REQUEST FOR PROPOSAL (RFP) SUPPLY, INSTALLATION, …

68
1 REQUEST FOR PROPOSAL (RFP) SUPPLY, INSTALLATION, TESTING AND COMMISSIONING (SITC) OF RF DOWNLINK, LOGGING AND MEDIA MONITORING SET UP FOR 150 DTH TV CHANNEL AT ELECTRONIC MEDIA MONITORING CENTRE (EMMC) AT SOOCHNA BHAWAN, NEW DELHI Ref No. BECIL/EMMC/RF-LOGGER/2018-19 Dated: 10th July 2018 Broadcast Engineering Consultants India Limited (A Government of India Enterprise) (A Mini Ratna Company) Head Office: 14-B Ring Road, IP Estate, New Delhi- 110002 Tel: 011 23378823 Fax: 011 23379885 Corporate Office: BECIL BHAWAN, C-56-A/17, Sector-62, Noida-201 301 Tel: 0120 4177850 Fax: 0120 4177879 E-mail: [email protected] Web: www.becil.com

Transcript of REQUEST FOR PROPOSAL (RFP) SUPPLY, INSTALLATION, …

1

REQUEST FOR PROPOSAL (RFP)

SUPPLY, INSTALLATION, TESTING AND COMMISSIONING (SITC)

OF RF DOWNLINK, LOGGING AND MEDIA MONITORING SET UP FOR 150 DTH

TV CHANNEL AT ELECTRONIC MEDIA MONITORING CENTRE (EMMC)

AT SOOCHNA BHAWAN, NEW DELHI

Ref No. BECIL/EMMC/RF-LOGGER/2018-19 Dated: 10th July 2018

Broadcast Engineering Consultants India Limited (A Government of India Enterprise)

(A Mini Ratna Company)

Head Office: 14-B Ring Road, IP Estate, New Delhi- 110002 Tel: 011 23378823 Fax: 011 23379885

Corporate Office: BECIL BHAWAN, C-56-A/17, Sector-62, Noida-201 301 Tel: 0120 4177850 Fax: 0120 4177879

E-mail: [email protected] Web: www.becil.com

2

Invitation to Bid (ITB)

For Supply, Installation, Testing and Commissioning (SITC)of RF Downlink, Logging and Media monitoring set up for 150 DTH TV channel at Electronic Media Monitoring Centre (EMMC) at

Soochna Bhawan, New Delhi.

1) BECIL has been engaged as Turnkey partner for Setting up of Electronic Media Monitoring Centre at Soochna Bhawan, Delhi.

2) BECIL invites bids from eligible and qualified Bidders for the supply of the goods and services as described above.

3) Bidding will be conducted through the Two Envelope Competitive Bidding procedures specified in the GFR Procurement Manual, and are open to all eligible Bidders as defined in this ITB.

4) Interested eligible Bidders may obtain further information for Project at [email protected].

5) Qualification requirements are specified in the ITB.

6) Bids must be delivered as specified in the Instructions to Bidders of this ITB (please read this part carefully). Late bids will be rejected.

Pre-cleared & Approved by:

George Kuruvilla CMD, BECIL

3

ITB for Procurement of Goods Summary Section I. General Information & Instructions to Bidders

This Section provides information to help Bidders prepare their bids. Information is also provided on the submission, opening, and evaluation of bids and on the award of Contracts. Section I contains provisions that are to be used without modification.

Section II. Technical System Requirement

This Section includes Generic and Technical requirements of the project, List of Goods and Related Services and Technical Specifications of Goods and Related Services to be procured.

Section III. Enclosure

This Section includes format for Vendor Information and their customer’s references and checklist for the bidders.

4

TABLE OF CONTENTS

SECTION I GENERAL INFORMATION & INSTRUCTIONS TO BIDDERS

A. RFP Schedule and Critical Dates

B. Intent of the Request for Proposal

C. Procedure and Terms & Conditions

D. Eligibility Criteria

E. Commercial Conditions

1. Earnest Money Deposit

2. Prices

3. Payment Terms

4. Consignee

5. Invoice

6. Delivery Schedule & Commissioning Period

7. Packing

8. Guarantee / Warranty

9. Authorization

10. Performance Bank Guarantee

11. Technical Manual

12. Late Delivery

13. Penalty Clause

14. Taxes

15. Compliance Statement

F. Vendors Requirement

1. Warranty/Guarantee

2. Additional Information

3. Functional Workflow Diagram

G. Proposal Response Format

H. Method of Evaluation and Award

1. Product Quality

2. Compatibility

3. Up-gradation/ Modular Design

4. Assurance of Supply

5

5. Quality

6. Service

7. Cost

8. Integration Experience

9. Delivery Schedule

10. Regulatory

SECTION II TECHNICAL SYSTEM REQUIREMENT

A. Scope of Work

B. Generic Conditions

C. Technical Conditions

D. Bill of Material

E. Technical Specifications

SECTION III ENCLOSURE

A. Vendor information format

B. Customer reference format

C. Checklist

6

SECTION I GENERAL INFORMATION & INSTRUCTIONS TO BIDDERS CONTENTS

A. RFP SCHEDULE AND CRITICAL DATES

B. INTENT OF THE REQUEST FOR PROPOSAL

C. PROCEDURE TERMS AND CONDITIONS

D. ELIGIBILITY CRITERIA

E. COMMERCIAL TERMS AND CONDITIONS

F. VENDORS REQUIREMENT

G. PROPOSAL RESPONSE FORMAT

H. METHOD OF EVALUATION AND AWARD

7

A. RFP SCHEDULE AND CRITICAL DATES

1. The RFP tentative schedule and critical dates are shown below:

BECIL reserves the right to amend the RFP tentative schedule and critical dates

EVENT DATE

1. RFP Issue to Prospective Bidders 10th July 2018

2. Pre Bid Meeting 19th July 2018

3. Venue for Pre Bid Meeting BECIL BHAWAN,

C-56- A/17, Sector -62,

Noida 201 301,Uttar Pradesh

4. Submission of Proposals/bids 31st July 2018 up to 13:00 hours

5. Website for Online bid submission https://becil.euniwizard.com, http://www.becil.com

6. Cost of Tender Documents Rs.5,000/- payable only in the form of DD in favor of Broadcast Engineering Consultants

India Limited, payable at New Delhi. 7. Processing Fee for Online bid Submission Rs. 3,000 + 18% GST through e-payment

gateway available on e-tendering website

8. Contact details for queries related to uploading of Bids

Mr. Awesh Tyagi: 9205898224

Mr. Ravi Kant: 9215095555

Mr. Bhuneshwar: 9205898226

Mr. Nehal: 8800991855

9. Help Desk for queries related to uploading of Bids

011-49606060 (From 10:00hrs to 18:00hrs)

10. Opening of Technical Bids 31st July 2018 up to 15:00 hours

11. Technical evaluation of bids To be intimated

12. Opening of Financial Bid To be intimated

13. Commercial Bid evaluation

To be intimated

14. Award of Purchase Order To be intimated

8

The tender document can also be downloaded from our website www.becil.com and a Demand draft of Rs. 5,000/- (Rupees Five Thousand only) must be submitted before the last date of submission of bid, otherwise the bid will be rejected.

Demand Draft should be in favor of “Broadcast Engineering Consultants India Limited” payable at New Delhi.

2. General Information

1. Complete bib document can be downloaded from e-Tender portal of BECIL https://becil.euniwizard.com and http://www.becil.com

2. Technical Bid will be submitted concurrently duly digitally signed on the website https://becil.euniwizard.com

3. It is mandatory for all the applicants to have class-III Digital Signature Certificate (in the name of person who will sign the bid document) from any of the licensed certifying Agency.

4. Tender fee deposit and EMD document shall be placed in a single envelope super scribed with tender reference number and date of opening so as to reach Broadcast Engineering Consultant India Limited, A-56/C-17, Block ‘C’, Sector-62, Noida-201307 (U.P) before scheduled time on prescribed tender opening date. Hard copy of any other tender document shall not be accepted.

B. INTENT OF THE REQUEST FOR PROPOSAL

Broadcast Engineering Consultants India Limited has been engaged as a turnkey partner for Augmentation of RF Downlinking, Logging and Media Monitoring facilities of Electronic Media Monitoring Centre (EMMC), Delhi. The existing set up of EMMC has facilities for monitoring of 900 TV channels on 24 x 7 basis.

The new setup is to be established for a facility capable of RF downlinking, Logging and monitoring of about 150 DTH TV Channels simultaneously on 24 X 7 basis. The setup is expected to be scaled up in the subsequent years as per client requirement:-

Type of TV Channels Financial Year 2018-19

DTH TV Channels 150

The intent of this RFP is to solicit competitive proposals and professional solution to establish a complete RF Downlinking, Logging and Media Monitoring facilities for 150 DTH TV Channels.

The new set up shall be established at 10th Floor of Soochna Bhawan, CGO Complex, New Delhi. The dish farm shall be installed at Terrace of Soochna Bhawan. The Civil foundation work for fixing of Dish Antennas shall be carried out by Bidder only.

9

C. PROCEDURE AND TERMS & CONDITIONS

1. The proposal is to be submitted in TWO BID SYSTEM with separate Technical and

Financial bid. The envelope containing “Fee for Tender Document and EMD Document”

would be opened first and if the Tender fee and EMD is found as per RFP then the “technical

Bid” would be opened online on the time and date mentioned above.

2. The Tender has been divided into six parts based on the type of deployment and works

namely PART A, B, C, D, E and F. It is mandatory for bidders to bid for all six parts.

1.) PART A - RF DOWNLINK & CONTENT ACQUISITION

2.) PART B - LOGGING

3.) PART C - STORAGE & DISTRIBUTION

4.) PART D – COMPREHENSIVE ANNUL MAINTENANCE CONTRACT (CAMC)

5.) PART E – RESIDENT ENGINEER OR SUPPORT ENGINEER

6.) PART F - ITEM/EQUIPMENT UNDER BUYBACK. (List enclosed as Annexure-7)

3. TWO BID SYSTEM

All bidders are required to submit their offer as per two bid system given bellow:- 3.1 Technical Bid should contain the following:- (i) Tender documents duly completed and signed BUT WITHOUT INDICATING THE RATE

QUOTED.

(ii) The technical details of the models offered along with the supporting original technical literature, Leaflets, Brochure etc. in duplicate.

3.2 Financial bid should contain the following:- (i) Details of rate, taxes, duties, discount, if any, quoted by the bidder. These details

should be submitted on their letter head.

The composite bid i.e. rate indicated in the Technical bid openly in tender is liable to be ignored. Only the first bid i.e. Technical bid shall be opened on the date of tender opening.

4. Bid Responses must be addressed to and submitted at the following address:

The Chairman & Managing Director Broadcast Engineering Consultants India Ltd,

C-56 A/17, Sector -62, Noida 201 307

Tel: 0120-4177850, Fax: 0120-4177879

10

5. Complete bid should be submitted online, not later than 1300 hours on 31st July 2018. Bids received beyond the specified date will be rejected. Facsimile and electronic replies are not acceptable.

6. All bids are to remain valid for Six months from the date of opening of financial bid.

7. BECIL reserves the right to solicit additional information from Bidders to evaluate which bid best meets the need of the Project. Additional information may include, but is not limited to, past performance records, lists of available items of work will be done simultaneously with the project, on-site visit and evaluations by BECIL personnel, or any other pertinent information. It will be vendor’s responsibility to check for updated information on BECIL’s web site www.becil.com.

