project Assets absolutely free from
all encumbrances and free of any charge or tax unto the AAI or its
nominee.
61.2.4 The IT Implementing Firm shall comply with all other requirements as
may be prescribed under Applicable Laws to complete the divestment
and assignment of all the rights, title and interest of the IT
Implementing Firm in the Project Assets free from all Encumbrances
absolutely and free of any charge or tax to AAI or its nominee.
61.3 During the period of not earlier than 3 (three) months before the expiry of
the contract Period or date of termination but not later than 30 (thirty)
days before such expiry, or in the event of earlier Termination of the
contract, immediately upon but not later than 15 (fifteen) days from the
date of Issue of Termination Notice, the Independent Consultant as
nominated by the AAI shall verify, in the presence of a representative of
the IT Implementing Firm, compliance by the IT Implementing Firm with
the Divestment Requirements set forth in Para 61 in relation to the
Project Assets and, if required, cause appropriate tests to be carried out at
the IT Implementing Firm's cost for determining the compliance
therewith. If either Party finds any shortcomings in the Divestment
Requirements, it shall notify the other of the same and the IT
Implementing Firm shall rectify the same at its cost.
61.4 Upon the IT Implementing Firm conforming to all Divestment
Requirements and handing over actual or constructive possession of the
Project Assets to AAI in this regard, AAI shall issue a certificate which
will have the effect of constituting evidence of divestment of all rights,
title and lien in the Project Assets by the IT Implementing Firm and their
vesting in AAI the Project Assets pursuant hereto. AAI shall not
unreasonably withhold issue of such certificate. The divestment of all
rights, title and lien in the Project Assets shall be deemed to be complete
on the date when all the Divestment Requirements have been fulfilled or
the Certificate has been issued, whichever is earlier, it being expressly
agreed that any defect or deficiency in any Divestment Requirement shall
not in any manner be construed or interpreted as restricting the exercise
of any rights by AAI or its nominee on or in respect of the Project Assets
on the footing as if all Divestment Requirements have been complied
with by the IT Implementing Firm.
61.5 In event of expiration of the MSA, the IT Implementing Firm will
undertake to transfer all assets on working condition except normal wear
and tear accepted under the MSA at a value of Rupee One(Re.1/-). It is
also agreed that all relevant data pertaining to the Project would be
considered property of AAI at the time of Exit Management.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 95 of 487
61.6 If IT Implementing Firm's Transfer Assistance requires the use of
different or additional services or resources beyond that which IT
Implementing Firm is then using to provide the Services in accordance
with the service baselines and Service Levels, such requirements shall be
treated as a change and shall be handled as set forth in Service Level
Agreement of the MSA.
61.7 If the MSA is terminated for AAI‟s material breach ( non-payment of
dues to the IT Implementing Firm), Transfer Assistance shall be provided
by the IT Implementing Firm only after AAI has cleared all the dues and
pays for the Services and Transfer Assistance in advance.
61.8 If AAI is unable to complete the transition of Services as of the
expiration or termination of the MSA, AAI may elect once to extend the
Agreement at the agreed prices for up to six months beyond the then date
of the expiration or termination of the Agreement (a Temporary
Extension of Services) by notifying the IT Implementing Firm in writing
prior to such date and extending the Agreement through an amendment to
the contract.
62 Miscellaneous
62.1 For the purposes of the MSA each Party thereto shall be deemed to be an
independent contractor and not any other party's agent or employee.
Nothing herein contained shall be construed as a Joint venture, a
partnership or an agency nor shall any similar relationship be deemed to
exist between the Parties expect as specifically provided herein.
62.2 Without prejudice to the generality of the foregoing, the IT Implementing
Firm shall ensure compliance with all laws relating to employment
including the payment of provident fund, employees‟ state insurance and
other dues for its employees.
62.3 In case of default in compliance as aforesaid the IT Implementing Firm
shall be solely responsible for the consequences and that neither AAI nor
its Affiliates shall in any way be responsible or liable for such default.
62.4 The IT Implementing Firm indemnifies and promises to keep AAI and its
Affiliates indemnified against any and all losses, fines, penalties, claims,
damages, costs and reasonable expenses (including, but not limited to
attorneys‟ and experts‟ fees, costs of investigation and costs of
settlement) which may or are likely to result from the IT Implementing
Firm‟s default as aforesaid.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 96 of 487
63 Trademarks, Publicity
63.1 Neither Party may use the trademarks of the other Party without the prior
written consent of the other Party. Except as required by law or the rules
and regulations of each stock exchange upon which the securities of one
of the Parties is listed, neither Party shall publish or permit to be
published either alone or in conjunction with any other person any press
release, information, article, photograph, illustration or any other material
of similar kind relating to the MSA, the SLA or the business of the other
Party without prior reference to and approval in writing from the other
Party, such approval not to be unreasonably withheld or delayed.
64 Notices
64.1 No notice, acceptance, approval, consent or claim under or in pursuance
of the MSA shall be valid unless sent by registered mail or reputed
courier to the under mentioned address and received by the other Party:
Table C2.2.2-1 - Addressing Notices
For AAI:
Shri
________________
Designation
__________
Address:
_____________
For The IT
Implementing Firm:
Shri ________________
Designation
____________
Address _____________
65 Variations and Further Assurance
65.1 No amendment, variation or other change to the MSA or the SLA shall
be valid unless authorized in accordance with the change control
procedure as set out in the Change Control Schedule and made in writing
and signed by the duly authorized representatives of the Parties to the
MSA or the SLA.
65.2 Each Party to the MSA or the SLA agrees to enter into or execute,
without limitation, whatever other agreement, document, consent and
waiver and to do all other things which shall or may be reasonably
required to complete and deliver the obligations set out in the MSA or the
SLA.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 97 of 487
66 Severability
66.1 The Parties hereto agree that in the event of one or more of the articles or
provisions hereof being subsequently declared void or invalid for any
reason the violability or invalidity or unenforceability of such articles or
provisions shall not affect the validity or enforceability of other articles
or provisions which can be clearly separated or disunited.
66.2 In case the provisions or articles declared void or invalid are material to
the operation of the MSA, the Parties shall negotiate in good faith articles
or provisions to replace the articles or provisions declared void or invalid.
67 Non-Waiver
67.1 Any failure of any party hereto to enforce any of the provisions of the
MSA or to require at any time specific performance by the other party of
any of the provisions hereof during the term of the MSA, shall in no way
affect the validity of the MSA or any part hereof, or the right of either
party thereafter to enforce each and every such provision.
68 Compliance with Laws and Regulations
68.1 Each Party to the MSA and the SLA accepts that its individual conduct
shall (to the extent applicable to it) at all times comply with all applicable
laws, rules and regulations. For the avoidance of doubt, the obligations of
the Parties to the MSA and the SLA are subject to their respective
compliance with all applicable laws and regulations.
69 Ethics
69.1 IT Implementing Firm represents, warrants and covenants that to the best
of its knowledge it has given no commitments, payments, gifts,
kickbacks, lavish or expensive entertainment, or other things of value to
any employee or agent of AAI, or its nominated agencies in connection
with procurement of the MSA and acknowledges that the giving of any
such payment, gifts, entertainment, or other things of value is strictly in
violation of AAI‟s standard policies and may result in cancellation of the
MSA, and the SLA and blacklisting the organization.
69.2 IT Implementing Firm shall sign Integrity Pact and comply with all the
requirements as mentioned in the Integrity Pact. Format of the Integrity
Pact is available as Annexure XV.
69.3 For implementation of Integrity Pact, AAI has nominated Shri U.D
Choubey, Director General-SCOPE (Retd. CMD.GAIL), C-
2/8,Mangalam Apartments, Vasundara Enclave, New Delhi-110090
Email-: choubeyud@yahoo.com as the Independent External Monitor
(IEM) for this project under Project Registration Number IPP-65/2012.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 98 of 487
70 Headings and Schedules
70.1 The headings for each Article in the MSA have been inserted for
convenience of reference only, and are not intended to limit or expand the
meaning of the language contained in the particular Article.
70.2 The Schedules to the MSA form an integral part of the MSA and will be
interpreted in consonance with the article or provision referring to the
Schedule.
71 Entire Agreement
71.1 The MSA, all schedules appended thereto and the contents and
specifications of the tender, clarifications thereof and the bid constitutes
the entire agreement, and supersedes any previous agreements or
understandings between the parties relating to the subject matter of the
MSA. Each party acknowledges that it has not relied on or been induced
to enter into the MSA by a representation or warranty other than those
expressly set out in the MSA. To the extent permitted by Applicable
Law, a party is not liable to another party in contract or tort or in any
other way for a representation or warranty that is not set out in the MSA.
72 Survivability
72.1 The termination or expiry of the MSA or the SLA for any reason shall
not affect or prejudice any terms of the MSA, or the rights of the Parties
under them which are either expressly or by implication intended to come
into effect or continue in effect after such expiry or termination.
73 Assignability
73.1 AAI may assign the MSA or any rights granted under the MSA to any
person with consent of the IT Implementing Firm.
73.2 The IT Implementing Firm shall not assign the MSA or any rights
granted under the MSA without the prior written consent of AAI which
consent shall not be unreasonably withheld or delayed.
73.3 Subject to the aforesaid limitation on assignment, the MSA shall be
binding upon and inure to the benefit of any successors in interest and
assigns of the Parties hereto, who shall expressly assume in writing the
performance of all the terms and conditions of the MSA to be performed
by the Parties hereto.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 99 of 487
74 Publicity
74.1 The IT Implementing Firm shall not use the name of AAI in any of its
promotional and advertisement materials without prior written approval
of AAI.
75 Insurance
75.1 The IT Implementing Firm shall fully insure the supplies and services
against loss or damage, including loss or damage during transportation,
storage, delivery or installation. The period of insurance shall be up to the
date the ownership and possession is transferred to AAI as hereinafter
provided.
75.2 The IT Implementing Firm with each taking or renewal of insurance shall
provide a copy of the necessary insurance policy to AAI or the
Designated Agency.
75.3 The premiums payable on insurance coverage as indicated above,
including any costs and expenses incidental to the procurement and
enforcement of such insurance coverage shall be borne by the IT
Implementing Firm.
76 Disputes and Amendments
Governing Law & Dispute Settlement
76.1 The MSA shall be construed, governed and implemented in accordance
with the law applicable in India.
76.2 In case of any dispute or difference arising out of the MSA on any issue,
the same shall be settled amicably by the Parties. In case the Parties are
unable to settle the dispute within 30 (thirty) days, they shall refer the
dispute in the first place to Chairman, AAI who will set up a committee
for this purpose. The committee may at its discretion co-opt any other
officer who in its opinion may help in resolving the dispute. Either party
may refer the decision to Arbitral Tribunal under the provisions of
Arbitration and Conciliation Act 1996 or any of its statutory modification
or enactment thereof for the time being in force. If neither party refers the
dispute to the Arbitral Tribunal within 30 (thirty) days of the decision by
the committee, committee‟s decision will be final. If the case is referred
to the Arbitral Tribunal, both the parties shall appoint one arbitrator each
and the arbitrators so appointed shall appoint a third arbitrator who shall
act as Chairperson of the Arbitral Tribunal. The award shall be made
either in concurrence or as majority award in the proportion of 2:1
amongst the arbitrators.
76.3 The place of such Arbitration shall be at Delhi.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 100 of 487
76.4 The language of the Arbitration proceedings and that of all documents
and communications between the Parties shall be in English.
76.5 The provisions of the Arbitration and Conciliation Act, 1996 will be
applicable and the award made there under shall be final and binding
upon the parties hereto, subject to legal remedies available under the law.
76.6 The Parties agree that any decision or award of the arbitrator pursuant to
this clause shall be a domestic award and final, conclusive and binding
upon the parties and any person(s) affected by it. The Parties also agree
that any court of competent jurisdiction may enforce the arbitration
award rendered pursuant to this clause.
76.7 During any period of dispute resolution as hereinbefore provided, there
shall be no suspension of this MSA. However the foregoing shall not
prohibit or delay a party from exercising any right to terminate the
agreement in accordance with the MSA or delay the natural expiration of
the Agreement.
Amendment
76.8 The Parties acknowledge and agree that amendments to the MSA shall be
made through mutual agreement between the parties in writing in
accordance with the procedure the MSA is executed and signed.
AAI and the IT Implementing Firm have caused the MSA to be executed, in duplicate, by
their respective duly authorized officers on the date, month and year and at the place
indicated below.
For and on behalf of the AAI For and on behalf of the IT
Implementing Firm
(signature)
(signature)
(Name of the Authorized Signatory) (Name of the Authorized
Signatory)
Date Date
Address Address
Location Location
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 101 of 487
77 Other Information
77.1 The Bidders may visit the sites if they so desire. AAI shall facilitate such
visits. For any coordination in this regard bidders may send a formal request
on the e-mail id gmit@aai.aero. It may be noted that extension of time on this
account shall not be permitted.
77.2 The vendor should deploy well trained personnel at the site. AAI shall not be
responsible for any incident or accident happening at the site due to the
negligence of the personnel deployed by the bidder. The bidder shall absolve
AAI against all such claims.
78 Exclusions
78.1 The list of tender clauses not applicable for the present tender is given in
schedule “A” to the Tender for information of the bidders.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 102 of 487
MASTER SERVICE AGREEMENT
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 103 of 487
Master Services Agreement (MSA)
Agreement No. ---------------------
Dated: ------------------------------
The MSA made on ----------------------------------------------------- Airports Authority of
India, a statutory corporation incorporated under Airports Authority of India Act, 1994
having its head office at Rajiv Gandhi Bhawan, Safdarjung Airport, New Delhi-110 003
through its General Manager (IT), Airports Authority of India, IT Division, Hanger
Building, Safdarjung Airport, New Delhi-110 003, hereinafter called “AAI” which
expression shall between include the Administrators, Successor, Executors and permits
assigns, on other part and M/s -------------------------------------------------------hereinafter
called the “IT Implementing Firm/CONTRACTOR” which expression shall include the
Administrator, Successors, Executors and permitted assigns on the other part.
Whereas, AAI is desirous of having -----------------------------------------------------------------
--------------------with M/s ---------------------------------(hereinafter called “WORK”) done.
And whereas, M/s ----------------------------------------------has offered its services for the
above mentioned work through response to the tender no. ---------------------------------------
----dated -------------------------------and AAI accepted their aforesaid proposal in
accordance to tender the document no. -------------------------------& works order No. --------
----------------------------------dated --------------------------------to M/s ---------------------------
-----------------as per terms and conditions contained in, and documents referred as therein,
which have been accepted by M/s ----------------------------------------resulting into a
“CONTRACT”.
NOW THEREFORE THIS DEED WITNESS AS UNDER:
Article 1.0 AWARD OF CONTRACT:
Airports Authority of India had awarded the contract to M/s --------------------------------for
----------------------------------------------------- as per the terms and conditions contained in
its works order No. ---------------------------------------------------------documents referred to
therein. The terms and expressions used in the MSA shall have the same meaning as are
assigned to them in the “CONTRACT DOCUMENT” referred to in this succeeding article.
Article 2.0 CONTRACT DOCUMENTS :
The contract shall be performed strictly as per the terms and conditions stipulated herein
and in the following documents attached herewith (hereinafter referred to as
“CONTRACT DOCUMENT”).
MSA Schedule A- Tender
AAI Tender Document (Ref No. )
MSA Schedule B – Tender Addenda/ Corrigenda
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 104 of 487
AAI Tender Addenda/Corrigenda (Ref No. )
MSA Schedule C – IT Implementing Firm Response to Tender as bidder
Eligibility, Technical, Financial Bids IT Implementing Firm
as response to the tender
MSA Schedule D – Written Communication between AAI & IT Implementing Firm
All communication between AAI & IT Implementing Firm such as
clarifications/works order etc.
MSA Schedule E – Payment(s)
Payment Schedule shall be as per tender/works order.
MSA Schedule F – Works / Purchase Order.
MSA Schedule G - Service Level Agreement
All the aforesaid contract documents contain detailed terms & conditions and are initialed
by both the parties by their authorized representatives.
All the aforesaid contract documents shall form an integral part of the MSA, in so far as
the same or any part thereof confirm to the conditions and the AAI in its works order. Any
matter inconsistent therewith, contrary or repugnant there to or any deviation taken by the
contractor in its “Proposal” not agreed by AAI in its works order shall be deemed to have
been withdrawn by the contractor unless justified and mutually agreed by both the parties.
For the sake of brevity, the MSA along with its aforesaid contract documents shall be
referred to as the “AGREEMENT”.
Article 3.0 CONDTIONS & CO-VENANTS:
a) The scope of contract, consideration, terms of payment, period of completion, defects
liability period, taxes wherever applicable, Insurance, liquidated damages and all other
terms and conditions are contained in the aforesaid contract documents. The
contractor shall duly perform the contract strictly and faithfully in accordance with
terms of the AGREEMENT.
b) The AGREEMENT constitutes full and complete understanding between the parties
and terms of the presents. It shall supersede all prior correspondence to the extent of
inconsistency or repugnancy to the terms and conditions contained in the agreement.
Any modification of the agreement shall be affected only by a written instruction
signed by the authorized Representation of both the parties.
Article 4.0 SETTLEMENTS OF DISPUTES:
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 105 of 487
If a dispute of any kind whatsoever arises between AAI and the contractor in
connection with, of arising out of the contract or the execution of the works,
whether during the execution of the work or after their completion and whether
before or after repudiation or after termination of the contract ,including any
disagreement by either party with any action, inaction. Opinion, instruction,
determination, certificate or valuation of the project leader or his nominee, the
matter in dispute shall , in first place be referred to the Executive Director(IT) AAI,
who shall act as the conciliator on the matter. The dispute will firstly be settled by
the conciliator, failing which any party may invoke arbitration clause.
Unless the contract has already been repudiated or frustrated the contractor shall in
every case continue to proceed with the works with all due diligence and the
contractor and AAI shall give effect forthwith to every decision of the project leader
of AAI or his nominee unless until the same shall be revised , as hereinafter provided
, by the conciliator or in Arbitral award.
Article 4.1 ARBRITATION & LAW :
It is specifically agreed by and between the parties that all the difference and
disputes arising out of the agreement of touching the subject matter of the agreement
shall be decided by process of settlement and arbitration as specified in Para 76 of
Section IV Special conditions of contract and the provision of this contract shall be
settled under the rules of Indian Arbitration and Conciliation Act 1996.
Article 4.2 NOTICE OF DEFAULT:
Notice of default given by either party to the other party under the agreement shall
be in writing and shall be deemed to have been duly and properly served up on the
parties there to if delivered against acknowledgement, due addressed to the
signatories at the address mentioned herein above.
In WITNESS thereof, the parties through their duly authorized representatives have
executed those presents (execution thereof has been approved by the competent
authorities of both the parties) on the day, month and year first mentioned at New Delhi.
WITNESS:
1. Owner’s Signature:
Printed Name:
Designation:
2. Company‟s Stamp;
1. Contractor’s Signature
Printed Name:
Designation:
2. Company‟s Stamp:
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 106 of 487
SERVICE LEVEL AGREEMENT
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 107 of 487
Service Level Agreement
THIS SERVICE LEVEL AGREEMENT, hereinafter referred to as “Agreement” is
made BY AND BETWEEN Airports Authority of India, hereinafter referred to as
"AAI" (which term or expression, unless excluded by or repugnant to the subject or
context, shall mean and include its successors-in office and assigns), of the FIRST
PART;
AND
M/s…………………., hereinafter referred to as "IT Implementing Firm" (which term
or expression, unless excluded by or repugnant to the subject or context, shall mean and
include its successors and assigns) of the SECOND PART;
WHEREAS:
1. AAI and IT Implementing Firm have entered into a Master Services Agreement
dated <MSA Date> (the "MSA").
2. In accordance with the provisions of the MSA, AAI and IT Implementing Firm
wish to enter into this Service Level Agreement (“SLA”) on the following terms.
Article I – Definitions and General Purpose
1.1 Definitions
In the MSA, unless the context requires otherwise:
a. "Agreement/Service Level Agreement/SLA" means the MSA, together with
its Appendices;
b. "Parties" means AAI and IT Implementing Firm for the purposes of this SLA,
and "Party" shall be interpreted accordingly;
c. "Service Level" means the service delivery criteria established for certain of
the services which will apply to the Services as set out in the MSA, in the form
of SLA Metrics, effective during the Term of this SLA;
d. "Term" means the duration of this SLA as defined in Article 2.2 of this SLA;
e. "Terms of Payment" means charges for the Services in accordance with the
Terms of Payment Schedule as stated in the MSA.
f. All Appendices and other attachments to this SLA are hereby incorporated as a
part of this SLA by this reference.
g. References to any statute or statutory provision include a reference to that statute
or statutory provision as from time to time amended, extended, re-enacted or
consolidated and to all statutory instruments made pursuant to it.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 108 of 487
h. Words denoting the singular shall include the plural and vice versa and words
denoting persons shall include firms and corporations and vice versa.
i. Unless otherwise expressly stated, the words "herein", "hereof", "hereunder" and
similar words refer to this SLA as a whole and not to any particular Article,
Appendix or other subdivision. The words "include" and "including" shall not
be construed as terms of limitation. The words "day" and "month" mean
"calendar day" and "calendar month" unless otherwise stated. The words
"writing" and "written" mean "in documented form", whether electronic or hard
copy, unless otherwise stated.
j. The headings and use of bold type in this SLA are for convenience only and
shall not affect the interpretation of any provision of this SLA.
The definitions/terms used in the MSA (including the recitals above and the Annexure
hereto) but not defined herein shall, unless the context otherwise requires, have the
meaning assigned to them respectively in the MSA.
1.2 Structure
This SLA shall operate as a legally binding services agreement specifying terms
which apply to the Parties and to the provision of the Services by the IT
Implementing Firm to AAI under this SLA and the MSA.
Article II – Initialization Phase
1.1 Objectives and Scope of Contract
The IT Implementing Firm hereby agrees to provide Services to AAI, conforming
to the specified Service Levels, in accordance with the performance metrics as
more particularly described in Appendix A of the MSA.
1.2 Commencement and duration of this SLA
This SLA shall commence on the date on which it is executed by AAI and the IT
Implementing Firm and shall, unless terminated earlier in accordance with its terms
or unless otherwise agreed by the Parties, expire on the date on which this SLA
expires or terminates for any reason, which shall be seven years from the date of
Go-Live of Chennai. The SLA shall be coterminous with the MSA.
Article III – Financial Issues
1.0 Terms of Payment and Service Credits
In consideration of the Services and subject to the provisions of the MSA and this
SLA, AAI shall pay the charges to the IT Implementing Firm in accordance with
the Terms of Payment Schedule of the MSA.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 109 of 487
It is clarified here that the AAI can also calculate a financial sum for the
liquidated damages and debit the same against the terms of payment or recover as
defined in the Financial provision section of the MSA as a result of the failure of
the Service Provide to meet the Service Levels as outlined in Appendix A to the
MSA, such sum being determined in accordance with the terms of the Agreement
Article IV – Interpretation
1.1 Applicability of the MSA
Apart from the provisions as set out hereinabove, the terms and conditions stated
in the MSA shall apply mutatis mutandis to this SLA. In the event of a conflict in
interpretation of any Article in the MSA and the SLA, the provisions of the MSA
shall prevail.
IN WITNESS WHEREOF the Parties have by duly authorized representatives set
their respective hands and seal on the date first above written in the presence of:
Signed by:
WITNESSES: <Designated AAI Authority>
1. Airports Authority of India,
2. (FIRST PART)
Signed by:
WITNESSES: <Designated IT Implementing Firm Authority>
1. <IT Implementing Firm Company Name>
2. (SECOND PART)
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 110 of 487
Appendix I – Service Level Metrics
As this project is primarily a service-oriented project, the support phase of the Agreement
between AAI and the IT Implementing Firm will be in the form of a Service Level
Agreement, as shown in the Master Services Agreement (MSA) in the Tender.
The SLA specifies the expected levels of service to be provided by the IT Implementing
Firm in different project delivery areas. This expected level is also called the baseline
service level.
The following table also specifies the limits and metrics for lower performance and breach
levels:
Table : SLA-I Service Level Metrics – Chennai & Kolkata airports
(Measured quarterly using EMS)
S.No. SLA Parameter Maintenance
Severity level
Baseline measured over a
quarter
Lower Performance Breach
Metric Score Metric Score Metric
Network Services
1 Network availability between DC, DR and other airports
1&2 > 99.50% 5 99.50% to 99%
3 < 99%
2 Peak link utilization NA < 70% 4 85% to 70% 3 >85%
3 Average request response cycle time at DC & DR with other airports
2 < 4 Sec 4 4 to 10 Seconds
3 >10 Sec
4 AOCC LAN Uptime in Chennai & Kolkata
1 & 2 > 99.75% 4 99.75% to 99.5%
3 < 99.5%
Application Services
5 AODB, RMS application and infrastructure uptime
1 & 2 > 99% 5 99% to 98.5% 3 < 98.5%
6 AODB, RMS server utilization
NA < 70% 4 70% to 80% 3 > 80%
7 Reporting infrastructure uptime
4 > 99% 3 99% to 98.5% 2 < 98.5%
8 Integration platform uptime 1 & 2 > 99.5% 4 99.5% to 98.5%
3 < 98.5%
9 Local Integration platform uptime
1 & 2 > 99.5% 4 99.5% to 98.5%
3 < 98.5%
End- User Services
10 Manpower availability against agreed deployment
3 > 99.0% 2 99.0 % to 95.0%
1 < 95.0%
11 Help Desk - Speed of response (% of calls <30 secs)
NA >70% 2 70% to60% 2 <60%
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 111 of 487
Table : SLA-I Service Level Metrics – Chennai & Kolkata airports
(Measured quarterly using EMS)
S.No. SLA Parameter Maintenance
Severity level
Baseline measured over a
quarter
Lower Performance Breach
Metric Score Metric Score Metric
12 Response to Email Requests (% Live person response < 4hours)
NA >95% 3 95% to 90% 2 <90%
13 Call Abandonment NA <4% 2 5% to 10% 1 >10%
14 Access Request Resolution (< 4hours of request)
NA >90% 2 90% to 80% 1 <80%
15 First Call Resolution (<10 mins)
NA >80% 2 80% to 70% 1 <70%
16 End-user IMACD Timeliness (<24 hours)
NA >90% 2 90% to 80% 2 <80%
17 Incident Response & Resolution (For SLA table below)
NA >90% 3 90% to 80% 2 <80%
18 Problem Management (permanent fix & root cause analysis)
NA >90% 2 90% to 75% 1 <75%
19 Workstation Availability (AOCC)
NA >99% 3 99% to 97% 2 <97%
Common Services
20 Timely Configuration Updates (5 business days)
NA >90% 2 90% to 85% 2 <85%
21 Adherence to Severity level for resolution time
NA >97% 2 97% to 95% 1 <95%
22 Change Management (changes implemented correctly)
NA >98% 2 98% to 97% 2 <97%
23 Asset Management (correct entry in asset registry)
NA >98% 3 98% to-80% 2 <80%
24 Virus Signature File Updates (distributed within 24 hours to % systems)
NA >99.50% 3 99.5% to 98% 2 <98%
25
Information Security Risk Event Notification and Mitigation (escalation within 5 minutes and mitigation within 36 hours)
NA >98% 3 98%to 95% 2 <95%
26
Firewall Security (rules reviewed and approved within 24 hours and implemented within 36 hours)
NA >98% 4 98%to 95% 3 <95%
27 Reporting Timeliness and Accuracy
NA >99% 2 99% to 95% 1 <95%
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 112 of 487
Table : SLA-I Service Level Metrics – Chennai & Kolkata airports
(Measured quarterly using EMS)
S.No. SLA Parameter Maintenance
Severity level
Baseline measured over a
quarter
Lower Performance Breach
Metric Score Metric Score Metric
Data Centre Operations
28 Data Centre Uptime 1&2 >99.75% 5 99.75% to
99% 3 < 99%
29
Disaster Recovery Planning (documented DR plans for individual systems)
NA >95% 3 95% to 80% 3 <80%
30
DR Change over Testing (4 DR tests per year). Disaster recovery test results must show that 100% activities were successful
NA 100% 3 100% to 98% 2 <98%
31
Data Backup, Restore & Retrieval (Server backups successfully completed according to schedule)
NA >98% 3 98% to 95% 2 <95%
32 Data Centre IMACD Timeliness (completed within 24 hours)
NA 95% 2 95% to 80% 1 <80%
33 DC to DR Switch over within 15 minute (outside drills)
2 15-30 minutes
3 30-120 Minutes
1 > 120 Minutes
Total Score Baseline 100 Low 70
Note: 1. Each of the Service Levels in Schedule (Appendix A: Service Level Matrix) shall have a score
(weightage) assigned to it. The sum total of the score of all the Service Levels shall be 100 at
baseline performance.
2. In case the sum score measure across all the service parameters adds up to 100 or more then there
is no penalty to be charged.
3. In case the sum score measured across all the SLA parameter is 70 or lesser, 10% of total quarterly
payment would be charged as penalty.
4. In case the sum score measured across all the SLA parameter is greater than 70 and less than 100,
then penalty would be reduced from 10% proportionally as per sample calculation shown (Ref
Appendix A: Service Level Matrix).
5. An additional 10% penalty of total quarterly payment would be charged for every such quarter
when the sum score measured across all the SLA parameter continue to remain 70 or lesser for
more than one quarter. If the sum score remains 70 or lesser for a continuous 3 quarters, it shall
constitute material breach of the terms of the MSA.
6. Each service level parameter has a breach level metric defined. In case a certain service level
parameter metric measure equal or less than the breach level defined continuously for 3 quarters
for reasons solely attributable to the IT Implementing Firm, such failure shall constitute material
breach of the terms of the MSA.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 113 of 487
Table SLA-II Service Level Metrics – For airports other than Chennai & Kolkata
(Measured using EMS)
S.No. SLA Parameter Maintenance Severity
level
Baseline measured over a quarter
Lower Performance Breach
Metric Score Metric Score Metric
Network Services
1 Network availability with DC and DR
1&2 > 99.50% 5 99.50% to 99.0%
4 < 99.0%
2 Peak link utilization NA < 70% 4 85% to 70% 2 >85%
3 Average request response cycle time at Local with DC & DR
2 < 4 Sec 4 4 to10 Seconds
3 >10 Sec
4 LAN Uptime Local 1 & 2 > 99.75% 5 99.75% to 99.0%
4 < 99%
Application Services
5 AODB, RMS application and infrastructure uptime
1 & 2 > 99% 5 99% to 95% 4 < 95%
6 AODB, RMS, server utilisation
NA < 70% 3 70% to 80% 2 > 80%
7 Reporting application & infrastructure uptime
4 > 99% 3 99% to 90% 2 < 90%
8 Integration platform uptime
1 & 2 > 99.5% 5 99.5% to 95%
4 < 95%
End-User Services
9
Manpower availability against agreed deployment
3 > 99.0% 4 99.0 % to 90%
3 < 90%
10
Speed of Answer (% of calls <30 secs)
NA >70% 4 70% to 60% 3 <60%
11 Response to Email Requests (% Live person response < 4hours)
NA >95% 4 95%to 90% 3 <90%
12 Call Abandonment NA <3% 3 3% to 5% 2 >5%
13 Access Request Resolution (< 4hours of request)
NA >90% 4 90% to 70% 3 <70%
14 First Call Resolution (<10 mins)
NA >80% 4 80 to 70% 3 <70%
15 End-user IMACD Timeliness (<24 hours)
NA >90% 3 90% to 80%%
2 <80%
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 114 of 487
Table SLA-II Service Level Metrics – For airports other than Chennai & Kolkata
(Measured using EMS)
S.No. SLA Parameter Maintenance Severity
level
Baseline measured over a quarter
Lower Performance Breach
Metric Score Metric Score Metric
16 Incident Response & Resolution (For SLA table below)
NA >90% 4 90% to 80% 3 <80%
17 Problem Management (permanent fix & root cause analysis)
NA >90% 4 90% to 70% 2 <70%
18 Workstation Availability (AOCC)
NA >99% 4 99% to 95% 3 <95%
Common Services
19 Timely Configuration Updates (5 business days)
NA >90% 3 90% to 80% 2 <80%
20 Adherence to Severity level for resolution time
NA >97% 4 97% to 90% 2 <90%
21 Change Management (changes implemented correctly)
NA >98% 4 98% to 90% 2 <90%
22 Asset Management (correct entry in asset registry)
NA >98% 3 98% to 85% 2 <85%
23 Virus Signature File Updates (distributed within 24 hours to % systems)
NA >99.5% 4 99.5% to 98%
3 <98%
24 Information Security Risk Event Notification and Mitigation (escalation within 5 minutes and mitigation within 36 hours)
NA >98% 4 98% to 95% 3 <95%
25 Firewall Security (rules reviewed and approved within 24 hours and implemented within 36 hours)
NA >98% 4 98% to 95% 3 <95%
26
Reporting Timeliness and Accuracy
NA >99% 2 99% to 90% 1 <90%
Total Score Baseline 100 Low 70
Note: 1. Each of the Service Levels in Schedule (Appendix A: Service Level Matrix) shall have a score
(weightage) assigned to it. The sum total of the score of all the Service Levels shall be 100 at
baseline performance.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 115 of 487
2. In case the sum score measure across all the service parameters adds up to 100 or more then there
is no penalty to be charged.
3. In case the sum score measured across all the SLA parameter is 70 or lesser, 10% of total quarterly
payment would be charged as penalty.
4. In case the sum score measured across all the SLA parameter is greater than 70 and less than 100,
then penalty would be reduced from 10% proportionally as per sample calculation shown (Ref
Appendix A: Service Level Matrix).
5. An additional 10% penalty of total quarterly payment would be charged for every such quarter
when the sum score measured across all the SLA parameter continue to remain 70 or lesser for
more than one quarter. If the sum score remains 70 or lesser for a continuous 3 quarters, it shall
constitute material breach of the terms of the MSA.
6. Each service level parameter has a breach level metric defined. In case a certain service level
parameter metric measure equal or less than the breach level defined continuously for 3 quarters
for reasons solely attributable to the IT Implementing Firm, such failure shall constitute material
breach of the terms of the MSA.
TABLE: SLA-III SLA CALCULATION EXAMPLE-SEVERITY LEVEL 1
Severity Definition Response time
Resolution time
(Restore or work
around)
Logic Calculation Example
Severity 1 (Critical)
Failure of critical system - Core application ( AODB, RMS along with Integration platform)
Critical business
activities and processes
interrupted.
A Large number of
End Users affected
(Complete operation of
one or more airports
being affected).
Degree of impact:
Large number of end
users whose work is
business critical can‟t
work.
Consequence for AAI:
One or more airports
are not operational due
to non- availability of
IT systems.
15 Minutes
Within 90 Minutes
Lower performance
score
70 70
Maximum penalty at
(100-70)=30 points less
10% 10%
Weightage of 1 point
10% / 30 0.3333%
If score for a quarter is 'X'
(X<100)
X 84
No. of points below 100
100-X 16
Penalty on Quarterly Charge
(100-X) * 0.3333%
5.3328%
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 116 of 487
TABLE: SLA-IV SLA CALCULATION EXAMPLE-SEVERITY LEVEL 2
Severity Definition Response time
Resolution time
(Restore or work
around)
Logic Calculation Example
Severity 2 (Urgent)
Failure of a central, Important
system
Important business
activities interrupted
Greater number of
End users affected
Degree of impact:
Greater number of end
users unable to work
( Between 10 and 25)
Consequence for AAI:
Services that are
important to AAI but
are not business
critical. Poor
availability, loss or
disturbance might
cause loss or damage.
Longer or frequent
disruption might cause
severe loss or damage.
30 Minutes
Within 2
Hours Lower
performance score
70 70
Maximum penalty at
(100-70)=30
points less
10% 10%
Weightage of 1 point
10% / 30 0.3333%
If score for a quarter is 'X' (X<100)
X 84
No. of points
below 100
100-X 16
Penalty on Quarterly Charge
(100-X) * 0.3333%
5.3328%
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 117 of 487
TABLE –SLA V SLA CALCULATION EXAMPLE-SEVERITY LEVEL 3
Severity Definition Response time
Resolution time
(Restore or work
around)
Logic Calculation Example
Severity 3 (High)
Failure of a normal system
Normal business
activities and processes
interrupted
Degree of impact : End
users unable to
continue their work
Consequence for AAI:
Services that is not
critical to AAI in the
everyday work. Poor
availability, loss or
disturbance might
cause disturbance and
unnecessary problems.
1 Hour Within 8
Hours Lower
performance score
70 70
Maximum penalty at
(100-70)=30
points less
10% 10%
Weightage of 1 point
10% / 30 0.3333%
If score for a quarter is 'X' (X<100)
X 84
No. of points
below 100
100-X 16
Penalty on Quarterly Charge
(100-X) * 0.3333%
5.3328%
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 118 of 487
TABLE SLA VI SLA CALCULATION EXAMPLE-SEVERITY LEVEL 4
Severity Definition Response time
Resolution time
(Restore or work
around)
Logic Calculation Example
Severity 4 (Medium)
Failure of a non-critical system
or application
Non critical business
activities and processes
interrupted
Workaround possible
by Service Provider
Consequence for AAI :
No direct impact on
AAI's day to day
services.
3 Hours Within Next
Business
Day
Lower performanc
e score
70 70
Maximum penalty at
(100-70)=30
points less
10% 10%
Weightage of 1 point
10% / 30 0.3333%
If score for a quarter is 'X' (X<100)
X 84
No. of points
below 100
100-X 16
Penalty on Quarterly Charge
(100-X) * 0.3333%
5.3328%
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 119 of 487
SLA Monitoring
The aforementioned SLA parameters shall be measured on a quarterly basis as per the
individual SLA parameter requirements, through appropriate SLA measurement tools
to be designed by the IT Implementing Firm for the purpose as part of the Enterprise
Management Solution.
If the performance of the system/services is degraded significantly at any given point
in time during the contract and if the immediate measures are not implemented and
issues are not rectified to the complete satisfaction of AAI or an agency designated by
them, then AAI will have the right to take appropriate corrective actions including
termination of the Agreement as set out in the MSA..
The SLAs defined herein shall be construed as part of the MSA, and changes to them
shall be made on mutually agreed basis between AAI and the IT Implementing Firm.
Table - SLA Measurement
1 Systems Measurement of SLAs for systems shall be automatic using reports
from appropriate management tools like EMS / NMS etc.
2 Services (a) Measurement of SLAs for services, which are not delivered
using a dedicated tool, will be carried out using appropriate
and relevant reports from the Service Desk tool for ticket
open and close times. For such services, the IT Implementing
Firm will create a ticket for every service rendered.
(b) For services delivered using dedicated tools, measurement of
SLAs will be carried out using appropriate and relevant
reports from the respective tools.
3 Measurement
Period
Measurement of SLAs parameters will be carried out on a daily basis
and signed-off on the quarterly average for all SLAs which are not
annual or contingent in nature.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 120 of 487
SECTION – V
QUALITATIVE REQUIREMENTS
1. TERMINOLOGIES
1.1. AODB: The objective of an Airport Operational Data Base (AODB) is to
give users and identified integrated systems a single source of shared data,
to provide data that are consistent and up-to-date. In addition, it shall
provide a data repository, with an appropriate level of security, redundancy
and back-up, and flexibility to allow the collection of data from diverse
sources and systems, and the manipulation and processing of that data to
produce useful information regarding operational and financial activities at
the Airport, such as flight information, maintenance and operational
information, ground- and air-side activities, among others.
1.2. RMS: The Resource Management System (RMS) shall carry out allocations
and provide real-time status of gates, parking stands (non-contact gates)
ticket counters, baggage reclaim carousels and baggage makeup-up belts
using manual input data and data from electronic interfaces from designated
airlines. The RMS objective is that most inputs are provided via an
automated fashion.
1.3. FIDS: Flight Information Display Systems (FIDS) provide real-time
updates of flight information to all passengers through technology such as
legacy Split Flaps, plasma television screens and liquid crystal displays
(LCDs). The system provides flight information based on schedule time,
estimated time, Domestic or International flag, Arrival or Departure,
Terminal/Zone & Airport etc. For the purpose of this tender the scope of
FIDS is limited to seamless integration of existing AAI FIDS with proposed
AODB/AOCC solution.
1.4. AOCC: Airport Operations Control Center (AOCC) is the nerve center for
all coordination within an airport. Designed to cater various operational and
service requirements for daily airport management system, the AOCC
enables seamless management of the terminals allowing viewing and
monitoring the overall operations of an Airport for real time inputs and
collaborative operations.
1.5. AIL: Airport Integration Layer (AIL) is an integration bus based on open
standards to integrate all airport systems with each other as well as with
other airport external systems outside the scope of this project such as Flight
Information Display System (FIDS), Public Address & Voice Alarm
(PAVA), Building Management System (BMS), Baggage Handling System
(BHS) etc.
2. PROJECT CHARTER
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 121 of 487
2.1 With increase in air traffic volume and that multiple stake holders requiring
same information, an effective information management at airports has
become critical. In its approach to effective information management, the
AAI is visioning for an enterprise-wide single approach for management of
multiple airports to cater to all sizes and categories of airports under its
control, thus drawing the advantages of integrated and cost-effective
framework
2.2 The proposed project for the Multi Airports Solution shall be to network 10
airports across India, namely, Chennai, Kolkata, Ahmadabad, Pune, Trichy,
Calicut, Trivandrum, Mangalore, Guwahati & Jaipur, by creating a central
Data Centre (DC) in Chennai airport terminal and a Disaster Recovery Data
Centre (DR) site in Kolkata airport terminal for data high availability and
centralized application support. The solution to be provided by IT
Implementing Firm should be able to support additional airports in the near
future.
2.3 The objectives of the project are as follows:
2.3.1 Design and implement processes and applications that help AAI
achieve the project vision of Multi-Airport system and drawing
the advantages of integrated and cost-effective framework.
2.3.2 Bring changes in processes and technology which result in
significant improvement in the overall experience of passengers
by enhancing the quality of services at AAI airports.
2.3.3 Introduce systems that simplify different processes in the airport
operations and improve their effectiveness
2.3.4 To improve the overall efficiency of operations at an airport
through Collaborative Decision Making (CDM)
2.3.5 Establish interfaces among key stakeholders that are easy to
access and interoperable.
2.3.6 Contribution through trend analysis and forecasting
2.3.7 Optimization of existing airport resources
2.3.8 Increased focus on safety.
3. OVERVIEW OF SOULTION REQUIREMENTS
2.1 Airports, in general, represent a typical environment of business
collaboration. Airlines, Ground handlers, concessionaires and
governmental authorities each play their part in processing passengers,
baggage and aircraft in an environment prone to disruption through
unforeseen circumstances like aircraft breakdown, weather, technical
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 122 of 487
failure etc. Each stakeholder though having its own business processes
and goals, yet usually require identical information in a timely
manner.
2.2 The challenges of collaboration at an airport, therefore, vests in the
approach to process optimization by implementing innovative
integrated solutions for the overall management of airport operations.
Establishment of Airport Operations Control Centre (AOCC) at 10
airports is a step in this direction by using the Information Technology
to automate key airport business processes through an enterprise-wide
single approach concept of multiple airports management for an
integrated and cost-effective framework.
2.3 AAI is thus seeking a long term relationship with an IT partner that will
help to achieve this objective of creating and operating an integrated
automated airport management system.
2.4 The key component of Multi Airports Management framework is a
centralized AODB (Airport Operational Data Base) that acts as a data
repository to improve & optimize airport operations considerably. The new
approach in this framework is to provide the AODB at a centralized
location for multiple airports through a common shared infrastructure.
2.5 This approach will also necessitate integration with ATC systems for
extracting real time flight information. Airline related information can also
be made available with linkages to ATN/AFTN/SITA network. All the
processes at the airports will be on-line work flow based (paper less
working) and perfectly integrated - adopting latest best of breed practice.
2.6 This tender is being released to meet the core objective of deploying the
multi airports management concept for effective management of multiple
airports through enabling technologies to derive the best benefits. While
responding to this tender, the Bidder shall describe its overall approach to
Automation of Airport Operations by clearly identifying the VALUE to
AAI.
2.7 The scope of work under will be to supply, maintain and operate the
necessary IT solution and systems for creation and running of
DC/DR/AODB/RMS solution in accordance with the detailed service level
agreements (SLAs). There are some legacy systems, and there are some
recently developed applications, which shall be integrated.
2.8 The solution will also include design & provision of management consoles
for the Airport Operations Control Centers at all the 10 airports (AOCC).
The proposed AOCC implementation would consolidate the real-time
coordination, monitoring and control of the different airport-wide spread
functions of various stakeholders with Standard Operating Procedures
(SOP) at hand to provide excellent customer service from end-to-end. The
AOCC framework shall integrate existing video surveillance backed by
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 123 of 487
tamper proof video data analysis and active archiving capabilities. The
deployment shall integrate best practices of AOCC deployed in some of the
most modern and advanced airports in the world.
2.9 Thus the AOCC will serve as the nerve center of the entire airport with real-
time data being fed into it from diverse departments and Collaborative
Decision Making (CDM) process is facilitated
2.10 Different sections in this tender describe the specific requirements in each
of the above areas. All the devices, systems and applications proposed by
Bidders must comply with the ICAO and other industry standards. For each
device, system and application being proposed, the Bidder shall state the
standards being conformed to.
2.11 The selected bidder shall be responsible for deploying the proposed
solution/systems as per AAI requirement.
2.12 Bidders shall understand and estimate the effort involved in automating the
functions (processes) in the scope. They must have a certain level of
understanding about functioning of Airports in India and globally.
2.13 Bidders shall study existing „as-is‟ processes of AAI and propose solution
to implement „to-be‟ automated processes as per AAI requirements. It shall
be the Bidders‟ responsibility to analyze each process correctly and
completely.
2.14 The selected bidder is expected to deliver automation to be end-to-end for
the various requirements included in the tender.
2.15 The selected bidder shall ensure superior performance monitoring of
systems through Enterprise Management System (EMS).The Service Level
Agreements (SLAs) described in this tender shall be monitored by the EMS.
2.16 The SLA monitoring function of the EMS is by far the most important
requirement of this project from the point of view of payment on account of
performance to measure the quarterly averages of SLA parameters
2.17 The solution proposed by bidders must be secure, especially with respect to
the external entities‟ interfaces being proposed.
2.18 The technical infrastructure shall be scalable.
2.19 Bidders must understand the functional and technical scalability needs of
AAI in terms of requirements getting included in future.
2.20 The selected bidder shall deploy the required DC, DR, networking (WAN
and LAN), security, system software and application software infrastructure
and maintain it for the entire duration of the contract. Refresh of
infrastructure as described in this tender under Technology Refresh
Program shall be provided by the selected bidder.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 124 of 487
2.21 Upgrade/update of hardware/software and enhancements in capacities to
maintain the desired SLAs as defined under the tender shall also be
undertaken by selected bidder during the period of the contract.
2.22 The selected bidder shall deploy appropriate staff for different activities in
the project, including but not limited to, application development, DC and
DR setup and operations, infrastructure setup and support, back office
operations and project management.
2.23 The selected bidder shall provide training to AAI staff and staff of external
entities involved in the project.
2.24 Bidder shall hold full responsibility for the compliance of all the AAI
requirements for works defined herein.
2.25 Public Cloud solutions with data and software outside AAI are not to
be suggested. AAI’s requirement is to have this kind of system installed
in-house.
4. SCOPE OF WORK- OVERVIEW
Figure 1: Scope of work-Overview
4.0 Scope encompasses transform, build, enhance, scale, integrate and
manage the defined solutions and services.
4.1 The scope includes but not limited to the following:
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 125 of 487
4.1.1 Complete establishment of Data Centre at Chennai and Disaster
Recovery Center at Kolkata Airport
4.1.2 Applications for process automation including Airport Operational
Data Base (AODB), Resource Management System (RMS);
4.1.3 Portal interface for internal and external entities;
4.1.4 Airport Operations Control Centre (AOCC) by integrating all basic
Airport systems at 10 airports for a true collaborative decision making
among the Airport Operations stakeholders, including ground
handlers, airline carriers as well as sovereign functions like Security
and customs.
4.1.5 VPN Connectivity at all the 10 airports
4.1.6 IT Cabling and networking relevant to central AODB installation and
local integration at 8 airports other than Chennai & Kolkata
4.1.7 Migration of existing data, if any, into the new system, and records
(files) digitized;
4.1.8 Airport Operational Information reporting solution to provide MIS
reports & Dashboards based on pre-defined KPIs including trend
graphs, for analysis by different level of Management and planning
personnel.
4.1.9 Proposed solution must be secure and free from threats, virus, worms,
malware etc., especially with respect to the external entities‟ interfaces
being proposed.
4.1.10 The proposed solution should be based on open architecture and
scalable to enable to add new airports easily.
4.1.11 The infrastructure proposed and deployed shall conform to industry
standards.
4.1.12 Ensuring superior performance through monitoring by Enterprise
Management System (EMS) and Service Level Agreements (SLAs)
tools.
4.1.13 Provide Technology Refresh programme, within three months prior to
expiry of five years period from the date of Chennai Go-Live., at
every airport location for the equipment and Software used to provide
the services (as per details given later in this document).
4.2 In summary, an end-to-end solution is being envisaged by AAI, wherein
the IT Implementing Firm shall be responsible for technology deployment,
management as well as data interface to back-office operations. The
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 126 of 487
proposed solution should take into account AAI‟s requirements of an
integrated approach with internal and external stakeholders.
5. MULTI-AIRPORTS MANAGEMENT CONCEPT
5.0 The key component of Multi Airports Management framework is a
centralized AODB (Airport Operational Data Base) that acts as a data
repository to improve airport operations considerably. The new approach in
this framework is to provide the AODB at a centralized location for
multiple airports through a common shared infrastructure.
5.1 This approach will also necessitate integration with ATC systems for
extracting real time flight information. Airline related information can also
be made available with linkage to AFTN/SITA network.
5.2 The proposed Multi-Airport Solution will contain the following key areas
i. Process Consulting & Optimization
ii. AODB/RMS solution
iii. Airport Integration Bus Solution
iv. Airport Operational Information Reporting Solution
v. Application & Network Security
vi. Application Data Replication
vii. Application Monitoring
viii. Backup & Restore
ix. System Integration & Testing
x. Training
5.3 A graphical representation of the solution of integrated framework to
support existing back office systems such as Billing, Data Warehouse and
many more areas is given below:
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 127 of 487
Figure 2: Multi Airport Management Architecture
5.4 High level Multi Airport Management Architecture features are:
(a) Complete system shall operate from the Primary Data Centre to be
located at Chennai Airport.
(b) Similar complete system shall also operate from Secondary Data
Centre (DR) to be located at Kolkata Airport.
(c) All functions shall be centralized for operation through Primary Data
Centre / Secondary Data Centre.
(d) DC and DR systems will have built-in redundancies and shall take
care of all single point of failure.
(e) DC and DR shall support centralized AODB and RMS with an
independent integration layer.
(f) A specialized product for the integration layer independent of the
AODB will be provided.
(g) There will be synchronization at integration layer level between the
two centers for real time change over in the event of Disaster and
also for continuity in airport operations. That is, in the event of total
failure of the Primary Data Centre (DC) or its non-availability to one
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 128 of 487
or all the airports for any other reason, complete operations will
transfer to Secondary Data Centre (DR).
(h) The change over from DC to DR operation shall be without any time
loss thus ensuring continuity of airport operation at all places. The
data available to the airport operation in which case cannot be older
than 15 minutes.
(i) Similarly, all the operations shall transfer back to Primary Data
Centre (DC) as soon as the system connection reverts at Chennai.
(j) Multi-mode communication links shall be provided to ensure high
percentage of fail free operation, and also to reduce mean time
between failures (MTBF).
(k) Chennai and Kolkata airports shall have local servers in HA mode to
support AODB and RMS functions.
(l) All airport IT systems shall be integrated to Central Server
through Integration Layer.
(m) The replication between central and local environments is
performed transparently to the user, and can be performed on real-
time basis.
(n) Airport keeps working in case of disconnection of central
infrastructure. Replication mechanism will ensure that data
at both (local and centralized) environments becomes
coherent when communication problem is fixed.
(o) Application integration shall be provided at all airports.
(p) ATC integration
(q) Central and Local Users shall be Role based operable from
anywhere in the network without having conflicts
(r) Central User shall perform Long term or Medium term resource
planning
(s) Central User shall have control on resource planning for all
operations up to the previous day or up to the time operationally
convenient.
(t) Central User shall be able to plan for single airport or multi-airport
affected by the flight schedule change on the next day or to be valid
for a period lasting more than one day or there may be a non-
scheduled flight operation.
(u) All the normally expected functions not limited to the below
mentioned functions will be provided for Local User:
1. Uploading schedules.
2. Maintaining schedules.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 129 of 487
3. Adding non-charter flights.
4. Processing all messages doing revised planning if required.
5. Providing early warning for peak loads, abnormal operations of
greater than 2 hour delays for next day.
6. Central control for Security coordination during crisis.
6. AIRPORT LEVEL ARCHITECTURE
(a) Central Sites (i.e Chennai & Kolkata)
1) All functions shall be from Chennai Data Centre (DC).In the event
of failure of Chennai DC, all functions shall be from Kolkata (DR).
2) The AODB, RMS Access will be from Chennai DC for all airports
including Chennai & Kolkata airports.
3) In the event of failure of Chennai DC, the complete operations of all
airports will fall back on the Kolkata DR and the airport users that
were operating with Chennai DC will operate with Kolkata DR and
resume the operation for all the centralized systems i.e. AODB/RMS
etc.
4) Once the Chennai DC resumes its normal operations, all the airports
will switch back to Chennai DC.
5) The data accumulated at the Kolkata DR will be synchronized back
with the Chennai Data Centre (DC).
6) The extreme event of failures of both Kolkata & Chennai DC & DR
at the same time is unlikely as redundant Central systems (Main &
Standby) are contemplated at Chennai & Kolkata.
(b) Non-Central Sites (i.e Other than Chennai & Kolkata)
1) All operations will be normally from Chennai DC.
2) In the event of failure of Chennai DC, the complete operations of
Local airport will fall back on the Kolkata DR.
3) The local airport users that were operating with Chennai will operate
with Kolkata and resume the operation for all the centralized
systems i.e. AODB/ RMS etc.
4) Once the Chennai DC resumes its normal operations, all the airports
will switch back to Chennai DC.
5) The AODB & RMS Access will be from Chennai DC for all
airports.
6) No local AODB and RMS servers envisaged.
7) In the event of connectivity loss between any local airport and both
the Central sites, the local airport will fall back on the local FIDS to
continue the smooth operations.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 130 of 487
8) As no local AODB and RMS is envisaged, other central functions
such as reports etc. will not be available at the local airport until the
connectivity is established with any one of the central sites.
9) Once the Central system resumes its normal operations the local
airport users will switch back to Chennai/Kolkata as the case may
be.
10) The data (namely local FIDS & local integration) accumulated at the
local airport will be synchronized back with the central site.
7. CAPTURING THE BENEFITS OF MULTI-AIRPORTS
MANAGEMENT CONCEPT
7.1 AAI core objective of deploying the multi airports management concept, for
which this tender is being released, is to allow optimum management of
multiple airports business processes and enabling technologies and capture
benefits given net.
8. MANAGEMENT & OPERATIONAL BENEFITS
(a) Plug and Play deployment concept per airport.
(b) Standard Process + Training + Implementation + Maintenance.
(c) Management Centres for Finance, Airport Operations Control Centre
and other areas.
(d) Scalable, easy to add new airports based on open architecture.
(e) Streamlines data flows.
(f) Enables faster processing of key functions, e.g. billing, statistics, and
dashboards.
(g) Enables a Group-wide view in near real time.
(h) Enables measurements of Service Levels Agreements and KPIs.
(i) Auditable and accountability across airports.
