request for proposal (rfp) · forwarding, transportation, transit insurance, local taxes, customs,...
TRANSCRIPT
Page 1 of 62
REQUEST FOR PROPOSAL (RFP)
SUPPLY, INSTALLATION, TESTING, COMMISSIONING OF TV & FM CONTENT AND
ADVERTISEMENT TRACKING, MONITORING, VERIFICATION AND LOGGING SYSTEM
FOR
Directorate of Public Relation (DPR), Government of Chhattisgarh, Chotapara,
Raipur, Chhattisgarh
AT
Chhattisgarh Samvad,
Sector-19, Captial Complex Area,
Naya Raipur, Chhattisgarh.
(Behind NRDA Building)
Ref No: BECIL / DPR / CTGD / TV & FM / M & L /102/2016-17
Dated: 30th Jan 2017
Broadcast Engineering Consultants India Limited
(A Government of India Enterprise)
(A Mini Ratna Company)
#7, Ranka Villas, Bilekahalli, Off Bannerghatta road, Bangalore, 560076,Tel/fax:080-26685853,[email protected]
Corporate office: BECIL Bhavan, 56-A/17, Block-C, Sector-62, Noida-201301 www.becil.com
Page 2 of 62
Request for proposal (RFP)
Title of the RFP work: SITC of TV and FM Channels Content and Advertisement
Tracking, Monitoring, Verification and Logging Setup for DPR,
Raipur, Chhattisgarh.
TABLE OF CONTENTS
SL Details Page
1.0 General terms and conditions
1.1. About BECIL 3
1.2. Background and brief on the current scope of the project 3
1.3. RFP Schedule and critical Dates 4
1.4. Procedure for submission of bids and terms and conditions 5
1.5. Eligibility criteria 8
1.6. Terms and conditions 9
1.7. Proposal response format 16
1.8. Method of evaluation and award 18
2.0 Technical details of the project.
2.1. Plan layout of the TV and internet studio 20
2.2. Bill of Materials -Un-priced commercial bid 22
2.3. Technical System Requirements for Logger hardware and software part
32
3.0 Prescribed formats for bid submission
3.1 Format for providing general information of the bidder. 38
3.2 Format for providing details of works/services of similar nature
carried out by the bidder during the last 5 years. 39
3.3 Format for providing details of the on-going projects. 40
3.4 Format for providing details on annual turnover statement. 41
3.5 Format for submission of EMD in the form of bank guarantee 42
3.6 Format for submission of Performance Bank Guarantee (PBG) 43
3.7
Compliance statement for providing TV and FM Channels
monitoring and logging facility with allied technical infrastructure facilities.
44
3.8 Price bid format 53
3.9 Format for AMC charges 62
Page 3 of 62
General terms and conditions
1. General.
1.1. About BECIL: BECIL is established by Ministry of Information and Broadcasting,
Government of India in the year 1995 to provide consultancy and project execution
services in Acoustics, Radio, Television and Satellite broadcasting sectors. BECIL is
a company wholly owned by Government of India and is accorded with Mini Ratna
status for its consistent performance. Also, BECIL has ISO 9001-2008 certification
for their processes on consultancy services and turnkey solutions in these sectors.
Over the years, BECIL has successfully provided consultancy and project execution
services for number of prestigious projects in Government and private sectors and
has been recognized by the industry as one of the leading companies in this sector.
For details, please visit www.becil.com
1.2. Background and brief on the current scope of the project: BECIL has been
engaged as a agency by DPR,GOC for setting up of facility for content of FM & TV
channel storing and Compliance Logging, Monitoring, Ad tracking, verification &
report generation along with allied facilities on turnkey basis with Operations &
Maintenance for one year at Chhattisgarh Samvad, Chhattisgarh.
Department of Public Relations, Government of Chhattisgarh proposes to establish
multi-channel satellite TV and terrestrial FM content logger facility as part of
exercising its responsibilities towards maintaining public order on the content
broadcast by the selected private TV channels of the State. The proposal is for
establishing a real time TV monitoring system to enable private TV broadcaster’s
signals to be captured, archived, manually tag the selected media clip with
appropriate legend for search, retrieval and transfer at a later stage for posterity.
