Download as docx, pdf, or txt
Download as docx, pdf, or txt
You are on page 1of 46

1.

INTRODUCTION

1.1 CCTV Surveillance System for ONGC Uran Plant shall be implemented within the plant and also
for the coverage of Uran-Trombay Pipelines.
1.2 The system shall work as a single integrated system on VMS platform with redundant
management servers, redundant recording servers, DAS/ NAS/ SAN storage for continuous
recording of all cameras for a period of 60 days on primary server and 30 days on secondary
server.
1.3 The scope of work shall include in general but not limited to Design, Supply, Installation,
Integration, Networking, Testing and Commissioning of CCTV Surveillance System including all
the hardware, software, basic analytics etc. for ONGC Uran Plant along with dismantling of
existing Analog CCTV system and seven (07) years post warranty Comprehensive AMC.
1.4 The project envisages a CCTV Surveillance System with 176 Nos. IP Cameras for both Plant
monitoring and remote monitoring of valve stations, 30 Work Stations and Captive IP based
Voice Communication Facility for remote locations. The locations and type of the CCTV
cameras along with the required pole height is given at Annexure 1 of the Scope of Work of
LSTK.
1.5 The distribution of the 176 cameras envisaged in the CCTV System is given below:

Plant Remote Pipeline Total


Surveillance Surveillance Cameras

New CCTV Cameras 158 Nos. 10 Nos. 168

Integration of Existing Cameras 8 Nos. - 8

Total Cameras 166 10 176

1.6 A distribution of the 168 IP cameras to be supplied is given below:

Sr.N Camera Type Qty


o
1 Full HD Weatherproof PTZ IP Box Camera for Outdoor 66
2 Fish Eye/Panoramic/Multisensor IP Camera for Indoor 6
3 Full HD Weatherproof Fixed IP Dome Camera for Indoor 63
4 Full HD Explosion Proof PTZ Box IP Camera for Outdoor 13
5 Full HD Explosion proof Fixed IP Camera for Indoor 20
1.7 All the cameras shall be IP Full HD and 5 MP or higher for Panoramic cameras with Day/Night
Vision.
1.8 The system shall be a TCP/IP network based system which is to be installed mainly on optical
fibre backbone along with connectivity to remote locations through IP radio links.
1.9 VMS Software license should be scalable to a total of at least 500 cameras and 50 work
stations. Complete CCTV system including software, primary and redundancy servers with
storage devices, switches with jack panels and racks and other accessories etc. must have
installed capacity to accommodate minimum 250 cameras and 40 Work stations at a time. The
bidder has to purchase total 250 Nos. licenses for the cameras and 40 licenses for the
workstations. The licenses shall be available on both the primary and recording servers. The
spare licenses shall be used for future upgradations.

1| LSTK SOW
1.10 All the licenses shall be VMS /device based. This means changing the camera or work
stations in the network with similar system shouldn’t need additional licenses.
1.11 The bidder should try to supply all the cameras from same make/brand. However, if it is
not possible, there shall not be more than two makes/brands for the cameras to be supplied.
All the cameras of a particular type as listed at 1.6 should be of same make and model.
1.12 In case of fish eye/panoramic camera, the contractor can supply minimum 2 nos. of
fixed/PTZ camera per one fish eye/panoramic camera as per the specifications. Sufficient
extra licenses shall also be taken for the increment in camera nos. in this case.
1.13 Vendor shall use the same make and model for all the equipment of a particular type.
These equipment shall be fully interchangeable with each other.
1.14 The system shall give all the normal operations like Pan, Tilt, Zoom, play back, recording,
instant play back etc. The VMS operator shall be able to view the chronology of events by
device, date and time. The system shall support logging of events for reviewing and analysis
in the future.
1.15 The operator in the control room shall be able to get an indication of the faults occurring in
any of the devices connected over the network. This includes faults occurring in the cameras
and servers. Faults occurring in each of these devices shall generate an alarm in the operator
console.
1.16 The entire system shall have the ability to integrate with other systems like Access Control
System, PIDS System etc. There shall be a provision to integrate early Fire detection through
software in the later stage.
1.17 All the systems and subsystems including CCTV Cameras, VMS Software, Servers, Client
work stations, displays, Joystick, Network Components and all other hardware and software
shall be of non-Chinese origin.
1.18 All the devices and equipment provided by vendor shall be suitable for 24x7 operations.
1.19 The vendor shall be fully responsible for proper selection of equipment, design engineering,
performance and successful operation of the complete system meeting the Functional &
Technical requirements of the tender document
1.20 Vendor has to necessary buy back existing CCTV system installed inside Uran Plant and for
Uran-Trombay pipeline along with accessories including CCTV Cameras, encoders, media
converts, Fiber cables, switches, servers, radios, IP exchanges, client work stations, racks
etc.. The cost of decommissioning, dismantling and shifting of old CCTV equipment shall be
borne by the vendor and no separate payment for the same shall be made.
1.21 All special tools & test equipment, spares, consumables required for installation, testing,
calibration and commissioning of the system is to be arranged by the vendor.
1.22 Packing, forwarding, transportation, custom clearance, insurance from transit to erection,
storage etc. of the CCTV system/equipment shall be borne by the vendor.
1.23 Bidder shall plan & execute all procurement, installation, commissioning & integration jobs
for the complete system & shall strive to eliminate repeat jobs due to improper planning.
1.24 All cables, electronic/electrical equipment, enclosures, mounting accessories, etc. used
shall meet the high humidity, harsh climatic & corrosive environmental conditions prevalent
at the project location/s in addition to suitable protections against lightning/surges.

2. CCTV SURVEILLANCE SYSTEMS

2.1 CCTV SURVEILLANCE SYSTEM FOR PLANT MONITORING


2.1.1 The bidder has to carry out supply, design, installation, testing, integration and
commissioning of all the Hardware and Software of the system.
2.1.2 Integration of existing 8 Nos. cameras (at GTIV and LPG Bullet) into the new VMS
(with required cable laying, supply of field mounted accessories, integration, testing
& commissioning) is in the scope of the vendor. The maintenance of already installed

2| LSTK SOW
cameras of these locations will be under the scope of the contractor after the
placement of LOA.
2.1.3 As per power requirement, distributed online UPS of required load of 5 kVA/10 kVA
or higher load capacity shall be provided at various locations of the plant with power
backup support up to 2 Hrs. during power breakdown. All the UPS shall have 25%
spare capacity to accommodate feature requirements. The UPS shall be installed at
the following locations:
I. CCTV Primary Control Room
II. CCTV Secondary Control Room
III. Dronagiri Bhavan
IV. C2C3 Control Room
V. APU Substation
VI. Cogen Control Room
VII. NBPH Substation
VIII. Satellite Earth Station
2.1.4 All the indoor and outdoor equipment shall be provided with certified weather proof
junction box & Explosion proof junction box for hazardous area. Each junction boxes
shall have a minimum of 10% or 2 Nos. whichever is higher, spare entries.
2.1.5 All necessary cabling / wiring / sockets /components and allied infrastructure
conforming to respective quality / standard norms are also included in the scope of
this job.
2.1.6 All power cabling from/to UPS/POE/Camera/other equipment shall be in bidder’s
scope
2.1.7 Successful bidder should offer relevant power conditioning equipment for the safety
of the site equipment.
2.1.8 Termination of UPS incomer cables (3 Phase for Control Rooms & Single phase for
others) along with power provisioning at source (as required), glanding, testing &
termination at UPS ends shall be in bidder’s scope (from the nearest possible source)
2.1.9 Supply, laying, glanding, ferruling and termination of power, OFC and CAT 6 cables,
OFC components, media converters, LIUs, patch cords, pigtails, connectors etc along
with accessories like JBs, Explosion proof housing for mounting of field components,
glands, plugs, cable trays, HDPE pipes, mounting structure, civil and mechanical work
etc. for complete CCTV system is in bidders scope.
2.1.10 Preparation of Earth pits (as required – in field & near Control Rooms, as per relevant
IS Standards) & the cabling (including supply) for the same shall be in bidder’s scope
along with respective chambers, covers, etc.
2.1.11 The system shall have 30 Nos. of workstations. The location of the work stations with
monitor sizes are given at Annexure II of the Scope of work of LSTK.
2.1.12 The workstation to be installed in the process control room shall have two monitors-
70” and 49” 4K LED. The 49” monitor shall be used dedicatedly for flare monitoring
and both the monitors shall be installed on the wall.

2.2 VIDEO SURVEILLANCE SYSTEM FOR URAN-TROMBAY PIPELINE MONITORING


2.2.1 Bidder has to install 10 NOS. Full HD IP based Weatherproof PTZ, Box Type CCTV
system for the effective monitoring of valve stations and related areas of pipelines
and effective disaster management, with security and operation point of view.
2.2.2 All the 10 cameras for Pipeline Monitoring shall support SD / Micro SD cards storage
of minimum 128 GB or better and shall be loaded with 128 GB Surveillance class
memory card

3| LSTK SOW
2.2.3 Bidder shall provide network connectivity to remotely located premises for the CCTV
cameras and IP captive voice communication of ONGC Valve stations by establishing
point-to-point IP radio links in license-free/ License-Exempt frequency band.
2.2.4 The video feeds of all the CCTV cameras are to be available in the VMS at NGL CCTV
Control Room and shall be accessed from anywhere in the CCTV network.
2.2.5 The details of the radio links with approximate link-distance are listed below:
Link Link Distance Min. Throughput
Location A Location B
No. (km)
1 Trombay Terminal Mora 12.37 200 Mbps
2 Mora Uran 2.82 200 Mbps
3 JNPT Metering Station Mora 5.58 100 Mbps
4 Jawahar Dweep Trombay Terminal 5.25 100 Mbps
5 Sheva North Trombay Terminal 7.72 50 Mbps
6 Sheva South JNPT Metering Station 1.77 50 Mbps
2.2.6 Considering the future requirements of cameras in these locations, the contractor
has to design the bandwidth requirement with 2 times the number of cameras in each
location.
2.2.7 Schematic diagram including the proposed radio link network is given below:

2.2.7.1 Bidder shall use the existing towers at all the seven locations for installing the radio. The
tower details are as follows:

Sr.N Tower Latitude, Longitude


Location
o Height
1 Trombay Terminal 60 Mtr 18.998377, 72.904811
2 Mora 35 Mtr 18.890162, 72.935128
3 JNPT Metering Station 20 Mtr 18.938705, 72.946611
4 JawaharDweep 30 Mtr 18.960588, 72.904811
5 Sheva North 35 Mtr 18.951535, 72.963828
6 Sheva South 15 Mtr 18.925885, 72.958489

4| LSTK SOW
7 Guest House, Uran 125 Mtr 18.864172, 72.931424

2.2.8 These IP radio links should be able to successfully transmit dual H.264/H.265 video
streams with Minimum Configurable Compression at Resolution-1920 x 1080, Frame
Rate-25 FPS from each cameras installed at each of these locations. Additionally,
these links shall also serve the bandwidth requirement for Voice Connectivity being
provided at Valve Stations for EPABX exchange which shall be installed in the Primary
Control Room.
2.2.9 The bidder should consider the bandwidth that will be utilized by the supplied/
offered systems and related calculations with regard to data transfer, recording, etc.
should be worked out & submitted during FDS. Optimum speed, data transfer without
significant loss is to be provided by the vendor and network required for the offered
system should be accordingly designed.
2.2.10 The bidder has to study available space in the seven towers and make suitable
arrangement for installation of the radio antenna.
2.2.11 Preparation of Earth pits for providing earthing to the tower/Associated JBs/ Racks
etc. (as required – in field & near Control Rooms, as per relevant IS Standards) & the
cabling (including supply) for the same shall be in bidder’s scope along with
respective chambers, covers, etc.
2.2.12 Contractor shall construct Grounding pit as per standards and maintain the same
2.2.13 Spark arrestors, surge protectors and LED based aviation lights as per standards and
requirements are to be installed on all the towers.
2.2.14 Bidder has to replace all the existing lightning arrestors of towers at JD, JNPT, Mora,
Sheva North and Sheva South with new ones.
2.2.15 At each remote locations - Sheva North, Sheva South, Trombay, JD, JNPT and Mora
the bidder has to provide online UPS for 6 hours backup for all the related equipment
including LED based aviation lights
2.2.16 Bidder has to dent and paint (with alternate bands of red & white or orange & white)
the communication towers at JD, JNPT, Mora, Sheva North and Sheva South as per
ICAO recommendations.
2.2.17 Bidder shall supply, install & configure appropriate Exchange/Server PC and all other
required equipment for captive IP based voice communication facility for providing
telephone extensions to remote Valve stations/other locations over CCTV LAN & IP
Radio network.
2.2.18 Bidder has to supply 12 Nos. of IP phones which will be installed at various critical
locations inside the plant and remote areas, as given below:

Sr.No Location

1 Trombay Control Room

2 Mora CISF Cabin

3 JNPT Metering Station Control Room

4 Sheva North CISF Cabin

5 Sheva South CISF Cabin

6 Jawahar Dweep Control Room

5| LSTK SOW
7 CCTV Primary Control Room, Uran Plant

8 CCTV Secondary Control Room, Uran Plant

9 Office of I/c Pipeline, Uran Plant

10 C2C3 Process Control Room, Uran Plant

11 Fire Station, Uran Plant

12 SES Control Room, Uran Plant

2.2.19 The live video streams of all the CCTV cameras of Trombay terminal shall be
available in the workstation installed in Trombay Control room even in case of radio
link failures.