(j) Supports Phased implementation approach.
(k) Integrated view of back-office operations.
(l) Efficient Airport Operations.
(m) Integrated systems for operational performance.
(n) Platform for stakeholder collaboration.
9. COMMERCIAL/FINANCIAL BENEFITS
(a) Reduced cost due to shared infrastructure and related services.
(b) Minimise airport revenue leakages (aviation and non-aviation).
(c) Better tracking and visibility of cash flows.
(d) Auditable and accountability across airports.
(e) Risk Mitigation through shared business risk.
(f) Reduce Total Cost of Ownership: OPEX Model.
(g) Predictability of IT cost.
(h) Control on procurements.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 131 of 487
(i) Integrated systems for financial management.
10. OPPORTUNITIES FOR NEW BUSINESS/SOURCES OF
REVENUES
10.1 AAI envisages creating a more efficient, integrated and automated
Airport management system that will address its operational objectives,
provide the required flexibility to react quickly to market changes, using
intelligent decision making tools.
11. APPROACH TO AUTOMATION OF AIRPORT OPERATIONS
11.1 AAI has immediate priority business imperatives that must be addressed
in the short term with its rapid roll out of services in new airports, as well
as longer term strategic issues that need to be addressed in order to
establish a strong foundation for future business growth. The Bidder shall
describe and include the best practices, processes, tools and techniques it
shall bring to bear to its solution, and detail the benefits of such
initiatives in continuously improving operational efficiency and
productivity.
11.2 The Bidder shall provide detailed mobilization and rollout plans. These
plans shall include:
(a) Organization charts and Manpower Deployment Charts
(b) Project schedules
(c) Risk mitigation plans
12. TRANSFORMATION
12.1 Transformation consists of those activities necessary for Bidder to evolve
from the AAI‟s existing „AS IS‟ environment to the proposed „TO BE‟
environment required for AAI to achieve its business objectives and for
Bidder to achieve the contracted service level commitments.
12.2 Transformation objectives are to:
(a) Identify Key Business opportunities as a result of the
implementation of the systems covered in this tender.
(b) Build Implement and integrate new systems as per the proposed
„TO BE‟ architecture.
(c) Integrate existing system functionality in line with „TO BE‟
architecture.
(d) Identify Process Improvements within scope of this tender.
(e) Align Process Improvements to the TO BE Solution.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 132 of 487
(f) Ensure the AAI business support systems, IT systems and
operations covered by the tender are delivered to an enhanced,
stable, scalable, flexible and efficient steady state.
13. “TO BE” SOULUTION PRINCIPLES
13.1 The following are underlying Application Software solution principles in
delivering the IT capabilities to support AAI‟s business requirements.
The Application Software shall be mostly based upon commercial off the
shelf (COTS) products and shall be implemented without any major
customization but should cater to India specific regulatory and mandatory
business requirements.
13.2 The successful Bidder shall implement Message Broker based solution in
the overall Architecture Framework described above.
13.3 The successful Bidder will provide automation that is aligned to AAI‟s
business processes as defined during the Transformation for COTS
Application Software and to meet the needs of AAI‟s business efficiency
and scalability in the normal course of IT Projects and operations. The
sequence of implementation of the COTS Application software shall be
in terms of AAI‟s business objectives and the imperative needs of the
organization.
13.4 The COTS Application Software throughout the Term, needs to be
supported, covering;
a. Installing patches and fixes as they become available from the
Bidder;
b. Prospective Bidder‟s commitment to maintain Application
Software to deliver the required SLAs.
14. TRAFFIC VOLUMES
14.1 The history of annual traffic volumes for the aircraft movements are
given below:
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 133 of 487
(Note: Bidders are strongly advised to visit www.aai.aero for verifying above figures
and for passenger movement details)
15. SCOPE OF WORK
15.1 The scope of the Bidder will be to supply, maintain and operate the
necessary IT solution and systems for creation and running of AODB
/RMS solution in accordance with the detailed service level agreements
(SLAs). Indicative quantities of hardware components required have
been provided in this document. The system (both software and
Hardware) shall necessarily support scaling up in line with the traffic
volume provided in this section above and of the additional airports
expected to be added in the near future, inter-alia meeting the SLA
requirements specified in the tender document.
S.N
o.
Airport Name
ANNUAL AIRCRAFT MOVEMENTS (IN NOS.)**
APR-MAR 2006-07
APR-MAR 2007-08
APR-MAR 2008-09
APR-MAR 2009-10
APR-MAR 2010-11
APR-MAR 2011-12
1 Chennai 99,775 1,15,865 1,15,911 110165 1,10,778 1,20,127
2 Kolkata 65,687 80,703 81,831 85,696 94,375 99,843
3 Ahmedabad 25,754 34,597 31,678 33,753 34,686 40,506
4 Guwahati 19,071 24,445 25,162 26,251 26,941 28,088
5 Thiruvanatha
puram 18,693 24,083 21,884 25,351 24,869 27,239
6 Pune 16,180 17,138 19,188 21,622 21,764 27,110
7 Jaipur 10,548 18,344 17,010 18,458 14,989 18,603
8 Calicut 13,105 15,263 19,432 17,615 16,690 16,150
9 Mangalore 5,912 9,362 11,120 10,546 9,431 9,363
10 Tiruchirapalli 3,143 5,128 6,151 7,225 7,230 9,583
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 134 of 487
15.2 Bidders shall make their own assessment based on the solution they offer
as per AAI requirements and shall provide un-priced itemized Bill of
quantities for all the items in the Technical Bid indicating the item
description, make, model of the products offered. The technical Bid
should only contain un-priced deliverables and shall not indicate any
commercial offer. The financial implications of such bill of quantities
shall be part of the Financial Bid. Failure to provide un-priced
itemized Bill of quantities shall result in rejection of the bid of the
bidder.
15.3 AAI expects the solution to enable centralized management and control
over its operations in respect of airports mentioned in scope of this
tender. The solution will integrate major processes at the airports by
being an event driven process chain. The solution shall have a central
integrated infrastructure to be shared by all users, thus contributing to
common Airport Operation. This will enable AAI to extract real time
flight information due to proper process alignments of AODB and other
systems which are part of the scope using a message bus.
15.4 The geographic scope of this project comprises of the following ten (10)
airports:
1. Chennai – Primary Data Centre
2. Kolkata – Secondary (Disaster Recovery) Data Centre
3. Ahmedabad
4. Calicut
5. Jaipur
6. Mangalore
7. Pune
8. Tiruchirapalli
9. Thiruvanathapuram
10. Guwahati
16. IT SOULTION & SERVICE MANAGEMENT REQUIREMENTS
16.1 AAI expects the following service areas to be included as part of the
overall scope of work of the Bidder:
1. Governance
2. Application Services
3. Infrastructure Services
4. Bandwidth
5. Training
6. Testing
7. Acceptance
8. Maintenance
9. Technology Refresh
10. Transfer Assistance
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 135 of 487
16.2 The following diagram provides a simplified view of the core in scope
solutions and services required for the multi airport engagement. The
Bidder needs to supply, implement and maintain all the required in scope
areas for the entire term of the contract.
16.3 The Main components of the solution includes:
(a) Implementation and management of an Airport operational database
(AODB), Resource Management System (RMS) and Flight
Information Management System (FIMS) which is capable of
serving multiple airports. This system shall serve as a centralized
information repository and management node to service operational
downstream systems and also manage and maintain historical data. It
shall be integrated with the applications running in AAI relevant to
airport management.
(b) Supply and implementation of a Reports Module which shall include
a Dashboard application. .
(c) Supply and implementation of Integration layers at each airport
which facilitates communication and data flows between the local
servers at each airport and the central airport systems.
(d) Implementation and management of a Network Infrastructure for the
AOCC and connection of different airport systems that fall under the
scope of work of this RFP. The network infrastructure will also be
able to provision multiple independent pools / groups in both an intra
and inter airport domain.
(e) Implementation and management of High availability Data centres at
Chennai (as Primary Data Centre) and Kolkata (as Disaster Recovery
Centre) to cater to the requirements of the infrastructure used for
implementing the solution.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 136 of 487
(f) Implementation and management of a Master clock solution that
ensures accuracy of time keeping for all the airports.
(g) Implementation and management of IT systems at Airport
Operations Control Centres at each airport.
(h) Provision and Management of MPLS-VPN with adequate Bandwidth
to connect each airport.
(i) Managed Services to ensure availability as per SLAs of the IT
systems deployed as part of this solution.
(j) Training of end users.
17. MANAGEMENT FRAMEWORK
17.1 The Bidder shall describe the governance model at various levels to
address topics such as overseeing and directing IT strategy, defining and
agreeing to business requirements, reviewing and approving IT strategy,
setting priorities, work authorization, ensuring outcomes and results are
achieved for the business, change control, measurement and metrics,
production control, reviewing operational performance on regular basis,
escalation process, dispute management, providing overall direction for
relationship, reviewing and monitoring other aspects of the relationship
as proposed.
17.2 The Bidder shall provide examples of how extensively the proposed
governance model has been deployed in similar projects, and of similar
scale.
17.3 AAI understands that it has accountability for the current IT Systems and
Architecture and any future changes, but expects the Bidder to make on
going architectural recommendations, as and when required, to realize the
Target IT Architecture.
17.4 In this context AAI shall expect the Bidder to describe and include an
Architecture Governance process which provides for timely and efficient
architectural changes and supports the spirit of joint accountability on the
Architecture.
17.5 The Bidder shall clearly describe the roles and responsibilities for AAI
and the Bidder in this regard. The Bidder shall describe how all the assets
associated with the provision of in-scope services, whether owned by
AAI or the Bidder, are accounted for throughout the contract duration.
17.6 The organisation and the minimum resources supporting required to
execute the governance process are mentioned in this document.
17.7 The Bidder also needs to assure AAI of a strong management framework
to govern the stated requirement over the period of the contract.
17.8 The Management framework is expected to address the following areas:
1. Governance
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 137 of 487
2. Program Management
3. Project Planning and Control(s).
4. Project timelines
18. GOVERNANCE
18.1 This project requires due adherence by Bidder to its obligations of IT
services deliverable over the term, for the effective implementation of the
same. The governance structure and process as outlined herein shall
facilitate the Bidder‟s achievement of its obligations, and AAI‟s
provision of assistance. One of the primary goals of the governance
process is ensuring transparency and free information flow between AAI
and the Bidder is to maintain trust and good working relationship.
18.2 The governance structure and process is to accomplish and direct:
1. The Bidder aligns its efforts and deliverables towards achieving
effective implementation over the term.
2. The results are consistent with AAI‟s expectations and objectives.
3. Effective establishment of a process for communication, escalation
and planning.
4. The development of the organizational relationship between AAI
and the Bidder for achieving AAI‟s IT goals and objectives,
business goals, performance measurements and improvements,
plans and strategies.
5. Effective operating protocols and an expeditious process for
resolving escalations and disputes, if any.
6. Periodic management review of the goals, objectives, and strategies
of both Parties under the Agreement.
18.3 The Bidder is required to provide a detailed description of the proposed
governance structure including
1. Roles and responsibilities of the parties,
2. Organizational relationships,
3. Operating protocols
4. Escalation processes.
The structure for all phases over the contract term is to be detailed out.
19. PROGRAM MANAGMENT
19.1 Program Management will include activities encompassing the overall
solution including infrastructure (hardware, network, and system
software) and application products and development. Various activities in
scope are, including but not limited to the following:
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 138 of 487
1. Creating and maintaining an overall program plan and schedule
2. Providing solution and services in the areas specified
3. Monitoring the schedule
4. Managing all dependencies
5. Coordinating with all suppliers for their respective services and
offerings; this shall include all hardware, infrastructure and
software suppliers and their respective offerings
6. Coordinating with the customer for necessary approvals and
decisions
7. Organizing periodic management committee meetings
8. Ensuring deployment of best practices of the industry
9. Providing periodic status reports
10. Resolution of issues
11. Risk Management
20. CHANGE MANAGEMENT
20.1 The Bidder shall explain the proposed mechanism whereby AAI business
changes will be supported continuously in the services provided. The
description shall include:
1. change process
2. frequency
3. roles
4. structure of changes and how handled
5. effectiveness assessments
21. OPERATIONAL CHANGES
21.1 Operational changes are essentially all changes arising out of or in
relation to the day to day operations of the IT Service Delivery
(“Operational Changes”). All Operational Changes are deemed to be
included within the scope. Bidders are required to explain the process via
which operational changes will be accommodated.
22. MAJOR CHANGES
22.1 Events may occur which were not envisaged and which cause a
significant impact to the Bidder‟s services. Examples of such events are
regulatory changes that create a significant structural change to the AAI
business or privatization. These would be considered as Major changes
and will be addressed through Governance
22.2 Bidders should outline the proposed change management process for
non-operational changes as well.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 139 of 487
23. PROJECT PLANNING AND CONTROL
23.1 All the IT works included in the scope of work shall be managed in
composite manner keeping a perfect unison with the building Works.
Project Management shall take care of the following points:
1. Planning respective projects
2. Ensuring compliance to AAI requirements
3. Design and development of application components wherever
needed
4. Ensuring quality assurance (validation and verification activities,
reviews)
5. Configuration management control for all 3rd party products and
bespoke development
6. Ensuring appropriate documentation (design documents, user
documents, operations manuals, etc.) availability for infrastructure
and application software.
24. PROJECT TIMELINES
24.1 The following high level rollout timelines specified in Section IV is
required to be met:
1. Within 5 months of the Contract award date the full solution needs to
be commissioned at Chennai (MAA).
2. Within the 8 months from the Contract award date, the solution needs
to be commissioned at Kolkata (CCU) along with Disaster Recovery
feature. Other 3 airports are also needs to be commissioned with in
this period.
3. The solution to be commissioned at the 5 remaining airports within a
period of 12 months from Contract award date. The Bidder is required
to prepare the schedule of implementation as per the readiness of
individual airports and also mutually agreed schedule with AAI.
4. Overall, 10 airports commissioned within 12 months of contract award
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 140 of 487
Note: Commissioned means that the solution is delivered, configured,
integrated with other existing systems, fully tested and available for
Production use by AAI trained staff.
25. APPLICATION SERVICES REQUIREMENTS
25.1 CUSTOMIZATION: The implementation of the various systems
requires that these be customized to meet AAI‟s business and technical
needs as described in this tender. The Bidder shall submit a detailed
document clearly explaining the functional details for each of the IT
system and sub-system to AAI. This document shall become the base for
scope to be carried out by the Bidder for IT systems or sub-systems.
25.2 STANDARD PRACTICES: Bidder shall use industry standard practices
and shall follow standard guidelines provided by OEM for customization
to the extent possible. In case of any deviation from such a practice,
Bidder shall duly inform in writing to AAI project manager for his
approval.
25.3 BASE DATA: The Bidder is also expected to create the base data for the
AODB/RMS systems. The Bidder is required to provide standard
configuration data for the following (this can be imported from another
installation if required):
1. Aircraft Types
2. Aircraft dimensions
3. Aircraft Registrations and names of Airline Operators in India (this
should be accurate as of the date of contract award)
4. Other relevant information, if any
AAI needs to be coordinated in creating the data for the remaining
elements such as:
1. Parking Bay identifiers and dimensions at each airport
2. Check-in Counters, Gates, Baggage Belts at each airport
3. Runways, taxiways, Terminals at each airport
4. Detailed Aircraft Operator information (e.g. Address, Billing details)
25.4 INTEGRATION PLATFORM: The systems at each airport require
integration with each other. The Bidder will be responsible for providing
the platform for integration and the framework for integration of all the
various systems being implemented at the airport(s). The AODB shall
integrate, through the integration layer, with the information from the
relevant airport applications in scope and shall provide a wide range of
information from /to any client user or system and distribution of selected
data via the information broker to any airport system.The integration will
include but not be limited to the following:
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 141 of 487
1. The solution set should provide Messages Server facility to
consolidate and share information across airports/terminals.
2. Ensuring full integration of all COTS components, systems and
existing AAI legacy applications specified in the tender.
3. The middleware solution should ensure integration with other
external systems at the involved airports.
4. Ensuring dissemination of information to appropriate users of the
same (e.g. ATC tower, pilots, other users); rules for information
dissemination will be defined during project execution
5. In case of any compatibility issues, the Bidder shall highlight and
suggest the necessary remedial steps and AAI will involve necessary
system providers/stakeholders for smooth resolution.
6. Integration Philosophy - An integrated environment shall be created
by having:
a. data network
b. Airport Operational Database (AODB) as an integrated
database for all the operational systems operating at all the
airport under the current scope for ease of exchange of
information
7. Systems for Integration (Note: Some of these systems do not exist at
all the involved airports): The Bidder shall undertake the
responsibility of integrating various systems, sub-systems and
applications offered as a part of this solution. These systems may
include:-
(a) Integration of the AODB with existing Public Address/
Voice (PAVA) System and Flight Information IVRS system
for automated announcements of Flights status, Gate
announcements & Departure/Arrival information
(b) PA system to be directly integrated with Fire Alarm system
(at all the airports which are in scope)
(c) Interface to AAI flight information web portal to provide
data for Periodic content refresh of Flights status, Gate
announcements & Departure/Arrival information
(d) Message server Interface to SITA text, AFTN and also
capture and publish weather information from AFTN
(METAR)
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 142 of 487
(e) Message server Interface to Air Traffic Management
System (ATM) automation Systems (provision for a RMS
screen at ATC and information pick up form ATM)
(f) Interface to AAI existing AIMS package
Traffic Billing information of cash customers to AODB
Flight information from AODB to AIMS
AIMS Integration to Reporting Module dashboard
(g) Airport Operational Dashboard
(h) Airport operational reports
(i) Integration to Visual Docking Guidance System (VDGS)
Aircraft details from AODB to VDGS
On-block, off-block details from VDGS to AODB
(j) Interface of proposed FIDS software solution
(k) Interface to CUTE and/or CUPPS feeding relevant data
For counter opening and closing data
(l) Interface to existing Baggage Handling System (BHS)
Flight schedule & updates information systems to
BHS
(m) First bag and last bag information for arriving flights to
AODB )
(n) Interface to existing Baggage Reconciliation System
(BRS)
Flight schedule & updates information systems to
BRS
(o) Interface to Fire Detection and Alarm system
Integration to AODB – for fire specific alarms which
would then pass this information to the RMS to
make the resource associated with that alarm
unavailable
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 143 of 487
26. INFRASTRUCTURE SERVICES REQUIREMENTS
26.1 The Bidder shall offer facilities management or managed services for the
infrastructure implemented to support the AOCC requirement. The
Bidder shall provide the following scope of services:
1. Systems Operations Services
2. Systems Security Services
3. Asset Management Services
4. Data Centre Build services
5. Data Centre Management Services
6. Network Management Services
7. End User Services
8. Common Processes
26.2 The Bidder shall deliver the services using appropriate tools as may be
required to manage, monitor and report on the service performance. A
brief description of each of these services is given below. The Bidder is
required to provide detailed compliance in its bid.
26.3 Systems Operations Services: The scope of the Systems
Operations Services includes monitoring and managing Machines that are
supplied under this tender. As part of this service, the Bidder is expected
to perform the following activities:
1. Operations management
2. Advanced Virtualization of the Server Environment
3. Storage and Data Management Services with Replication
4. Maintenance and Technical support services
5. Disaster Planning & Recovery Services
6. These services are expected to be deployed from command centre
located at airports. The service provided is required to set up this
command centre with all required infrastructure and tools.
26.4 Systems Security Services: The airport and its IT infrastructure
are critical assets and must be adequately protected. The scope of the
Security Services is to ensure an auditable and thorough security system
to ensure adequate levels of protection to the IT assets deployed as part of
this tender. As part of this service, the Bidder is expected to perform the
following activities:
1. Provide the following minimum IT Security Infrastructure:
2. Network Intrusion Prevention System (NIPS)
3. Server Intrusion Prevention System (HIPS)
4. Network Anomaly Detection System (ADS)
5. Unified Threat Management (UTM) Services
6. Desktop endpoint security
7. Web Security Infrastructure Assessment
8. User Management.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 144 of 487
26.5 Asset Management Services: AAI expects the overall AOCC
solution to be operational across ten (10) airports in India. As a result of
this geographical spread, it is important that all assets related to the
envisaged solution be accurately updated within an asset register. This
will facilitate appropriate actions like maintenance, replacement and
audits on the deployed assets. AAI expects these activities to be
provided as part of the scope of Asset Management Services. As a
number of software licenses are also expected to be deployed as part of
the solution, AAI also expects that software license management will be
covered as part of the asset management scope.
26.6 Datacentre Build Services: The Data Centre Build Services will
cater to building a data centre with the following minimum features:
a. Data Centre of Tier III or above classification like features such as
energy efficiency, capability to support critical technology and
business needs.
b. 100 Sq.Mt. raised floor, each at the Chennai & Kolkata airports, with
a provision to extend it further to 200 Sq.Mt. of the raised floor area.
26.7 Datacentre Management Services: Data Centre Management
Services define the activities associated with the administration of
dedicated hardware facilities, including raised floor rooms, server
rooms, labs and network closets
1. Integrated Infrastructure Management Services
2. Network Operation Centre
3. Data Centre Infrastructure
26.8 Network Management Services: Network Management is the
process used for the installation, administration, maintenance,
monitoring, troubleshooting, restoration, and documentation of network
devices that are part of the scope of current NIT.
Some of the details are:
1. WAN (MPLS Network Services at all the airports each with a
bandwidth of 2 Mbps each from 2 different service providers from
two different routes at last mile i.e One Link should be redundant to
other; and also these two links should be from two different Service
Providers and these two links should have two different paths
altogether).
2. The mode of network connectivity between Service Provider MPLS
VPN Cloud to Chennai Data Centre should be on Fibre Optic
Cables.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 145 of 487
3. The mode of network connectivity between Service Provider MPLS
VPN Cloud to Kolkata Disaster Recovery Centre should be on
Fibre Optic Cables.
4. The mode of network connectivity from other airports to MPLS
Cloud should be Fibre Optic/Copper Cables or CDMA/3G or RF.
Other modes including VSAT as the last mile will not be accepted.
5. Dedicated WAN (Leased Line) between Chennai and Kolkata of
bandwidth 8 Mbps each from two different service providers with
two different routes at last mile for high availability of AODB
redundant connections i.e. there should be two point to point links
between Chennai Datacentre and Kolkata Disaster Recovery
Centre. These two links should be from two different Service
Providers and links should be from two different paths altogether
between Chennai Datacentre and Kolkata Disaster Recovery
Centre.
6. Fully redundant LAN & WAN Services connecting the systems
that have been provided as part of this project at all airports. The
project shall include:
a. Network Integration Services.
b. Network Admin and maintenance for the solution provided as
part of this project.
c. Structured Cabling & Network Infrastructure for AOCC and
connection of airport systems installed at all airports as part
of this project.
d. Encryption across WAN
e. Infrastructure protection is required to protect the
infrastructure itself
7. Core/Distribution layer (Redundant mode)
8. Access Layer (Standby path)
9. Server Access Switches (Redundant mode)
10. DMZ Switches (Redundant mode)
11. Test and Development switches.
26.9 End-User Services: The broad scope of End user services is to
provide support services to the IT users in the in-scope airports. These
services are expected to ensure a consistent and high-quality computing
environment for the IT users. To facilitate such an environment, some of
the components of this service are:
1. Customer Service Desk
2. Software Platform Management Services
3. Desk side support
26.10 Common Services: The bidder is expected to bring in industry
standard processes like ITIL to deliver the services required to operate
and maintain the AOCC solution. These processes constitute the scope of
common services. The vendor institute management and control
processes whereby the entire in-scope IT infrastructure shall be
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 146 of 487
monitored and managed. The Service Provider is expected to report on
the operations on the basis of these processes for various performance
measurement metrics.
The key processes to support each of the service categories defined in
this tender are:
1. Incident management
2. Problem Management
3. Change Management
4. Performance management
5. Capacity Management
6. Configuration Management
7. Availability Management
27. BANDWIDTH REQUIREMENTS
27.1 MPLS and internet bandwidth reflected in the tender are minimum and AAI
expects the Bidder to recommend the bandwidth required to connect the
individual airports, as part of the solution proposal.
27.2 In case the Bidder, does not have the ISP license to resell bandwidth, AAI
will facilitate a tripartite agreement to provision the necessary bandwidth.
27.3 As network connectivity is fairly well established in India, the bandwidth at
each of the airports is expected to be terminated on Ethernet. In addition,
AAI expects the bandwidth to be able to support all traffic between the
various airports including AODB/RMS and replication.
27.4 If at some location Network Bandwidth Service Provider provides last mile
through other WAN service providers, the total responsibility of Liaising,
commissioning, maintaining the link including all the commercials involved
should be taken care by the Network Bandwidth Service Provider.
27.5 The Network Bandwidth Service Provider should have capability to run
IPV4 and IPV6 (dual stack) on MPLS VPN links from day 1. Upgrade to
IPV6 if required will have to be without any extra cost to AAI
27.6 The uptime required by AAI from MPLS Cloud to Chennai Datacentre is
99.75% monthly.
27.7 The uptime required by AAI from MPLS Cloud to Kolkata Disaster
Recovery Centre is 99.75% monthly.
27.8 The uptime required by AAI from other airport locations to MPLS Clouds is
99.5% monthly.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 147 of 487
27.9 The uptime required by AAI for Point to Point Link from Chennai
Datacentre to Kolkata Disaster Recovery Centre locations is 99.95%
monthly.
27.10 Uptime (in %) = Total no. of Hours in a Month - Total Downtime (in
Hours) in a Month *100/Total No. Of Hours in the Month
27.11 The Latency between Chennai Datacentre and Kolkata Disaster Recovery
Centre should not be more than 50 ms and between Chennai
Datacentre/Kolkata Disaster Recovery Centre and other airports should not
exceed 120 ms when tested with a ICMP packet size of 1024 Bytes.
27.12 The Bidder will be responsible for ensuring the bandwidth adequacy to
adhere and also the bandwidth uptime requirements specified above from
the Network Bandwidth Service Provider.
27.13 The Bidder quote total bandwidth cost for 7 years including all charges like
one time, recurring, tax etc.
27.14 The Bidder will be responsible for installing NMS software for monitoring
the WAN links such as Link Availability and link bandwidth usage and the
performance of the links. The Bidder‟s uptime/usage/performance report
will be final for payment purpose towards bandwidth.
28. TRAINING
28.1 Bidder shall provide training on IT applications provided as a part of this
project. Training shall include different level of coverage including
Operations Training, Maintenance Training, Configuration training etc.
1. The list of specific Training requirements for specific areas and
locations are listed in minimum Bill of material in the tender
document
2. In general, the coverage of training will not only include AAI
officials but also officials from other agencies including Airlines,
Security, Customs, and Immigration etc. as appropriate.
3. AAI will provide training infrastructure in terms of PC, Projectors,
space etc., for the training, however training material hand outs to
be arranged by the Bidder.
4. Bidder shall prepare the Training material and submit the same for
approval by AAI. Bidder shall also incorporate the
changes/suggestions provided by AAI. Approved training material
shall only be used for the training purposes.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 148 of 487
5. Bidder shall finalize the training programs in consultation with the
AAI officials after the award of work and shall arrange for the
training program in line with approved training plan.
6. The Bidder shall be required to organise following training for the
AAI personnel:
Levels of Training
1) Awareness Session – Business Function Heads & HOD‟s of
each Airport (To be conducted centrally) – SENIOR
MANAGEMENT (C Level) – 20-25 Persons, 1 Day Session
- This training is intended for the Senior Management of AAI
which includes Business Function Heads & HOD‟s of each
Airport. This training needs to be imparted at AAI CHQ
New Delhi. It is the responsibility of Bidder to deliver this
training. However, Bidder may deliver the training with the
help of their associated product/solution partners. Training
curriculum should be designed by the Bidder for all the
necessary application software, hardware and network
solution components and agreed by AAI.
2) Awareness Session – Business Function Heads & HOD‟s of
each Airport (To be conducted centrally) – MIDDLE
MANAGEMENT – 2 Batches for 20 persons each, 1 Day
Session
- This training is intended for the Middle Management of
AAI which includes Business Function Heads & HOD‟s of
each Airport. This training needs to be imparted at AAI
CHQ New Delhi. It is the responsibility of Bidder to
deliver this training. However, Bidder may deliver the
training with the help of their associated product/solution
partners. Training curriculum should be designed by the
Bidder for all the necessary application software, hardware
and network solution components and agreed by AAI.
3) Core Group Training - Operation Training (Subject Matter
Experts) {To be conducted centrally}
- This is the operation training for the Core Group of AAI
implementation team who are subject matter experts. The
core group will include process owners, operations
owners, Co-ordinators for data gathering and key users
from each airport. This training need to be conducted
centrally. Flight Crisis Management operations training
also need to be covered for the core group. It is the
responsibility of Bidder to deliver this training. However,
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 149 of 487
Bidder may deliver the training with the help of their
associated product/solution partners. Training will be in
areas such as configuration, report customization, etc.
4) Training shall be for different category of users which can be
classified as follows:
1. Process Owners
2. Operations Owners
3. Coordinating Data Gathering
4. Key Users from each Airport
5. Local Airport Users - User Level Training {At each
individual airport}
- This is the training for the End Users of AAI.
This training need to be conducted at each
airport location as per table Annexure VI
covering users from various streams, which
may include non-AAI users. These training
sessions will be required to be conducted
before the systems goes live at the respective
airports. Comprehensive guidelines on how to
accomplish tasks in AAI specific to AODB
and RMS, operational aspects must be
provided to these users. Given the large
number of end-users to be covered, need to
repeat training programs periodically post go-
live and the need to develop training
competency internally, AAI wants to adopt
“Train-The-Trainer” approach. In this context,
AAI expects the Bidders to provide necessary
training materials and methodology they
propose to take for training the end-users.
6. Key Users
a. Process Owners
b. General Users
7. Training for IT Department (At a central location)
- This is the operation training for the IT
department people and covers the areas like
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 150 of 487
system & database administration, operating
system, security & network management etc.
29. TESTING
29.1 The Tests to be carried out shall include but not be limited to the following:
29.2 The Bidder shall be responsible for the testing processes such as planning
(includes preparing test plans and defining roles and their
responsibilities), preparation (consists of preparing test specification, test
environment and test data) and execution (includes testing at various
levels like unit level, integration level, system level and production).
After mutual consultation with the AAI, the Bidder shall prepare and
submit a detail plan containing test schedule, test procedures & the
various performance parameters for testing as per industry standards &
best practices for conducting various tests, hereinafter referred to as the
“Test Plan”. Necessary instruments, automated testing tools,
consumables, personnel and other facilities required for conducting the
tests shall be arranged by the Bidder. All acceptance parameters as
agreed between AAI and the Bidder will be demonstrated during the
tests. The important performance parameters will be decided before
executing the testing.
29.3 Test plans will contain the followings:
1. Roles and responsibilities of test team
2. Approach to testing (Application as well as Infrastructure)
3. Functional testing
4. Security testing/ Penetration testing
5. User interface and reports testing
6. Performance and load testing
7. Test scenarios along with entry and exit criteria
8. Suspension and resumption criteria
29.4 The Bidder in consultation with AAI should prepare test scenario(s) for
various business areas. A test scenario when executed should fulfil a
business requirement as per the scope of business functionality.
29.5 Test scenarios shall include following:
1. Test Specification - In the test specification, the test cases shall be
specified. It shall consist of description of the input, process to be
executed and a prediction of output results.
2. Test Environment – Bidder to arrange various test environments as
needed for various type of testing activities such as unit testing,
integration testing, performance and load testing, etc.
3. Test Data - Test data needs to be prepared for testing at each stage.
The test data shall be prepared in such a way that it covers basic
path and every alternate path of the code. The basic path and
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 151 of 487
alternate paths are prioritized to capture relevant data. Tools can
also be used to generate test data.
4. The following testing steps to be followed for the application
testing. The Bidder expected to follow these steps.
i. User Acceptance testing
ii. Regression testing
iii. Performance testing & Load Testing
iv. Security testing
v. Recovery Testing
vi. Go-live Acceptance Testing
5. For Infrastructure components, preliminary acceptance tests and
final acceptance test needs to be performed.
6. In case of any functional changes are done in the application
system, regression testing needs to be performed before the changes
are deployed in the production system.
7. Once the High availability Setup is established between DC and
DR, Recovery testing need to be performed and DC-DR drill needs
to be conducted once in 6 months
30. ACCEPTANCE
30.1 Acceptance Certificate will be issued by AAI after successful execution of
testing for the infrastructure, AODB solution and other software
application.
31. ACCEPTANCE TESTING FOR INSTALLATION &
COMMISSIONING OF INFRASTRUCTURE
31.1 Acceptance tests shall be carried out for the following infrastructure
components for Data enter (Chennai & Kolkata) and the other airports
separately.
1. Data Centre equipments
2. Hardware equipments
3. Networking equipments including Security appliances
31.2 The above infrastructure components shall be collectively referred to as
“Infrastructure”.
31.3 Preliminary acceptance tests for Infrastructure components:-
1. Preliminary acceptance test shall be conducted individually for
the sampled Infrastructure components.
2. As soon as the installation of individual components with all its
auxiliary facilities including its final connections is completed,
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 152 of 487
AAI, jointly with the Bidder, shall proceed with preliminary
tests to check and ensure that all the units have been properly
installed and are fit to be operated. The Bidder shall be
responsible for any defective functioning/ workmanship, if any
and the resulting damages while conducting the test. Defects
found during the testing due to faulty installation shall be
rectified by the Bidder at his own cost and to the satisfaction of
Owner.
3. All Infrastructure components will be tested for 48 hours of
continuous working in confirmation to specifications of the
systems. The Bidder shall conduct commissioning test and
establish 100% satisfactory performance of the system supplied
by him during this period. If the test is interrupted due to any
reason attributable to the Bidder, the system has to be started
again for 48 hours continuous testing. Any
defect/malfunctioning found during this period shall be rectified
and defective part if any, shall be replaced immediately without
any extra cost to AAI. In such case, the commissioning test of
the system shall be demonstrated again for the next 48 hours on
a continuous basis.
4. Should the tested Infrastructure component or its system fail to
conform to the specification, AAI may reject the System, and the
Bidder shall within a period of 30 (thirty) days either replace the
rejected System, or make alterations as necessary so that it meets
the required performance, without any additional cost to the AAI.
5. As soon as the preliminary acceptance tests have been carried out
individually and the results are found to be satisfactory, AAI shall
issue the preliminary acceptance certificate for the individual
Infrastructure components which will be treated as completion of
Delivery milestone. The same are listed below. Such certificate
however shall be deemed to be on account and shall in no way
relieve the Bidder from the liabilities in respect of the work as a
whole.
6. Milestone A:
Data Centre delivery at Chennai - Completions of preliminary
test for DC build, Server, storage and network, end user
equipment and Commissioning of AOCC at Chennai
7. Milestone B:
Data Centre delivery at Kolkata & Completions of preliminary
test for DC build, Server and storage and network, DR
commissioning, end user equipment and Roll out of AOCC at
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 153 of 487
Kolkata. Networking and end user equipment at respective
airport and Roll out of AOCC at 3 airports.
8. Airport Mile Stones:
Networking and end user equipment at respective airport and
Roll out of AOCC at balance Five airports in the order as per
agreement with AAI
9. Final acceptance test for Infrastructure:-
1. After the issue of the preliminary acceptance certificate of the
sampled Infrastructure components, the Infrastructure shall be
ready for the final acceptance test to ensure the integrated
operation. The final acceptance test for the Infrastructure shall
be carried out during the Go-live acceptance test with the
proposed applications running so as to meet the standard of
performance parameters as agreed upon between AAI and the
Bidder.
2. The Bidder shall use all reasonable endeavours to promptly
remedy any defect and/or deficiencies and/or other reasons for
the failure of the final acceptance test of Infrastructure as
notified by AAI. Once the Bidder has made such remedies, it
shall notify AAI, and shall use all reasonable endeavours to
promptly carry out retesting of the System.
3. Upon the successful final acceptance test of the Infrastructure,
the AAI shall issue the final acceptance certificate for the
“Infrastructure”.
10. Acceptance Tests for proposed AODB solution and other software
application implementation:-
1. Conference room pilot tests of AODB solution shall be carried
out through solution prototype to check the fulfilment of
functional requirements configured as per accepted business
blue print. The prototype validation will go through multiple
iterations. The feedback provided to the Bidder after each
round of validation / conference room pilot must be
documented and signed off by AAI nominated users. Changes
to the solution must be presented to the users in next round of
solution validation or conference room pilot. This will be an
iterative process till the solution prototype is signed off as
acceptable by AAI.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 154 of 487
2. Conference room pilot test certificate shall be issued on
successful demonstration of all critical functional requirements
and at least 80 % of essential functional requirements as per
agreed blue print.
3. After finalizing the functional requirements through conference
room pilot test, individual application module/ unit will be
tested against the functional specifications. Upon completion
of the unit test, integration and system test will be performed
before going ahead with UAT (User Acceptance Test).
4. User acceptance Tests for the AODB solution and other
software application shall be completed by the Bidder as
specified in the Test Plan.
5. AAI shall deploy technical personnel/s to enable the Bidder
carry out its obligations with respect to various tests.
Production use shall not commence prior to the formal User
acceptance testing.
6. The User acceptance tests (and repeats of such tests) shall be
the primary responsibility of the Bidder, but shall be conducted
with the cooperation of AAI before the roll out of the AODB
and its associated applications in production environment, to
ascertain whether the System(s) conforms to the functional and
technical performance requirements. The User acceptance
Tests shall be conducted in accordance with the test scenarios
provided by AAI. At AAI‟s discretion, User Acceptance Tests
may also be performed on upgrades and new version releases
that are added or modified after user acceptance of the System.
7. User Acceptance Test shall be carried out for each identified
System of the AODB solution. In this event, the provisions in
the Agreement relating to the user acceptance Test, shall apply
to each such System individually, and user acceptance
certificate(s) shall be issued accordingly for each such System
of the AODB application. The issuance of user acceptance
certificates for individual Systems shall not relieve the Bidder
of its obligation to obtain a user acceptance certificate for the
AODB system as a whole once all Systems have been
implemented.
8. After successful completion of UAT, AAI will issue user
acceptance certificate to the Bidder.
9. After the release of the user acceptance certificates the Bidder
will ensure that the Project is rolled out for production
environment, hereafter referred to as “Go-live”, in accordance
with the timelines specified in the Project Plan.
10. AAI shall deploy the operating and technical personnel and all
materials and information reasonably required to enable the
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 155 of 487
Bidder to carry out its obligations under Go- Live as specified
in the Project Plan.
11. Once the UAT is performed considering the functional and
technical requirements of the system, performance and load
testing will also be carried out in a simulated environment
before the system is put into production. Any functional and
technical changes done in the application will undergo
regression testing before it is put into production environment.
12. Upon successful completion of the UAT, the system will be
put into production go-live acceptance testing. During go-live
acceptance testing, different modules of the application system
will be operated in an integrated environment. Upon successful
operation of the system in the production environment, Go-live
acceptance certificate will be issued.
32. MAINTENANCE
32.1 The bidder will maintain all the applications and the infrastructure for the
entire period of the contract with Technology Refresh as defined in Terms
and conditions in MSA of the tender document. The following are broad
classification:
1. Hardware maintenance
2. Software Maintenance
3. Data Centre Maintenance
4. End User Service
33. FRAMEWORK
33.1 Overall Architecture Framework
The overall architecture framework will be guided by the following
principles:
1. Multi Airports Management solution framework will have a
centralized AODB (Airport Operational Data Base) with shared
infrastructure which will act as a data planner and repository for
each airport.
2. Applications, systems and infrastructure are to be characterized as
service- oriented, component-based & reusable. The system will
be modular in design, operations and implementation.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 156 of 487
3. The Bidder is to ensure adoption of standards used by market
leading vendors and products, and adherence to industry standards
and open architectures. Systems are to be configured, developed,
or enhanced in such a way that business processes; application
and infrastructure services and data can be shared across multiple
airports and with potential business partners.
4. Application architectures must be highly granular and loosely
coupled. This is focused on loosely coupling systems compliant to
Service Oriented Architecture to facilitate application recovery.
This is to ensure that the failure of one component does not
cascade to others.
5. The applications must be capable of running in high availability
configuration and should be capable of using XML messages for
integrating with the common message based integration platform
6. Applications must be based on industry proven Integration
technologies and standards that are provided by the AIL. They
must be scalable in capacity and support the following integration
specifications:
a. Message Specifications including one or more of Web
Services (SOAP/HTTP, REST, JMS), JDBC, JMS etc.
b. Reliable Messaging
c. XML Specifications
d. Web Services Management / JMX Management
Specifications
7. The applications will access data through business rules i.e. the
applications must not access data directly without going through
APIs managed by business rules/ validation/workflow. Data
should be collected once and used many times.
8. The application portfolio and the IT infrastructure are to be
vertically and horizontally scalable and should be capable of
virtualization, to meet changing business and technical
requirements, thereby enabling AAI to be adaptable to change.
9. Applications need to be designed for manageability using
Enterprise Management System including the capability for
integration with the EMS deployed at Delhi. This needs to
encompass: scheduling, backup and recovery, application,
database and network infrastructure monitoring, tuning and
remote diagnostic management.
10. Irrespective of the Operation/ Outsourcing option adopted for
operation of the system, the ownership and physical possession of
the data will always remain with AAI.
11. Applications should have the capability to replace their security
and authentication with an enterprise wide authentication system
if necessary. The system will be able to grant specific access
rights to each login or group of logins, as per the business
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 157 of 487
requirement and policy of AAI with unique identify across the
enterprise system.
12. System will be required to maintain daily backups of the database
on reliable backup media like DAT drives, CDs, tape etc.
13. Bidder will deploy the system as per AAI‟s strategy of
maintaining online operational data and archival policy.
14. The EMS should have provision for network, application, and
database monitoring for performance management, tuning, and
remote control configuration management features with facility
for SLA report generation.
15. The EMS should allow for a graphical interface to view the
summary data in MIS reports. This would include trend graphs,
graphs indicating how much of the target has been met etc.
34. AOCC
34.1 An airport consists of large number of functional elements which are
required to work in a synergised manner for the efficient operations at the
Airport and for the safety of public, infrastructure and equipment. The
various types of operations that need to be controlled centrally are
Operations of ATCs, Runway Control for aircrafts, fuel vehicles,
cargo vehicles, passenger/crew vehicles etc, Ground Customer Services,
Ground Support Equipment Services, Catering, Cargo and Mail
Commercial, Building Management, Access Control at the Airport,
Surveillance System at the complete Airport, Public Address System etc.
These control centres coordinate with each other, staff in ramp area,
airside, landside, customer airlines, authorities, etc. by using many types
of communication equipment such as digital trunk radio, office
telephone, mobile telephone and teletype messages.
34.2 While each of these services may have their own Control Centres, there is
a need for a Centralised operation by integrating with sub-control rooms.
The proposed Airport Operations Control Centre (AOCC) will act as a
centralised command and control centre for the multiple operations at the
airport. The AOCC of an airport combines the vital non-ATC Airport
Operation functions into one cost-efficient centre that aids the airport
operator in the day to day management of the airport. The AOCC is
responsible for the provision, initiation and monitoring of procedures of
the airport as per the standard operating procedures (SOPs) defined.
34.3 The objectives of the AOCC include:
1. Overall view of the airport processes at a particular airport
2. Coordination and System Control Centres
3. Single Point of control for all stakeholders
4. Definition of Responsibility areas
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 158 of 487
5. Easy Cross Communication
6. Information availability for enabling Collaborative Decision
Making (CDM)
7. Technologically advanced system to sustain airport growth and
development
8. Service Level Management
9. Continuous Improvement of Processes
34.4 The AOCC will include the following stake holders:
1. The Airport Operation team
2. The Airlines
3. The Ground Handling agents
4. Government Agencies such as CISF etc
5. ATC
6. Other Service Providers
34.5 The AOCC shall be designed on the following operational basis:
1. Printers
2. Consoles for Workstations with Single/Dual monitors
3. Emergency phones with direct connection to the ATC Tower and Fire
Stations
4. Video wall with interface to mutiple systems installed in the control
room
5. Maps, drawings, NOTAMS
6. Provision for charging wireless sets at each console
7. Network provision at each console
8. Intercom connection to each of the primary positions in the AOCC
9. Contact with the Tower and all necessary vehicles such as “Follow Me”
10. Resource Allocation Functions including:
Stand/Gate
Bus Gate
Check-in Desk
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 159 of 487
Inbound Carousel
Outbound Bag belt/make up
11. Apron Control Functions including:
Airside Inspection Unit
Safety Management Reporting
Ground Radar
VDGS monitoring for on/off block signals
FIMS
Baggage Handling System control screen
12. Flight Management including:
Schedule Management and control (long term and roll out to
operational period)
Updates to FIMS/AODB
Approach radar position
Weather monitor
Gateway output for:
SITA Text
AFTN
ATC
13. VHF Monitoring station to monitor ATC Tower and aircraft
communications
14. View of each type of FIDS monitor output, arrivals, departures,
carousel, tug driver information, boarding gate, check-in information
etc.
15. Help Desk for Airport wide support. The help desk will be
responding to non-public requests for help and assistance.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 160 of 487
16. The bidder as a part of design for AOCC bidder shall provide the
following:
Desktop PC/Servers for various systems
Workstation/Server furniture
Video Walls/Displays – wherever specified
UPS for Video wall/Displays
UPS for Desktop PC/Servers for various systems
Printers machines
Internal cabling Network points
Lighting for control rooms
17. The following will be provided by AAI as part of the AOCC work.
Air-conditioning
Raw Power & Electrical cabling as per requirement
Any civil work associated with the control centre
18. The AOCC is expected to have the following sub centres (the
requirement of actual sub centres at respective airports will be
finalised with AAI) :
Apron Control
Airport Operation Control Centre (AOCC)
Operation Management Centre
Resource Management System
Flight Slot and Scheduling Centre
Building Management Centre
Airport and Flight Safety Control Centre
Flight Information and PAVA Control Centre
Network Operation Control (NOC)
34.6 The bidder will provide the IT systems infrastructure and support
required for the operation of the various Controls Centres / sub buildings/
areas at the airport. To improve inefficient communication among
departments, which cause delay in information exchange and high
possibility in inaccurate descriptions, each airport requires a dedicated
Communication System to achieve the optimum performance.
34.7 The AOCC provides Command and Control (C&C) capability to the
airport stakeholders to allow Collaborative Decision Making (CDM).
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 161 of 487
34.8 CDM is a key philosophy driving innovation into the complex and
dynamic operational environment faced by airlines, airports, ground
handlers and ATC.
34.9 The objective of the Airport CDM project is to improve the overall
efficiency of operations at an airport, with a particular focus on the
aircraft turn-round procedures. This is achieved by enhancing the
decision-making process by the sharing of up-to-date relevant
information and by taking into account the preferences, available
resources, and the requirements of those who are involved at the airport
(such as airline operators, air traffic control, handling agents, and the
airport management).
34.10 The exchange and sharing of timely and accurate information between
partners are facilitated through a common platform to achieve common
situational awareness. The following requirements are envisaged in CDM
environment:
a. Data Requirements:
AODB flight schedule data
ATC flight plan
Resource allocations
Estimated, target and actual times
Flight status information
b. System Requirements
Joint workspace of CDM stakeholder representatives
Defined Interfaces
Data links to databases (AODB)
Data updates
Receiving & sending messages and alerts
34.11 Bidder to offer AOCC collaboration solution based on server / client
architecture to allow connections in a networked environment to a
multitude of sources such as networked desktops, Intranet, Internet,
applications, streaming videos etc., and these sources can be viewed on
displays with network connections.
Provision of AOCC is in scope for all airports in this tender.
No. Of Positions Required for AOCC
Chennai & Kolkata 30 each
All other airports 10 each
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 162 of 487
Key board, Video- Mouse (KVM) switches to be provided in the
workstation set up to enable a single keyboard and mouse to
communicate with each of the workstations at the AOCC.
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 163 of 487
34.12 AOCC Systems Dependency Matrix
The following table lists the generic dependency between AOCC functionality and IT systems providing the same. Where
the functionality is to be provided by external system, the system scope is listed as ES (External) and the systems in scope
of this tender is given as IT.
Functionality / System C&
C S
yst
em
AO
DB
/ F
IMS
RM
S
Vid
eo W
all
Slo
t
FID
S
Tel
eph
on
y /
In
terc
om
Mast
er C
lock
BH
S
BM
S
CC
TV
PA
VA
Tru
nk
ed R
ad
io
Gro
un
d /
Ap
pro
ach
Rad
ar
VD
GS
Wea
ther
SIT
A /
AF
TN
/ A
TC
Gate
way
VH
F R
ad
io
NM
S
Scope of System IT IT IT IT ES ES ES ES ES ES ES ES ES ES ES ES ES ES IT
Apron Control X X X X X X X X X X X
Operations Management X X X X X
Flight Management X X X X X X X X X X X X
Building Management X X X X X
Airport & Flight Safety X X X X X X X X X X X X X X
Flight Information &
PAVA
X X X X X X
Network Operations
Control
X X X X
Command & Control
(AOCC)
X X X X X X X X
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 164 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
34.13 AOCC Systems information Flow Matrix
The following table lists the information exchanged between IT systems in the AOCC C&C application in order to provide
a CDM environment.
Interfacing System Information exchanged Remarks
CCTV Alarms and CCTV feed C&C application highlights alarms
received from CCTV and displays relevant
CCTV feed on the AOCC console
BMS Alarms C&C application highlights alarms
received from BMS.
AODB Flight alerts C&C application creates incidents based
on configured flight alerts.
34.14 AOCC Physical Systems Integration
These systems support the AOCC CDM environment by physically integrating with the AOCC workspace (via the KVM
infrastructure or otherwise) as described below. This will allow the AOCC operator to have a view of the application on
their workspace, but there will not be exchange of data with these applications and C&C application
IT System Integration mechanism
RMS RMS client application will be integrated into the relevant AOCC console by sharing the workspace KVM
infrastructure and the video wall output.
FIDS FIDS client application will be integrated into the relevant AOCC workspace by sharing the workspace
KVM infrastructure and the video wall output.
BHS BHS client application will be integrated into the relevant AOCC workspace by sharing the workspace
KVM infrastructure and the video wall output.
PAVA PAVA client application will be integrated into the relevant AOCC workspace by sharing the workspace
KVM infrastructure and the video wall output.
Telephony/Intercom The analog telephones will be integrated into the AOCC workspace.
Video Wall The AOCC workspace workstations will be integrated with the Video Wall in order to project their screen
onto regions of the video wall.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 165 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
IT System Integration mechanism
AODB/FIMS AODB/FIMS client application will be integrated into the relevant AOCC workspace by sharing the
workspace KVM infrastructure and the video wall output.
Slot Slot client application will be integrated into the relevant AOCC workspace by sharing the workspace
KVM infrastructure and the video wall output.
BMS
BMS client application will be integrated into the relevant AOCC workspace by sharing the workspace
KVM infrastructure and the video wall output.
VHF Monitoring The VHF receiver will be integrated into the AOCC workspace
Ground/Approach Radar Radar client application will be integrated into the relevant AOCC workspace by sharing the workspace
KVM infrastructure and the video wall output.
VDGS VDGS client application will be integrated into the relevant AOCC workspace by sharing the workspace
KVM infrastructure and the video wall output.
SITA/AFTN/ATC
Gateway
Gateway client application will be integrated into the relevant AOCC workspace by sharing the
workspace KVM infrastructure and the video wall output.
Weather Weather application will be integrated into the relevant AOCC workspace by sharing the workspace KVM
infrastructure and the video wall output.
CCTV
CCTV client application will be integrated into the relevant AOCC workspace by sharing the workspace
KVM infrastructure and the video wall output. This will be in addition to the information exchange
described in above section.
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 166 of 487
34.15 Apron Control
This sub-centre is responsible on the day of operation (using a combination of
scheduled and estimated/actual flight timings) to
1. allocate parking bays and aerobridges to planned flights
2. match incoming/outgoing flight pairings
3. record landing, on-blocks, off-blocks, airborne times
4. record aircraft registration
5. amend planned bay allocation and flight pairings in real-time as
appropriate
6. record towing/shifting of aircraft
7. ensure data captured in timely manner
8. liaise with ATC, Airlines, other stakeholders as appropriate
Refer Annexure VII for details on the Apron Control functional requirements
34.16 Operation Management Centre
This sub-centre is responsible before the day of operation to Plan the use of non-
human resources at the airport in an effective and timely manner using the
scheduled flight timings taking into account the airport, airline, handling agent and
other stakeholder preferences. Such resources may include (but are not limited to):
1. Check-in desks
2. Boarding Gates
3. Baggage Arrival Belts
4. Issue a resource allocation plan at pre-determined intervals to the relevant
airport stakeholders
5. on the day of operation, adjust the allocation of the above resources as
necessary to reflect the live operational requirements and communicate the
same to the concerned stakeholders
Refer Annexure VII for details on the RMS functional requirements.
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 167 of 487
34.17 Flight Information and PAVA Control Centre
This sub-centre is responsible to:
1. Monitor that departure flight information and customer instruction is
updated in an accurate and timely manner to ensure that its display on FIDS
devices is accurate. Such information includes but is not limited to STD,
revised departure times, check-in desk number(s), gate number, Security
Check or go to Gate instruction, destinations, flight cancelled, comment
where appropriate.
2. Liaise with ATC and other stakeholders as appropriate to monitor accurate
ETA is captured and updated in a timely manner. Also ensure flight arrival
information is accurate such as flight origin, cancelled where appropriate,
arrived etc.
3. Liaise with airlines, handling agents and other stakeholders as appropriate to
monitor that check-in open/closed and gate open/closed are correctly
recorded in a timely manner. This includes proactive monitoring of the
check-in and gate agents where they have access to a facility to record
open/closed.
4. Liaise with airlines, handling agents and other stakeholders as appropriate to
monitor that baggage arrival belts are correctly recorded in a timely manner.
This includes proactive monitoring of the appropriate agents where they
have access to a facility to record the same.
5. Monitor that all public address announcements are correctly carried out.
Maintain a manual override facility in case of problem.
6. Report technical problems when encountered
7. The offered solution shall provide separate consoles for Fire Control
Room and Operations Management Officials. Console meant for Fire
Control Room shall also have inputs from Airport & Flight Safety Control
Centre.
8. It shall provide access to updated Contingency plans to handle various
situations of urgencies and emergencies. The offered solutions shall
maintain history details of all the urgencies and emergencies handled at the
airport and shall provide suggested approach on the basis of
historicity of the events.
9. Bidder shall prepare a detailed process definition document explaining all
stages of the activities performed at Flight Information & Pava Control
Centre. Bidder shall also provide details how the automation process will be
adopted for these activities. Bidder shall also provide alternate work plan in
case of non-availability of the automated process
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 168 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
Refer Annexure VII for details on the Flight Information and PAVA Control
Centre functional requirements
34.18 Network Operation Control (NOC)
There will be a separate room for the NOC which will be used by IT staff and not
operational staff. This centre will be present only for Chennai and Kolkata. The scope
of this NOC will be for the AOCC network.
This sub-centre is responsible to:
1. Provide the computer network systems for each airport so that they are fit
for purpose and are able to sustain the future projected growth.
2. Monitor computer network systems to ensure smooth running of systems,
proactively look for problems and fix as appropriate so they do not develop
into a major problem.
3. Fix user-reported problems as they arise in a timely and effective manner
4. Maintain history of problems and fixes
Refer Annexure VII for details on the NOC functional requirements
35. Airport Integration Layer – Overview
(a) The connectivity infrastructure between the different systems at the central
location and between the systems at the local airports should be managed by
the “Airports Integration Layer” (AIL).
(b) AIL at the central location handles the integration between the Central
AODB/RMS and the other systems.
