RailTel invites tender for operation and maintenance of IP based Video Surveillance System at railway stations under Western Region

RailTel Corporation of India has invited tender for Supply, installation, testing, commissioning, integration with existing VSS infra, operation and maintenance of IP based Video Surveillance System (VSS) at D & E category railway stations under Western Region of RailTel for and on behalf of Indian Railways.

  • Tender Reference Number: RailTel/Tender/OT/WR/D&E/2022-23/VSS/001
  • Name of Work: Supply, installation, testing, commissioning, integration with existing VSS infra, operation and maintenance of IP based Video Surveillance System (VSS) at D & E category railway stations under Western Region of RailTel for and on behalf of Indian Railways.
  • Estimated Cost of Work: INR 89,29,49,599 Crore
  • EMD: INR 50 Lakh
  • Contract Period: 270 Days
  • Document Download / Sale Start Date: 14th November, 2022
  • Document Download / Sale End Date: 12th December, 2022
  • Bid Submission Start Date: 14th November, 2022
  • Bid Submission End Date: 12th December, 2022
  • Bid Opening Date: 12th December, 2022

Background:

  • Indian Railways (IR) is a governmental entity under the Ministry of Railways which operates India’s National Railway System. It is run by the government as a public transport and manages the third-largest railway network in the world by size. Indian Railways is the lifeline of India and has an estimated daily ridership of approximately 2 crores.
  • In order to enhance security for passengers especially women & children at Railway stations which are major hubs of transportation, Indian Railways intended to install Internet Protocol (IP) based Video Surveillance System (VSS) at stations, that is, waiting halls, reservation counters, parking areas, main entrance/ exit, platforms, foot over bridges, booking offices etc. Indian Railways has also intended to provide CCTV at Coaches.
  • RailTel, a Miniratna PSU under Ministry of Railways, has been entrusted with the work of providing IP based VSS with video analytics and facial recognition system at Railway Stations of A1, A, B, C, D & E Category. To have a better coverage and clearer image, four types of Full HD Cameras – Dome type (for indoor areas), Bullet type (for platforms), Pan Tilt Zoom type (for parking areas) and Ultra HD-4k cameras (for crucial locations) are being/to be provided.
  • CCTV camera live feeds are displayed on multiple screens at the Railway Protection Force (RPF) control room for monitoring. Centralised monitoring through Command Control Centre 
  • (CCC)(covered under Northern Region tender) will also be provisioned for Pan India VSS Work.
  • Under this tender, bidders are required to provide Cameras and LAN infrastructure at D & E Category stations at controlling RPF Thana/Post Station. Provision of VSS infra required for D & E category stations including Storage for cameras, hardware/software for VMS/VA/FRS (if required) at their controlling RPF Thana/Post will be provided by RailTel.EMS/CCC at Data Centers will be provided by RailTel under separate tender.
  • In future, Train Coaches are also to be covered for VSS Work by RailTel on behalf of Indian Railways. The recording of the video feeds from CCTV cameras of these coaches will be required to be accessed & integrated with the VSS system installed at RPF Thana/Posts.

Scope of Work:

  • IP based Video Surveillance System (VSS) at Railway Stations The scope of work includes Supply, Installation, Testing, Commissioning, Integration (with existing VSS Infra), operation and maintenance of IP based Video Surveillance System at D & E Category Railway Stations of Indian Railways.
  • List of stations covered under the scope of present tender along with their controlling RPF Thanas/Post is mentioned in BDS (Chapter-5, Section-I).
  • Railway stations covered under the scope of work have been further clubbed together as a cluster according to location of their controlling RPF thana/post and in this RFP such clusters have been referred as “RPF Thana/Post-wise cluster stations (including station where RPF/Thana/Post is located and stations being recorded at that particular RPF Thana/Post)”. Details of controlling RPF Thana/Post are given in the above-mentioned list.
  • Bidders are required to follow Schematic Diagram-2: (RPF/GRP Thana/Post Clustered based architecture) mentioned in RDSO Specification RDSO/SPN/TC/65/2021 Version 6.0 or latest for provision of VSS system at D & E Category stations under this tender at their controlling RPF Thana/Post Stations.
  • The requirement mentioned in this Tender/RFP, BEING A TURNKEY BASIS PROJECT, calls for a complete working system and not components thereof.
  • Therefore, the Bids must be complete with all equipment and required accessories along with necessary power systems including standard Uninterrupted Power Supply for the entire equipment, all type of connectors, patch leads, mounting, reinforcement (cable/wire) and fitting hardware, plugs, sockets and any hardware/software, etc. as required for complete installation & commissioning of the System under this contract.

The complete project consists of following phases:

