AOCC Tender

487
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

Transcript of AOCC Tender

Page 1: AOCC Tender

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

Page 2: AOCC Tender

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

Page 3: AOCC Tender

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

Page 4: AOCC Tender

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

Page 5: AOCC Tender

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:

Page 6: AOCC Tender

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

Page 7: AOCC Tender

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)

Page 8: AOCC Tender

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

Page 9: AOCC Tender

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.

Page 10: AOCC Tender

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

Page 11: AOCC Tender

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

Page 12: AOCC Tender

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

Page 13: AOCC Tender

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.

Page 14: AOCC Tender

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.

Page 15: AOCC Tender

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.

Page 16: AOCC Tender

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.

Page 17: AOCC Tender

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.

Page 18: AOCC Tender

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

Page 19: AOCC Tender

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

Page 20: AOCC Tender

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

Page 21: AOCC Tender

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.

Page 22: AOCC Tender

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).

Page 23: AOCC Tender

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.

Page 24: AOCC Tender

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

Page 25: AOCC Tender

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

Page 26: AOCC Tender

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.

Page 27: AOCC Tender

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

Page 28: AOCC Tender

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.

Page 29: AOCC Tender

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

Page 30: AOCC Tender

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

Page 31: AOCC Tender

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

Page 32: AOCC Tender

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,

Page 33: AOCC Tender

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.

Page 34: AOCC Tender

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

Page 35: AOCC Tender

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 /

Page 36: AOCC Tender

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

Page 37: AOCC Tender

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

Page 38: AOCC Tender

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)

Page 39: AOCC Tender

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)

Page 40: AOCC Tender

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

Page 41: AOCC Tender

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

Page 42: AOCC Tender

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

Page 43: AOCC Tender

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. …

Page 44: AOCC Tender

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.

Page 45: AOCC 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.

Page 46: AOCC Tender

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.

Page 47: AOCC Tender

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.

Page 48: AOCC Tender

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.

Page 49: AOCC Tender

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

Page 50: AOCC Tender

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.

Page 51: AOCC 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.

Page 52: AOCC Tender

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 &

Page 53: AOCC Tender

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.

Page 54: AOCC Tender

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.

Page 55: AOCC Tender

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.

Page 56: AOCC Tender

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.

Page 57: AOCC Tender

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.

Page 58: AOCC Tender

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.

Page 59: AOCC Tender

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.

Page 60: AOCC Tender

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:

Page 61: AOCC Tender

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.

Page 62: AOCC Tender

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.

Page 63: AOCC Tender

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.

Page 64: AOCC Tender

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.

Page 65: AOCC Tender

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.

Page 66: AOCC Tender

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.

Page 67: AOCC Tender

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.

Page 68: AOCC Tender

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.

Page 69: AOCC Tender

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,

Page 70: AOCC Tender

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.

Page 71: AOCC Tender

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.

Page 72: AOCC Tender

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;

Page 73: AOCC Tender

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

Page 74: AOCC Tender

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:

Page 75: AOCC Tender

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

Page 76: AOCC Tender

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

Page 77: AOCC Tender

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.

Page 78: AOCC Tender

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.

Page 79: AOCC Tender

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.

Page 80: AOCC Tender

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

Page 81: AOCC Tender

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.

Page 82: AOCC Tender

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).

Page 83: AOCC Tender

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.

Page 84: AOCC Tender

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.

Page 85: AOCC Tender

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.

Page 86: AOCC Tender

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.

Page 87: AOCC Tender

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

Page 88: AOCC Tender

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,

Page 89: AOCC Tender

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

Page 90: AOCC Tender

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.

Page 91: AOCC Tender

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

Page 92: AOCC Tender

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

Page 93: AOCC Tender

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.

Page 94: AOCC Tender

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.

Page 95: AOCC Tender

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.

Page 96: AOCC Tender

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.

Page 97: AOCC Tender

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-: [email protected] as the Independent External Monitor

(IEM) for this project under Project Registration Number IPP-65/2012.