(c) It should be able to handle high volume events, owing to the constant
interactions among the other systems, and the operational information flowing
from the local airports from time-to-time. It should also support multiple
protocol transformations (standard and non-standard), to take care of
integration with varied set of systems in scope of the current requirements and
the systems which would be introduced later.
(d) Local AIL, should take care of integration within the systems present locally at
the airport. This should take care of the low volume messages flowing among
the systems, which are typically a few hundred in a day and should be able to
scale to high-volume requirements as and when new systems are introduced
locally at the airports.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 169 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
(e) Bidder should provide the list of high level data flows to interface with the
listed systems. As highlighted in the figure above, the systems to be integrated
are the following standard airport systems:
1. AODB
AODB is a system which includes all the airport operations related data,
including resources management at various levels.
2. Aviation Message Server
Aviation Message Server is an event based message server which collects
and publishes events from telex sources.
3. AIMS - Central Billing
AIMS (Aeronautical Information Management System) Is the financial
system at the AAI Headquarter at Rajiv Gandhi Bhawan, New Delhi
which takes care of all the financial operations.
4. Master Clock
Master Clock Is a precision clock that provides timing signals to
synchronize slave clocks as part of a clock network at multiple airports.
5. Web Portal
Portal is the web portal of AAI, for B2C and B2B operations over the
internet.
6. Performance Dashboard
Performance dashboard is the reporting tool to be provided for operational
and predictive analytics. Dashboard shall be provided both at the Airport
level and at the Central location for additional summary reporting.
Local Systems
7. FIDS
FIDS(Flight Information Display System) is a computer system used in
airports to display flight information to passengers, in which a computer
system controls mechanical or electronic display boards or TV screens in
order to display arrivals and departures flight information in real-time
8. PAVA
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 170 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
Public Address and Voice Announcement system (PAVA) is a facility
having a feature to make automated announcements based on received
data for flight and pre-defined scripts. There is also a manual override
facility for human announcements.
9. BHS
BHS(Baggage Handling System) is a type of conveyor system installed
in airports that transports checked luggage from ticket counters to areas
where the bags can be loaded onto airplanes. A BHS also transports
checked baggage coming from ramp to baggage arrival re-claim or to a
transfer area where the bag can be delivered for loading onto another
flight. BHS can be Manual or Automated.
Several airports in India are developing new Terminals that will have an
Automated Baggage Handling System. Whilst the supply of such a
system itself is outside the scope of this tender, there is a need for the
AODB to provide flight data in predefined format to the BHS at agreed
times.
The data flow could be two-way between the AODB to the BHS. AODB
to BHS dataflow will normally comprise the following:
1. flight schedules for the coming day/week/season
2. changes to schedule/flight data such as flight cancel, flight no-op,
extra flight etc
3. notification of the start/closure of check-in
4. periodic refresh of basic data such as airport codes, aircraft types,
airline codes
BHS to AODB dataflow if present will normally comprise the following:
1. baggage loading point for each flight departure
2. flight open for loading in BHS
3. flight closed for loading in BHS
The requirements for the dataflow between BHS and AODB and the
method of communication will be established during workshops with the
concerned airports after the contract is awarded.
10. BRS
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 171 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
Baggage Reconciliation System (BRS) is a system which reconciles the
passenger checked in bag details with the actual baggage being loaded to
the flight to ensure there are no mismatches.
Several airports in India are implementing Baggage Reconciliation
Systems. Whilst the supply of such a system itself is outside the scope of
this tender, there is a need for the AODB to provide flight data in
predefined format to the BRS at agreed times.
The data flow could be two-way between the AODB to the BRS. AODB
to BRS dataflow will normally comprise the following:
1. flight schedules for the coming day/week/season
2. changes to schedule/flight data such as flight cancel, flight no-
op, extra flight etc
3. changes to actual data fields such as ETA, ATA of incoming
flights, ETD, ATD, parking stand, gate, aircraft registration,
destinations on line of flight, etc
4. notification of the start/closure of check-in
BRS to AODB dataflow if present will normally comprise the following:
1. baggage loading completed
2. number of bags loaded
The requirements for the dataflow between BRS and AODB and the
method of communication will be established during workshops with the
concerned airports and BRS vendors after the contract is awarded.
11. Fire Detection and Alarm System
FDAS is a computer-based control system installed in buildings that
controls and monitors the Fire System. Typically there are facilities to
send alerts to pre-defined systems in certain pre-configured
circumstances.
12. AOCC
Airport Operations Control Centre is a room comprising stakeholder
representatives, pre-defined processes/procedures and IT systems that
monitors compliance to pre-defined KPIs and SLAs. The AOCC should
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 172 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
be able to monitor and control the entire airport activities apart from
ATC.
13. SOCC
Security Operations Control Centre is a room comprising security staff
that uses computer-based systems to monitor various activities related to
security and surveillance. SOCC can be part of AOCC but would
typically be kept in a separate room due to the sensitive nature of the
works.
Refer Annexure VII for Functional Requirements of AIL.
36. Proposed Architecture for Networking
36.1 The details given below should be treated as general guideline to implement and
deliver the state-of-art Datacentre and Airport Network infrastructure and services.
36.2 The Active Network Components at Chennai & Kolkata Airports in the new
terminal buildings have been installed recently and the network at both the airport is
three-tier Network System architecture: Core, Distribution and Access-stack to
cater as a common shared campus LAN for all stake holders in the airport terminal
including airlines. The Core switches to Distribution switches connectivity have
been provided on 10 Gb redundant and Distribution switch to Access have been
provided on 1 Gb single mode fibre optic. For high availability and resiliency
number of port in the Core and distribution layer switches have been distributed
across two different slots in chassis. The Core Switches are connected to different
distribution switches using 10 Gbps fibre links at wire rate. All the ports of Access-
Stack is 10/100/1000 supporting IEEE802.3af/IEEE802.3at POE/POE+ on each
port simultaneously. All the above network equipment such as Core, Distribution &
Access switch-stack, Routers, Firewalls etc are of Juniper Make and the Wireless
Controllers and Access points are of Cisco make etc.
36.3 Establishing the Airport LAN for AOCC purpose will be limited to joining the
above Airport LAN at Chennai & Kolkata with the proposed DC/DR for
Centralized Multi-Airport AODB network under this tender. However establishing
the Airport LAN and integration network at the airports other than Chennai and
Kolkata will be within bidders‟ scope.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 173 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 174 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
High Level Proposed DC/DR Diagram
MPLS Link from SP 1
MPLS Link from SP 2
Internet Link from ISP 1
Internet Link from ISP 2
Dedicated Async Replication Links to DR/DC
Existing Airport LAN Chennai/Kolkata
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 175 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 176 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
Indicative Proposed DC/DR Architecture Diagram
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 177 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 178 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
Indicative proposed Local Airport Architecture Diagram (other than Chennai & Kolkata
Refer Annexure VII for Functional Requirements of Networking Components.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 179 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
Additional Information for Bidders
A. Existing Application Portfolio
1. Airport Information Management System(AIMS) AIMS
AIMS is a web based application designed using J2EE environment. This
application is running at 45 airports at present and in the process of
extension to 31 more airports in future. There exists a separate instance
of AIMS for each and every airport. More than one servers are in use to
run these instances for various airports to share the load.
Servers used for application/web servers are Sun Servers with Sun
Solaris as operating system and Sun One as Web/App Server software.
Database used for the application is Oracle 10g.
2. Integrated Finance & Personnel Information System(IFPIMS)
This is an enterprise based application handling complete Finance and
Personnel portfolio of AAI. This is a web based application designed
around J2EE environment.
Servers used for application/web servers are Sun Servers with Sun
Solaris as operating system and Sun One as Web/App Server software.
Database used for the application is Oracle 10g.
For reporting requirements, Crystal Report server has been put in place.
3. GIS Based Land & Asset Management System(GLAMS)
GLAMS application has both Web Interface as well as Client Server
Architecture. Web Interface is used as access to application to AAI users
where as Client Server Architecture is used for management of MIS data
into the applications. There exist a GIS Interface also for managing GIS
features for the application.
Web based interface and client server architecture has been designed
around .Net with Microsoft environment. GIS Interface is Geo Media
Software as GIS editing tool. Application has been launched using Geo
Media Web Server Software. Data base used for this application is
Microsoft SQL2005.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 180 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
4. No Objection Certificate Application System(NOCAS)
NOCAS is a web based application having GIS Interface. It has been
developed under .Net platform with MS SQL as Database. It is using Arc
GIS web server for GIS functions.
This software is used for calculations of height clearance for building
and mast being constructed in areas nearby airport.
5. Inventory & Maintenance Management Application
Package(IAMMAP)
This is an enterprise based application handling complete Finance and
Personnel portfolio of AAI. This is a web based application designed
around J2EE environment.
Servers used for application/web servers are Sun Servers with Sun
Solaris as operating system and Sun One as Web/App Server software.
Database used for the application is Oracle 10g.
6. On Line Project Monitoring System(OPMS)
This application has been designed around Microsoft Project 2003. This
application has both interfaces client-server as well as web based
architecture. Client-Server architecture is used for update of project by
AAI users both with in intranet as well as intranet, where as web based
interface is used for project review and analysis.
Database servers used for this application is Microsoft SQL2005.
7. Infosaarthee - an intranet portal designed around Microsoft Shared
Point Server
Infosaarthee – is an AAI intranet portal for AAI users. This portal is
available within intranet and is a web based application. This application
has been designed using Microsoft Shared Point Portal and using
Microsoft SQL2005 as database and Microsoft Rights Management
System for document control system.
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 181 of 487
B. Some Details of existing Airport Systems
Chennai
(MAA)
Kolkata
(CCU)
Ahmedabad
(AMD)
Jaipur
(JAI)
Mangalore
(IXE) Pune (PNQ)
Trichy
(TRZ)
Trivandrum
(TRV)
Guwahati
(GAU) Calicut (CCJ)
BMS
(Make,Mod
el,BoM ?
No.of Nodes
Reqd fm IT
Intranet ?)
Honeywell
Siemens
Nodes Reqd
2
Intl
Terminal Honeywell
Bacnet
Protocl
Node Reqd
18
New Dmstic
Tmls
Dep:Jhonso
n&Control
York
Arr:
Siemens
Siemens
Nodes
Reqd 2
Siemens
Nodes
Reqd 4
Siemens
Nodes Reqd
3
Siemens
Nodes Reqd
5
Honeywell
Nodes Reqd
7
Not Available Not Available
FIDs
(Make,Mod
el,BoM ?
Typ.of
Display
Flap/LCD
?
IP based
network?)
IDDS
IP Based
Flapt type:
1 20 line
8 10 line
2 8 line
57 2 line
12 1 line
24 32"
LCD 44
42" Plasma
Intl
Terminal
IDDS
IP Based
Flapt type
4 5 Lines
1 4 Lines
8 2 Lines
4 42"
Plasama 8
50" Plasama
1 46" LCD
4 CRT
Dmstic Tml IDDS
IP Based
Flapt type
8 10 Lines
1 8 Lines
1 3 Lines
14 2 Lines
Intl
Terminal Solari Udine
IP Based
2 10 Line
1 5 Line
30 32" TFT
LCD
14 42" TFT
LCD
New Dmstic
Dep 3 10
line Split
Flap
3 2 line Split
Flap
New Dmstic
Arr 1
10 line Split
Flap
7 2 line Split
Solari
Udine
IP Based
14 42"
LCD
28 32"
LCD
Solari
Udine
IP Based
2 10 Line
3 5 Line
16 46"
LCD
38 32"
LCD
IDDS
IP Based
6 10 line
8 LCD
Solari
Udine
IP Based
2 10 Line
2 5 Line
10 26" TFT
LCD
10 32" TFT
LCD
11 46" TFT
LCD
IVRS/SMS/
Voice
Synth/Web
Server Avbl
Solari
Udine
IP Based
4 10 Line
36 32" TFT
LCD
26 42" TFT
LCD
IDDS
non-IP Based
Flap Type
IDDS
IP Based
6 5 line
14 32" TFT
LCD
16 46" TFT
LCD
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 182 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
B. Some Details of existing Airport Systems
Chennai
(MAA)
Kolkata
(CCU)
Ahmedabad
(AMD)
Jaipur
(JAI)
Mangalore
(IXE) Pune (PNQ)
Trichy
(TRZ)
Trivandrum
(TRV)
Guwahati
(GAU) Calicut (CCJ)
6 42"
Plasama 7
50" Plasama
2 46" LCD
7 CRT
Flap
6 42"
Plasma
4 29" TV
Displays
FD
&AS(low)
(Make,Mod
el,BoM ?
No.of Nodes
Reqd fm IT
Intranet ?)
Appolo in
KDT &
link Bldg
Edwards
EST 3 in
AIT New
Domestic
Intl
Terminal
Appolo
Dom Trml
Edwards
EST 3
Intl
Terminal Edwards
EST 3
Node Reqd
03
New Dmstic
Dep Make:Notifi
er
Node Reqd
1
New Dmstic
Arr Make:
Honeywell
Node Reqd
1
Seimens
Nodes
reqd 1
Edwards
EST 3
Nodes
reqd 1
Edwards
EST 3
Nodes
reqd 1
Edwards
EST 3
Nodes
reqd 1
Edwards
EST 3
Nodes
reqd 2-3
Appolo
Optical/Ionizati
on type(60
series) Nodes
reqd Nil
Edwards
EST 3
Nodes reqd
1
FD
&AS(high)
(Make,Mod
el,BoM ?
No.of Nodes
Reqd fm IT
Intranet ?)
Not
Available
Not
Available
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 183 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
B. Some Details of existing Airport Systems
Chennai
(MAA)
Kolkata
(CCU)
Ahmedabad
(AMD)
Jaipur
(JAI)
Mangalore
(IXE) Pune (PNQ)
Trichy
(TRZ)
Trivandrum
(TRV)
Guwahati
(GAU) Calicut (CCJ)
PAVA
(Make,Mod
el,BoM ?
No.of Nodes
Reqd fm IT
Intranet ?
IVRS
Supported?)
Philips Intl
Terminal
Philips
New Dmstic
Dep Philps
Node Reqd
1
New Dmstic
Arr Bosch
Node Reqd
1
BOSCH
Node reqd
1 No
IVRS
support
Voice
Synth
input
support
Avbl for
AFAS
BOSCH
Node reqd
1 No
IVRS
support
Voice
Synth
input
support
Avbl for
AFAS
BOSCH
Node reqd 1
No IVRS
support
Voice Synth
input
support Avbl
for AFAS
BOSCH
Node reqd 2
No IVRS
support
voice synth
input
support avbl
BOSCH-
Praesideo
Node reqd 1
No IVRS
support
Voice Synth
Not Avbl
Philips
Node reqd Nil
No IVRS
support
BOSCH
Node reqd 1
No IVRS
support Voice
Synth input
support Avbl
for AFAS
CCTV(Mak
e,Model,Bo
M including
diff typ of
cameras &
qty? No.of
Cameras
with
encoders to
support IP
?)
New
Dom/Intl
Terminal Infinova IP
Camera
90 PTZ
481 Fixed
New Intg
Terminal Infinova IP
Camera
100 PTZ
500 Fixed
Intl
Terminal Panasonic
Camera with
encoders for
IP:Nil
15 PTZ
10 Fixed
Dom
Terminal
Make:
Ultrak
Camera with
encoders for
IP:Nil
12 PTZ
18 Fixed
Intl
Terminal Not
Available
New Dmstic
Dep Philps
20
Cameras(16
PTZ+4F)
Node Reqd
1
Not IP
enabled
Stge
Capacity
500 GB
Strage Prd
15 days
New Dmstic
Arr Bosch
24
Cameras(2P
TZ+22F)
Node Reqd
Not
Available
Not
Available
(a) New
Tmnl
BOSCH
VIDOS
Cameras
with
encoders for
IP:51(16PT
Z+25F) 2TB
storage 5
days period
(b) Old
Tmnl
INFINOVA
Cameras
with
encoders for
IP:43(16PT
Z+27F)
320 GB 8
days period
Not
Available
BOSCH
VIDOS &
VIDOS - 5
User/serverc
ontrol s/w
Cameras
with
encoders for
IP:76 Stge
Capacity 20
TB Storage
Period
depends on
No.of
Cameras
connected
Philips
11 PTZ & 03
Fixed camera
with encoders
for IP:Nil
BOSCH
37 cameras
ITB(22PTZ+1
5F 10
cameras
DTB(3PTZ
+7F)
Camera with
encoders for
IP:Nil
Storage 1.4TB
Storage Period
3 days(plans
to increase)
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 184 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
B. Some Details of existing Airport Systems
Chennai
(MAA)
Kolkata
(CCU)
Ahmedabad
(AMD)
Jaipur
(JAI)
Mangalore
(IXE) Pune (PNQ)
Trichy
(TRZ)
Trivandrum
(TRV)
Guwahati
(GAU) Calicut (CCJ)
1
IP enabled
Stge
Capacity
500 GB
Strage Prd
15 days
Details of
Airlines
OPR ?
20
Airlines
operating
both
domestic
&
internation
al
20 Airlines
operating
both
domestic &
international
14 Airlines
operating
both
domestic &
international
10 Airlines
operating
both
domestic
&
internation
al
4 Airlines
operating
8 Airlines
operating
6 Airlines
operating
both
domestic &
international
17 Airlines
operating
both
domestic &
international
11 Airlines
operating
13 Airlines
operating both
domestic &
international
CUTE/CUS
S
124
counters 130 counters
32 counters
International
Terminal
-1==14
and
terminal-2
==16
Not
Available
Not
Available
International
5 CUTE
International
4 Fixed
CUTE/ 5
Mobile
CUTE
Domestic
CUTE Nil
Not Available International
10 CUTE
apron/Bays/
RWY Bays 70
Rwy 2
apron 3
Bays 37(17
int, 15 dom
,5 cargo )
Rwy 2
apron 1
Bays 31
Rwy 1
apron 2
Bays 20
Rwy 1
apron 1
Bays 13
Rwy 2
apron 2
Bays 8
Rwy 1
apron 1
Bays 7
Rwy 1
apron 1
Bays 12
+7 (NIPTC)
Rwy 1
Apron 2
Bays 9
Rwy 1
Apron 2
Bays 12
Rwy 2
Apron 1
checkin
counter/Boa
rding
gates/Aerob
ridges/Bagg
age belts
Total
Check-in
Counters
Old Trml
91(46D+4
5I)
Aerobridge
Total Check-
in Counters
91(52D+39I
)
Aerobridge
4 (3D+1I)
Gates
Total Check-
in Counters
32
Aerobridge
4
Gates 6
Baggage
Total
Check-in
Counters
20
Aerobridge
2
Gates 4
Total
Check-in
Counters
20
Aerobridge
2 Gates 4
Baggage
Total Check-
in Counters
30
Aerobridge
2 Gates 4
Baggage
Belts 2
Total Check-
in Counters
16
Aerobridge
2 Gates 5
International
Total Check-
in Counters
21 including
Fixed/Mobil
e CUTE
Domestic
Total Check-in
Counters 24
Aerobridge 2
Gates 4
Baggage Belts 2
Total Check-
in Counters 21
Aerobridge 3
Gates 4
Baggage Belts
5
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 185 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
B. Some Details of existing Airport Systems
Chennai
(MAA)
Kolkata
(CCU)
Ahmedabad
(AMD)
Jaipur
(JAI)
Mangalore
(IXE) Pune (PNQ)
Trichy
(TRZ)
Trivandrum
(TRV)
Guwahati
(GAU) Calicut (CCJ)
8 (3D+5I)
Gates
12(6D+7I)
New Trml
124(62D+
62I)
Aerobridge
9(7D+2I)
Gates
15(11D+4I
)
9(7D+2I)
Baggage
Belts
7(4D+3I)
Belts 5 Baggage
Belts 3
Belts 3 Total
check-in
Counters 12
Aerobridge
1
BHS/BRS PTERIS
GLOBAL
Intl
Terminal X
BIS(
Heimann) 12
Nos
Dom Trml X BIS(
Heimann) 06
Nos
PTERIS
GLOBAL
Interroller
Engineerin
g Nodes
Reqd 1
PTERIS
GLOBAL
Nodes
Reqd 04
Interroller
Engineering
Nodes Reqd
Nil
Not
Available
PTERIS
GLOBAL
Not IP
enabled
Nodes Reqd
03
Gannon and
Dunkerlay
Nodes Reqd Nil
MH
Technology +
vandelande +
Interroller+
delite Nodes
Reqd 3
(Bidders to Note: For latest, Bidders may visit sites if they so desire as indicated in Para 77 of Section IV)
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 186 of 487
Annexure-I
ACCEPTANCE LETTER
(TO BE SUBMITTED IN COVER NO. "A")
To,
Executive Director (IT)
Airports Authority of India
Safdarjung Airport
New Delhi
Sub: Acceptance of Terms & Conditions of Tender
Name of Work : - “Name of the work as given in Schedule-A Sr. No. 1”
Tender No. : - “Tender No. as given in Schedule-A Sr. No. 2”
Dear Sir,
1. The tender document for the works mentioned above have been sold to me/us by Airports
Authority of India and I / we hereby certify that I / we have read the entire terms and conditions
of the tender document made available to me / us in the office of the General Manager (IT) ,
AAI, which shall form part of the contract agreement and I / we shall abide by the conditions /
clauses contained therein.
2. I / We hereby unconditionally accept the tender conditions of AAI‟s tender document in its
entirety for the above works.
3. It is clarified that after unconditionally accepting the tender conditions in its entirety, it is not
permissible to put any remarks / conditions (except unconditional rebates on quoted rates if any)
in the tender enclosed in Eligibility, Technical & Financial bids and the same has been followed
in the present case. In case any provisions of this tender are found violated after opening
Eligibility, Technical & Financial bids. I / we agree that the tender shall be rejected and AAI
shall without prejudice to any other right or remedy be at liberty to forfeit the full said earnest
money absolutely.
4. That, I /We declare that I/we have not paid and will not pay any bribe to any officer of AAI for
awarding this contract at any stage during its execution or at the time of payment of bills, and
further if any officer of AAI ask for bribe /gratification, I will immediately report it to the
appropriate authority of AAI.
Yours Faithfully,
(Signature of the Tenderer)
Date: __________________ with rubber stamp
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 187 of 487
PAGE LEFT BLANK
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 188 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
Annexure –II
FORM OF PERFORMANCE SECURITY (GUARANTEE)
BANK GUARANTEE BOND
(To be stamped in accordance with Stamp Act)
(The non-judicial stamp paper should be in the name of issuing Bank)
In consideration of the Chairman, Airports Authority of India [hereinafter called
”AAI”] having offered to accept the terms and conditions of the proposed agreement
between ………………………………
and
……..……..………………….. [here-in-after called “said IT Implementing Firm”] for
the works ……………………………………………….. [here-in-after called “the
said agreement”] vide Order no. ……………………………... Dated
…………………, having agreed to production of irrevocable Bank Guarantee for
Rs…… (Rupees……………….only) as a security / guarantee from the IT
Implementing Firm for compliance of his obligations in accordance with the terms
and conditions in the said agreement.
We…………………………. (indicate the name of the Bank) [hereinafter referred to
as “the Bank”] hereby undertake to pay to the Chairman, AAI an amount not
exceeding Rs…………………… (Rupees…………………only) on demand by AAI.
2. We…………………………(indicate the name of the Bank) do hereby undertake to
pay the amounts due and payable under this Guarantee without any demure, merely
on a demand from AAI stating that the amount claimed is required to meet the
recoveries due or likely to be due from the said IT Implementing Firm. Any such
demand made on the Bank shall be conclusive as regards the amount due and payable
by the Bank under this Guarantee. However, our liability under this guarantee shall
be restricted to an amount not exceeding Rs………….. (Rupees ……………………..
only).
3. We, the said bank further undertake to pay to the Chairman, AAI any money so
demanded notwithstanding any dispute or disputes raised by the IT Implementing
Firm in any suit or proceeding pending before any court or tribunal relating thereto,
our liability under this present being absolute and unequivocal.
The payment so made by us under this bond shall be a valid discharge of our liability
for payment there under and the IT Implementing Firm shall have no claim against us
for making such payment.
4. We……………………………(indicate the name of the bank) further agree that the
guarantee herein contained shall remain in full force and effect during the period that
would be taken for the performance of the said agreement and that it shall continue to
be enforceable till all the dues of AAI under or by virtue of the said agreement have
been fully paid and its claims satisfied or discharged or till Engineer-in-charge on
behalf of AAI certified that the terms and conditions of the said agreement have been
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 189 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
fully and property carried out by the said IT Implementing Firm and accordingly
discharges this guarantee.
5. We ………………………(indicate the name of the bank) further agree with AAI that
AAI shall have the fullest liberty without our consent and without effecting in any
manner our obligations hereunder to vary any of terms and conditions of the said
agreement or to extend time of performance by the said IT Implementing Firm from
time to time or to postpone for any time or from time to time any of the powers
exercisable by AAI against the said IT Implementing Firm and to forbear or enforce
any of the terms and conditions relating to the said agreement and we shall not be
relived from our liability by reason of any such variation, or extension being granted
to the said IT Implementing Firm or for any forbearance, act of omission on the part
of AAI or any indulgence by the AAI to the IT Implementing Firm or by any such
matter or thing whatsoever which under the law relating to sureties would, but for this
provision, have effect so relieving us.
6. This guarantee will not be discharged due to the change in the constitution of the
Bank or the IT Implementing Firm.
7. We…………………….(indicate the name of the bank) lastly undertake not to revoke
this guarantee except with the previous consent of AAI in writing.
8. This guarantee shall be valid up to …………..unless extended on demand by AAI.
Notwithstanding anything mentioned above, our liability against this guarantee is
restricted to Rs………… (Rupees ……………………..only) and unless a claim in
writing is lodged with us within six months of the date of expiry or the extended date
of expiry of this guarantee all our liabilities under this guarantee shall stand
discharged.
Dated the ………….(day) of……….. …. (Month), ……(Year)
For …………………………. (indicate the name of bank)
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 190 of 487
PAGE LEFT BLANK
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 191 of 487
Annexure –III
List of Support Staff with qualification background
Name of Work: - “Name of the work as given in Schedule-A Sr. No. 1”
Tender No.: “Tender No. as given in Schedule-A Sr. No. 2”
AUTHORIZED SIGNATURE _________________
NAME OF THE SIGNATORY ________________
NAME & ADDRESS OF THE TENDERER
OFFICIAL SEAL _________________ Date
__________________________
Sr.
No.
Name of the Employee Qualification Experience
(No. of years)
Date of
Joining the
Firm
Documents
Attached Educational Professional
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 192 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
PAGE LEFT BLANK
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 193 of 487
Annexure – IV
Details of Make & Models Offered against the Tender – to be submitted in the technical Bid
Name of Work: - Procurement of “Name of the work as given in Schedule-A Sr. No. 1”
Tender No.: “Tender No. as given in Schedule-A Sr. No. 2”
Sl. No.
Item Description Unit Qty. Chennai
Qty. Kolkata
Other Airports
Total Quantity
Make Model Offered
1. Database Server Nos 2 2 - 4
2. AODB, RMS, Enterprise & Network
Management Tools, Reporting Servers
Nos 12 12 - 24
3. Integration Servers, DHCP, AV, Web
publishing, AAA etc
Nos 10 10 - 20
4. Integration Servers, DHCP, AV, Web
publishing, AAA etc
Nos - - 24 24
5. SAN Useable 50 TB Nos. 1 1 - 2
6. SAN Switch Nos 2 2 - 4
7. Virtual Tape Library of useable 50 TB
with all Accessories
Nos. 1 1 - 2
8. Back Up Software Lot 1 1 - 2
9. Master Clock system (GPS based) &
Accessories
Nos. 1 1 - 2
10. Digital Clock Displays Nos 10 10 32 52
11. 24 Cubes (50”) Video Wall with
controllers & accessories
Lot 1 1 - 2
12. 3x2 LCD Display (Minimum 46”) with
controllers & Accessories
Lot - - 8 8
13. Operator Consoles with Furniture &
Accessories
Nos 30 30 80 140
14. Workstations‐Latest Config (with twin 21”
TFT monitors)
Nos 20 20 40 80
15. Workstations‐latest Config (with Single 21”
TFT monitor)
Nos 10 10 40 60
16. KVM Switch arrangement for workstations
as per site requirement
Lot 1 1 8 10
17. Laser Printers‐ Colour A4 Nos 3 3 8 16
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 194 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
Sl. No.
Item Description Unit Qty. Chennai
Qty. Kolkata
Other Airports
Total Quantity
Make Model Offered
18. Laser Printers‐ Colour A3 Nos 1 1 0 2
19. Laser printer‐Mono A4 Nos 8 8 18 32
20. Desktop UPS for workstations (1 KVA 20
min Backup)
Nos 30 30 80 140
21. UPS for Video Wall Lot 1 1 - 2
22. UPS for 3x2 LCD Displays Lot - - 8 8
23. Civil Works in AOCC room Lot 1 1 8 10
24. Electrical Works for AOCC room Lot 1 1 8 10
25. Fire Detection and Control System Lot 1 1 - 2
26. Fire Suppression System Lot 1 1 - 2
27. Access control System Lot 1 1 8 10
28. Rodent Repellent System Lot 1 1 - 3
29. Water Leak Detection System Lot 1 1 - 3
30. Building Management System Lot 1 1 - 3
31. Power Distribution System Lot 1 1 8 10
32. Earthing Lot 1 1 8 10
33. Lighting & fittings Lot 1 1 8 10
34. UPS Lot 1 1 8 10
35. Racks & Accessories Lot 1 1 8 10
36. Conduits, Raceways, Cable trays etc Lot 1 1 8 10
37. Civil Works (flooring/ door, interiors etc Lot 1 1 8 10
38. Precision Air Cooling / Air conditioners as
applicable Lot 1 1 8 10
39. VESDA Lot 1 1 - 2
40. Datacentre Monitoring and Management
tools
Nos 2 2 - 4
41. Structured cabling for Data Centre Lot 1 1 - 2
42. Electrical Cabling as per site requirement Lot 1 1
43. Core Switch (Switch Type I) Nos 2 2 - 4
44. Core Switch (Switch Type II) Nos - - 16 16
45. Access Switch Nos. 4 4 32 40
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 195 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
Sl. No.
Item Description Unit Qty. Chennai
Qty. Kolkata
Other Airports
Total Quantity
Make Model Offered
46. VPN Router (Type I) Nos 2 2 - 4
47. VPN Router (Type II) Nos - - 16 16
48. Replication Router Nos 2 2 - 4
49. Firewall Nos 2 2 - 4
50. Network IPS Nos 2 2 - 4
51. HIPS as per solution requirement Lot 1 1 8 10
52. Server Load Balancer Nos 2 2 - 4
53. Link Load Balancer Nos. 2 2 - 4
54. Cat 6 UTP structured Cabling components Lot 1 1 8 10
55. 6 Core SM OFC Cabling Lot 1 1 8 10
56. Wall Mounted Racks Lot 1 1 8 10
57. AODB License as per solution Lot 1 1 8 10
58. RMS License Lot 1 1 8 10
59. Integration Layer (IL) License Lot 1 1 8 10
60. Reports License Lot 1 1 - 2
61. Database License Lot 1 1 - 2
62. Replication Software licenses Lot 1 1 - 2
63. System Software with virtualization
capability as per solution
lot 1 1 8 10
64. EMS Software lot 1 1 8 10
65. Antivirus Server Software lot 1 1 - 2
66. Antivirus Client Software Nos 50 50 160 210
67. Office Productivity tools - MS Office Nos 50 50 160 210
68. System Integration and Implementation
Services
Lot 1 1 8 10
69. Facility Management Services –
Infrastructure
Lot 1 1 8 10
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 196 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
Sl. No.
Item Description Unit Qty. Chennai
Qty. Kolkata
Other Airports
Total Quantity
Make Model Offered
70. Facility Management Services - Minimum
Man Power requirement
Lot 1 1 8 10
71. Training requirement Lot 1 1 8 10
72. Dedicated
leased between
Chennai &
Kolkata (from 2
different ISP)
Mbps/p
er ISP
8 8 - 16
73. VPN at Chennai & Kolkata Mbps/p
er ISP 18 18 - 36
74. VPN at Other Locations Mbps/p
er ISP - - 16 16
AUTHORIZED SIGNATURE _________________
NAME OF THE SIGNATORY ________________
NAME & ADDRESS OF THE TENDERER
OFFICIAL SEAL _________________ Date ____________________________
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 197 of 487
PAGE LEFT BLANK
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 198 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
Annexure – V
FORMAT FOR INTIMATION OF FORCE MAJEURE OCCURRENCE
Information Technology Division,
New Admin Block, Airports Authority of India,
Safdarjung Airport,
New Delhi - 110 003.
Name of Work : - “Name of the work as given in Schedule-A Sr. No. 1”
Tender No. : - “Tender No. as given in Schedule-A Sr. No. 2”
Subject: Intimation regarding Force Majeure Case:
Sir,
Pursuant to Master Services Agreement Clause - FORCE MAJEURE, it is for your kind information
that a case of force majeure has since occurred. Details are given below:
Date of occurrence Detail of Incident Activity affected Likely Delay Requested
Extension
We are entitled to an extension in the date of completion as requested above. Bar Chart with revised schedule of activities is attached. Please approve the extension in the time. Evidence of the date of occurrence is also enclosed. It is certified that performance of the Contract has been interfered with. It is also certified that the incident has not occurred due to our own action and that there has not been any lack of action by us in preventing the occurrence. We are only claiming the extension in the date of completion of the activity (ies) and not claiming the loss incurred in the course of the incident.
Yours truly,
(Project Manager)
Enclosures:
1. Revised Bar Chart.
2. Evidence of the occurrence of the Force Majeure case (….. sheets)
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 199 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
PAGE LEFT BLANK
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 200 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
Annexure-VI
APPLICATION FOR EXTENSION OF TIME
Part-I
1. Name of the Contractor
2. Name of the work as given in the agreement
3. Agreement No.
4. Contract Amount
5. Date of Commencement of work as per agreement
1. Period allowed for completion of work as per agreement
2. Date of completion stipulated in agreement
3. Date of actual completion of work
4. Period for which extension is applied for.
5. Hindrances on account of which extension is applied for with dates on which hindrances
occurred and the period for which these are likely to last.
Sl
No
Name of
Hindrance
Date of
occurrence
of hindrance
Date of
over of
hindrance
Period of
hindrance
Overlapping
Period
Net
extension
applied
for
Remarks
if any
1 2 3 4 5 6 7 8
Total period for which extension is now applied for on account of hindrances mentioned
above.
Month Days
6. Extension of time required for extra work.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 201 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
12. Details of extra work and the amount involved:-
Total value of extra work Proportionate period of extension of time based
on estimated amount put to tender on account of
extra work.
(a) (b)
13. Total extension of time required for 10 & 11.
Submitted to the Project Manager___________________________.
Signature of Contractor
Dated
Part II
(For Official Use)
1. Date of receipt of application from _____________________________________
Contractor for the work of __________________________________ in the office of the
General Manager (IT) _____________________________________.
2. Recommendations of the project Manager as to whether the reasons given by the contractor
are correct and what extension, if any, is recommended by him. If he does not recommend
the extension, reasons for rejection should be given.
Dated: Signature of the Installation In-charge
(To be filled in by the Project Manager)
1. Date of receipt in the Office:-
2. Project Manager‟s remarks regarding hindrances mentioned by the contractor.
(i) Serial No
(ii) Nature of hindrance
(iii) Date of occurrence of hindrance
(iv) Period for which hindrance is likely to last
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 202 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
(v) Extension of time applied for by the contractor
(vi) Overlapping period, if any, giving reference to items which overlap
(vii) Net period for which extension is recommended
(viii) Remarks as to why the hindrance occurred and justification for extension
recommended.
3. Project Manager‟s Recommendations. The present progress of the work should be stated and
whether the work is likely to be completed by the date up to which extension has been
applied for. If extension of time is not recommended, what compensation is proposed to be
levied under Clause 32 of the agreement.
Signature of Project Manager
Signature of Accepting Authority
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 203 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
PAGE LEFT BLANK
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 204 of 487
Annexure-VII Technical Specifications & Compliance Statement
(As per relevant 8.1.2 of section-II of Tender Document)
The requirements listed below are the minimum specifications that are used for different components for which
bidders need to comply with.
1. Compliance of Bill of Quantity
Sl. No.
Item Description Unit Qty. Chennai
Qty. Kolkata
Other Airports
Total Quantity
Complied/Not Complied
Remarks
1. Database Server Nos 2 2 - 4
2. AODB, RMS, Enterprise & Network
Management Tools, Reporting Servers
Nos 12 12 - 24
3. Integration Servers, DHCP, AV, Web
publishing, AAA etc
Nos 10 10 - 20
4. Integration Servers, DHCP, AV, Web
publishing, AAA etc
Nos - - 24 24
5. SAN Useable 50 TB Nos. 1 1 - 2
6. SAN Switch Nos 2 2 - 4
7. Virtual Tape Library of useable 50 TB
with all Accessories
Nos. 1 1 - 2
8. Back Up Software Lot 1 1 - 2
9. Master Clock system (GPS based) &
Accessories
Nos. 1 1 - 2
10. Digital Clock Displays Nos 10 10 32 52
11. 24 Cubes (50”) Video Wall with
controllers & accessories
Lot 1 1 - 2
12. 3x2 LCD Display (Minimum 46”) with
controllers & Accessories
Lot - - 8 8
13. Operator Consoles with Furniture &
Accessories
Nos 30 30 80 140
14. Workstations‐Latest Config (with twin 21” Nos 20 20 40 80
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 205 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
Sl. No.
Item Description Unit Qty. Chennai
Qty. Kolkata
Other Airports
Total Quantity
Complied/Not Complied
Remarks
TFT monitors)
15. Workstations‐latest Config (with Single 21”
TFT monitor)
Nos 10 10 40 60
16. KVM Switch arrangement for workstations
as per site requirement
Lot 1 1 8 10
17. Laser Printers‐ Colour A4 Nos 3 3 8 16
18. Laser Printers‐ Colour A3 Nos 1 1 0 2
19. Laser printer‐Mono A4 Nos 8 8 18 32
20. Desktop UPS for workstations (1 KVA 20
min Backup)
Nos 30 30 80 140
21. UPS for Video Wall Lot 1 1 - 2
22. UPS for 3x2 LCD Displays Lot - - 8 8
23. Civil Works in AOCC room Lot 1 1 8 10
24. Electrical Works for AOCC room Lot 1 1 8 10
25. Fire Detection and Control System Lot 1 1 - 2
26. Fire Suppression System Lot 1 1 - 2
27. Access control System Lot 1 1 8 10
28. Rodent Repellent System Lot 1 1 - 3
29. Water Leak Detection System Lot 1 1 - 3
30. Building Management System Lot 1 1 - 3
31. Power Distribution System Lot 1 1 8 10
32. Earthing Lot 1 1 8 10
33. Lighting & fittings Lot 1 1 8 10
34. UPS Lot 1 1 8 10
35. Racks & Accessories Lot 1 1 8 10
36. Conduits, Raceways, Cable trays etc Lot 1 1 8 10
37. Civil Works (flooring/ door, interiors etc Lot 1 1 8 10
38. Precision Air Cooling / Air conditioners as
applicable Lot 1 1 8 10
39. VESDA Lot 1 1 - 2
40. Datacentre Monitoring and Management
tools
Nos 2 2 - 4
41. Structured cabling for Data Centre Lot 1 1 - 2
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 206 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
Sl. No.
Item Description Unit Qty. Chennai
Qty. Kolkata
Other Airports
Total Quantity
Complied/Not Complied
Remarks
42. Electrical Cabling as per site requirement Lot 1 1
43. Core Switch (Switch Type I) Nos 2 2 - 4
44. Core Switch (Switch Type II) Nos - - 16 16
45. Access Switch Nos. 4 4 32 40
46. VPN Router (Type I) Nos 2 2 - 4
47. VPN Router (Type II) Nos - - 16 16
48. Replication Router Nos 2 2 - 4
49. Firewall Nos 2 2 - 4
50. Network IPS Nos 2 2 - 4
51. HIPS as per solution requirement Lot 1 1 8 10
52. Server Load Balancer Nos 2 2 - 4
53. Link Load Balancer Nos. 2 2 - 4
54. Cat 6 UTP structured Cabling components Lot 1 1 8 10
55. 6 Core SM OFC Cabling Lot 1 1 8 10
56. Wall Mounted Racks Lot 1 1 8 10
57. AODB License as per solution Lot 1 1 8 10
58. RMS License Lot 1 1 8 10
59. Integration Layer (IL) License Lot 1 1 8 10
60. Reports License Lot 1 1 - 2
61. Database License Lot 1 1 - 2
62. Replication Software licenses Lot 1 1 - 2
63. System Software with virtualization
capability as per solution
lot 1 1 8 10
64. EMS Software lot 1 1 8 10
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 207 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
Sl. No.
Item Description Unit Qty. Chennai
Qty. Kolkata
Other Airports
Total Quantity
Complied/Not Complied
Remarks
65. Antivirus Server Software lot 1 1 - 2
66. Antivirus Client Software Nos 50 50 160 210
67. Office Productivity tools - MS Office Nos 50 50 160 210
68. System Integration and Implementation
Services
Lot 1 1 8 10
69. Facility Management Services –
Infrastructure
Lot 1 1 8 10
70. Facility Management Services - Minimum
Man Power requirement
Lot 1 1 8 10
71. Training requirement Lot 1 1 8 10
72. Dedicated
leased between
Chennai &
Kolkata (from 2
different ISP)
Mbps/p
er ISP
8 8 - 16
73. VPN at Chennai & Kolkata Mbps/p
er ISP 18 18 - 36
74. VPN at Other Locations Mbps/p
er ISP - - 16 16
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 208 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
2. Compliance of Detailed Components offered
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1. AIRPORT OPERATIONS DATABASE:
2. Mandatory Requirements:
3. The system shall manage 10 airports. Chennai (MAA) and Kolkata
(CCU) airports shall be included. Infrastructure should be scalable
to include expected additional airports in India in near future.
4. The system should be resilient and should be able to switch-over to
the failover system in the DR in case of a failure of the master
system in the DC
5. System should be upgradable within the Technology Refresh policy
described elsewhere. The upgrade should not result in a downtime
of the system and the routine upgrade should not take more than 1
hour for completion.
6. The Airport Operation Database System shall be proven in a live
operational environment at an airport with over 1500 physical flight
movements per day. The Airport Operation Database System shall
be proven in a live operational environment at an airport with over
120 aircraft parking stands. The solution provider shall be expected
to substantiate relevant details of the above requirements from an
existing AODB implementation site operational for at least the past
3 years.
7. The System shall provide an efficient method for importing batch
data that can update multiple flight records.
8. For bulk data received from different data sources like schedules for
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 209 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
e.g. the System shall provide a data compare facility to easily
highlight the changes/differences to the operator. Compare may be
against the data source and AODB or between two flight data
sources
9. General Requirements:
10. The AODB system is at the core of the overall solution architecture
and is required for the gathering of data from a diverse set of
systems that currently exist or the Airport may choose to implement
at a future data. The AODB will not be the long-term data
warehouse repository but will be used to collect, store, manipulate
and store current and near-future data to provide information to
assist the airport operator and its stakeholders.
11. The multiple airport AODB system with a central instance of the
database shall host the 10 airports and the architecture shall support
adequate scalability. .
12. The system shall identify and maintain a list of airports which the
system will manage.
13. The AODB shall comply with recommended ICAO, IATA, ACI
standards/guidelines, definition & requirements. This includes
relevant provisions of IATA, ACI and ICAO that are applicable to
AODB.
14. The AODB should be designed to be flexible, scalable and
adaptable to uses over a period of time to address the dynamic
nature of the business operations
15. The AODB should have the capability to be accessed over private
intranet or public internet networks via AAI provided VPN or
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 210 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
similar secure pipe. Suitable security precautions shall be utilized
such as SSL and all data messaging should be encrypted.
16. An administrator user shall have the ability to access data for a
particular airport where the system has been installed and not
restricted to users at a particular airport, for example users at
Chennai shall have the ability to access and manage Pune airport.
There should be a possibility to restrict this access through an
authorization mechanism
17. The AODB system should have a simple and intuitive user interface
18. The AODB system should be easy to administer and should be
compatible with the one or more of commonly available database
solutions available such as DB2, Oracle, MS-SQL etc.
19. The user interface, manuals and other documentation shall be in
English. Training shall be supplied in English language.
20. All software licenses shall be supplied as part of the subcontract
works. Renewable or subscription licenses shall not be used.
21. Functional Requirements:
22. Flight Scheduling Centre Functionality
23. The system shall provide schedule management for the individual
managed airports.
24. The system shall be capable to receive daily, weekly or seasonal
flight schedules from one or more schedule input files or data
sources in IATA SSIM format or SCORE or similar standard
formats such as csv or excel, each flight will be related („hosted‟) to
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 211 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
one of the managed airports.
25. The system shall facilitate the matching of incoming flights with
outgoing flights at an airport. It shall be possible to define rules or
template to apply a matching rule individually or across all flights
for a season (or within defined date range) split by day of week
26. The system shall be able to produce a report of planned resources
for a coming time period at an airport, for example as a Daily Plan
to be issued the night before the next day operation.
27. AODB Functionality:
28. Telex processing shall include capability to receive, process and
display relevant data for IATA/Airline Messages via multiple
sources like SITA network, AFTN messages in ITA-2/IA5 formats,
ATC interface, NOTAMs and METARs. IATA/AFTN format
airline messages from the SITA/AFTN networks will be processed
by the system, the system may need to update two flights on receipt
of a single message, a departure flight hosted at one airport and an
arrival flight hosted at another. An example of this is an MVT
message which may state Actual departure time from one airport as
well as the estimated arrival at another.
29. Information updates from all sources would update flights at all
relevant managed airports. For e.g. assuming a flight is between
two managed airports, the system shall use the actual time of
departure at the origin airport to realistically calculate the estimated
time of arrival at the destination airport. Also, a departure from one
managed airport will show the flight status as „Previous Station
Departed‟ at the destination airport. Similarly upon arrival at
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 212 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
destination airport, the flight will show „Next Station Arrived‟ on
the origin airport.
30. System shall support various standard capabilities of telex handling
including but not limited to a) detection/alerts for
errors/warnings/discontinuous sequences etc, b) priority based
handling when message for same flight is received from multiple
sources – such priorities being configurable/adjustable at run time,
c) rules that can be applied to any incoming message based on any
flight attribute to decide whether to auto process, block for manual
correction or discard the message, such rules being
configurable/adjustable at run time, d) Ability to view extracted
flight/message data and the raw message simultaneously e) rules
that allow data items to be transformed after being received from a
source before they are processed to AODB, f) Unambiguous flight
identification and processing messages which may have partial
information to ensure a high-rate of processed Telexes, g) GUI
features to quickly locate and handle a large volume of Telex and
also to view historic Telexes etc Each of the message
types/contents shall be processed appropriately based on its
applicability one or more of the hosted airports.
31. AODB shall include master data and also airport resource details
like airport codes, airline details, aircraft types, handling agents,
registrations, check-in desks, baggage belts, gates, runways and
equipment
32. System will audit & store ALL the changes made to the airport
operational database. For example changes like reference data,
operational data, security changes, real-time update etc
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 213 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
33. The AODB shall communicate with other pre-defined airport
systems via the Airport Integration Layer.
34. AODB shall be flexible to manage and contain all the key
information details like Seasonal Flight & Daily Schedules, aircraft
& ground movements, pairing of incoming and outgoing flights,
bay allocation, all resource information, runway, aircraft details
etc.
35. AODB shall archive data to an AODB Archive database, data
retention period to be configurable. Bidder is responsible to
provide both AODB and Archive AODB.
36. AODB shall be able to extract standard / ad-hoc queries, analysis
& reports by configuring / customizing the query / report
templates.
37. AODB shall be able to provide near real-time response time to re-
planning functionality for a specific flight to accommodate real-
time changes
38. AODB shall have a backup GUI to allow users to change resource
allocations when necessary e.g. emergencies like RMS module
unavailable or planned RMS maintenance.
39. System shall have facility to provide Staff Information Pages. Such
shall also be accessible via Tablets that have connectivity to the
AAI WAN where AODB is deployed.
40. Users shall have the option to set their preference to either IATA or
ICAO codes. The system would display airline / airport codes
based on the preference chosen.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 214 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
41. Users shall have the option to set their preference to either local
time or UTC. The system would display the times based on the
preference chosen.
42. Users shall have the option to set their preference for language of
operation. The system would interact with the user in the language
chosen.
43. The system should be able to track all data changes incrementally
and highlight them to the user as incremental changes. This
includes using a different color code on the screen against recently
changed flight fields that have changed instead of refreshing whole
screen, an event log of all changes to a flight in chronological
order, alerts to subscribed users of changed data etc So whenever
details of any flight like the actual time, route, registration number
or stand etc change in AODB, such changes are instantly updated
and highlighted on screen to user on the client GUI irrespective of
whether other users or system messages triggered such updates
44. It must be possible to assign certain authorized users charge of
special flights like VIPs etc and also make them subscribe to a
configured set of flight updates. The system should then force these
users to acknowledge when they have seen the subscribed changes
and also track these for Supervisory control. This allows
management to track if a user/group are reacting to special flight
handling situations in a timely manner. It should also be possible
for flights to be marked as important on a day-to-day operational
perspective
45. The system should allow special handling for VIPs in all modules.
This includes capturing relevant VIP Personnel details with
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 215 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
categorizations like VIP/CIP/VVIP, Contact details etc, associating
special services required by such VIPs, linking such VIPs to actual
flight movements and assigning a ranking, resource allocations
rules that are sensitive to such VIP ranking, capturing VIP
transactions data for billing and generating special reports relevant
to VIP data.
46. The system should allow the airport to maintain an “external”
status for a flight in addition to the usual flight statuses. These
external statuses would be usually shared with passenger facing
systems like FIDS/PA and are useful in operational situations
where the airline/airport wishes to convey a different message to
passenger community at large
47. The system should allow bulk update of special flight status like
delay, cancelled or diverted etc to a custom selection of flights in
one step. This would be used in handling abnormal situations like
bad weather or regulatory authority mandated operations that
impact a large number of flights.
48. User Access & Security
49. System shall have security features to provision the administrator
who shall be able to define various access rights /roles to users
50. The system shall have a security facility to ensure only authorised
personnel have access to the data, functions and applications.
51. The system shall have security facilities to restrict users to
particular flights at a particular terminal of a particular airport;
additionally the user may be restricted to particular data items of
particular flights, such as passenger information or parking stand
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 216 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
management information.
52. The system shall have security facilities to restrict users to
particular resources at a particular airport.
53. The same security facilities shall allow particular users with
relevant privileges to access all flights and all resources at all
airports.
54. An alerting system shall be provided to alert users of data issues
such as missing information on a flight that is about to arrive.
Alerts can be configured to be sent to users at a specific airport or
users at a central location. Alerts shall be subscription based,
support proactive and reactive alerts and can be received on Smart
Phones with necessary connectivity to AAI WAN where AODB is
deployed.
55. Similarly certain users shall be restricted to reporting information
pertaining to a particular airport or particular terminal or other area
of an airport, whereas other users shall have the ability to access
reporting information at all airports and shall have the ability to
compare operations and performance of one airport compared to
another.
56. It must be possible to define the various contracts between the
entities at the airport and restrict access to data in the AODB based
on these defined contracts. For instance, it should be possible to
define a ground handler (say for Air India) in the system and this
ground handler would only have access to Air India data. Such
access control features shall be identifiable with airline/handler
contracts at each given hosted airport so that a handler at one
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 217 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
hosted airport can have full functions access for an airline and its
marketing partners and same handler at another hosted airport has
view only access to same airline‟s flights and in a third hosted
airport same handler has no access to same airline‟s flights. Such
contracts based access control shall be configurable based on any
flight attribute for e.g. handler can handle only 747 of a particular
airline and shall protect access of all flight related
functions/modules in the system.
57. Reference Information
58. The Airport Operation Database System shall have extensive
airline information including:
Airline IATA and ICAO codes
Airline name
Automatic boarding control flag for gate open, boarding and last
call stages such flag being configurable based on different flight
parameters like domestic/international, terminal etc
59. Reporting Requirement (These requirements may be filled either
by the AODB itself or by the Dashboard facility. Other standard
reports should be available, these examples are indicative):
60. Users must have access to an online reporting tool that shall give
users the following reporting information which must show the
statistics split into all airports, all arrival, all departure and per
passenger or cargo terminal. The information must be available for
flights for the current operating day and for configurable periods in
the past:
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 218 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
Number of scheduled flights
Number of flights cancelled, diverted, arrival diverted to
different airport, departure diverted to different destination after
take-off), returned (departure return after airborne, departure
return after off stand, arrival returned back to origin), Long
staying aircraft etc
Average time flights are late
Average time flights are early
Average time from runway to aircraft parking stand
Average time from aircraft on stand to first bag delivered
Average time from first bag to last bag delivered
Average time from aircraft off stand to airborne
61. The Airport Operation Database to include extensive audit
facilities which must be accessible from users per flight including
the following data items:
All time updates including
time value
when it was applied
user or system time received from
Stand updates including
Stand allocations
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 219 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
Ground movements (Under own power or towed)
Stand hold warnings
Adjacent stand hold warnings
Aircraft registration updates including
when it was applied
user or system received from
Electronic messages including
Type of message
when it was applied
system received from
Load details including
Passenger numbers split by class (if available)
Weight of bags, mail and freight (if available)
Number of bags (if available)
62. Other Requirements
63. The system should be able to integrate through XML or other
industry standard formats to the Airport Integration Layer and the
other peripheral systems
64. The system should be scalable to address the needs of the growth
of the airports being envisaged for the scope of implementation.
The AODB should not require a substantial revision / re-
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 220 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
implementation of the core architecture to incorporate additional
airports.
65. The AODB shall be the central repository for operations data
related to schedule flight operations at the Airport. The AODB
functions shall include data storage, data distribution, schedule
management, maintenance of a central knowledge base, aircraft
movement tracking, and resource utilization data for report
generation or ad hoc query capability. The AODB shall support
rule-based transaction and event management.
66. The AODB shall provide overall data integrity and accuracy.
Applications requiring real-time operational data regarding flights,
aircrafts and resources shall obtain the data via the AODB services.
67. The AODB shall have the capability to integrate with a SOA
framework provide by AIL and allow updates and changes to
services easily without adversely impacting performance or
requiring equipment replacements.
68. The AODB shall support the integration of other applications in an
open systems environment.
69. The AODB shall provide functionality to capture seasonal, 48-hour
and real-time flight schedule information to be used for planning.
70. The AODB shall automatically roll down the schedule into a daily
schedule for operational planning and management.
71. The AODB OS shall synchronize periodically with the airport
master clock and provide a log record. The frequency for
synchronization shall be configurable from hourly, daily or weekly.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 221 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
72. The AODB must have the ability to export aircraft and flight event
data to support billing or airline payment audit processes.
73. The AODB must have the ability to use future monthly or seasonal
operational planning schedules to create and export flight activity
counts that can be used for flight and passenger projections for
advance billing or projected revenues
74. The AODB must have the ability to track flight OFF-Block
(departure airport) and ON-Block times (arrival airport) of the
aircraft in order to verify hours worked by airline crew. This
information is obtained from the Visual Guidance Docking System
and made available to the AODB.
75. All aircraft and passenger movements shall be tracked and
registered. This includes recording of the following information:
i. Estimated times of arrival and departure
ii. Actual times of arrival and departure
iii. On and off block times
iv.Tows to different parking positions
v.Actual resources used
vi. Number of Arriving and departing passengers including
breakups of transit and transfer passengers on departure flights;
vii. The capture of flight taxi time before and after implementing
perimeter taxiways; the AODB shall be able to capture the time it
takes from wheels down to arrival at the gate for each flight,
viii. A timer to reflect the amount of time it takes for an aircraft
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 222 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
to be in the air after push back from the gate; if this time is > 15
minutes, the AODB should be able to send an alert letting
someone know that this aircraft is potentially stranded.