8. Additional questions should be submitted in writing to

Broadcast Engineering Consultants India Ltd, C-56 A/17, Sector -62, Noida 201 307 Tel: 0120-4177850 Fax: 0120-4177879 E-mail: [email protected]

9. BECIL will make its decision based on the ability of the Bidder(s) to meet our specific needs, technical expertise of the Bidder(s), delivery capabilities, customer references, past satisfactory performance experience, system completeness is must besides cost.

10. BECIL reserves the right to waive off any deviations, accept the whole or part thereof or reject any or all bids and to select the Bidder(s) which, in the sole opinion of the Project Incharge, best meets the project’s interest. BECIL also reserves the right to negotiate with potential bidders so that its best interest to fulfill the need of project is served.

11. BECIL reserves the right to reject any and all proposals, to negotiate all terms of any agreement resulting from this request for proposal, and to request additional information from vendors.

12. All information contained in this RFP, or provided in subsequent discussions or disclosures, is proprietary and confidential. No information may be shared with any other organization, including potential sub-contractors, without prior written consent of the RFP Coordinator.

13. BECIL reserves the right to either increase or decrease the quantity of any or all the items included in suggestive bill of material which are estimated requirements and therefore open to variation.

14. BECIL reserves the right to alter/modify the scope of work mentioned in this RFP document at any state of the bidding process and contract.

11

15. BECIL reserves the right to terminate the contract at any stage of the work by giving 7 days notice if it is noticed that the delay occurred in any of the activities covered under the contract cannot be made good and will affect the overall work schedule. BECIL shall revoke the Performance Bank Guarantee of the bidder. The decision of CMD, BECIL shall be final and binding.

16. In case Company goes into liquidation or change in business/management, it will be intimated to BECIL & company will fulfill its commitment in case order is awarded to them.

17. Indemnification:

Contractor agrees to indemnify BECIL from any and all claims, demands, losses, cause of action, damage, lawsuits, judgments, including attorneys’ fees and costs, arising out of or relating to the work of Contractor including the works as got done by Contractor through Sub-Contractor(s),if so appointed by the Contractor. BECIL shall have no role in engaging of sub-contractors by the Contractors and Contractor alone shall be responsible to such Sub-Contractors.

18. Arbitration:

Any dispute or difference or claim arising out of or in relation to this contract, including the construction, validity, performance or breach thereof, shall be settled or decided by arbitration to be conducted by CMD, BECIL or by any other person to be nominated by CMD, BECIL. Arbitration shall be conducted as per Arbitration & Conciliation Act, 1996.The seat of the arbitration shall be at New Delhi.

19. Jurisdiction

This Agreement shall be construed, interpreted and applied in accordance with, and shall be governed by, the laws applicable in India. The courts at Delhi shall have the exclusive jurisdiction to entertain any matter arising out of or in relation to this Agreement.

20. Conflict of Interest. Bidder/Vendor/Contractor represents and warrants the following:

1 No Conflict of Interest: that Contractor has any business, professional, personal, or

other interest into the representation of other clients, that would conflict in any manner or

degree with the performance of its obligations under this Agreement.

2 Termination for Material Conflict. If, in the reasonable judgment of the Company,

such conflict poses a material conflict to and with the performance of Contractor's

obligations under this Agreement, then the Company may terminate the Agreement

immediately upon written notice to Contractor;

12

21. Statutory Duties & Taxes:

(a) Any change in any duty/tax upward/downward as a result of any statutory variation taking place within contract terms shall be allowed to the extent of actual quantum of such duty/tax paid by the contractor. Similarly, in case of downward revision in any duty/tax, the actual quantum of reduction of such duty/tax shall be reimbursed to the customer by the contractor. All such adjustments shall include all reliefs, exemptions, Rebates, concession etc. if any obtained by the contractor.

(b) If it is desired by the Bidder to ask for the GST to be paid as extra, the same must by specifically stated. In the absence of any such stipulation in the bid, it will be presumed that the prices quoted by the Bidder are inclusive of GST and no liability will be developed upon the Customer.

(c) On the Bids quoting GST, the rate and the nature of GST applicable at the time of supply should be shown separately. GST will be paid to the Contractor at the rate at which it is liable to be assessed or has actually been assessed provided the transaction of services is legally liable to GST and the same is payable as per the terms of the contract.

22. Period of Contract:

The contract would be for one year from the effective date of contract. Please note that

Contract can be cancelled unilaterally by the customer/buyer in case services are not received

as per quality and standard specified in the RFP and contract within the contracted period.

The customer/buyer reserves the right to exercise the option clause and repeat order clause

as per text given in this RFP.

23. Repeat Order Clause:

The contract will have a Repeat Order Clause, wherein the customer can order up to same

number under the present contract within currency of the contract at the same rate, terms

& conditions of the contract. The Bidder is to confirm acceptance of this clause. It will be

entirely the discretion of the customer to place the Repeat Order or not.

13

D. ELIGIBILITY CRITERIA

1 For the participation in tender, bidder have to pay a Tender fee of Rs. 5,000/- (Rupees five Thousand Only) in the form of Demand draft in favor of Broadcast Engineering Consultants India Limited, New Delhi.

2 EMD Amount of Rs. 12,00,000/- (Rupees Twelve Lakh only) should be paid only in form of Demand Draft in favor of Broadcast Engineering Consultants India Limited, New Delhi or Bank Guarantee (Format as per Appendix-9). (No other mode of payment will be accepted). Bids submitted without EMD will be treated as rejected.

3. The bidder should be registered under Indian Company Act 2013/ LLP Act. A copy of registration should be submitted.

4. The bidder must substantially be engaged in similar kind of work as mentioned under

heading “Scope of Work” in India for central / state Government / PSUs / autonomous

body ; During last 3 years i.e. 2015-16, 2016-17, 2017-18 and till date of issue of this

Tender/RFP.

Bidder must have successfully completed/ongoing at least one similar kind of

projects (as mentioned in Scope of Work) related to SITC of RF downlink setup of value

of Rs 1 Cr or above and one similar kind of projects (as mentioned in Scope of Work)

related to SITC of Logger and Monitoring Setup of value of Rs 1 Cr or above in India.

(Copy of work orders / performance or completion certificate should be

submitted).

5. Bidder should choose a Logger OEM who should have an experience of logging atleast

300 channel at one single location in one system. Bidder should submit references (

along with contact details of the Technical Personnel to cross check satisfactory

installation ) of some of the large and prestigious projects undertaken by the Logger

OEM in India and abroad (Copy of work orders / performance or completion

certificate should be submitted).

6. The OEM brand for Storage has to have an experience of undertaking storage of atleast 500 TB at any one location/Site. (Copy of work orders / performance or completion certificate should be submitted).

7. The Bidder should have average turnover of at least Rs. 7 Cr per annum for the last three audited financial years i.e. 2014-15, 2015-16, 2016-17. (Copy of Annual Audited Financial Statements for last three years should be submitted)

8. The Bidder should have made profits in the last three audited financial years i.e. 2014-15, 2015-16, 2016-17. (Copy of last three financial years’ relevant audited balance sheets should be submitted)

14

9. The Bidder should have profit and positive Networth for the last financial years i.e. 2017-18. (Copy of Chartered Accountant (CA) Certificate should be submitted)

10. The Bidder must have direct presence in India with technical manpower and 24 x 7 maintenance supports in multiple locations in India, and with a collective staff size of at least 10. The selected company should be willing to establish a minimal point of contact in Delhi/NCR for attending to immediate operational calls. Documentary proof and self-Certificate should be submitted on company letter Head along with signed & stamped.

11. List of clientele of the firm, along with contact details of clients for whom the bidder have

completed similar kind of project (Copies of work orders/Completion Certificate from the

clients must be enclosed).

12. The Bidder should not have been blacklisted by any government organization. Self-

declaration to that effect should be submitted and undertaking on a non-judicial stamp paper

of Rs 100/- certified by Notary along with the technical bid. Format is provided in “Appendix

6” of this RFP.

13. The bidder is required to submit following documents: a) Copy of Certificate of incorporation b) Copy of PAN No. c) Copy of GST No. d) Copy of Audited balance sheet for the financial Year 2014-15, 2015-16, 2016-17

clearing indication profit and loss statement.

And in case any document is not submitted, bid shall stand rejected.

14. Letter of Authorization from different OEMs to quote against the tender Reference No.

BECIL/EMMC/RF-LOGGER/2018-19 dated 10th July 2018 enlisting after sales support after

project execution is essential. The details have been given in the technical section separately.

Original copy of Authorization letter should be submitted. Format is provided in “Appendix

5” of this RFP.

15. A separate point by point compliance statement of Specifications including Bill of Material

(BOM) for all the equipment/item(s) duly signed & stamped by bidder on their letter head

must be submitted.

16. A separate point by point compliance statement of Specifications including Bill of Material

(BOM) for all the equipment/item(s) duly signed & stamped by OEM on their letter head must

be submitted.

15

17. The details as per the pre-qualification Performa I & II attached at ‘Section III – A and B’ respectively shall be furnished and included as part of the technical bid.

18. The Bidder should provide the Technical Literature of the item whose make and model have been quoted by the bidder. No similar type of item(s)/equipment(s) or same series item(s)/equipment(s) technical literature will be considered. In this case the bid may be technically rejected.

19. Bidder should provide Site Survey Certificate on their company letter head duly signed by their authorized person & Site Incharge BECIL for the survey of site and list of items to be taken as buyback. Buyback material is on a “as is where is” basis. Tentative List of buyback material is provided as “Appendix 7” and Format for Site Survey Certificate is provided as “Appendix 8”.

20. All bidders must strictly quote the product as per Serial Number/Heading/ Sub Heading given in BOM of RFP.

21. Schematic Workflow Diagram and Block Diagram must be provided.

3 COMMERCIAL TERMS AND CONDITIONS

Each bidder is required to accept the following terms and conditions:-

1. Earnest Money Deposit :

Each bidder is required to submit Earnest Money Deposit (EMD) Rs.12,00,000/- (Rupees Twelve Lakh only) in the form of Demand Draft/Bank Guarantee from scheduled bank in favor of “Broadcast Engineering Consultants India Limited payable at New Delhi”. EMD will not be accepted in any other form. Bid without EMD will not be accepted. No interest is payable on EMD amount.

2. Prices : The Prices should be quoted in Indian Rupees only and prices should be FOR destination at Site (EMMC, 10th Floor, Soochana Bhawan, New Delhi) The prices should be quoted exclusive of taxes and all applicable taxes should strictly be mentioned as per format given in Table 2 at Point G of Section I of this RFP. In case, taxes are not mentioned in Financial bid, prices shall be considered inclusive of taxes.

16

3. Payment Terms for INR : 70% payment of the total order value shall be released after delivery of material in good condition at Site, based on the material receipt certificate/Delivery challan from Client (EMMC)/ Site Incharge, BECIL

30% payment of the total order value shall be released after successful Installation, Testing and commissioning of material/system at client site on certification from Client (EMMC)/ Project Incharge, BECIL.

4. Consignee : The equipment should be consigned to Electronics Media Monitoring Centre (EMMC), 10th Floor, Soochna Bhawan, New Delhi C/o Project Manager, BECIL.