  • Supply, Installation, Commissioning and Integration with Existing VSS Infrastructure as per details given in SOR of Chapter-2.
  • Maintenance & Warranty- Maintenance supervision period as mentioned in clause 4.A.2.5 and warranty as mentioned in BDS (Chapter-5, Section-I).
  • AMC (5 years after completion of Warranty Period).
  • Planning, Design, Supply, Installation, Testing, Commissioning, Integration with Existing VSS Infra, Operation and Maintenance of the IP based video surveillance system at various Railway Stations of D and E category of Indian Railways at their controlling RPF Thana/Post Stations. Details of Stations are given in BDS (Chapter5, Section-I).
  • Hardware and Software required for D & E category stations at RPF Thana/Post and Datacenters will be provided separately by RailTel. However, RailTel reserves the right to include other categories of stations under the scope of work as per the requirement of Indian Railways.
  • The system shall comply with RDSO Specification RDSO/SPN/TC/65/ 2021 Version 6.0 or latest. However, in case of any conflict on the solution design parameters, system functional requirements and technical specification of a system/item between RDSO specification version-6 or latest and the tender conditions, the RDSO specifications will prevail.
  • The bidder should prepare a site plan showing exact location of different type of cameras, switches etc. at various locations like parking areas, entrance/exit points, platforms, yards, waiting halls, ticket counters, offices, foot over bridges, circulating areas etc. as per site requirement in consultation with RailTel & Railways after the proper site survey.
  • The proposed site plan should have an optimum number of cameras so as to cover Railway Station from a security point of view. Installation of the VSS systems at Railway Stations shall be carried out only as per Railway’s approved drawings & plans.
  • Bidder is required to installed VSS system as per RDSO Specification RDSO/SPN/TC/65/2021Version 6.0 or latest and is required to share SDK with RailTel or its vendor for integration of cameras supplied under this tender with VMS/VA/CCC/EMS/FRS (if required).
  • Bidder should ensure seamless integration of VSS system installed at D/E Category stations with various software applications and their associated hardware along storage available at the controlling RPF Thana/Post or Datacentre in accordance with RDSO Specification RDSO/SPN/TC/65/2021Version 6.0 or latest. Hardware and Software including  storage will be provided by RailTel under separate tender.
  • Bidder is required to provide required information of hardware provided under the scope this tender to RailTel for their integration with EMS (as required for Integration of Hardwares detailed in specification for EMS given in Clause 8.3.6 of chapter-8) and Command Control Centre (CCC) application (as required for integration of Hardware with CCC application as per RDSO specification version-6).
  • Supply, laying and fixing of electrical wiring and network cabling including OFC.
  • Supply of complete hardware components for the proposed solution (Cameras, UPS, manageable switch etc.) including AMC and Warranty.
  • Supply of any other equipment/infrastructure or services required for the proper installation, testing, commissioning, operation, and maintenance of video surveillance solution as per the approved design.
  • Seamless integration with Storage for cameras, hardware/software for VMS/VA/FRS (if required) at their controlling RPF Thana/Post and hardware/software for EMS/CCC at Data Centers as per RDSO Specification RDSO/SPN/TC/65/2021 Version 6.0 or latest without any additional cost to RailTel.
  • RailTel will facilitate connectivity from its POP to integrate the VSS network. Bidder is required to lay any additional OFC cable for ring protection, if required.
  • To identify, develop and deliver the training to the Railways/RailTel staff for the VSS System to be installed and commissioned.
  • To demonstrate the functioning of all the modules of software and features of hardware components as and when required by Railways.
  • Preparation of Digital Network topology of VSS at station (including RPF Thana/Post) showing make, model, IP address, connectivity etc (including existing VSS infra).
  • The recording of the video feeds from CCTV cameras of Stations will be stored in the nearest RPF Thana/Post for 30 days for playback, post event analysis and for investigation purposes. Important videos to be stored for longer duration at Data Centre (by using 240TB storage) & RPF Thana/Post. Storage at RPF Thana/Post and Data Centers will be provided by RailTel separately.
  • Remote operation and monitoring of a cluster of stations from RPF Thana/Post, Divisional HQ and Zonal HQ etc. shall be done through the RailTel/Railways MPLS network or OFC Network (to be decided by RailTel).
  • Replacement of all consumable items including batteries of UPS supplied by the contractor (at no additional cost to RailTel) during Maintenance supervision, warranty and AMC period.
  • Provision of necessary man-power for maintaining VSS as per SLA requirement during Maintenance supervision period of 12 months, warranty period of 24 months and AMC period of 5 years without any additional cost to RailTel.
  • After the completion of contract duration, the successful bidder shall hand over all the components of the video surveillance system in working condition to Railways/RailTel.
  • Maintaining earth resistance less than 1 Ω for maintenance free earthings during complete project duration including AMC.
  • Bidders shall follow best practices (in addition to RDSO specifications) during installation, commissioning, maintenance, warranty and AMC period for VSS project.
  • IP based CCTV surveillance system in Coaches of Indian Railways IP based Closed Circuit Television (CCTV) surveillance system in Coaches are not included in the scope of tender. However, the network proposed in the tender shall be capable of acquiring data from train coaches through Wi-Fi/GSM and process for onward submission to Data center/RPF Thana.

Eligibility:

  • The Bidder must have successfully completed or substantially completed any of the following during last 07 (seven) years, ending last day of month previous to the one in which tender is  invited:
    • Three similar works each costing not less than the amount equal as mentioned in BDS (Chapter-5, Section-I), or
    • Two similar works each costing not less than the amount as mentioned in BDS (Chapter-5, Section-I), or
    • One similar work each costing not less than the amount as mentioned in BDS (Chapter-5, Section-I).
  • For Startups (recognized by Department of Industrial policy and promotion, Ministry of Commerce and Industry),the bidder should have completed in last three financial years plus current year up to the date of opening of tender:
    • Single order of similar work for an amount as mentioned in BDS (Chapter5, Section-I), or
    • Two orders of similar work for an amount as mentioned in BDS (Chapter5, Section-I), or
    • Three orders of similar work for an amount as mentioned in BDS (Chapter5, Section-I).

The complete documents can be downloaded from https://www.ireps.gov.in


Source: RailTel- Tender | Image Credit (representational): RailTel