76. Provide for maintenance of the Airport knowledge base including
the following:
i. Details of en-route airports selectable by International
Air Transport Association (IATA)/ International Civil Aviation
Organization (ICAO) airport code
ii. Details of Aircraft operators selectable by IATA/ICAO
airline code
iii. Details of Aircraft operating at the airport selectable
by IATA/ ICAO aircraft code
iv. Details of specific configurations for Aircraft operating at
the airport selectable by aircraft registration number
v. Validation of all data according to the knowledge base for
manually captured data, as well as data received via interfaces to
external systems
vi. Audit trail of data received before rules are applied
vii. Ability to not update data records if no fields have been updated
so as to avoid unnecessary data record files and storage
utilization
viii. Ability to ensure that all validations and warnings
are configurable; administrators will be able to set-up the rules.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 223 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
77. Systems Connected to AODB
78. The AODB will be capable to send/receive data to/from the
following systems where applicable (not all interfaces are required
for every airport). Some systems to be integrated would be deployed
at the central datacentre and some others would be present at the
remote airports.
The exact detail of the data to be sent will be defined in the ICD
(Interface Control Documents) to be created by the Bidder after
contract award. As there are many airports involved it is probable
that there will be different target systems for the same application
across the enterprise to receive the data. An indicative list of all
systems to be interfaced to is given below:
Systems at Remote
Airports
Systems at Central
Datacenter
PAVA PAVA
BRS BRS
FIDS FIDS
CUTE/CUPPS CUTE/CUPPS
BHS BHS
BMS BMS
Fire Detection and
Alarm System
Fire Detection and
Alarm
System
Air Traffic
Management System
Air Traffic Management
System
VGDS VGDS
Performance Dashboard
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 224 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
Web Portal
SITA / AFTN
Aviation Message Server
AODB
RMS
Reports / Dashboard
AOCC
AIMS
79. RESOURCE MANAGEMENT SYSTEM(RMS)
80. Mandatory Requirements
81. At a minimum the following RMS planning requirements shall be
supported:
1. Analysis of resources, such as existing gates, ticket counters
and parking spots for reassignment of locations, reassignment of
airlines to Airport gates and ticket counters or preferential use
gates, addition of new airlines, and other related planning activities
2. Analysis of proposed new terminal facilities and other
facilities with resource allocation capability
3. Analysis of potential aircraft traffic flow and analysis of
resource allocations at processing airports based on flight schedule
4. Indirect analysis of support requirements based upon
changes in flight schedule, airline mix, and gate or counter
resources
5. Ability to export a Microsoft Excel spread sheet workbook
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 225 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
files with 24 hours of arrival and departure flight information into a
simulation database
6. Planning future resource utilization based on seasonal
schedules and projected resource availability
7. RMS rules allocations shall have an internal allocation mode
and an associated release mechanism when the allocations made
during internal allocation are published to AODB and other linked
systems in the airport. This helps in planning ahead but just-in-time
confirmation of resource assignments in line with operational
conditions. Such release mechanism can be on demand for selected
flights or can be timer based or for a time range of flights. System
shall prompt the user when such internal allocations that ought to
have been published are not yet done so, for e.g. flight is to arrive
within 30 mts but no carousel is released to AODB. The triggering
conditions for such prompt can be configurable and may be
different for different categories of flights or resources
8. Ability to save the planning schedule and then retrieve it
later for further manipulations.
9. RMS shall support multi-layered resource allocations such
that the airport is able to allot parts of airport resources to major
carriers/handlers and let them use RMS to manage the day-to-day
resource allocations within their managed subset. Airport authority
will still retain the overall supervisory role and necessary
permissions to overrule any resource allocations done by such
carriers/handlers keeping overall interests of all parties involved in
mind.
82. The application shall have hard rules that shall be obeyed, and soft
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 226 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
rules that shall, but may not always, be obeyed.
83. General Requirement
84. Resource Management System will enable airports to utilize
resource efficiently and effectively. Managing airport resources is
fundamental for the successful management of an airport. Well-
structured Resource Management System should be capable of
automatically managing the resources, so the utilization is optimal.
RMS management system should be capable of automatically
allocating the following core resources:
Check-in counters
Gate & Stand Allocation
I. Coaching Gates
II. Boarding Gates
III. Terminal Stands
IV. Remote Stands
V. Hangars
Baggage Allocation
I. Baggage Carousel
II. Baggage Make-up area (lateral)
85. All listed RMS functions can be achieved by an independent RMS
or an integrated RMS/AODB Client or a combination keeping
ease-of-operations in mind. The RMS shall provide real-time
status of gates, parking stands (non-contact gates) ticket counters,
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 227 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
baggage reclaim carousels, and baggage makeup- up belts using
manual input data. Alternatively, data from electronic interfaces
from designated airlines can be sent to the AODB which in turn
would be interfaced to the RMS in order to utilize this
information. The objective of AAI is that most inputs are
provided via an automated fashion. The RMS shall
support a rules-based conflict identification and alerting
mechanism. Conflicts can be categorized into different severity
levels. The user should then have an option to request allocation
alternatives for conflict resolution as well as an option to accept or
discard the system proposed alternative(s).
86. The RMS shall allow existing fixed resources at the airport to be
managed. The capability shall be provided to the user to define,
create and configure these resources with no or minimal software
support from the bidder:
a) Real-time allocation and status of aircraft parking, cargo
parking, and aircraft maintenance parking.
b) Short-term allocation planning for gate, counter, and other
resources.
c) Reporting of flight activity and facility resource utilization
(This may be provided using the Reports module).
d) Automatic importing of flight schedules from the AODB.
87. The RMS shall provide the following methods for the scheduling
of affected resources:
a) Manual input and manipulation of resources and objects on
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 228 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
the screen.
b) Electronic feeds of seasonal schedules.
c) Reuse of input templates previously used to allocate
resources to objects.
d) Input resources and objects and allow the RMS
application to automatically allocate the resources.
e) Import planned operational schedules and associated
rules into operational schedules.
f) The RMS application shall b e a b l e t o c a r r y o u t
a l l o c a t i o n s b a s e d o n scheduling inputs on a
seasonal, monthly, weekly, and a daily basis from the
AODB.
g) It shall also accept individual manual inputs on an as-
needed basis. The application maintains the current week‟s
schedule in the active mode. The current operating day is
the median of the week. As each day rolls off the current
active mode, the schedule data is archived, and the next day
is automatically imported into the active schedule to
maintain one week.
88. The RMS application shall record the use of gates, ramp parking
areas, and stands by airline, airline flight number, type of aircraft,
and other aircraft details. In addition, it records the use of ticket
counters, gate podiums, baggage belts, and baggage carousels by
airline and airline flight number. This information shall be archived
in the AODB.
89. Based on RMS assignments:
1. The system shall process the request automatically and affect
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 229 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
the change.
2. If assignment is for a shared resource, the system shall
alert the resource controller and present the assignment
request for approval.
3. Comparison of scheduled and actual allocations indicating
origins of changes.
4. Real-time notification processing and alarm processing due
to conflicts and delays.
90. The same tools and user interface look and feel shall be used for
each of following planning modes. Planning modes supported shall
include:
1. Real-time planning on day of operations
2. Short term planning for next day allocation
3. Strategic planning, allowing the pre-allocation of a
future day, for instance a national holiday
4. What-if planning, allowing the configuration of “what-if”
scenarios for future planning such as adding new gates, a
new airline, or a reduction in resources/traffic.
91. The RMS shall support multiple reference types. Specifically it shall
be able to add new reference data without additional code changes to
existing application and exclusively through the User Interface.
92. The RMS shall support both IATA and ICAO codes for data such as
airlines, airport and aircraft types.
93. The RMS will allow for the creation of different levels of system
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 230 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
log-in access profiles. Aside from system administrator access
profiles, the system will support both users and profiles. The
System Administrator will have capability to grant system usage and
rights capability to users.
94. The RMS shall support both aircraft-based and flight-based
allocations. The System shall be capable of following the aircraft
through the Airport and not fixed on flight numbers.
95. The RMS shall allow users to copy resource allocations for a day
based on resource allocations from a past date. For e.g. copy last
Friday‟s allocations to this Friday
96. The RMS shall support export/import of resource allocation rules
between different scenarios. For e.g. it shall be possible toe import
rules from a future planned scenario to the current operational
system
97. The RMS shall be rule-based and shall highlight any capacity
constraints during allocations. It shall also be capable of resolving
conflicts among those resources it has been deployed to manage.
The bidder will define the rules during project execution with the
AAI. In addition. the system will allow AAI operational staff to be
able to create new rules and edit existing rules without additional
codes changes or support from the bidder. The system shall allow
for nested rules and the ability to process multiple rules
simultaneously to arrive at a decision.
98. Resource allocation recommendations shall be based on rules that
are user- tailored to reflect the unique operating conditions at the
Airport.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 231 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
99. The application shall have the ability to use different business rules
for long- term planning and for operational planning and for
operating in real time.
100. Rules shall be easy to access and identify and the application shall
have the ability to add, edit and replace rules. Rule additions, edits,
and deletions and associated data changes shall be reversible.
101. The application shall allow authorized users to adjust and
change rule parameters without any programming. Rule parameter
changes and any associated data changes due to the rule parameter
changes shall be reversible . Any adjustment or change shall not
affect historical data.
102. The hierarchy of the rules and the grouping of the rules into sets
shall be operator-definable, changeable and able to be overridden on
a real-time basis.
103. The application shall support rules that indicate if an airline has a
preference for a gate or parking position.
104. The application must allow the user to quantify the preference
assigned to an airline for a gate or parking position. Preference
rules in RMS shall be cost/benefit based. Multiple such rules may
exist sometimes with overlapping/conflicting preferences and
these should be evaluated appropriately by the Optimizer within
given time constraints in arriving at a solution that has minimal
overall cost / maximum overall benefit and hence represents the
best resource utilizations in airport under given circumstances.
Optimizer can also be invoked on select allocations (like single
flight) to suggest alternatives. Optimizer based allocations shall
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 232 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
not break hard rules. For instance, if the benefit of assigning an
Air India flight to gate 3A is quantified as 7 and the benefit of
assigning an Air India flight to gate 4A is quantified as 8 and both
3A and 4A are available, the Air India flight would be assigned
4A since the benefit is higher. The system would consider the
benefits assigned to all rules and carry out the allocations in a
manner that maximizes the total benefit for the airport.
105. The RMS shall support a score against each allocation that reflects
the quality of the resource allocation made. Such score can be
viewed in the RMS GUI against allocated tasks
106. The application shall support rules that cluster the flights of one
airline together or the flights handled by one ground-handling
agent together.
107. The application shall have rules for grouping dependent resources
such as gates, counters, baggage belts and baggage carousels.
108. The RMS will allow users to select a set of current resource
allocations based on various criteria and save the result as a
template. Such a templates can be used to perform resource
allocations at a later date
109. The application shall be capable of generating parking
position schemes automatically, based on schedule information
and the rule mechanism, without any reliance on manual
adjustment if that there are no conflicts.
110. The application shall be capable of assigning multiple
authorized users simultaneously to one resource if Airport-
defined rules allow it.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 233 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
111. The application shall be capable of assigning rules using time
parameters with effective date ranges.
112. Application shall include in the user interface a real-time flight
data updates. It shall be visually coded so as to allow the user to
know which resource is being utilized and if no resource is
currently available.
113. Functional Requirement
114. Resource Management System shall include capability to allocate
manually all these resources but the system shall provide
added functionality as listed hereinafter.
i. Automatic Allocation of Resource: For all the above resources
system shall have provision to define the business rules and also
as per the dynamic business needs system shall have
provision to modify / add / delete the business rules. Resource
Management System is one of the important elements in integrated
airport information system.
ii. System shall have an Intelligent Optimizer to use a knowledge
base (i.e. business rules, reference data, source inputs) to make
intelligent assignment of check-in counters, gates, stands, and
baggage carousel etc., resources for flights.
iii. The knowledge base shall be a repository of rules and reference
data. The application shall use these rules, reference data and real-
time information to make automatic assignments and provide
recommendations. Some of the common source information shall
have direct impact on assignment of resources are:
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 234 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1. Domestic versus International Arrivals /Departures
2. Flight schedule and Flight information real time updates like
ETA / ETDs.
3. Details of Aircraft type
4. Airline / Carrier preferences
5. Gate Passenger capacity
6. On-pier Stand / Off-pier Stand.
7. Counter preference for any particular airlines.
8. Passenger arrival class and time.
9. Landside common dedicated desks
10.Zoning, grouping of airlines zone wise, hall wise etc.
11.Planning airlines / carriers during peak / non-peak hours.
12.Capacity and load of baggage carousel etc.
13. Any other static attributes / dynamic real-time feeds.
Note: Rules can be classified as Hard & Soft rules:
• Hard Rules are based on conditions and it is mandatory. For
e.g. aircraft specification should meet the stand
specification.
• Soft rules could be priorities / preferences and not essential for the
allocation of resources.
Software should have provision to manually override the system
recommendation / decision on resource allocation. There should be
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 235 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
provision to switch-off the optimizer automatic allocation and
handle the RMS in a completely manual mode.
Information should be accurate and up-to-date and it should be
available instantly on real-time basis.
System should have security features to provision the administrator
shall be able to define various access rights / roles to users.
System will audit & store all the changes made to the
applications, changes like reference data, operational data, security
changes, real-time update etc
115. RMS will be integrate with following applications & system:
a. Airport Operational Database
The allocated resources information will be update in the
main airport operational database repository
116. There could be separate resource allocator for each resource
in the apron management / Airport Control centre.
117. Users shall have the option to set their preference to either IATA
or ICAO codes. The system would display airline / airport codes
based on the preference chosen.
118. Users shall have the option to set their preference to either local
time or UTC. The system would display the times based on the
preference chosen.
119. Other Requirements
120. All resource codes like terminals, stands, counters etc shall be
unique within a managed airport.
121. One or more passenger and other (cargo etc) Terminals shall be
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 236 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
associated with a managed airport.
122. Aircraft parking stands shall be associated with a managed airport
and optionally with a passenger terminal at the managed airport.
123. Departures gates shall be associated with a managed airport and a
passenger terminal at the managed airport.
124. Check in desks shall be associated with a managed airport and a
passenger terminal at the managed airport.
125. Check in zones shall be associated with a managed airport and a
passenger terminal at the managed airport.
126. Baggage halls shall be associated with a managed airport and a
passenger terminal at the managed airport.
127. Baggage reclaims shall be associated with a managed airport a
passenger terminal and a baggage hall at the managed airport.
128. One or more runways shall be associated with a managed airport.
129. Airport resources planned for use or actually used by a flight must
match the host airport of the flight; a flight hosted at one airport
cannot use the resources of another airport.
130. MASTER CLOCK SYSTEM
131. The time synchronization at an airport is vital and crucial in the
connecting process of the different IT Systems around an Airport
and related buildings. In the context of absolute security, the time
concept is important and needs a trust on reliable and exact time
information on the different transmissions, communications
equipment and the Ethernet network. The Master Clock System
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 237 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
(MCS) is the entities which is responsible for maintaining the time
accuracy across the multiple systems at each connected airport and
ensure consistency of information.
For this tender the Master Clock System shall be centrally located
and shall be the time reference for all in-scope systems at all the
connected airports.
132. General Requirements
133. The master clock system shall conform to international standards
134. The master clock shall retain information in the case of a power
outage and shall automatically correct and synchronize all systems
upon resumption of power
135. The system shall provide master clock services for all the airports
included in the scope of this solution (also including Primary DC
and DR sites), plus must be scalable to add extra airports up to the
total number referred to above.
136. The MCS shall provide NTP time distribution over the Ethernet for
all so that all servers can synchronise their time with that of the
Master Clock System. The MCS shall use CAT 6 structured cabling
137. The Master Clock shall have two or more RJ-45 Ethernet interfaces
at 10/100 MBit or higher
138. The MCS shall have Dual redundant GPS antennae and feeder cable
139. The MCS shall have Dual redundant GPS receiver/decoder
140. The MCS shall have Dual redundant active/active time server
141. The GPS antennae shall be of the omni directional plate type; fully
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 238 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
weatherproofed in accordance with the environmental requirements
142. NTP data output from the MCS should comprise of year / month /
day / hour / minute / second
143. Functional Requirement
144. The MCS should be configured in such a way that all systems at
each airport are time-synchronized on a regular pre-defined basis.
145. The MCS shall have an Integrated software solution for
management and supervision consisting of:
o Network Management System (Software for Windows PCs) for
the centralized configuration and administration of all
components of the Master Clock System including the
Supervision Service.
o Device Supervision Service to monitor the entire Master Clock
System automatically
146. The MCS shall be designed as a modular time distribution system
where the individual devices (modules) are connected to a LAN and
synchronized by NTP
147. The MCS must consist of a Time reference, usually a GPS-time-
signal receiver, to correct the time deviations of the Master Clock.
148. If the GPS signal is unavailable for synchronization, the MCS server
shall automatically uses its precision internal oscillator to keep the
current time, in accordance with NTP version 3 RFC 1305
Appendix E. The NTP Timescale and its Chronometry stratum one
oscillator characteristics tables.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 239 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
149. The MCS shall provide Time Zone Management. Since the time
transmission on NTP is defined as UTC, the MCS must calculate
specific times for interfaces for time distribution. At least 15
different time zones shall be available
150. All devices of the MCS shall be fully administrated and supervised
by SNMP (traps, Set- and Get- command)
151. Access to carry out administration on the Master Clock shall be
password protected
152. Smooth time adjustment (adjustable) shall be possible to avoid time
leaps in all states of operation, even in redundant operation when
commutating between the Master Clocks
153. Time synchronization from GPS receiver or from NTP server. The
MCS shall have the ability to connect to multiple NTP servers via IP
and multiple GPS via antennae
154. Internal oscillator in order to maintain time accuracy in case of GPS
unavailability
155. Visual information on display as: current time and date,
synchronization status, IP-address, power and alarm status
156. The following Time server protocols shall be supported:
NTP v4 (compatible with v3), (UDP), as per RFC 1305 (Port
123)
NTP Authentication with MD5 Key / Auto key
SNTP (UDP), RFC2030 (Port 123)
TIME (TCP/UDP), RFC 868 (Port 37)
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 240 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
DAYTIME (TCP/UDP), RFC 867 (Port 13)
157. NTP modes of Server, Peer, Broadcast, Multicast. Server and client
modes should be possible simultaneously
158. Network remote access for device management shall be possible by
SSH or Telnet
159. Potential-free alarm-relay-contact shall be available in order to
propagate alarms (with individual alarm masking capability)
160. Permanent non-volatile configuration storage shall be present
161. USB connector for software updates and complete configuration
backup and restore shall be possible
162. Mean time between failure (MTBF) shall be at least 250,000 hours
163. Operating temperature range:
-5 to 50ºC with 10-90% relative humidity (non-condensing)
164. The MCS shall be a Solid State NTP network time server that will
connect directly to Ethernet, will be 2U rack mountable for easy
installation, with LCD signal strength display, an integrated time
display and Ethernet CAT 6 connection
165. Option a)
1) Two independent IRIG-B outputs, Ri < 50 Ohms, output voltage
adjustable 0.3Vpp < Uout < 6Vpp
2) Two independent serial outputs RS232, RS422, RS485
(selectable),configurable telegram strings, 300-38400Bauds,7 or 8
Data bits, Parity: no, even, odd,
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 241 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
Stop bit: 1 or 2, no flow control
3) Two independent current loop (passive) and RS 422 outputs for
DCF77 time code or pulse output (selectable), pulse mode: pps,
ppm, pph, user defined 1-3600s
Option b)
1) 2 physically and logically independent LAN ports, providing
precise time information over NTP
166. The GPS receiver/decoders shall be capable of simultaneously
receiving a minimum of 12 global positioning satellites, and
determining the date and coordinated universal time (UTC) to an
accuracy of 1-10 milliseconds, typical GPS: <1 microseconds,
relative to UTC and be ready to operate at Secure Stratum 1
167. AIRPORT OPERATION CONTROL CENTER
168. General Requirement
169. The general layout of the Control Centres will be governed by the
role that each will play however the accepted concept will be
one supervisor workspace position and various rows of
workspaces complete with IT systems workstations and
peripherals, e.g. PAVA, BMS, and CCTV etc., are to be provided
by the bidder. The workspaces will also have multiple
workstation IT system displays.
170. A Video Wall system will be located at the front of the Control
Centre faced by all workstations at Kolkata & Chennai. For other
airports combination of multiple LCD displays will be used for
AOCC purpose. Provision of Video Walls at Chennai and Kolkata
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 242 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
& LCD Displays at other airports in AOCC room shall be made by
bidder and is within the scope of this tender. Generic specification
of Video Wall is given in this document.
171. The Video Wall master interface system will provide the supervisor
and system operators in AOCC room with the capability to select
any video sources to any or all Video Wall Segments.
172. The AOCC would be connected seamlessly with other sub-control
centres
173. The solution shall provide an integrated suite of products
(Command & Control system) and infrastructure that enable
operators and other staff working in the AOCC environment to be
able to efficiently access all communication and information
resources required to effectively manage operational incidents. The
said solution should be designed in a modular form which
allows easy expansion, integration and control of new
communication and information sources.
174. The system should provide facility for loading the Contingency
Plans onto the system that can be invoked when a given type of
incident occurs.
175. Functionality Overview
The AOCC sub-centre solution should have following features.
i. Call Receipt
a. The initial telephone call for assistance from the public/stall
would be received by the control room operator via a headset.
The operator should be able to check details of the caller‟s
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 243 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
address/location via manual look-up of CLI in a suitable
database (for fixed lines).
b. Once lookup is initiated, the caller address / location
information should be automatically presented on a separate
screen in an automatically created new incident challan, pre-
populated with the necessary details and verified against the
internal „gazetteer‟ or database of known locations.
ii. Resource Selection
The operator will choose from a list of available resources and
assign one or more to the incident.
iii. Resource Dispatch
a. The operator will use the radio system to communicate with the
resource and dispatch it to the incident.
b. The system should provide voice communication with the
resources via the same headset as is used for receiving the initial
public call.
iv. Incident Management
a. Throughout the progress of any incident all information and
interactions should be monitored by supervisory staff.
v. Incident Closure and Review
a. The system should have the facility for closure of the incident on
receiving the inputs from the selected resources. All historical
information relating to the incident should be available for
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 244 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
duration of three months.
vi. Event Management
The system should provide facility for important event management,
including events like terrorist attack or natural disaster.
vii. Public Address System
The PA System is an important aspect of any Control Room
operation. The system should provide facility for broadcast/selected
public announcements, service call announcements, Crew
announcements etc.
viii. Contingency Plans
The system should provide facility for loading the Contingency
Plans onto the system that can be invoked when a given type of
incident occurs.
h.
176. System Functionality Requirements (Mandatory)
i. Incident Lookup Functionality
a. Gazetteer address search with Soundex matching and non-address
locations
b. Free text address entry
c. Repeat caller/ Duplicate Incident/ Repeat Incident
d. Response grade linked to incident type with supervisor alerts
e. Colour coded incident log
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 245 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
ii. Incident Management
a. Ranked incident list
b. Sophisticated and flexible allocation of control room staff and to
the incidents and resources they manage via “control areas”
c. Master/task incidents
d. Scheduled incidents
e. Supervisor alerts if the incident is not being progressed within
target times
iii. Incident Resource Allocation and Dispatch
a. Resource list with summary details
b. Resource groups – one or more officers and related equipment
under a single call sign
c. Default resource proposal
d. Specific resource search facility
iv. Surveillance
a. Remote CCTV monitoring
b. CCTV camera control
c. Facility to control large number of IP CCTV cameras
d. Ability to display on AOCC video wall the CCTV feeds from
selected cameras.
e. Airside CCTV to monitor stand and gate allocation
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 246 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
v. Miscellaneous features
a. Ancillary equipment control
b. Control room door control
vi. Supervisory
a. Control room activity overview
b. Intrude to assist in critical situations
c. Override if the situation is critical
177. Apron Control
178. Functional requirement
179. The System shall provide processing software to facilitate apron
allocation to flights based on the airlines schedules and
dynamically alter the allocation based the real time flight scenario,
and on the flight allocation logic and policy of AAI.
180. Apron control shall have survey camera linked to their system to
have a close look of any portion of the Apron and also the
Aircraft on the Runways. System should facilitate capturing of
Aircraft registration number through the Zoom cameras.
181. An information link with AODB for flight schedules and flight slot
allocation information shall be provided through Workstation
installed in the Apron for the purpose.
182. The system shall also provide interface for capturing flight
information details required for generation of bills.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 247 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
183. Apron Control system shall provide an interface link with
ATC for exchange of flight information.
184. Apron Control Console shall be made available for officials working
at Apron Control Centre.
185. Bidder shall prepare a detailed process definition document
explaining all stages of the activities performed at Apron Control
Centre.
186. Bidder shall also provide details how the automation process
will be adopted for these activities.
187. Bidder shall also provide alternate work plan in case of non-
availability of the automated process
188. Flight Information and PAVA Control Centre
189. Functional Requirement
190. FIDS and PAVA shall be fully controlled from the AOCC consoles
191. Network Operation Control
192. Functional Requirements
193. Control over the operation of the AOCC Data Network shall be
provided from NOC
194. Display of AOCC network with network operation situation shall be
provided with option of zooming into finer details
195. Remote management functions shall be provided
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 248 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
196. NOC shall be have all the state-of-the art tools for network
management
197. In addition to the consoles a wall view of the network shall be
available
198. Complete process definition and access to it on-line shall be
available
199. Integration with Central NOC shall also be seamlessly available
200. AOCC- Overall Requirement
201. The AOCC will operate 24 hours a day, 7 days a week.
202. The AOCC will be situated in a dedicated room supplied by AAI and
to be designed and implemented by the bidder with:
a. A single integrated system and access to the underlying
operational systems such as the AODB (where applicable)
b. Visibility and access to the same information through a common
platform, and
c. Final decision-making powers (in collaboration with the relevant
functional areas). This implies that representatives need to be in a
position to make final decisions on behalf of their respective
functional areas
203. The bidder shall design & deploy the AOCC at all airports. The IT
system architecture of the AOCC shall be seamlessly integrated in
order to facilitate highest level of Airside operations, Resources
Planning & Allocation, Terminal operations & security, allowing
various agencies/departments to collaborate real time.
204. AOCC shall be designed to cater various operational and service
requirements for daily airport management system, integrating all IT
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 249 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
systems to manage the terminal and also capable to view and monitor
overall operations of Airport for real time inputs and collaborative
operations. The framework shall integrate a full range of video
surveillance backed by tamper proof video data analysis and active
archiving capabilities linked to multiple alarm and access control
systems. The deployment shall integrate best practices of AOCC
deployed in some of the most modern and advanced Airports in the
world
205. The bidder shall completely design & implement the AOCC room to
create a best working environment that is ergonomic and suited to the
purpose of supporting collaborative working, communications, and the
use of IT systems. The design shall include workstation design and
layout, Video wall to enable focused information sharing and also
design suitable workstation furniture and meeting/discussion spaces
along with a range of amenities for airport operational staff comfort.
206. LCD DISPLAY WALL(FOR AOCC ROOMS AT AIRPORTS
OTHER THAN CHENNAI AND KOLKATA)
207. Functional Requirements
208. 46" Industrial Design (1366x768) narrow bezel LCD Video Wall 3X2
matrix having following technical performance parameters: -
209. Screen Size: 46" or higher
210. The LCDs should have integrated mounting system for front access. It
should be possible to access a particular
panel in the video wall without disturbing adjacent panels.
211. Built in Thermostatic cooling fans to disperse heat built up in the
system for effective heat management in 24X7 usage
212. The display panel should have minimum brightness of 500 cd/m2.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 250 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
213. Contrast ratio Min 3000:1
214. Screen gap =< 6.7mm
215. Response 8ms
216. The viewing angle should be minimum Horizontal : 178º; Vertical
178º;
217. Colour Capability of 16.77 Million True Colour or higher
218. Light Source: LED
219. Humidity: 10-90%. Non-Condensing
220. The power consumption per panel should
be 320 W Max .
221. Should have PIP/POP Facility
222. Operating temperature of 5 Deg to 4 Deg.
223. Input : VGA, DVI, S-video, CVBS; Output: DVI, CVBS
224. Following authorizations shall be made available from the OEM
manufacturer:
(a) Technical compliance to the specifications and authorization for
participating in the tender on manufacturer's behalf.
(b) Authorization that the items quoted by the bidder is in production
and would be supported for service for at-least 5 years from the
date of tender.
(c) OEM Manufacturer should have direct presence across India to
ensure efficient & timely after sales support/services.
(d) All the core hardware components i.e. LCD & Controller should
be from the same OEM manufacturer to ensure compatibility &
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 251 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
effective after sales service support.
225. All required license software and firmware upgrades should be
provided along with the Wall Controller.
226. LCD Wall Controller
227. To make the above display behave as a single logical screen and
provide functionalities of display of windows through LAN, RGB and
VIDEO inputs as per specifications below
228. Should be based on PC architecture
229. Microsoft Windows XP/Windows Vista or higher
230. Dual Core Intel Xeon 3.0 GHz or dual core intel xeon CPU, 3 GHZ
with 2 GB RAM or better.
231. Min 250 GB SATA Hard Disk with RAID 0.1,5supported
configuration. Hard disk Capacity should be upgradable
232. LAN, HDD, DVD ROM, Keyboard and Mouse
233. Output: RGB \ DVI
234. RGB Input Resolution per card 640 x 480 upto1400 x 1050
235. Inputs : 2 RGB and 12 video and 6 DVI Inputs
236. Video Input Line : PAL/NTSC 3.58
237. Bandwidth :Real Time Display of both RGB and Video Inputs on the
Display Wall
238. Dual Hot Swappable Power Supply
239. Dual LAN Connectivity
240. Software For LAN Based Remote Screen Visualisation
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 252 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
241. LCD Wall Management Software
242. Software:
(a) Should be able to pre configure various display layouts and access
them at any time with a simple mouse click or based on the timer.
(b) Capable of dynamic image processing, like resizing, positioning,
etc across the data wall.
(c) Able to simulate different display layouts.
(d) Save the layouts for future use
(e) Close integration with controller hardware.
(f) Support remote access and configuration over Ethernet.
(g) The Wall Management software shall allow display of video/data
windows inside other graphic windows and it should be possible
to configure the video/data windows to always remain on top
while the operator works on the windows below. The API of the
wall management software shall allow switching the video
streams.
243. System Diagnostic Software:
(a) The System should be provided by diagnostic software which can
help to diagnose various system parameters;
(b) Diagnostic Software shall allow commands on wall level or cube
level or a selection of cubes :
1. Switching the entire display wall on or off.
2. Setting all projection modules to a common brightness target.
3. Changing the active input (of the two present DVI inputs).
4. Fine tune color of each cube.
244. VIDEO WALL (FOR AOCC CHENNAI & KOLKATA)
245. General Functional Requirement
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 253 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
246. The proposed system at site shall be a Large Video Screen made up
TWENTY FOUR Rear Projection Modules (Each of 50” diagonal).
The exact configuration of these cubes is to be proposed by the bidder)
(Rows x Columns). This system shall be driven by a controller to make
them behave like a single logical display. The controller shall be LAN
based.
247. The overall resolution of the Display Wall should be 8,400 x 4,200
pixels as a minimal.
248. It should be able to display different inputs on the different cubes or
any display one, two or multiple inputs into any display configuration.
249. The system shall make use of a Keyboard and Mouse for operating the
Large Video Screen. The operators whose systems are on the same
Ethernet should be able to work on the large screen sitting at their own
position with their own PC‟s keyboard & mouse.
250. The screens should be non-reflective and performing well under
control room lighting conditions.
251. The proposed system at site shall be a Large Video Screen made up
TWENTY FOUR Rear Projection Modules (Each of 50” diagonal).
The exact configuration of these cubes is to be proposed by the bidder)
(Rows x Columns). This system shall be driven by a controller to make
them behave like a single logical display. The controller shall be LAN
based.
252. The display wall should be rugged and industrial nature and should be
able to work in 24/7 environments.
253. The special features to include High Viewing Angle, High Half Gain
Viewing Angle, Continuous Brightness and Colour Uniformity over
the entire Display Wall.
254. Data Wall Cubes
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 254 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
255. Display Cube: The Nominal Diagonal Size of each Visual Display Unit
/ Rear Projection Module should be 50”. The system should offer 16.7
million colours or more.
256. Brightness: 200 - 500 cd/m2
or better
257. Contrast Ratio: 1,500 : 1 or better
258. Light Source: LED life should be > 55,000 Hrs
259. Maintenance capability: Rear Maintainable Wall. Neither the operators
should be disturbed nor should the displayed image be affected while
maintaining the wall.
260. Size: The Nominal Diagonal Size of each Visual Display Unit / Rear
Projection Module should be 50”. The resolution of the Display should
be 1,024 x 768 pixels as a minimal.
261. Projection Technology: The Rear Projection Module must be based on
Single Chip DLP and should have LED as the light source.
262. Aspect ratio: 4:3
263. Colour Depth: 16.7 Million Colours or above.
264. LED Light Source RGB LEDs Single or Multiple.
265. Signal Output: The Projector should support Dual DVI-D IN for
redundancy
266. Control: Each cube shall have its own Ethernet port and its own IP
address to have the access from any PC over the Ethernet and shall
communicate to a viewer via Ethernet.
267. Screen: The screen should be a non-reflective screen. The screens
should have half gain viewing angle of +/- 35o for horizontal and +/-
27o
vertical or better. The full viewing angle should be 180 deg. The
seam between adjacent screens should be less than 1 mm.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 255 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
268. Input Voltage, Freq: 100 to 240 V AC +/- 10 %; 50/60 Hz +/- 1%
269. Environment; Temp 10 deg C to 40 deg C, Humidity 80% or more
non-condensing. Power consumption for each Rear Projection Modules
should not be more than 350 W.
270. Adjustment: Auto adjustment of brightness & colour of display wall
271. Projection Engine: The Projection Engine should be 100% sealed to
keep out dust.
272. OEM Certification: All features and functionality should be certified
by the OEM.
273. Wall Controller
274. Basic Function :To make the above display behave as a single logical
screen and provide functionalities of display of windows through LAN,
RGB and VIDEO inputs as per specifications below
275. Architecture :Should be based on PC architecture
276. Platform: Microsoft Windows XP/ Windows Vista or higher
277. Control Processor : Dual Core Intel Xeon 3.0 GHz with 2 GB RAM or
better.
278. Hard Disk :Min 250 GB SATA Hard Disk with RAID 0.1,5 supported
configuration. Hard disk Capacity should be upgradable
279. Peripherals: LAN, HDD, DVD-ROM, Keyboard and Mouse
280. Output signal: RGB \ DVI
281. RGB Input Resolution per card: 640 x 480 upto 1400 x 1050 or better
282. Inputs: 8 RGB and 16 video and 2 DVI Inputs or more
283. Video Input Lines: PAL/NTSC 3.58
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 256 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
284. Bandwidth Real Time Display of both RGB and Video Inputs on the
Display Wall
285. Power Supply:Dual Hot Swappable Power Supply
286. LAN:Dual LAN Connectivity
287. Visualisation: Software For LAN Based Remote Screen Visualisation
288. Wall Management Software
289. Should be able to pre configure various display layouts and access
them at any time with a simple mouse click or based on the timer.
290. Capable of dynamic image processing, like resizing, positioning, etc
across the data wall.
291. Able to simulate different display layouts.
292. Save the layouts for future use.
293. Close integration with controller hardware.
294. Support remote access and configuration over Ethernet.
295. The Wall Management software shall allow display of video/data
windows inside other graphic windows and it should be possible to
configure the video/data windows to always remain on top while the
operator works on the windows below. The API of the wall
management software shall allow switching the video streams.
296. The system shall perform a diagnostic test for various system
parameters.
297. Diagnostic Software shall allow commands on wall level or cube level
or a selection of cubes :
a. Switching the entire display wall on or off.
b. Setting all projection modules to a common brightness target.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 257 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
c. Changing the active input (of the two present DVI inputs).
d. Fine tune color of each cube.
298. OEM
(a) Should have local presence in India.
(b) Cube, Controller & software from same OEM.
(c) Support to be provided directly by OEM
299. WORKSTATIONS ( SINGLE / DUAL MONITORS )
300. Intel i7-3770 processor or better, 3.0 GHz or more, 8 MB L3 cache or
more, compatible motherboard with Intel chipset; minimum 4-GB
DDR3 (1333MHz or more); Minimum 500-GB SATA III (7200rpm)
HDD. Support for RAID 0 & 1; NVIDIA Quadro 600 with 1 GB
DDR3 Video RAM or equivalent (of another make) ; Minimum USB
2.0/3.0 – 6 , serial - 1 standard, parallel – 1; Network -1GB ; Minimum
4 PCI including 1 PCI Express X16;DVD RW 8X; Single / Dual
Monitors (as per requirement in the tender) with Minimum19” LED
TFT with In Plane Switching (INP) 1920x1200 resolution at 60Hz;
Standard keyboard; Optical Mouse ; 64-bit OS; Five Years on-site
warranty; OEM -DELL, HP, HCL, WIPRO, FUJITSU IBM etc.
301. PRINTERS (A4 MONO, COLOR & A3 COLOUR)
302. a. A4 size Monochrome Laser Printer with Duplexer: Network;
Minimum 20 ppm or more; 600 x 600 dpi;
b. A4 size Colour Laser Printer with Duplexer: Network;
Minimum 25 ppm or more; 600 x 600 dpi;Minimum12 MB
memory;
c. A3 size Colour Laser Printer with Duplexer: Network;
Minimum 20 ppm or more; 600 x 600 dpi; Minimum 70 MB
memory;
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 258 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
303. UPS FOR VIDEO WALL
304. Certifications : ISO 9001 and 14001 Certified OEM
Technology : Rectifier & Inverter both with IGBT based DSP
Design, Double Conversion True On‐line UPS
Input Voltage Range: 140 – 460 V AC ‐ Three Phase on full load
Input Frequency Range : 45 to 55 Hz
Output : 10.0 KVA
O/p Voltage: 220/230/240 VAC ± 3% (User settable)
Output Frequency regulation: Free running Mode 50Hz ± 0.5Hz
O/p Voltage Distortion: < 5% (Non‐linear load) ; < 2% (linear load)
Output Waveform: Pure Sine wave
Output PF: 0.9
Battery Backup: 2 Hours
Battery Type: SMF 12V
LCD Display: Inbuilt
Overload: 120% for 5 min & 150% for 60 sec
305. UPS FOR LCD DISPLAYS
306.
Certifications : ISO 9001 and 14001 Certified OEM
Technology : On‐line UPS
Input Voltage Range: 160 VAC – 300 VAC @ 100% Load,
Input Frequency Range : 40 to 70 Hz
Output : 3.0 KVA
O/p Voltage: 220/230/240 VAC ± 3% (User settable)
Output Frequency regulation: 47.5 ~ 52.5 Hz ( Synchronized with
Bypass) ± 0.5Hz(Free running)
O/p Voltage Distortion: < 6% (Non‐linear load) ; < 3% (linear load)
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 259 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
Output Waveform: Pure Sine wave
Output PF: 0.9
Battery Backup: 30 Min
Battery Type: SMF 12V
LCD Display: Inbuilt
Overload: 110% - 130% for 12 sec ; >130% for 1.5 sec
307. LINE INTERACTIVE UPS FOR WORKSTATIONS
308.
Certifications : ISO 9001 and 14001 Certified OEM
Technology : Line Interactive
Input Voltage Range: 180-260 VAC
Input Frequency Range : 47 – 53 Hz
Output : 1.0 KVA
O/p Voltage: 220/230/240 VAC ± 3% (User settable)
Output Waveform: Sine wave
Battery Backup: 20 Min
Battery Type: SMF 12V
309. CONSOLES
310. Shall coordinate with AAI for actual space planning and console to
obtain project level approval
311. Bidders submit a floor plan to scale, showing each item being
proposed.
312. Elevation and section drawings will be required with dimensions of
height, width, and depth in order to determine compliance with the
specifications.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 260 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
313. All accessories being proposed need to be shown in drawings.
314. The Console System shall have a proven record of use within the 7x24
mission critical environment, specifically of similar size to this request.
315. Vendor shall demonstrate ISO 9001:2008 certification as a measure of
consistent quality and performance
316. Samples of the following material components, which demonstrate
workmanship shall be provided upon request:
a. Work surface sample with ergonomic nosing.
b. Sample panel construction and finish materials.
317. Modules shall be able to be assembled using standard tools . Modules
shall be rigid and self-supporting to permit individual removal,
relocation or modification of adjacent modules.
318. The Console System shall be free from defects in materials and
workmanship and shall carry Life Time Warranty for structural frames,
adjustable, sliding or hinged mechanisms or parts etc.
319. REPORTS MODULE
320. Overview: Airport management requires access to accurate,
detailed and timely statistics of the airport and air traffic control
(ATC). Airport managers and directors need summaries of critical
operational metrics. The Reports Module (RM) should provide
airport managers with the information and insights they need,
organized and processed in a way that supports intelligent and
informed decision-making, strategic planning and analysis, and
tactical responses to changing conditions.
Reports Module must be a comprehensive and integrated suite of
Analytical Solutions designed to bring greater business insight to
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 261 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
broadest audience of users allowing them to have web based self-
service access to relevant and actionable intelligence from relevant
airport systems. The solution should support Query, Reporting,
Score carding, Dash boarding, and dissemination of information
through email. All these need to be provided from a single platform
and should be available as a web application
1. The solution should be capable of reading data from a
centralized consolidated AODB. This data can be loaded after
possible transformation to the reporting database.
2. The solution will be deployed covering all airports in scope.
The RM shall cater to optimum number dashboards covering a
various reports for analysis including statistics such as (but not
limited to):
a. all arriving /departing flights,
b. baggage handling,
c. gate utilization,
d. runway utilization,
e. passenger volume,
f. traffic analysis,
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 262 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
g. operation & quality statistics,
h. trend analysis of above
3. The Dashboard feature and further requirements are given in
the end of this section which the bidder shall fulfil.
4. The reporting solution should be capable of generating
consolidated dashboard for airport operations such as average
taxi time, airport bay utilization, current bay congestion, aircraft
turnaround time, etc. for any particular airport. The system
should have provision for displaying consolidation of all these
information across configurable no. of multiple airports.
5. The reporting solution should provide various types of analysis
of flights adherence to schedule timings like how many flights
are on time, how many are delayed by less than 15 min and
how many is delayed between 15 min to 1 hour or more. This
kind of report is needed per airport as well as across
configurable no. of multiple airports.
6. Reporting should include solutions for trend analysis for the
above points over a configurable amount of time and airports.
7. The reporting solution should have the capability of providing
consolidated Airport Ground Operations Dashboard snapshots
like Traffic visualization, runway status, weather conditions,
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 263 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
etc.
8. In case of RM failure at primary location, it should be available
at the secondary location.
9. To eliminate unforeseen load to the AODB, the Reports
Module database would be a separate database that contains a
copy of the data in the AODB and synchronized at a pre-set
frequency interval
321. The Reporting Module(RM) Platform should be based on an out of
the box industry standard reporting tool with industry proven
industry acceptance.
322. The solution should provide the ability to create reports based on the
business needs of the airports, Dashboarding and Score carding.
323. The reporting application should allow the end users to access on a
web browser.
324. The solution should allow end users to visualize logical view of
information creating charts, pivot tables, reports, gauges, dashboards
etc.
325. The tool should allow users to create reports where they can display
rolled-up values.
326. The solution should allow the calculation of the time based special
categories eg YTD, QTD, Current Year, Last Year
327. The solution should support the calculation of derived data like
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 264 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
ratios that is not available in the data source for the purpose of
comparison or analysis like Arithmetic (sum, difference, round up or
down, etc.), Percentage (% difference, % total, etc.), Analytic (Max,
Min, average, etc).
328. The solution should also allow the rollup of the calculated measure
after or before calculation eg sum(x/y) and sum(x)/sum(y)
329. The solution should provide the ability to define their own measures
for columns when designing a report based on values present in the
database. For instance, a report can have a list of all flights
operating from an airport and a column that shows the percentage of
on-time performance based on a formula that involves ATD, STD
and a threshold of tolerance defined by the airport for on-time
performance.
330. The solution should support the sharing of a report.
331. It should be possible to export the data or report to spread sheets
including graphics and to flat file. The platform should allow the
export of the reports into CSV, PDF, XLS, HTML formats.
332. The platform should support the printing of a report on a LAN
printer / personal printer.
333. The solution should provide the capability for the users to interact
with the RM using rich, interactive, role based, easy to understand
web based dashboard providing access to live reports, prompts,
charts, tickers, pivot tables and graphics.
334. The RM application should have the capability to create dashboards
based on the business needs of the airport
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 265 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
335. The platform should support printing of the displayed dashboard as
a report.
336. The RM should allow the administrator to manage and monitor the
health of the application in the form of reporting & dashboards for
the administrator.
337. The dashboard facility should provide for graphical analysis like
Metric Dials, Graphs and Charts etc for analysis and monitoring of
the metrics.
338. The platform should support for Multi-Channel Report Publishing
provided. e.g the solution should provide a scalable reporting server
capable of generating richly formatted reports from the database
339. The drill path should be based on business hierarchies that are not
necessarily organized in the same manner as in the physical
representation in the database. By default, when users drill down,
the system must automatically drill to the next level in the business
hierarchy. If available in the designed report, users may also select a
different drill path to other hierarchies.
340. The platform should support Sorting & Filtering.
341. The platform should allow different levels of nesting to integrate
several rows and columns of data. e.g. build analysis by geography
and allow to nest analysis by entity and time within a geography
342. It should allow creation of logical grouping of data based on user
defined criteria. e.g. pattern matches, value thresholds.
343. The platform should provide scorecards capability.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 266 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
344. It should provide metrics and scorecard facility at a team, function
and enterprise level.
345. It should provide dashboard facility with visual features like Metric
Dials, Graphs, etc for display and track of metrics
346. It should allow users to easily view the history of both target and
actual for each metric.
347. The end user should be able to intuitively interact with the system
using multiple delivery channels. This means end users can access
relevant analysis channels like web based and mobile access.
348. The platform should provide mission critical scalability and
performance with data source specific optimized request generation,
optimized data access, intelligent caching and clustering support.
349. The platform should have the ability to authenticate as well as
authorize within the application.
350. It should support the reports to be scheduled on basis of time. The
Mobile support should be enabled. List down the supported mobile
devices. The reports may be scheduled on the basis of occurrence of
a business event / business threshold being breached and delivered
on mobile devices
351. Dashboard Features
352. i. One of the main requirements of the AODB is to
improve the operational management and efficiencies at
the airport. AAI understands that the Airport‟s efficiency
can only be improved through flexible management of its key
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 267 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
performance indicators (KPIs) and having an improved
awareness of its operational activities.
ii. Dashboards provide a centralized, easy-to-handle view of the
airport‟s situation, with integrated alerts and communication.
As a result the bidder shall develop a dashboard capable of
monitoring a complete set of airport Key Performance
Indicators (KPIs) using visual graphics and colour-coding
techniques.
iii. The dashboard will make extensive use of the related airport
operation data contained in the AODB and off the shelf
dashboard/report generating software.
iv. The dashboard shall serve to highlight specific data and
allows the user to drill down and inspect specific items.
v. The Dashboard shall have a Graphical User interface which
will allow for a browsing style of user interaction in addition
to the usual menu-based navigation
vi. The Dashboard shall compare current and historical values.
vii. The dashboard shall allow for hundreds of users to
access the application in parallel without performance
degradation of the application.
viii. The Dashboard shall provide tools to create additional KPI
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 268 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
and dashboard elements from the AODB.
ix. The Dashboard shall have the ability to export the images and
data tables.
x. The Dashboard shall have the ability to print the reports with
report generation software and off- the shelf standard reports.
xi. The bidder shall develop during the project prototype
graphical user information (GUI) screens of the dashboard
with complete nested drill down views for all of the KPIs and
present them as drafts during the Preliminary Design Review
(PDR). All final screen views will be finalized and mutually
agreed on by the bidder and AAI.
xii. A summary of operational and financial dashboard is provided
below which are purely indicative in terms of dashboard
requirements. Bidder shall offer to develop a dashboard with
complete set of KPI areas more than what is given here.
353. Operational Dashboard
354. Delay Analysis by Airline (for both Domestic & International Flights)
- Top 3 Delayed Airlines – Arrivals; - Top 3 Delayed Airlines –
Departure
355. Passenger Traffic Trend Analysis
356. Airline wise on-time performance (Actual vs Scheduled)
357. Airline wise Aerobridge Utilization
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 269 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
358. Airline wise Flight Cancellation Analysis
359. Time-wise No. of Landings (Morning, Evening etc)
360. Unscheduled Landings Analysis
361. No. of Departures by Airlines
362. Aircraft Turnaround Time - Plan vs. Actual
363. Peak-time Capacity Utilization - Aircraft Turnarounds per hour
364. Baggage Handling Performance Analysis - First Bag/Last Bag
365. Movements per airline and aircraft type
366. Peak Hours and Passenger Counts
367. Security Analysis
368. Contracts Analysis
369. Financial Dashboard
370. Revenue Distribution (Aero, Non-Aero)
371. Airline-wise Revenue breakup
372. Airline/Customer wise Outstanding Payments
373. Top 10 Customers by Revenue
374. Customer Aeging overlaid with Total Revenue
375. Revenue Comparison based on year to year/ quarter to quarter and
current month vs previous year month
376. Resource-wise Revenue Analysis (Parking Stand, Aerobridge)
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 270 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
377. Space Utilization for Non-Aero Business
378. AIRPORT INTEGRATION LAYER/INTEGRATION LAYER
379. Note: AIL(IL) in the below specifications denotes the product being
offered for the Airport Integration Layer.
380. The IL shall be based on an established COTS ESB product. (Please
list some client references where the product has been implemented,
at least 2 Airport references should be provided).
381. The IL shall have multi-platform support (Windows, Linux, Unix
and AIX)
382. The IL shall be based on industry-accepted open standards like Web
services (REST and/or SOAP), HTTP, JMS, JDBC etc. (Please
elaborate on the standards supported.)
383. The IL shall include a Messaging Oriented Middleware (MOM)
supporting multi-platform (Windows, Linux, Unix and AIX)
384. The IL shall support easy and flexible build of new integration
components (Describe and rate on a scale of 1 being simple and 5
being difficult how easy it is to use your IL. Consider the amount of
coding versus configuration and visual development capabilities
utilized within your IL. What types of skills are required?)
385. The IL shall publish version release schedules and notes from time
to time. (Describe how often version enhancements to the product
are marketed. What is the policy regarding support of older versions
once a new version becomes available? Please include a copy of the
release notes from your last major release with your response.)
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 271 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
386. The IL shall support high volume transactions, with HA capabilities.
(Explain, giving insights into the statistics from production
instances)
387. Integration
388. The IL shall natively support web services
389. The IL shall have the capability to support a hub-and-spoke like
implementation.
390. The IL shall support connectivity at the protocol level. (Please
elaborate on the list of protocols supported)
391. The IL shall support connectivity through JCA adapters (Please list
the adapters supported)
392. Messaging shall be supported by the IL (List the types supported
(e.g. synchronous, asynchronous, pub/sub, multicast, etc))
393. The IL shall be capable of supporting a topic based pub-sub
architecture or equivalent.
394. The IL shall support routing to multiple recipients. Messages will be
delivered on a priority based order followed by a FIFO order for all
messages that have the same priority.
395. The IL shall support event-based messaging and triggers.
396. The IL shall support database integration ( List the types of
integration with the databases supported)
397. The IL shall support FTP (inbound & outbound) based integration.
398. The IL support email integration.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 272 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
399. The IL shall support file processing, parsing and file based
integration.
400. Mediation & Transformation
401. The IL shall support non-XML Message formats, in addition to the
XML message formats (List all the formats supported)
402. The IL shall support message transformations
403. The IL shall support XML transformation without the need for
coding (through mapping tools). (Please elaborate on how this is
achieved)
404. The IL shall support protocol transformation (Please explain the
different protocol transformations supported without the need for
coding.)
405. The IL shall support the transformation of structured data.
406. The IL shall have support for XPATH
407. The IL shall have support for XQUERY
408. The IL shall handle static, content-based and rule-based message
routing.(Please elaborate on how this is supported).
409. The IL shall support message mapping without the need for coding
and shall support visual mapping. [ Is the mapping tool sophisticated
enough to deal with XML schemas, database table definitions, etc.?
Explain.
410. The IL shall at least support XSLT, XQUERY/XPATH based
message enrichment. (Including but not limited to: Addition to and
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 273 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
editing of message data field values based on rules-based etc.)
411. The IL shall support logging of messages without the need for
coding.
412. The IL shall support integration with SCADA based systems.
413. Quality Of Service
414. The IL shall support transaction management (e.g. “roll-back” )
415. The IL shall support automatic restart and recovery (i.e. for failed
transmissions, in case the recipient is down when the message/
response is being sent)
416. The messaging component within the IL shall have the ability to
persist and retransmit data in case of a failed transaction.
417. Integration tooling for development, monitoring & management
of IL components
418. The IL shall provide a development toolkit to build new integration
components.
419. The toolkit shall provide an integrated testing tool with an
“integrated test IL runtime” to test the integration components
developed.
420. The toolkit shall support breakpoints for debugging.
421. The toolkit shall support changing the values at a breakpoint for
testing purposes.
422. The IL shall provide accounting and statistics data information that
can be collected to record performance and operating details of the
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 274 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
integration components‟ execution. (Please elaborate on the support
in your IL).
423. Administration, Configuration and Maintenance
424. The IL shall provide graphical user interface for administration and
configuration.
425. The IL shall support exporting and storing of the configuration and
deployment artefacts in a third party Version Control tool.
426. High Availability
427. The IL shall support both software-based and hardware based
HA.(Please elaborate on what features or supported configurations
(software based) are available or feasible with the IL in order to
realize high availability in a production environment)
428. Security
429. The IL shall support these aspects of security: Authentication,
Authorization and Auditing.
(Describe the ESB security model exclusive of a separate Security
component. Is security administration separate from the IL
component?)
430. The IL shall support access to specific functionality, restricted by
user roles or identities. (Please explain the hierarchy and how many
levels are available. If security is maintained in the application
itself, please provide details on any APIs/tools for provisioning the
users and roles into the system.)
431. The IL shall support encrypted transmission of messages (Please
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 275 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
elaborate on the encryption types supported).
432. Integration Compatibility
433. The IL shall provide a framework for developing a comprehensive
SOA architecture.
434. The IL shall allow for the development (production of) of web
services and minimal coding shall be involved. (Please explain with
comments, as to how this is achieved)
435. The IL product used shall have the capability to support design,
editing and manipulation of WSDL, through an integrated tooling
436. The IL shall support SOAP based integration, including
SOAP/HTTP, SOAP/JMS and SOAP/HTTPS.
437. The IL shall support a topic based publish subscribe architecture.
438. The IL shall support integration with SCADA based systems.
439. NETWORKING INFRASTRUCTURE
440. Generic Requirements
441. Network should meet requirements for various kinds of internal &
External airport users at Airport Terminals.
442. Airport Operations: The Airport Operations will have people like as
follows: Immigration, Airlines, Surveillance, Passengers etc.
443. All routers, switches and firewall should be from single OEM
444. All routers, switches and firewall should be common criteria EAL3 or
higher certified by an international agency.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 276 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
445. Data Center Architecture
446. DC & DR should be state of art design incorporating all the modern
technologies and should be highly-available
447. DC & DR sites should be designed to cater the growing need and it
should be easily scalable and sustainable as the number of new airports
might increase
448. For storage replications between DC and DR site, AAI plans to use
Async replication.