5. Tax Invoice : All Tax invoices should be raised in the name of

“Broadcast Engineering Consultants India Limited,

14-B, Ring Road, I.P. Estate, New Delhi -110002”

For Electronics Media Monitoring Centre, Ministry of

Information and Broadcasting, Govt. of India, New

Delhi

BECIL GST: 07AAACB2575L1ZK 6. Delivery schedule and

Commissioning : (i) The material/equipment shall be supplied within 10

weeks from the date of issue of Work order. (ii) Installation, Testing and Commissioning has to be

completed within 4 weeks from the date of delivery of material/equipment.

(iii) Partial delivery of material is permitted.

7. Packing : The material/equipment should be securely packed to

withstand transit hazards during different modes of transportation.

8. Guarantee/Warranty : The material/equipment/items shall be under guarantee/warranty for period of 36 months from the date of successful, testing after installation of equipment at site.

9. Authorization : Original copy of Authorization letter from OEM should be submitted for major items.

10. Performance Bank Guarantee

: The successful bidder shall have to furnish Performance Bank Guarantee (PBG) within 15 days from the date of issue of work order to successful bidder (As per format in Appendix-4) for an amount equal to 10% of order

17

value and it will valid till beyond 3 months of the date of project completion. Beneficiary Details:

Beneficiary Name : Broadcast Engineering Consultants India Limited Address: 14-B, Ring Road, Indraprastha Estate, New Delhi-110002 IFSC Code is - CORP0000371

11. Technical Manual : Two print copies of Technical Manual / Operation Manual and one CD version of the same have to be supplied with the equipment. One set of test certificate of each equipment has to be enclosed with shipment and one copy sent to BECIL. All software in original with perpetual license certificate has to be provided wherever possible.

12. Late Delivery : In case of late delivery of item, the supplier shall be liable to pay penalty @ 0.5% (1/2%) of the total value of supply of equipments (as per PO) per week of delay or a part thereof, Further, if there is delay in the commissioning of the project, supplier will liable to pay penalty @ 0.5 % (1/2%) of the total value of the PO per week of delay subject to maximum amount of 5% of total value of PO. Note: - In case there is delay in supplies and / or commissioning of the project, the penalty will be levy on total value of PO and penalty already levied on delayed supplies will be adjusted from final LD.

13.

Penalty Clause : In case the material/equipment supplied is not as per technical specification mentioned in tender, the supplier will have to pay a penalty @5% of total value of equipment/ material as per PO.

This, however, does not absolve the tenderer from the supply of required material/equipment as per Purchase Order.

In case of System Setup:

(a.) System provided by the bidder should have an overall daily system uptime equal or better than 99.0%, Any failure beyond this i.e. breakdown >15 minutes per day will attract a penalty as per following details.

1.) for Per Logger Breakdown:

18

= Rs.250 for every 15 minutes breakdown thereafter

14. Taxes : Taxes as applicable will be extra as per tax invoice.

15. Compliance Statement : A point by point full compliance statement in respect to all parameters related to the concerned equipment/items from the respective principle manufacturers & bidder should be submitted in the prescribed format given at Table 1.

19

Table 1

COMPLIANCE STATEMENT PERFORMA

Sr. No.

Sr. No. of Specification

Description of Specification

Page number of Specifications in RFP

Compliance (Yes/No)

Deviation ,if any, to the

specification

Optional Items ,if any, required for the completeness

of system

Features in the offered product in addition to BECIL specs

20

4 VENDORS REQUIREMENT

1. Warranty / Guarantee 1.1 Apart from the standard product guarantee / warrantee offered for individual product

or sets of equipment (e.g. replacements for defective supplies, conformance to

specifications provided in documentation etc.) vendors must provide details of the

nature of guarantee for deliverables of the complete system that they are willing to

commit. Guarantee with respect to the defects in installation, if any, shall also apply.

2. Additional information

Vendors should provide the following additional information. 2.1 A copy of the latest / last annual report of the company and wherever applicable of

the key principals. This is required, amongst other things, to understand the financial strengths, growth rate etc. of vendors.

2.2 List with details (including name of client) of similar work executed in India and

abroad. 2.3 Particulars of the partners or related / inter-linked company in India for sales,

installation / commissioning and support (for principals/OEM) OR, principals with whom you have a tie-up (in the case of integrators).

2.4 Any other detailed information of relevance (such as market shares etc.) with

supporting documents or references.

3. Functional Workflow Diagram

SI must provide complete functional workflow diagram specifically as per the BOM of this RFP.

5 PROPOSAL RESPONSE FORMAT

All the bidders are requested to use the same or similar format as given below while submitting the commercial bids. The proposal must be submitted strictly in the following fashion as in Table 2. 1. Proposals are to be prepared on standard 8-1/2” x 11” A4 size paper. Foldouts containing

charts, spreadsheets, and oversize exhibits are permissible. Manuals and other reference documentation may be bound separately. All responses, as well as any reference materials presented must be written in English.

2. Proposals must respond to the RFP requirements by restating the number and text of the

requirement in sequence and writing the response immediately after the requirement statement.

3. Figures and tables must be numbered and referenced in the text by that number. They

should be placed as close to possible to the referencing text. Pages must be numbered consecutively within each section of the proposal showing proposal section and page number.

21

4. Proposals shall be based only on the items contained in this RFP and its standard required

accessories. The RFP includes official response to pre-proposal conference questions, addenda, and any other material published by the BECIL pursuant the RFP. The bidder is to disregard any previous draft materials and any oral representations it may have received. All responses to the requirements in Sections (list appropriate section) of this RFP must clearly state whether the proposal will satisfy the referenced requirements, and the manner in which the requirement will be satisfied.

5. A point by point compliance statement duly signed by bidder in respect to all points laid down in the specifications for all the equipment/item(s) must be submitted.

TABLE-2

6 METHOD OF EVALUATION AND AWARD

Evaluation Criterion Proposals will be evaluated for meeting all technical requirements and system completeness as per Tender document. All bids which are technically qualified shall be shortlisted and Financial bids of only technically qualified bidders shall be opened. Evaluation of Lowest bidder L1 will be based on the formula given below. Total Cost = Cost of (Part A + Part B + Part C + Part D + Part E - Part F ) NOTE: Bidder is required to do the site visit at 11:00 a.m. EMMC, 14-B, Ring Road, I.P. Estate New Delhi on 17th July 2018 (Tuesday) for the estimation of buyback material cost and obtain the Site Survey Certificate signed by Site incharge BECIL and attached with the Technical bid for the Technical evaluation. Bidder with the lowest cost of the project will be considered as Lowest bidder L1. The Purchase Order shall be placed to the bidder who shall quote the lowest price for the complete system. Factors which will be considered as a part of evaluation amongst others will include the following.

S.No. Description Qty. Make Model Unit Price In INR

Taxes Amount

Type of Taxes

Total Price In

INR

Grand Total

22

1. Product Quality : Only reputed industry tested equipment and solutions

with reliability will be accepted, non-standard make/model of equipment will disqualify the proposal technically.

2. Compatibility : System is envisaged to be compatible with the other quoted equipment.

3. Up-gradation/ Modular design

: System/equipment should be future looking and open to technology upgradation besides capable of add on facility and features in phased manner.

4. Assurance of supply : Vendor’s technical capability, Organizational stability, reliability of equipment and ability to meet timelines.

5. Spares : The bidder has to certify that spares shall be available for a minimum period of 5 years after completion of Project.

6. Quality : Equipment stability, guaranteed uptime parameters, life of equipment.

7. Service : After sales service, availability of spare parts/technical support, warrantee offered.

8. Cost : Cost of the system as proposed and the apparent future financial implications, AMC and Total cost of Ownership. The rate for Two years of Comprehensive AMC after the end of warranty/Guaranty period should also be quoted.

9. Integration Experience

: Expertise and experience of the bidder in system / sub system of integration of similar nature.

10. Delivery Schedule : Delivery timeline will be critical parameter for evaluation and final decision.

11. Regulatory : Should meet the Regulatory compliance, Safety requirements and Environmental objectives.

23

SECTION II

TECHNICAL SYSTEM REQUIREMENT

CONTENTS

A. SCOPE OF WORK B. GENERIC CONDITIONS C. TECHNICAL CONDITIONS D. BILL OF MATERIAL E. TECHNICAL SPECIFICATIONS

24

A. SCOPE OF WORK

The intent of this Project is to monitor 150 Channels beamed by several Indian DTH

Operators. This set-up will be established on the 10th floor of Soochna Bhavan , New Delhi

The RFP includes establishment of RF Downlink System to acquire content from all the 07

DTH Operators operating from India and should also be capable of Logging , Monitoring and

Storing up to 150 channels which are being broadcast by various Operators simultaneously

on a 24x7 basis

The scope of work for this RFP includes the installation of a Dish Farm, consisting of 09

numbers of TVRO Dish Antennas at the terrace of Soochna Bhawan for downlinking of

required number of TV channels using the Set Top Boxes of various DTH Operators. The

CVBS / HDMI output from these STB are then encoded over Multicast IP and various TSoIP

are available over an IP Switch for further processing. Content Acquisition has to be over IP

so that transporting the TS is easy to handle. The Civil foundation work for fixing of Dish

Antennas as per the Terrace Plan has to be carried out by the Bidder.

It is mandatory for every Bidder to visit the Site and undertake a preliminary Site Survey

ascertaining the correct Line of Sight and also investigating the designated location of the

Dish Antenna Farm and the required space. The Bidder will also get an idea of the approved

route of Cable and its methodology by the user. Bidder needs to call (or email ) and fix up an

appointment with BECIL nominated personnel and undertake the survey. Bidder , on his

company letter head ( in triplicate copy - one for self , one to be submitted in the tender and

the third one for BECIL nominated personnel at Soochna Bhavan for his records ) will print

the Certificate ( Format Attached as Appendix 8. ) that he has seen the Site and understood

the dish farm location , foundation methodology , cable route and the headend location so

that there is no dispute related to the understanding in the future. He will take a signature

from BECIL nominated personnel along with the stamp / seal of the company which will

serve a proof that the Site Survey has been carried out and all the relevant points have been

explained to the bidder technical person in detail. This Site Survey Certificate is mandatory

for every bidder to bid for the tender and in case of failure to do so their Bids will not be

accepted.

Contact Details of the BECIL personnel for survey of site is as below :

25

Mr. Aditya Verma (+91-8527077749) or Mr. Ankur Saxena (0120-4177850) Email :

[email protected].

The Tender has been divided into six parts based on the type of deployment/works namely

PART A , PART B , PART C, PART D, PART E and PART F.

PART A : RF DOWNLINK & CONTENT ACQUISITION :

This part is for Outdoor TVRO Dish Farm and the Indoor Unit of LNB Powering , L-

band distribution , AV out of the DTH PAY TV Set Top Box , Encoding the output over IP and

aggregation of the Content over and IP Switch. It also includes the Racks , Accessories, co-

axial cable etc. It is mandatory to acquire content over IP and Loggers with AV / HDMI

inputs are not to be quoted as an option. This keeping in mind any future use of the high bit

rate content for redundancy or any other application like OTT etc. LNB Powering and

Amplification of the RF Signal from the Dish Antenna is to be given using same or

independent L-band equipment. TVRO LNBF should be a Quattro type and the L-band

distribution is to be done using Multi-switches . A 32 way Multi-switch will give the desired

density and also will have sufficient spare ports for future expansion if need be. Keeping

expansion in mind the bidder should quote for cascadable active Multi-switches so that the

L-band feed in to the STB is of adequate strength and quality . One point of Signal

Monitoring each ( total of minimum 3 points ) near the antenna , in the Indoor Rack pre-

splitter and from the spare port of the Multi-switch should be given in order to assist fast

Fault finding and swift resolution. Adequate I/O ports should serve as testing points for the

same in Racks.