Page 4 of 62
1.3 RFP schedule and critical dates: RFP schedule is as follows:
Issue of RFP notification 30th Jan 2017
Site visit on prior notice Before 10th Feb 2017
Date and Time for Pre-bid
meeting
15th Feb 2017 at 11.00 AM
Broadcast Engineering Consultants India Ltd, (a Government of India enterprise) A#7, Ranka Villa, Opposite to Ranka Colony, Bilekahalli, Off Bannerghatta main Road, Bangalore, 560076 Contact: +91-80-26685853
Submission of proposals 28th Feb 2017 at 11.00 AM
Opening of Technical Bids 28th Feb 2017 at 11.30 AM
Opening of Financial Bids Will be informed
Project Site address:-
Chhattisgarh Samvad,
Sector-19, Captial Complex Area,
Naya Raipur, Chhattisgarh.
(Behind NRDA Building)
Engineering In Charge: Mr. Chandan Kumar, AM-BECIL.
Mob:07566621021, email:[email protected]
Page 5 of 62
1.4 Procedure for submission of bids and terms and conditions:
1.4.1. Bidders are required to go through the RFP document carefully and seek details
and clarification from the tenderers in case doubt. The tender is for turn-key
comprehensive and optimum solution i.e SITC of TV and FM Channels Content
& Advertisement Tracking, Monitoring, Verification and Logging Setup for
DPR, Raipur, Chhattisgarh. It will also include warranty for the first year on
all the works executed from the date of commissioning of the project.
1.4.2. The proposals are to be submitted on Two Bid basis with separate Technical (Part
– I) and Financial Bids (Part – II) sealed in separate envelopes clearly marked on
the respective envelopes and then submitted in a sealed cover clearly marked bids
for SITC of TV and FM Channels Content & Advertisement Tracking,
Monitoring, Verification and Logging Setup for DPR, Raipur, Chhattisgarh.
The EMD and tender fees for the tender to be enclosed ONLY along with the
Technical Bid.
1.4.3. All bidders will adhere to following sequence of documents in the submission of
their technical bid.
a. Covering letter.
b. Instrument of Earnest money deposit.
c. Un-priced commercial bid.
d. All documents in the prescribe format provided in section 3.
e. Company registration certificate/ISO certificate or any such additional
documents to establish the credibility of the bidders.
f. Technical data sheets of all the offered equipment and services.
g. Compliance statement as indicated in the section 3.7 of this RFP
h. Each page of the technical and commercial bid document should be properly
indexed, paginated, stamped, ink signed by the competent authority. The
entire document should be firmly bound, sealed and submitted.
1.4.4. The financial bid should be submitted in the exactly same format as
prescribed in section 2.3 of RFP of this document. If the bidder envisages
additional items are required for over and above the suggested one for providing
the solution as envisaged by BECIL, they are at liberty to provide additional items
Page 6 of 62
over and above the one mentioned in the document. However, while deciding the
lowest bid, the entire offer will be considered.
1.4.5. Bid responses must be addressed and submitted at the following address:
Assistant General Manager, Regional office, BECIL, A#7, Ranka Villa,
Opposite to Ranka Colony, Bilekahalli, Off Bannerghatta main Road,
Bangalore, 560076, Tel/fax:080-26685853.
For queries, bidders can send queries to email Id: [email protected]
1.4.6. Bids, both technical and financial, should reach the above address on or before
11.00 hours on 28/2/2017. Late/ Delayed bids will not be considered at all. It
shall be the responsibility of the bidder to ensure that the bid submitted on time
and at proper place before the deadline. Bids submitted through fax and e-mails or
any other means will not be considered. Similarly unsigned and bids without
EMD will not be considered at all.
1.4.7. Technical bids (Part – I) shall be opened on the same day at 11.30 hours in the
presence of bidders who may choose to be present.
1.4.8. BID VALIDITY: All bids are to remain valid for a period of six (6) months from the
date of submission.
1.4.9. At any time prior to the last date in respect of bids, BECIL may for any reason
whether at its own initiative or in response to a clarification requested by
prospective bidder / bidders modify the RFP by an amendment which shall be
notified through the official website of BECIL www.becil.com and will be binding
on the bidders. Therefore, it is advised that the prospective bidders frequently visit
the website and take note on any amendments during the bid process.