449. DC and DR switching architecture should support Servers with 10G
and 1G LAN connectivity.
450. Airport LAN Architecture
451. Network Architecture shall be highly reliable to offer 99.9 % uptime
with Tier-2 architecture
452. Network should have high performance and low latency (latency
number) with Core cum Distribution offering distributed/centralized
switching.
453. All the critical network equipment as Core cum Distribution & Access
switch-stack, Routers, Firewalls etc. should be offered with Integrated
redundant power supply. All these equipment should get feed from
alternative power source/ups/power socket.
454. Network should be two-tier Network System architecture: Core cum
Distribution and Access-stack.
455. Network system infrastructure should be based on converged IP &
VRF technology from the core cum distribution layer and should
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 277 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
support MPLS.
456. To support applications like Video,IP surveillance, Voice and other
applications the underline network should support Full multicast
features like PIM Sparse mode V2 and bidirectional PIM Routing
457. Network system supporting multiple VLAN‟s & VRF‟s for various
categories i.e. Tenant access, Monitoring and Management,
Production: Staging, Test and Development, VPN etc.
458. Core cum distribution switch connectivity shall be provided on
minimum 1 Gb single mode fiber optic to support up to 10 Km of
distance between 2 points at each stage.
459. The proposed Stackable access switch should also support 10G uplink
ports for future scalability.
460. For high availability and resiliency number of port asked in the Core
cum distribution layer switches should be distributed across two
different slots in chassis.
461. Core Switch‟s should be connected to different distribution switches
using 10 Gbps fiber links at wire rate Core switch should support
802.3af PoE
462. Core cum Distribution switch using minimum 1 Nos. of 1 Gbps fiber
links to access switches/Switch Stack to offer minimum 2 Gbps
connectivity at wire rate
463. Switches shall provide static/dynamic load balancing on the uplinks.
464. All the ports of Access-Stack should be Gigabit (10/100/1000) .
465. The switch port shall be able to dynamically manage power and should
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 278 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
provide only the amount of power that is required by the device
connecting to it.
466. All the Access-switches should stackable and should be provided with
Internal Redundant Power supply.
467. Core switches should be connected to each other using
multiple/redundant 10 Gig links.
468. Access switches should be stacked to each other using dedicated stack
cable on dedicated stack port.
469. The Network system shall provide redundant connectivity with
recovery and rerouting due to a link or switch failure of less than few
seconds.
470. Connectivity between end user equipment and access layer switches
over Cat-6 UTP cabling at 1 Gbps.
471. Management
472. The element managers should be provided for respective products that
should be able to integrate with leading helpdesk tools.
473. CORE SWITCH - TYPE I
474. The switch should be modular chassis based switch.
475. Should be modular chassis based switch with sufficient Line/payload
slots with redundant CPU/Switch fabric.
476. Performance:
477. Dual Redundant Switch Fabric/CPU should offer minimum 2 Tbps
switch fabric capacity per switch. There should not be any performance
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 279 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
degradation in case of any switching/routing engine failure
478. In the event of failure of one switching/routing engine, forwarding
should not stop and failover from one engine to other should be stateful
479. The proposed switch should support simply the changes through In-
Service OS upgrade mechanism with a minimal disruption of traffic
through upgrade process.
480. Should have in built capability of IP SLA or equivalent functionality
481. The proposed switch should support Netflow or J-flow or equivalent. If
it is given as services on a module, at least two of those modules shall
be quoted to ensure redundancy of the solution.
482. Should have minimum 650 Mpps forwarding rate
483. Should be capable of 80 Gbps of switching capacity per slot
484. Shall support multi-layer switching, Layer 2 (MAC), Layer 3 (IP
address) and Layer 4 (TCP UDP port) switching. .
485. Shall support minimum 4 hardware queues per port for classification
and scheduling of network traffic on a packet-by-packet basis
486. Shall support Hot-swappable power supplies, switching modules
487. Layer 1 Features
488. Support for 10/100/1000 BASE-T, 1000 BASE-SX, LX, LH ,ZX
GBIC/SFP and 10-Gig SR/LR/ZR
489. Layer 2 Features
490. Shall have Layer 2 switch ports and VLAN trunks
491. Shall have IEEE 802.3 ad Link aggregation and port Trunking across
line cards
492. Shall have IEEE 802.1Q VLAN encapsulation with QinQ support.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 280 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
493. Should support VTP or equivalent protocol to reduce administrative
burden of configuring VLANs on multiple switches
494. Should support LLDP( Link Layer discovery protocol )
495. Should support a mechanism to detect connectivity issues with both
fiber and copper cabling.
496. Should support extensive debugging including layer 2 debugging for
troubleshooting
497. Should support display and clear MAC address information in MAC
Address Table
498. Shall have IEEE compliance for 802.1Q VLAN, 801.2p, 802.1d STP,
802.3ad, 802.1w RSTP, 802.1s MSTP, 802.3ad LACP, IEEE 802.1ab
Link Layer Discovery Protocol, 802.1ag, y.1731
499. Shall have 128,000 MAC addresses
500. Shall have minimum 4000 active VLAN support
501. Layer 3 Features
502. Shall have basic Routing-Static IP routing, RIP v1/v2, RIPng and
policy based routing
503. Shall have hardware enabled advance IP routing protocols OSPF,
OSPFv3, BGPv4 etc.
504. Shall have VRRP or equivalent for redundancy
505. Shall have IGMP v1, v2, v3
506. Shall have IP multicast routing protocols PIM
507. Should support multicast features like PIM RP accept filter, PIM
neighbor filter, multicast route limit . Should support minimum 64K
IPv4 and IPv6 multicast entries
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 281 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
508. Should support MPLS Provider/Provider Edge functionality
509. Should support MPLS VPN, m VPN, MPLS Class of Service (CoS),
VRF-Aware Services
510. Support IPv4, IPv6 VR for both unicast and multicast.
511. MLD Snooping/v1,v2 in hardware
512. QoS Features
513. Shall have sophisticated QoS and Traffic Management
514. Shall have Per-port QoS configuration
515. Support for IEEE 802.1p QoS policies.
516. Support for Diff Serv QoS on all ports
517. Shall support minimum four queues per port in hardware
518. Shall have priority queuing
519. Shall have IP differentiated service code point (DSCP) and IP
precedence
520. Shall have classification and marking based on full Layer 3, 4 headers
521. Shall have input and output policing based on Layer 3, 4 headers.
522. Shall support Congestion Avoidance feature
523. High Availability
524. Should be provided with Dual Switching Fabric and any failure of one
CPU/Fabric should not result in loss of capacity to 2 Tbps and 650
Mpps per switch
525. 1+1 Redundant Power Supply from day one
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 282 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
526. Hot Swap ability on all modules and Power Supply
527. Hot Swappable Fan tray
528. Security:
529. Shall have Filters/Access-List on all ports
530. Shall have 802.1x user authentication
531. Shall have 802.1x accounting
532. Should support port mirroring across the switches to remotely monitor
ports in a Layer 2 switch network from any other switch in the same
network
533. Should support DHCP snooping to allow administrators to ensure
consistent mapping of IP to MAC addresses
534. Should prevents IP spoofing by forwarding only packets that have a
source address consistent with the DHCP Snooping table
535. Should be able to shut down Spanning Tree Protocol PortFast-enabled
interfaces when BPDUs are received to avoid accidental topology oops
536. Should be able to prevent edge devices not in the network
administrator's control from becoming Spanning Tree Protocol root
nodes
537. Shall have TACACS+/RADIUS enabled.
538. Shall have SSHv1 , SSHv2, SNMPv1, SNMPv2, SNMPv3 , NTP
support
539. Shall have Management Access Filter (Access Policies)
540. Minimum Configuration deliverable
541. 1. Should have minimum 48 x 10/100/1000 Mbps Base-T ports
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 283 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
2. Should have 64 Nos. of 10 Gig fully populated with 10G LR
non-blocking ports
542. CORE SWITCH-TYPE II
543. Modular chassis based switch.
544. Should be modular chassis based switch with sufficient Line/payload
slots with redundant CPU/Switch fabric
545. Performance:
546. Dual Redundant Switch Fabric/CPU should offer minimum 500 Gbps
switch fabric capacity per switch. There should not be any performance
degradation in case of any switching/routing engine failure
547. Switch should have redundant switching/routing engine, In the event of
failure of one switching/routing engine, forwarding should not stop and
failover from one engine to other should be state full. Failure of one
switching/routing engine should not cause performance degradation of
the switch.
548. The proposed switch should support simply the changes through In-
Service OS upgrade mechanism with a minimal disruption of traffic
through upgrade process.
549. Should have in built capability of IP SLA or equivalent functionality
550. The proposed switch should support Netflow or J-flow or equivalent. If
it is given as services on a module, at least two of those modules shall
be quoted to ensure redundancy of the solution.
551. Minimum 200 Mpps forwarding rate
552. Should be capable of 48 Gbps of switching capacity per slot
553. Shall support multi-layer switching, Layer 2 (MAC), Layer 3 (IP
address) and Layer 4 (TCP UDP port).
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 284 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
554. Shall support minimum 4 hardware queues per port for classification
and scheduling of network traffic on a packet-by-packet basis
555. Layer 1 Features:
556. Support for 100 BASE-FX, 10/100 BASE-TX, 10/100/1000 BASE-T,
1000 BASE-SX, FX,LX, LH GBICs/ SFP and 10-Gig SR/LR/ZR.
557. Layer 2 Features:
558. Shall have Layer 2 switch ports and VLAN trunks
559. Shall have IEEE 802.3 ad Link aggregation and port trunking across
line cards
560. Shall have IEEE 802.1Q VLAN encapsulation with Qin Q support
561. Should support VTP or equivalent protocol to reduce administrative
burden of configuring VLANs on multiple switches
562. Should support LLDP( Link Layer Discovery Protocol)
563. Should support a mechanism to detect connectivity issues with both
fiber and copper cabling.
564. Should support extensive debugging including layer 2 debugging for
troubleshooting
565. Should support display and clear MAC address information in MAC
Address Table for troubleshooting
566. Shall have IEEE compliance for 802.1Q VLAN, 801.2p, 802.1d STP,
802.3ad, 802.1w RSTP, 802.1s MSTP, ,802.3ad LACP, IEEE 802.1ab,
Link Layer Discovery Protocol.
567. Shall have 50,000 MAC addresses
568. Shall have minimum 4000 active VLAN support
569. Layer 3 Features:
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 285 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
570. Shall have basic Routing-Static IP routing, RIP v1/v2, RIPng and
Policy Based Routing.
571. Shall have hardware enabled advance IP routing protocols OSPF,
OSPFv3, BGPv4 etc.
572. Shall have VRRP or equivalent for redundancy
573. Shall have IGMP v1, v2, v3
574. Should support multicast features like PIM RP accept filter, PIM
neighbor filter, multicast route limit . Should support minimum 16K
IPv4 and IPv6 multicast entries
575. Support Ipv4 and Ipv6 VR for both unicast and multicast
576. IPv4 and IPv6 support in hardware, providing wire-rate forwarding for
IPv6 networks. Should support minimum 512K IPv4 and IPv6 entries.
577. MLD Snooping/v1,v2 in hardware
578. QoS Features:
579. Shall have sophisticated QoS and Traffic Management
580. Shall have Per-port QoS configuration
581. Support for IEEE 802.1p QoS policies.
582. Support for Diff Serv QoS on all ports
583. Shall support minimum 4 queues per port in hardware and 32K
Security and QoS Hardware Entries
584. Shall have priority queuing.
585. Shall have IP differentiated service code point (DSCP) and IP
precedence
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 286 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
586. Shall have classification and marking based on full Layer 3, 4 headers
587. Shall have input and output policing based on Layer 3, 4 headers.
588. Shall support Congestion Avoidance feature
589. High Availability Features:
590. Should be provided with Dual Switching Fabric and any failure of one
CPU/Fabric should not result in loss of capacity to 500 Gbps and 200
Mpps per switch
591. 1+1 Redundant Power Supply from day one
592. Hot Swap ability on all modules and Power Supply
593. Hot Swappable Fan tray
594. Security:
595. Shall have Filters/Access-List on all ports
596. Shall have 802.1x user authentication
597. Should support Port Mirroring based on port basis / vlan basis to
support intrusion prevention system deployment in different VLANs.
Should support port mirroring across the switches to remotely monitor
ports in a Layer 2 switch network from any other switch in the same
network
598. Should support DHCP snooping to allow administrators to ensure
consistent mapping of IP to MAC addresses.
599. Should prevents IP spoofing by forwarding only packets that have a
source address consistent with the DHCP Snooping table
600. Should be able to shut down Spanning Tree Protocol PortFast-enabled
interfaces when BPDUs are received to avoid accidental topology oops
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 287 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
601. Should be able to prevent edge devices not in the network
administrator's control from becoming Spanning Tree Protocol root
nodes
602. Shall have TACACS+/RADIUS enabled.
603. Shall have SSHv1 , SSHv2, SNMPv1, SNMPv2, SNMPv3 and NTP
support
604. Shall have Management Access Filter (Access Policies)
605. Minimum Configuration deliverable
606. 1. Should have minimum 48 x 10/100/1000 Mbps Base T ports
2. Should have minimum 12 Nos. fully populated 1000 Base
LX SFP based ports
607. ACCESS SWITCH
608. Switch should be 1 RU rack mountable stackable in nature with
minimum of 8 switches in a stack with single IP management and
should have 48 x 10/100/1000 TX ports plus four 1 Gig SX uplinks
609. Minimum Switching capacity of the device should be 136 Gbps.
610. Shall have minimum 101 Mpps throughput
611. Switch should provide stacking speed of 64 Gbps
612. All SFP based ports should be hot swappable
613. Switch should be upgradable to 2 x 10-Gig SR, LR or LRM ports in
future which should be hot swappable
614. Switch should support Internal Redundant power supply and hot
swappable fan tray. Power supply and fan should be field replaceable.
In case of power supply failure single power supply should be able to
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 288 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
handle the complete load.
615. Switch should support IEEE Standards of Ethernet: IEEE 802.1d,
802.1s, 802.1w, 802.3ad, 802.3x, 802.1D, 802.1p, 802.1Q, 802.3,
802.3u, 802.3ab, 802.3z, 100Base-T, 1000BASE-T, 1000BASE-X
(mini-GBIC/SFP), 1000BASE-SX, 1000BASE-LX/LH, 1000Base-ZX,
10G Base SR, LR, LRM
616. Should support IEEE 802.1Q VLAN encapsulation and up to 255
active VLANs per switch
617. Should support VTP or equivalent protocol to reduce administrative
burden of configuring VLANs on multiple switches.
618. Should support LLDP( Link Layer Discovery Protocol)
619. Should support a mechanism to detect connectivity issues with both
fiber and copper cabling.
620. Should support extensive debugging including layer 2 debugging for
troubleshooting
621. Shall have minimum 8000 MAC Address support
622. Should support DiffServ / TOS Marking & Policing
623. Shall have at least 4 Queues to differentiate and prioritize different
applications (Voice / Video / Data)
624. Should Support for IGMP v1, v2 and v3 and IGMP Snooping
625. IPv6 MLDv1 & v2 Snooping, IPv6 Host support (- IPv6 support:
Addressing; IPv6: ICMPv6, TCP/UDP over IPv6; Applications:
Ping/Traceroute/VTY/SSH/TFTP, SNMP for IPv6 objects), HTTP and
HTTP(s) over IPv6, SysLog over IPv6
626. Should support IEEE 802.1x to allow dynamic, port-based security,
providing user authentication
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 289 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
627. Should support MAC Address Based Security on per port basis.
628. Should support IEEE 802.1x with VLAN assignment for a dynamic
VLAN assignment
629. Should support IEEE 802.1x with voice VLAN permits an IP phone to
access the voice VLAN
630. Should support IEEE 802.1x with an ACL assignment for specific
identity-based security policies
631. Should support Port-based ACLs (PACLs) for Layer 2 interfaces allow
application of security policies on individual switch ports
632. Should have the capability to display and clear MAC address
information in MAC Address Table
633. Shpould support unicast MAC filtering to prevents the forwarding of
any type of packet with a matching MAC address.
634. Should support SSHv2 , SNMPv3 and NTP to provide network
security
635. Should support TACACS+ and RADIUS authentication
636. Should be able to shut down Spanning Tree Protocol PortFast-enabled
interfaces when BPDUs are received to avoid accidental topology
loops
637. Should be able to prevent edge devices not in the network
administrator's control from becoming Spanning Tree Protocol root
nodes
638. Should support DHCP snooping to allow administrators to ensure
consistent mapping of IP to MAC addresses.
639. Should support multilevel security on console access to prevent
unauthorized users from altering the switch configuration
640. Should support 4 Groups of RMON I
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 290 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
641. Should support Port Mirroring based on port basis / vlan basis to
support intrusion prevention system deployment in different VLANs.
Should support port mirroring across the stack switches to remotely
monitor ports in a Layer 2 switch network from any other switch in the
same network.
642. Management: Switch shall have out of band management port for
configuration and diagnostic purposes and Should support accessibility
using Telnet, SSH, Console access, easier software upgrade through
network using TFTP etc. Configuration management through CLI,
GUI based software utility and using web interface.
643. Minimum Configuration deliverable
644. 1. Should have minimum 48 10/100/1000 Base-T ports with
additional 4 Nos. of SPF ports populated with minimum 2
nos. LX/LH modules.
2. Minimum 2 dedicated stacking ports with all accessories for
stacking purpose.
645. VPN ROUTER-TYPE I
646. General Specifications:
647. Chassis based & modular architecture with multicore processor for
scalability and should be a single box configuration for ease of
management.
648. Should support complete Firewall features
649. Should have integrated USB port/flash to provide console and storage
for configuration/image
650. Routers should have at least 4 open slots for LAN/ WAN modules
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 291 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
651. Routers should support large selective of modular LAN and WAN
connectivity options including Gigabit Ethernet and Fast Ethernet,
T1/E1, V.35/G.703 Serial, E3 interface modules.
652. Should have extensive debugging capabilities to assist in hardware for
problem resolution
653. Should support hardware assisted VPN acceleration.
654. Routers should have integrated redundant power supply
655. Routing protocols should support :
656. IPv4, IPv6, VRRP, Static Routes, RIPv1, RIPv2, OSPFv2, OSPFv3,
IS-IS, BGP, BGPv4+, BFD, Policy based routing, IPv4 and IPv6
tunnelling
657. Other Features
658. IGMP v1/v2/v3, PIM-DM/PIM-SM, Source Specific Multicast (SSM)
659. Routers should support AAA using RADIUS or TACACS
660. Routers should support Packet Filters like: Standard ACL and
Extended ACL
661. Routers should support Tunnels (GRE, IPSec)
662. Routers should support DES, 3DES, AES encryption
663. Routers should support MD5 authentication
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 292 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
664. Routers should support generation of SNMP traps and syslog
665. Routers should support Network address translation (NAT)
666. 4.1. Quality of Service (QoS) requirements
667. Routers should support Class-based queuing
668. Routers should support marking, policing and shaping
669. Routers should support Voice traffic optimization with features like
WRED and QoS
670. Performance Numbers
671. The router should have a minimum performance of 1.8Mpps
672. The router should have a minimum forwarding performance of 200
Mbps with IPSec and firewall features enabled
673. Should support other IP Services like GRE tunneling, ACLs, IPSEC
VPNs, Firewalling services
674. Management Features
675. Routers should support Configuration rollback
676. Support for accounting of traffic flows for Network planning and
Security purposes
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 293 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
677. Should support extensive support for SLA monitoring for metrics like
delay, latency, jitter, packet loss
678. Routers should support Software upgrades
679. Routers should support SNMPv2 and SNMPv3
680. Extensive debugs on all protocols
681. Shall support Secure Shell for secure connectivity
682. Should have to support Out of band management through Console and
an external modem for remote management
683. Pre-planned scheduled Reboot Facility
684. Real Time Performance Monitor – service-level agreement verification
probes/alerts
685. Minimum Configuration deliverable
686. 1. Should have minimum 4 x 10/100/1000 Base-T ports with
an option of 1000 Base-X SFP based ports in minimum of 2
nos. of ports
687. VPN ROUTER-TYPE II
688. General Specifications:
689. Chassis based & modular architecture with multicore processor for
scalability and should be a single box configuration for ease of
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 294 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
management.
690. Should support complete Firewall features
691. Should have integrated USB port/flash to provide console and storage
for configuration/image
692. Routers should have at least 2 open slots for LAN/ WAN modules
693. Routers should support large selective of modular LAN and WAN
connectivity options including Gigabit Ethernet and Fast Ethernet,
T1/E1, V.35/G.703 Serial, 3G Wireless (Both HSPA and CDMA)
interface modules.
694. Should have extensive debugging capabilities to assist in hardware for
problem resolution
695. Should support hardware assisted VPN acceleration.
696. Routers should have integrated redundant power supply
697. Routing protocols should support :
698. IPv4, IPv6, VRRP, Static Routes, RIPv1, RIPv2, OSPFv2, OSPFv3,
IS-IS, BGP, BGPv4+, BFD, Policy based routing, IPv4 and IPv6
tunnelling
699. Other Features
700. IGMP v1/v2/v3, PIM-DM/PIM-SM, Source Specific Multicast (SSM)
701. Routers should support AAA using RADIUS or TACACS
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 295 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
702. Routers should support Packet Filters like: Standard ACL and
Extended ACL
703. Routers should support Tunnels (GRE, IPSec)
704. Routers should support DES, 3DES, AES encryption
705. Routers should support MD5 authentication
706. Routers should support generation of SNMP traps and syslog
707. Routers should support Network address translation (NAT)
708. 4.2. Quality of Service (QoS) requirements
709. Routers should support Class-based queuing
710. Routers should support marking, policing and shaping
711. Routers should support Voice traffic optimization with features like
WRED and QoS
712. Performance Numbers
713. The router should have a minimum performance of 280 Kpps
714. The router should have a minimum forwarding performance of 10
Mbps with IPSec and firewall features enabled
715. Should support other IP Services like GRE tunneling, ACLs, IPSEC
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 296 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
VPNs, Firewalling services
716. Management Features
717. Routers should support Configuration rollback
718. Support for accounting of traffic flows for Network planning and
Security purposes
719. Should support extensive support for SLA monitoring for metrics like
delay, latency, jitter, packet loss
720. Routers should support Software upgrades
721. Routers should support SNMPv2 and SNMPv3
722. Extensive debugs on all protocols
723. Shall support Secure Shell for secure connectivity
724. Should have to support Out of band management through Console and
an external modem for remote management
725. Pre-planned scheduled Reboot Facility
726. Real Time Performance Monitor – service-level agreement verification
probes/alerts
727. Minimum Configuration deliverable
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 297 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
728. 2. Should have minimum 2 x 10/100/1000 Base-T onboard
ports
3. Should have minimum 2 x 10/100 Base-T ports
729. REPLICATION ROUTER
730. General Specifications:
731. Chassis based & modular architecture with multicore processor for
scalability and should be a single box configuration for ease of
management.
732. Should support complete Firewall features
733. Should have integrated USB port/flash to provide console and storage
for configuration/image
734. Routers should have at least 4 open slots for LAN/ WAN modules
735. Routers should support large selective of modular LAN and WAN
connectivity options including Gigabit Ethernet and Fast Ethernet,
T1/E1, V.35/G.703 Serial, E3 interface modules.
736. Should have extensive debugging capabilities to assist in hardware for
problem resolution
737. Should support hardware assisted VPN acceleration.
738. Routers should have integrated redundant power supply
739. Routing protocols should support :
740. IPv4, IPv6, VRRP, Static Routes, RIPv1, RIPv2, OSPFv2, OSPFv3,
IS-IS, BGP, BGPv4+, BFD, Policy based routing, IPv4 and IPv6
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 298 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
tunnelling
741. Other Features
742. IGMP v1/v2/v3, PIM-DM/PIM-SM, Source Specific Multicast (SSM)
743. Routers should support AAA using RADIUS or TACACS
744. Routers should support Packet Filters like: Standard ACL and
Extended ACL
745. Routers should support Tunnels (GRE, IPSec)
746. Routers should support DES, 3DES, AES encryption
747. Routers should support MD5 authentication
748. Routers should support generation of SNMP traps and syslog
749. Routers should support Network address translation (NAT)
750. 4.3. Quality of Service (QoS) requirements
751. Routers should support Class-based queuing
752. Routers should support marking, policing and shaping
753. Routers should support Voice traffic optimization with features like
WRED and QoS
754. Performance Numbers
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 299 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
755. The router should have a minimum performance of 1.8Mpps
756. The router should have a minimum forwarding performance of 200
Mbps with IPSec and firewall features enabled
757. Should support other IP Services like GRE tunneling, ACLs, IPSEC
VPNs, Firewalling services
758. Management Features
759. Routers should support Configuration rollback
760. Support for accounting of traffic flows for Network planning and
Security purposes
761. Should support extensive support for SLA monitoring for metrics like
delay, latency, jitter, packet loss
762. Routers should support Software upgrades
763. Routers should support SNMPv2 and SNMPv3
764. Extensive debugs on all protocols
765. Shall support Secure Shell for secure connectivity
766. Should have to support Out of band management through Console and
an external modem for remote management
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 300 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
767. Pre-planned scheduled Reboot Facility
768. Real Time Performance Monitor – service-level agreement verification
probes/alerts
769. Minimum Configuration deliverable
770. 1. Should have minimum 4 x 10/100/1000 Base-T ports with
an option of 1000 Base-X SFP based ports in minimum of 2
nos. of ports
771. FIREWALL
772. Architecture:
773. The appliance based security platform should be capable of providing
firewall and VPN functionality simultaneously.
774. The security appliance should have at least 8 GE interfaces and should
have at least 2 nos. of 10 GE S
775. Should have a minimum 2 nos.10/100/1000 Base-T interface for out-
of-band management purpose. Should also have a USB port for storage
of configuration and security credentials.
776. The platform should be based on real time, secure, embedded operating
system
777. The appliance should have in-built support for IPSec VPNs with DES,
3DES, AES (128 & 256bit) encryption.
778. High Availability Support Requirements:
779. The platform should support Stateful failover to prevent session losses
for firewall operation.
780. Should support Active/Standby or Active/Active failover mode.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 301 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
781. Should support LAN based failover option to support geographic
separation of the appliance within the campus for higher availability
using standard based VRRP..
782. On power up the platform should use built-in system monitoring &
diagnostics before going online to detect failure of hardware.
783. IKE keepalive should be supported that allows the devices to detect a
dead remote peer for IPSec redundancy.
784. The software on the platform should support online software
reconfiguration to ensure that changes made to a platform
configuration take place with immediate effect.
785. It should have redundant power supply.
786. Performance Requirements:
787. The security appliance should support firewall throughput of at least 10
Gbps .The appliance should support VPN throughput of 2 Gbps
788. Should support at least 2,000,000 concurrent connections scalable to
6,000,000.
789. Should support at least 100,000 connections per second
790. Should support VPN performance of atleast 10 Gbps and should
support upto 7000 tunnels.
791. The security appliance should support at least 255 Virtual LANs.
792. The security appliance should support virtual firewalls for logical
segregation of traffic flows.
793. Feature Requirements:
794. Should support RIP Version 2, and OSPF routing protocols.
795. Should support MD5 based authentication for both RIP and OSPF
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 302 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
796. Should support DHCP server & DHCP Relay Agent functionality
797. The platform should support for Static & Dynamic Network Address
Translation and also Port Address Translation
798. Should support NAT Transparency
799. Should support AES 128, 192 and 256 bit key sizes
800. The appliance should support VLAN and 802.1Q Tagging
801. Should have IPv6 networking feature. Should support dual stack of
IPv4 and IPv6.
802. Should support IPv6 ACL to implement security policies for IPv6
traffic.
803. Should support layer 2 transparent firewall modes where both side of
the firewall should belong to the same IP subnet, While the firewall is
working in layer 2 transparent mode, it should still provide layer 2-7
security services and should protect the system from network layer
attacks.
804. Should support access control based on layer 2 ether type field to
enable security implementations at layer 2.
805. Should support IP Multicast through IGMP and PIM to support secure
real-time multicast application which will have to pass through the
firewall.
806. The firewall will have to provide QoS service to ensure guaranteed
bandwidth, delay and jitter for real-time and mission critical traffic like
voice over other non-mission critical traffic.
807. Should support dynamic downloading and enforcement of ACLs on a
per-user basis once the user is authenticated with the device .
808. The security appliance should be able to protect the port-80 misuse to
block applications such as Instant Messaging like yahoo messenger,
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 303 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
MSN messenger etc.
809. Should be able to block popular peer-to-peer applications like Kaaza.
810. Should be able to inspect HTTP and FTP traffic when these are
deployed using non-standard ports i.e. when HTTP is not using port
TCP/80 and FTP is not using port TCP/21.
811. Should support the following HTTP security services - RFC
compliance, protocol anomaly detection, protocol tracking,
812. Should support the following FTP security services - protocol anomaly
detection, protocol tracking, NAT and PAT support, and dynamic port
opening & closing. The appliance should have the capability to enforce
what operations users and groups can perform within FTP sessions.
813. Should support IPv6 application inspection for HTTP,FTP
814. Should support the following H.323 security services/alg – H.323 v3 &
v4 with Direct Call Signaling, NAT & PAT support for H.323 services.
815. Should support the following SIP security services/alg – ability to
secure both UDP and TCP based SIP environments, NAT & PAT
based address translation support for SIP phones.
816. Should support inspection of H.323 and SIP voice traffic
817. Should support TCP stream reassembly and analysis, TCP traffic
normalization, flag and option checking, TCP packet checksum
verification services.
818. Should be able to protect “ARP spoofing” attacks at layer 2 by ARP
inspection to prevent malicious users from impersonating other hosts.
819. Should support HTTP, HTTPS and FTP filtering. Should support Java
and Active-x filtering.
820. Should support time based access list to control the usage of
application and resources based on time parameters.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 304 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
821. Should support checking of incoming /outgoing connections against a
dynamic database of known bad domain names and IP addresses, and
then logs any suspicious activity.
822. Appliance should support SNMP v3 for secure network management
and Netflow / Jflow (or equivalent) to provide administrators with
more comprehensive event logging information
823. Should be EAL3 or above certified
824. Minimum Configuration deliverable
825. Should have minimum 4 x 1 GE ports and 2 x 10 GE ports
826. AAA SERVERS
827. AAA Server should provide authentication services to all the users
connecting to the network, should enforce security policies on the end
stations.
828. Should offer centralized command and control for all user
authentication, authorization, and accounting from a Web-based,
graphical interface, and distribute those controls to hundreds or
thousands of access gateways in the network.
829. Should provide the manageability and administration of user access
through network devices like: routers, switches, firewalls, VPNs, voice
over IP (VoIP) and wireless solutions using IEEE 802.1x access
control
830. Should control administrator access and configuration for all RADIUS
enabled network devices in network. AAA server should provide
Automatic service monitoring, database synchronization, and
importing of tools for large-scale deployments. Should have support
for Lightweight Directory Access Protocol (LDAP) and Open
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 305 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
Database Connectivity (ODBC) user authentication
831. Support Flexible 802.1X authentication type, including Extensible
Authentication Protocol Transport Layer Security (EAP-TLS),
Protected EAP (PEAP), LEAP, EAP-Flexible Authentication via
Secure Tunneling (EAP-FAST), and EAP-Message Digest Algorithm 5
(EAP-MD5)
832. Support downloadable access control lists for any Layer 3 device,
including Routers, Firewalls, and VPNs
833. Support restrictions such as time of day and day of week, as well as
user and device group profiles.
834. Device command set authorization
835. Network access restrictions
836. User and administrative access reporting
837. Restrictions such as time of day and day of week
838. User and device group profiles
839. Should have a Web-based user interface to simplify and distribute
configuration for user profiles, group profiles.
840. Should be able to support large networked environments with support
for redundant servers, remote databases, and user database backup
services
841. Lightweight Directory Access Protocol (LDAP) authentication
forwarding support for authentication of user profiles stored in
directories from leading directory vendors, including Sun, Novell, and
Microsoft
842. Windows Active Directory and Windows NT database support to
consolidate Windows username and password management and uses
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 306 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
the Windows Performance Monitor for real-time statistics viewing.
843. Different access levels for each AAA Server administrator-and the
ability to group network devices-enable easier control and maximum
flexibility to facilitate enforcement and changes of security policy
administration over all the devices in a network.
844. The proposed AAA Server should be used across virtually any network
access server from the same vendor.
845. Router/Switch Software command authorization
846. Should offer token server support for any One-Time Password vendor
that provides an RFC-compliant RADIUS interface (such as
RSA/Secure Computing)
847. Should also provide dynamic quotas for time-of-day, network use,
number of logged sessions, and day-of-week access restrictions
848. Should act as a policy decision point in Policy Control deployments
using an external device. Using policies that are configured, it should
evaluate the credentials sent to it by Host Agent, determine the state of
the host, and send the AAA client ACLs that are appropriate to the host
state. Evaluation of the host credentials should enforce many specific
policies, such as OS patch level and antivirus DAT file version.
Policies should be evaluated locally by AAA Server or can be the
result returned from an external policy server to which the AAA Server
forwards credentials.
849. Should allow administrators to classify access requests according to
network location, membership in a network device group, protocol
type, or other specific RADIUS attribute values sent by the network
device through which the user connects. Authentication, access control,
and authorization policies should be mapped to specific profiles.
850. It should either be an appliance based solution or a software based
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 307 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
solution installable on a server
851. NMS
852. General Specification
853. The NMS should be capable of managing a large network of Wide
Area networking devices. It should provide for the following functions:
854. WAN/MAN monitoring
855. Troubleshooting
856. Traffic management
857. Access control
858. Device View
859. Complete topology of network in single window
860. It should give a graphical Web-based view for managing all network
node elements and provide for real time device status and operational
and configuration functions, all from a standard Web browser.
861. Should be capable of managing networks including Layer 2 device and
connectivity discovery, workflow application-server discovery and
management, detailed topology views, virtual and end-station tracking,
Layer 2 and 3 path-analysis tools, and IP phone user and path
information
862. Should quickly identifies the port level discrepancies and provide the
ability to automatically fix the problem.
863. Should allow the user to customize views into network management
application functionality or choose one of default.
864. Provide real-time, detailed fault analysis with trap forwarding, trap
generation, and email notifications capabilities.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 308 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
865. Should be able to configure, manage and monitor VLAN for the access
location LAN with the switches and routers.
866. Should support automated updates for device software and
configuration changes on a scheduled basis
867. It should provide analytical information about when WAN
characteristics are not being achieved and help administrator take
corrective action for the same.
868. It should provide for graphical reporting of real-time and historical
trends for WAN networks along with sophisticated analysis of network
usage, performance, and application response times.
869. It should provide for important inventory baseline information
including memory slots, software versions, and boot ROMs needed to
make decisions about the network.
870. It should provide for a comprehensive change-monitoring log for the
purpose of recording users and applications active on the network.
871. Should support management of the configuration of network
872. Should be able to be integrated with other NMS applications
873. Single installation of the NMS must support at least 5000 networking
devices.
874. Should be able to implement application-based policies defined based
on an application‟s requirements such as latency tolerance or time-of-
day/day-of month requirements. Application to be identified by
information within a traffic flow Differentiation can be based on:
Ether-type, VLAN ID, 802.1p, Soursc of Destination Port Number,
Source or Destination IP Address, Pre-marked DSCP, Protocol Type,
Type of Service, URL, and Deep Packet Filters.
875. Complete reporting status for policies deployed throughout.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 309 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
876. Should support User Based Policies, Policies specifically configured to
control user network access and resource access at the entry point of
the network. User Based policies may be QoS and/or security policies.
User based policies can be applied on an individual user or on a group/
department of users.
877. Should be able to define how much bandwidth an application should be
allowed in terms of a committed rate and burst size.
878. Should provide scalability and reliability for large networks and
interoperate with various management standards, including DiffServ,
IEEE 802.1p, COPS-PR and LDAP.
879. A close-loop analysis function should help verify that the policies are
delivering desired results.
880. Supports policies for access control, based on user profile and
RADIUS authentication.
881. Centralized Access Point Management: Provides networking security,
QoS, RF management and roaming for controlled access points,
Centralized Software updates, RF prediction, policy provisioning,
network optimization, troubleshooting, user tracking, security
monitoring, capability to create customizable attack signature files that
can be used to rapidly detect common RF-related attacks, such as
denial of service (DoS), Netstumbler, and FakeAP, and wireless LAN
systems management.
882. Policy creation and enforcement - to easily create virtual LAN
(VLAN), RF, quality of service policies, security policies, network
topology maps, Customized reports etc
883. Support Indoor and Outdoor Mesh APs using single Controller and
NMS and Access Points listing by location or SSIDs
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 310 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
884. Should support power management to turn on / off access point radios
periodically at scheduled intervals while leaving the access point
powered
885. Flexible Topology: Access points connect to the WLAN Security
Switches at Layer 2 or 3.
886. Should support tools to show the Air Quality at the access point and
identify the RF interferes that are affecting the client device.
887. Should support a customised dashboard that displays current /
historical information about wireless air quality, RF interference
events, and security alerts. The dashboard should include:
• Air Quality summary
• Network areas with the worst RF conditions
• Recent security risk interferes
888. Power over Ethernet: 802.3af compliant to provide power to access
points directly connected to the switch.
889. Latest Security Standards: Supports standards such as WPA, WPA2,
BO2, 111/802.1x with WEP, Dynamic: WEP, TKIP, CCMP, EAP-
TLS, TTLs and PEAP, PEAP-TLS.
890. User-based Policies: Enforces security and QoS policies based on
individual user or group identify not their device, initial access point or
physical port.
891. Virtual Service Groups: Can support up to 32 independent service
domains over a single infrastructure. Each service group can have its
own VLAN, subnet, AAA server(s), security and QoS policies,
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 311 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
892. Captive Portals: Each virtual service group can be assigned their own
authentication portal that can be customized with unique messages or
advertisements.
893. Guest Access Provisioning: A streamlined application equips front
desk personnel with the ability to quickly issue temporary guest IDs.
894. AAA Management: Can enforce multiple authentication options
including client MAC address, 802.1x or web-based authentication
with local or RADIUS based AAA.
895. Plug-in-lay/Plug-in-Grow: Recognizes new access points and
dynamically incorporates them into the WLAN system.
896. Performance report of controller, location server, radio utilization and
transmit power and channel.
897. Monitoring and Reporting: Provides detailed statistics on RF and user
activity.
898. Rogue Access Point protection: In addition to identifying, classifying
and locating rogue APs, the system an alert administrators, monitor to
APs activity and even contain the threat by orchestrating an RF attach
from neighbouring access points.
899. Wireless Threat Protection: Protects against RF attacks using a built-in
signature database. If a threat is identified, administrators are alerted
along with the location of the threatening device.
900. Management system should automatically discover individual devices
within a wireless network. This eliminates the need for manual
database configuration and maintenance, and provides accurate
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 312 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
information for capacity planning and troubleshooting purposes
901. LINK LOAD BALANCER
902. Hardware
903. Should be appliance based solution with purpose built hardware and
dual power supply.
904. Intel based Quad core CPU with 8 GB RAM to support multiple
features and load balancing functions.
905. The appliance should have minimum 4 triple speed gigabit
10/100/1000 copper ports.
906. The appliance should have 3 Gbps of system throughput and scalable
to 4 gbps on same appliance.
907. Should provide 2M concurrent connections and sclable to 4M.
908. Load balancing Features
909. Support for multiple internet links in Active-Active load balancing and
active-standby failover mode.
910. Should support Outbound load balancing algorithms like round robin,
Weighted round robin, shortest response, target proximity / dynamic
detection.
911. Should support inbound load balancing algorithms like round robin,
Weighted round robin, target proximity /dynamic detection.
912. Should support Static NAT, Port based NAT and advanced NAT for
transparent use of multiple WAN / Internet links.
913. IPV6 support with IPv6 to IP4 and IPv4 to IPv6 translation and full
IPv6 support.
914. In case of link failure, device should detect it in less than 30 seconds
and divert the traffic to other available links.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 313 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
915. Shall provide individual link health check based on physical port,
ICMP Protocols, user defined l4 ports and destination path health
checks.
916. Should provide mechanism to bind multiple health checks, support for
Application specific VIP health check and next gateway health checks.
917. Should support persistency features i.e. RTS (return to sender) and ip
flow persistence.
918. High Availability and Cluster
919. Should provide comprehensive and reliable support for high
availability based on
920. Per VIP based Active-active & active standby unit redundancy mode.
921. Statefull session failover with Connection mirroring support
922. Appliance should not have any limitations for connection mirroring
923. Should support USB based FFO link to synchronize configuration at
boot time of HA
924. Support for multiple communication links for real time configuration
synchronizations including HA group, gateway health check, decision
rules, SSF sessions etc.. and heartbeat information
925. Must have support for secondary communication link for backup
purpose
926. Should support floating IP address and group for statefull failover
support. Appliance must have support 256 floating IP address for a
floating group
927. should support built in failover decision conditions including unit
failover, group failover and reboot
928. should also have option to define customized rules for gateway health
check - the administrator should able to define a rule to inspect the
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 314 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
status of the link between the unit and a gateway
929. Configuration synchronization at boot time and during run time to keep
consistence configuration on both units.
930. Should support global load balancing algorithms like global round
robin (grr), VIP based weighted global round robin, global connection
overflow, global least connections, IP overflow, Proximity etc.,
931. Security and Application Performance
932. Should provide performance optimization using TCP connection
multiplexing, TCP buffering and IEEE 802.3ad link aggregation.
933. should support TCP optomization options including windows sacling,
timestamp & Selective Acknowledgement for enhanced TCP
transmission speed.
934. TCP optimization option configuration must be defined on per virtual
service basis not globaly.
935. optional software based compression for HTTP based application,SSL
acceleration and high speed HTTP processing on same appliance.
936. Should support QOS for traffic prioritization, CBQ , borrow and
unborrow bandwidth from queues.
937. Should provide QOS filters based on port and protocols including
TCP, UDP and ICMP Protocols.
938. Should support rate shaping for setting user defined rate limits on
critical application.
939. should support integrated firewall module to protect the device itself
from network based DOS and DDOS attacks.
940. Appliance should have security features like reverse proxy firewall,
Syn-flood and dos attack protection features from the day of
installation .
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 315 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
941. Centralized Management
942. Must provide single window centralized management for SSLVPN,
Application load balancer and link load balancer.
943. Must be appliance based centralized management solution in HA mode
not software based .
944. Management appliance should have 4GB memory and 4*10/100/1000
copper ports
945. Visibility to quickly identify and isolate performance problems in the
application, device or network problems
946. Real time monitoring, over 30 different types of Layers 2-7 system
status and traffic graphs with simultaneous views of multiple graphs
for each managed device
947. Perform software upgrades, rollback and patches on one or more
devices. Reuse configuration templates between similar devices or
device groups
948. should provide role based administration with different privilege levels
with audit logs for troubleshooting and compliance
949. The appliance should provide detailed logs and graphs for real time
and time based statistics
950. load balancer appliance must support multiple configuration files with
2 bootable partitions for better availability and easy upgrade / fallback.
951. The system should support led warning and system log alert for failure
of any of the power and CPU issues
952. SERVER LOAD BALANCER
953. Hardware
954. Should be appliance based solution with high performance purpose
built hardware.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 316 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
955. The appliance should have 4 GB RAM for support for multiple load
balancing functions
956. The appliance should have minimum 4 triple speed 10/100/1000 Mbps
gigabit copper ports
957. The appliance should have 1.5 Gbps of throughput and scalable to 2.3
Gbps without any additional hardware
958. Should have minimum 500,000 concurrent connection and scalable to
1M on same appliance.
959. Appliance should provide full ipv6 support and OEM should be IPv6
gold-certified. OEM should be listed vendor for ipv6 phase-2
certification.
960. Load balancing Features
961. The appliance should support layer 2 to layer 7 load balancing
962. The appliance should support server load balancing algorithms i.e.
round robin, weighted round robin, least connection, Persistent IP,
Hash IP, Hash Cookie, consistent hash IP, shortest response,
proximity, snmp, SIP session ID, hash header etc.
963. Should support one arm, reverse and transparent proxy mode
deployment scenarios and should support nested layer7 and l4 policies.
964. Should maintain server persistency based on source ip and destination
IP, http header, URL, cookie and SSL ID.
965. The appliance should support multi port, scripted and custom health
check with content verification
966. Should provide application & server health checks for well known
protocols i.e. ARP, ICMP, TCP, DNS, RADIUS, HTTP/HTTPS, RTSP
etc..
967. The appliance should have and/or relationship to check various
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 317 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
dependencies for the application delivery
968. should support layer4 and layer 7 load balancing for HTTP/HTTPS,
FTP/FTPS, SIP, RTSP , RDP, TCP, TCPS and UDP protocols
969. Should support grace full shut down of real services
970. Clustering and failover
971. Should provide comprehensive and reliable support for high
availability based on
972. Per VIP based Active-active & active standby unit redundancy mode.
973. Statefull session failover with Connection mirroring support
974. Appliance should not have any limitations for connection mirroring
975. Should support USB based FFO link to synchronize configuration at
boot time of HA
976. should have support for secondary communication link for backup
purpose
977. Support for multiple communication links for realtime configuration
synchronizations including HA group, gateway health check, decision
rules, SSF sessions etc.. and heartbeat information
978. Should have support for secondary communication link for backup
purpose
979. Should support floating IP address and group for statefull failover
support. Appliance should have support 256 floating ip address for a
floating group
980. should support built in failover decision conditions including unit
failover, group failover and reboot
981. should also have option to define customized rules for gateway health
check - the administrator should able to define a rule to inspect the
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 318 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
status of the link between the unit and a gateway
982. Configuration synchronization at boot time and during run time to keep
consistence configuration on both units.
983. The appliance should have software based site selection feature to
provide global load balancing features on same appliance
984. Should support global load balancing algorithms like global round
robin (grr), VIP based weighted global round robin, global connection
overflow, global least connections, IP overflow, Proximity etc.,
985. SSL Features
986. should provide Secure online application delivery using hardware-
based high performance SSL acceleration with minimum 700Mbps of
SSL throughput and 5,000 ssl TPS
987. The appliance should support Certificate format as
"OpenSSL/Apache, *.PEM", "MS IIS, *.PFX", and "Netscape, *.DB".
988. The appliance should have additional hardware card to perform the
SSL offloading / acceleration for 1024 and 2048 bit certificates.
989. The appliance should support use of password protect
Certificate/Private Key backup/restore to/from local disk or remote
TFTP server, and through WebUI
990. The appliance should support Self generates CSR (Certificate Signing
Request), self-signed Certificate and private key for specified host.
991. The appliance should support customization for SSL Error pages.
992. The appliance should support HTTP to HTTPS location header rewrite
for enhanced application delivery support
993. The appliance should have end to end ssl support to act as a SSL
Server and/or as SSL Client
994. Should support client certificate verification, certificate bases access
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 319 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
control, CRL's (HTTP, FTP ,LDAP) and OSCP protocol
995. Security and Application Acceleration
996. Should provide performance optimization using TCP connection
multiplexing, TCP buffering and IEEE 802.3ad link aggregation.
997. should support TCP optimization options including windows scaling,
timestamp & Selective Acknowledgement for enhanced TCP
transmission speed.
998. TCP optimization option configuration should be defined on per virtual
service basis not globally.
999. Appliance should provide real time Dynamic Web Content
Compression to reduce server load.
1000. should provide selective compression for Text, HTML, XML, DOC,
Java Scripts, CSS, PDF, PPT, and XLS Mime types.
1001. should provide have provision to define policy to skip compression
for selected trouble URL (RegEx, Web Objects) for the specified
Virtual.
1002. should provide Advanced high performance memory/packet based
Web cache; fully integrated with HTTP/HTTPS
1003. should provide support for customized cache rules including max
object size, TTL objects, refresh time interval etc..
1004. should provide detailed cache access statistics based on ip or http hosts
1005. should support cache refresh with CLI, XML-RPC input commands
and "PURGE" request
1006. The appliance should support transparent, layer 7 proxy and triangular
mode support
1007. The appliance should support L7 rule based application firewall to
protect the internal applications within base license
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 320 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1008. Appliance should have security features like reverse proxy firewall,
Syn-flood and dos attack protection features from the day of
installation .
1009. Centralized Management
1010. should be purpose built appliance based management and monitoring
solution not software based
1011. Management appliance should have 4GB memory and 4*10/100/1000
copper ports
1012. Visibility to quickly identify and isolate performance problems in the
application, device or network problems
1013. Real time monitoring, over 30 different types of Layers 2-7 system
status and traffic graphs with simultaneous views of multiple graphs
for each managed device
1014. Perform software upgrades, rollback and patches on one or more
devices. Reuse configuration templates between similar devices or
device groups
1015. should provide role based administration with different privilege levels
with audit logs for troubleshooting and compliance
1016. The appliance should provide detailed logs and graphs for real time
and time based statistics
1017. load balancer appliance should support multiple configuration files
with 2 bootable partitions for better availability and easy upgrade /
fallback.
1018. The system should support led warning and system log alert for failure
of any of the power and CPU issues
1019. KVM
1020. It should have a minimum of 16 ports.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 321 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1021. It should support minimum of two remote users and one local user at
each switch.
1022. This switch should have the following functionalities.
1023. It should take control of servers at BIOS Level
1024. It should facilitate both in-band & out-of band access.
1025. It should have dedicated 2 ports to integrate with intelligent power
strips to reset power of remote device at port level.
1026. Remote console level access of both Servers and serial devices such as
routers..
1027. Should support IPV6
1028. It should have facility to integrate with secure management devices. It
should support Virtual media enables remote USB connections and
support for smart card/CAC readers.
1029. Shall have 2 gigabit Ethernet ports and support 10/100/1000Mbps.
1030. Virtual Media Support of multiple media including .iso image files
1031. Shall have redundant power supplies installed.
1032. 19 inch rack mountable design.
1033. Browser based Management‟ for both remote and local using standard
browsers on Windows and/or Linux.
1034. Should support display resolution of 1600 X 1200 or better.
1035. Single window access to all the equipment connected to the switch,
equipment access logs, and event history and should send email alerts
based on log details as triggers.
1036. Absolute mouse synchronization.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 322 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1037. To connect all the ports of the supplied KVM switches to servers /
network elements, the required cables / accessories should be provided.
1038. The connectivity between the KVM and servers should be UTP using a
compatible server interface module with dual USB and has to support
BIOS level virtual media.
1039. Compliance from Approved Agency: UL, FCC, cUL, CE, VCCI,C-
Tick, CB
1040. Management Software
1041. The management software should provide unified, secure access to
KVM, serial and power ports of Data Centre devices via a Web
browser.
1042. The centralized management software can be installed on dedicated
Physical or virtual server having specific operating system providing
the administrator to put restrictions onto the server as per policies and
manage it.
1043. The software should work have open editable database.
1044. Centralized management software should provide “Hub and Spoke”
architecture allows for high availability and distributed access across
locations. Hub and spoke architecture based solution for failover and
replication of management database across locations
1045. It should provide policy and security based management of users and
devices connected to KVM
1046. It should be able to assign specific node access to a specific user.
1047. It should allow the administrator to access, manage and view all
equipment, users and access permissions from a single remote device.
1048. It should be able to integrate and manage the Virtual infrastructure.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 323 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1049. Should allow to integrate the RDP,VNC viewer, telnet and SSH
services to access the target servers and network appliances over IP.
1050. The system should provide the ability to monitor and measure the
power consumption of the datacenter. Generate reports on the power
consumption, comparative reports between individual racks, rows of
racks or a data center as well. Also The system should provide the
ability to calculate the cost of power consumption by a rack, a row of
racks or the data center as a whole in different currency values like
US$ and INR
1051. The Management software should natively integrate with ESX servers,
VMware Virtual Infrastructure, including Virtual Centre and Virtual
Machines and Citrix Zen virtual servers provide the ability to manage
them. It should provide a federated view of the virtual servers
1052. The system should easily integrate with the existing security
infrastructure, authenticating against our internal or external standards-
based services. Integration with LDAP, NT /AD, TACACS+, RADIUS
and RSA Secure ID is required
1053. It should support Virtual Media Deny, View and Control access
policies. Centralized management software will provide Access
Control List (ACL) and role segmentation for target equipment
including Virtual media access to individual server.
1054. Should be able to create unlimited users and allow a minimum of ten
concurrent users.
1055. It should log user activities (login/logout, connect/disconnect),
configuration changes at both appliance and managed devices, and
status changes of the connected appliances. All of these logs should be
forwarded to a network management system or enterprise notification
system via SNMP or syslog.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 324 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1056. Shall have security features that enable integration with Active
Directory or any other external authentication tools.
1057. Flexible session time-outs.
1058. It should allow: TCP/IP, HTTP/HTTPS, SSL, DNS, and
LDAP/LDAPS through network interfaces.
1059. It should be able to do Auto-discovery with devices connected for their
availability status, and alarms.
1060. Shall have flexible logging and reporting options with audit trails for
diagnostics and troubleshooting.
1061. Shall support viewing and management of active user sessions and
active ports in real time.
1062. Shall support authentication mechanism in active-active mode on a hub
and spoke architecture.
1063. The system should have the ability to measure and collect historic data
per rack, based on power consumed over period of time with graphical
reports on Kilowatt per hour.
1064. Should allow clients with all standard operating systems including
Windows 2003/2008 Server/XP, Windows Vista, RHEL AS 5.0 and
Fedora Core 4
1065. NIPS
1066. General/Architecture
NIPS shall be appliance based. No external Load balancers should
be required
1067. The NIPS shall detect unauthorized internal/external intrusion attempts
into the data centers of Chennai & Kolkata site and shall be able to
drop attack packets so as to prevent such attacks.
1068. Should allow stopping internet devices known to have malicious code
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 325 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
from accessing their internal networks. It can also prohibit access from
internal assets to known malware depots, based on DNS or IP address
intelligence
1069. The NIPS should provide Zero-Day-Threat-Coverage protection
against new threats before vulnerabilities are disclosed to the public
1070. NIPS system should provide protection for minimum 4 Gigabit inline Segments in a single Device
1071. The NIPS shall be capable to operate in a high-
availability mode. The HA should support active-active as well as
active-passive configurations.
1072. In the event of full power loss to the NIPS Platform, the interfaces
should switch over to the internal (where available) or external
relay allowing all traffic to pass unimpeded
1073. NIPS system should support MPLS and 802.1 Q tagged VLAN environment. IPS system should be capable to scan VLAN tagged frames bi-directionally for malicious content.
1074. NIPS Device should have minimum 8 X 1GE copper/Fiber Ports and 6
x 10 G port or more
1075. The appliance should have separate dedicated Ethernet interface for
management console. None of the monitoring ports should be used for
this purpose. Should have out-of-band management
1076. NIPS device should support redundant power supply
1077. Performance
1078. NIPS Device should have minimum 5 Gigabit IPS (Signature
Inspection) performances and should be capable of scaling up to 10
Gb/s on single device.
1079. NIPS throughput should be measured in Blocking mode not in
forwarding mode
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 326 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1080. The NIPS should support 1.5 Million concurrent Sessions or more
1081. The proposed IPS should provide intrusion prevention functionality out of the box, with 1500 plus filters enable in blocking mode by default
1082. The IPS should be capable of passing packets through a complete packet inspection at Layers 2-7 with a latency of less than 100 msec.
1083. Network protections
1084. Protect against DoS / DDoS flood attacks using behavioral analysis technology
1085. NIPS system should have Signatures for Virus, worms, backdoors, Trojans & malwares signatures developed in-house to avoid dependency on third party for signatures updates
1086. NIPS should have SYN flood protection
1087. NIPS should have protection for Zero day attack mitigation
1088. Protect against zero-minute malware spread
1089. Protect against port scanning, host scanning and ping sweeps
1090. It should have reputation engine inside with malware URL feed
1091. Should be able to correlate threat data from IPS with web app vulnerability data from web application assessment tools..