Page 98: AOCC Tender

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.

Page 99: AOCC Tender

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.

Page 100: AOCC Tender

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

Page 101: AOCC Tender

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 [email protected]. 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.

Page 102: AOCC Tender

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

Page 103: AOCC Tender

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

Page 104: AOCC Tender

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:

Page 105: AOCC Tender

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:

Page 106: AOCC Tender

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

Page 107: AOCC Tender

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.

Page 108: AOCC Tender

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.

Page 109: AOCC Tender

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)

Page 110: AOCC Tender

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%

Page 111: AOCC Tender

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%

Page 112: AOCC Tender

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.

Page 113: AOCC Tender

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%

Page 114: AOCC Tender

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.

Page 115: AOCC Tender

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%

Page 116: AOCC Tender

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%

Page 117: AOCC Tender

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%

Page 118: AOCC Tender

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%

Page 119: AOCC Tender

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.

Page 120: AOCC Tender

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

Page 121: AOCC Tender

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

Page 122: AOCC Tender

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

Page 123: AOCC Tender

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.

Page 124: AOCC Tender

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:

Page 125: AOCC Tender

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

Page 126: AOCC Tender

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:

Page 127: AOCC Tender

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

Page 128: AOCC Tender

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.

Page 129: AOCC Tender

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.

Page 130: AOCC Tender

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.

Page 131: AOCC Tender

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.

Page 132: AOCC Tender

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:

Page 133: AOCC Tender

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

Page 134: AOCC Tender

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

Page 135: AOCC Tender

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.

Page 136: AOCC Tender

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

Page 137: AOCC Tender

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:

Page 138: AOCC Tender

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.

Page 139: AOCC Tender

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

Page 140: AOCC Tender

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:

Page 141: AOCC Tender

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)

Page 142: AOCC Tender

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

Page 143: AOCC Tender

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.

Page 144: AOCC Tender

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.

Page 145: AOCC Tender

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

Page 146: AOCC Tender

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.

Page 147: AOCC Tender

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.

Page 148: AOCC Tender

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,

Page 149: AOCC Tender

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

Page 150: AOCC Tender

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

Page 151: AOCC Tender

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,

Page 152: AOCC Tender

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

Page 153: AOCC Tender

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.

Page 154: AOCC Tender

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

Page 155: AOCC Tender

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.

Page 156: AOCC Tender

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

Page 157: AOCC Tender

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

Page 158: AOCC Tender

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

Page 159: AOCC Tender

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.

Page 160: AOCC Tender

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).

Page 161: AOCC Tender

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

Page 162: AOCC Tender

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.

Page 163: AOCC Tender

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

Page 164: AOCC Tender

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.

Page 165: AOCC Tender

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.

Page 166: AOCC Tender

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.

Page 167: AOCC Tender

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

Page 168: AOCC Tender

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.

Page 169: AOCC Tender

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

Page 170: AOCC Tender

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

Page 171: AOCC Tender

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

Page 172: AOCC Tender

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.

Page 173: AOCC Tender

TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”

Page 173 of 487

TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012

Page 174: AOCC Tender

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

Page 175: AOCC Tender

TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”

Page 175 of 487

TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012

Page 176: AOCC Tender

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

Page 177: AOCC Tender

TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”

Page 177 of 487

TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012

Page 178: AOCC Tender

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.

Page 179: AOCC Tender

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.

Page 180: AOCC Tender

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.

Page 181: AOCC Tender

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

Page 182: AOCC Tender

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

Page 183: AOCC Tender

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)

Page 184: AOCC Tender

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

Page 185: AOCC Tender

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)

Page 186: AOCC Tender

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

Page 187: AOCC Tender

TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 187 of 487

PAGE LEFT BLANK

Page 188: AOCC Tender

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

Page 189: AOCC Tender

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)

Page 190: AOCC Tender

TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 190 of 487

PAGE LEFT BLANK

Page 191: AOCC Tender

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.