Set Top Boxes will be of 02 types viz. SD and HD. The output of SD STB will be CVBS (

Analog Audio Video ) . Whereas the output of HD STB will be in HDMI format. Out of the

proposed 150 DTH channels please assume a minimum of 114 channels in SD and 36

channels in HD. Set Top Boxes from various DTH service providers will be arranged and

provided by the Client (EMMC). Also the onus of paying the subscription for these STB will

be arranged by the Client (EMMC).

PART B : LOGGING

This part is for Transcoding of the High Bit Rate Content and recording at 512Kbps

and then Logging it using IP based Loggers . Loggers with baseband input should not be

quoted as a part of the solution. Hardware for Logger Server and Web Server of reputed

26

brands should be quoted which should adhere to the given specifications in the RFP

Technical Section . Logger Redundancy has to be maintained so that there is a high uptime.

Preference will be given to system designs with ZERO PERCENT DATA LOSS in case of

Logger Failure.

PART C : STORAGE & DISTRIBUTION:

This part is for Storage & Archival of the transcoded content . 200 TB of RAW Data

should be stored. Detailed Specifications of the Storage type have been given. Raw or

Monitored Data is of paramount importance and so its Storage becomes the most critical

component in the entire solution design. It is important that Storage from reputed and

experienced industry brand name only is quoted by Bidders. Suggestive brands have been

given in the BOM for reference.

PART F: BUY BACK ITEMS :

There is list of items/equipment/material, that bidder have to take under buyback.

(List is enclosed as Annexure-7)

B. GENERIC CONDITIONS

This RFP is for a system that will meet the following basic requirements:-

1. A reliable, redundant system providing a high level of up time with easy and intuitive, manual systems in case of failure.

2. Easy and Economic System Upgradable & Scalable in nature.

3. Use of industry standard hardware and interfaces.

4. Local (or within India) Post-sales support services.

5. Interoperate with other equipment and technology in future.

6. All the glues/peripheral equipment should be included in the proposal for each

subsystem.

7. Equipment with model not nearing obsoleteness.

8. The system offered should be modular in design allowing acquisition of part or complete system.

27

C. TECHNICAL CONDITIONS

1. Proposed Bill of Material of the system configuration is listed in the APPENDIX ‘1’.

2. Proposal should be for a complete system / sub system. Incomplete or part component will

not be considered.

3. Vendor should specify the recommended spare parts for each of the major equipment. However, this will not be a part of commercial evaluation process.

4. A copy of certificate from OEM authorizing the bidder against the tender Reference No. BECIL/EMMC/ RF-LOGGER /2018-19 dated 5th July 2018 to quote the product ensuring installation / configuration and after sales support is an essential requirement.

Bidder/SI should get certificates from critical components in the solution design and specifically from the OEMs of : a. L-band Distribution

b. Logger

c. Storage etc.

The bid submitted without the OEM certificate is liable to be rejected. Suggestive list of

brands and OEMs have been given in the Bill of Material.

5. APPENDIX ‘2’ contains the technical specification for each listed equipment.

6. Each equipment must be accompanied with operational and technical manual.

7. The electrical load of each equipment is to be specified.

8. Evaluation will be done for each equipment and final configuration of the BOM to be

determined subsequently.

9. System Integrator (SI) should submit the detailed system Workflow diagram, Block Schematic, Layout Plan (LOP) etc. for equipment and power supply system alongwith Technical bid.

10. Vendor should submit back to back consent from OEM to supply the equipment / components/spares parts for five years.

11. Vendor should quote only one product, no alternate product will be considered. . If more

than one product is quoted then the Bid may be liable to rejection.

12. Cross reference in reference of supporting documents should be given with proper page

number and volume number.

28

APPENDIX –1

D. BILL OF MATERIAL

PART A : RF DOWNLINK & CONTENT ACQUISITION OVER IP

SR ITEM DESCRIPTION UOM QTY SUGGESTIVE MAKE & BRANDS

DISH FARM TVRO WITH ELECTRONICS AND STRUCTURED CABLING

1 120 cm Dish Antenna offset with Stainless

Steel nut bolts nos 9

Nucleus / Spacelink / Telesystem /

Equivalent

2 Ku-band LNBF - Quattro ( 01 Cold Spare ) nos 10 Invacom / Innosat / GT-SAT /

Equivalent

3

Splitter holding Box. Monitoring arrangement

on the roof top for signal measurements using

2 way power dividers with one passive output

for measurements

nos 9 Generic

4

Passive power divider 2 port - Near the

antenna . Each Dish Antenna will require 4

passive splitters each.

nos 36 Televes / Alcad / Fracarro / Equivalent

5 Co-axial Cable RG 6 Full Copper ( Cable from

LNB to Power Divider near Antenna ) mtrs 305

Commscope / Canare / PPC Belden /

Equivalent

6 Compression Connectors - RG 6 (F) nos. 300 PPC / Cabelcon / Equivalent

7 Co-axial Cable RG 11 ( Cable from PD near

Dish to Control Room ) -Full Copper mtrs 1220

Commscope / Canare / PPC Belden /

Equivalent

8 Compression Connectors - RG 11 nos. 80 PPC / Cabelcon / Belden / Equivalent

9 Mini Co-axial Cable ( for RF L-band

distribution ) mtrs 1525

Commscope / Canare / PPC Belden /

Equivalent

10 Compression Connector F type for Minicoax

Cable nos. 400 PPC / Cabelcon / Belden / Equivalent

11 Compression Connectors for Audio & Video (

RCA & BNC mix ) nos. 600 PPC / Cabelcon / Belden / Equivalent

12 HDMI Cable 10 meters - High Quality nos. 40 Generic

13 I/O Panel for Monitoring nos 4 Generic

14 Jointer F type for I/O Panel nos 100 PPC / Cabelcon / Belden / Equivalent

29

15 Minicoax Cable for RF , Video & Audio Meters 5400 Commscope / Canare / PPC Belden /

Equivalent

16 Digital Satellite Meter nos. 1 Horizon / Promax / Equivalent

17 Dual 7" 16:9 Wide Screen for Rack Monitoring

. Can take HD-SDI , HDMI and CVBS inputs nos. 1

Datavideo / Marshall / SWIT /

Equivalent

18 Portable USB based TS Analyser for IP/ASI.

Can record TS streams also for testing nos. 1 Dektec / Equivalent

19 45RU / 47RU Racks ( 600mmx1000mm )

complete with accessories nos. 9 APW /Rittal / Valrack / Equivalent

20 Rack Accessory to hold the Splitters / Multi-

switches / Power Supply etc nos 1 APW /Rittal / Valrack / Equivalent

21 PC Server to host SNMP Manager complete

with a 17" monitor nos. 1 HP / IBM / SuperMicro

22 24 PORT IP Ethernet Switch Layer 2 for

Management nos. 1 CISCO / HP

23 Cable Preparation Tool nos. 2 Cabelcon / Ideal / Belden / Equivalent

24 Compression Tool Universal nos. 1 Cabelcon / Ideal / Belden / Equivalent

25 Terminators - 75 Ohms nos 100 PPC / Cabelcon / Belden / Equivalent

26 Installation Material such as Cable Ties ,

Ferrules , Earthing etc. for the Project nos 1 lot Required for completion of work

CONTENT ACQUISITION - LNB POWERING & L-BAND DISTRIBUTION

27 4inx8 out passive splitter nos. 10 Triax / Fracarro / Televes / Equivalent

28 Amplifier & LNB Powering equipment nos 9 Triax / Fracarro / Televes / Equivalent

29 Multi-switch 32 way nos 10 Triax / Fracarro / Televes / Equivalent

30 Power Supply for Multi-switch nos 10 Triax / Fracarro / Televes / Equivalent

CONTENT AGGREGATION USING ENCODERS ( 114SD & 36HD )

31 Encoder with CVBS input and IP out for a

minimum of 114 SD Channels Set 1 Generic- Complying specifications

32 Encoder with HDMI input and IP out for a

minimum of 36 HD Channels Set 1 Generic

30

33 5% Redundancy as Cold Spare for total SD

Channels Set 1 Generic

34 5% Redundancy as Cold Spare for total HD

Channels Set 1 Generic

35 48 Port IP Ethernet Switch Layer 3 for Data

(Content Acquisition & Distribution) Nos 2 CISCO / HP

INSTALLATION CHARGES

36

Installation & Commissioning of Dish Farm

including Civil Foundation , Cabling ,L-band

distribution and Content Aggregation using

Encoders and Structured Cabling with Racks

Set 1

PART B : LOGGING

SR ITEM DESCRIPTION UOM QTY SUGGESTIVE MAKE & BRANDS

TRANSCODING & LOGGING

37

IP Logger for a minimum of 114 SD Services

with 4TB Internal Storage & 512 Kbps

logging . Should include the cost of Software

for Transcoding & Logging

Set 1 Should Comply with Hardware

specifications and the desired software

features of the system. Hardware to be

chosen from an industry standard brand

which has been used for over 300

channel logging in a single location.

(All software in original with

perpetual license certificate has

to be provided wherever

possible)

38

IP Logger for a minimum of 36 HD Services

with 4TB Internal Storage & 512 Kbps logging

. Should include the cost of Software for

Transcoding & Logging

Set 1

39 Redundancy to be chosen in a way so that no

Data Loss occurs even on failure of a device Set 1

40 Web Server for the Logger system Set 1

41 Installation and Commissioning of the Logger

System Set 1

PART C : STORAGE & DISTRIBUTION

SR ITEM DESCRIPTION UOM QTY SUGGESTIVE MAKE & BRANDS

STORAGE AND ETHERNET DISTRIBUTION TO MONITOR WORK STATIONS

31

42 200 TB Storage - Raw (usable @140 Gb) Set 1 HP / DELL / IBM .

43 CAT6 Cable Meters 2000 Belden / Systemix / R&M / Equivalent

44 RJ45 Connectors for Distribution Nos 300 Dlink / Bestech / Equivalent

45 Boots for RJ45 Connectors Nos 300 Dlink / Bestech / Equivalent

46 Installation & Commissioning of the Storage

and Distribution Set 1

PART D: COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT (CAMC)

Comprehensive Annual Maintenance Contract (CAMC) for 4th Year and 5th Year

a. Comprehensive AMC for 4th Year after Installation & testing of setup

b. Comprehensive AMC for 5th Year after Installation & testing of setup

PART E: Resident Engineer

Resident Engineer or Support Engineer

S.no. Description Qty Charges/ Year Total Charges

1. Resident Engineer: Engineer should hold B-tech degree with experience of minimum 2 years in same field as per scope of work.