2.3 Video Management Software (VMS) and Server


2.3.1 Primary and secondary servers in N+N configuration shall be supplied, installed and
commissioned by the successful bidder.
2.3.2 Both the primary server along with its recording servers and secondary video
management servers along with its recording servers should function independently
to each other. The failure of primary server should not affect the secondary server
and vice versa.
2.3.3 Offered VMS and cameras can be from same/different make, however the VMS must
be ONVIF Profile S and G compliant in order to be able to integrate any third-party
cameras. VMS software for both Primary and Secondary servers shall be the same.
2.3.4 OEM of the offered cameras and VMS software should certify compatibility with each
other. This certificate should be submitted in the technical bid .
2.3.5 The system shall allow the recording, live monitoring, playback of recorded video and
Screen recording simultaneously.
2.3.6 The CCTV system software shall be governed by the operating system running in a
real time mode and shall be able to meet all functional requirements as specified
minimum.
2.3.7 The system design shall permit the on-line addition of new devices with no disruption
to either the operation of existing devices or system communications for future
expansion. The offered software should have in-built capability / provision to take
care for future expansion
2.3.8 The software shall support exporting the native format of video recordings to
tamper-proof files protected with digital signature and with encryption, in order to
comply with court of law evidentiary requirements.
2.3.9 The VMS should automatically detect the IP addresses of all the IP devices (cameras,
switches, work stations etc.) in the network and should create indications whenever
a new device is connected in the system.
2.3.10 The contractor shall provide the required computers for the VMS client and servers
requirements as specified by VMS system manufacturer as well as tender
specifications.
2.3.11 All the related software licenses should be the part of the offered system.
2.3.12 The VMS Server shall maintain a catalogue of settings for all the client, servers and IP
cameras in the system
2.3.13 Each VMS recording Server shall be capable to support and manage 80 cameras @ 4K
Ultra HD @ 25FPS or 150 cameras @ 1920x1080 @ 25FPS or 300 camera @ 1280x720 @

6| LSTK SOW
25FPS etc. But not more than 100 cameras be loaded on any server during initial
design of the system.
2.3.14 The VMS shall utilize multicast network communication for video transmission and
monitoring. The IP network proposed should support multicasting between all ports
and shall allow for multicast streams to be routed between networks, subnets and
VPNs
2.3.15 The VMS Server shall be of the most recent computer technology and shall cover the
VMS requirements.
2.3.16 The VMS shall support the group functionalities to facilitate the administrator to
change the setting of all the cameras in single go. i.e. Changing resolution/FPS of all
the cameras in single command, Changing user privileges of all the users with single
command etc.
2.3.17 The VMS shall be able to set each camera frame rate, bit rate and resolution
independently from other cameras in the system and altering these settings shall not
affect the recording and display settings of other cameras.
2.3.18 VMS Alarm Management

i. The system shall also have provision to accept three independent alarm inputs to
trigger pre-programmed sequences. The alarm inputs shall be from Video Motion
Detection (VMD) facility and two other external access control system/ perimeter
intrusion detection system, in addition to VMD.
ii. The system shall have comprehensive and flexible Video motion detection facility
and this shall be achieved either through CCTV software or IP camera. Through the
keyboard or mouse, operator shall be able to select multiple areas for detection
within a view and shall also be able to enable or disable VMD for any camera.
iii. There shall be a provision to assign the alarm types to different users based on the
type of alarm.
iv. Alarm video may be displayed on dedicated monitors or may temporarily replace
video that is otherwise being viewed until the alarm condition is accepted
(acknowledged) or cleared (reset).
v. Alarms may be configured to be automatically cleared after a certain duration.
vi. Alarms shall be configured to display video content (including live and recorded
footage) to the recipient users.
vii. The alarm management shall automatically clear alarmed video and other alarm
content once the alarm is cleared and shall restore previous content.
viii. The software shall provide methods to display multiple alarms (each with multiple
videos) on any number of monitors.
ix. The user shall be able to snooze and clear alarms.
x. Recorded alarm clips shall be searchable by searching for alarm history, recording
reason, or bookmarked text.
xi. The VMS software alarm management shall maintain a history of alarms in database.
xii. The VMS software shall support searching the alarm history database by different
search criteria, such as priority, user who cleared, etc.
xiii. The VMS shall highlight the cameras which are part of the alarm when the alarm is
triggered
xiv. The VMS shall support the simultaneous display of multiple cameras associated with
an alarm.
xv. NTP Time Synchorinisation should be enabled for the entire CCTV system.

2.3.19 Work Stations and VMS Interface


i. The VMS client shall consist of Monitoring, Playback, alarm handling, and all other user
related features. All VMS system videos and administration should be possible from all unit

7| LSTK SOW
workstations and additionally from any computers on the network with maximum one
simultaneous login.
ii. If offered VMS software client licensing restrict the access of the system from specific
computers (MAC)/user ID’s then at least 10 extra client licenses should be offered in
quoted price.
iii. The VMS client shall perform the following applications simultaneously without interfering
with any of the Recording Server operations (Recording, Alarms, etc.):
a) Live display of cameras, camera sequences, panoramic camera views
b) Instant replay of live video
c) Control of PTZ cameras
d) Playback of recorded videos of all the cameras at speeds of x1/4 – x16
e) Retrieval of recorded video
f) Use of graphical controls (maps) with camera locations.
g) Configuration of system settings
iv. The VMS client applications shall support any form of IP network connectivity, including:
LAN, WAN, VPN, Internet, and Wireless
v. VMS Client Application
a. The Client application shall allow for live monitoring of video. The client shall
provide more than 25 tile layouts option on each of the monitors independently
including Full screen, Quad, 2x3, 3x2, 3x3, 3x4, 4x3, 4x4, 5x5, 5x4, 6x5, 8x4 etc. ,
various Hot Spots (1+5, 1+7, 1+9, 1+12, 1+16) and custom layouts.
b. The software shall permit automatic switching through sequences of several
Layouts/pages with cameras shown cyclically, each for a predefined amount of time,
allowing the user to overview the facility using the video system
c. The VMS Client application shall allow users to view an instant replay of any camera.
The user shall be able to configure the amount of time he wishes to go back from a
predefine list or through a custom setup period. The user shall be able to control the
playback with play, pause, forward, and speed buttons.
d. The VMS Client application shall allow users to add bookmarks to recorded clips of
video.
e. The user shall be able to choose and trigger an action from a list of available actions
included but are not limited to Popup camera in an alarm tile, View Map or
procedure in a tile, Starting/stopping PTZ pattern, Go to PTZ Preset etc.
f. The VMS Client application shall display all cameras attached to the system
regardless of their physical location on the network.
g. The VMS Client application shall display all camera sequences created in the system.
h. The VMS Client application shall allow for unlimited cameras sequences, which can
be run independently of each other on either digital monitor tiles or analog CCTV
monitors.
i. The VMS Client application shall allow users to control (Pause/Play, skip forwards,
skip backwards) Camera Sequences, without affecting other users’ ability to view
and control the same sequence.
j. The VMS Client application shall support Graphical Site Representation (Maps)
functionality, where digital maps are used to represent the physical location of
cameras and other devices throughout facility.
k. The VMS Client application user shall be able to access a camera from a map into a
video tile for live viewing.
l. The VMS Client application shall support digital zoom on a fixed and PTZ camera’s
live and recorded video streams
m. The VMS Work Station associated with 70” display monitor in the Primary Control
Room shall provide management and control over the system using Joystick

8| LSTK SOW
controller of any compatible make to configure quick access to PTZ Presets, pattern,
zoom, focus etc.
n. The VMS software must support PTZ functionality from any client workstation GUI.
o. The VMS should provide built-in feature to provide Incident Reporting and backup
mechanism. Offered prices should include the price of this application.
1. This application should provide the facility to create the incident reports
for specific incidents with details like Incident Name, Incident Number,
User who created it, Time period of incident and any other user defined
free text description for the incident.
2. It should be possible to access recorded video within the VMS system for
playback and export from this application
3. It should also allow the user to write the text, attach the snapshots, video
clip etc. which can be used in connection with this incident and form the
entire incident report.
4. Library of all such reports shall be available in the VMS and shall be stored
in the dedicated portion of storage servers or it shall have locking features
to store incidents permanently. There shall be options to search the
required report by time frame, subject, report number etc.
5. It should be possible to send these reports by archiving on offline media.

2.3.20 Integration Interface:


i. The VMS software shall offer integration tools, including Software Development
Kit(SDK) or HTTP API and plug-In technology, and provide the most popular
environment for 3rd party systems (such as Access Control, PIDS etc.) developers
and products (such as IP cameras, encoders, etc.) for rapid development and
quick integration.
ii. SDK shall also offer functionality of Live & playback of Video, Video Export,
Alarm, Event, device management, event based recording triggers, PTZ control,
add & Query Incidents etc..

2.4 CCTV CONTROL ROOMS


2.4.1 There are two control rooms proposed in the solution with the redundancy in view.
The two control rooms shall provide exact same functionality of monitoring and
controlling of all the subsystems by providing redundancy at both the management
level and the recording infrastructure.
2.4.2 The primary control room shall be located at NGL Gate and Secondary Control Room
at Fire Station.
2.4.3 The primary control room consists of a Surveillance Room, Situation Room, Server
Room, UPS Room and a Store Room.
2.4.4 In the primary control room, there shall be 12 nos. 49”high resolution ultra HD LED
displays for viewing the live videos in the Surveillance room through 6 nos. work
stations. The primary control room shall also have one no. 70”ultra HD LED display
which is configured with joystick and workstation for operator uses. This workstation
shall be connected to another 21”Full HD LED/IPS Monitor. The display as a whole
shall have consistent colouring both for background and foreground colours. There
shall be no change in brightness, contrast or colour across character cells
2.4.5 The contractor should provide a separate adjustable console for installing these 13
ultra HD displays in the Primary Surveillance Room. The 21” Full HD monitor shall be
placed on the operator table.

9| LSTK SOW
2.4.6 For the Primary Control room, the contractor’s scope include the following:
i. If required, Contractor has to provide false flooring and ducting for laying
cables.
ii. False ceiling for LED lights to provide aesthetical look to the control room is also
in contractor’s scope.
iii. Industrial grade Split Air Conditioners with required capacity shall be supplied,
installed and maintained for main control Room to maintain the required
temperature for the system.
iv. Internal electrification & cabling jobs like point wiring, internal Lighting,
Distribution boards etc.;
2.4.7 The network of both primary and secondary control room shall be independent to
each other. The failure of primary control room shall not affect the secondary
control room, cameras and work stations. An indicative network diagram is given
below:

2.4.8 The secondary control room shall consist of all the redundant servers and one
operator console with a 21” monitor.
2.4.9 All civil & electrical works required for a proper installation (including all electrical
wirings, supports & fittings/fixtures/power points) shall be in bidder’s scope.
2.4.10 Contractor has to Supply and install Multi Cable Transit (MCT) Blocks at the CCTV
cable Entry point to control rooms for proper sealing of the cable entry point. All
works relating to the sizing, designing and installation of MCT Blocks is within the
scope of the vendor.
2.4.11 Earth pits (as required) shall also be in bidder’s scope as per relevant IS standards.
2.4.12 High quality ergonomic furniture as required for the systems, equipment and control
room/situation room etc. shall be supplied by the bidder. This shall include minimum
of:

10| LSTK SOW


I. 15 Nos. Comfort office chairs in net with hand rest, relaxable push-back,
revolving, height-adjustable
II. 4 Nos. Modular branded desks suitable for IT use
III. 1 Nos. modular branded table with adjustable monitor mount for Primary
control room
IV. 1 No. Modular branded office cabinet with lock and key
V. 1 No. modular branded conference table for 8 PAX sitting.