Page 192: AOCC Tender

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

Page 193: AOCC Tender

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

Page 194: AOCC Tender

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

Page 195: AOCC Tender

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

Page 196: AOCC Tender

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 ____________________________

Page 197: AOCC Tender

TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 197 of 487

PAGE LEFT BLANK

Page 198: AOCC Tender

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)

Page 199: AOCC Tender

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

Page 200: AOCC Tender

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.

Page 201: AOCC Tender

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

Page 202: AOCC Tender

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

Page 203: AOCC Tender

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

Page 204: AOCC Tender

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

Page 205: AOCC Tender

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

Page 206: AOCC Tender

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

Page 207: AOCC Tender

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

Page 208: AOCC Tender

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

Page 209: AOCC Tender

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

Page 210: AOCC Tender

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

Page 211: AOCC Tender

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

Page 212: AOCC Tender

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

Page 213: AOCC Tender

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.

Page 214: AOCC Tender

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

Page 215: AOCC Tender

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

Page 216: AOCC Tender

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

Page 217: AOCC Tender

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:

Page 218: AOCC Tender

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

Page 219: AOCC Tender

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-

Page 220: AOCC Tender

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.

Page 221: AOCC Tender

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

Page 222: AOCC Tender

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.

Page 223: AOCC Tender

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

Page 224: AOCC Tender

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

Page 225: AOCC Tender

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

Page 226: AOCC Tender

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,

Page 227: AOCC Tender

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

Page 228: AOCC Tender

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

Page 229: AOCC Tender

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

Page 230: AOCC Tender

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.

Page 231: AOCC Tender

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

Page 232: AOCC Tender

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.

Page 233: AOCC Tender

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:

Page 234: AOCC Tender

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

Page 235: AOCC Tender

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

Page 236: AOCC Tender

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

Page 237: AOCC Tender

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

Page 238: AOCC Tender

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.

Page 239: AOCC Tender

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)

Page 240: AOCC Tender

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,

Page 241: AOCC Tender

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

Page 242: AOCC Tender

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

Page 243: AOCC Tender

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

Page 244: AOCC Tender

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

Page 245: AOCC Tender

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

Page 246: AOCC Tender

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.

Page 247: AOCC Tender

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

Page 248: AOCC Tender

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

Page 249: AOCC Tender

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.

Page 250: AOCC Tender

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 &

Page 251: AOCC Tender

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

Page 252: AOCC Tender

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

Page 253: AOCC Tender

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

Page 254: AOCC Tender

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.

Page 255: AOCC Tender

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

Page 256: AOCC Tender

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.

Page 257: AOCC Tender

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;

Page 258: AOCC Tender

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)

Page 259: AOCC Tender

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.

Page 260: AOCC Tender

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

Page 261: AOCC Tender

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,

Page 262: AOCC Tender

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,

Page 263: AOCC Tender

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

Page 264: AOCC Tender

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

Page 265: AOCC Tender

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.

Page 266: AOCC Tender

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

Page 267: AOCC Tender

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

Page 268: AOCC Tender

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

Page 269: AOCC Tender

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)

Page 270: AOCC Tender

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.)

Page 271: AOCC Tender

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.

Page 272: AOCC Tender

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

Page 273: AOCC Tender

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

Page 274: AOCC Tender

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

Page 275: AOCC Tender

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.

Page 276: AOCC Tender

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

Page 277: AOCC Tender

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

Page 278: AOCC Tender

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

Page 279: AOCC Tender

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.

Page 280: AOCC Tender

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

Page 281: AOCC Tender

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

Page 282: AOCC Tender

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

Page 283: AOCC Tender

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).

Page 284: AOCC Tender

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:

Page 285: AOCC Tender

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

Page 286: AOCC Tender

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

Page 287: AOCC Tender

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

Page 288: AOCC Tender

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

Page 289: AOCC Tender

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

Page 290: AOCC Tender

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

Page 291: AOCC Tender

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

Page 292: AOCC Tender

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

Page 293: AOCC Tender

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

Page 294: AOCC Tender

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

Page 295: AOCC Tender

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

Page 296: AOCC Tender

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

Page 297: AOCC Tender

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

Page 298: AOCC Tender

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

Page 299: AOCC Tender

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

Page 300: AOCC Tender

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.