3 yr

PART F: Buyback items

SR ITEM DESCRIPTION UOM QTY SUGGESTIVE MAKE & BRANDS

BUYBACK ITEMS

1 Buyback items/material/equipment lot 1 List enclosed as per appendix -7.

32

Appendix-2

E. TECHNICAL SPECIFICATIONS

Part-A: OUT DOOR UNIT - DISH FARM

1.) 120 CM Dish Antenna S. No. Description Details

1 Diameter 120CM

2 Antenna Gain @ 11.7Ghz. better than 41.5 dbi

3 -3db Beamwidth better than 1.5 degrees

4 Polarisation Linear / Circular

5 Offset Angle 21 degrees Or similar

6 F/D Ratio 0.6 or Similar

7 Material Steel or Aluminium

8 Petals Solid

9 LNB Arm Material Steel / Aluminium

10 Wind Loading –Operational better than 75 kmph

11 Wind Loading –Survival better than 130 kmph

12 Movement Manual

13 Elevation Adjustment 15 to 70 degrees

14 Azimuth Adjustment 0 to 360 degrees

15 Nut Bolts Stainless Steel / Dacromet

2.) Ku-Band Quattro LNBF S. No. Description Details

1 INPUT FREQUENCY 10.7 TO 12.75 GHz

2 LO FREQUENCY Low Band 9.75 GHz & High Band 10.60 GHz.

3 NOISE TEMPERATURE Better than 0.3 dB Kelvin (Typical)

4 LO STABILITY Better than +/- 1Mhz. (max) @ Ambient Temp

5 PHASE NOISE @ 1Khz. - 60 dBc / Hz (max)

@ 10 Khz. - 85 dBc / Hz (max)

@ 100 Khz. - 105 dBc / Hz (max)

6 CONVERSION GAIN Better than 55 dB

7 CROSS POL ISOLATION 25 dB (typical)

33

3.) Passive Power Divider (Near Antenna and Indoor Rack for Monitoring ) S. No. Description Details

1 FREQUENCY RANGE 900 to 2150 MHz.

2 INSERTION LOSS LESS THAN 6.5 dB @ 1750 MHz

3 CONNECTORS F- TYPE

4 DC PASS THROUGH BOTH OR SINGLE

5 OUTPUTS 2 NOS

4.) Co-Axial Cable (RG 6) S. No. Description Details

1 CENTRE CONDUCTOR DIA 1.02 MM

2 NOMINAL IMPEDANCE 75 OHMS

3 100M ATTENUATION @ 1000MHz /20C BETTER THAN 22 DB

4 100M ATTENUATION @ 1800MHz/20C BETTER THAN 29 DB

5 RETURN LOSS 5 to 3000 MHz. >15 dB

5.) Connectors (For RG 6 Co-Axial Cable)

S. No. Description Details

1 CHARACTERISTIC IMPEDANCE 75 OHMS

2 TYPE COMPRESSION

3 PERFORMANCE FREQUENCY GOOD FOR 3 GHZ.

4 OPERATIONAL TEMPERATURES -40 TO 85 DEG CENTIGRADE

5 RETURN LOSS 5 to 3000 MHz. >20 dB

6 MAKE - APPLICATION F / BNC / RCA

6.) Co-Axial Cable (RG 11)

S. No. Description Details

1 CENTRE CONDUCTOR DIA 1.63 MM

2 NOMINAL IMPEDANCE 75 OHMS

34

3 ATTENUATION @ 1000MHz/20C BETTER THAN 15 DB

4 ATTENUATION @ 2200MHz/20C BETTER THAN 23 DB

5 RETURN LOSS 5 to 3000 MHz. >15 dB

7.) Connectors (For RG11 Cable)

S. No. Description Details

1 CHARACTERISTIC IMPEDANCE 75 OHMS

2 TYPE COMPRESSION

3 PERFORMANCE FREQUENCY GOOD FOR 3 GHZ.

4 OPERATIONAL TEMPERATURES -40 TO 85 DEG CENTIGRADE

5 WATER IMMERSION FOR 24HRS TO PASS IPX8 TEST @ 1M WATER

6 MAKE - APPLICATION F / BNC

8.) Minicoax Co-Axial Cable

S. No. Description Details

1 CENTRE CONDUCTOR DIA 0.57 MM

2 NOMINAL IMPEDANCE 75 OHMS

3 100FT ATTENUATION @ 1000MHz/20C BETTER THAN 11 DB

4 100FT ATTENUATION @ 3000MHz/20C BETTER THAN 20 DB

5 RETURN LOSS 5 to 3000 MHz. >20 dB

9.) Connectors (Minicoax Cable)

S. No. Description Details

1 CHARACTERISTIC IMPEDANCE 75 OHMS

2 TYPE COMPRESSION

3 SHELL & BODY BLACK UV RESISTANT POLYMER

4 PIN TYPE BNC & RCA GOLD PLATED

5 PIN TYPE FOR F MALE INTERFACE MEETS SCTE-IPS-SP-401

6 BRAID COVERAGE 60% TO QUADSHIELD

7 MAKE- APPLICATION F , BNC & RCA

35

10.) Satellite Meter

S. No. Description Details

1 MEASUREMENT FREQUENCIES L-BAND

2 IMPEDANCE ( LEVELS ) 75 OHMS / 30 TO 100 dBuv

3 MEASUREMENT PARAMETERS RF LEVEL , BER , MER

4 SIGNAL TYPE DVB-S /DVB-S2

5 MODULATION QPSK & 8PSK

6 TUNING FOR ATLEAST 16 SATELLITES / 32

TRANSPONDERS

7 MODULATION QPSK & 8PSK

8 RUN-TIME IN EXCESS OF 3 HOURS

11.) Dual 7’’ Minimum HD-SD/SDI Rack Mount Monitor

S. No. Description Details

A. Monitor

Size & Nos. 7" x 2 HD/SD TFT LCD Monitor

Resolution 800 x 480 (15 : 9)

Viewing Angle (Typ.) +70/-70° (H) / +50/-70°(V)

Luminance (Max.) 300cd/m² (center)

Contrast Ratio 500:1

B. INPUT

HD/SD-SDI 2 nos.

HD/SD-YUV 2 nos.

HDMI 2 nos.

Composite Video 2 nos.

C. Audio In/Out Signal

Embedded Audio on SDI & HDMI

Stereo Headphone Jack 2 nos. . Should have Audio Level indicator.

D. Other

Power & Consumption DC 12V , 30 Watts consumption

36

12.) Transport Stream Analyser Sr.. Description

1

Required to be used as a portable demo set for on-site recording and analysis of transport streams, debugging of MPEG-2 equipment, etc.

General-purpose USB adapter with an independent ASI input- and output port. Should support SD-SDI input or output as an option (not required currently but should be upgradable using license ) . Should include software for analysis. Should be independent compact USB adapter based for capturing, analyzing and generating, ASI or SD-SDI digital-video streams.

13.) 45/47RU Rack

1. Dimension of the rack should be 800W X (45/47)U X 1000D (mm)

2. Basic Structure:

Frame Of sturdy 1.5mm frame section construction, consisting of multi folded rolled

hollow frame section punched in 25mm DIN pitch pattern. All profile edges are

radiuses. The corners are stiffened with welded zinc die-cast corner connectors, gland

plates in 3 parts, which are removable and interchangeable.

3. Doors

1.5mm sheet steel perforated with foamed seal polyurethane gasket square Enclosure

fitted with swivel spring load lock handles.

4. Rear Door

1.5mm sheet steel perforated door, with foamed-on seal, with 3 point locking

mechanism ergo - form handle system.

5. Roof panel:

With foamed-on seal, removable. Vented roof plate with option of having cable entry

provision from top.

6. Load Carrying Capacity:

1000KG Static Load, Seismic Rated Zone-4 Certified

7. Surface finish:

37

Sheets cleaned, degreased, phosphate, electro- Dip coat primed and electro statically

powder coated.

8. Supply Include:

Rack should includes accessories like support angles, cage nuts , fixed or cantilever

shelves , cable manager , dual power supply strip with universal sockets , earthing

strip , Front and rear perforated doors, screw fixed side panels, top and bottom

covers with cable entry, castor wheels, 4 fan with fan tray and thermostat, 5A

Universal- 2No. etc

14.) PC Server ( or Client ) for NMS management

1 Minimum Processor type 3rd Gen Intel Core i5 3470 3.2GHz/6MB

2 Chipset & Mother board Intel Q77 or Intel Q75 Express chipset supporting

Intel 2nd and 3rd generation Core

3 Cache memory 6MB L3 Cache or higher

4 Bus Architecture

Integrated Graphics HD with dedicated 512MB RAM

or Higher, 1 Full Height PCI, 1or more Full Height PCI

Express x1 and 2 PCI Full Height Express x 16.

5 Memory

Four DIMM slots; Non-ECC dual-channel upto 1600

MT/s DDR3 SDRAM,4GB Memory Expandable to 32

GB DDR3-upto 1600 MT/s

6 Network Interface card Integrated Gigabit (10/100/1000 NIC) LAN

7 Hard drive 500GB SATA 6.0-Gb/s Hard Drive (16MB Cache,

7200 RPM, NCQ, Smart IV)

8 Bays

(2) 3.5” internal drive bays supporting multiple hard

disk drives

(2) 5.25” external drive bays supporting optical disk

drives, removable hard disk drives, or 22-in-1 Secure

Digital Media Card Reader.

9 Ports

Rear I/O includes (2 or more) USB 3.0 ports, (2 or

more) USB 2.0 ports, serial port, PS/2 mouse and

keyboard ports, RJ-45 network interface, Display

Port 1.1a and VGA video interfaces, and 3.5mm audio

in/out jacks

Front I/O includes (2 or more) USB 2.0 ports, a

38

headphone output and a microphone jack

Optional : 2nd Serial port, Parallel port, eSATA port

10 DVD Drive 16x Max DVD +/- RW Drive with Dual Layer Writer

Capabilities

11 Power Supply 320W standard or 90% efficient Power supply,

ENERGY STAR 5.0 compliant, Active PFC

12 Display/Monitor 16-17 inch LED support. Monitor should be Energy

Star 5.0 compliant

13 Keyboard 104 standard keys Keyboard

14 Mouse Optical Scroll with USB interface

15 Operating System

Windows 7 Professional SP1 64bit preloaded with

media and documentation and certificate of

Authenticity or Higher

15.) 4x8 Passive Splitter for Quattro LNBF

S. No. Description Details

1 MODULE TYPE Dual L-band Passive Splitter for 4 Pol.

Colour Coded for Quattro LNBF

2 INPUT FREQUENCY RANGE 950 MHz. to 2150 MHz.

3 INPUTS 4 Polarities 4 OUTPUTS 4+4 Polarities ( mirrored ).

5 INSERTION LOSS - 4.5 dB

6 Temperature Range -10 to +55 deg C

16.) LNB Powering Unit & Amplifier

S. No. Description Details

1 Equipment Type LNB Powering Unit Serving as Headend

Amplifier offering Gain & Slope

2 Bandwidth ( Frequency ) 950 - 2150 Mhz.

3 Inputs & Outputs 4 input & 4 Amplified outputs

4 Maximum LNB Current in mA 900

5 Maximum Satellite Current in mA 2000

6 Gain per port 16 - 36 dB . Self adjusted A.B.L.A level

39

7 Slope adjustment per port 15 dB per port

8 Output Adjustable levels 101 - 121 dbuV

9 Return Loss 10 dB

10 SAT-SAT Isolation > 35dB

17.) Multi-Switch Cascadable 32output Active

S. No. Description Details

1 Equipment Type Multi-switch for Quattro LNBF per Satellite with

Active Amplification and Cascadable

2 Inputs 4Sat + 1Terr

3 Tap Outputs 32

4 Output Type Cascadable

5 Gain -5 dB to 1dB

6 Insertion Loss 5 dB

7 Switching Control 14V / 18V , 0Khz. / 22 Khz.

8 Operating Temperature -10 degC to +55 degC

9 Colour Coding Standard Quattro LNBF requirements

10 External Power Supply If required to feed the Multi-Switch

18.) MPEG-2 / MPEG-4 AVC/H.264 Encoder with CVBS input (for SD)