2.5 RECORDING
2.5.1 The primary server storage should support continuous recording for all cameras at
least for a period of 60 days at a resolution of 1920 X 1080 @ 15 fps (for 2MP(Full HD)
cameras), Half the resolution offered(for Panoramic/Fish eye cameras) @ 15 fps with
H.265+/H.265/H.264/MPEG-4 compression format or better with video quality High.
2.5.2 The secondary server storage should support continuous recording for all cameras at
least for a period of 30 days at a resolution of 1920 X 1080 @ 15 fps (for 2MP(Full HD)
cameras), Half the resolution offered(for Panoramic/Fish eye cameras/multisensor)
@ 15 fps with H.265+/H.265/H.264/MPEG-4 compression format or better with video
quality High.
2.5.3 Both primary and secondary recording devices shall be independent to each other.
2.5.4 The system should automatically overwrite the previously recorded video when it
exceeds the stipulated days as mentioned above without any human intervention.
The system shall always have recorded video of last 60 days in primary storage server
and 30 days in the secondary storage server at any given point of time.
2.5.5 A buffer of 25% usable storage of the total calculated storage shall have to be
considered for event recording and future expansions at both the control rooms
2.5.6 The design calculation for storage requirement for the 176 cameras and the buffer
storage is to be provided by the bidder. Bidder’s offered storage shall be approved by
ONGC at FDS stage. Storage system & capacity approved at FDS stage shall be finally
accepted only after verification against actual usage during the Site Acceptance Test
of the CCTV system. In case, offered storage size is found to be insufficient during
site acceptance testing with actual recording data, the bidder will have to supply &
configure additional storage capacity in the supplied storage equipment to meet
storage capacity criteria specified above at NO EXTRA COST to ONGC.
2.5.7 System shall allow the storage of time stamped digital video images from all
connected cameras. Video images shall be stored on a RAID-6 or better hard-drive
array unit with full watermarking and guarantees against tampered images
2.5.8 The System shall have facility of camera recording in real-time mode (25
FPS)/15/12.5/10 or lower FPS as well as in any desired combination and system shall
allow recording resolution and frame rate for each camera be user programmable.
2.5.9 Provision shall be there to take backup of data, event etc over external portable
storage device.
2.5.10 The storage server shall have 20% spare slot for installation of additional disc and
disc array for future use.
2.5.11 The storage system/server shall have the flexibility to assign cameras to different
storage sets, to achieve different FIFO retention periods and recording performance.
2.5.12 Viewing of live video shall be independent of recording
2.5.13 Simultaneous recording and playback should be possible.
2.5.14 Each recorded frame shall have a stamp comprising of camera address, time and date
of recording and shall be tamper proof. However, option for viewing the video with
or without this stamp shall be available.

11| LSTK SOW


2.5.15 The system should deter the tampering of recording by any level of user. If any video
file is deleted/modified by any other means than automatic overwrite by system,
then system shall raise the alarm and or send an email message to designated
address.
2.5.16 Recorder shall support digital signature for recorded data in real-time.

2.6 SYSTEM SECURITY


2.6.1 All the security features recommended by OEMs for VMS, servers, CCTV cameras etc.
shall be implemented
2.6.2 The Operating system of client work station must be password protected. Minimum
two different levels of user ids should exist – One of monitoring purpose& accessing
VMS software (User) and other for configuration purpose (Administrator). The user id
to be used for monitoring must not have administrative/configuration rights.
2.6.3 Access to all system functions shall be protected by a multi-level password system.
2.6.4 For individual user, separate VMS login to be created with administrative /
configuration rights.
2.6.5 For VMS software login following level of security to be provided (Administrative level
and Operator level).
2.6.6 Following cyber –security measures to be implemented in CCTV network for securing
to cyber threat from the external world.
i. Restriction of access to CCTV network from any network
ii. Blocking of internet access directly from CCTV network through internet
dongles/WIFI/any other means.
iii. Availability of logs to determine the access of the CCTV network from outside
network if any.
iv. All CCTV machine’s USB port access to be blocked.
2.6.7 Remote access for vendors to CCTV systems to be strictly prohibited. Also any kind of
pen drive / external disk should not be allowed to be used by vendor on CCTV
systems. If any patch upgrade needs to be done, then the same can be downloaded
from the OEM website from outside CCTV LAN, then the software shall be checked for
viruses and then deployed on CCTV servers. For installing such updates, ONGC shall
give permission for the CCTV vendor to use USBs in the system.
2.6.8 No internet access to be allowed in CCTV servers.
2.6.9 The vendor shall be fully responsible for maintaining updated antivirus in servers and
client work stations.
2.6.10 Only the required services for required IP addresses should be permitted, rest of the
traffic should be blocked using Firewall.
2.6.11 The operator can login to the system by entering correct user ID and password. The
User ID and password must be of minimum six (6) alpha-numeric characters in length
and also allow use of special characters. The password shall be encrypted
2.6.12 After a series of three (3) unsuccessful attempts to login, the operator shall be
locked for a configurable period. The time–out period shall be set via system
configuration displays. During operator station lockout, the other windows functions
of the computer running the operator station software shall not be affected.
2.6.13 Each operator shall be assigned a password and a set of authorized areas / group.
2.6.14 The system shall provide a facility to allow all operators to change their password at
any time.
2.6.15 All passwords stored in the system shall be encrypted. Administrator can define the
user account validity. Provision for automatic timed out/ sign off from the operator
station should available.

12| LSTK SOW


2.7 CCTV LAN NETWORK
2.7.1 A dedicated CCTV Fiber LAN network of minimum 1000 Mbps, which is logically and
physically separate from the existing IT LAN shall be set up for the system. The end
device connectivity in the field & indoor equipment locations shall be mostly on UTP
at 10/100/1000 Mbps depending on the end device.
2.7.2 Networking shall be configured in ring or hybrid with at least one redundant channel
or better topology. Redundant channel and primary channel shall not share same
fiber cable and cable route. Redundant channel will be active in event of primary
channel failure. Recovery time for recovery shall be less than one second.
2.7.3 The network should be designed in such a way that the actual network bandwidth
utilization shall be 70 % of the total bandwidth available in each of the network
paths.
2.7.4 Industrial grade manageable indoor Switches of 24 Ports are to be installed in the
seven locations- Dronagiri Bhavan, APU Sub station, Fire Station, C2C3 Control Room,
Cogen Control Room, NBPH and SES to group the CCTV cameras and take the TCP/IP
signal from these location to CCTV Control room and to connect nearby monitoring
stations.
2.7.5 Bidder shall equip Fibre Ports of the Switch with SFPs. SFP modules for the Switches
should be supplied from the respective switch OEM only.
2.7.6 PoE and Power adaptors wherever used for the Switches shall be of Industrial Grade
2.7.7 All the switches shall have minimum 4 nos. of spare ports for connection to field
devices and 1 no. spare port for uplinking.
2.7.8 Standard console cable, armoured Fibre & UTP patch cords (Type as per UTP ports &
fiber interfaces offered and Quantity as per number of ports required to be
interfaced at each site) shall be supplied by the bidder.
2.7.9 It shall be bidder’s responsibility to ensure that the network racks supplied meet the
dimensions required to accommodate the supplied switches, LIUs, POE injectors etc..
2.7.10 The bidder has to carry out all the activities required for establishing the CCTV LAN
network. This shall include laying of fiber optic cable/CAT 6 cable, interfacing of
fiber cables with network switches, installation of switches etc.
2.7.11 The bidder shall carry out installation of active components, passive components and
accessories supplied for successful integration and implementation of the systems at
each locations connected under this tender.
2.7.12 All the cores of the OFC cables are to be terminated at both the ends.
2.7.13 Sufficient OFC cores shall be terminated at both the ends so that minimum 2 cores
per camera are available as spare to cater any emergency requirements due to OFC
core failures and future expansion, if required.
2.7.14 For outdoor cameras which shall be installed more than 90 meters away from the
switches/PoE injector, communication shall be through Fiber cable only.
2.7.15 The Successful Bidder will commission the network as per the recommended
architecture to achieve the desired video transmission.
2.7.16 The successful bidder shall be responsible for end-to-end implementation of
connectivity from Control room to individual Surveillance Cameras & client work
stations and shall quote and provide/ supply any item(s), which are required for
successful implementation and commissioning of the system as well as its
management.
2.7.17 The complete ownership of the network proposed will be of ONGC. However
complete maintenance will be in the scope of the bidder including rectification of
minor or major faults/breakages in the network equipment under valid Permit to
Work system of ONGC.

13| LSTK SOW


2.7.18 The bidder shall be responsible for configuring and fine-tuning of subsystems to
achieve overall network performance with high-level physical & cyber security.
2.7.19 Network Connectivity for remote sites shall be through license free band IP radio
links. Connectivity within Uran Plant premises from Microwave tower to CCTV Server
Room shall be through OFC connectivity.

2.8 CAMERA MOUNTING AND POLES


2.8.1 The poles required for mounting the cameras at the proposed locations, with
required height is under this scope of work of the tender.
2.8.2 Mounting of the cameras shall be as per Annexure I of the Scope of Work of LSTK
2.8.3 All the poles, except 1.5m and 2.5m, used shall be of heavy duty self-supported hot
dip galvanized iron (GI) octagonal type.
2.8.4 For 6m poles, there shall be a provision to place the ladder on the pole during
maintenance. These poles shall also have structures/clamps for climbing and holding
at the top 1 meter.
2.8.5 The bidder shall have suitable ladder with platform / portable ladder with safety
arrangement for maintenance purpose.
2.8.6 The activities like welding, drilling etc. would be allowed for this purpose at site
with prior permission.
2.8.7 The fabricated structures are to be painted Green/Grey/Mix of colours, and to be
erected with proper base foundation of RCC, so that it will withstand harsh winds and
heavy rains.
2.8.8 Installation of all the cameras, Junction Boxes, mounting poles, mounting accessories
as approved OEM etc. will have to be done using pre-fabricated clamps, angles and
fastening nuts bolts only. All these clamps, angles and nuts-bolts must be MS
galvanized finish.
2.8.9 All the driver units, power supply, FO converter, LIU, media converters etc. near the
camera will be housed in a suitable junction box as per the class of the area, which
will be mounted properly near the camera mounting. All the power cables and signal
cables shall be terminated in the junction box through proper grouting.

2.9 POWER REQUIREMENT AT CAMERA LOCATIONS


2.9.1 All the cameras to be extended UPS power. The UPS power supply shall be sufficient
to take care of load of all the cameras on 24x7 basis.
2.9.2 There shall be switches in the racks for power supply going to the field. These
switches shall be given proper labels.
2.9.3 The armoured FRLS power cable is to be laid for providing electric power to the
cameras, wherever required. This cable is to be buried under ground (50 cm deep).
Where ever, the cable is crossing road/pathways or the cable cannot be buried deep,
it is to be routed through GI pipes to be buried to shallow depth.

2.10 INSTRUCTIONS FOR CABLING WORK


2.10.1 All the cables for power and signal shall be Armoured FRLS/LSZH.
2.10.2 Vendor to propose and submit the complete cable route diagram along with structural
support, interspacing of the pedestals, earthing of cable trays and other details prior
to physical execution of the cabling works at site. The cable route shall be finalized
after site survey and approval of route by ONGC.
2.10.3 All the cables are to be routed neatly through the existing cable trays or through new
cable tray to be installed wherever required.