Page 301: AOCC Tender

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

Page 302: AOCC Tender

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,

Page 303: AOCC Tender

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.

Page 304: AOCC Tender

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

Page 305: AOCC Tender

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

Page 306: AOCC Tender

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

Page 307: AOCC Tender

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.

Page 308: AOCC Tender

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.

Page 309: AOCC Tender

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

Page 310: AOCC Tender

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,

Page 311: AOCC Tender

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

Page 312: AOCC Tender

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.

Page 313: AOCC Tender

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

Page 314: AOCC Tender

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 .

Page 315: AOCC Tender

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.

Page 316: AOCC Tender

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

Page 317: AOCC Tender

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

Page 318: AOCC Tender

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

Page 319: AOCC Tender

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

Page 320: AOCC Tender

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.

Page 321: AOCC Tender

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.

Page 322: AOCC Tender

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.

Page 323: AOCC Tender

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.

Page 324: AOCC Tender

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

Page 325: AOCC Tender

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

Page 326: AOCC Tender

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

Page 327: AOCC Tender

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

Page 328: AOCC Tender

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

Page 329: AOCC Tender

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

Page 330: AOCC Tender

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

Page 331: AOCC Tender

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

Page 332: AOCC Tender

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

Page 333: AOCC Tender

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

Page 334: AOCC Tender

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

Page 335: AOCC Tender

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'

Page 336: AOCC Tender

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

Page 337: AOCC Tender

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

Page 338: AOCC Tender

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.

Page 339: AOCC Tender

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

Page 340: AOCC Tender

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

Page 341: AOCC Tender

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

Page 342: AOCC Tender

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.

Page 343: AOCC Tender

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

Page 344: AOCC Tender

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

Page 345: AOCC Tender

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

Page 346: AOCC Tender

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

Page 347: AOCC Tender

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

Page 348: AOCC Tender

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

Page 349: AOCC Tender

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.

Page 350: AOCC Tender

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

Page 351: AOCC Tender

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

Page 352: AOCC Tender

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

Page 353: AOCC Tender

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

Page 354: AOCC Tender

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

Page 355: AOCC Tender

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.

Page 356: AOCC Tender

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.

Page 357: AOCC Tender

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

Page 358: AOCC Tender

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

Page 359: AOCC Tender

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.

Page 360: AOCC Tender

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

Page 361: AOCC Tender

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

Page 362: AOCC Tender

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

Page 363: AOCC Tender

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.

Page 364: AOCC Tender

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

Page 365: AOCC Tender

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.

Page 366: AOCC Tender

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

Page 367: AOCC Tender

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

Page 368: AOCC Tender

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

Page 369: AOCC Tender

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

Page 370: AOCC Tender

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.

Page 371: AOCC Tender

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

Page 372: AOCC Tender

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.

Page 373: AOCC Tender

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

Page 374: AOCC Tender

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

Page 375: AOCC Tender

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)

Page 376: AOCC Tender

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

Page 377: AOCC Tender

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

Page 378: AOCC Tender

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

Page 379: AOCC Tender

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

Page 380: AOCC Tender

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

Page 381: AOCC Tender

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

Page 382: AOCC Tender

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

Page 383: AOCC Tender

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

Page 384: AOCC Tender

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

Page 385: AOCC Tender

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.

Page 386: AOCC Tender

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 %

Page 387: AOCC Tender

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

Page 388: AOCC Tender

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

Page 389: AOCC Tender

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

Page 390: AOCC Tender

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.