1092. NIPS should have data leakage features and inspect and block unwanted and sensitive content disclosure across multiple protocols. The NIPS should have inbuilt signatures for this purpose.
1093. NIPS should employ full seven-layer protocol analysis of over 150 internet protocols and data file format.
1094. Must be able to detect IPv6 attacks. NIPS should recognize/ cover both IPV 4 and IPV 6 addresses
1095. NIPS should have provision for prevention against SSL based Attack
1096. Should provide protection against shell command injections in content types like PDF, Ms Word, Excel, Power point and MS Dot net
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 327 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document intermediate language DLL file.
1097. Zero day attack protections
1098. Protect against HTTP Page flood attacks
1099. Protect against Brute force attacks
1100. Protect against web application vulnerability scanning
1101. Protect against VoIP service misuse attacks
1102. Protect against connection flood attacks
1103. NIPS system should have Access control list, which can define black and whitelist.
1104. Should provide Web application security and Web Browser Exploit Prevention.
1105. Should be able to identify and pre-empt injection attack by totaling and scoring specific key words and symbols in web request. This scoring should be customizable
1106. Has a built-in Injection Logic Engine
1107. Block attacks on SQL injection, LDAP injection, XML/Path language injection, JAVA script object notation (JSON) hijacking, Cross site request forgery attacks. (CSRF).
1108. Should provide protection against shell command injections in network protocols like HTTP, SMTP, IMAP, POP, IRC, FTP, DNS, Finger and RPC
1109. Security policies
1110. Security policies per segment
1111. Security policies per VLAN
1112. Security policies per Source/ Destination subnet
1113. Actions on Attack Detection
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 328 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1114. Block attacks in real time
1115. Drop Attack Packets
1116. Reset Connections
1117. Packet Logging
1118. Bandwidth Management
1119. Integrated bandwidth management and traffic shaping to provision dedicated bandwidth and burst bandwidth, enabling full control and optimization of application performance and SLAs.
1120. Rate shaping capability for provisioning Guaranteed and burst bandwidth
1121. Alerts
1122. Alerting SNMP
1123. Log File
1124. Syslog
1125. E-mail
1126. Security Maintenance
1127. NIPS Should support 24/7 Security Update Service
1128. NIPS Should support Real Time signature update
1129. NIPS Should support Automatic signature synchronization from database server on web
1130. NIPS Should support large number of Provision to add static own attack signatures
1131. Device Management & Reporting
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 329 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1132. NIPS system should have Centralized configuration, management & Reporting
1133. Management station should provide extensive event logging.
1134. Should provide GUI interface for configuration & reporting
1135. Should provide HTTP / HTTPS interface management
1136. Should provide SSH / Telnet / CLI interface
1137. Should support SNMP V1, V2c, V3
1138. OEM's Base & Warranty
1139. NIPS OEM Should be present in India for min. 5 Yrs
1140. NIPS OEM should have their own Technical Assistant Centre 24/7 online Tel./remote support in India/abroad and R&D Center in India/abroad.
1141. NIPS OEM should have of certified engineers in India for Onsite support
1142. HIPS
1143. Support available for the following operating systems:
Microsoft Windows
Solaris(SPARC)
Red Hat Enterprise Linux
SuSE Linux Enterprise Server
HP-UX
AIX
1144. Supports installation in VMware ESX guest OS
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 330 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1145. Supports automated/remote agent installation & upgradation
1146. Employs full, seven-layer, state-based protocol decoding and
analysis
1147. Protects Web applications by inspecting SSL-encrypted HTTP
traffic streams before they reach the application
1148. WEB SECURITY
1149. Solution should be appliance based for Web Proxy, Caching, Web
based Reputation filtering, URL filtering, Antivirus and Antimalware
in a single appliance
1150. Appliance should at least have Quad Core CPU, 4GB of RAM, 1.8
Tera Bytes of disk space and redundant power supply.
1151. Should be scalable up to 15,000 users
1152. Operating system of appliance should be secure from vulnerabilities
and hardened for web proxy and caching functionality.
1153. Should support explicit forward proxy mode and transparent mode of
deployment
1154. Should support configuration to use Split DNS. It should be able to
refer to different DNS for Different Domains e.g. (root dns for all
external domains and internal DNS for organization domain
1155. Should have facility to do IP spoofing.
1156. Should have provision of High Availability
1157. Unburdened performance of the appliance should be at least 3500
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 331 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
HTTP request per second considering 5 or 10 % user count & 1200
http requests per second under burdened environment.
1158. Average Latency should not be more than 5-15 milliseconds
1159. Should be a Fast Web Proxy and should support HTTP, FTP and
HTTPS proxy. It should also support HTTPS decryption and scanning
1160. Should be capable of blocking specific files downloads and based on
size and per user group basis. It should also provide option to block
object using MIME File types.
1161. Should allow administrator to define access to internet based on IP
addresses, range of IP addresses, subnet and CIDR basis. It should also
support to be forced for Authentication from Specific IP addresses,
Subnet or CIDR's
1162. Should support integration with active directory and/or LDAP. This
should allow administrator to define user or group based access
policies to Internet
1163. Should support Multiple Auth Servers / Auth Failover using Multi
Scheme Auth (NTLM and LDAP). It should also support
authentication exemption.
1164. Should support granular application control such as blocking specific
version of Internet Explorer, etc. Protocol blocking option should also
be available.
1165. Should detect and/or block Phone Home attempts and while scanning
65,535 network ports for all protocols on wire speed
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 332 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1166. Should support policy based HTTPS decryption based on URL
Categories and/or Web Reputation scores in order to enforce
acceptable use and security policies on decrypted data.
1167. Should Have Inbuilt Caching Mechanism with 100 GB of Caching
capacity and cache up to 1 GB of a single object.
1168. Appliance should have an inbuilt Anti Malware and Anti-Virus engine
that can scan HTTP, HTTPS and FTP traffic for all threats.
1169. Should provide Web Reputation Filters that examine every request
made by the browser (from the initial HTML request to all subsequent
data requests) – including live data, which may be fed from different
domains.
1170. Should support Reputation system which provides botsite protection,
URL Outbreak Detection, Exploit Filtering, Cross-site Scripting, SQL
Injection and invisible I-Frames.
1171. Should support Web Reputation Filters with capability to analyze more
than 200 different web traffic and network-related parameters to
accurately evaluate the trustworthiness of a URL or IP address
1172. Should have customizable setting in the Web Based Reputation
Services, like Allow, Scan and Block based on the scoring settings by
the Administrator.
1173. Should scan for Incoming and outgoing traffic.
1174. Should have an inbuilt URL filtering functionality with multiple pre-
defined categories and also support creation of custom URL categories
for allowing/blocking specific destinations as required by the
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 333 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
organization.
1175. Should have provision to enable Real Time Dynamic categorization
1176. Should have facility to inform end user with notification with a valid
reason as to why they have been blocked
1177. Support portal which give facility to end user to check URL category,
report mis-categorization in URL Category and also submit new URL
for categorization.
1178. Should support integration with dedicated off-box Data Loss
Prevention (DLP) solutions for deep content inspection for regulatory
compliance and intellectual property (IP) protection, incident severity
definition, case management and performance optimization.
1179. Remote support from principal company should be available via India
Toll Free and Email. The Support Portal access should be provided for
Case management, knowledgebase, new version information, tools etc.
The Support Engineers should be able to login to appliance using
secure tunneling methods such as SSH for troubleshooting purposes
1180. Should have diagnostic network utilities like telnet, traceroute,
nslookup and tcpdump/packet capture.
1181. Should provide seamless version upgrades and updates
1182. Should be manageable via HTTP or HTTPS and via command line
using SSH and For emergency, the appliance should have serial
console access
1183. Should have provision for separate Ethernet for managing the
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 334 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
appliance
1184. Should have highly scalable Proxy Log. The log formats shall include
Apache, Squid and W3C and the retention period should be
customizable
1185. Should provide Informative and exhaustive set of reports on User
Activity and URL filtering activities (GUI to report past activity, top
usage users and top malware threat)
1186. Support Reports on Bandwidth Consumed / Bandwidth saved
1187. Should provide off box reporting software for detailed reporting
activity
1188. Detailed report on IP basis should be provided on the L4 traffic
monitoring / Network Layer Malware Detection
1189. Support should cover all upgrades for the time period the licenses and
support purchased from principal vendor
1190. ANTI-VIRUS (SERVER & END POINT PROTECTION)
1191. Shall provide real-time/ on-access virus scanning services for the
following platforms (please indicate supported versions):
1192. (i) 32bit x86 Processor
1193. (ii) Intel x64 or AMD x64 Processor
1194. (iii) windows 2k, XP, 2003, Vista (32bit)
1195. (iv) windows XP, 2003, Vista (64bit)
1196. (v) Certified for Windows Vista. To leverage security functionality
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 335 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
built into Vista such as the Window Security Center.
1197. Product should support Windows 7, Windows Server 2008 Hyper-
Support for Windows 7 , Windows 2008 ,
1198. Comprehensive Protection
1199. Solution should have cloud-based threat intelligence combined with
traditional endpoint security technologies residing on the endpoint
1200. Solution should use correlated threat intelligence to determine if
threat activities are malicious
1201. Solution must provide real-time protection against opening or
saving malware files on the protected system
1202. Solution should provide proactive protection from malicious and
potentially dangerous websites to the endpoint
1203. Solution should protect client system against accessing malicious
websites whether the client system is on or off the corporate
network
1204. Solution shall provide continuous Virus protection and should be
able to perform updates regardless of whether the client is connected
to the management server or not
1205. Shall offer Web Reputation to prevent access to malicious websites
with accurate and comprehensive rating algorithm. Shall offer
support of approved list
1206. Shall offer web threat protection for roaming users 'on the network'
and 'off the network'
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 336 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1207. Solution should be integrated client/server security solution which
can protect networks from viruses, Trojans, worms, hackers,
network viruses, spyware, rootkits, and mixed-threat attacks
1208. Solution should have inbuilt capability to prevent malware outbreak
as service.
1209. Should support behaviour monitoring to cater unknown malware
1210. Provides immediate protection for endpoints, on or off the corporate
network
1211. Should have integrated or plug in Host Intrusion Prevention System
(HIPS) to prevent vulnerability exploits inside communications
allowed by the firewall
1212. Scanning capabilities
1213. Shall support multi-threading scan engine for maximum
performance
1214. Product should support intelligent scanning methods which
identifies true file type and scans only files that are vulnerable to
infection hence improving overall performance on the client
1215. Shall be able to perform different scan Actions based on the virus
type (Trojan/ Worm, Joke, Hoax, Virus, other)
1216. Solution should be able to scan ADS Files
1217. Safeguards endpoint mail boxes by scanning incoming POP3 email
and Outlook folders for Threats
1218. Powerful Detection & Cleaning
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 337 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1219. Able to detect and remove Spyware and Adware even after it is
installed and running on the computer.
1220. Shall terminate memory- resident virus processes
1221. Shall offer Enhanced Malware Cleanup Technologies - Intellitrap
and Generic Clean
1222. Shall offer detection and cleaning of rootkits
1223. Should have capability to control devices as Device control feature
1224. Must have Damage Cleanup Services to automates cleanup
capabilities
1225. Shall offer Anti-rootkit Technology with alternate kernel API to
handle active and hidden rootkits.
1226. Shall be able to restore spyware/grayware
1227. Shall offer Real-time lock down of client configuration – allow or
prevent users from changing settings or unloading/uninstalling the
software.
1228. solution shall be able to quarantine infected files automatically
1229. Improved performance
1230. Product should support incremental updates for virus pattern files,
damage cleanup services templates and engine, firewall rules,
spyware & greyware scan, cleanup patterns, client software. ( save
bandwidth )
1231. Should have strong technology to minimize client footprint and have
some mechanism o keep updates minimum at client PC for better
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 338 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
performance
1232. Product offered should be true hybrid technology for anti rootkit ,
powerful firewall , malware cleaning with high performance and
defining reputation of what is send and received
1233. Shall support "resume download" technology where interrupted
downloads continue from the last segment rather than resending the
complete file.
1234. Solution should have feature to offloads the bulk of patterns needed
for malware detection to a central scan server rather than
distributing patterns to every individual endpoint.
1235. Centralised management & control
1236. Shall provide a Web-based management console with SSL-based
encryption support for secure browser access
1237. Solution should have web based management console to set
coordinated security policies and deploy automatic updates on every
client and server.
1238. Shall support centralized Spyware and Adware detection and
automatic removal from the same console as the desktop antivirus
servers.
1239. Should automatically Integrate with Central monitoring / reporting
feature for Management
1240. Shall support centralized deployment of pattern file and roll-back
from the centralised management server. Shall be able to revert to
previous pattern files if there is a problem with the new file.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 339 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1241. Shall offer centrally managed Client Firewall and IDS
1242. Enables centralized management with a single, web-based console
1243. Integration Capabilities
1244. Shall offer support for HCAP protocol or equivalent.
1245. Easily integrates with Active Directory to retrieve and synchronize
information on endpoints and report on policy compliance
1246. Modular Architecture
1247. Shall offer Plug-in-architecture to support deployment of new
security functionalities without having to repackage and reinstall the
entire client.
1248. Deployment/Administration Ease
1249. Shall offer multiple deployment methods - internal web page, login
script setup, client package, windows remote install, client disk
image, automated installation by network scanning and Microsoft
systems management server
1250. Shall support grouping of clients into domains for easier
administration
1251. Establish separate configuration for internally versus externally
located machines ( Policy action based on location awareness )
1252. Alerts / Notifications
1253. Shall offer customizable & standard notifications via - SMTP,
SNMP, Pager, NT Event Log
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 340 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1254. Virtualization Support
1255. Solution should work in virtualized environment
1256. SERVERS SPECIFICATIONS
1257. DATABASE SERVERS
1258. The latest server line from the vendor shall be quoted. All servers shall
be Blade / Chassis based configuration
1259. All database servers shall be capable of being partitioned into
minimum of 2-4 partitions.
1260. All database servers quoted shall have same processor.
1261. All database servers should be of the same make and model
1262. The server roadmap needs to be submitted.
1263. Processor
1264. The latest version of 64-bit, high performance RISC or EPIC or X-86
architecture processors (Based on solution offered by the bidder) at
the time of submission shall be offered.
1265. Minimum clock speed to be offered will be as per latest speed with the
OEM in the offered servers / processors.
1266. The largest cache available at the time of submission in the model shall
be quoted.
1267. The processor roadmap needs to be submitted.
1268. The server should be scalable to at least 4 processor and 24 cores. Each
server should be populated with minimum of 2 processors and 12 core
1269. Performance
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 341 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1270. The performance per core in terms of tpmC / SPECint_rate2006 will
be calculated based on the published benchmark result for the server.
The benchmark should be for the same processor (version, generation,
clock speed & cache) as proposed.
1271. The published benchmark result(s) certificate need to be submitted.
If extrapolation is used then the formula and values used must be
provided along with the published benchmark result(s) certificate for
base values used in the extrapolation. AAI shall consider the
performance parameters in Technical evaluation.
1272. Memory
1273. Memory - minimum 8.0 GB per core
1274. DDR3 /FBDIMM memory with ECC or equivalent memory
protection (with latest speed).
1275. Disk
1276. The server / partition(s) shall be booted from internal disks or SAN-
attached disk (Additional Capacity than minimum specified in the
tender need to provisioned by the bidder for SAN Boot).
1277. Each partition should have minimum two or more number of
SCSI/SAS/FC Disks for storing OS, DB binaries and memory swap
(twice the RAM in the partition). Disk spindles of minimum 600 GB,
10000 rpm, Hot Swappable type should be used for this purpose. The
higher no of Disks shall be provisioned based on solution
1278. The boot disks shall be mirrored.
1279. I/O Subsystem
1280. 4x8 Gbps FC Ports per Server
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 342 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1281. 4 x 10 Gigabit Full Duplex Ethernet ports with need based support for
1000 Mbps using suitable TX/RX modules to be offered with the
solution.
1282. Partitioning & Virtualization
1283. Virtutualization should be OS based without using any 3rd
party
application. OEM based partitioning tools Hardware Partitioning and
Virtualization can be used.
1284. Each partition shall have its own operating system instance (kernel)
which can be updated independently of other partitions.
1285. Each partition should be able to dynamically (without rebooting the
partition) add and remove system resources - processors, memory and
I/O adapters.
1286. Software faults on one partition should not impact other partitions. An
error/fault in one partition should not bring the entire system or other
partitions down.
1287. Each partition shall have the capability to start-up and shut-down
independently without affecting any other partition on the same server.
1288. Partitions should have security isolation from one another.
1289. Miscellaneous
1290. System management should be through a dedicated adapter / integrated
system management port.
1291. Fully redundant and hot swappable power supply units and cooling fans
in the chassis. Power Supply & Fan redundancy should be for
Maximum Configuration.
1292. Operating System
1293. Latest generation of 64-bit UNIX / Linux / Windows operating system
as per solution requirement.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 343 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1294. The OS should support Virtualization & Clustering. The solution will
use either the OS based Clustering or Database Based Clustering. Any
3rd
Party Clustering tool if used should be licensed and maintainable
during the complete contract period.
1295. The OS licensing should be as per Site requirements.
1296. System Management Capabilities
1297. Partition management software having dynamic configuration feature
with GUI/ Web interface. Management console, if required, for the
same to be provided
1298. System management software with capabilities to
Discover systems including physical and network components,
Collect comprehensive platform and operating system inventory
data,
Monitor health and system status,
Manage system alerts,
Perform remote access, including transferring files, to servers
Perform power management function on servers
Monitor processes and resources, and set critical thresholds send
notifications when triggered
Manage operating system resources and processes
Manage updates for maintaining current versions of OSes,
device drivers, firmware BIOS, and server code.
1299. Form Factor
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 344 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1300. Blade / Chassis Based as per solution
1301. Other features
1302. Support persistant storage (WWN) and network (MAC Add) identities,
equipping datacentre to handle predictable and unplanned change
1303. SD Card Access for fast deployment
1304. Each Server Unit shall have access to DVD-ROM drive to be
provisioned in the solution.
1305. AODB, RMS, ENTERPRISE & NETWORK MANAGEMENT
TOOLS, REPORTING SERVERS & INTEGRATION
SERVERS, DHCP, AV, WEB PUBLISHING, AAA ETC (FOR
DC/ DR AT CHENNAI & KOLKATA)
1306. The latest server line from the vendor shall be quoted. All servers shall
be Blade / Chassis based configuration
1307. All Application servers shall be capable of being partitioned into
minimum of 2-4 partitions.
1308. All Application servers quoted shall have same processor.
1309. All Application servers should be of the same make and model
1310. The server roadmap needs to be submitted
1311. Processor
1312. The latest version of 64-bit, high performance RISC or EPIC or X-86
architecture processors (Based on solution offered by the bidder) at
the time of submission shall be offered.
1313. Minimum clock speed to be offered will be as per latest speed with the
OEM in the offered servers / processors.
1314. The largest cache available at the time of submission in the model shall
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 345 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
be quoted.
1315. The processor roadmap needs to be submitted.
1316. The server should be scalable to at least 4 Processors and 16 cores.
Each server should be populated with minimum of 2 Processors and 8
core
1317. Performance
1318. The performance per core in terms of tpmC / SPECint_rate2006 will
be calculated based on the published benchmark result for the server.
The benchmark should be for the same processor (version, generation,
clock speed & cache) as proposed.
1319. The published benchmark result(s) certificate need to be submitted.
If extrapolation is used then the formula and values used must be
provided along with the published benchmark result(s) certificate for
base values used in the extrapolation. AAI shall consider the
performance parameters in Technical evaluation.
1320. Memory
1321. Memory - minimum 4.0 GB per core
1322. DDR3 /FBDIMM memory with ECC or equivalent memory
protection (with latest speed).
1323. Disk
1324. The server / partition(s) shall be booted from internal disks or SAN-
attached disk (Additional Capacity than minimum specified in the
tender need to
provisioned by the bidder for SAN Boot).
1325. Each partition should have minimum two or more number of
SCSI/SAS/FC Disks for storing OS, DB binaries and memory swap
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 346 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
(twice the RAM in the partition). Disk spindles of minimum 600 GB,
10000 rpm, Hot Swappable type should be used for this purpose. The
higher no of Disks shall be provisioned based on solution
1326. The boot disks shall be mirrored.
1327. I/O Subsystem
1328. 4x8 Gbps FC Ports per Server
1329. 4 x 10 Gigabit Full Duplex Ethernet Ports with need based support for
1000 Mbps using suitable TX/RX modules to be offered with the
solution.
1330. Partitioning & Virtualization
1331. Virtutualization should be OS based without using any 3rd
party
application. OEM based partitioning tools Hardware Partitioning and
Virtualization can be used.
1332. Each partition shall have its own operating system instance (kernel)
which can be updated independently of other partitions.
1333. Each partition should be able to dynamically (without rebooting the
partition) add and remove system resources - processors, memory and
I/O adapters.
1334. Software faults on one partition should not impact other partitions. An
error/fault in one partition should not bring the entire system or other
partitions down.
1335. Each partition shall have the capability to start-up and shut-down
independently without affecting any other partition on the same server.
1336. Partitions should have security isolation from one another.
1337. Miscellaneous
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 347 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1338. System management should be through a dedicated adapter / integrated
system management port.
1339. Fully redundant and hot swappable power supply units and cooling fans
in the chassis. Power Supply & Fan redundancy should be for
Maximum Configuration.
1340. Operating System
1341. Latest generation of 64-bit UNIX / Linux / Windows operating system
as per solution requirement.
1342. The OS should support Virtualization & Clustering. The solution will
use either the OS based Clustering or Database Based Clustering. Any
3rd
Party Clustering tool if used should be licensed and maintainable
during the complete contract period.
1343. The OS licensing should be as per Site requirements.
1344. System Management Capabilities
1345. Partition management software having dynamic configuration feature
with GUI/ Web interface. Management console, if required, for the
same to be provided
1346. System management software with capabilities to
Discover systems including physical and network components,
Collect comprehensive platform and operating system inventory
data,
Monitor health and system status,
Manage system alerts,
Perform remote access, including transferring files, to servers
Perform power management function on servers
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 348 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
Monitor processes and resources, and set critical thresholds send
notifications when triggered
Manage operating system resources and processes
Manage updates for maintaining current versions of OSes,
device drivers, firmware BIOS, and server code.
1347. Form Factor
1348. Blade Based as per solution
1349. Other features
1350. Support persistant storage (WWN) and network (MAC Add) identities,
equipping datacentre to handle predictable and unplanned change
1351. SD Card Access for fast deployment
1352. Each Server Unit shall have access to DVD-ROM drive to be
provisioned in the solution.
1353. INTEGRATION SERVERS, DHCP ETC (FOR 8 LOCATIONS
AT AHMEDABAD, GUWAHATI, TRIVANDRUM, CALICUT,
JAIPUR, PUNE, MANGALORE & TRICHY)
1354. The latest server line from the vendor shall be quoted. All servers shall
be Rack based configuration
1355. All Application servers shall be capable of being partitioned into
minimum of 2-4 partitions.
1356. All Application servers quoted shall have same processor.
1357. All Application servers should be of the same make and model
1358. The server roadmap needs to be submitted
1359. Processor
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 349 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1360. The latest version of 64-bit, high performance X-86 architecture
processors (Based on solution offered by the bidder) at the time of
submission shall be offered.
1361. Minimum clock speed to be offered will be as per latest speed with the
OEM in the offered servers / processors.
1362. The largest cache available at the time of submission in the model shall
be quoted.
1363. The processor roadmap needs to be submitted.
1364. Each server should be populated with minimum 2x6 Core Processors
1365. Performance
1366. The performance per core in terms of tpmC / SPECint_rate2006 will
be calculated based on the published benchmark result for the server.
The benchmark should be for the same processor (version, generation,
clock speed & cache) as proposed.
1367. The published benchmark result(s) certificate need to be submitted.
If extrapolation is used then the formula and values used must be
provided along with the published benchmark result(s) certificate for
base values used in the extrapolation. AAI shall consider the
performance parameters in Technical evaluation.
1368. Memory
1369. Memory - minimum 4.0 GB per core
1370. DDR3 /FBDIMM memory with ECC or equivalent memory
protection (with latest speed).
1371. Disk
1372. The server / partition(s) shall be booted from internal disks.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 350 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1373. Each Server should have minimum Eight (8) or more number of SAS
Disks for storing OS, DB binaries and memory swap (twice the RAM
in the partition). Disk spindles of minimum 900 GB or more, 10000
rpm. The higher no of Disks shall be provisioned based on solution.
The RAID controller should be with 1GB Cache.
1374. The boot disks shall be mirrored.
1375. I/O Subsystem
1376. Ethernet Adapters
2x10/100/1000 Full Duplex
1377. Partitioning & Virtualization
1378. Virtutualization should be OS based without using any 3rd
party
application. OEM based partitioning tools Hardware Partitioning and
Virtualization can be used.
1379. Each partition shall have its own operating system instance (kernel)
which can be updated independently of other partitions.
1380. Each partition should be able to dynamically (without rebooting the
partition) add and remove system resources - processors, memory and
I/O adapters.
1381. Software faults on one partition should not impact other partitions. An
error/fault in one partition should not bring the entire system or other
partitions down.
1382. Each partition shall have the capability to start-up and shut-down
independently without affecting any other partition on the same server.
1383. Partitions should have security isolation from one another.
1384. Miscellaneous
1385. Fully redundant and hot swappable power supply units and cooling fans
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 351 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
in the chassis. Power Supply & Fan redundancy should be for
Maximum Configuration..
1386. Operating System
1387. Latest generation of 64-bit Linux / Windows operating system as per
solution requirement.
1388. The OS should support Virtualization & Clustering. The solution will
use either the OS based Clustering or Database Based Clustering. Any
3rd
Party Clustering tool if used should be licensed and maintainable
during the complete contract period.
1389. The OS licensing should be as per Site requirements.
1390. System Management Capabilities
1391. Partition management software having dynamic configuration feature
with GUI/ Web interface. Management console, if required, for the
same to be provided
1392. System management software with capabilities to
Discover systems including physical and virtual servers and
storage systems and network components,
Collect comprehensive platform and operating system inventory
data,
Monitor health and system status,
Manage system alerts,
Perform remote access, including transferring files, to servers
Perform power management function on servers
Monitor processes and resources, and set critical thresholds send
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 352 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
notifications when triggered
Manage operating system resources and processes
Manage updates for maintaining current versions of OSes,
device drivers, firmware BIOS, and server code.
1393. Form Factor
1394. Rack (2U)
1395. Other features
1396. Each Server Unit shall have access to DVD-ROM drive to be
provisioned in the solution
1397. ENTERPRISE MANAGEMENT TOOL
1398. AAI has procured a centralized EMS system with the following management modules from CA: CA Spectrum Network Fault Manager Suite
CA Ehealth Network Performance Manager Suite Unicenter Network Systems Management Unicenter Management For Microsoft Exchange
CA Insight For Database Performance Management CA Wily Introscope Suite
CA Access Control
- - -
1399. General Requirements
1400. The proposed tools for this EMS solution should tightly integrate with the above mentioned monitoring systems and extend
management consoles to provide a unified view of AAI infrastructure components.
1401. The Enterprise Management solution should be deployed at primary
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 353 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
Datacenter.
1402. Bidder‟s solution should include SLA & Contract management to
support defining and calculating SLA Parameters based on clauses in SLAs including Penalty in SLAs..
1403. The bidder should propose solution to manage service availability
of the entire infrastructure by identifying critical services, the infrastructure they depend on and the business processes they support. Identify all the components for each service including:
1404. • Network
1405. • Systems
1406. • Database and
1407. • Applications
1408. The EMS needs to aggregate events and performance information
from the domain managers and tie them to service definitions. This capability is critical to having complete view of the performance and availability of the service being managed. The EMS should
automatically document problems and interruptions for services and integrate with service level management for reporting on service level agreements (SLAs).
1409. The proposed Enterprise Management Solution should provide monitoring of the infrastructure and performance reporting. The basic components for this solution are given in subsequent paras
1410. Solution Component Details
1411. Network Fault Management – to provide fault management of the network Infrastructure
1412. Performance Management – Provide performance management across key parts of the infrastructure. The so lu t ion shou ld
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 354 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
integrate network, system and database performance information. It should allow identifying trends in performance in order to avert possible service problems.
1413. Systems Management – providing monitoring of server and database environment that supports critical services.
1414. Application Performance Management – for analyzing critical performance parameters of web applications based on monitoring live transactions
1415. Data Base Management
1416. REQUIREMENTS FOR NETWORK FAULT MANAGEMENT
SYSTEM
1417. The proposed Network Fault Management System should provide
management capabilities for number of devices proposed under the Bidders solution proposal.
1418. The proposed solution should provide the following features:
1419. The Network Management System (NMS) must be capable of automatically discovering manageable elements connected to the network and mapping the connectivity between them.
1420. The system should provide discovery & inventory of heterogeneous physical network devices like Layer-2 & Layer-3 switches,
Routers and other IP devices and do mapping of LAN & WAN connectivity with granular visibility up to individual ports level.
1421. The modeling of network connectivity must be performed using
standard or vendor-specific discovery protocols to ensure speed and accuracy of the network discovery
1422. The system must be able to support mapping and modeling of the infrastructure grouped by network connectivity, physical location of equipment and user groups or departments
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 355 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1423. The system should support maps grouped by network topology, geographic locations of the equipment and user group/departments. These should help in understanding physical Network, virtual
Network services and the relationships between them.
1424. It shall be possible to reduce the set of displayed devices in the
topology views by flexible rules, based on the attribute contents stored with each device.
1425. The system must also support manual modeling adjustments to
allow administrators to customize the structure, the layout and relationship between modeled elements
1426. The system must provide visualization tools to display network topology and device to device connectivity. The system must also be able to document connectivity changes that were discovered
since the last update.
1427. The system must leverage vendor-specific protocols to ensure network discovery and mapping are performed with high accuracy,
speed and efficiency
1428. The system must provide a user-configurable event to alarm mapping
system that sets a differentiation that events do not necessarily need an alarm to be generated
1429. The proposed solution should provide out of the box root cause
analysis with multiple root cause algorithms inbuilt for root cause analysis.
1430. The system must use advanced root-cause analysis techniques like Inductive modeling technology as well as Model-based and Policy-based condition correlation technology for comprehensive
analysis of network faults.
1431. It should provide an intuitive User Interface for defining conditional correlation of the events.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 356 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1432. It should have a strong event correlation engine which can correlate the events on the basis of event pairing.
1433. The system must have a fault-tolerance feature built-into the primary management server to meet high availability requirements.
1434. The network database must be stored in a duplicated copy
fully synchronized automatically between the primary and secondary system to ensure high level of readiness for the secondary server to assume management responsibility.
1435. The system must have intelligence and ability to understand impact of devices under maintenance and do not generate alarms for
outages introduced by the maintenance work
1436. The system must not generate multiple alarms of the same type for the same device but only show the number of repeated occurrences.
This is to reduce the number of alarms that needs to be managed at the operations centre
1437. The system must be able to „filter-out‟ symptom alarms and deduce the root cause of failure in the network automatically
1438. The system must provide an auto-calculated impact analysis of
individual element failure to provide the operator and administrator understanding of the impact of the failure onto other elements in the network
1439. The system must support outgoing notification integration to helpdesk or trouble ticketing system
1440. The system should support creating and monitoring of rising or falling thresholds with respect to basic key performance indicators for network, system and application infrastructures and provide
immediate notification when service metrics fall outside the baselines.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 357 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1441. The system needs to support concurrent multi-user access to the management system, enabling multiple read-write access to different areas of the management domain
1442. The system should have self-certification capabilities so that it can easily add support for new traps and automatically generate alarms
1443. The system should support secure device configuration capture and upload and There by detect inconsistent “running” and “startup” configurations.
1444. The system should be able to clearly identify configuration changes as root cause of network problems
1445. The tool should provide sufficient reports pertaining to asset and change management, alarms and availability of critical network resources as well as network response times for critical links
1446. The tool should provide a detailed service dashboard view indicating the health of each of the departments / offices in the
organization and the health of the services they rely on as well as the SLAs.
1447. The system should provide an outage summary that gives a
high level health indication for each service as well as the details and root cause of any outage.
1448. REQUIREMENT FOR PERFORMANCE MANAGEMENT
SYSTEM
1449. The proposed Performance Management System should be capable of analyzing the performance of the network as well as the
systems in the infrastructure. The solution should monitor network, system and database performance and ensure consistent availability and performance of the network and other
intranet services across the infrastructure. The proposed solution should enable multiple tasks such as ensuring the availability and
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 358 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
performance of the network, documenting service levels, managing capacity and accurately planning for future growth. It should isolate the source of performance degradation throughout the
network and provide consistent reporting across a heterogeneous network and system infrastructure.
1450. The proposed Network Performance Management System should provide performance management and reporting capabilities for number of devices proposed under the bidders
solution.
1451. The Proposed Network Performance Monitoring solution should:
1452. Collect, analyze and summarize management data from LAN/WAN, MIB-II interfaces, various systems and services for
performance management.
1453. Diagnose performance problems using recent and historical data and
help in taking corrective measures before user service quality goes down.
1454. Identify over-and under-utilized links and assist in maximizing
the utilization of current resources.
1455. Provide availability, service levels, response time and
throughout of various Internet/web Services e.g. DNS, HTTP, SMTP etc.
1456. Provide easy to read representations of health, utilization, latency and availability.
1457. Provide Real time network monitoring and Measurement offend-
to-end Network/system performance & availability to define service levels and further improve upon them.
1458. Identify how device resources are affecting network performance, document current network performance for internal use and service
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 359 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
level agreements (SLA).
1459. The following performance reports shall be produced.
1460. Executive Summary report that gives an over all view of a group of
elements, showing volume and other important metrics for the technology being viewed.
1461. Capacity Planning report which provides a view of under-and-over-
utilized elements.
1462. Service Level report that shows the elements with the worst
availability and worst response time-the two leading metrics used to monitor SLAs.
1463. Enable customization flexibility of performance reports.
1464. Provide a live trend diagram displaying the various resource utilization levels of various critical devices and links in the managed infrastructure.
1465. Provide a live exceptions diagram displaying the various health and threshold exceptions that are occurring in the managed infrastructure.
1466. Capability to configure different polling speeds for different devices in the managed infrastructure with capability to poll critical devices
using 30 second poll periods.
1467. Monitor and report on availability, delay of target IP nodes – i.e. router interfaces and also monitor and provide reports on historical
utilization of CPU, memory of critical monitored servers running SNMP and system agents.
1468. Auto-calculate resource utilization baselines for the entire managed systems and networks and allow user to set corresponding upper and lower threshold limits.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 360 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1469. Provide Latency (both one way and round trip times) report for critical devices and links.
1470. Provide reports on the basis of intelligent algorithms like Time Over threshold (TOT) and Deviation from Normal (DFN).
1471. REQUIREMENTS FOR SERVER PERFORMANCE
MONITORING SOLUTION
1472. The Proposed Server Performance Monitoring solution should:
1473. Monitor various operating system parameters such as processors, memory, files, processes, file systems, etc. where applicable, using
agents on the servers to be monitored.
1474. Configure the operating system monitoring agents to monitor based on user-defined thresholds for warning/critical states and
escalate events to event console of enterprise management system.
1475. Integrate with enterprise management system and support operating
system monitoring for various platforms including Windows, UNIX and Linux.
1476. Monitor various operating system parameters depending on the
operating system being monitored yet offer a similar interface for viewing the agents and setting thresholds.
1477. Should provide SNMP-based monitoring for the following:
1478. System Performance Statistics like CPU, Memory, Partition, Processes etc.
1479. Platform Configuration information including Hardware and Software Configuration
1480. System Self-monitoring capabilities using OID self-monitoring
1481. Remote Monitoring and Alarming through polling and support for
Traps
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 361 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1482. Application extensions for specific monitoring (like Service Response, Mail and Database etc.)
1483. Should be a light-weight agent with negligible impact on the system load (less than 10 MB system RAM and not more than 50 MB disk space for the base agent)
1484. Support monitoring the following server parameters:
1485. Processors: Each processor in the system should be monitored for CPU utilization. It should compare Current utilization against user specified warning and critical thresholds.
1486. File Systems: Each file system should be monitored for the amount of file system space used, which should be compared to user-defined
warning and critical thresholds.
1487. Files: File attributes, such as overall file size, time-stamp change, and file growth between intervals should be monitored.
1488. Log Files: Logs should be monitored to detect faults in the operating system, the communication subsystem, and in
applications. System agents should also analyze log files residing on the host for specified string patterns.
1489. System Processes: System agents should provide real-time collection
of data from all system processes. Using this it should help identify whether or not an important process has stopped unexpectedly. It
should provide an ability to automatically restart Critical processes.
1490. Memory: System agents should monitor memory utilization and available swap space and should raise an alarm in event of threshold
violation.
1491. DATABASE MANAGEMENT SOLUTION REQUIREMENTS
1492. Database Management solution should be able to provide a
comprehensive monitoring, diagnostic and performance
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 362 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
management. It should provide real-time and historical operational database monitoring, diagnostic troubleshooting and end-to-end performance management of database internals, capture
of SQL transactions, CPU, Memory and I/O usage.
1493. It should be able to automate monitoring, data collection and analysis
of performance from single point.
1494. It should also provide the ability to set thresholds and send notifications when an event occurs, enabling database administrators
(DBAs) to quickly trace and resolve performance-related bottlenecks.
1495. With respect to user-defined parameters, the tool should report
conditions that exceed thresholds and automatically takes corrective actions.
1496. The event management system must send alerts for an array of server
conditions, including inadequate free space, runaway processes, high CPU utilization and inadequate swap space.
1497. The tool should have the ability to create real-time or historical custom graphs and stacks for comparison, correlation and trending across any collected database or database server.
1498. The database performance management solution must support historical archive store for performance information in a compressed time-series form. DBAs should be able to drill down
through layers of data to discover the cause of a condition occurring with the databases, operating system or network. These historical reports must also be usable to perform trend analysis and
capacity planning.
1499. The database performance management solution must be able to
trace, analyze and tune resource-consuming SQL statements.
1500. The database performance management solution must have a console to enable users to monitor, analyze and take corrective
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 363 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
action from a centralized point. It should also include a platform-independent, browser-based console to monitor performance from remote locations.
1501. APPLICATION PERFORMANCE MANAGEMENT
SOLUTION REQUIREMENTS
1502. Application Performance Management solution should identify,
prioritize and resolve defective transactions or problem incidents to ensure applications deliver consistent value its users. The proposed solution should have near-zero overhead approach and
flexibility to monitor the end-to-end performance of complex web applications. It should provide comprehensive view into application allow to identify performance problems whether inside the
application itself, the application server, or in back-end transactional and supporting systems. It should allow you to isolate bottlenecks in the application all the way down to individual Servlets, JSPs,
EJBs, Classes, Methods, and more.
1503. The proposed solution should be able to monitor any Java / .NET
based application.
1504. The proposed solution should monitor live production application components, J2EE services, and JVM resources from inside the
Java application without the need for deploying outside the application server.
1505. The proposed tool should use live transactions instead of simulated synthetic testing approach to generate application performance reports and data.
1506. The proposed solution should determine if the cause of performance issues is inside the Java application, in connected back-end systems or at the network layer.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 364 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1507. The proposed solution should provide deeper end-to-end transaction visibility by monitoring at a transactional level from within the application, thus eliminating the need to install extra
agents on the application infrastructure.
1508. The proposed solution should quickly pinpoint the cause of
performance bottlenecks through component-level interaction monitoring
1509. The proposed solution should be able to give a presentation of
slowest „n‟ calls in the call stack or blame stack.
1510. The proposed solution should provide fast, automatic discovery and monitoring of the web application environment with zero
configurations Out-of-the-box.
1511. The proposed solution should proactively identify the potential cause of memory leaks.
1512. The proposed solution should determine whether web application performance issues are related to the database and collaborate with
database administrators so that problems can be detected, isolated and eliminated quickly.
1513. The proposed solution should monitor application server resources,
like thread pools, connection pools, thread usage etc.
1514. The proposed solution should expose performance of individual SQL
statements
1515. The proposed solution should measure the performance of live production applications
1516. The proposed solution should see method level response times based on different call parameters
1517. The proposed solution should have a flexible, intuitive user interface (including web based access) that can be used by anyone in the organization including operations personnel and
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 365 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
business managers
1518. The proposed solution should sift through thousands of metrics easily
and view only the relevant data, thus enabling users to graph and correlate multiple metric values on the fly
1519. The proposed solution should be able to monitor multiple
applications with one dashboard and enable production monitoring more quickly in your organization
1520. The proposed solution should not need to physically distribute the software to each user to enable faster implementation of the solution to more people in the organization
1521. The proposed solution should get real-time reports of the worst SLA or response time
1522. The proposed solution should share critical application information across the enterprise enabling instant 24x7 monitoring for authorized users anytime, anywhere
1523. The proposed solution should view instantly the current value of any metric of any component providing instant real-time performance view
1524. The proposed solution should integrate Java application performance data with existing management frameworks.
1525. The proposed solution should provide one or more actions based on measurements exceeding user-set thresholds, like Emails, pop-ups, scripts etc.
1526. The proposed solution should send alerts to SNMP manager via traps or native
1527. The proposed solution should provide anytime viewing of all historical data for problem solving, trend analysis and capacity planning.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 366 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1528. The proposed solution should ensure that historical data is available anytime for problem diagnosis, trend analysis, etc. and can be shared easily with other members of the team
1529. The proposed solution should share critical application performance data quickly and easily by providing out of the box
reports
1530. The p r o p o s e d solution should monitor third-party (purchased, consultant, etc.) applications without any source code
requirements.
1531. The proposed solution should allow data to be seen only by those
with a need to know and limit access by user roles
1532. DATA CENTRE
1533. The data centre design should include the following, but is not
limited to;
Floor plan with design layout and detailed drawings of Data centre
with associated HVAC AHU room, Staging room
Raised floor (as per site requirement) and false ceiling layout
Electrical diagrams (Including UPS/DG Set)
HVAC system
Structured Cabling
Fire detection plan
Access Control plan
Surveillance camera
Earthing pit
Data Center lighting
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 367 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
Environment Monitoring
1534. The data centre is expected to have a raised floor of 100 sqm.
1535. DATA CENTRE REQUIREMENT AT CHENNAI &
KOLKATA
1536. The system integrator would be responsible, but not limited, to
perform the following activities:
Material delivery to site, bonding/de-bonding and all related
activities.
Check ordered v/s delivered material and keep track of the inventory
Safe-keeping of all the delivered material
Checking site readiness for integration
Meet all plans, specifications and applicable codes and regulatory
requirements.
Following activity shall be carried out during the installation:
Design, Supply & Installation of all the cable pathways/conduits etc
UTP Cable laying
rack installation
Bunching and dressing of the cable
Supply & Installation of enclosures for mounting the Server Cabinet
side
Jack Panels/ LIUs Termination, Labelling
Testing of all points (no sampling)
Patching
Documentation
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 368 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
Project Sign off
Certification
Develop and implement a quality control system for all
telecommunication contractor activity.
Coordinate with the architect and all other subcontractors to ensure
that the project design and schedule is met.
Coordinate with the General Contractor (and all other appropriate
groups) on any infrastructure issues arising during construction,
including: scheduling, finishes, clarifications, and identified
deficiencies.
Adherence to design specifications, in case of any deviation the
same has to be conveyed to design team
Coordinate with CUSTOMER design team for all design related
queries
Submit regular progress reports to CUSTOMER project
management team
Adhere to quality of work during the implementation.
Establish and maintain on site a complete file of all shop drawings
and items submitted.
Distribute meeting minutes following each progress meeting. These
submissions shall include digital photographs of all locations
Coordinate the preparation of punch lists and ensure that all items
are completed on a timely basis.
Adhere to all safety measures at site during implementation.
1537. The successful Bidder will be further briefed with the guidelines for
implementation methodology and other vital practices, once the
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 369 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
award is issued.
The guidelines will be on the following headings:
Guidelines for implementation of structured cabling
Guidelines for Testing and Certification
Copper Cabling Testing
Optical Fiber Cabling Testing
Certification
Numbering Scheme
Documentation
1538. BUILD-details
1539. The vendor is expected to build the entire data centre infrastructure,
which should deliver an average Power usage effectiveness (PUE)
of less than 2 measured over a year on a real time and online basis
for loads varying from 30 % to 100 % for which power
consumption details shall be taken from the input side of main
electrical panels , HVAC Panels, UPS etc.
The activity will include the following, but is not limited to;
Civil and Interiors of the data centre (including, civil works, raised
floor, false ceiling, etc)
Electrical work (panels and cabling)
UPS power point wiring and cabling
AC wiring circuit
Main circuit
Point wiring
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 370 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
Lighting fixtures
UPS Distribution System
Precision Air Conditioning System and Comfort Air Conditioning
System
Physical security (access controls)
Water Leak Detection and Rodent repellent System,
Intelligent Structured Cabling for Data Centres at Chennai &
Kolkata
The vendor shall be responsible for the installation of all the systems
and shall provide a suitably experienced and qualified project
manager to oversee this. The vendor shall provide a full description
of the project manager‟s role, names of the person(s) proposed for
the role, and a summary of their experience and qualifications.
The vendor shall state how they will manage the installation, testing
and hand over of all systems. The vendor shall state exactly what
areas they will assume responsibility for and what areas they expect
AAI to accept responsibility for.
1540. Raised Floor (As per site Requirement)
1541. Raised flooring to be done for the Server room and staging area if
required.
1542. The Electrical room may have (as per design) a partial raised floor
for ease of cable movements.
1543. All cabling shall be over head. The floor tiles are removable and
hence allow free unrestricted access to the entire floor void below.
1544. Use a 2 ft x 2 ft (or 600 mm x 600 mm) grid access flooring system.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 371 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1545. Access floor system should have high point load bearing of 1350
Kgs/Sq.Mtr.capacity.
1546. Flooring tiles to be of fire retardant material and have anti-static
laminate on the top.
1547. The tiles should be supported on jacks. These jacks to be
interconnected by bolted stringers to make the system strong and
stable.
1548. The metallic support system to be interconnected using an insulated
8 swg copper wire and terminated at the electrical earth bus
1549. The height of the access flooring should be such that it provides
approximately 1.5 ft.of clearance between hard floor and the bottom
of the access floor tile
1550. Access floor tiles should be laid out such that maximum number of
full tiles is accessible in alley spaces
1551. The tiles should be constructed of or encased in, galvanized or
painted steel or cast aluminium tiles while carpeted tiles are not to
be used
1552. No waxes or insulated coating should be used on tile surface
1553. The exposed cut edges of all cut outs for cable or air passage should
be capped with protective trim
1554. Provide adequate aisles space to allow for unobstructed passage, and
to allow replacement of cabinets within a string without interference
to neighbouring units
1555. The access floor system shall provide for adequate fire resistance,
acoustic barrier and air leakage resistance
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 372 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1556. The system shall be able to withstand a UDL of 1350 kgs/sq.mt. and
a point load of 450 kgs. The under structure should be able to accept
a pedestal Axial load of 2200kgs
1557. Panels shall be made from steel. The bottom of the panel shall be
embossed in hemispherical shape to give strength and flexural
rigidity
1558. The top shield shall be plain and resistant welded at various
locations after the top and bottom sheets have been degreased and
phosphated. The panel shall have an infill of light weight
cementious material. The entire panel shall be coated with epoxy on
the exposed surface
1559. The top surface shall have factory pressed Antistatic PVC/ Laminate
with 6mm beading on all sides for edge protection. panels shall
remain flat and stable, unaffected by humidity and fluctuation in
temperature throughout its normal working life. Panels shall provide
for impact resistant top surface & minimal deflection corrosion
resistance properties and shall not be combustible or aid surface
spread of fire. Panels shall be insulated against heat and noise
transfer. Panels shall provide quantities of concrete slabs
1560. Panels shall be of size 605x605mm fully interchangeable with each
other within a range of a specified layout. Panels shall be
freestanding onto the understructure with stringers
1561. Pedestal design shall confirm speedy assembly and removal for
relocation and maintenance. Pedestal base to be permanently
secured to the position on the subfloor. Pedestal assembly shall
provide for easy adjustment of leveling and accurately align panels
to ensure lateral restrain. Pedestal shall support an axial load of 2000
kgs without permanent deflection and an ultimate load of 3500 kgs.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 373 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
The system shall be all steel with heavy-duty aluminum die cast
pedestal head. All supports shall be Hot Dip galvanized
1562. Stringer system is all steel construction; rectangular channels with
snap lock pre punched counter sunk holes at both ends for securing
the stringers onto the pedestal head ensuring maximum lateral
stability in all directions. The grid formed by the pedestal and
stringer assembly shall receive the floor panel
1563. Pedestal base to be permanently secured to position on the sub floor
by mechanical fastening. For prevention of corrosion, pedestals must
be either powder coated or zinc electroplated as required
1564. False Ceiling
1565. Modular false ceiling to be used
1566. The false ceiling board panel size should be 2 ft. * 2 Ft. panel
1567. The clearance between the access flooring and the false ceiling in
the computer room should be at least 8 ft 6 inches
1568. False ceiling made of concealed grid J hangers made of AI/GI fixed
to the RCC slab
1569. No false ceiling may be required in utilities area (Electrical and
Storage room) vendor to recommend
1570. Minimum standards:
Moulded aluminium or steel panels for false ceiling
False ceiling system 2Jx2J Trac/unimate with exposed T grid
Acoustical felt treatment above the false ceiling
1571. Real Floor
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 374 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1572. The real floor below the raised flooring area should be thermally
insulated using suitable material of rubberized nature with fire
retardant properties. The thermal insulation will also avoid heat loss
into the below floor and avoid inter floor sweating
1573. Rest of the hard flooring area must be covered with antistatic PVC
flooring material
1574. Walls & Ceilings
1575. All walls and ceilings need to be intrusion resistant and minimum of
1 hours fire resistant due to the exposed area and all materials used
shall bear non combustible characteristics
1576. All internal walls / partitions enclosing the Server room to be of 1
hour fire resistance rating and should be full height (i.e. up to the
ceiling)
1577. All internal partitions / walls enclosing man areas may be half height
toughened glass. The partition / wall to be of fire retarding material
1578. Doors
1579. All doors for critical areas to be of Metal and fire resistant type
1580. All doors to have a toughened glass-viewing panel. The size of the
panel may differ depending upon the area where the door is installed
1581. They should be mounted using heavy-duty hinges on to metal door
frames
1582. All doors to have electronic locks, magnetic contacts. The electronic
locks to operate only on production of a valid proximity based
access card on the card reader for that door. All doors to use UPS
power only for the electronic locking systems
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 375 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1583. All the doors to have suitable heavy-duty automatic door closers
1584. All doors within the secured zone may have 1 hour fire resistance
rating
1585. Electrical System (Main Panel)
1586. The panel shall be made out of 14 and 16 SWG sheet steel with
Power coated floor mounting type
1587. All bus bars shall be of copper with tinning. The RYBN indication
shall be provided for BUSBARS with sleeves support with
DMC/FRP/SMC
1588. All ACB should be provided with Microprocessor based release
with NO/NC contact for status monitoring. The outgoing feeders
should have DLM meters to record and read the parameters like
KWH, Amps etc
1589. Electrical System (Cables)
1590. All Main cables up to UPS incomer panel shall be XLPE armoured
aluminium cables
1591. All Cables from the UPS output panel to the UPS and upto the rack
shall be Copper cable
1592. The interconnection cable between UPS input and output shall be
single core copper to make easy termination
1593. The bus bars in outgoing panel also need to follow the same. All
remaining cables like PAHU, CAHU, shall be armoured type with
copper conductor
1594. Electrical System (Earthing)
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 376 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1595. Separate earthing should be maintained for UPS, IT equipments and
Non-IT equipments
1596. Standards:
IS 3043: Code of Practice for earthing
Guidelines: IEEE -1100 – 2005
1597. All the earth pits should be interconnected at Ground level as per the
IS and IEEE. It is recommended to take insulated cables for all IT
Equipments and UPS depending on the sizing
1598. Electrical System (Panel and Distribution Boards)
1599. Separate panel board shall be provided for Lighting, Comfort AC,
PAHU, small powers etc
1600. PAHU panel should be designed to take care of the entire PAHU‟s.
1601. All lighting circuits and small power circuits shall be provided with
ELCB and it should be from phase segregation DB's
1602. Electrical System (Lighting, Wiring, Switches etc.)
1603. All wiring should be carried out only in MS conduits. The light level
inside the substation will be 250 - 300 lux and to be positioned in
between two rack space
1604. Electronic chokes are not recommended for light fittings to avoid
harmonics. The switches shall be modular type MK/ROMA/Legrand
makes are acceptable. All the switches should be fixed with suitable
MS base box only
1605. UPS Power Distribution
1606. A True On-Line , modular and scalable UPS to be used for the UPS
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 377 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
power requirement
1607. Redundant intelligent bus distribution is recommended. All racks
will get power feed from two independent UPS‟s
1608. Degree of Protection for UPS Enclosure should be IP 20
1609. UPS overall efficiency should be min 95 % for loads from 25%to
100%
1610. Input Total harmonic Distortion THDi should be less than 6% at all
load levels from 25% to 100% with out any additional harmonic
filters
1611. Each UPS to have its separate battery rack capable of feeding full
load power for 10 minutes. The batteries should be hot swappable &
user replaceable VRLA, Sealed Maintenance Free (SMF) type and
requiring minimum maintenance. It should possible to add or
replace battery modules without switching the load to bypass source.
The bank of batteries shall comprise of required Nos of batteries
connected in series and there should be multiple banks connected in
parallel to provide redundancy. The UPS should monitor and
annunciate the status of individual battery modules and perform
temperature compensated charging depending on environment
temperature. Notification should be provided on the UPS integrated
display for add or removal of Battery module
1612. UPS system should have the capability for remote monitoring
1613. The noise generated by UPS system shall not exceed 70 DBA
measured at 1 meter away from the UPS cabinet
1614. UPS system manufacture should be ISO 9001 , certified and UPS
shall be manufactured to standards of IEC, EN, TU/GS, VDE
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 378 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1615. Each UPS bank should have separate input and output panels in the
system
1616. UPS Specification
1617. UPS shall utilize a 2(N+1) redundant, scalable architecture. The
system power train shall be comprised of hot swappable / user
replaceable UPS and battery modules of the same make , which shall
operate in parallel, and be configured for N+1 redundant operation
at rated load. Each UPS module contains a full rated input rectifier /
boost converter (hereafter referred to as Input Converter), full rated
output inverter, and 10% battery charging circuit. The system shall
also comprise of a user-replaceable continuous duty bypass static
switch module, hot swappable / user replaceable battery modules,
redundant control modules, redundant logic power supplies, and
LCD interface display. System static switch shall be capable of
being fed from the same input as the rectifier or a separate input. All
of the above system components are housed in standard 42 U Racks.
3 phase, 400 V power modules of minimum 15 KVA =15 KW of
3U each with self-testing capability. Active Power Factor Correction
shall be built in to the power modules.
1618. System capacity – 45 KVA / 45 KW per UPS with scalability atleast
upto 75 KW.Type of redundancy : 2(n+1)
1619. The ups system shall comprise of redundant main controller
modules, redundant logic power supplies, which can be swapped
with out switching off any ups modules when required.
1620. Each ups modules contains a full rated input rectifier full rated
output inverter (KVA=KW), and battery charging circuit.
1621. UPS shall be comprised of hot swappable / user replaceable ups
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 379 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
modules, which shall operate in parallel, and be configured for N+1
redundant operation at rated load. It should possible to add or
replace power modules without switching the load to bypass source.