14| LSTK SOW


2.10.4 All the OFC cables shall be Single mode Armoured FRLS/LSZH cables. The fiber cables
shall be ISI marked and as per IEC and ITU standard.
2.10.5 Each and every cable used for CCTV Surveillance system shall be printed with label
“CCTV (Type of cable-Power/Fiber/Cat 6) CABLE“. Manufacturer test certificate shall
be provided for all the cables. Cable supplied shall not be older than 6 months from
the date of manufacturing. Declaration for the same along with manufacturing month
& year shall be submitted on Cable manufacturer letterhead during execution of the
project.
2.10.6 The cable segment shall be continuous without joint. All the cables shall be tested for
continuity and signal loss before installation. The contractor has to arrange necessary
tools and instruments like OTDR meter, megger etc. for this.
2.10.7 The entire job related to cable laying is in the scope of work including conduit / pipes
/ channels laying wherever necessary. Cabling along with all accessories/materials for
installations such as GI pipes, HDPE pipes, clamps, tags etc for the complete system
to be provided by the bidder. All field cabling & Devices shall be visibly marked with
metallic Tags / strips.
2.10.8 Resurfacing and making good of the site / surface is in the scope of the contract.
2.10.9 Suitable Earthing pit with suitable termination shall be provided for the equipment at
various locations.
2.10.10 The bidder shall properly plan the cabling system and routing to ensure system
integrity and performance and ensure that it does not present problems in accessing
for maintenance nor conflict with the operation and maintenance of other systems.
2.10.11 All the cables are to be neatly and legibly tagged and marked for easy identification,
using metal tags at every 50 Mts. intervals. Additionally, markers shall also be
provided to identify change in direction of cable route and also for location of every
underground joint.
2.10.12 All the cable terminations should have ferules for identification. These tag / ferule
numbers must be clearly indicated in the Detailed Engineering Diagram.
2.10.13 The cables must be properly tied to the cable trays with SS tie wraps wherever
required / possible.
2.10.14 Cables at all road crossings are to be routed through GI pipe of Class C (i.e. Heavy
Grade GI pipe – Red Band).
2.10.15 Cables at all the Under Ground laying other than Road Cuttings shall be laid through
Permanently Lubricated (PLB) HDPE pipes of heavy grade.
2.10.16 The road cutting, digging of ground and setting right / resurfacing after cable laying
must be done neatly with cement plastering.
2.10.17 All indoor cabling must be neatly laid through PLB HDPE casing capping / PLB HDPE
conduits. All the pipes, casing capping, conduits etc. must be of ISI branded.
2.10.18 Utmost care and safety precautions should be taken by the contractor personnel while
laying the cables by following the route specified by ONGC.
2.10.19 It shall be responsibility of the contractor to remove and re-fix all false ceilings and
other structures whenever removed to facilitate smooth cable run and preserve the
aesthetics of the structure. The installation of the equipment shall be planned
properly in decent manner, keeping in view the aesthetic and system protection
aspects.
2.10.20 ONGC reserves right to change/ modify cable routing/Laying etc.
2.10.21 Vendor must estimate and quote the total OFC cable, UTP cable and power cable
required for the job. Payment will be restricted to the estimate and if any additional
cable is required beyond the estimate, it is the bidder’s responsibility to supply and
install the cables at no additional cost implications to ONGC.
2.10.22 The Data, video, and interconnection/integration cabling is to be quoted as lump-sum
as required for the complete installation.

15| LSTK SOW


2.10.23 Communication of all the cameras with distance of more than 90 meter from
networking switch shall be done via optical fiber only using industrial graded media
converter. The media converters shall be mounted as per standards inside sealed
enclosures/junction boxes or control room panels.
2.10.24 If PoE injector is required for PTZ cameras, it shall not cross the distance of more
than 10 meters i.e PoE injector shall be installed locally inside the junction boxes.

3. WARRANTY & COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT

3.1 The whole system will be under post warranty Comprehensive Annual Maintenance Contract
for 7 years
3.2 The objective is to undertake periodic inspection, servicing and maintenance of all
hardware & software of CCTV system including supply of all spare parts / modules/ cards
required for smooth operation of the system and to keep the overall system availability
more than 99%.

4. Site Survey (Pre Submission of Bid):


4.1 It is recommended that the bidder to undertake a thorough site survey and study the existing
CCTV system & site conditions before submitting the Bid.
4.2 The bidder must estimate and quote the amount of various types of cables (power, UTP and
OFC) required for the entire Project during site survey before pre bid conference & submission
of bid. If any extra cable is required beyond quoted quantity, the contractor has to provide the
same without any additional cost.
4.3 Payment will be made for the actual quantity of cables and materials used and will be
restricted to estimate i.e. quantity quoted by the vendor in their price bid after site survey.
4.4 During Site Survey the bidder should assess the locations where various equipment like CCTV,
UPS, Servers, junction boxes etc.. will be installed.
4.5 The requirement in respect of mountings such as pipes, poles, angles, clamps etc. in each
location must also be estimated.
4.6 Bidder shall give a detailed Engineering Diagram indicating the methodology adopted for
cabling during FDS (Functional Design Specifications). Bidder should prepare and enclose a
signal flow / cabling diagram indicating the complete integration of the various equipment
blocks, in the system. A detailed Cable Schedule, indicating the type & length of cable between
the various locations, is to be prepared and provided in the FDS.
4.7 Based on the site survey, scope of work & specifications, the bidder shall understand the
requirements of the project and prepare and submit the requisite engineering diagrams. The
bidder shall offer a complete & reliable solution and submit Bill of Materials, Details of
equipment, Signal & Power Cables Schedule, power requirement & batter backup calculations
and storage calculation for servers during the FDS stage
4.8 Technical specifications of any other hardware/ software not mentioned in the tender but
required to complete the turnkey project should also be submitted.

5. Functional Design Specifications (FDS): (By The Successful Bidder After Award of
LOI/NOA):

5.1 The successful bidder has to prepare and submit Detailed FDS (Functional Design Specifications)
document for approval of ONGC.
5.2 The FDS shall consist of design philosophies, design architecture, Subsystem Integration
diagram, system engineering, Configuration, detailed Bill of Materials of CCTV system, Servers
Monitors, their interconnectivity, cable Laying, etc. The FDS shall also have details of Make/
Model of the offered equipment and technical brochures, datasheets, OEM compliance etc.

16| LSTK SOW


5.3 Approval of drawings or any documents by ONGC or TPI does not relieve the Successful Bidder
from his responsibility of performance guarantee of equipment / system covered under this
tender.

6. Supply of Materials and Services, Site Preparation, Installation, Networking,


Testing and Commissioning Activities:

6.1 All material/services and their quantities mentioned therein are tentative and indicative only,
except in case of items for which it has been explicitly mentioned that the quantities are
firm. Bidders may make their own assessment after site survey and detailed engineering for
exact materials & quantities required for successful completion of the CCTV system as per
scope of work and technical specifications. Bidders should consider all these factors and
quote accordingly. Any other material/ service item not mentioned therein but required for
satisfactory completion of the project as per scope of work laid down in this tender, will have
to be supplied & provided by the bidder without charging any extra cost to ONGC.
6.2 In addition to above, accessories required for establishing electrical infrastructure are also
required to be supplied by the bidder. The exact quantities of these accessories viz. various
power junction/distribution boxes, MCBs, isolators etc will have to be estimated by the bidder
through a detailed site survey.
6.3 Bidder is required to furnish relevant details like Make/Model and enclose
datasheet/technical literature for all the items while submitting the bids.
6.4 Contractor’s responsibility at site shall include all activities necessary to be performed to
complete the project as specified, as a minimum to achieve the functional requirements and
design specifications of the system.
6.5 All the personnel posted must follow all the safety norms of the Plant and must wear
Personnel Protective Equipment (PPE) during the operations in the plant. It shall be the
responsibility of contractor to provide the Personal Protective Equipment (PPE) to his
personnel before commencement of the work.
All the proper PPEs as considered necessary for the jobs shall be kept available by the
contractor for the use of the persons employed on the site and maintained in a condition
suitable for immediate use.
The contractor should provide the following Kits and Liveries/PPE for each of his employees
posted in ONGC Uran Plant for Supply, Installation, Testing and Commissioning of CCTV
Surveillance System:
Sr.NO Location Service/Job PPE/Kits&Liveries Frequency
1 ONGC Uran Supply, Installation, Ready Made Cotton 2 Nos. in a
Plant Testing and Overall Year
Commissioning of CCTV
Surveillance System
2 ONGC Uran Supply, Installation, Fire retardant 1 No. in a
Plant Testing and overall year
Commissioning of CCTV
Surveillance System
3 ONGC Uran Supply, Installation, Industrial safety 1 pair in a
Plant Testing and shoes year
Commissioning of CCTV
Surveillance System
4 ONGC Uran Supply, Installation, Safety Helmet 1 No. in 2
Plant Testing and years
Commissioning of CCTV
Surveillance System

17| LSTK SOW


5 ONGC Uran Supply, Installation, Hand Gloves 2 Nos. in a
Plant Testing and year
Commissioning of CCTV
Surveillance System
6 ONGC Uran Supply, Installation, Ear muff On need
Plant Testing and basis; At
Commissioning of CCTV least one
Surveillance System should be
7 ONGC Uran Supply, Installation, Ear Plug available at
Plant Testing and job site
Commissioning of CCTV
Surveillance System
8 ONGC Uran Supply, Installation, Clear Safety
Plant Testing and Goggles
Commissioning of CCTV
Surveillance System
9 ONGC Uran Supply, Installation, Safety belt(Full
Plant Testing and Body Safety
Commissioning of CCTV Harness with
Surveillance System double life line and
scaffolding hooks,
ISI marked)
Job related to PPEs like welding face shields with welder's helmet, Fire/Flame
resistant clothing or aprons for welder, safety belts(Full Body Safety Harness with
double life line and scaffolding hooks, ISI marked), dust mask, dust proof goggles etc.
should be provided by the contractor to his personnel as and when required.
6.6 The Contractor shall take care for cleaning the working site from time to time for easy access
to work site and also from safety point of view.
6.7 Supply, Installation Testing and commissioning of complete CCTV System at ONGC Uran Plant
in general include but not limited to the following:
6.7.1 The Scope includes the ‘Turnkey completion of the entire job’ as prescribed in the
‘Scope of Work’ of the Bid document. All the items as mentioned in the “Price
Schedule” in the tender should be quoted. Also any extra item which may be
required for the successful completion of the Project are to be included within the
quoted lump sum under the heading ‘Any Other Item’ and these items should be
specifically brought out in the Bid. Incomplete bids are liable to be rejected.
6.7.2 All items & accessories required for smooth commissioning of the System for all
equipment of the System and completion of the work shall be responsibility of the
Contractor. The Installation tools, tackles and accessories, cables, marker ferules,
lugs, Cable ties, and Cable Glands & sleeves, etc. are to be provided by the
Contractor. Contractor should supply the material / accessories, which are
compatible to the offered System.
6.7.3 All material, equipment and components used in execution of the works under this
contract, shall be new and unused and recently manufactured which shall in no case
be of a date of manufacture older than one year from the date of delivery to ONGC
at the yard/site as the case may be and however, structural steel shall in no case be
of a date of manufacture older than 2 years from the date of delivery at the
yard/site as the case may be
6.7.4 Contractor shall insure all men & materials and transportation thereof to site, make
arrangements for storage of items at site. Contractor’s representative will arrange
for receipt, checking the completeness of the supplies and storage of material at
sites. Arranging for shaded and secured storage area shall be made by the vendor in
the open space provided by ONGC. Complete mobilization activities like
transporting, lifting, shifting and installing of the various equipment / modules shall

18| LSTK SOW


be carried out by the vendor. ONGC will however render possible required support in
this regard.
6.7.5 The System will be allowed to be sent to the Plant only after thoroughly inspecting
it at the premises of supplier / manufacturer. The contractor has to ensure that the
System meets the required technical Specifications before submitting the same to
the Inspecting authority appointed by ONGC.
6.7.6 Physical inspection of the material received at the site in the presence of ONGC
representative for checking transit damages before commencing installation
activities for the sites.
6.7.7 Installation of various equipment at all the locations.
6.7.8 Cable laying, termination and inter-connection etc.
6.7.9 Proper Earthing management shall be made to all equipment.
6.7.10 Powering- up of the system and checking as per technical specifications.
6.7.11 Make use all available consumables, instruments and equipment necessary for
testing and commissioning of the system as required by the scope of work.
6.7.12 Provide installation tools, tackle and accessories, cable markers, trays, lugs,
connectors, cables and any other installation material required for integration and
installation of the system at various sites.
6.7.13 The installation and commissioning includes necessary programming configuring of
the supplied equipment as well as existing equipment.
6.7.14 All subsystems shall be provided with Power Distribution panels to meet the system
requirement. They shall be properly mounted without obstruction and shall be
protected by circuit breaker wherever required.
6.7.15 All internal signal wiring, etc. shall be tagged at each end. Suitable wire ways for
all internal / external cables entering the cabinet shall be neatly looped and
secured with plastic strips and studs.
6.7.16 Installation works shall be in conformance to the standard National/ International
practices as per site requirements. The contractor shall take all safety measures
during installation of the system at all locations.
6.7.17 Resurfacing and making good of the site is in the scope of the project.
6.7.18 Required length of cable conduit shall be provided where ever cabling is required.
6.7.19 Contractor may please note that no activities like Welding, Drilling etc. would be
performed during installation on day time without proper permits.
6.7.20 The Contractor shall be responsible to employ fully qualified engineers / technicians
with adequate experience and good character antecedents. They are required to be
security cleared for work inside the Uran Plant.
6.7.21 If the contractor / sub-contractor or their employees shall break, deface or destroy
the property belonging to the ONGC or other during the execution of the contract,
the same shall be made good by the contractor at his own expenses and in default
thereof, the engineer-in-charge may cause the same to be made good by other
agencies and recover expenses from the contractor (for which the certificate of
engineer-in-charge shall be final)
6.7.22 Project execution schedule has to be submitted during the Kick-off meeting.
6.7.23 Vendor has to submit DPR, detailing the various activities during the execution
period, in format to be submitted by vendor and approved by ONGC.
6.7.24 Rearranging of existing systems like PIDS, EACS etc. in the Primary Control room is
also in the scope of the bidder.