Page 391: AOCC Tender

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

Page 392: AOCC Tender

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

Page 393: AOCC Tender

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

Page 394: AOCC Tender

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

Page 395: AOCC Tender

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

Page 396: AOCC Tender

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

Page 397: AOCC Tender

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

Page 398: AOCC Tender

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

Page 399: AOCC Tender

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

Page 400: AOCC Tender

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.

Page 401: AOCC Tender

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.

Page 402: AOCC Tender

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

Page 403: AOCC Tender

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

Page 404: AOCC Tender

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)

Page 405: AOCC Tender

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

Page 406: AOCC Tender

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

Page 407: AOCC Tender

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

Page 408: AOCC Tender

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

Page 409: AOCC Tender

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.

Page 410: AOCC Tender

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

Page 411: AOCC Tender

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

Page 412: AOCC Tender

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

Page 413: AOCC Tender

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

Page 414: AOCC Tender

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.

Page 415: AOCC Tender

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

Page 416: AOCC Tender

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

Page 417: AOCC Tender

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-

Page 418: AOCC Tender

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

Page 419: AOCC Tender

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

Page 420: AOCC Tender

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

Page 421: AOCC Tender

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

Page 422: AOCC Tender

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

Page 423: AOCC Tender

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

Page 424: AOCC Tender

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

Page 425: AOCC Tender

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

Page 426: AOCC Tender

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

Page 427: AOCC Tender

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

Page 428: AOCC Tender

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

Page 429: AOCC Tender

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

Page 430: AOCC Tender

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

Page 431: AOCC Tender

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

Page 432: AOCC Tender

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,

Page 433: AOCC Tender

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

Page 434: AOCC Tender

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

Page 435: AOCC Tender

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

Page 436: AOCC Tender

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)

Page 437: AOCC Tender

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-

mail

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:

Page 438: AOCC Tender

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

Page 439: AOCC Tender

TITLE: “Establishment of Airport Operations Control Centers (AOCC) at 10 Airports”

Page 439 of 487

TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012

Page 440: AOCC Tender

TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 440 of 487

Annexure-VIII

(NOT APPLICABLE)

Page 441: AOCC Tender

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

Page 442: AOCC Tender

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.

Page 443: AOCC Tender

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)

Page 444: AOCC Tender

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:

Page 445: AOCC Tender

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

Page 446: AOCC Tender

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

Page 447: AOCC Tender

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

Page 448: AOCC Tender

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

Page 449: AOCC Tender

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

Page 450: AOCC Tender

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

Page 451: AOCC Tender

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

Page 452: AOCC Tender

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:

Page 453: AOCC Tender

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

Page 454: AOCC Tender

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

Page 455: AOCC Tender

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.

Page 456: AOCC Tender

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.

Page 457: AOCC Tender

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.

Page 458: AOCC Tender

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.

Page 459: AOCC Tender

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.

Page 460: AOCC Tender

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: -----------------------

Page 461: AOCC Tender

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

Page 462: AOCC Tender

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

Page 463: AOCC Tender

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

Page 464: AOCC Tender

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

Page 465: AOCC Tender

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

Page 466: AOCC Tender

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

Page 467: AOCC Tender

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

Page 468: AOCC Tender

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

Page 469: AOCC Tender

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

Page 470: AOCC Tender

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

Page 471: AOCC Tender

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

Page 472: AOCC Tender

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

Page 473: AOCC Tender

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

Page 474: AOCC Tender

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

Page 475: AOCC Tender

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

Page 476: AOCC Tender

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.

Page 477: AOCC Tender

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.

Page 478: AOCC Tender

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

Page 479: AOCC Tender

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.

Page 480: AOCC Tender

TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 480 of 487

PAGE LEFT BLANK

Page 481: AOCC Tender

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)

Page 482: AOCC Tender

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

Page 483: AOCC Tender

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

Page 484: AOCC Tender

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

Page 485: AOCC Tender

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.

Page 486: AOCC Tender

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

Page 487: AOCC Tender

TENDER NO. AAI/CHQ/ITD / AOCC PROJ-2012 Page 487 of 487

PAGE LEFT BLANK

(END)