Sr. Description Details

1 Equipment Type Modular Encoding system with Redundant

Power Supply for SD (Standard Definition)

2 Inputs Maximum 04 inputs to keep the loss of channels

minimum in case of a card failure

3 Encoding Type MPEG-2 or MPEG-4 AVC / H.264

4 Bit Rates 0.5 to 5 Mbps for both MPEG2 / MPEG4

5 IP Output SPTS or MPTS over UDP/RTP (multicast)

6 Rate Control CBR

7 Power Supply Should be Redundant and hot swappable

8 Module Management Should support Web Management of each

module 9 Inputs to the Encoder CVBS Video & Audio

40

10 Encoding Chipset Magnum/Fujitsu

19.) MPEG-2 / MPEG-4 AVC/H.264 Encoder with HDMI input (for HD)

Sr. Description Details

1 Equipment Type Modular Encoding system with Redundant

Power Supply for HD (High Definition)

2 Inputs Maximum 04 inputs to keep the loss of channels

minimum in case of a card failure

3 Encoding Type MPEG-4 AVC / H.264

4 Encoding Chipset Magnum /Fujitsu

5 Bit Rates 1 Mbps to 10 Mbps or more for MPEG4

6 IP Output SPTS or MPTS over UDP/RTP (multicast)

7 Rate Control CBR

8 Power Supply Should be Redundant and hot swappable

9 Module Management Should support via Web Management

10 Inputs to the Encoder HDMI

11 Audio Encoded Format MP1/L2 , MP2AAC ,MP4AAC , AC3 pass

20.) IP Switch - 24 PORT ( For Management )

S. No. Description Details

1 TOTAL PORTS 24

2 TYPE LAYER 2

3 DATA CAPABILITY HIGH DATA RATE HANDLING CAPABILITY WITH

EACH PORT BEING ABLE TO HANDLE 1 GIGABIT

21.) IP Switch - 48 PORT ( For DATA handling )

S. No. Description Details

1 TOTAL PORTS 48

2 TYPE LAYER 3

41

3 DATA CAPABILITY HIGH DATA RATE HANDLING CAPABILITY WITH

EACH PORT BEING ABLE TO HANDLE 1 GIGABIT

PART-B : LOGGING (LOGGER HARDWARE SERVER SPECIFICATIONS & SOFTWARE

FEATURE)

(I.) Logger Server

Sr. Item Specifications

1 Chassis Rack/ Blade Mountable

2 CPU Dual Intel Xeon 5115 (Gold) or better

3 Memory 32 GB or better

4 Hard disk drive a. 240GB SSD for OS b. 5 x 4TB Enterprise SATA Hard-Disks in RAID 5 (Hot-

Swappable)

5 Controller PCIe based Raid Controller with RAID 0/1/1+0/5/5+0

6 Networking features 4 x 1Gb network ports

7 Ports IPMI Port for remote management

8 SMPS Dual Redundant Hot-Swappable SMPS

9

Work function Module

All servers has to be in High availability mode so failure of

one server will not create any impact in Capturing system

Capture server solution should deliver zero data loss

prevention. All TV feeds will be recorded at 512 Kbps and 1

CIF resolution

System Integrator (S.I.) has to quote licenses OS along with

server with 3 Yrs support

(II.) Processing Servers / Web Servers

Sr. Item Specifications

1 Chassis Rack/ Blade Mountable

2 CPU Dual Intel Xeon 5115 (Gold) or better

3 Memory 32 GB or better

4 Hard disk drive a. 240GB SSD for OS b. 3 x 4TB Enterprise SATA Hard-Disks in RAID 5 (Hot-

Swappable)

5 Controller PCIe based Raid Controller with RAID 0/1/1+0/5/5+0

42

6

Networking features 2 x 1Gb network ports

7 Ports IPMI Port for remote management

8 SMPS Dual Redundant Hot-Swappable SMPS

9

Work function Module

All servers has to be in High Availability mode so failure of one

server will not create any impact in Capturing system Capture

server solution should deliver zero data loss prevention. Total

should support up to 300 users in parallel. System Integrator

(S.I.) has to quote compatible licenses Windows OS along with

server with 3 Yrs support

LOGGER SOFTWARE FEATURES

The System should contain following Features:

S. No. Description Features

1 Capable of supporting up to

300 number of TV Channels

in future

The Software should be able to handle up to 150

DTH TV Channels (36HD and 114SD) which will

increase to 300 DTH TV Channels in due course of

time. Hence, system should be scalable

2 Monitoring on 24 x 7x 365

basis

1. The Monitoring of content should be possible on 24 x 7 x 365 basis. The system

should be able to work non-stop all the year.

2. The Monitoring should be possible on both live as well as recorded content.

3 Input Format

All TV channels will be input to the proposed system

via Transport Stream (T/S) Internet Protocol (IP).

4 Retention

All recorded files will be retained at 512 Kbps for TV

for a period of 90 days.

5 Multi Channel and Multi user

Support

The System should provide Instant-Real Time Access of the broadcast Content. The system Software should support the combination of unlimited number of real-time channels that can be accessed live or from archived data. This data

43

(live/archived) should be available to any number of simultaneous concurrent users.

The System software should be able to interface seamlessly compliant to a TCP/IP network

Users should be able to interact with the system from any PC via a common high speed IP network.

The software should be able to cater multiple users logging and Monitoring at same time.

6 Automated Process of Log,

Search, Track, Monitor and

Reporting :

The Monitoring System should continuously capture, encode, analyze and store live video streams in an automatically –maintained storage system containing 90 days of recorded audio/video.

7 User Friendly Interface:

The System should provide the most user friendly and intuitive user interface which is easy to

understand and can be used by both Technical and

Non-technical staff.

8

Editing and Storage of

Recordings Inbuilt Clip

Editor

The System Software should support Editing on

selected clips (Metadata)

Clip Creation

The System Software should have a clip creation tool

that allows users to monitor and save multiple clips,

from multiple stations, in organized clip lists with notes and description.

The System shall support exporting selected

44

clips/segments of recordings to external storage

(e.g. hard disk of user’s PC, DVD, flash drive, etc.).

Created clips can be shared or Private.

Allow for export of entire programmes as media

files in a range of formats. Ability to add any other

format when needed, even not in the list.

Supported Video Formats / Codecs

MPEG4 (H.264, VP8), MPEG2-TS (MPEG2, MPEG1, H.264), 3GP (H.264, VP8, H.263, MPEG4), MOV (H.264), WMV (VC1, WMV v8, WMV v9), MPEG2 (MPEG2), AVI (DivX, Xvid, MPEG4, H.264), FLV, SWF, SVCD, VCD, DIVXDVP, DVD.

Supported Audio Formats / Codecs

AAC, MP3, AMR, FLAC, DVP , MMF, MPEG2, OGG,

WAV, WMA.

While export (extract), the user should be given an

option to export with overlay or without, option to

export with or without a thumbnail picture (still

photo) for the clip and/or for any segment of the

clip and with or without metadata.

Ability to define export profile: bitrate, frame size,

format, destination

Allow sending a clip by mail or save as file

45

Allow to create clips that are frame accurate, so no

frames will be removed in the exported clip.

9 Front-End User Interface

The System shall be fully web-based such that its

front-end user interface is graphical and accessible

using common Internet browser.

10 Playback of Recordings

The System shall support fast decoding and

recording of broadcasts such that TV recordings can

be played back with no more than 30 seconds of

delay in comparison with the real-time broadcasts

off the air/ cables.

The System shall support displaying the recording

date and time (in the format of dd.mm.yyyy

hh:mm:ss) on the screen during playback of the

recording.

The System shall support smooth fast forward and

backward playback of the recordings

The System shall support viewing/ listening to

playback of up to 16 distinct video/ audio

recordings simultaneously for comparison or

monitoring.

The System shall support playback of recordings/

excerpts stored in the System using streaming

technology such that the video/audio can be played

from the beginning or any position immediately (or

with a short delay) without the need of

downloading the entire or a significant portion of

the video/audio to the computer memory in the first

place.

11 Database for Metadata

The System Software should manage a database for metadata with Clockwise File scheduling.

46

12 Date and time Stamping on

Clips

The System Software should automatically inserts date and time stamp for all the metadata that is entered manually or system generated. This makes the data hyperlinked into audio and video allowing the user to zero in on the specific moment in time and giving the user a comprehensive context.

13 Do-no-delete flagging

The system software should support Do-not-delete flagging of user selected portions of the recordings. These portions should not get deleted even after the purge date set in the system, and should remain in the storage forever or until removed manually.

14 Backup

The proposed solution should be with sufficient

backup to ensure that no recordings are lost even if

a minimum of one server goes down. The backup

switching should be automatic, with automatic

restoration when the faulty server is back online.

15 Keyword Search Capability

A powerful keyword search feature should be available to quickly find any content on the stored metadata.

16 Audio/Video Finger Printing

The System Software should have capability to fingerprint and track content on Audio Signature.

17 Content Detection

Ability to detect repetitive clips: ads, promos,

election campaigns etc.

Ability to detect shorter version of the same

content, like same advertisement, shorter version.

Ability to detect content by audio finger printing. Content detection accuracy must be above 90%. The software should able to detect the clips from 90 days recording also. The report format will be

47

customized as per EMMC requirement. 18 Media Extraction

Users can extract video segments or still photos files for sharing and presentation.

19 Search Facility

Search Engine should be highly powerful, fast,

scalable and User friendly.

The Users can access any channel of the installed loggers over common TCP-IP network for searching and viewing of any content based on several parameters like date, time, and channel index etc. The offered system should have powerful search facility and should be user configurable.

The software should automatically import as-run

logs on a daily basis, providing users with a

searchable and sort able list of content.

Inbuilt Search Engine to search Metadata

The search option should include search by

key words, broadcast media type, Channel, date, programme, etc.

The Monitoring Software should be able to automatically detect repetitive clips such as ads, promos, election campaign ads with spot duration, ad run before/after, ads played, ads dropped etc.

20 Automated Report

Generation

The System Software should have inbuilt features of

generating formal report of the written comment,

Annotation or story for a particular video clip along

with the time & date on daily, weekly and monthly

basis. The System Software should also

automatically import as EPG on daily basis; Extract

the EPG automatically from the IP (including

searching and sorting).

21 Fault Alerts

The System software should provide fault Alerts

through Email, Visual and Audioble alerts.

22 Scalability The system software should be Extremely Scalable

keeping in view of future expansion of system setup

for monitoring of up to 300 TV DTH channels The

system should be expandable to add additional

48

channels without major downtime or re-

engineering.

23 Multiple Views

The System Software should support multiple views of multiple channels, including full screen, split-screen, mesh etc

24 System Health Monitoring

The System Software should have the ability to monitor, log and automatically send alerts for any of the following signal quality irregularities immediately

1. Loss of video, static video, or black video 2. Loss of audio or audio level below acceptable

audio level range

25 System Security

Administrator shall be defining rights for

accessing software, creating user accounts, etc. Provide methods for authenticated users.

26 Synchronization All the servers should be synchronized automatically with GUI server timing.

PART C: STORAGE & DISTRIBUTION

S.No. Features Minimum Requirements

1

Operating System & Clustering Support

1. The storage array should support industry-leading Operating System platforms including: Windows 2012 / 2016, HPE-UX, VMware and Linux. 2. Offered Storage Shall support all above operating systems in Clustering.