7 Packing & Shipping Instructions:

7.1 Vendor shall ensure to pack the materials with proper packing materials/moisture resistant
barriers/corrosion preventers so that the material reaches the site in good condition.

19| LSTK SOW


7.2 The Package shall be suitable for storing and for transportation to site by road even during the
monsoon period.
7.3 There shall be no defects, imperfections or omissions which would tend to impair the protection
offered by the package as a whole.
7.4 Vendor shall be fully responsible for the quantity and condition of the material on receipt at
site.
7.5 All the material supplied shall have Transit and erection marine insurance(whenever required)
which is under vendor scope for which no extra amount will be paid by ONGC

8 Inspection, Testing and Acceptance:

8.1 Contractor shall submit the test plan covering testing, commissioning and acceptance
procedure. In the Test plan for hardware, the procedures shall include purpose of test, test
definition of input procedure, results expected and acceptance criteria. The test plan shall be
submitted to ONGC along with the purchase specifications formulated during / upon detail
engineering. The vendor’s proposal along with test procedures shall be submitted for approvals
of ONGC. Upon ONGC’s approval, these procedures shall form part of FDS.
8.2 Stages of Testing
8.2.1 The following tests shall be conducted by the contractor:
i. Factory Acceptance Testing (FAT at OEM/ OES Premises) by TPI prior to dispatch.
ii. Physical inspection of material on receipt at site By TPI
iii. Post installation Performance/functional Testing of individual subsystem.
iv. System Integration Testing (SIT) by Overall system testing, functional integrity
testing, Performance evaluation and acceptance.
v. Site Acceptance Testing (SAT) by TPI & ONGC
vi. After full testing of integrated system the whole system will be observed for 10
consecutive days leading to Commissioning and acceptance

8.2.2 These tests shall be conducted by the contractor at his own expense to demonstrate the
capability, guaranteed performance and compliance with the specification. The contractor
shall arrange for all consumables, experienced personnel, all special instruments, all
temporary equipment including their installation for carrying out performance evaluation
test requirements.
8.2.3 Copies of the final report shall be submitted for overall system acceptance.
8.3 Factory acceptance tests ( FAT ) and Delivery :
8.3.1 Testing and acceptance of various components, equipment and systems covered under the
“scope of work” shall be carried out by the Third Party Inspection Agency (TPIA) at
manufacturer / firm premises prior to dispatch. TPI will be done by any one of the agencies
recommended by ONGC, for compliance to the technical specifications of the equipment.
8.3.2 The TPI inspection will include Visual inspection, Physical inspection, Verification of Make,
Model and Serial Nos., Verification of Quantity., Verification of all mandatory certifications
and Documentary verification of equipment compliance to tender specifications.
8.3.3 Third Party Inspection report has to be enclosed along with the shipping / dispatch
documents.
8.3.4 Visual Inspection: The equipment assembly shall be visually inspected to ensure that they
have been manufactured to the relevant specifications.

Functional testing / Checking as per standard testing procedure of the equipment and as
approved by ONGC.
8.3.5 During the testing, certificates of quality assurance issued by the internal quality control
section of the manufacturer shall be furnished to the inspecting officers.
8.3.6 Contractor should submit satisfactory TPI Inspection report and shall ship /dispatch
materials.

20| LSTK SOW


8.3.7 Schedule of Factory Acceptance testing for different equipment/system shall be drawn in
phases by the contractor matching the delivery/completion schedule. The contractor shall
intimate at least 5 days in advance prior to the system made available for Factory
acceptance test.
8.3.8 Contractor / Vendor shall demonstrate functionality of the sub system confirming to
technical specifications.
8.3.9 No material or equipment shall be transported until all required tests are successfully
completed and certified.

8.4 Site Acceptance Testing (SAT)


8.4.1 The contractor shall carry out commissioning checks to ensure that the equipment/
subsystems/ systems are performing satisfactorily before offering the system for Site
Acceptance Test.
8.4.2 SAT will be carried out in the presence of ONGC representatives, TPI Agency and in the
presence of contractor’s representative at site.
8.4.3 Physical inspection of material on receipt at site: Physically Verify the correct inventory of
material and documentation as specified in the contract and its, physical condition on
receipt.
8.4.4 Performance testing of individual components / systems at site: These tests shall include
but not limited to: Testing and demonstrating correct operation/function of all the
equipment / systems hardware, software if any, and all other material supplied under this
contract.
8.4.5 The contractor shall systematically perform full functionality test of total integrated
system. This shall include the simulation of inputs and outputs to verify proper system
response. Following minimum testing shall be carried out:
a. Complete system configuration.
b. Functional checking as per scope of work and specifications.
c. Simulation of power failure and system restart, self-booting up of system
configuration and programmed after power restoration
d. Any other tests that may be deemed fit by the Contractor / the vendor / the
inspecting agency / agencies
8.4.6 Full Testing of Integrated system on 10 consecutive days leading to Commissioning and
acceptance:
After the successful completion of all the above tests, a 10 days continuous run of all the
equipment, shall be performed. During the test period the system should run without loss
of any function. During this period the actual operation is simulated and all functions are
exercised to determine possible weaknesses. The evaluation of servers’ storage capacity
will be estimated with respect to the 10 days storage for SAT purpose.
8.4.7 Major discrepancies / Faulty and/or incorrect operation of major functions shall be the
cause for the suspension or restarting of the entire test. The test shall be restarted all over
again only after Contractor / Vendor has repaired / replaced the subsystem and made
successfully operational after the failure. Minor discrepancies noted shall be corrected and
retested. ONGC reserves the right to request additional retesting of modules that it
suspects, may be impacted by corrections. The re-run of the 10 days continuous test shall
be mandatory after any major or minor corrections to the system.
8.4.8 The system shall be deemed to have passed the performance test if all the following
conditions have been met during the test:
i. There is no unexplained hard ware, software or component failure.
ii. There are no known uncorrected hardware or software problems or deficiencies.
8.4.9 Failure to pass the tests will result in the contractor rectifying the faults at his expense and
a new series of tests being scheduled.

21| LSTK SOW


8.4.10 In order to verify the availability of data storage for 60/30 days for primary/secondary
servers, ONGC shall check the same after 30 days & 60 days of SAT. If at any stage it is
observed that data for requisite number of days is not available in the system, the matter
shall be referred to vendor who shall rectify the same within 30 days. The same needs to be
verified in similar manner again till continuous cumulative data storage of 60/30 days is
well established.
8.5 General Notes
8.5.1 ONGC or his authorized representative reserves the right to be involved and satisfy himself
at each and every stage of inspection. The ONGC shall be free to request any specific test
on any equipment considered necessary by him although not listed in the FAT / SAT
procedure earlier approved by the ONGC.
8.5.2 The acceptance by ONGC of any equipment / system or the exemption of inspection/testing
shall in no way absolve the contractor of the responsibility for delivering the equipment/
system meeting all the requirements specified.
8.5.3 The contractor shall provide all input simulation equipment/ software and output
monitoring equipment/ system/ software, together with any other necessary test
equipment for functional/ performance testing.

9 Obtaining Approvals and Clearances:

9.1 It shall be the responsibility of the contractor to obtain prior approval of ONGC for the FDS
(Functional Design Specifications) Document comprising of all installation drawings, design
philosophies, Schematic diagram, and detailed site wise Bill of Materials, FAT & SAT
procedures, based on the Site survey and detailed engineering before taking up individual
activity/activities. ONGC’s approval will in no way relieve the contractor’s responsibility to
conform to specifications or other contractual obligations
9.2 Installation of License free band IP radio equipment/antenna remote locations covered under
the Scope of Work of the present tender may require approvals from various Govt and
regulatory bodies as per applicable regulations.
9.3 It shall be fully bidder’s responsibility to obtain necessary approvals in name of ONGC or in
name of the bidder (depending on the work to be carried out), from statutory agencies that
might be required for installation and operation of the system at sites for obtaining the
requisite approvals for carrying out these activities as per extant regulations. However, ONGC
shall render necessary assistance by way of endorsing/issuing letters. The bidder shall obtain
necessary approvals/licenses in the name of ONGC.
9.4 Any Charges/ Fees/ Duties/ Security deposit as may be required for obtaining above approvals
shall be paid by the bidder. Penalties, if any, raised by these authorities to ONGC due to the
activities carried out by the bidder, shall be payable by the bidder and ONGC shall not be
responsible for such payment.
9.5 ONGC shall not be responsible for any delay caused in completion of work by the bidder on
account of delay in grant of required approvals by such authorities and all such delays shall be
to the bidder’s account.

10 DOCUMENTATION

10.1 Extensive documentation should be provided on installation, operation, administration,


programming details and maintenance of the various equipment.
10.2 Contractor shall furnish Five (5) complete sets of hard copy & soft copy of documents
should be provided as specified below.
10.3 The documentation shall necessarily cover the following:

22| LSTK SOW


1 GENERAL

1.1 Project & Service team along with escalation matrix

2 ENGINEERING DOCUMENTS

2.1 Functional Design Specification

2.2 System Architecture ,GAD and other drawings

2.3 Detailed list of components

2.4 Datasheet and catalogues of equipment offered

2.5 Bandwidth and storage calculation vis-à-vis supply vs requirement

2.6 Bill of Material

2.7 FAT Procedure

3 As Built Drawings

3.1 Electrical power supply distribution Diagram, Distribution diagram for UPS power supply
System

3.2 System drawings

3.3 Loop diagram for CCTV

3.4 Wiring diagram

3.5 Cable route, cable schedule, cable termination schedules for power, signal , LAN, FO
cable, Junction box details & cable trays

3.6 Interconnection and integration diagram

3.7 Earthing System & scheme

3.8 General installation of all the equipment’s along with dimensions to be provided

4 Spare Parts

4.1 Comprehensive AMC Spares with Make, Models and Quantities

5 Inspection and Test Certificates

5.1 Quality Assurance Plan

23| LSTK SOW


5.2 Material test reports and certificates along with weatherproof and explosive license of
equipment wherever applicable

5.3 Vendor’s guarantee /warranty

5.4 Software Licensee

5.5 FAT and SAT report

5.6 Training Documents

5.7 Calibration reports, preventive maintenance schedule

5.8 Agreement with OEMs of CCTV, VMS, Servers and Workstations to cover one year
warranty and entire 7 years of CAMC to get required service support and spare items as
per AMC Clause No.4.6

6 MANUALS (BOTH FOR VENDOR’S & SUB –VENDORS SUPPLY)

6.1 Installation, Operation, Administration & Maintenance manual for hardware &
Software: The manuals shall contain all necessary information to completely maintain
and trouble shoot the system, overall system maintenance Instructions including
preventive maintenance & troubleshooting instructions.

6.2 All the Software along with OS and driver to be submitted with license

6.3 All configurations back up, integration/mapping details if any to be submitted

6.4 Software installation along with configuration manual to be provided to site specific.

6.5 Manufacturer’s original product catalogues of the OEMs

6.6 Password details if any

10.3 CCTV vendor shall provide three sets of Hard copy of documents along with soft copy in a
hard Disk/pen drive

11 TRAINING AND SYSTEM FAMILIARIZATION

11.1 The Contractor shall impart comprehensive training to 10 ONGC Engineers/ ONGC Deputed
personnel for operation, administration & maintenance of the equipment. The training shall
cover system configuration, Hardware Familiarisation, System Administration and management
aspects for all the equipment and software supplied, first line Maintenance and trouble
shooting, back up and archiving of recorded video data.
11.2 The contractor should impart training to ten 20 ONGC / CISF Security personnel at the Security
control room / site for complete operation of the equipment. This shall include operational
training on VMS and cameras

24| LSTK SOW


11.3 A detailed course contents and schedule for the above trainings shall be prepared by the
contractor after the supply of all the equipment / material. Approval for the course contents
and schedule to be obtained from In Charge Infocom services, ONGC, Uran Plant.
11.4 Training shall be delivered on a mutually agreed date.
11.5 Contractor shall arrange faculty, training course material, other support systems required to
impart class room trainings.
11.6 Customised Training manuals shall have to be provided by the contractor to all participants of
the respective trainings.