Notification should be provided on the UPS intergrated display for
add or removal of Power module
1622. The system shall comprise of a user-replaceable continuous duty
single bypass static switch module.
1623. The ups units & the batteries shall be scaleable with out shutting
down the mission critical Data Centre load.
1624. The UPS manufacturer shall provide an output distribution system to
distribute quality uninterrupted power for mission critical, data
centre load. This distribution system should be installed out side the
ups modules along with input, output & manual bypass switches in a
metal enclosure which is in a rack form factor. Output distribution
shall happen through 3phase & neutral bus-duct. It should possible
to add or replace circuit breaker modules without switching OFF the
complete load bus. Each breaker module should have be capable of
branch circuit monitoring.
1625. Modes Of Operations
1626. Normal: The input converter and output inverter shall operate in an
on-line manner to continuously regulate power to the critical load.
The input and output converters shall be capable of full battery
recharge while simultaneously providing regulated power to the
load.
1627. Battery: Upon failure of the AC input source, the critical load shall
continue being supplied by the output inverter, which shall derive its
power from the battery system. There shall be no interruption in
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 380 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
power to the critical load during both transfers to battery operation
and retransfers from battery to normal operation.
1628. Recharge: Upon restoration of the AC input source, the input
converter and output inverter shall simultaneously recharge the
battery and provide regulated power to the critical load.
1629. Static Bypass: The static bypass shall be used to provide transfer of
critical load from the Inverter output to the bypass source. This
transfer, along with its retransfer, shall take place with no power
interruption to the critical load. In the event of an emergency, this
transfer shall be an automatic function.
1630. Maintenance Bypass: The system shall be equipped with an external
make-before-break Maintenance Bypass to electrically isolate the
UPS during routine maintenance and service of the UPS. The MBC
shall completely isolate both the UPS input and output connections.
1631. System Characteristics
1632. System Capacity: The system shall be rated for full kW output.
1633. AC Input Nominal Voltage: 400 V, 3 Phase, 4 wire + G, 50 Hz.
1634. AC Input Voltage Window: 340Volts to 470Volts. (While providing
nominal charging to the battery system).
1635. Frequency Range: 40-60Hz
1636. Input Power Factor: > .96 at 50% load & > .99 at 100% load
1637. Input Current Distortion: The input current THDI shall be held to
6% or less at full system, while providing conditioned power to the
critical load bus, and charging the batteries under steady-state
operating conditions. This shall be true while supporting loads of
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 381 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
both a linear or non-linear type. This shall be accomplished with no
additional filters, magnetic devices, or other components.
1638. Soft-Start: As a standard feature, the UPS shall contain soft-start
functionality, capable of limiting the input current from 0-100% of
the nominal input over a default 15 second period, when returning to
the AC utility source from battery operation.
1639. AC Output Nominal Output: 400V, 3 Phase, 4 wire + G, 50 Hz.
1640. AC Output Voltage Distortion: Max. 3% @ 100% Linear Load.
1641. AC Output Voltage Regulation: +/- 1% For 100 % Linear or
Nonlinear Load
1642. Voltage Transient Response: +/- 5% maximum for 100% load step
1643. Voltage Transient Recovery within <60 milliseconds
1644. Output Voltage Harmonic Distortion:
a. <2% THD maximum and 1% single harmonic for a 100% linear
load.
b. <5% THD maximum for a 100% non-linear load
1645. Overload Rating :
Normal Operation:
1) 150% for 30 seconds
2) 105% continuous
Bypass operation:
125% continuous
1000% for 500 milliseconds
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 382 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1646. Output Power Factor Rating:
The UPS output shall not require derating for purely resistive loads
(PF of 1). The potential kW and kVA ratings of the UPS output shall
be equal. For loads exhibiting a power factor of .8 leading to .8
lagging, no derating of the UPS shall be required.
1647. Battery Protection: The inverter shall be provided with monitoring
and control circuits to limit the level of discharge on the battery
system.
1648. CHARGING: The battery charging shall keep the DC bus float
voltage at +/-1% of tolerance
1649. The battery charging circuit shall contain a temperature
compensation circuit, which will regulate the battery charging to
optimize battery life.
1650. The battery charging circuit shall remain active when in Static
Bypass and in Normal Operation
1651. Batteries
1652. The UPS battery shall be of modular construction made up of user
replaceable, hot swappable, fused, battery modules. Each battery
module shall be monitored for voltage and temperature for use by
the UPS battery diagnostic, and temperature compensated charger
circuitry.
1653. The battery jars housed within each removable battery module shall
be of the Valve Regulated Lead Acid (VRLA) type.
1654. The UPS shall incorporate a battery management system to
continuously monitor the health of each removable battery module.
This system shall notify the user in the event that a failed or weak
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 383 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
battery module is found.
1655. Unattended Shut Down
1656. The UPS, in conjunction with a network interface card, shall be
capable of gracefully shutting down one or more operating systems
during when the UPS is on low battery condition
1657. The UPS shall also be capable of using an RS232 port to
communicate by means of serial communications to gracefully shut
down one or more operating systems during a low battery situation.
1658. Display Units
1659. A microprocessor controlled single display unit shall be located on
the door in front of the ups system & out put power distribution unit.
The display shall consist of an alphanumeric display and a keypad.
1660. Metered Data: Data of all the input ,out put & battery parameters
shall be available on the alphanumeric display:
1661. Event log: The display unit shall allow the user to display a time and
date stamped logs.
1662. Controls: All the ups controls or programming functions shall be
accomplished by use of the display unit. Pushbutton membrane
switches shall facilitate these operations
1663. Remote Monitoring
1664. Web Monitoring: Remote monitoring shall be available via a web
browser such as Internet Explorer.
1665. RS232 Monitoring: Remote UPS monitoring shall be possible via
either RS232 or contact closure signals from the UPS.
1666. Simple Network Management Protocol (SNMP): Remote UPS
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 384 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
Monitoring shall be possible through a standard MIB II compliant
platform.
1667. The UPS manufacturer shall have available software to support
graceful shutdown and remote monitoring
1668. Environmental
1669. Operating Ambient Temperature: 0°C to 40°C
1670. Relative Humidity: 0 to 95% Non-condensing
1671. Standards
1672. A.UL 1778 - Uninterruptible Power Supply Equipment
1673. B. UL 891 - Dead-Front Switchboards
1674. C.UL 1558 - Metal-Enclosed Low-Voltage Power Circuit Breaker
Switchgear
1675. D. UL60950 - Information Technology Equipment
1676. The UPS shall also be designed in accordance with publications
from the following organizations and committees
1677. NFPA- National Fire Protection Associations
1678. NEMA - National Electrical Manufacturers Association
1679. OSHA - Occupational Safety and Health Administration
1680. IEEE 519-1992 Standard Practices and Requirements for Harmonic
Control in Electrical Power Systems.
1681. ISO 9001
1682. ISO 14001
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 385 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1683. General Standards
1684. All switchboards should be designed to support non-linear load with
neutral conductors at least 1.7 times or 2x phase/line conductors.
This is as per IEEEll00-1999 specifications
1685. Panel boards should be divided into two, one for UPS outputs and
another for AHU/Lighting and connected loads. These panels should
be installed separately in their respective zones
1686. Surge protection should be installed at switchboard to suppress
surge and EMI conforming to IEEE62.41 and UL1283
1687. Surveillance equipment, telecom equipment, access control, lighting
and monitoring desktops on the DC floor should be on generator
power/UPS in case of failure
1688. Downstream Cabling up to Rack Level
1689. All downstream cabling should be taken through covered cable
boxes under the floor
1690. Each source should be taken in a separate trunk box to maintain the
redundancy level. This cable should be unarmored copper cable to
suit the load requirements
1691. Each sources terminated at suitable rating of sockets under the false
flooring. These sockets should have EN/BS standard with earth pin
1692. Pathways for Electrical System
1693. Two pathways - one active and one passive have to be considered in
the power system to enable the data centre to be concurrently
maintainable
1694. Separate trays should be provided for both Data and Electricals.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 386 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
Common trays are not allowed either above ceiling or below ceiling
1695. Maintenance Bypass
1696. The power system design should provide the means for bypassing
and isolating any point of the system to allow for maintenance,
repair or modification without interruption to systems operations.
The system should be designed to avoid all single points of failure
1697. Emergency Power Control
1698. Within the data center, a single point of disconnect for all electronic
systems is required at each point of entry. Multiple disconnect
means for these power systems are also acceptable, but in either
case, the switches must be unobstructed and clearly marked
1699. Protective covers may be placed over the buttons to avoid accidental
contact, but access cannot be locked out
1700. This switch should disconnect power to all computer systems,
HVAC, Since the UPS and batteries unit is located remotely, the
disconnecting means must stop the supply from this unit to the room
1701. HVAC SYSTEM
1702. Outdoor Design Conditions: Chennai & Kolkata
1703. Indoor Design Conditions:
Dry Bulb Temperature
Server Area: 23 ± 1 deg C
Staging Room: 23 ± 1 deg C
Relative Humidity
Server Area: 50 ± 5 %
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 387 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
Staging Room: 60 ± 10 %
1704. Precision Air Conditioning System
1705. 24 X 7 Operations Window . The design of Precision Air-conditioning
units shall ensure that their devices will function properly by
maintaining the minimum and maximum operating temperature at the
server intake, and the quantity of airflow measured in Cubic Feet per
Minute (CFM) required at the server‟s intake.
Bypass of airflow (conditioned air supplied from the precision air
conditioning units is delivered directly back to the air conditioner‟s
intake) like penetrating of air through cable cut-outs, holes under
enclosures, or misplaced perforated tiles etc shall be completely
blocked.
Bidders to consider IT rack arrangement through a Close Couple
cooling system
Air leakage through holes / windows in the server room perimeter
walls and non-sealed doors shall be avoided. Proper sealing of server
room shall be mandatory.
Recirculation of air (hot air exhausted from the rack-mounted
computing device is fed back in to its own intake) shall be competed
avoided.
Design shall be based on the latest design technologies like closed
coupled cooling with closed couple based units to minimize the
recirculation of air to avoid potential overheating and damage to
computing equipment which may result disruption to mission-critical
services in the data center. From the criticality perspective, UPS ,
PAC, Datacentre Infrastructure Manager , and PDU should be from
single and same OEM.
Air stratification (layering effect of temperature from the bottom to the
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 388 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
top of the enclosure) shall be completely avoided in proposed design.
Positions of Indoor units shall be done wisely to reduce the distance of
return air path from hot aisle to hot-air in-take of cooling units.
Cooling units shall be positioned as closer to the heat load, so that any
kind of recirculation of air can be avoided.
Servers located at the highest points of a high-density enclosure shall
receive the required amount CFM calculated based on Delta T.
Temperature available across the entire face of sever enclosures shall
maintain with in minimum and maximum operating temperature &
relative humidity range.
1706. Temperature shall be maintained at 23 deg C + /-1 deg C
1707. Relative Humidity shall be maintained at 50% RH +/-5%
1708. Horizontal row cooling units design shall be based on the Heat loads
of various server racks. Production areas have these units with N+1
configuration
1709. Bidder to recommend HORIZONTAL THROW/PAC units having
horizontal air flow in front of the IT Racks with no air-stratification
across the face of the server racks, using DX based / Water type ( for
chennai ) and Water type cooling ( for Kolkata ). Pls note only water
type is feasible for Kolkata.
1710. The closed cold / hot aisle cooling system can also adopted to
achieve more efficient and economical cooling
1711. Precision Air Conditioners complete with RS485 communication
port with Modbus RTU protocol to integrate with BMS
ON / OFF status
Trip status
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 389 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
Supply air and return air temperature monitoring
Relative Humidity monitoring
Water leak detector
1712. Ideally a Server Room cooling system should have sensible ratio of
1: 1, most precision systems have between 85% to 100% sensible
cooling
1713. Server Room should be isolated from contaminants
1714. Server Room should be free from water ingress
1715. The roof should also be insulated with under deck insulation if the
above floor is non air-conditioning
1716. Any kind of openings or punctures in masonry of Server, network
rooms, AHU & electrical rooms to be sealed properly - to make it air
tight to ensure that in case of fire, the fire does not spread to other
areas
1717. High Density Cooling: Bidder need to define a cooling such that it
provide an open architecture for the placement of high densiy racks
at any desired location by AAI
1718. UPS for Horizontal row / PAC Units: As this data centre will
house medium and high density racks, the horizontal row cooling
units should be powered through IT UPS only in case of chilled
water based cooling units.
1719. Cooling Unit Fans: The unit shall be configured for draw-through air
pattern to provide uniform air flow over the entire face of the coil
1720. Variable Speed Fans: Fans shall be variable speed capable of
modulating from 30-100%. Fans shall soft start to minimize in-rush
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 390 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
current when starting
1721. Compressors shall be VFD ( Variable frequency Drive ) driven in
the case of DX based horizontal units. Referegent shall be
R407C/R410A only.
1722. The master display shall allow monitoring and configuration of the
air conditioning unit through a menu-based control. Functions
include status reporting, set-up, and temperature set points
1723. GROUP CONTROL FUNCTION OF COOLING UNITS: The
group control for the multiple cooling units shall be provided. Each
unit shall be loaded with logic software to equalize the running of
each unit, controlling the RPM of the fans to deliver the desired
cooling capacity in to the Data Center. Upon failure of one of the
units, the other units shall automatically increase the cooling
capacity to maintain the desired CFM for Severs in racks.
1724. In case of Chilled water based solution, chillers supply shall be in
bidder scope.
1725. Scope of Work for the chiller includes: Supply, installation and
commissioning of MS pipes with proper insulation from chiller
units, to central chilled water distribution unit to individual cooling
units and necessary pumps, pressurization tank and required
hardware / accessories for the successful installation of chiller units.
1726. In case of chilled water based solution, Chiller capacity shall be
calculated by the bidder.
Chiller compressors shall be Scroll type with VFD, Bidder need to
design the chiller in one working , one standby mode.
One additional Primary pump and one additional VFD driven
secondary pump has to supplied with 2 numbers of chillers.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 391 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
Both the chillers should be operated in automatic sequencing.
The standby chiller has to be in automated mode whenever the
working chillers goes down.
The valve closing of non-working chillers and valve opening of
working chillers has to be in automated mode.
Chiller should provide a chilled water at temperature suitable meet
the cooling unit requirements.
Isolation valves shall be provided on all connections to compressor
to allow servicing / replacement of one compressor while the other
is working.
Microprocessor based interactive control console in a locked factory
mounted (directly on the unit), pre-wired with all operating and
safety control and instruments. It shall provide start, stop, safeties,
interlocks, capacity control and indications for operation of chiller
unit.
It should be possible to operate chillers in auto as well as manual
mode.
The chillers should operate in full load and part load conditions.
It should be possible to view the cause of shutdown, to change
digital programmable essential set points and type of restart
required.
Safety shutdowns shall include low oil pressure, high compressor
discharge pressure, low evaporator pressure, low refrigerant
temperature, motor controller fault and sensor malfunctions.
1727. Comfort Air Conditioning System
1728. Comfort AC is required for different time durations for different
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 392 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
manned areas. There is need for 24 x 7 on demand air-conditioning
service
1729. The System can be Chilled Water type or DX type for efficient
operations
1730. Temperature shall be maintained at 25 deg C + /-1 deg C
1731. Relative Humidity should not exceed 60%
1732. Fresh Air Intake: 20 cubic feet per minute per person
1733. Floor mounted / Ceiling suspended type AHU can be used if chilled
water is available
1734. Acoustic insulation of ducting shall be Nitrile Rubber foam. The
material should be fibre free
1735. Thermal Insulation of ducting shall be 9mm thick closed cell nitrile
rubber temperature range from -10QC to +60QC, Class 0 fire
category
1736. Powder coated square / rectangular / circular diffuser with
removable centre core and volume control damper for better air
balancing
1737. Storage room may be given only a small bleed from the aircon
system to keep it cool enough. There will be no heat source within
the room except for the fabric load
1738. The fresh air intake louvers shall have volume control damper,
vermin netting and 45 deg angle suitable for protection against
splashing rain water fixed in a powder coated Aluminium angle
mount frames
1739. Drain piping shall be Class B -GI pipe with 13 mm thick nitrile
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 393 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
rubber insulation covered with 24 gauge aluminium cladding
1740. The vendor is expected to include all auxiliary works like ducting,
inlet and drain piping, piping between indoor and outdoor, cabling,
acoustic and thermal insulation (Duct and floor for server room
volume control dampers, supply and returns air grills, stands for
indoor and outdoor units with related civil works etc. as per the site
requirements
1741. General Standards:
The outdoor unit must consist of the condenser coil, propeller fan
with IP55 motor, HP / LP switch all housed in a powder coated
casing. The fan must be for low noise and must be provided with fan
guard
The indoor unit must comprise the compressor, cooling coil,
evaporator blower and cleanable filter all housed in a powder coated
sheet metal cabinet of robust construction. The entire unit must be
acoustically insulated with 25mm thick fiberglass covered with RP
tissue. The unit must be provided with Expansion valve, liquid line
strainer, catchall drier, thermostat, etc., the unit must be provided
with an Electronic panel housing all starters and display of status for
evaporator, compressor, and condenser motors. The unit status, the
return air temperature and the set point temperature shall be
displayed. The panel shall have auto restart feature in case of power
failures and shall trip the condenser fan motor when the compressor
trips on low load
The necessary framework supporting the condensing must be
included. 30RM of refrigerant piping between the indoor unit and
the condensing unit must be included
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 394 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1742. Colour and make of the materials may be symmetrical with the
overall interiors of the Data Center and should ensure the aesthetic
aspects of the ambience
1743. Fire Detection, Alarm and Fire Suppression System
1744. The fire alarm system should be integrated with the access control
system
1745. Scope:
The system shall be in full compliance with National and Local
Codes.
The system shall include all required hardware, interconnecting
wiring and software.
All equipment furnished shall be new and the latest state of the art
products of manufacturers, engaged in the manufacturing and sale of
intelligent fire detection devices for over 5 years.
1746. Standards & Codes:
The publications listed below form a part of this publication to the
extent referenced. The publications are referenced in the text by the
basic designation only. The latest version of each listed publication
shall be used as a guide unless the authority having jurisdiction has
adopted an earlier version.
Factory Mutual (FM)
FM AG Approval Guide.
Underwriters' Laboratories, Inc. (UL) Appropriate "UL" equipment
standards
"UL" 864 Control Panels
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 395 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
"UL" 268 Smoke Detectors.
"UL" 268A Smoke Detectors (HVAC).
"UL"1076 Security.
"UL" 1971, Standard for Visual Signalling Appliances.
1747. System Requirements:
The system shall be a complete, electrically supervised fire detection
and notification system, microprocessor based operating system
having the following; capabilities, features and horizontal row /
capacities:
The local system shall provide status indicators and control switches
for all of the following functions:
Audible and visual notification alarm circuit zone control.
Any additional status or control functions, including but not limited
to; emergency generator functions, fire pump functions, door
unlocking and security with bypass capabilities.
Each intelligent addressable device or conventional zone on the
system shall be displayed at the Central Alarm Receiving Terminal
and the local fire alarm control panel by a unique alphanumeric label
identifying its location.
1748. Control Panel
The fire alarm control panel shall be microprocessor based using the
multiple microprocessors throughout the system providing rapid
processing of smoke detector and other initiation device information
to control system output functions.
There shall be a watchdog circuit, which shall verify the system
processors and the software program. Problems with either the
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 396 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
processors or the system program shall activate a trouble signal, and
reset the panel.
All module wiring shall be to terminal blocks, which will plug into
the system card cage. The blocks shall be color coded to prevent
accidental crossing of wiring
1749. Power Supply
The system Power Supply/Charger shall be backed up with battery
charger. The power supply shall be filtered and regulated. The
auxiliary power supply module shall share common batteries with
the primary power supply.
1750. System Enclosures
Provide the enclosure needed to hold all the cards and modules with
at least spare horizontal row for two cards. System enclosure doors
shall provide where required ventilation for the modules or cards in
the enclosure
1751. Intelligent Initiation Devices
All initiation devices shall be insensitive to initiating loop polarity.
Specifically, the devices shall be insensitive to plus/minus voltage
connections on either Style 4 or Style 6 circuits.
The smoke detector shall be an intelligent digital photoelectric
detector with a programmable heat detector. The system controlled
output functions shall be from an individual or unique input of
smoke obscuration, a thermal condition or a combination of
obscuration and thermal conditions. The detector shall support the
use of a relay and LED remote indicator at the same time. Detector
wiring shall not require any special shielded cable.
Thermal Detectors shall be rated at ~135 degrees fixed temperature
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 397 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
and 15 degrees per minute rate of rise. Detectors shall be constructed
to compensate for the thermal lag inherent in conventional type
detectors due to the thermal mass, and alarm at the set point of 135
degrees Fahrenheit. The detectors furnished shall have a listed
horizontal row / spacing for coverage up to 2,500 square feet and
shall be installed according to applicable standards for open area
coverage.
Provide single action addressable manual stations containing the
intelligence for reporting address, identity, alarm and trouble to the
fire alarm control panel.
1752. Fire Detection System
The Aspirating Smoke Detection System shall be complete with
high sensitive 3 stage filtration LASER-based Smoke Detectors with
aspirators connected to network of sampling pipes
1753. Fire Suppression System
Automatic fire detection and extinguishing system
A fast acting, human and should be only clean, environment friendly
Inert gas based suppression system such as Inergen or Argonite.
The Fire Extinguishing System shall be proposed for the
Mux/Entrance Room, Server Room with adequate redundancy as per
NFPA 2001
1754. Access Control
1755. Proximity based access control systems to be deployed at:
Server Room
Staging Room
HORIZONTAL ROW/PAC and Electrical, BMS Room
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 398 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1756. The entire secured zone should have only one access point for
routine entry / exit from the security perspective. Additionally there
should be one or more emergency exits. There should be additional
access points for large material movement into the area. This should
be normally secured and entry allowed only under strict security
control
1757. The entry point of the secured zone should have a Security Guard
desk. All entry/exit at this point should be after authentication only.
Use of heavy duty access control based turnstiles and doors should
be made at this point
1758. Two access controlled turnstiles with anti-pass back featured to be
located at this point for entry & exit separately. These turnstiles to
operate on presentation of valid proximity card at the access card
reader. All entry beyond this point has to be after
approval/authentication only
1759. Beyond the turnstile entry point, each of the blocks defined above
should have a separate entrance. Only authorized persons to have
access to each of these blocks
1760. A proximity card based access control system is required for use on
all doors
1761. The access card system should be configurable to restrict access to
any particular room / partition, on any particular day / days and for
particular time zone or zones
1762. The various door lock / release controllers should be connected to a
remote PC based monitoring and control system using suitable
software
1763. Water Leak System
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 399 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1764. Detection of leaks in the sub floor
1765. Detection of leaks from air conditioners or support piping
1766. Integration with monitoring system
1767. Use of distance-read systems (cable type systems) in rooms with
large raised-floor areas
1768. Water leak detection cable should be placed in serpentine pattern on
the sub-floor, around all possible leak sources
1769. The proposed system shall be Digital type
1770. The System shall be integrated with BMS on MODBUS RTU
1771. Rodent Control System
1772. Ultrasonic Rodent repellent system to be used
1773. The antennae / transmitters to be placed at defined distances and
fixed at an angle so that the sound waves will bounce and cover the
entire area
1774. System emits high frequency ultrasonic waves through special
antennae / transmitters (well above 20 KHz, the human audible
range)
1775. Server Racks
1776. General Specifications.
1777. The unit shall be designed to provide a secure, managed environment
for server and networking equipment.
1778. The unit shall conform to EIA-310 Standard or Indian equivalent
1779. The unit shall be available with a vertical equipment mounting space of
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 400 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
42U or (1U=1.75” or 44.45mm).
1780. Physical Specifications
1781. The unit shall have 42U height with minimum 1000 depth. Width will
be 600MM for server racks & 750mm for network racks.
1782. The 42U and units shall support a static load of 1200KG.
1783. The front door of unit shall be reversible so that it may open from
either side.
1784. The units shall have 3/2 perforated front door, perforated split rear
doors, and removable side panels
1785. All racks shall have IP20 protection and shall be inherently earthed or
grounded directly to the frame.
1786. The unit shall provide adequate ventilation to provide airflow required
by the major server manufacturers.
1787. The unit shall have clearance for wiring access of at least 3” between
the inside surface of the front door and front mounting face of the
vertical mounting rails.
1788. The unit shall have clearance for wiring access of at least 1.5” between
the side panel and the vertical mounting rails.
1789. The unit shall include front door lock, rear door lock and side panel
lock that are keyed the same
1790. The unit shall have mounting provisions for optional door alarm switch
to monitor access to the enclosure doors.
1791. Power Distribution Strips
1792. General Specifications.
1793. Rack power distribution should have at least 20 C13 outlets.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 401 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1794. rack power distribution offerings meet the needs a way to monitor the
current draw at each rack
1795. The rack power distribution units shall be a zero U mounting unit, the
same shall be provided with factory fitted IEC 309 mail connectors.
Power cables from ups out put distribution shall be connected to the
racks level PDUs through IEC 309 connectors only.
1796. It shall Monitor the aggregate current draw; avoid overloaded circuits;
balance loads
1797. User Interface & digital load indicator (kVA & KW) shall be provided.
1798. Units have a digital display and network connections in built in PDU &
it should enable the user to mange (on/off) each sockets remotely.
1799. PDU should Indicates overload and warning conditions based on the
user-defined alarm thresholds.
1800. The PDU should provide alarms & alerts to user about potentional
problems.
1801. STANDARDS & REGULATORY APPROVALS CCC,CE,VDE
1802. Data Center Infrastructure Management Systems (with necessary
hardware & software)
1803. A centralized physical infrastructure monitoring system which is
capable to record historical data, events and send event details through
email shall been provided to monitor & maintain the maximum up time
for all the components inside the Data Center.
1804. The device shall be SNMP compatible & can browser accessible which
can monitor multiple parameters of all the IP based equipment in Data
Center infrastructure, like uninterrupted power supply units, PACs,
power distribution units, rack level PDUs, Environment monitoring
units.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 402 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1805. Device Level Monitoring - Lowest level management at the device,
access through Network Management Cards
1806. Centralized Monitoring - Vendor-neutral SNMP enabled device
support, with a live & unified view.
1807. Inventory Management – providing an overview of the entire data
center inventory & SNMP enabled assents in AAI‟s LAN.
1808. Predictive Simulation & Modeling – providing accurate simulation of
live data and the capability to create what-if scenarios
1809. This management solution, shall be an IT-ready, scalable monitoring
system which should collects, organizes, and distributes critical alerts
to selected modes anywhere in AAI‟s s LAN / WAN. This solution
shall be capable of providing a centralized repository for critical
power, cooling, environmental, and surveillance data and events.
1810. This centralized software solution can be accessed by multiple users,
from anywhere on the network. It shall be cable of real-time
monitoring, generating user-defined reports and graphs, and instant
fault notification and escalation, which shall enable quick assessment
and resolution of critical issues by AAI.
1811. The proposed infrastructure management software should allow the
user to predict the optimal location for new IT hardware adding in to
the Data Center on demand. This selection shall be based on the
availability and requirements of physical infrastructure capacity; and
user defined requirements such as redundancy, network and business
use grouping.
1812. The proposed data center manager software should allow the user to
optimize the use of the physical infrastructure and avoids unplanned
downtime. The capacity simulation shall be based on live data, and it
should analyze the impact of IT hardware changes & it should alert the
user whether the present infrastructure, “rack wise” is having the
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 403 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
required capacity of power, cooling, free U space & load bearing
capacity to accommodate the proposed IT hardware additions.
1813. The proposed data center infrastructure management shall provide the
current and historical Power Usage Effectiveness (PUE) values for
enabling the user for a fact-based understanding of how much power is
devoted to driving the installed IT-equipment compared with the total
facility consumption. It should give an insight to customer how
effectively energy is utilized down to subsystem level, as well as an
understanding of how the customer can improve energy efficiency.
1814. The proposed solution shall have a web-based dashboard to view
efficiency data on current and historical PUE, as well as detailed
subsystem cost analysis. The proposed solutions should provide an
overview of the power path through the facility, including a
hierarchical breakdown of the power flow from the main HT panel
down to the main Power Distribution Unit (PDU) in side the Data
Center Racks.
1815. The solution should enable different levels of access through multi-
user login and pre-defined user roles to allow the data related to the
critical infrastructure to reach the respective teams / members of the
facility & DC operations.
1816. Rack Manager / Panel Manager Detail Specifications
1817. Rack Manager / Panel Manager / Network manager / Satellite
Scanner / Real Time System Monitor The Intelligent Infrastructure
Control System is a device that performs the following functions:
Communicate with intelligent patch panels
Provide power to intelligent patch panels on a rack
Record connectivity information
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 404 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
Communicate to other System Controllers
Communicate to Intelligent Infrastructure Operations Software via
Ethernet
Display electronic work orders and guide the technician with visual
and audio alerts
Display trace and connectivity information
Monitor all patch panel connections and disconnections
1818. Patch panels should have a button and an LED on top of each and
every port and should be able to sense the patch cord movement
through IR rays easy monitoring
1819. Rack Manager / Panel Manager should support either 960 or 1080
port configuration in 1 U rack space
1820. Rack Manager / Panel Manager should have capability of Master or
standalone configuration conversion and should be able to daisy
chain up to 99 device together
1821. Should be available in 1 U Rack size and monitor up to 1080 ports
1822. Have LCD‟s to guide the technician with trace details and
connection and disconnection information with every port having
LED display for visual guidance & Alarm, Job notification & trace
details to help field engineers to identify the work order issued by
the manager immediately
1823. Should be able to manage 106920 ports in a single patch zone
1824. The INTELLIGENT ready patch panel should be upgradable to fully
intelligent panels without any single minute of downtime during
future upgrade.(No patch cord removal required)
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 405 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1825. Panels should be available in straight versions with modular jacks
in Cat5E,Cat6 or Cat6A on UnShielded Platform
1826. Intelligent copper patch panels shall be compatible with standards-
compliant 60603-7 (RJ45) plugs, and shall detect the insertion and
removal of any compliant plug into a patch panel port
1827. The RJ45 plug on each end of the cord makes contact with each port
through IR sensing or Micro switch mechanism, creating a circuit
connection
1828. This circuit connection enables the patch cable connect/disconnect
tracking system of the INTELLIGENT Rack Manager / Panel
Manager
1829. LED and a BUTTON on each and every port to help easy trouble
shooting, Tracing Connection & Visual Guidance in conjunction
with Rack Manager / Panel Manager functionality
1830. When a patch cord is inserted or removed from a port, the Rack
Manager / Panel Manager discovers the connect/disconnect and
communicates the port ID information to the intelligent management
software over a TCP/IP connection
1831. The intelligent panels immediately notify the software database to
update and document the change in connectivity
1832. Rack Manager / Panel Manager should be of Low power
consumption, Low heat dissipation, High packing density, , Fault
resilient design, High visibility display ( 8 lines, 40 char) and Multi-
function Push Buttons
1833. 1 height unit in a 19“(48.26cm) cabinet, 15.24cm (6 inches)mm
depth
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 406 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1834. Provides TCP/IP link between Rack Manager / Panel Manager and
Server with normal RJ 45 cable using 10/100 Mbps Ethernet port
1835. Connector format is unshielded RJ-45 in rear of unit
1836. LED Indicators for:
Power: Indicates that the Rack Manager / Panel Manager is
receiving power
Pulse: The heartbeat of the Rack Manager / Panel Manager. A
properly functioning Rack Manager / Panel Manager will blink
on/off
RX (Receive): Indicates the Rack Manager / Panel Manager is
receiving information
TX (Transmit): Indicates the Rack Manager / Panel Manager is
transmitting information
1837. Climatic:
Operating Range 0C to 9‟C (10‟F to 40‟F)
Storage Range – 20‟C to +70‟C (4‟F to 40‟F)
Humidity 5% to 95% non-consideration following climatogram in
ETS300-019 Class 3.1e
1838. Power:
Voltage 110-240V AC (50-60HZ)
Current less than 0.5A
Power consumption < 7W fully loaded.
9 Watts max., 6 Watts nominal
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 407 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1839. DATA CENTRE REQUIREMENT AT 8 AIRPORTS
AHMEDABAD, GUWAHATI, TRIVANDRUM, CALICUT,
JAIPUR, PUNE, MANGALORE & TRICHY
1840. 1. Site preparation should be done in the area of at least 120 Sq ft.
with civil , interiors, electrical, and other related works.
2. This will include gypsum partition with glass panels for making
dust free enclosure for the server.
3. Precision Air-conditioning in server room will have to be
provided through 1 numbers of PAC of Min 10 KW capacity
each.
4. This will also include necessary wiring and power points for
UPS, PAC and server etc.
5. Adequate lighting arrangements are also required inside the
server room and UPS enclosure.
UPS as per the specifications below will be placed within the server
room.
1. IT racks – 2 numbers ( specifications same as above )
2. Security and safety such as access control /fire suppression /
detection/ VESDA/ Water leak detection / rodent repellant to
be provided .
1841. UPS with Accessories
1842. Uninterrupted power supply units shall be designed to provide
reliable operation for continuous 7x24x365 days. The ups shall be
true on-line double conversion UPS system using IGBT based
technology i.e. the IGBT based Rectifier of the UPS system converts
the input AC power to DC and then the IGBT based inverter converts
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 408 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
the DC into clean AC power. UPS solution shall be N+1.
Continuous duty, three phase, solid state, static UPS is required for
the server racks with peak load of 15 KW. Both UPS and batteries
should be in rack form factor and should be hot-swappable, scalable ,
and user replaceable and should be of the same make as the UPS
module. Redundant & hot swappable intelligence modules, power
modules, battery modules in draw out fashion , with single display
unit and should have hot-swappable static switch. UPS should be
unity power factor corrected at the output. The UPS, in conjunction
with a network interface card, shall be capable of gracefully shutting
down one or more operating systems when the UPS is on low battery
condition, and should be integrable with the datacentre infrastructure
management software.
The specification describes the operation and functionality of a
continuous duty, three-phase, solid-state, static Uninterruptible Power
system (UPS) hereafter referred to as the UPS. The UPS shall utilize a
(N+1) redundant, scalable architecture. The system power train shall
be comprised of hot swappable/ user replaceable UPS and battery
modules of the same make, which shall operate in parallel, and be
configured for (N+1) redundant operation at rated load. Each UPS
module contains a full rated input rectifier/ boost converter (hereafter
referred to as Input Converter), full rated output inverter, and battery
charging circuit. The system shall also comprise of a user-replaceable
continuous duty bypass static switch module, not swappable/ user
replaceable battery modules, redundant control modules, redundant
logic power supplies, and LCD interface display. System static which
shall be capable of being fed from the same input as the rectifier or a
separate input. 3 phase, 400 V power modules of minimum 15KVA
with self testing capability. Active Power ac or Correction shall be
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 409 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
built in to the power modules. UPS. Redundant intelligent bus
distribution is recommended. All racks will get power feed from two
independent UPS‟s having UPS efficiency of min 95% from loads
varying from 25% -100 %
The UPS manufacturer shall provide an output distribution system to
distribute power for mission critical, data centre load. This distribution
system should be installed out side the ups modules along with input,
output & manual bypass switches in a metal enclosure which is in a
rack form factor. Output distribution shall happen through 3 phase &
neutral bus-duct. It should possible to add or replace circuit breaker
modules without switching OFF the complete load bus. Each breaker
module should have be capable of branch circuit monitoring.
1843. UPS should confirm to the following standards :
1844. A.UL 1778 - Uninterruptible Power Supply Equipment
1845. B. UL 891 - Dead-Front Switchboards
1846. C.UL 1558 - Metal-Enclosed Low-Voltage Power Circuit Breaker
Switchgear
1847. D. UL60950 - Information Technology Equipment
1848. The UPS shall also be designed in accordance with publications
from the following organizations and committees
1849. NFPA- National Fire Protection Associations
1850. NEMA - National Electrical Manufacturers Association
1851. OSHA - Occupational Safety and Health Administration
1852. IEEE 519-1992 Standard Practices and Requirements for Harmonic
Control in Electrical Power Systems.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 410 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1853. ISO 9001
1854. OEM should have toll free number for services.
1855. OEM should be having minimum 1 manufacturing plant in India.
1856. ISO 50001
1857. ISO 14001
1858. Precision Air Conditioning (PAC) Cooling
1859. Air-conditioning units shall be designed to achieve the specific
environmental operating requirements published by the OEMs. The
design shall ensure that their devices will function properly by
maintaining the minimum and maximum operating temperature at
the server intake, and the quantity of airflow measured in CFM
required at the server‟s intake.
1860. Bypass of airflow (conditioned air supplied from the precision air
conditioning units is delivered directly back to the air conditioner‟s
intake like penetrating of air through cable cut-outs, holes under
enclosures, or misplaced perforated tiles etc shall be completely
blocked.
1861. Air leakage through holes/windows in the computer room perimeter
walls and non-sealed doors shall be avoided. Proper sealing of
computer room shall be mandatory
1862. Recirculation of air (hot air exhausted from the rack-mounted
computing device is fed back in to its own intake) shall be competed
avoided. The vendor shall submit the airflow analysis or CFD
analysis to support their layout being designed will avoid all kinds
of recirculation of air from top of the rack or through the vacant U
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 411 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
space inside the racks.
1863. Design shall based on the latest design technologies like closed
coupled cooling with in row based units to minimize the
recirculation of air to avoid potential overheating and damage to
computing equipment which may result disruption to mission-
critical services in the GSOC.
1864. Air stratification (layering effect of temperature from the bottom to
the top of the enclosure) shall be completely avoided in proposed
design.
1865. Positions of Indoor units shall be done wisely to reduce the distance
of return air path from hot aisle to hot-air in-take of cooling units.
Cooling units shall be positioned as closer to the heat load, so that
any kind of recirculation of air can be avoided. Also horizontal air-
flow in the front of the racks should ensure uniform CFM cross the
entire face of the racks.
1866. Servers located at the highest points of a high density enclosure shall
receive the required amount CFM calculated based on Delta T.
1867. Both UPS and PAC should be of the same OEM to ensure uptime at
all tim
1868. Temperature available across the entire face of sever enclosures
shall maintain with in minimum and maximum operating
temperature & relative humidity range
1869. UTP and Fibre Patch Cables
1870. Cat 6 Structured cabling is required to be provided to meet the
AOCC requirement at different locations. All CAT 6 accessories are
to be suitably provided. The scope will cover supply and laying of
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 412 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
all components.
The products should comply to the TIA / EIA (T568A/T568B)
(wherever applicable), ISO 9001& ISO14001CE Certified
(wherever applicable)
All components wherever applicable should be Tested to 550 MHz.
Standard Lengths and ports as per OEM specifications are to be
provided.
The Guarantee / Warrantee of the Structured Cabling components
should be at least 20 years.
1871. 6-core, Single Mode, Armoured OFC Cabling meeting all the
International standard.
1872. 12U / 15U or 18 U Wall Mount Racks as per site requirements
1873. STORAGE SPECIFICATIONS FOR DC/DR
1874. Storage Controller
1875. The Storage system must have at least two controllers running in an
active-active mode with automatic failover to each other in case of
one controller failure.
1876. Cache required
1877. The system should have 64 GB cache across the two controllers
upgradable to more than 128 GB without changing the controllers
with an ability to protect data on cache if the system fails and it
results into controller failure. Additional Cache if required due
propriety array architecture/design should be proposed separately as
adequate by following the documented best practices. It shall
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 413 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
support data protection feature in case of power failure irrespective
of the duration of power loss
1878. Protocols Supported
1879. The storage shall be able to provide FC, iSCSI, NFS,CIFS, FCoE
protocols for use with different applications optionally natively or
using a external gateway. If external gateway is configured, at least
two of them in active-active configuration with failover capabilities
between them.
1880. Storage Capacity
1881. The storage shall support high performing SSD drives , FC/SAS
drives and low performing SATA Drives simultaneously.
The storage shall be supplied with 50 TB of net usable for each site
with approximately 3% of Flash Memory. The Balance storage is to
be divided into 50% configured on 600 GB 10K RPM SAS disks
and 50% configured on 1 / 2 TB 7200 RPM SATA disks after
removing the drives required for (a) Parity/Mirror, (b) hot spares.
The raid group used to configure the usable space should be able to
provide dual disk failure protection in a single raid group. The
above does not include the sizing & performance impact of other
features like replication, point-in-time-images and clones for which
excess usable capacity and disks as required should be provisioned
and offered separately. The Bidder needs to furnish the details of the
same in its offer with full disclosures on calculations failing which
the bid shall be treated as incomplete and can be rejected. The
Storage array should support encryption.
1882. Front-End & Back-End connectivity
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 414 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1883. Front End -The storage shall support FCP for connection to Front
End SAN and backend disk communication. The storage array shall
be configured with 32 x 8 Gbps FC front end ports. Backend-Total
offered backend port should be 16 scalable to 32.
1884. RAID configuration
1885. Intelligent hardware RAID controllers to implement hardware
mirroring at storage controller level. The storage shall support
RAID levels which provide mirroring, single disk failure and dual
disk failure protection in a raid group. Mix and match of disks &
RAID levels shall be supported.
1886. Storage Scalability
1887. The storage shall be scalable to more than 200 drives by adding
extra Disk Array Enclosures
1888. Hot spare disks
1889. The number of hot spares should be as per the best practices of the
vendor. However there should be a minimum of 4 hot spare disks
for SAS and minimum of 2 hot spare disks for SATA. The
functionality should be such that the replacement drive can be
designated as the new hot spare instead of rebuilding of data on the
replacement drive.
1890. Storage built-in functionality
1891. The storage shall have the ability to combine multiple RAID Groups
into a single entity so as to create LUNS/Volumes using Multiple
RAID Groups and hence from the single entity to give maximum
performance to all the applications being served from these disks.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 415 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1892. The storage shall have the ability to expand LUNS/Volumes on the
storage online and instantly.
1893. The storage shall have the ability to create logical volumes without
physical capacity being available or in other words system should
allow over-provisioning of the capacity. The license required for the
same shall be supplied for the maximum supported capacity of the
offered storage model.
1894. The storage should support intelligent algorithms for optimizing the
resource utilization according the application demand at any point of
time
1895. The storage shall support logical partitioning of controllers in future
such that each partition appears as a separate storage in itself.
1896. The storage shall support standard storage security features.
1897. System should have redundant hot swappable active and passive
components like controllers, disks, power supplies, fans etc.
1898. Clones
1899. The storage shall also support creation of copy of volumes (clones).
This is for use in development environment, for running reports and
for DR drills.
1900. Point-in-times images
1901. The storage shall have the ability to create instant, online and
consistent point-in-time images of the data including databases so
that these images can be used as online backups for instant restores.
The system should be able to keep at least 14 (twice a day) copies of
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 416 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
these images per LUN/volume online for at least one week on the
storage for restores, if required, without affecting the performance
of the system
1902. Data Deduplication
1903. To improve the TCO, the storage system shall have built-in support
for removing redundant blocks through block level deduplication/
compression on the primary storage system for all SAN
1904. RPO & RTO on the primary storage
1905. The replication between DC & DR should be atleast once in 15 min
and the data loss cannot exceed 15 minutes.The primary storage
shall guarantee local capability for the airport functions to remain
for at least the last 72Hrs. Maximum data loss in any case will not
exceed 15 minutes
1906. Disaster Recovery Support
1907. The solution shall have FC-IP converters either built-in or supplied
separately in redundant/NSPOF mode for both Primary as well as
DR site.
1908. The solution shall have enabled Synchronous and Asynchronous
replication on it for the full supported capacity of the system.
1909. The storage shall support block level incremental replication in case
of Asynchronous replication.
1910. The storage shall support check point based replication and shall not
require re-transmit of baseline data in case of normal link
interruption
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 417 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1911. The replication solution on storage shall support failover to DR
storage and fallback as and when required with only incremental
transfer required at the time of resync. The failover to the DR site
shall be controlled from the Storage manage GUI and should
include the functionality to execute any custom post-processing
scripts to make sure the complete process is automated.The
replication management GUI either third party or from the OEM
shall also have provision to test the failover scripts without actually
doing the failover.
1912. The storage replication software should maintain multiple restore
points on the DR site so that in the event of corruption on the
Primary Storage spreading to the DR storage, the user should have
an option to restore to a previous copy of the data
1913. It should be possible to run DC-DR Drills and reports on the system
when operating as a DR storage without interrupting the ongoing
replication. Any additional capacity required for the same shall be
provided with the offer.
1914. Licensing
1915. All the licenses on the storage system must be provided for an entire
capacity supported by the system from day one
1916. Upgradeability/ Investment Protection
1917. The Storage Solution system must provide the ability to natively
expand storage on-the-fly (i.e. without reboot or suspension of
processing), and expand and reduce volume sizes on-the-fly without
requirement to copy data between volumes in order to resize. This
includes: Addition of disks to the storage system capacity on-the-
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 418 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
fly; Physical storage system expansion by adding entire disk shelves
(in turn using them to expand the array as mentioned above);
Volume expansion and reduction without requirement to entirely
rebuild or copy data from a larger volume to a smaller volume; All
of these operations will provide the ability to expand storage by
megabytes up to hundreds of gigabytes and/or terabytes without the
use of any third party software, without operational impact (zero
downtime) and without performance degradation. Expansion and
reduction requires no data or parity re-striping or recalculations
1918. Management
1919. Easy to use GUI based and web enabled administration interface for
configuration, storage management. The Storage GUI should report
any the lag between the primary and the DR storage in addition to
sending alerts in case the lag exceeds a particular threshold.
1920. OS support
1921. Support for industry-leading Operating System platforms including:
LINUX, Microsoft Windows, HP-UX, SUN Solaris, IBM-AIX, etc.
It shall support connecting of at least 500 hosts over fiber channel
and iSCSI and shall be supplied with any Multipathing software if
required with the solution.
1922. Remote Diagnostics
1923. The proposed system should support Web based, Email facility for
remote service & also support dial-in / dial-out to report errors and
warnings
1924. AC Power
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 419 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1925. 200-240VAC,50Hz
1926. Rack Mountable
1927. The proposed system must be rack mounted
1928. SAN SWITCH AT DC/DR
1929. Minimum 30 Active ports within same switch upgradeable to 40 ports
or higher.
1930. Hot Plug SFPs Port speed: 8, 4, and 2-Gbps autosensing with 8 Gbps
of dedicated bandwidth per port
1931. Minimum Aggregated platform bandwidth of 300 Gbps or higher
1932. Virtual output queuing to help ensure line-rate performance on each
port, independent of traffic pattern, by eliminating head-of-line
blocking
1933. Should have capability of ISL trunking aggregation of 16 ports
1934. Should support multiple OS
1935. Should have Hot-swappable dual Fans and Dual power supplies
1936. Should have web based management software for administration and
configuration
1937. Switch shall support in built diagnostics, power on self-test, command
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 420 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
level diagnostics, online and offline diagnostics.
1938. Should support VSANS supporting Per-VSAN fabric services or
equivalent
1939. Should support the following diagnostics:
Online Diagnostics
Internal Loopbacks
SPAN
FC Debug
Syslog
Power on self test (POST) diagnostics
1940. Security Features
VSANs
Zoning
Hardware-enforced zoning
Logical-unit-number (LUN) zoning and read-only zones
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 421 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
FC-SP for host-to-switch and switch-to-switch authentication
Port security
Management access SSHv2 , SNMPv3 ,IP ACLs
1941. Availability features
Non-disruptive software upgrades
Stateful process restart
Per-VSAN fabric services
Redundant hot-swappable power supply and fan trays
Hot-swappable SFP optics
Port-Channels aggregating up to 16 ports
Online diagnostics
1942. Serviceability features
Configuration file management
Call Home
Port beaconing
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 422 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
System LEDs
1943. SNMP traps for alerts
1944. VIRTUAL TAPE LIBRARY SPECIFICATIONS FOR DC/DR
1945. Should be able to interface with different server platforms and
operating systems simultaneously via NFS v3, CIFS and FC.
1946. Should support LAN, SAN & NDMP backup solutions simultaneously
1947. Must support Inline data duplication technology at block level using
variable block length technology
1948. Must support VLAN tagging.
1949. Must support both LAN D2D backup and VTL backup at the same
time
1950. Must support single management pane for multiple storage arrays for
ease of management
1951. Must have the ability to perform different backup or restore jobs
simultaneously.
1952. Must support for de-duplicated and encrypted Replication of data over
Local or Wide Area Networks
1953. Must support 10Gb ethernet connectivity
1954. Must support point-in-time copies of a LUN or volumes with minimal
performance impact
1955. Must supports communications and data transfers through 8GB SAN,
10 Gb & 1 Gb ethernet LAN
1956. Should support capacity on demand feature that allows the storage
allocation associated with a virtual tape cartridge to be consumed upon
write, and not creation
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 423 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1957. Should support auto support remote health check for OEM to monitor
the system health.
1958. Should support above 2 TB/hr backup throughput.
1959. Should support single storage pool and load balancing across multiple
storage controllers
1960. Should support different retentions for primary and DR backup
storage
1961. Must support global and target based de-duplication which should also
support de-duplication at backup server level.
1962. Must protect against lost data in power fail and software crashes
1963. Must support Data compression using lz, gz or gzfast or any other
equivalent technology
1964. Must support selective replication to sub share level replication, must
support schedule throttle of network bandwidth depending on the
utilization of the WAN bandwidth
1965. Must support simultaneous replication process while backup is running
1966. Replication Should support bi-directional, many-to-one, one-to-many,
and one-to-one replication
1967. Should support recovery from replica.
1968. Must support ACL for CIFS / NFS/ telnet/ http/ https/ ftp/ ssh
1969. Must support 64 virtual tape libraries, 128 virtual drives
1970. Should support Link Aggregation Control Protocol (LACP)
1971. Should have SNMP and command line support.
1972. Should have min 50TB usable capacity (physical) with Hot Swap drive
scalable to 100TB Usable Capacity using only capacity expansion
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 424 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
shelves and disks.
1973. Should support 256 bit AES encryption at rest.
1974. Should support retention lock feature which ensures that no data is
deleted accidently.
1975. Should have inbuilt NDMP tape server.
1976. BACKUP SOFTWARE SPECIFICATIONS FOR DC/DR
1977. The proposed Backup server Solution shall be available on 64 bit OS
platforms and shall have the capability to support for all major
Operating systems.
1978. Backup software shall support and configured Scheduled automated
restores to perform periodic restore drills.
1979. The backup software must provide near real time monitoring and
reporting of the backup environment. It should provide a graphical
representation and monitoring of trends and current status.
1980. Software shall support event notification to notify backup
administrator about events like Job Failed or Job aborted etc
1981. Backup software shall Provide LAN FREE backup of servers in SAN
environments.
1982. Software shall offer centralized management console to remotely
monitor backups
1983. Software shall support Raw device backup of Windows/Linux/UNIX
based system
1984. Ability to perform “Hot-Online” backup for different type of Databases
such as Oracle, MS SQL, DB2 etc. on various platforms. Also supports
the SAP DB backup/restore on heterogeneous platform & must be
certified by SAP
1985. The backup software must be capable of supporting online backup of
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 425 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
MS Exchange & Lotus Domino mailing systems
1986. The Backup software must have an integrated RDBMS as the
catalogue and must not use Flat file system to store the backup data.
This must be grow dynamically / automatically based on the
requirement
1987. The backup software should have capability to configure automated
backups with customized frequency based scheduling based on the
backup policy. In addition the software should also have capability for
user-initiated backup
1988. The Backup Software shall provide LAN & SAN based data backup
and should be able to collocate the data on to separate set of tapes as
per the system or group of systems
1989. The Backup Software shall provide web / Java based client interface,
which can be accessed from any location
1990. The software should support for ever incremental backup & there
should not be a need to do a Full back up again.
1991. The backup software must be licensed to use disk, LTO Tape libraries
and Virtual Tape Libraries for backups via SAN or through NDMP.
1992. Should have the ability to retroactively update changes to data
management policies that will then be applied to the data that is
already being backed up or archived
1993. The proposed backup software must support electronic vaulting to
avoid the tape medias to be sent offsite. It allows copying the entire
backed up data to DR TSM server. Bidder must quote this functionality
if additional licence is required
1994. SERVICES
1995. IT Help Desk
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 426 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
1996. IT Helpdesk (To be set up at Chennai Airport)
1997. Vendor will provide following under Helpdesk services
1998. Provide, program and maintain the automatic call distribution
equipment required to provide the Services
1999. receive, log and dispatch or transfer Calls, as appropriate
2000. open a Call record to document Calls. A Call record may include
information such as End User information, Call record number, date
and time opened, service requested, problem description or
symptoms, Call assignment (for example, Level 2, Level 3), Call
status, and Call resolution and closure information
2001. prioritize Calls in accordance with the Severity Codes
2002. perform problem analysis, including identification of the source of
the problem
2003. provide Call status as the End User requests
2004. dispatch or arrange for on-site support, if required, for problem
determination and/or resolution
2005. notify the Focal Point of systems or equipment failures, or of an
emergency, according to the Process Interface Manual
2006. provide a systems status recording for in-scope systems with status
information such as known Major Incidents and estimated recovery
times
2007. interface with and coordinate problem determination and resolution
with the Focal Point and/or Third Party service providers, as
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 427 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
appropriate
2008. monitor problem status to facilitate problem closure within defined
Service Level criteria or escalate in accordance with the escalation
management process
2009. Procure and maintain relevant hardware and software needed for
Helpdesk as defined by BoM
2010. Network Services
2011. Vendor will provide following under Network Services:
2012. provide all Level 1, Level 2, and Level 3 support for the Machines
and Software
2013. assess and implement network architecture and strategy
2014. define, document and review thresholds, filters, traps and alarm
parameters for LAN Devices, WAN Devices and Firewall Devices
2015. evaluate, document and provide alternatives (i.e., new network
technology) to network architecture and strategy and implement, as
appropriate
2016. provide recommendations and plans to optimize network
performance
2017. review and execute the back-up and recovery processes for the Data
Network environment
2018. procure LAN Devices, WAN Devices and Firewall Devices
2019. setup, configure, test, install and maintain the LAN Devices, WAN
Devices and Firewall Devices and Software
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 428 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
2020. establish and maintain an inventory of LAN Devices, WAN Devices
and Firewall Devices
2021. manage and track network problem tickets
2022. assign ownership and priority to network problems
2023. perform initial diagnostics to isolate and repair problems
2024. perform root cause analysis, as required
2025. maintain backup and archive of configuration data for LAN
Devices, WAN Devices and Firewall Devices
2026. maintain and track the remote access services users and user
licenses
2027. design and document fail-over for defined redundant network
environments
2028. control the network operating system security and administrative
User IDs
2029. Procure and maintain necessary hardware and software necessary as
per the BoM
2030. Desk Side Support
2031. Deskside Support Services (Seating for the support personnel will
be provided at each Airport)
2032. Vendor will provide following under deskside support services
2033. provide problem source identification, problem impact validation,
and problem determination
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 429 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
2034. Implement the deskside support Services operational procedures
including the criteria for deployment of deskside support Services
personnel
2035. provide deskside support Services for Supported Desktop Standard
Products at the End User's work location within a Facility in
accordance with the established procedures
2036. manage the problem to resolution or closure, as appropriate
2037. update the status of the desk side support Services call to the Help
Desk through to completion
2038. provide a monthly standard report using available problem
management data summarizing the deskside support Services
provided during the prior month
2039. provide hardware support for Maintained Equipment including the
repair or exchange of such Maintained Equipment, as appropriate
2040. implement the hardware maintenance Services operational
procedures including the criteria for deployment of hardware
maintenance Services personnel
2041. coordinate and schedule maintenance activities
2042. dispatch hardware maintenance service personnel in accordance
with the established procedures
2043. provide hardware maintenance for Maintained Equipment in
accordance with the equipment manufacturer's specifications
2044. coordinate warranty repair service with the appropriate equipment
manufacturer
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 430 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
2045. track and report observed failure trends for Critical Functions
2046. update the status of the hardware maintenance Services calls to the
Help Desk through to completion
2047. coordinate and perform Install Move Add and Changes (IMAC) for
the Standard Products
2048. requests for IMAC Services via the established procedures and
create the required documentation
2049. before the scheduled IMAC date, communicate to the Focal Point
any IMAC prerequisites and any procedures that need to be
followed after the IMAC is completed
2050. perform the IMAC Services for desktop Standard Products
according to the criteria specified in the IMAC checklist
2051. prepare displaced hardware and software and, if applicable, move to
a designated staging area within the Facility for removal
2052. update the status of the IMAC Services call to the Help Desk
through to completion
2053. provide a monthly standard report summarizing the IMAC Services
2054. Establish Electronic Software Distribution (ESD) processes and
procedures
2055. establish a distribution plan before each ESD
2056. communicate to the Focal Point any ESD prerequisites and post
install procedures that need to be completed by End Users
2057. schedule and coordinate ESD activities
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 431 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
2058. develop the how-to procedures End Users will follow to download
the distributed software Standard Products from a Supported Server
to the Supported Desktop and provide an electronic change notice to
all End Users regarding upcoming distributions prior to the
distribution itself
2059. before an ESD, configure and test the software Standard Products
(new or upgrades) included in the ESD to verify compatibility with
existing Supported Server and Supported Desktop hardware and
software configurations and directory structures
2060. Procure and maintain necessary hardware and software necessary as
per the BoM
2061. Server System Support
2062. Vendor will provide following under Server Systems support
2063. provide all Level 1, Level 2, and Level 3 support for the Machines
and OS Software
2064. monitor, measure, analyze and tune system performance to meet
agreed upon Service Levels
2065. recommend changes (i.e., hardware and/or software upgrades) to
maintain agreed upon system performance levels
2066. define performance indicators and monitor Supported Server
performance against such indicators
2067. establish a schedule for performing Supported Server maintenance
(for example, virus detection, backup, disk space cleanup, and
testing such as defragmentation) and modifications and
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 432 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
enhancements so as to minimally impact End Users
2068. provide standard performance reports
2069. monitor and document workloads and provide the information for
determining future capacity requirements
2070. recommend system configurations or modifications necessary to
enable the vendor to maintain acceptable resource utilization
2071. notify when any Supported Server resource reaches the mutually
agreed critical usage levels and that additional capacity is required
to perform the Services in accordance with the Service Levels
2072. perform problem management tasks including real-time monitoring
of Supported Servers, problem identification, reporting, logging,
tracking, resolution, communication and escalation for problems
2073. define problem priority levels and associated escalation procedures
2074. establish backup and recovery processes and procedures for
Supported Servers identified as Critical Functions
2075. define alert and paging processes and procedures, including
escalation procedures
2076. develop and maintain a plan that enables the recovery of data due to
unplanned operational types of failures, such as equipment
malfunction, temporary power disturbances and abnormal
termination
2077. install, configure, maintain Supported Server Standard Products,
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 433 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
including the operating system and operating system utilities
2078. establish a test and implementation plan before each operating
system version upgrade
2079. schedule and coordinate operating system testing and
implementation with the Focal Point
2080. develop an availability plan
2081. track, analyze and report on availability
2082. provide hardware maintenance for Supported Servers in accordance
with the equipment manufacturer's specifications
2083. provide required support procedures to the Focal Point
2084. recommend availability improvements
2085. define the frequency and types of required data backup as well as
the retention periods for the data
2086. perform file Supported Server data backup and recovery
2087. Procure and maintain necessary hardware and software necessary as
per the BoM
2088. Database Operation/Administration
2089. Vendor will provide following services of Database Management
2090. install, upgrade and maintain the Database Systems Software
2091. manage database subsystem resource availability
2092. execute recovery procedures, as required, for database subsystem
resources
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 434 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
2093. provide database subsystem status, as requested
2094. provide physical support of the application databases (eg. Creation
of DB objects, management of physical files etc).