1.4.10. BECIL reserves the right to either increase or decrease the quantity/change
the specifications or drawings of any or all the items included in suggestive bill
of materials which are estimated requirements and therefore open to variation.
Hence, bidder should be aware of this condition.
1.4.11. BECIL reserves the right to alter/modify the scope of work mentioned in this RFP
documents at any state of the bidding process and contract.
Page 7 of 62
1.4.12. The Financial Bid ( Part – II ) bid shall clearly intimate the price to be charged
without any qualification whatsoever and should include all packing and
forwarding, transportation, transit insurance, local taxes, customs, duties, fees,
levies, loading, unloading and other charges as may be applicable in relation to the
activities proposed to be carried out. All such charges should be included in the
rates quoted. Price escalation due to currency variation will not be entertained.
1.4.13. The successful bidder shall keep BECIL informed of the progress on each activity
on weekly basis. In case of any delay in any particular activity, the recovery plan
shall be evolved and given to BECIL for ensuring completion of all the activities
within the overall time schedule specified by BECIL. 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 forfeit
the performance Bank Guarantee of the bidder. The decision of BECIL shall be
final and binding.
1.4.14. BECIL reserves the right to monitor the progress and review it on day-to-day basis.
The successful bidder will be fully transparent, responsive and demonstrate at all
time that he/ she is in position to complete the work as per the specified time
schedule.
1.4.15. The successful bidder shall be entirely responsible for the protection and security
of his personnel, material, plant and equipments. No extra cost shall be allowed to
the successful bidder in the event to any damage occurring to the successful
bidders or any of his sub successful bidders personnel, materials, plant and
equipment whether stored on site or offsite.
1.4.16. The successful bidder shall ensure that it has at all time a competent and qualified
representatives available at site during the working period for the duration of the
contract. Any direction given to successful bidder’s representatives shall be
deemed to have been given to the successful bidder.
1.4.17. BECIL reserves the right to solicit additional information from Bidders to evaluate
which Bid best meets the needs of the Project. Additional information may include,
but is not limited to, past performance records, lists of clients and their feed-back,
Page 8 of 62
product catalogues, service manuals, drawings etc., or any other pertinent
information.
1.4.18. Additional questions, if any, should be submitted in writing to the address given
above, or via e-mail to usha@bec i l . com It will be the bidder’s responsibility
to check for any updated information regarding this tender on BECIL website
www.becil.com
1.4.19. BECIL will make its decision based on the ability of the Bidder(s) to meet specific
needs of the project, technical expertise of the Bidder(s), delivery capabilities,
customer references, past satisfactory performance and experience, system
completeness, etc., besides cost.
1.4.20. BECIL reserves the right to waive off any deviations; accept the whole or part
thereof, accept or reject any or all bids; and to select the Bidder(s) which, in the
sole opinion of the BECIL, best meets the requirements of the project.
1.4.21. 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-successful bidders, without prior
written consent of the RFP Coordinator.
1.5 Eligibility Criteria: The bidder shall fulfil the following eligibility conditions:
1.5.1. The bidder must be operating for at least 3 (Three) year as a profit making
entity/company. For this purpose, they have to attach audited and certified
balance sheet of previous three financial years.
1.5.2. Experience in having successfully supplied and completed similar works
during last 5 years ending on last day of the month which applications are
invited should be successfully completed works as indicated below in the
past 5 years. Completion certificate should be enclosed in the technical
bid.
Three similar completed works for similar such works costing not less than the
amount equal to 40% of the estimated cost. or
Two similar completed works costing not less than the amount equal to 50% of the estimated cost. or
Page 9 of 62
One similar completed work costing not less than the amount equal to 80% of the estimated cost.
1.5.3. As a proof of meeting the eligibility criteria as per 1.5.2, the bidders will attach
completion certificate issued by competent authority not below the level of
Executive engineer or equivalent in the case of Union/State Government or
undertakings or PSUs. The completion certificate should contain details like
nature of work, cost of the project, period and remarks on the quality of work. In
case if the customer happens to be a private company or individual, completion
certificate along with TDS issued by the customer for the said project will be
attached as proof of executed value of the work.
1.5.4. The bidder should not have been barred or blacklisted by any of the Central/State
Government departments/organizations/central PSUs.