12 COMPLETION SCHEDULE

12.1 The completion schedule of various stages of this contract are as follows:

Supply, Installation, Testing, Commissioning, Integration, 11 months from the date of


Final Documentation, SAT, Punch List liquidation & placement of Letter of Award
Providing Training of the CCTV System

Comprehensive System Warranty Services Twelve (12) months from the date of
successful SAT & hand-over

Comprehensive Annual Maintenance Services 7 Years from the Date of Completion


of Warranty Period

12.2 The existing CCTV system is in operation, it is intended that both old and upcoming CCTV
system should be kept operational during execution of the project, till the new system is
accepted by ONGC.

13 Project Instruction
13.1 Project Key Dates
13.1.1 Successful bidder shall fill up the following pro-forma indicating project key dates for
executing the project. The PERT chart shall also be furnished. The activities indicated in
the Performa are minimum and the bidder may furnish more detailed information if
deemed fit.

Sl. No Activity Start Date Completion


date

1. Detailed Engineering, Site survey

2. Functional Design & Specification (FDS)

3. Equipment Ordering Status for Supply

4. Third party Inspection at OEM/OES Premises

5. Material delivery & Transportation to sites.

6. Pre-installation activities

7. Installation & configuration of the systems

25| LSTK SOW


8. Testing & commissioning

9. Acceptance & Handing Over

13.1.2 Information on Contractor’s representatives in India and abroad be furnished.


13.2 Project Management
13.2.1 Contractor shall form a Project Team consisting of a Project Manager and technical team
for the completion of work. Contractor shall intimate the names and other details of the
members of the team to ONGC.
13.2.2 The Contractor shall assign a Project Manager, who will act as liaison between Contractor
and ONGC and shall be responsible for interfacing with ONGC for all aspects of execution of
the project. The Project Manager shall have the overall responsibility for coordination of
the work. He shall act as a Single Point of Contact (SPOC) for all activities.
13.2.3 The project team members shall be made available on-site, i.e. at ONGC Uran, till the
Installation, commissioning and acceptance of the project are completed.
13.2.4 The contractor shall depute the installation team for site survey and to prepare the layouts
of the equipment at the site in consultation with ONGC engineers. All the technical
personnel assigned to the sites by the contractor shall be fully conversant with all the
components of the supplied system. They shall have capability to install, test and
commission the system efficiently.
13.2.5 Project Progress Calculation
a. The progress of the project will be calculated as per the table provided below:

Sr.No Activity Percentage


1 Material Delivery at the Site as per Price Schedule 5%
2 Installation of servers and associated activities 5%
3 Installation of CCTV Cameras and associated activities inside 30%
Plant
4 Installation of CCTV Cameras and associated activities 15%
Outside Plant
5 Installation of Exchange, Telephone Instruments and 5%
associated activities
6 Installation of Work Stations(23 Nos.) and associated 10%
activities
7 Installation of UPS and associated activities 3%
8 Installation of Workstations(7Nos.), Setting up of Control 5%
Room and associated civil activities
9 System Acceptance Testing 10%
10 Training & Documentation 2%
11 Punch list Point completion and Handing Over of System 10%
b. Mere installation of the items mentioned above will not qualify for the calculation.
The individual equipment/system shall be ready for use to ONGC after testing and
inspection by TPI. The installation activities of the equipment/subsystem and their
associated equipment should be as per the scope of work and their functionalities
shall be properly tested before acceptance.
c. Certification from Third Party Inspection Agency (TPI) is required for accepting each
equipment/activities covered from Sr.No.2-8 of (a) above. TPI will inspect installation
activities of each equipment/system to establish conformance with the Scope of Work
and Technical Specifications.
13.2.6 All the safety & Security Norms shall be followed during the project execution.

26| LSTK SOW


27| LSTK SOW
ANNEXURE I: CCTV CAMERA LOCATIONS, TYPE, MOUNTING AND VIEWING AREA
Cam
Area Location Type Mounting Remarks
No.

Store Complex, near Full HD Weatherproof PTZ IP For viewing entry through Store Complex Main
1 6 mts pole
Gate Box Camera for Outdoor gate and tripod, and front of the Store building

Stores Complex Full HD Weatherproof PTZ IP


2 6 mts pole
Backside near tower Box Camera for Outdoor
Store
For backside view of Store
Store Complex Full HD Weatherproof PTZ IP
3 6 mts pole
backside area Box Camera for Outdoor

For surveillance of outside area of the Store


Store Complex Full HD Weatherproof PTZ IP
4 6 mts pole Complex Main Gate and road. To be installed
outside-near gate Box Camera for Outdoor
above the CISF Cabin
Existing camera no.5 location to be shifted
DB(Dronagiri Bhavan) Full HD Weatherproof PTZ IP towards lawn area opposite to Ambedkar
5 6 mts pole
Lawn Box Camera for Outdoor statue for viewing DB Main Entrance and
parking space infront of DB

Full HD Weatherproof PTZ IP For viewing backside of DB building and also


6 DB Water Tank 2.5 mts pole
Box Camera for Outdoor can be used for DB Canteen area

Admin Area
DB Main Entrance Full HD Weatherproof Fixed
7 Wall Mount For entry through Main door at DB
Ground Floor IP Dome Camera for Indoor

Fish
DB First Floor against
8 Eye/Panoramic/Multisensor Wall Mount For first floor movement
stair
IP Camera for Indoor

28| LSTK SOW


Fish
DB Second Floor
9 Eye/Panoramic/Multisensor Wall Mount For second floor movement
oppoite to stair
IP Camera for Indoor

DB ground floor Fish


10 opposite to xerox Eye/Panoramic/Multisensor Wall Mount For entry through parking shed entry
room IP Camera for Indoor

Full HD Weatherproof Fixed


11 Dronagiri Substation Wall Mount Monitoring S/S Equipment
IP Dome Camera for Indoor

Link Gate, near Shivaji Full HD Weatherproof PTZ IP near Shivaji statue for viewing entry of
12 6 mts pole
Statue Box Camera for Outdoor vehicles and people through Main Gate

Main Gate
Location of the camera No.3 of the existing
Main Gate Security Full HD Weatherproof PTZ IP system to be shifted on the right side of
13 2.5 mts pole
Building Box Camera for Outdoor security building for better coverage of the
outside road and front side of Main Gate

PPCL UPS C/R First Full HD Explosion proof Fixed


14 PPCL Wall Mount Monitoring of UPS & ITS Distribution Panels
Floor IP Camera for Indoor

HBB s/s C/R North Side Full HD Weatherproof Fixed Monitoring of Substation Equipment- 22 kv HT
15 Wall Mount
Entrance IP Dome Camera for Indoor Panels along with LT panles & MIMIC panel.

HBB s/s
HBB s/s C/R –
Full HD Weatherproof Fixed Monitoring of Substation Equipment- 22 kv HT
16 Switchgear hall Wall Mount
IP Dome Camera for Indoor Panels
southside

29| LSTK SOW


Full HD Weatherproof PTZ IP For monitoring & viewing HBB SS MSEB Yard
17 HBB SS MSEB Yard 2.5 mts pole
Box Camera for Outdoor 220 kv equipments.

Full HD Weatherproof PTZ IP Existing Camera No.9 location to be shifted


18 C GATE C-gate 6 mts pole
Box Camera for Outdoor towards C gate for viewing all the three roads

Full HD Weatherproof PTZ IP


19 Fire Station Front side 6 mts pole
Box Camera for Outdoor For man and vehicle movement monitoring
Fire Station
around Fire Station
Full HD Weatherproof PTZ IP
20 Fire Station Backside 6 mts pole
Box Camera for Outdoor

In APU Chlorination Full HD Weatherproof Fixed To monitor any Chlorine leakage, especially
21 Wall Mount
Toner Shed IP Dome Camera for Indoor when dosing is being done.

APU FW & RW Full HD Weatherproof PTZ IP


22 1.5 mts pole For Fire Water Pump House
TANK(APU) Box Camera for Outdoor

Fire Water Network


Full HD Weatherproof Fixed MONITORING OF S/S EQUIPMENT(22 KV SWGR &
23 S/S- south side Wall Mount
IP Dome Camera for Indoor MCC)
LPG III AND entrance
APUS/S
In Comp Shed of LPG- Full HD Explosion proof Fixed
24 Wall Mount For viewing Compressor Shed of LPG III
III. IP Camera for Indoor

Full HD Weatherproof PTZ IP


25 LPG-III Area(APU) 6 mts pole For viewing LPG III front side
Box Camera for Outdoor

Full HD Weatherproof PTZ IP


26 Top of APU SS 1.5 mts pole For viewing GSU III
Box Camera for Outdoor

30| LSTK SOW


APU DG set- inside the Full HD Weatherproof Fixed
27 Wall Mount Monitoring of DG Set
DG house IP Dome Camera for Indoor

APU s/s in the middle


foucusing South Side Full HD Weatherproof Fixed
28 Wall Mount
Entrance for left side IP Dome Camera for Indoor
panels.
APU s/s in the middle
foucusing South Side Full HD Weatherproof Fixed Monitoring of S/S Equipment ( LT PMC & MCC
29 Wall Mount
Entrance for right side IP Dome Camera for Indoor PANELS )
panels.

APU s/s focusing main


Full HD Weatherproof Fixed
30 entrance for leftside Wall Mount
IP Dome Camera for Indoor
panels

APU s/s focusing main


Full HD Weatherproof Fixed Monitoring of S/S Equipment (22 & 6.6 KV
31 entrance for rightside Wall Mount
IP Dome Camera for Indoor SWGR)
panels

APU s/s – VFD Room Full HD Weatherproof Fixed


32 Wall Mount Monitoring of VFD control panel at APU S/S
North Side Entrance IP Dome Camera for Indoor

Fish
33 Inside SRR room(APU) Eye/Panoramic/Multisensor Wall Mount Monitoring entry and exit through SRR door
IP Camera for Indoor

Maintenance at the top of OH water tank is


risky and hence the camera location to be
Full HD Weatherproof PTZ IP
34 ERTO OH water tank 6 mts pole shifted towards APU on the same side of the
Box Camera for Outdoor
road for better view of GSU II, GSU III and road
towards guest house.

31| LSTK SOW


Full HD Weatherproof PTZ IP
35 ERTO Front 6 mts pole For viewing front side of ERTO
Box Camera for Outdoor

Full HD Weatherproof PTZ IP


36 ERTO back 6 mts pole For viewing backside of ERTO
Box Camera for Outdoor

Full HD Weatherproof PTZ IP


37 LPG -gate Tripod 6 mts pole For viewing entry to the plant area
Box Camera for Outdoor
LPG Gate
Full HD Weatherproof PTZ IP
38 SWC LPG Gate 2.5 mts pole For viewing road to C2C3 C/R
Box Camera for Outdoor

APU DM Water Full HD Weatherproof Fixed


39 APU DM water s/s Wall Mount Monitoring of S/S equipment ( LT MCC PANELS)
S/S IP Dome Camera for Indoor

C3C3 Waste C2C3 waste water Tx Full HD Explosion proof Fixed For monitoring C2C3 waste water Tx Pump
40 Wall Mount
Water PH Pump House ( PH) IP Camera for Indoor House ( PH)

Fish
For viewing counter, entry area and backside
41 Canteen Canteen, near Counter Eye/Panoramic/Multisensor Wall Mount
of the counter area of canteen
IP Camera for Indoor
GSU-14 & CHU-4, Pipe Full HD Weatherproof PTZ IP
42 2.5 mts pole For monitoring GSU 14 and CHU IV
RackR-34(APU) Box Camera for Outdoor

Existing CAM NO.68 to be shifted along road


CFU-III & CHU-IV, near Full HD Weatherproof PTZ IP
43 6 mts pole near Fire Station for monitoring CFU III and
Fire Station Side Box Camera for Outdoor
Fire Station back side
CFU III & CHU IV
CFU III Compressor Full HD Explosion proof Fixed
44 Wall Mount For monitoring CFU III Compressor Shed
Shed IP Camera for Indoor

HT Air Compressor Full HD Weatherproof Fixed


45 Wall Mount For monitoring HT Air Compressor Shed
Shed IP Dome Camera for Indoor

32| LSTK SOW


Full HD Explosion proof Fixed
46 CFU-II Comp. shed. Wall Mount For monitoring CFU-II Comp. shed.
IP Camera for Indoor
Full HD Explosion proof Fixed
47 CFU-I Comp. shed. Wall Mount For monitoring CFU-I Comp. shed.
IP Camera for Indoor
Between CFU-I and Full HD Weatherproof PTZ IP For monitoring large area at CFU I, CFU II, GSU
48 6 mts pole
GSU-14 Plant area Box Camera for Outdoor III area

CFU I, II and Between EPRU and Monitoring area between EPRU and GSU is
C2C3 Plant Full HD Weatherproof PTZ IP
49 GSU-12/13, covering 6 mts pole covered in case of any leakage and remote
Box Camera for Outdoor
back sides. area during N/Shift.