2

Capacity & Scalability

1. The Storage Array shall be offered with 200TB RAW Capacity using 8 TB drives. 2. For effective power saving and utilization, Storage subystem shall also support 2.5" Small form factor SFF drives. 3. Storage shall be scalable to minimum of 90 number of SAS LFF drives.

3 Front-end Ports

1. Offered Storage system shall be supplied with minimum of Dual 16Gbps FC ports and Dual 10Gbps

49

ISCSI ports per controller. 2. Offered storage shall have flexibility to use all above ports either as FC or ISCSI by replacing the requisite SFP. Vendors shall provide the additional SFP accordingly. In case, vendor doesn’t support this feature, then every controller shall be populated upfront with 4 x 16Gbps FC ports and 4 x 10Gbps ISCSI ports.

4 Architecture

The storage array should support dual, redundant, hot-pluggable, active-active array controllers for high performance and reliability

5 No Single point of Failure

Offered Storage Array shall be configurable in a No Single Point of Failure including Array Controller card, Cache memory, FAN, Power supply etc.

6

Disk Drive Support

1. Storage system shall also support maximum of 2.4TB Enterprise SAS Drives, 3.2TB SSD and 12TB near line SAS drives. 2. Offered storage array shall also have support for self-encrypted SAS and near line SAS drives.

7

Cache

1. Offered Storage Array shall be given with Minimum of 8GB cache per controller in a single unit. 2. Cache shall be backed up in case of power failure for indefinite time either using batteries or capacitors or any other equivalent technology. 3. Offered Storage shall also have optional support for Flash cache using SSD / Flash drives. Offered storage shall support at-least 8TB Flash Cache.

8

Raid Support

1. Offered Storage Subsystem shall support Raid 0, 1 , 1+0 , 5 and Raid 6 2. All Raid Sets shall support thin provisioning. Vendor shall offer the license of thin provisioning for complete supported capacity of the array. 3. Thin provisioning shall be supported with Flash Cache.

9

Point in time and clone copy

1. Offered Storage array shall be configured with array based Snapshot and clone functionality and shall be configured for minimum of 512 snapshot licenses. 2. Offered Storage array shall support at-least 512 point in time copies (Snapshots) and 128 Clone copies

10 Replication

1. Offered storage subsystem shall support storage based replication to DR location. License for maximum supported capacity of the array shall be

50

offered. 2. Offered storage subsystem shall support replication to multiple storage array of the same family in fan-out mode. At least 1:4 mode shall be supported.

11

Virtualization and Thin provisioning

1. Offered storage shall be offered and configured with virtualization capability so that a given volume can be striped across all spindles of given drive type within a given disk pool. Disk pool shall support all listed raid sets of Raid 1, Raid 5 and Raid 6. 2. Offered Storage shall be offered and configured with Thin Provisioning capability.

12

Data Tiering

Offered Storage shall also be configured for Sub-Lun Data tiering in real time fashion across different type of drives within a given pool like SSD, SAS, NL-SAS etc. License shall be configured for maximum supported capacity of the array.

13

Global and dedicated Hot Spare

1. Offered Storage Array shall support Global hot Spare for offered Disk drives. 2. Atleast 2 Global hot spare drive shall be configured for every 30 drives. 3. Storage subsystem shall also have the flexibility to assign dedicated spare for raid sets.

14

Logical Volume & Performance

1. Storage Subsystem shall support minimum of 512 Logical Units. Storage Array shall also support creation of more than 100TB volume at controller level. 2. Offered Storage shall have inbuilt performance management software. Configuration Dashboard shall show overall IOPS and MB/sec performance.

15

Load Balancing & Muti-path

1. Multi-path and load balancing software shall be provided, if vendor does not support MPIO functionlity of Operating system.

PART D: Comprehensive Annual Maintenance Contract (CAMC)

The Bidder should quote the Comprehensive Annual Maintenance Contract (CAMC) charges, keeping in mind the technological change and the costing of spare parts of the equipment/ items.

51

SECTION III

ENCLOSURES

CONTENT

A. VENDOR INFORMATION FORMAT

B. CUSTOMER REFERENCE FORMAT

C. CHECK LIST

52

APPENDIX- 3 A. VENDOR INFORMATION

Short Responses can be placed within the cells provided in the tables below. Additional Information can be attached as appendices, but should be explicitly referenced from within the appropriate cells.

VENDOR INFORMATION FORM

GENERAL INFORMATION

Vendor Name

Corporate Office

Address

Web

E-mail

Telephone/Mobile

Fax

COMMERCIAL INFORMATION

PAN No.

GST

Annual Turnover(In Cr) FY 2016-17:

FY 2015-16:

FY 2014-15:

PRIMARY VENDOR CONTACT OR SALES REPRESENTATIVE

Name and Title

Address

E-mail

Telephone/Mobile

Fax

53

PERSON(S) AUTHORIZED TO NEGOTIATE AND MAKE COMMITMENT FOR VENDOR

Name and Title

Address

E-mail

Telephone

Fax

DESIGNATED TECHNICAL CONTACT FOR RESPONSE CLARIFICATION AND QUESTIONS

Name and Title

Address

E-mail

Telephone

Fax

INFORMATION ITEM

VENDOR RESPONSE

1. Date your company was incorporated

2. Number of people employed by your company and how many are in the following areas: -Pre-Sales and Marketing -Research and Development -Post-Sales Support -Technical Support -Training and Consulting -Management -other

3. Company’s sales revenues for the last three fiscal years.

54

4. Number of implementations

conducted for customers in the last three fiscal years. Group these implementations by numbers of end-users, dollar cost of engagements, and scope of engagements.

5. Indicate your agreement not to share the contents of this RFP with any other organization, including potential subcontractors, without written permission from the RFP coordinator.

6. Optionally, provide any additional background information about your company that the BECIL would find useful in its deliberations.

B. CUSTOMERS REFERENCES:

Provide at least three references with comparable network size and complexity for whom you have provided similar implementation and / or integration services . Please use this format for your response. ITEM VENDOR RESPONSE REFERENCE 1 Company / Institution Name Address Scope of Project Dates of Engagement Contact Name and Title E-mail Telephone

REFERENCE 2

Company / Institution Name Address Scope of Project Dates of Engagement Contact Name and Title E-mail Telephone

REFERENCE 3

Company / Institution Name

55

Address

Scope of Project

Dates of Engagement

Contact Name and Title

E-mail

Telephone

56

Appendix-4

PERFORMANCE BANK GUARANTEE FORMAT

(on Rs 100 Non Judicial Stamp Paper)

No……………………………. Dated:……………….

The Chairman & Managing Director,

Broadcast Engineering Consultants India Limited,

14-B, I.P.Estate, Ring Road,

New Delhi

1. Against purchase order no. ___________________________________________ dated __________ for ___________________________________ (hereinafter called the said contract) entered into between Broadcast Engineering Consultants India Ltd. (BECIL), 14-B, Ring Road, I.P. Estate, New Delhi ( herewith called the Purchaser) and _________________________________________________(hereinafter called the supplier), this is to certify that at the request of the supplier we ______________________________________ (hereinafter referred to as the Bank), do as primary obligor and not merely as surety, hereby irrevocably unconditionally and absolutely undertake against any loss or damage caused to or suffered or would be caused to or suffered by the Purchaser by reason of any failure of the supplier to perform or omission or negligence to perform any part of his/their obligation, viz. the performance of the contract till warranty period, to the satisfaction of the purchaser in term of the contract.

2. We ____________________________________________________ do hereby undertake to pay the amount due and payable under this guarantee without any demur merely on a demand from the Purchaser stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the Purchaser by reason of any breach by the said supplier (s) or any of the terms and conditions contained in the said contract or by reason of the supplier(s) failure or omission or negligence to perform the said contract till warranty period or any part thereof. Any such damage made on the bank shall be conclusive as regards the amount due and payable by the bank upon this guarantee, which shall not be considered as satisfied by any intermediate payment or satisfaction of any part of or obligation hereunder. However, our liability under this guarantee shall be restricted to an amount not exceeding ___________________

57

3. We undertake to pay to the Purchaser any amount so demanded by the Purchaser, notwithstanding:

(i) Any dispute or difference between the Purchaser or the supplier or any other person or between the supplier or any person or any suit or proceeding pending before any court or tribunal or arbitrator relating thereto, or

(ii) The invalidity, irregularity or unenforceability of the contract or

(iii) Any other circumstances which might otherwise constitute discharge of this guarantee including any act or omission or commission on the part of the Purchaser to enforce the obligation by the Purchaser or any other person for any reason whatsoever.

4. We ____________________________________________________ further agree that the Guarantee herein contained shall be contained one and remain in full force and effect during the period that would be taken for the performance of the said agreement till warranty period and that it shall continue to be enforceable till all the dues of the Purchaser under or by virtue of the said agreement till warranty period have been fully paid and its claims satisfied or discharged or till BECIL certifies that the terms and conditions of the said agreement till warranty period have been fully and properly carried out by the said supplier and accordingly discharge this guarantee.

5. We ____________________________________________________________hereby agree and undertake that any claim which the bank may have against the supplier shall be subject and subordinate to the prior payment and performance in full of all the obligations of the bank hereunder and the Bank will not, without prior written consent of the Purchaser, exercise any legal rights or remedies of any kind in respect of any such payment or performance so long as the obligations of the Bank hereunder remaining owing and outstanding regardless of the insolvency liquidation or bankruptcy of the supplier or otherwise howsoever. We will not counter claim or set off against its liabilities to the Purchaser with it.

6. We ____________________________________________________________ further agree with Purchaser that the Purchaser shall have the fullest liberty without or consent and without effecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said suppliers from time to time or to postpone from any time or from time to time and of powers exercisable by the Purchaser against the said suppliers and forbearor enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said suppliers or for any forbearance, act or omission on the part of the Purchaser or any indulgence by the Purchaser to the said suppliers or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us.

58

7. This guarantee will not be discharged due to the change in the constitution of the Bank or the supplier

8. We ______________________________________________________- lastly undertake not to revoke this guarantee during its currency except with the previous consent of the Purchaser in writing.

9. Not withstanding anything contained herein above.

i. Our liability under this guarantee shall not exceed ______________________________________) ii. This guarantee shall be valid up to and including ___________________; and

iii. We are liable to pay the guaranteed amount or any part there of under this Bank Guarantee only and only if you have served upon us a written claim of demand on or before expiry of this guarantee.

Dated the……… ……………………..date of……………………………..

59

Appendix-5

MANUFACTURER AUTHORISATION FORMAT (On manufacturer’s letterhead)

Date:

To,

The Chairman & Managing Director,

Broadcast Engineering Consultants India Limited,

14-B, I.P.Estate, Ring Road,

New Delhi

Subject: Manufacturer authorisation towards tender no. _________ for Supply, Installation, Testing and Commissioning (SITC)of RF Downlink, Logging and Media monitoring set up for 150 DTH TV channel at Electronic Media Monitoring Centre (EMMC) at Soochna Bhawan, New Delhi.

Dear Sir,

We, M/s ______________ (Name of the manufacturer) having registered office at ________________ (address of the manufacturer) by virtue of being manufacturer for ________________ (Name of the product/s), hereby authorise M/s _________ (Name of the bidder) having their office at ____________ (Address of bidder) to submit quote, negotiate, supply, install and provide after sales support for our range of products quoted by them to meet the above mentioned tender requirements.

M/s _____________ (Name of the manufacturer) within the scope of requirement as per the tender mentioned above through its authorised partner M/s ______________ (Name of the bidder) shall provide support & product warranty services form the date of installation and commissioning.