1.5.4 The bidders shall provide documentary proof of the registration under their own
name. The registration must be in force and shall not expire during the course of
agreement. The requisite details in respect of PAN, VAT and Service Tax must be
furnished.
1.5.5. A copy of the latest / last annual report of the company is to be provided.
1.5.6. 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.
1.5.7. Any other detailed information of relevance (such as market shares etc.) with
Supporting documents or references.
1.5.8. Bidder should attach necessary duly attested supporting documents as proof in
respect of each of the eligibility criteria mentioned above.
1.6 Terms and Conditions.
1.6.1. Tender application fees: Each bidder is required to submit tender application
fees of Rs.500/- in the form of demand draft from nationalized / scheduled bank
in favour of “Broadcast Engineering Consultants India Ltd” payable at
Bangalore. The tender application fees shall be part of the Technical Bid. Bids
not accompanied with tender fees shall stand summarily rejected.
Page 10 of 62
1.6.2. Earnest Money Deposit (EMD) Each bidder is required to submit earnest money
deposit of Rs.1,80,000/- EMD should be in the form of demand draft from
nationalized / scheduled bank in favour of “Broadcast Engineering Consultants
India Ltd” payable at Bangalore (or) Bank Guarantee as per format given. The
EMD shall be part of the Technical Bid. Bids not accompanied with EMD shall
stand summarily rejected.
1.6.3. Prices: Prices shall be offered in Indian Rupees for supply, installation,
commissioning of the entire facility inclusive of site preparation and 12 months
of warranty on the entire services which includes materials also as per the
BOM attached.
i. The price quoted shall be firm and no price escalation will be permitted.
ii. The bid should be only in Indian Rupees for all items. The bidders should
quote their rates in Indian Rupees only.
The price criteria should be on F.O.R, Director, Chhattisgarh Samvad,
Sector-19, Captial Complex Area, Naya Raipur, Chhattisgarh levies like
central excise duty, sales tax, octroi, WCT etc., if any, shall be paid at actual
rates applicable on the date of delivery. Rates should be quoted accordingly
giving the basic price, Central Excise Duty, VAT/ Central Sales Tax, Service tax
etc., if any.
i. The actual Sales Tax Percentage (without Form “C”) if any, should be
specified.
ii. Bidder to provide TIN no. of the firm along with the CST No. allotted by the
concerned authorities in their quotation.
Consignee: Equipments/materials shall be consigned to
Director,
Chhattisgarh Samvad,
Sector-19, Captial Complex Area,
Naya Raipur, Chhattisgarh.
(Behind NRDA Building)
Page 11 of 62
1.6.4. Delivery and Commissioning period: The time-line for the entire work viz
supply, installation, commissioning and training of the project will be 2 months
from the date of award of contract.
1.6.5. Warranty: One year warranty on the supply of materials and services for the
first year for the works executed by the contractor. The warranty period will
start on the day of handing over of the facility to BECIL.
1.6.6. Liquidity damages: In case of late execution of the project, successful bidder
shall be liable to pay a penalty @ 0.5% of the order value per week of delay or a
part thereof up to maximum value of 10% of order value after which order is
liable to be cancelled.
1.6.7. Payment terms:
Payment for the supplied materials: Payment will be made for the 70% of the
material supplied invoice value based on the certification of Delivery challan
from BECIL provided items received in good and working condition.
Rest 30% of the supplied invoice value and the balance amount with respect to
the quoted prices will be made only after successful deployment and satisfactory
completion of all the works and also on submission of Performance Bank
guarantee for 10% contract value, for 2 months beyond warranty period (i.e 14
months).
1.6.8. Performance Bank Guarantee: Successful bidder shall have to furnish a
Performance Bank Guarantee (PBG) – as per format attached - in favour of
Chairman and Managing Director, Broadcast Engineering Consultants India Ltd,
BECIL Bhavan, 56-A/17, Block-C, Sector-62, Noida-201301 for an amount
equal to 10% of contract value and valid for Fourteen (14) months within 15 day
from the date of issue of work order.
1.6.9. BECIL may not accept the terms and conditions proposed/imposed by the
bidder.