2095. maintaining mutually agreed database backup procedures, to recover
from a database outage or corrupted database in accordance with the
mutually agreed schedule
2096. maintaining and implementing mutually agreed database archive
processes and procedures
2097. monitoring and reporting of database performance and space
utilization
2098. recommending modifications for improved performance and
implementing
2099. setup and retain exclusive use of DBMS system administration IDs
and privileges
2100. perform access grants to database objects as requested
2101. Storage Services
2102. Vendor will provide following Storage management services
2103. provide all Level 1, Level 2, and Level 3 support for the Machines
and Software
2104. manage files on the Machines
2105. keep files under control, current and available during scheduled
access times
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 435 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
2106. initiate and complete required data processing activities concerning
data integrity
2107. verify the receipt of incoming files and the processing and
transmission of outgoing files
2108. conduct routine monitoring and corrective action according to
procedures
2109. verify availability of adequate file space for processing
2110. report disk space utilization and requirements for capacity planning
purposes
2111. manage storage space through the implementation and
customization of storage management software
2112. manage space and utilization rate of storage hardware
2113. verify availability and sufficient capacity of file systems during
scheduled service times
2114. provide periodic reports of space utilization at a logical disk or
DASD level
2115. document, maintain and, as appropriate, update and execute
mutually approved file backup and recovery procedures
2116. provide a recovery procedure for restoring the data image to a
previous level within a mutually agreed time frame
2117. conduct regularly scheduled backup and recovery processes as
specified in the process manual
2118. provide recommendations regarding backup and recovery
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 436 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
considerations
2119. Security Services
2120. Vendor will provide following under Security Services
2121. provide all Level 1, Level 2, and Level 3 support for the security
devices and Software
2122. perform a gap analysis between the security controls currently in
place and the IT Security Controls Document
2123. provide an initial threat identification summary based on the gap
analysis and update the threat identification summary every 18
months thereafter
2124. develop and implement the security document that is used to capture
the security policies and technical controls
2125. define and document the privileged User IDs in the platform
specific technical specifications set forth in the IT Security Controls
Document
2126. on a periodic basis, review the IT Security Controls Document
2127. perform periodic security reviews to validate compliance
2128. identify and manage security risks and exposures as part of the
Services
2129. perform risk and issue management
2130. communicate the security procedures to End Users (for example,
login procedures, password requirements, use of anti virus
programs, data and equipment security procedures)
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 437 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
2131. monitor and support the IT Equipment using specific Security
Systems products (i.e., firewall, VPN, intrusion protection sensors,
content filtering, anti-spam, anti-virus) to assist in protecting from
Internet threats
2132. monitor, manage and configure network intrusion prevention
sensors
2133. escalate security events via e-mail or the web portal, as appropriate
2134. collect security or log data
2135. archive, analyze, correlate and trend events and logs, while
managing response and remediation workflow
2136. provide security events and log data online for one year;
2137. analyze security events from select intrusion detection and intrusion
prevention devices and provide alerts
2138. develop, implement and maintain the e-mail security policy
2139. scan inbound e-mail for spam
2140. provide the capability to create filters to prevent spam and allow e-
2141. provision and manage User IDs and passwords for end users
2142. maintain audit records for User ID approvals, verifications and
revalidations and retain such records for two years
2143. IT DR Services
2144. Vendor will provide following under IT Disaster recovery Services:
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 438 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
S.No. Description Complied/Not
Complied
Remarks Details of
compliance & ref.
Page number of
attached document
2145. the agreed recovery times for each Critical Function
2146. identification of recovery teams
2147. Define recovery scenarios
2148. criteria for Disaster declaration, recovery and testing
2149. the location and schedule for the periodic tape backup of Critical
Functions
2150. the location and schedule for off-site storage of the tape backups
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
Page 439 of 487
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 440 of 487
Annexure-VIII
(NOT APPLICABLE)
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 PAGE 441 OF 487
PAGE LEFT BLANK
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 PAGE 442 OF 487
Annexure-IX
Bank Guarantee Format for EMD (To be stamped in accordance with Stamp Act)
(The non-judicial stamp paper should be in the name of issuing Bank)
Bank Guarantee
The Chairman,
Airports Authority of India,
CHQ, Rajiv Gandhi Bhavan,
Safdarjung Airport,
New Delhi 110 003,
INDIA
Dear Sir,
We ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐(full name of the banker) hereby refer to the tender for Establishment of Airport
Operations Control Centers (AOCC) at 10 Airports between the Airports Authority of India as
purchaser and M/s ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ (fill in the name of tenderer) as tenderer
providing in substance for Establishment of Airport Operations Control Centers (AOCC) at 10
Airports as particularized in said tender, to which specific reference is made. Under the terms of
said tender, the tenderer is required to provide a bank guarantee in a form acceptable to the
purchaser for the amount of Rs.3,75,004,000/-(Rupees Three Crores Seventy Five Lakhs & Four
Thousand only) on account of EMD.
In view of the foregoing and pursuant to the terms of the said tender, which tender is referred to and
made a part thereof as fully and to the same extent as if copied at length hereon, we hereby
absolutely and unconditionally guarantee to the purchaser, performance of the terms and conditions
of the said tender. The guarantee shall be construed as an absolute, unconditional and direct
guarantee of the performance of the tender without regard to the validity, regularity or
enforceability of any obligation of the parties to the tender.
The purchaser shall be entitled to enforce this guarantee without being obliged to resort initially to
any other security or to any other remedy to enforce any of obligations herein guaranteed any may
pursue any or all of its remedies at one or at different times. Upon default of the tender, we agree to
pay to the purchaser on demand and without demur the sum of Rs.3,75,004,000/-(Rupees Three
Crores Seventy Five Lakhs & Four Thousand only) or any part thereof, upon presentation of a
written statement by the purchaser that the amount of said demand represents damages due from the
tenderer to the purchaser by virtue of breach of performance by the tenderer under the terms of the
aforesaid tender. The determination of the fact of breach and the amount of damages sustained and
or liability under the guarantee shall be in the sole discretion of the purchaser whose decision shall
be conclusive and binding on the guarantor.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 PAGE 443 OF 487
It is mutually agreed that the purchaser shall have the fullest liberty without affecting in any manner
our obligation hereunder with or without our consent to vary any of the terms of the said tender or
to extend the time for performance by the tenderer, from time to time any of the powers exercisable
by the purchaser against the tender and either to forebear or on force any of the terms and
conditions relating to the said tender and we shall not be relieved from our liability by reasons of
any variation of any extension being granted to the tender or for any forbearance act or commission
on the part of the purchaser or any indulgence by the purchaser to the tenderer or by any such
matter or thing whatsoever which under the law relating to the sureties would but for this provision
have effect of so relieving our obligation.
This guarantee is confirmed and irrevocable and shall remain in effect until ‐‐‐‐‐‐‐ ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ (the validity shall be nine months from the date of schedule
Opening of Eligibility Bids) and such extended periods which may be mutually agreed to. We
hereby expressly waive notice of any said extension of the time for performance and alteration or
change in any of the term and conditions of the said tender.
Very truly yours,
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ (Authorized Signatory of the Bank)
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 PAGE 444 OF 487
Annexure-X
Format for Letter of Understanding from Bidder to Bank
(Letter of understanding from the Bidder to Bank to be submitted
along with EMD to Airports Authority of India)
The Branch Manager,
.................... Bank,
.......................
Subject: My/Our Bank Guarantee bearing No.................................. dated........................ for amount
.............................. issued in favour of Airports Authority of India.
Sir,
The subject Bank Guarantee is obtained from your branch for the purpose of Earnest Money on
account of contract awarded/ to be awarded by M/s AAI to me/us.
I/We hereby authorize the Airports Authority of India in whose favour the deposit is made to close
the subject Bank Guarantee before maturity/on maturity towards adjustment of dues without any
reference/consent/notice from my/our side and the bank is fully discharged by making the payment
to Airports Authority of India.
Signature of the Depositor
Place:
Date:
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 PAGE 445 OF 487
PAGE LEFT BLANK
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 PAGE 446 OF 487
Annexure-XI
Power of Attorney Format for the Authorized Person(s)
(Bidder shall submit irrevocable power of attorney on a non-judicial stamp paper of Rs.100/- signed
by authorized signatory as per Memorandum of Articles authorizing the persons, who are signing this
bid on behalf of the company)
POWER OF ATTORNEY
BY THIS POWER OF ATTORNEY executed on _________________we
____________________________________________________, a Company incorporated
under the provisions of companies Act, 1956 having its Registered Office at
______________________________________________________________ (hereinafter
referred to as the „Company‟) do hereby severally appoint, constitute and
nominate_______________________________________, official(s) of the Company, so long as
they are in the employment of the Company (hereinafter referred to as the „Attorneys‟) to sign
agreement and documents with regard RFP No.__________________________ due on
_____________________ received from Airports Authority of India , Rajiv Gandhi Bhawan, Civil
Aviation, Safdarjung Airport, New Admin Block, Safdarjung Airport, New Delhi – 110 003 for
“Establishment of Airport Operations Control Centers (AOCC) at 10 Airports” and to do all
other acts, deeds and things the said Attorneys may consider expedient to enforce and secure
fulfilment of any such agreement in the name and on behalf of the Company.
AND THE COMPANY hereby agrees to ratify and confirm all acts, deeds and things the said
Attorneys shall lawfully do by virtue of these authorities hereby conferred.
IN WITNESS WHEREOF, this deed has been signed and delivered on the day, month and year first
above written by Mr. ______________Secretary of the Company/Authorized Signatory, duly
authorized by the Board of Directors of the Company vide it‟s resolution passed in this regard.
By order of the Board
For _____________________
( ____________________________)
Company Secretary/Authorized Signatory
Witness:
1.
2.
Attorney Signature of Mr_____________ ----------------------------------------------
Attorney Signature of Mr_____________ ----------------------------------------------
---------------------------------------------
(Attested)
( ____________________________)
Company Secretary/Authorized Signatory
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 PAGE 447 OF 487
PAGE LEFT BLANK
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 PAGE 448 OF 487
Annexure-XII
Bidder’s Organization Details
Company Name
Registered Office
Telephone
Fax
Company Status (public, private)
Incorporation Date
ROC Number
Total Employees
Company Website URL
Details of Bidder’s Authorized Person(s)
Name
Address
Telephone:
Fax:
Email:
Mobile Phone:
Technical Associate / Consortium Partner Organization Details
Company Name
Registered Office
Telephone
Fax
Company Status (public, private)
Incorporation Date
ROC Number
Total Employees
Company Website URL
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 PAGE 449 OF 487
PAGE LEFT BLANK
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 PAGE 450 OF 487
Annexure-XIII
Undertaking for Technical Associates
To
Executive Director (IT),
Airports Authority of India,
Safdarjung Airport,
New Delhi-110003
Subject : Undertaking for Technical Associates/OEM Agreement
Dear Sir
We, the undersigned, hereby submit that we are not having required experience for the following
categories as asked by AAI in the tender as a part of Eligibility Bid for Establishment of Airport
Operations Control Centers (AOCC) at 10 Airports:
(a)
(b)
(c)
We undertake that we have a formal alliance with Technical Associates are having requisite
experience as per tender for the technical solution or with the OEM of the solutions being offered by
us. Relevant documents in support of experience and formal agreement have been submitted by us.
We also submit that overall responsibility for all the services shall rest with us.
We agree that in case the documents submitted by us for experience and technical alliance
are found unacceptable to AAI, our bids shall be rejected.
Yours sincerely,
(Name & Designation of Authorized Signatory)
Address:
Date
Seal/Stamp of Bidder
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 PAGE 451 OF 487
PAGE LEFT BLANK
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 PAGE 452 OF 487
ANNEXURE-XIV
Non-Disclosure Agreement
(To be stamped in accordance with Stamp Act)
The Non-Disclosure Agreement (hereinafter called the “NDA”) is made on the [day] day of the
month of [month], [year], between, Airports Authority of India, on the one hand, (hereinafter
called the “Purchaser”) and, on the other hand, [Name of the bidder] (hereinafter called the
“Bidder”) having its registered office at [Address]
WHEREAS
1. the “Purchaser” has issued a public notice inviting various organizations to propose for
hiring services of an organization for provision of Information Technology
Services(hereinafter called the “Project”) of the Purchaser;
2. the Bidder, having represented to the “Purchaser” that it is interested to bid for the
proposed Project,
3. The Purchaser and the Bidder agree as follows:
In connection with the “Project”, the Purchaser agrees to provide to the Bidder a Detailed
Document on the Project vide the tender document contained in different sections with Annexures.
The Tender contains details and information of the Purchaser operations that are considered
confidential.
The Bidder to whom this Information (Tender document) is disclosed shall:
1. hold such Information in confidence with the same degree of care with which the
Bidder protects its own confidential and proprietary information;
2. restrict disclosure of the Information solely to its employees, agents and contractors
with a need to know such Information and advise those persons of their obligations
hereunder with respect to such Information;
3. use the Information only as needed for the purpose of bidding for the Project;
4. except for the purpose of bidding for the Project, not copy or otherwise duplicate such
Information or knowingly allow anyone else to copy or otherwise duplicate such
Information; and
5. undertake to document the number of copies it makes Tender for “ Establishment of
Airport Operations Control Centres (AOCC) at 10 Airports”.
6. on completion of the bidding process and in case unsuccessful, promptly return to the
Purchaser, all Information in a tangible form or certify to the Purchaser that it has
destroyed such Information.
The Bidder shall have no obligation to preserve the confidential or proprietary nature of any
Information which:
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 PAGE 453 OF 487
1. was previously known to the Bidder free of any obligation to keep it confidential at
the time of its disclosure as evidenced by the Bidder‟s written records prepared prior to
such disclosure; or
2. is or becomes publicly known through no wrongful act of the Bidder; or
3. is independently developed by an employee, agent or contractor of the Bidder not
associated with the Project and who did not have any direct or indirect access to the
Information.
The NDA shall apply to all Information relating to the Project disclosed by the Purchaser to the
Bidder under the NDA.
Nothing contained in the NDA shall be construed as granting or conferring rights of license or
otherwise, to the Bidder, in any of the Information.
The NDA shall benefit and be binding upon the Purchaser and the Bidder and their respective
subsidiaries, affiliates, successors and assigns.
The NDA shall be governed by and construed in accordance with the Indian laws.
For and on behalf of the Bidder
(signature)
(Name of the Authorized Signatory)
Date
Address
Location
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 PAGE 454 OF 487
PAGE LEFT BLANK
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 PAGE 455 OF 487
ANNEXURE-XV
INTEGRITY PACT
This Pact made this ……day of…...…between Airports Authority of India, a body corporate
constituted by the Central Government under the Airports Authority of India Act, 1994 and having
its Corporate Office at Rajiv Gandhi Bhawan, New Delhi, and offices at
……………………………..in India, hereinafter called the “Authority” (which term shall unless
excluded by or is repugnant to the context, be deemed to include its Chairman or Member,
Executive Directors, Airport Directors, Officers or any of them specified by the Chairman in this
behalf, and shall also include its successors and assigns) of the one part
AND represented by ……………of the other part, hereinafter called the “Bidder” (which term
shall unless excluded by or is repugnant to the context be deemed to include its heirs,
representatives, successors and assigns of the bidder)
WHEREAS the Authority intends to award, under laid down organizational procedures, tender
/contract for Establishment of Airport Operations Control Centers (AOCC) at 10 Airports. The
Authority, while discharging its functions on business principles, values proper compliance with
all relevant laws and regulations, and the principles of natural justice, ethics, equity, fairness
and transparency in its relations with the bidder;
WHEREAS the Authority is desirous to make its business mechanism more transparent, thus to
ensure strict adherence of the aforesaid objectives/goals, the Authority hereby adopts the
instrument developed by the renowned international non-governmental organization
“Transparency International” (TI) headquartered in Berlin (Germany). The Authority will appoint
an External Independent Monitor (EIM) who will monitor the tender process and the execution of
the contract for compliance with the principles mentioned above;
AND WHEREAS the bidder is submitting a tender to the Authority for Establishment of Airport
Operations Control Centers (AOCC) at 10 Airports in response to the tender dated 31/10/2012 .
NOW, therefore, this indenture witnessed herewith:
SECTION 1: Commitment of the Authority
1.1 That the Authority commits itself to take all measures necessary to prevent corruption
and to observe the following principles:
(i) No employee of the Authority, personally or through family members,
shall in connection with the tender for, or the execution of a contract,
demand, take a promise for or accept for him/her or third person, any
material or immaterial benefit, which he/she is not legally entitled to.
(ii) The Authority will, during the tender process treat all Bidders with
equity and reason. The Authority shall in particular, before and during
the tender process, provide to all Bidders the same information and will
not provide to any Bidder confidential/additional information through
which the Bidder shall obtain an advantage in relation to the tender
process or the contract execution.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 PAGE 456 OF 487
(iii) The Authority will take all measures to exclude all known prejudiced persons
from the tender process.
1.2 That if the Authority receives information on the conduct of any of its employee which
is a criminal offence under the relevant anti-corruption laws of India, or if there be a
substantive suspicion in this regard, the Authority will inform its Vigilance
Department to initiate appropriate action.
SECTION 2: Commitments of the Bidder
2.1 That the Bidder commits itself to take all measures necessary to prevent corruption.
Further he commits himself to observe the following principles during his
participation in the tender process and during the contract execution:
(ii) The Bidder has not offered, promised or given and will not, directly or
through any other person or firm, offer, promise or give to any of the
Authority‟s employees involved in the tender process or the execution of the
contract or to any third person, any material or immaterial benefit which
he/she is not legally entitled to, in order to obtain in exchange any advantage
of any kind whatsoever during the tender process or during the execution of
the contract.
(iii) The Bidder has not entered and will not enter with other bidders into any
undisclosed agreement or understanding, whether formal or informal. This
applies in particular to prices, specifications, certifications, subsidiary
contracts, submission or non-submission of bids or any other actions to
restrict competitiveness or to introduce cartelization in the bidding process.
(iv) The Bidder has not committed and will not commit any offence under the
relevant Anti-Corruption Laws of India. Further the IT Implementing Firm
will not use improperly, for purposes of competition or personal gain, or pass
on to others, any information or document provided by the Authority as part
of the business relationship, regarding plans, technical proposals and business
details, including information contained or transmitted electronically.
(v) The Bidder shall, when presenting his bid, disclose any and all payments he
has made, is committed to or intends to make to agents, brokers or any other
intermediaries in connection with the award of the contract.
(vi) The Bidder will inform the External Independent Monitor:
a. If he receives demand for an illegal/undue payment/benefit.
b. If he comes to know of any unethical or illegal payment/benefit.
c. If he makes any payment to any Authority‟s associate(s).
(vii) The Bidder(s) will not submit a frivolous/ false/bogus complaint with mala-
fide intention.
2.2 That the Bidder will not instigate any person to commit offences mentioned in Clause
2.1 above or be an accessory to such offences.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 PAGE 457 OF 487
SECTION 3: Disqualification from tender process and exclusion from future contracts
3.1 That if the Bidder, during tender process or before the award of the contract or during
execution of the contract/work has committed a transgression in violation of section 2 or
in any other form such as to put his reliability or credibility as Bidder into question, the
Authority is entitled to disqualify him from the tender process or to terminate the
contract for such reason.
3.2 That if the Bidder against whom any action in terms of Section 3.1 above has already
been taken in any other tender process, again commits a transgression in violation of
section 2 such as to put his reliability or credibility into question, the Authority is entitled
also to debar the bidder from future tender processes. The imposition and duration of the
debarment will be determined by the severity of the transgression. The severity will be
determined taking into consideration the circumstances of the case, in particular the
number of transgression, the position of the transgressor within the company hierarchy of
the bidder and the amount of the damage. The debarment will be imposed for a period
minimum of six months and maximum of five years.
3.3 That the bidder accepts and undertakes to respect and uphold the Authority‟s absolute
right to resort to and impose such debarment and further accepts and undertakes not to
challenge or question such debarment on any ground.
3.4 That if the bidder applies to the Authority for premature revocation of the debarment and
proves to the satisfaction of the Authority that he has installed a suitable and effective
corruption prevention system and also restored/recouped the damage, if any, caused by
him, the Authority may, if thinks fit, revoke the debarment prematurely considering the
facts and circumstances of the case, and the documents/evidence adduced by the bidder
for first time default.
3.5 That a transgression is considered to have occurred if the Authority is fully satisfied with
the available documents and evidence submitted along-with External Independent
Monitor‟s recommendations/ suggestions that no reasonable doubt is possible in the
matter.
SECTION 4: Previous transgression
4.1 That the bidder declares that no previous transgression occurred in the last five years
with any other company in any country or with any other Public Sector Enterprise in
India conforming to the TI approach that led to debarment/ disqualification and could
justify his exclusion from the tender process.
4.2 That if the bidder makes incorrect statement on the subject, he can be disqualified from
the tender process or the contract, if already awarded can be terminated for such reason
and he may be considered for debarment for future tender/contract processes.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 PAGE 458 OF 487
SECTION 5: Compensation for damages
1.1 That if the Authority has disqualified/debarred the Bidder from the tender process prior
to the award under section 3 or 4, the Authority is entitled to forfeit the earnest money
deposited/bid security.
5.2 That if the Authority has terminated the contract under section 3 or 4, or if the Authority
is entitled to terminate the contract under section 3 or 4, the Authority shall be entitled to
demand and recover from the contractor damages equivalent to 5% of the contract value
or the amount equivalent to security deposit or performance bank guarantee, whichever is
higher.
5.3 That the bidder agrees and undertakes to pay the said amount without protest or demur
subject only to condition that if the bidder can prove and establish to the satisfaction of
the Authority that the disqualification/ debarment of the bidder from the tender process or
the termination of the contract after award of the contract has caused no damage to the
Authority.
SECTION 6: Equal treatment of all Bidders/Contractors/Sub-contractors/ associates
6.1 That the bidder undertakes to get this Pact signed by the sub-contractor(s) and
associate(s) whose value of the work contribution exceeds Rs. 5 (Five) crores, and to
submit the same to the Authority along-with the tender document/ contract before
contract signing.
6.2 That sub-contractor(s)/ associate(s) engaged by the Contractor, with the approval of the
Authority after signing of the contract, and whose value of the work contribution exceeds
Rs.5 (Five) crores will be required to sign this Pact by the Contractor, and the same will
be submitted to the Authority before doing/ performing any act/ function by such sub-
contractor(s)/ associate(s) in relation to the contract/ work.
6.3 That the Authority will disqualify from the tender process all Bidder(s) who do not sign
this Pact or violate its provisions or fails to get this Pact signed in terms of section 6.1 or
6.2 above.
6.4 That if the Contractor(s) does/ do not sign this Pact or violate its provisions or fails to get
this Pact signed in terms of section 6.1 or 6.2 above, Authority will terminate the contract
and initiate appropriate action against such Contractor(s).
SECTION 7: Allegations against bidders/contractors/sub-contractors/ associates.
7.1 That if the Authority receives any information of conduct of a Bidder, Contractor or Sub-
contractor, or of an employee or a representative or associates of a Bidder, Contractor or
Sub-contractor which constitutes corruption, or if the Authority has substantive suspicion
in this regard, the Authority will inform the Vigilance Department for appropriate action.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 PAGE 459 OF 487
SECTION 8: External Independent Monitor(s), number depending on the size of the
contract to be decided by the Chairman of the Authority.
8.1 That the Authority will appoint competent and credible External Independent Monitor(s)
for this Pact. The task of the Monitor is to review independently and objectively,
whether and to what extent the parties comply with the obligations under this Pact. He
will also enquire into any complaint alleging transgression of any provision of this Pact
made by the bidder or Authority.
8.1 That the Monitor is not subject to any instructions by the representatives of the parties and
would perform his functions neutrally and independently. He shall report to the
Chairperson of the Board of the Authority.
8.3. That the bidder accepts that the Monitor has the right to access without restriction to all
project documentation of the Authority including that provided by the bidder. The bidder
shall also grant the Monitor, upon his request and demonstration of a valid interest,
unrestricted and unconditional access to his project documentation. The same is
applicable to sub-contractors and associates. The Monitor is under obligation to treat the
information and documents of the Authority and bidder/Sub-Contractors/ Associates
with confidentiality.
8.4. That the Authority shall provide to the Monitor sufficient information about all meetings
among the parties related to the project provided such meetings shall have an impact on
the contractual relations between the Authority and the bidder. The parties offer to the
Monitor the option to participate in such meetings.
8.5. That as soon as the Monitor notices, or believes to notice, a violation of this Pact, he
shall so inform the management of the Authority and request the management to
discontinue or heal the violation, or to take other relevant action. The Monitor shall in
this regard submit his recommendations/ suggestions. Beyond this, the Monitor has no
right to demand from the parties that they act in a specific manner, refrain from action or
tolerate action.
8.6. That the Monitor shall submit a written report to the Chairperson of the Board of the
Authority within 2 weeks from the date of reference or intimation to him by the
Authority and, shall the occasion arise, submit proposals for correcting problematic
situations.
8.7. That if the Monitor has reported to the Chairperson of the Board a substantiated suspicion
of an offence under relevant Anti-Corruption Laws of India and the Chairperson has not,
within reasonable time, taken visible action to proceed against such offence or reported it
to the Vigilance Department, the Monitor shall also transmit this information directly to
the Central Vigilance Commissioner, Government of India.
8.8. The word „Monitor‟ would include singular and plural.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 PAGE 460 OF 487
SECTION 9: Pact duration
9.1 That this Pact comes into force when both the parties have signed it. It expires for the
bidder 12 months after the final payment under the respective contract, and for all other
Bidders 3 months after the contract is awarded.
9.2 That if any claim is made/lodged during this period, the same shall be binding and
continue to be valid despite the lapse of this Pact as specified herein before, unless it is
discharged/determined by Chairman of the Authority.
SECTION 10: Miscellaneous provisions
10.1 That this Pact is subject to Indian Laws. Place of performance and jurisdiction is the
Corporate Headquarter/the Regional Headquarter/ offices of the Authority, as
applicable.
10.2 That the changes and supplements as well as termination notice need to be made in
writing.
11.3. That if the bidder is a partnership or a consortium, this Pact must be signed by all the
partners and consortium members, or their authorized representatives.
10.4. That should one or several provisions of this Pact turn out to be invalid, the remainder
of this Pact remains valid. In this case the parties will strive to come to an Agreement
to their original intentions.
---------------------------- --------------------------------
For the AAI for the Bidder
Place --------- Witness 1: -----------------------.
Date --------- Witness 2: -----------------------
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 PAGE 461 OF 487
PAGE LEFT BLANK
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 462 of 487
ANNEXURE-XVI
Bill of Quantities
Quantities of servers given are minimum. Bidders shall assess requirement of servers as per AAI solution requirements and indicate in the bill of material for
appropriate quantities and include the financial implications in the financial bid. However servers quoted shall meet the AAI specifications and SLA’ s as given in
the tender and shall be covered under warrant support as per tender requirements. Bidder shall also include associated items for servers such as Operating
System etc.
Server Infrastructure
S.No Item UOM DC /
Chennai
DR /
Kolkata Ahmedabad Guwahati Trivandrum Calicut Jaipur Pune Mangalore Trichy
1 Database Server Nos. 2 2 0 0 0 0 0 0 0 0
2
AODB, RMS,
Enterprise &
Network
Management
Tools, Reporting
Servers
Nos. 12 12 0 0 0 0 0 0 0 0
3
Integration
Servers, DHCP,
AV, Web
publishing, AAA
etc
Nos. 10 10 3 3 3 3 3 3 3 3
Bidder need to quote in Lot for each category
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 PAGE 463 OF 487
ANNEXURE-XVI (continued)
Storage Infrastructure
S.No Item UOM DC /
Chennai
DR /
Kolkata Ahmedabad Guwahati Trivandrum Calicut Jaipur Pune Mangalore Trichy
1.
SAN Useable 50
TB
(RAID 5)
(SATA (2TB
Spindles), SAS
(600GB) & Flash
Disk))
3 % of Flash
capacity and
remaining storage
in the Ratio
1(SATA):1 (SAS)
Capacity
Nos 1 1 0 0 0 0 0 0 0 0
2.
SAN Switch
Should have minimum 30 Nos. of FC ports
Nos. 2 2 0 0 0 0 0 0 0 0
3.
Virtual Tape
Library of useable
50 TB with all
Accessories
Nos 1 1 0 0 0 0 0 0 0 0
4. Back Up Software
Lot 1 1 0 0 0 0 0 0 0 0
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 PAGE 464 OF 487
ANNEXURE-XVI (continued)
Master Clock System
S.No Item UOM DC/
Chennai
DR /
Kolkata Ahmedabad Guwahati Trivandrum Calicut Jaipur Pune Mangalore Trichy
1
Master Clock
system (GPS
based) &
Accessories
Nos 2 2 0 0 0 0 0 0 0 0
2
Digital Clock
Displays
(Medium Size at
AOCC Room,
Data Center,
NOC etc.)
Nos 10 10 4 4 4 4 4 4 4 4
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 PAGE 465 OF 487
ANNEXURE-XVI (continued)
AOCC
S.No Item UOM Chennai Kolkata Ahmedabad Guwahati Trivandrum Calicut Jaipur Pune Mangalore Trichy
1.
24 Cubes (50”)
Video Wall with
controllers &
accessories
Lot
1 1 0 0 0 0 0 0 0 0
2.
3x2 LCD Display
(Minimum 46”)
with controllers &
Accessories
Lot
0 0 1 1 1 1 1 1 1 1
3.
Operator Consoles
with Furniture &
Accessories
Nos
30 30 10 10 10 10 10 10 10 10
4.
Workstations‐Latest
Config (with twin
21” TFT monitors)
Nos
20 20 5 5 5 5 5 5 5 5
5.
Workstations‐latest
Config (with Single
21” TFT monitor)
Nos
10 10 5 5 5 5 5 5 5 5
6.
KVM Switch
arrangement for
workstations as per
site requirement
Lot
1 1 1 1 1 1 1 1 1 1
7. Laser Printers‐ Colour A4
Nos 3 3 1 1 1 1 1 1 1 1
8. Laser Printers‐ Colour A3
Nos 1 1 0 0 0 0 0 0 0 0
9. Laser printer‐Mono
A4
Nos 8 8 3 3 3 3 3 3 3 3
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 PAGE 466 OF 487
AOCC
S.No Item UOM Chennai Kolkata Ahmedabad Guwahati Trivandrum Calicut Jaipur Pune Mangalore Trichy
10.
Desktop UPS for
workstations (1
KVA 20 min
Backup)
Nos
30 30 10 10 10 10 10 10 10 10
11.
UPS for Video Wall
& 3x2 LCD
Displays at point 1
& 2 above capacity
as per site
requirement
Lot
1 1 1 1 1 1 1 1 1 1
12.
Civil Works in
AOCC room
(flooring/ door,
interiors, wall
panelling etc) as
per site requirement
Lot
1 1 1 1 1 1 1 1 1 1
13.
Electrical Works
for AOCC room
Additional A/C,
Power extension etc
as per site
conditions &
requirement
Lot
1 1 1 1 1 1 1 1 1 1
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 PAGE 467 OF 487
ANNEXURE-XVI (continued)
Data Center / Disaster Recovery Center Build
S.No Item UOM DC /
Chennai
DR /
Kolkata Ahmedabad Guwahati Trivandrum Calicut Jaipur Pune Mangalore Trichy
1. Fire Detection and
Control System Lot 1 1 0 0 0 0 0 0 0 0
2. Fire Suppression System Lot 1 1 0 0 0 0 0 0 0 0
3. Access control System Lot 1 1 1 1 1 1 1 1 1 1
4. Rodent Repellent System Lot 1 1 0 0 0 0 0 0 0 0
5. Water Leak Detection
System Lot 1 1 0 0 0 0 0 0 0 0
6. Building Management
System Lot 1 1 0 0 0 0 0 0 0 0
7. Power Distribution
System Lot 1 1 1 1 1 1 1 1 1 1
8. Earthing Lot 1 1 1 1 1 1 1 1 1 1
9. Lighting & fittings Lot 1 1 1 1 1 1 1 1 1 1
10. UPS Lot 1 1 1 1 1 1 1 1 1 1
11. Racks & Accessories Lot 1 1 1 1 1 1 1 1 1 1
12. Conduits, Raceways,
Cable trays etc Lot 1 1 1 1 1 1 1 1 1 1
13. Civil Works (flooring/
door, interiors etc Lot 1 1 1 1 1 1 1 1 1 1
14.
Precision Air Cooling /
Air conditioners as
applicable
Lot 1 1 1 1 1 1 1 1 1 1
15. VESDA Lot 1 1 0 0 0 0 0 0 0 0
16. Datacenter Monitoring
and Management tools Nos 2 2 0 0 0 0 0 0 0 0
17. Structured Cabling Lot 1 1 0 0 0 0 0 0 0 0
18. Electrical Cabling as per
site requirement Lot 1 1 1 1 1 1 1 1 1 1
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 PAGE 468 OF 487
ANNEXURE-XVI (continued)
Quantities of Network given are indicative and minimum. Bidders shall assess requirement of network components as per AAI solution requirements and indicate in
the bill of material for appropriate quantities and include the financial implications in the financial bid. However network components quoted shall meet the AAI
specifications as given in the tender and shall be covered under warrant support as per tender requirements. Bidder shall also include associated items for network
components as appropriate etc.
Active Network
S.No Item UOM DC /
Chennai DR /
Kolkata Ahmedabad Guwahati Trivandrum Calicut Jaipur Pune Mangalore Trichy
1
Core Switch
(Switch Type I)
Should have minimum 48 x 10/100/1000 Mbps Base-T ports
Should have 64 Nos. of 10 Gig fully populated with 10G LR non-blocking ports
Nos. 2 2 0 0 0 0 0 0 0 0
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 PAGE 469 OF 487
Active Network
S.No Item UOM DC /
Chennai DR /
Kolkata Ahmedabad Guwahati Trivandrum Calicut Jaipur Pune Mangalore Trichy
2
Core Switch
(Switch Type II)
1.1 Should have
minimum 48 x
10/100/1000
Mbps Base T
port
1.2 Should have
minimum 12
Nos. fully
populated 1000
Base LX SFP
based ports
Should have
minimum 2 Nos. of
10 Gig ports fully
populated with
10G LR non-blocking ports
Nos. 0 0 2 2 2 2 2 2 2 2
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 PAGE 470 OF 487
Active Network
S.No Item UOM DC /
Chennai DR /
Kolkata Ahmedabad Guwahati Trivandrum Calicut Jaipur Pune Mangalore Trichy
3
Access Switch
Should have minimum 48 10/100/1000 Base-T ports with additional 4 Nos. of SPF ports populated with minimum 2 nos. 1G LX/LH modules. Minimum 2 dedicated stacking ports with all accessories for stacking purpose.
Nos. 4 4 4 4 4 4 4 4 4 4
4
VPN Router
(Type I)
Should have minimum 4 x 10/100/1000 Base-T on board ports with an option of 1000 Base-X SFP based ports in minimum of 2 nos. of ports
Nos. 2 2 0 0 0 0 0 0 0 0
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 PAGE 471 OF 487
Active Network
S.No Item UOM DC /
Chennai DR /
Kolkata Ahmedabad Guwahati Trivandrum Calicut Jaipur Pune Mangalore Trichy
5
VPN Router
(Type II)
Should have minimum 2 x 10/100/1000 Base-T on board ports
Should have minimum 2 x 10/100 Base-T ports
Nos. 0 0 2 2 2 2 2 2 2 2
6
Replication Router
Should have minimum 4 x 10/100/1000 Base-T on board ports with an option of 1000 Base-X SFP based ports in minimum of 2 nos. of ports
Nos. 2 2 0 0 0 0 0 0 0 0
7
Firewall
Should have minimum 4 x 1 GE ports and 2 x 10 GE ports
Nos. 2 2 0 0 0 0 0 0 0 0
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 PAGE 472 OF 487
Active Network
S.No Item UOM DC /
Chennai DR /
Kolkata Ahmedabad Guwahati Trivandrum Calicut Jaipur Pune Mangalore Trichy
9
Network IPS
Should have minimum 8 x 1 GE ports
Nos. 2 2 0 0 0 0 0 0 0 0
10 HIPS as per
solution requirement
Lot
1
1
1
1
1
1
1
1
1
1
11
Server Load Balancer
Should have min 4 x 10/100/1000 Base T ports
Nos. 2 2 0 0 0 0 0 0 0 0
12
Link Load Balancer
Should have min 4 x 10/100/1000 Base T ports
Nos. 2 2 0 0 0 0 0 0 0 0
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 PAGE 473 OF 487
ANNEXURE-XVI (continued)
Passive Network
S.No Item UOM DC /
Chennai DR /
Kolkata Ahmedabad Guwahati Trivandrum Calicut Jaipur Pune
Mangalore
Trichy
1.
Cat 6 UTP structured Cabling components (including laying, certification etc) as per site requirement and for servers & workstations mentioned in this tender
Lot 0 0 1 1 1 1 1 1 1 1
2.
6 Core SM OFC Cabling (including digging, laying, certification etc) components as per site requirement to be assessed by the bidder
Lot 0 0 1 1 1 1 1 1 1 1
3.
Wall Mounted Racks with accessories as per site requirement
Lot 0 0 1 1 1 1 1 1 1 1
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 PAGE 474 OF 487
ANNEXURE-XVI (continued)
Software
S.No Item UOM DC/
Chennai
DR/
Kolkata Ahmedabad Guwahati Trivandrum Calicut Jaipur Pune Mangalore Trichy
1. AODB License as
per solution Lot 1 1 1 1 1 1 1 1 1 1
2. RMS License Lot 1 1 1 1- 1 1 1 1 1 1
3. IL License Lot 1 1 1 1 1 1 1 1 1 1
4. Reports License Lot 1 1 0 0 0 0 0 0 0 0
5. Database License Lot 1 1 0 0 0 0 0 0 0 0
6. Replication
Software licenses Lot 1 1 0 0 0 0 0 0 0 0
7.
System Software
with virtualization
capability as per
solution
Lot 1 1 1 1 1 1 1 1 1 1
8. EMS Software Lot 1 1 1 1 1 1 1 1 1 1
9. Antivirus Server
Software Lot 1 1 0 0 0 0 0 0 0 0
10. Antivirus Client
Software Nos 50 50 20 20 20 20 20 20 20 20
11.
Office
Productivity tools
- MS Office as per
site requirement
Nos 50 50 20 20 20 20 20 20 20 20
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 PAGE 475 OF 487
ANNEXURE-XVI (continued)
Quantities of Bandwidth given are indicative and minimum. Bidders shall assess requirement of bandwidth as per AAI solution requirements and indicate in the bill
of material for appropriate quantities and include the financial implications in the financial bid.
Network Bandwidth
S.No Item UOM DC /
Chennai DR /
Kolkata Ahmedabad Guwahati Trivandrum Calicut Jaipur Pune
Mangalore
Trichy
Dedicated leased between Chennai & Kolkata (from 2 different ISP)
Mbps/per ISP
8 8 0 0 0 0 0 0 0 0
VPN at all 10 airports (from 2 different ISP)
Mbps/per ISP
18 18 2 2 2 2 2 2 2 2
Services
S.No Item UOM DC /
Chennai
DR /
Kolkata Ahmedabad Guwahati Trivandrum Calicut Jaipur Pune Mangalore Trichy
1
System Integration
and
Implementation
Services
Lot 1 1 1 1 1 1 1 1 1 1
2
Facility
Management
Services-
Infrastructure
Lot 1 1 1 1 1 1 1 1 1 1
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 PAGE 476 OF 487
ANNEXURE-XVI (continued)
Facility management Services-Minimum Man Power requirement (for total duration of the
Contract)
S.No Item Skills &
Qualifications Chennai Kolkata Ahmedabad Guwahati Trivandrum Calicut Jaipur Pune Mangalore Trichy
1 Network (per Shift)
See note
bleow
2 2 1 1 1 1 1 1 1 1
1.a General 1 1 0 0 0 0 0 0 0 0
2 AOCC Desk Side Support (per Shift)
2 2 1 1 1 1 1 1 1 1
3 Server & Storage (per Shift)
2 2 1 1 1 1 1 1 1 1
3.a General 1 1 0 0 0 0 0 0 0 0
4 Application (per Shift)
2 2 1 1 1 1 1 1 1 1
4.a General 1 1 0 0 0 0 0 0 0 0
5
Service
Desk: (Per Shift)
- - - - - - - - - -
5.a Supervisor 1 0 0 0 0 0 0 0 0 0
5.b Agents 2 0 0 0 0 0 0 0 0 0
Note: Manpower shall be available round the clock on 24x7 basis . Shift operation shall be covered under three shifts of eight hours each.
Deployment of Help Desk Officials shall be made immediately after the start of operations.
1. Minimum Qualification and Experience Help Desk Officials
Graduate with Diploma in Computers hardware and networking preferably MCSE certifications.
Minimum one year of experience in Help Desk management services, in Facility management/ application management preferably in Data Centre.
Good Communication and Interpersonal skills
2. Minimum Qualification and Experience Data Centre Infrastructure, Network & applications Management
L1 - Graduate with Diploma in Computers hardware / software / networking with 2 - 4 Years of experience.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 PAGE 477 OF 487
Onsite • Minimum 3+ years of experience with Networking products • Experience with Routers
• Experience of working with Switches • Experience of working with Firewalls
• Experience with delivery with virtual teams. • Knowledge of data networks with experience in IP, VLANs, VPNs, Routing protocols like OSPF,BGP, RIP, MPLS,
VPLS,VRF L2 - Graduate with Diploma in Computers hardware / software / networking with 5 - 7 Years of experience.
Onsite • Minimum 5+ years of Hardcore experience in Networking technologies
• Excellent Communication skills would be expected as he would need to work with Global Product Support Teams
in some cases. • Experience with Routers, Switches, Firewalls
• Experience of working with IP, VLANs, VPNs, Routing protocols like OSPF, BGP, RIP, MPLS,VPLS, VRF • Experience with delivery with virtual teams would be an advantage. Need to work closely with the NOC Team &
Product SMEs to ensure give High Quality of Service to the End User.
• Experience in managing voice platforms like PBX (IP based) is preferred
3. Off Site Arrangement
Keeping in view the requirement of SLA, necessary arrangement at back end shall be made to ensure availability of system to the SLA Level.
The bidder shall submit a detailed action plan describing the implementation strategy.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 PAGE 478 OF 487
ANNEXURE-XVI (continued)
Training requirement (to include both operations and maintenance of each module)
S.No Module UOM Chennai Kolkata Ahmedabad Guwahati Trivandrum Calicut Jaipur Pune Mangalore Trichy
1. Airport Operations
Data Base (AODB)
Lot 1 1 1 1 1 1 1 1 1 1
2. Resource
Management
System(RMS)
Lot
1 1 1 1 1 1 1 1 1 1
3. Integration Layer (IL) Lot 1 1 1 1 1 1 1 1 1 1
4. Operations
Management Centre
Lot 1 1 1 1 1 1 1 1 1 1
5. Airport Operations
Control Centre
Lot 1 1 1 1 1 1 1 1 1 1
6. System
Administration
Lot 1 1 1 1 1 1 1 1 1 1
7. Database
Administration
Lot 1 1 1 1 1 1 1 1 1 1
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 PAGE 479 OF 487
Training requirement (to include both operations and maintenance of each module)
S.No Module UOM Chennai Kolkata Ahmedabad Guwahati Trivandrum Calicut Jaipur Pune Mangalore Trichy
8. Enterprise
Management Tools
including Network
Fault &
Performance
Management,
Applications
Management,
Database
Management, and
other tools covered
under the proposal
Lot
1 1 1 1 1 1 1 1 1 1
9. Data Centre
Infrastructure
Management
Lot
1 1 1 1 1 1 1 1 1 1
10. Video-wall Training Lot 1 1 0 0 0 0 0 0 0 0
11. LCD Training Lot 0 0 1 1 1 1 1 1 1 1
Trainings may be organised as per site requirements and some of the training can be consolidated at Central Site.
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 480 of 487
PAGE LEFT BLANK
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 PAGE 481 OF 487
Schedule-A
Name of Work: - Procurement of “Name of the work as given in Schedule-A Sr. No. 1”
Tender No.: “Tender No. as given in Schedule-A Sr. No. 2”
Note: To be read in conjunction with the Terms & conditions (Section-I, Section-II, Section-III,
Section-IV& Section V of the Tender against the sections referred below.
Sr. No. Section Para No. Sub-Para No. Text to be read as
1. II 6, 11 6.1.1, 6.1.2,
11.1
“Establishment of Airport Operations
Control Centers (AOCC) at 10 Airports”
III 1 1.1
Annexures
2. Annexures “AAI/CHQ/ITD/AOCC PROJ-2012”
3. III 5 5.1 a) Rs.3,75,20,000/-
a) Rupees Three Crores Seventy Five Lakhs
& Twenty Thousand only.
4. IV 2 2.1 a) Chennai Go-Live -On or before 5
months from the contract award date.
b) Kolkata Go-Live plus three airports -
On or before 8 months from the
contract award date.
c) Remaining five the airports Go-Live
On or before 12 months from the
contract award date.
d) Operation / Post Go-live Support
Services period- 7 years from Chennai
Go-Live date and are co–terminus for
the remaining airports.
e) Technology refresh- To be completed
within three months prior to expiry of
five years period from the date of
Chennai Go-Live., at every airport
location.
5. IV 5 5.1 60 Months from the date of Chennai Go-Live
or 48 months from the date of tenth airport to
Go-Live whichever is earlier.
6. IV 7 7.5 “NIL”
General Manager (IT)
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 PAGE 482 OF 487
PAGE LEFT BLANK
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 483 of 487
SCHEDULE-B
Financial Bid Format (to be filled up on-line)
Name of Work: - Procurement of “Name of the work as given in Schedule-A Sr. No. 1”
Tender No.: “Tender No. as given in Schedule-A Sr. No. 2”
Sl.
No.
(1)
Description
(2)
Unit
(3)
Qty
(4)
Unit Rate (Opex)
(Inclusive of
Taxes)
(5)
Amount
(6=4*5)
Chennai
1. Server Infrastructure Chennai (as per details in Annexure –XVI) Lot 1
2. Storage Infrastructure Chennai (as per details in Annexure –XVI) Lot 1
3. Master Clock System Chennai (as per details in Annexure –XVI) Lot 1
4. AOCC Infrastructure Chennai (as per details in Annexure –XVI) Lot 1
5. Data Center Infrastructure Chennai (as per details in Annexure –XVI) Lot 1
6. Active Network Infrastructure Chennai (as per details in Annexure –
XVI)
Lot 1
7. Passive Network Infrastructure Chennai (as per details in Annexure –
XVI)
Lot 1
8. Software Infrastructure Chennai (as per details in Annexure –XVI) Lot 1
9. System Integration and Implementation Services – at Chennai (as per
details in Annexure –XVI)
Lot 1
10. Facility Management Charges – Infrastructure at Chennai (as per
details in Annexure –XVI)
Lot 1
11. Facility management Charges - Minimum Man Power requirement at
Chennai (as per details in Annexure –XVI)
Lot 1
12. Training & Documentation Chennai (as per details in Annexure –XVI) Lot 1
Kolkata
13. Server Infrastructure Kolkata (as per details in Annexure –XVI) Lot 1
14. Storage Infrastructure Kolkata (as per details in Annexure –XVI) Lot 1
15. Master Clock System Kolkata (as per details in Annexure –XVI) Lot 1
16. AOCC Infrastructure Kolkata (as per details in Annexure –XVI) Lot 1
17. Data Center Infrastructure Kolkata (as per details in Annexure –XVI) Lot 1
18. Active Network Infrastructure Kolkata (as per details in Annexure – Lot 1
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 PAGE 484 OF 487
Sl.
No.
(1)
Description
(2)
Unit
(3)
Qty
(4)
Unit Rate (Opex)
(Inclusive of
Taxes)
(5)
Amount
(6=4*5)
XVI)
19. Passive Network Infrastructure Kolkata (as per details in Annexure –
XVI)
Lot 1
20. Software Infrastructure Kolkata (as per details in Annexure –XVI)
21. System Integration and Implementation Services – at Kolkata (as per
details in Annexure –XVI)
Lot 1
22. Facility Management Charges – Infrastructure at Kolkata (as per details
in Annexure –XVI)
Lot 1
23. Facility Management Charges – Minimum Man Power requirement at
Kolkata (as per details in Annexure –XVI)
Lot 1
24. Training & Documentation Kolkata (as per details in Annexure –XVI) Lot 1
Other Locations
25. Server Infrastructure Other (8) Locations (as per details in Annexure –
XVI)
Lot 1
26. Master Clock System Other (8) Locations (as per details in Annexure –
XVI)
Lot 1
27. AOCC Infrastructure Other (8) Locations (as per details in Annexure –
XVI)
Lot 1
28. Data Center Infrastructure Other (8) Locations (as per details in
Annexure –XVI)
Lot 1
29. Active Network Infrastructure Other (8) Locations (as per details in
Annexure –XVI)
Lot 1
30. Software Infrastructure Other (8) Locations (as per details in Annexure
–XVI)
Lot 1
31. Passive Network Infrastructure Other (8) Locations (as per details in
Annexure –XVI)
Lot 1
32.
System Integration and Implementation Services – at Ahmedabad
(as per details in Annexure –XVI)
Lot 1
33. System Integration and Implementation Services – at Guwahati (as
per details in Annexure –XVI)
Lot 1
34. System Integration and Implementation Services – at Trivandrum
(as per details in Annexure –XVI)
Lot 1
35. System Integration and Implementation Services – at Calicut (as per
details in Annexure –XVI)
Lot 1
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 PAGE 485 OF 487
Sl.
No.
(1)
Description
(2)
Unit
(3)
Qty
(4)
Unit Rate (Opex)
(Inclusive of
Taxes)
(5)
Amount
(6=4*5)
36. System Integration and Implementation Services – at Jaipur (as per
details in Annexure –XVI)
Lot 1
37. System Integration and Implementation Services – at Pune (as per
details in Annexure –XVI)
Lot 1
38. System Integration and Implementation Services – at Mangalore (as
per details in Annexure –XVI)
Lot 1
39. System Integration and Implementation Services – at Trichy (as per
details in Annexure –XVI)
Lot 1
40. Facility Management Charges – Infrastructure at Other (8) locations (as
per details in Annexure –XVI)
41. Facility Management Charges - Minimum Man Power requirement at
Other (8) locations (as per details in Annexure –XVI)
Lot 1
42. Training & Documentation at Other (8) locations (as per details in
Annexure –XVI)
Lot 1
Network Bandwidth Requirement
43. Network Bandwidth - Dedicated
leased between Chennai & Kolkata (as per details in Annexure –XVI)
Lot 1
44. Network Bandwidth - VPN at Chennai & Kolkata (as per details in
Annexure –XVI)
Lot 1
45. Network Bandwidth - VPN at Other (8) Locations (as per details in
Annexure –XVI)
Lot 1
Total:- Rs. _____________________ (In words Rs. _____________________________________________________________________)
Note 1: Form D for concessional duty shall not be applicable for AAI for exemption or reduction in Govt. Duties.
Note 2: Use of erasers, over writing and or corrections in the price Bid should be avoided. However, in case it becomes unavoidable to use any of these for correction,
the same must be authenticated by the person signing the bid with his signature.
Note 3: Change in nomenclature of schedule and added optional items in this schedule attracts action as per clause 7.4 of section-II.
The bidders are to quote in Opex mode for the 7 years duration in the financial Bid The quarterly deliverable costs at each site for hardware
and services shall be calculated later.
TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 PAGE 486 OF 487
The Total Manpower cost is to be bid for complete lot over a period of 7 years. Quarterly manpower cost will be calculated later for each site
AUTHORIZED SIGNATURE _________________
NAME OF THE SIGNATORY ________________ General Manager (IT) NAME & ADDRESS OF THE TENDERER
TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 487 of 487
PAGE LEFT BLANK
(END)
top related