The undersigned is authorised to issue such authorisation on behalf of M/s ______________ (Name of the manufacturer).

For M/s _________ (Name of the manufacturer)

Signature & company seal

Name

Designation

Email

Mobile No.

60

Appendix-6

FORMAT FOR BLACKLISTING UNDERTAKING

(On Rs. 100 non-judicial stamp paper)

Date:

To,

The Chairman & Managing Director,

Broadcast Engineering Consultants India Limited,

14-B, I.P.Estate, Ring Road,

Subject: Undertaking for Black listing.

Tender Ref No. ____________________________

This undertaking is in reference to the above mentioned tender for Supply, Installation, Testing and Commissioning (SITC)of RF Downlink, Logging and Media monitoring set up for 150 DTH TV channel at Electronic Media Monitoring Centre (EMMC) at Soochna Bhawan, New Delhi.

In this regard, we, M/s ______________ (Name of the Bidder) having registered office at ________________ (address of the Bidder) hereby certify that we have not been debarred/black-listed by any central/state Government Agency.

For M/s _________ (Name of the Bidder)

Signature & company seal

Name

Designation

Email

Mobile No.

61

Appendix-7

TENTATIVE LIST OF BUYBACK MATERIAL

A. LIST OF BUYBACK MATERIAL AT EMMC, SOOCHNA BHAWAN, NEW DELHI

Computers-Desktop, Loggers, Monitors and Miscellaneous Items

S.NO Items Details Quantity (no.) 1 HP DX 2480 CPU 57

2 HP DC 7900 CPU 16

3 DELL Optiplex CPU 2

4 HP 3330 MT CPU and HP 3330 SSF CPU 57

5 HP L1710 Monitor + HP Compaq LE1711 Monitor + Dell + Samsung

73

6 A/V Loggers 03

7 Executive Chairs (Standard and high back) 95

8 Wooden Tables 6’x3’ with glass 03

9 Daikin make Tower A/Cs (Indoor & Outdoor) 05

10 Split type A/C (Indoor units) (Voltas-5, Daikin-11, General-21, Kelvinator-1, Azure-1, Hitachi-1)

40

11 Split type A/C (Outdoor units) (Voltas-3, Daikin-11, General-21, Kelvinator-1, Azure-1, Hitachi-1)

38

12 UPS 37

B. LIST OF BUYBACK MATERIAL AT BECIL, ITO OFFICE, NEW DELHI

Dish Antenna Details

Sr. No.

Item Details Quantity (no.)

1 12 Feet Dish (Lightweight) 4

2 Space link Dish(120 cm) 4

3 Videocon (120 cm) 1

4 Sun Direct (120 cm) 1

5 60 Cm dishes 10

UPS, Panel & Battery Details

Sr. No.

Item Details Quantity

1 APC Scheinder LTD-60 KVA 1+1

2 APC Scheinder LTD-40 KVA 1+1

3 UPS Panel 1

62

4 Isolation Transformer bypass Panel 1

5 Battery Bank (2 Nos.) 2 Sets

6 UPS Panel(2X 40 KVA) 1

Loggers, Servers , Amplifier, Splitter, Network Switch & Storage Details

Sr. No.

Item Details Quantity

1 A/V Loggers 43+42+6+4

2 Ethernet Sitch (48 Port) 3+3

3 Ethernet Sitch (24 Port) 1

4 Cisco Switch 1

5 Logger Server/ Data Base Server 5

6 KVM Switch 3+2

7 IBM Switch (16*4 Video/Balanced Audio Matrix) 1

8 EMC Clarion Storage (CX3/CX4)120 TB/150 TB 2

9 Fracarro SWI3916S9in-16 Out 10

10 Quintec Active L Band Splitter 1*8 4

11 Quintec Active L Band Splitter 1*16 12

12 Video Audio Distribution Amplifier 27

13 1 32'' LCD 1

14 CRT Monitor 2

15 Barco System (NGP-001), ( NGP-164), (NGP-105) 1+1+1

16 4 Way Spliter 6

17 8 Way Spliter 3

18 Multiframe 7800FR Everz 5

19 Evertz Multiviewer VIP (7767VIP12SN) 3

20 Evertz RF Act Spl-4 Way (7703DA4) 6

21 Evertz RF Act Spl-8 Way (7703DA8) 19

22 42 RU Racks 10+11+1

23 RF Router 1

63

Appendix-8

SITE SURVEY CERTIFICATE

(On Company Letter Head) To , date:______ The Chairman & Managing Director Broadcast Engineering Consultants India Ltd. BECIL Bhavan , Noida. UP

Subject : Certificate post Site Survey at Soochna Bhavan Roof Top for RF & Logging of 150 Channel DTH for Tender No. xxxxxxxxxxxx dated xxxxxxxxx

Dear Sir

As per Tender clause in the above mentioned Tender , I have undertaken a Site Visit to EMMC Site

at Soochna Bhawan , Lodhi Road , New Delhi . Our company nominated technical person has

undertaken the below:

1. Checked the location & space of Dish Farm for installation of up to 09 nos. of 120 cm dish antenna.

2. Checked the Line of sight for all the Indian DTH operators .

3. Checked the methodology of Civil Foundation for the 120 cm dish antenna

4. Noted the Cable Routing from the Rooftop to the Headend Control Room

5. Noted the Rack Space Area in the Headend Control Room.

6. Checked all the items/equipment/material to be taken under BuyBack

All the details pertaining to the above points have been clarified to us .

I also confirm that the above are clearly understood by us and the site is found to be good to

proceed for the work as detailed in the tender document.

Thanking You , Yours truly , For xxxxxxxxxxxxxxxx

Authorised Signatory

______________________________________________________________________

Signed by BECIL nominated personnel :

64

Appendix-9

BANK GUARANTEE FOR SUBMIT EARNEST MONEY

Bank Guarantee No. ----------------

Ref.

To

Broadcast Engineering Consultants India Limited

14B IP Estate , Ring Road

New Delhi.

Dear Sir,

Whereas The Broadcast Engineering Consultants India Limited, New Delhi (hereinafter called

the “tenderer/Purchaser’) include all its successors, administrators, executors and assignees has

invited bids dated ……… for __________________________ vide Tender reference No.

…………………

KNOW ALL MEN by these presents that We M/s _________________________( hereinafter

called the "Bidder" ) and include alt its successors, administrators executors and assignees

having Head Office/ Registered office at ____________________________ have submitted a

quotation Reference No. _______________ and Bidder having agree to furnish as a conditions

precedent for participation in tender as unconditional and irrevocable bank guarantee of Rs

_____________ (Rupees ______________________only) for the due performance of Bidder’s

obligations as contained in the terms of the Notice inviting tender and other terms and

conditions contained in the tender Documents supplied by the BECIL specially :

The Conditions of obligations are-

65

i) If the Bidder withdraws or amends, impairs or derogates from the Bid in any respect within the period of validity of this tender.

ii) If the Bidder having been notified of the acceptance of his tender by the Buyer during the period of its validity.

a) If the Bidder fails to furnish the Performance Security for the due performance of the contract.

b) Fails or refuses to accept/execute the contract.

2. Therefore, we ___________________________ (indicate the name of Bank) under the laws

of ________________________ having head/registered office at (hereinafter referred to as

the "Bank") which expression shall, unless repugnant to the context or BECIL thereof,

include all its successors, administrators and executors hereby issue irrevocable and

unconditional bank guarantee and undertake to pay immediately on first demand in writing

Rupees all money to the extent of Rs _________________ (Rupees

_____________________ only) at any time immediately on such demand without any

demur, reservations, recourse, contest or protest and/ or without any reference to the Bidder

and any such demand made by the BECIL on the bank shall be conclusive and binding

notwithstanding any difference between the BECIL and the Bidder or any dispute pending

before any court/arbitrator or any other matter whatsoever. We also agree to give that

Guarantee herein the BECIL in writing. This guarantee shall not be

determined/discharged/affected by the liquidation, winding up, dissolution or insolvency of

the Bidder and will remain valid, binding and operative against the bank.

3) We _________________ (Bank name) further agree that this guarantee shall not be affected

by any change in our constitution, in the constitution of the BECIL or that of the Bidder. We

_______________________Bank name) also undertake not to revoke, in any case, this

Guarantee during its currency.

4) The bank agree with the BECIL that the BECIL shall have the fullest liberty without

our consent and without affecting in any manner our obligations hereunder to vary any

of the terms of the tender or get extension of the validity period from time to time. We

shall not be relieved from our liability by reason of any such variation or extension of

the validity period or for any forbearance, act of omission and commission on the part

66

of the BECIL or any indulgence shown by the BECIL to the said Bidder or by any such

matter or thing whatsoever which under the law relating to sureties, would, but for this

provision, have the effect of so relieving us.

5) This guarantee will remain in force upto ________________ and any demand in respect

thereof should reach the Bank not later than __________.

6) Not withstanding anything contained herein above.

(i) Our liability under this guarantee shall not exceed Rs. ________________/- (Rupees ________________ Only)

(ii) This Guarantee shall be valid up to and including ______________ and

(iii) We are liable to pay the guaranteed amount or any part there of under this Bank Guarantee only and only if you have served upon us a written claim of demand on or before expiry of this guarantee i.e. __________, .

Dated the day _________(year)

67

C. CHECK LIST

Please ensure that following documents have been enclosed alongwith the bid proposal.

1. Fee of Rs. 5,000/- for tender document in the form of bank draft for tender documents downloaded from site.

2. Bank draft/ Bank Guarantee(BG) for Rs. Twelve lakhs towards Earnest money deposit.

3. Documentary proof along with the completion certificate of the project executed

successfully related to installation & commissioning of setup in last three years.

4. The bidder should be registered under Indian Company Act 2013 / LLP Act. A copy of registration should be submitted.

5. The copy of certificate of incorporation, PAN No., GST should be enclosed.

6. Letter of Authorization from OEM authorizing the bidder to quote the product ensuring installation / configuration and after sales support after project execution.

7. A point by point full compliance statement in respect to all parameters related to the concerned equipments/items from the respective principle manufacturers (OEM) should be submitted in the prescribed format given at Table 1.

8. A separate point by point compliance statement duly signed by bidder in respect to all points laid down in the specifications for all the equipment/item(s) must be submitted.

9. A copy of the latest / last annual report of the company.

10. List with details (including name of client /channel) of similar work executed in India and abroad, products / services used and approximate value of the project in chronological order.

11. Particulars of the partners or related / inter-linked company in India for sales, installation / commissioning and support (for principals/OEM) OR, principals with whom you have a tie-up (in the case of integrators).

12. Separate list of items recommended by bidders, which in the opinion of the bidder have

been left out.

13. Detailed bill of material duly filled in giving the offered material / equipment etc strictly as per the bill of material included in the tender document.

14. Full technical details of the offered equipment.

15. BOM must be strictly quoted as per serial No./Heading/Subheading given in RFP

16. Schematic work flow diagram and Block Diagram must be provided

68

17. Duly signed and stamped compliance statement item wise with respect to technical specifications highlighting deviation, if any.

18. The financial bid shall contain exactly similar offered bill of material included in the

technical bid but with full details on the rates, total cost.

19. The tender has to be addressed to

The Chairman & Managing Director Broadcast Engineering Consultants India Ltd, C-56 A/17, Sector -62, Noida 201 307 Tel: 0120-4177850 Fax: 0120-4177879