Full HD Explosion proof Fixed


50 In EPRU Comp shed Wall Mount For EPRU Comp shed
IP Camera for Indoor

EPRU Expander Comp Full HD Explosion proof Fixed


51 Wall Mount For EPRU Expander Comp shed
shed IP Camera for Indoor

Full HD Explosion Proof PTZ


52 C2C3 Storage Area 6 mts pole For viewing C2C3 storage tanks
Box IP Camera for Outdoor
C2C3 Storage
C2C3 Storage Area- Full HD Explosion Proof PTZ
53 6 mts pole For viewing backside of C2C3 storage area
near hill side Box IP Camera for Outdoor

Full HD Weatherproof Fixed


54 C2C3 C/R Front gate Wall Mount C2C3 C/R Front gate
IP Dome Camera for Indoor

Full HD Weatherproof Fixed


55 C2C3 gate Tripod Wall Mount C2C3 gate Tripod
C2C3 C/R Side IP Dome Camera for Indoor

Near backside of C2C3


Full HD Weatherproof PTZ IP To cover the back side between LPG-II and
56 Utility area and back 6 mts pole
Box Camera for Outdoor C2C3 C/R and also the Air Comp House of C2C3
side towards LPG gate.

33| LSTK SOW


Full HD Weatherproof Fixed
57 Utility SS Wall Mount For monitoring Utility SS LT equipments.
IP Dome Camera for Indoor
Utility SS
Full HD Weatherproof Fixed
58 Utility SS Wall Mount For monitoring Utility SS LT equipments.
IP Dome Camera for Indoor

On top of cable tray


Full HD Weatherproof PTZ IP To monitor any HC leakage at the top of Driers
59 rack of LPG-II facing 1.5 mts pole
Box Camera for Outdoor or Columns of LPG-II plant
Furnace and Dryers.

In BPCL Comp. shed in Full HD Explosion proof Fixed


60 Wall Mount To monitor BPCL Compressor shed in LPG II
LPG-II IP Camera for Indoor

In Propane Comp. shed Full HD Explosion proof Fixed


61 Wall Mount To monitor Propane Comp. shed in LPG-II
in LPG-II IP Camera for Indoor

LPG II On cable tray rack at


Full HD Weatherproof PTZ IP
62 LPG II for viewing LPG 6 mts pole for viewing LPG II area towards NGL gate
Box Camera for Outdoor
II area

On cable tray rack at


Full HD Weatherproof PTZ IP Monitoring vehicle and man movement at NGL
63 LPG II for viewing NGL 2.5 mts pole
Box Camera for Outdoor Gate
Gate

Full HD Weatherproof Fixed


64 LPG-II Chlorinator Wall Mount For viewing LPG II Chlorinator
IP Dome Camera for Indoor

Full HD Weatherproof Fixed


65 NGL CCTV/PIDS C/R Wall Mount For monitoring entry exit of Control Room
IP Dome Camera for Indoor
CCTV C/R
Full HD Weatherproof Fixed
66 NGL CCTV/PIDS Server Wall Mount For monitoring server room
IP Dome Camera for Indoor

34| LSTK SOW


LPG-II SS middle Full HD Weatherproof Fixed
67 Wall Mount
focusing front gate IP Dome Camera for Indoor

LPG-II SS middle Full HD Weatherproof Fixed Monitoring all( HT & LT) the panels of LPG II
68 LPG II S/S Wall Mount
focusing back gate IP Dome Camera for Indoor Substation

LPG II SS left side Full HD Weatherproof Fixed


69 Wall Mount
racks IP Dome Camera for Indoor

Full HD Weatherproof Fixed


70 GT IV Wall Mount
IP Dome Camera for Indoor For monitoring GT IV Areas (Already installed;
GT IV These cameras shall be integrated with the
CCTV Surveillance System)
Full HD Explosion Proof PTZ
71 GT IV 6 mts pole
Box IP Camera for Outdoor

On top of Cable tray


To monitor the area towards Co-gen, Towards
rack between Air Full HD Weatherproof PTZ IP
72 1.5 mts pole backside of LPG-I S/S, GCP area and Air Comp-
Monitoring Station-1 Box Camera for Outdoor
1 areas.
and LPG-II S/S area

Terminal area, near Full HD Explosion Proof PTZ To monitor the highly sensitive area of Slug
73 6 mts pole
Pig Launcher Box IP Camera for Outdoor catcher Fingers.

Cogen
Full HD Weatherproof Fixed
74 NEW DG Room Wall Mount Monitoring New DG Room
IP Dome Camera for Indoor

Rack Room SS FF, Full HD Weatherproof Fixed Rack Room SS FF, Cogen( for monitoring UPS &
75 Wall Mount
Cogen IP Dome Camera for Indoor instt. panels)

Rack Room SS GF, Full HD Weatherproof Fixed Rack Room SS FF, Cogen( for monitoring LT
76 Wall Mount
Cogen IP Dome Camera for Indoor panels)

35| LSTK SOW


Rack Room SS GF, Full HD Weatherproof Fixed Rack Room SS GF, Cogen( for monitoring LT
77 Wall Mount
Cogen IP Dome Camera for Indoor panels)

Full HD Weatherproof Fixed


78 Co-gen C/R gate Wall Mount Co-gen C/R gate ( to monitor movement)
IP Dome Camera for Indoor

Full HD Weatherproof Fixed To be moved to the center for focusing gate


79 Co-gen SS Front Wall Mount
IP Dome Camera for Indoor (monitoring s/s HT/LT equipment)

Full HD Weatherproof Fixed


80 Co-gen SS Rear Wall Mount Near corriodor ( Monitor s/s HT/LT equipment
IP Dome Camera for Indoor

Full HD Weatherproof Fixed


81 Old Dg Room Wall Mount Monitoring old DG Room
IP Dome Camera for Indoor

Full HD Weatherproof Fixed


82 Terminal S/S Wall Mount Monitoring Terminal Substation Lt panels
IP Dome Camera for Indoor

Cogeneration GT-Hall- Full HD Explosion proof Fixed


83 Wall Mount
infront of GT 1 IP Camera for Indoor
Monitoring of GT Hall & GT'S
Cogeneration GT-Hall- Full HD Explosion proof Fixed
84 Wall Mount
infront of GT 3 IP Camera for Indoor

Terminal Area, on MW Full HD Weatherproof PTZ IP


85 2.5 mts pole For slug gatcher area
Tower Box Camera for Outdoor

Full HD Weatherproof Fixed


86 LPG-I Chlorinator Wall Mount Monitoring LPG I Chlorinator
IP Dome Camera for Indoor
Full HD Weatherproof Fixed
87 Raw water PH Wall Mount Monitoring Raw Water PH
IP Dome Camera for Indoor

APU Thermax APU Thermax boiler- Full HD Weatherproof Fixed


88 Wall Mount Monitoring OF S/S EQUIPMENT (LT MCC & UPS)
Boiler S/S Substation IP Dome Camera for Indoor

36| LSTK SOW


APU Thermax boiler- Full HD Weatherproof Fixed
89 Wall Mount
Substation IP Dome Camera for Indoor

LPG -I s/s switchgear


Full HD Weatherproof Fixed
90 hall South side- near Wall Mount
IP Dome Camera for Indoor
Shutter

LPG -I s/s switchgear


Full HD Weatherproof Fixed Monitoring OF S/S EQUIPMENT ( LT & HT
91 hall South Side – near Wall Mount
IP Dome Camera for Indoor PANELS)
Main Gate
LPG I S/S
LPG -I s/s switchgear
Full HD Weatherproof Fixed
92 hall South Side –in Wall Mount
IP Dome Camera for Indoor
between

Nhava DG set - inside Full HD Weatherproof Fixed


93 Wall Mount Monitoring OF DG SET
the DG house IP Dome Camera for Indoor

On top of PSV Rack Full HD Weatherproof PTZ IP To monitor any HC leakage at the top of Driers
94 2.5 mts pole
area in LPG-I Plant. Box Camera for Outdoor or Columns of LPG-I plant

Near Operator cabin of


LPG-I, covering Full HD Weatherproof PTZ IP To monitor any HC leakage near Cold box, as
95 6 mts pole
Furnace/Dryers/Cold Box Camera for Outdoor furnace is close by in LPG-I Plant.
box areas.
LPG I
In BPCL Comp shed in Full HD Explosion proof Fixed
96 Wall Mount Monitoring BPCL Comp shed in LPG-I
LPG-I IP Camera for Indoor

In Propane Comp. Shed Full HD Explosion proof Fixed


97 Wall Mount Monitoring Propane Comp. Shed in LPG-I
in LPG-I IP Camera for Indoor

In Off Gas (IHI/NP


Full HD Explosion proof Fixed Monitoring Off Gas (IHI/NP Comp.) shed in LPG-
98 Comp.) shed in LPG-I Wall Mount
IP Camera for Indoor I area.
area.

37| LSTK SOW


In Off Gas (IHI/NP
Full HD Explosion proof Fixed
99 Comp.) shed in LPG-I Wall Mount
IP Camera for Indoor
area.

Full HD Explosion Proof PTZ


100 CSU lower Deck 6 mts pole For CSU lower deck
Box IP Camera for Outdoor

Full HD Explosion Proof PTZ as the camera feeds are not visible, camera to
101 CSU Upper deck 6 mts pole
Box IP Camera for Outdoor be shifted towards the tank in CSU area

Full HD Weatherproof Fixed


102 CSU SS I Wall Mount
IP Dome Camera for Indoor
CSU

Full HD Weatherproof Fixed


103 CSU SS II Wall Mount For monitoring CSU Substation panels
IP Dome Camera for Indoor

Full HD Weatherproof Fixed


104 CSU SS III Wall Mount
IP Dome Camera for Indoor

To monitor any HC (Crude oil) leakage during


In Intermediate Tank
Full HD Weatherproof PTZ IP pumping operations, which leads direct flow to
105 area and Pump House 6 mts pole
Box Camera for Outdoor the SWC adjacent to IMPH area. Also any HC in
area.
dyke area of IM Tanks.
Intermediate
Tank
Intermediate tank area Full HD Weatherproof PTZ IP
106 6 mts pole To monitor any HC in dyke area of IM Tanks.
towards road Box Camera for Outdoor
Full HD Explosion proof Fixed
107 TVRU Shed Wall Mount Monitoring TVRU Shed
IP Camera for Indoor
Full HD Explosion proof Fixed
108 MINAS Minas Filter Feed PH Wall Mount Monitoring Minas Filter Feed PH
IP Camera for Indoor

38| LSTK SOW


Full HD Weatherproof Fixed
109 Minas SS 1 Wall Mount
IP Dome Camera for Indoor
For monitoring Minas Substation ( LT MCC
panel)
Full HD Weatherproof Fixed
110 Minas SS 2 Wall Mount
IP Dome Camera for Indoor

Full HD Weatherproof PTZ IP


111 SWC Minas 6 mts pole For monitoring SWC Minas and helipad area
Box Camera for Outdoor
Full HD Weatherproof PTZ IP
112 LPG Storage & Minas 6 mts pole For LPG Storage & Minas
Box Camera for Outdoor
Outdoor Weatherproof Fixed
113 LPG BULLET 1 3 mts pole
Box
Outdoor Weatherproof Fixed
114 LPG BULLET 2 3 mts pole
Box

Outdoor Weatherproof PTZ For Monitoring LPG Bullet Area (Already


115 LPG BULLET 3 6 mts pole
LPG Bullet Dome installed;These cameras shall be integrated
Outdoor Weatherproof PTZ with the CCTV system)
116 LPG BULLET 4 6 mts pole
Dome
Outdoor Weatherproof Fixed
117 LPG BULLET 5 6 mts pole
Box
Full HD Explosion Proof PTZ
118 LPG BULLET 6 2 mts pole
Box IP Camera for Outdoor
LPG Storage & Bio Full HD Weatherproof PTZ IP
119 6 mts pole For monitoring road to Tank Area and SES
tower Box Camera for Outdoor
For monitoring surge ponds. The existing
Full HD Weatherproof PTZ IP camera is located on biotower. The new
120 Bio Tower Bio Tower 6 mts pole
Box Camera for Outdoor camera to be mounted on pole outside the Bio
Tower
Full HD Explosion proof Fixed
121 Bio Tower Filter Feed Wall Mount For monitoring bio tower fitler feed
IP Camera for Indoor

39| LSTK SOW


On roadside near LPG
Storage and SWC Full HD Weatherproof PTZ IP For complete view of the Main SWC and guard
122 6 mts pole
towards Watch Tower Box Camera for Outdoor pond area.
7 areas on biotower 1

Full HD Weatherproof Fixed


123 OBPH SS Front Wall Mount
IP Dome Camera for Indoor
For monitoring OBPH S/S LT panels & entry and
OBPH
exit
Full HD Weatherproof Fixed
124 OBPH SS Rear Wall Mount
IP Dome Camera for Indoor

Full HD Weatherproof Fixed


125 NBPH SS Rear Wall Mount
IP Dome Camera for Indoor
For monitoring OBPH S/S LT panels & entry and
exit
Full HD Weatherproof Fixed
126 NBPH SS Front Wall Mount
NBPH IP Dome Camera for Indoor

Full HD Weatherproof PTZ IP


127 SWC NBPH 6 mts pole For mointoring SWC and NBPH
Box Camera for Outdoor
Full HD Weatherproof PTZ IP For monitoring SWC Waste yard and backside of
128 SWC Waste Yard 6 mts pole
Box Camera for Outdoor NBHP
Full HD Weatherproof PTZ IP
129 IPCL Tower 2.5 mts pole For monitoring road to SES and EPTP area
Box Camera for Outdoor
Full HD Weatherproof PTZ IP
130 IPCL Tower (Nr FGRU) 2.5 mts pole For monitoring Flare No.1
IPCL Tower Box Camera for Outdoor

Full HD Weatherproof PTZ IP


131 IPCL Tower (Nr FGRU) 2.5 mts pole For monitoring Flare No.2
Box Camera for Outdoor
132   On roadside for Full HD Weatherproof PTZ IP 6 mts pole on roadside for viewing tank perimeter area
viewing Tank Box Camera for Outdoor
202B,C,D&601A

40| LSTK SOW


Full HD Explosion Proof PTZ For viewing Crude Storage Tank 201 E.
133 Tank 202E 2.5 mts pole
Box IP Camera for Outdoor Mounting on the tank, near ladder
Full HD Explosion Proof PTZ For viewing Crude Storage Tank B01 A.
134 Tank 601A 2.5 mts pole
Box IP Camera for Outdoor Mounting on the tank, near ladder
Full HD Explosion Proof PTZ For viewing Crude Storage Tank 201 B.
135 Tank 202B 2.5 mts pole
Box IP Camera for Outdoor Mounting on the tank, near ladder
Full HD Explosion Proof PTZ For viewing Crude Storage Tank 201 A.
136 Tank 202A 2.5 mts pole
Box IP Camera for Outdoor Mounting on the tank, near ladder

Full HD Explosion Proof PTZ For viewing Crude Storage Tank 201 C.
137 Tamk 201C 2.5 mts pole
Box IP Camera for Outdoor Mounting on the tank, near ladder
Full HD Explosion Proof PTZ For viewing Crude Storage Tank 201 D.
138 Tank 202D 2.5 mts pole
Box IP Camera for Outdoor Mounting on the tank, near ladder
On roadside of Full HD Weatherproof PTZ IP For mointoring permiter areas Tank 601 B and
139 6 mts pole
Tank601B,C/D Box Camera for Outdoor Tank 601C

Full HD Explosion Proof PTZ For viewing Crude Storage Tank 601 B.
140 Tank 601B 2.5 mts pole
Box IP Camera for Outdoor Mounting on the tank, near ladder

Full HD Explosion Proof PTZ For viewing Crude Storage Tank 601 C.
141 Tank 601C 2.5 mts pole
Box IP Camera for Outdoor Mounting on the tank, near ladder
Full HD Explosion proof Fixed
142 Inside FGRU old shed Wall Mount For viewing inside FGRU Old Shed
IP Camera for Indoor
FGRU
Near Operator cabin of Full HD Weatherproof PTZ IP
143 6 mts pole For viewing outside area and FGRU new shed
FGRU Box Camera for Outdoor
Full HD Weatherproof PTZ IP
144 South Gate SWC South gate 6 mts pole For mointoring SWC at South Gate
Box Camera for Outdoor
Fish
145 SES Satellite Earth Station Eye/Panoramic/Multisensor Wall Mount For monitoring entry gate of SES
IP Camera for Indoor

41| LSTK SOW


Full HD Weatherproof PTZ IP
146 Trombay Gate 6 mts pole To cover Trombay Main Entrance
Box Camera for Outdoor

Trombay Terminal –
Full HD Weatherproof PTZ IP
147 Communication 6 mts pole To cover the terminal area
Box Camera for Outdoor
Tower.

Trombay Terminal –
Pipelines landing Full HD Weatherproof PTZ IP To cover the pipelines landing point and the
148 2.5 mts pole
point, near 36” new Box Camera for Outdoor area beyond the campus on the sea side
line.

Sheva North – Back


Full HD Weatherproof PTZ IP To cover the vales and pipelines visible over
149 Side (Outside the 6 mts pole
Valve stations Box Camera for Outdoor the ground
fence).
and custody
transfer areas

Sheva South – near the To cover the valeves near the entrance, valve-
Full HD Weatherproof PTZ IP
150 entrance, outside the 2.5 mts pole pit in the trenches, the approach path and
Box Camera for Outdoor
fence. pipelines visible over the ground

Mora – near the CISF


cabin (along the Full HD Weatherproof PTZ IP To cover the valves and the pipelines visible
151 6 mts pole
approach road & pipe Box Camera for Outdoor over the ground
yard)

JNPT Metering Station


Full HD Weatherproof PTZ IP To cover the metering station shed, approach
152 – Front (Near 6 mts pole
Box Camera for Outdoor road and surroundings
Entrance).

42| LSTK SOW


JNPT Metering Station
Full HD Weatherproof PTZ IP To cover the backside of the metering station
153 – Back (Near the 6 mts pole
Box Camera for Outdoor and beyond the campus on the sea side
fence).

Jawahar Dweep – Old Full HD Weatherproof PTZ IP


154 2.5 mts pole To cover the metering station
Control Room. Box Camera for Outdoor

Jawahar Dweep –
Full HD Weatherproof PTZ IP To view the complete area under ONGC and to
155 Communication 2.5 mts pole
Box Camera for Outdoor see the sea side view
Tower.

Full HD Weatherproof Fixed To monitor movement of staff and other


156 Outside dining area Wall Mount
IP Dome Camera for Indoor visitors in canteen

Full HD Weatherproof Fixed To monitor to the movement in dining area


157 Inside dining area Wall Mount
IP Dome Camera for Indoor where ONGC officers get their food.

Full HD Weatherproof Fixed


158 Distribution Area Wall Mount To monitor the food distribution
IP Dome Camera for Indoor
Canteen
Full HD Weatherproof Fixed
159 Cooking Area Wall Mount To monitor workers in kitchen
IP Dome Camera for Indoor

Full HD Weatherproof Fixed


160 Storage area Wall Mount Food handling will be monitored by this camera
IP Dome Camera for Indoor

Canteen entrance Full HD Weatherproof PTZ IP To monitor the movement of visitors who visit
161 6 mts pole
outside Box Camera for Outdoor the canteen and vehicle movement

Full HD Weatherproof Fixed


162 Entry/exit door 1 Wall Mount
IP Dome Camera for Indoor
Guest House Monitoring entry and exit
Full HD Weatherproof Fixed
163 Entry/exit door 1 Wall Mount
IP Dome Camera for Indoor

43| LSTK SOW


Full HD Weatherproof PTZ IP
164 Near new building 6 mts pole Monitoring parking and movement outside ERH
Box Camera for Outdoor
Full HD Weatherproof Fixed
165 Kitchen Wall Mount To monitor workers in kitchen
IP Dome Camera for Indoor

Outside the Dining Full HD Weatherproof Fixed


166 Wall Mount To monitor lift area of ground floor
Area IP Dome Camera for Indoor

Full HD Weatherproof Fixed


167 Conference Hall Wall Mount To monitor activity of conference hall
IP Dome Camera for Indoor
Full HD Weatherproof Fixed To monitor nuisance of street dog at ground
168 New Building corridor Wall Mount
IP Dome Camera for Indoor floor
Full HD Weatherproof Fixed
169 Entry/exit door 1 Wall Mount
IP Dome Camera for Indoor

PPCL Monitoring entry and exit area


Full HD Weatherproof Fixed
170 Entry/exit door 2 Wall Mount
IP Dome Camera for Indoor

Multipurpose hall near Full HD Weatherproof PTZ IP


171 DB Wall Mount To monitor inside view of the hall
Dronagiri Bhavan Box Camera for Outdoor
Full HD Weatherproof PTZ IP
172 Opposite NGL Gate Wall Mount For monitoring bike parking area
Box Camera for Outdoor
Transport complex- far Full HD Weatherproof PTZ IP
173 6 mts pole
side Box Camera for Outdoor
For monitoring vehicle parking
Parking Areas Transport complex- Full HD Weatherproof PTZ IP
174 6 mts pole
near Transport Office Box Camera for Outdoor
Full HD Weatherproof PTZ IP
175 Proposed new parking 6 mts pole
Box Camera for Outdoor
area near Dronagiri For monitoring vehicle parking
Bhavan Full HD Weatherproof PTZ IP
176 6 mts pole
Box Camera for Outdoor

44| LSTK SOW


ANNEXURE II ; Client Work Stations
Sr.No Location Monitor
1 Plant Manager Uran ,Dronagiri Bhavan 49” 4k LED Monitor
2 Head Operation, Dronagiri Bhavan 49” 4k LED Monitor
3 Head Support Services 21” Full HD LED/IPS Monitor
4 I/c HR-ER 21” Full HD LED/IPS Monitor
5 EOCC ( Emergency Operation Control Centre),Dronagiri Bhavan 70” 4k LED Monitor
6 In Charge Security, Security Block Main Gate 70” 4k LED Monitor
7 Head HSE, Dronagiri Bhavan 49” 4k LED Monitor
8 Fire Station Control Room 49” 4k LED Monitor
9 I/c Pipeline, Fire Station 49” Full HD LED/IPS Monitor
10 RPS-Guest House 21” Full HD LED/IPS Monitor
11 RME-Guest House 21” Full HD LED/IPS Monitor
12 AM ETP – C2C3 Control Room 21” Full HD LED/IPS Monitor
13 Cogeneration Control Room 21” Full HD LED/IPS Monitor
14 RME Cogeneration Building 21” Full HD LED/IPS Monitor

15 C2C3 Process Control Room (One Workstation with 2 Monitors) 49” and 70" 4k LED Monitor

16 C2C3 Building RPS 49” Full HD LED Monitor


17 C2C3 Sub Station 21” Full HD LED/IPS Monitor
18 LPG I Sub Station 21” Full HD LED/IPS Monitor
19 NGL CCTV C/R CONSOLE 1 & 2 (One Workstation with 2 Monitors) 49” 4k LED Monitors- 2 Nos
20 NGL CCTV C\R CONSOLE 3 & 4 (One Workstation with 2 Monitors) 49” 4k LED Monitors- 2 Nos.
21 NGL CCTV C\R CONSOLE 5 & 6 (One Workstation with 2 Monitors) 49” 4k LED Monitors- 2 Nos
22 NGL CCTV C\R CONSOLE 7 & 8 (One Workstation with 2 Monitors) 49” 4k LED Monitors- 2 Nos
23 NGL CCTV C\R CONSOLE 9 & 10 (One Workstation with 2 Monitors) 49” 4k LED Monitors- 2 Nos
24 NGL CCTV C\R CONSOLE 11 & 12 (One Workstation with 2 Monitors) 49” 4k LED Monitors- 2 Nos
70”4k LED and 21” Full HD LED/IPS
25 NGL CCTV C\R (One Workstation with 2 Monitors)
Monitors
26 DC CISF, Fire Station 21” Full HD LED/IPS Monitor

45| LSTK SOW


27 SES ( Satellite Earth Station) 21” Full HD LED/IPS Monitor
28 APU SRR 21” Full HD LED/IPS Monitor
29 Trombay Terminal Control Room 21” Full HD LED/IPS Monitor
30 Area Manager, OPG 21” Full HD LED/IPS Monitor

46| LSTK SOW

You might also like