1.6.10 The Contractor shall have the registration with EPFO and ESIC. The EPF
Page 12 of 62
and ESI contribution on the part of employer in respect of this contract
shall be paid by the contractor. All Challan in respect of EPF/ESI should be
submitted to BECIL.
1.6.11 MATERIALS SUPPLIED BY THE CONTRACTOR:
The Contractor shall furnish / produce purchase vouchers and manufacturers
test certificates of all major items/equipments from the reputed manufacturers
/suppliers. In addition to the testing of materials and QC passed in accordance
with Technical specifications.
1.6.12 PAYMENT OF SALE TAX AT SOURCE:
Payment of Sales Tax / VAT on works contract is the entire responsibility
of the contractors.
1.6.13 DEVIATIONS AND AMENDMENTS:
a. Tenderer shall execute all the works referred to in the tender documents upon the
terms and conditions contained or referred to therein and as detailed in the
Schedule ‘A’ (Price bid) and also carry out such deviation as may be ordered.
Deviation order within the (+/-)10% of quoted cost are binding on the
Contractors.
b.Ordering of deviations is also subject to the following conditions:
c. Deviations ordered in respect of quantities in individual items shall not exceed
(+/-) 50% of the quantity of that individual item.
d. The value of additions of items of Non Tendered Items not already in the contract
shall not exceed 50% of the deviation limit prescribed in contract. These items will
be called Non Tendered Items and the rates for the same will be approved by BECI
L.
e. The value of additions of items of any individual trade item not already in the
contract shall not exceed 10% of the deviation limit
Page 13 of 62
f. Deviations during the execution beyond the deviation limit shall be approved by
BECIL and contractor shall execute amendment to contract agreement.
1.6.14 MAINTANCE PERIOD AND DEFECT LIABILITY DEPOSIT
The normal period of maintenance for all work the defect liability period shall be
one Year from the date of work completion certified by BECIL.
1.6.15 PROVIDENT FUND BENEFITS:
Provident Fund Benefits to employees by or through Contractors under
Employees Provident Fund Amendment 1963 (Act No. 28 of 1963). It is an
express condition that the Contractor will comply with the provision of the
Employees Provident Fund Act 1952 or as revised and the scheme framed there
under in respect of every person employed by him or in connection with the work
of the Company.
1.6.16 RECOVERY FOR ANY OVER PAYMENT MADE:
Should there be any over payments made inadvertently to the Contractor on
this account or in any other contract, the Company shall recover such amount
from the Contractor either by deducting the amount from any sums that may
due or may become due to the Contractor by the Company on any account
whatsoever from this or any other contract or from the security-cum-earnest
money deposit made by the Contractor.
1.6.17 PENALTY FOR NON PAYMENT OF STATUTORY CONTRIBUTION LIKE ESI, PF
etc :
The Contribution such as ESI, PF etc. Paid to the respective authorities to be
made on or before 20th of every month, otherwise interest or penalty charged by
the respective Authority on such payment is to be paid by the contractor. If the
authorities demand, such amount shall be recovered from the payment of
contractor which is due from BECIL and remitted to the respective authorities.
1.6.18 CORRUPT OR FRAUDULENT PRACTICES:
The Employer requires that the Bidders / suppliers / Contractors under this
contract, observe the highest standard of ethics during the procurement and
execution of this contract. In pursuance of this policy the Employer
Page 14 of 62
1.6.21 DAMAGE & LOSS TO PRIVATE PROPERTY & INJURY TO WORKMEN:
The Contractor shall at his own expense reinstate and make good to the
satisfaction of the Engineer-in-Charge and pay compensation for any injury loss
or damage occasioned to any property or rights whatever including property and
rights of BECIL (or agents, servants or employees of BECIL) the injury, loss or
damage arising out of or in any way in connection with the execution or
purposed execution of the contract and further the Contractor shall indemnify
BECIL against all claims enforceable against BECIL or which would be so
enforceable by a private person, in respect of any such injury (including claim
resulting in death), loss or damage to any person whosoever or property
including all claims which may arise under the Workmen’s Compensation Act
1923 or otherwise.
1.6.22 CANCELLATION OF CONTRACT FOR CONTRACTOR DEFAULT:
If the Contractor:-
i. Makes default in commencing the work within a reasonable time from date of
handing over of the site and continues in that state after a reasonable notice
from Engineer-in-Charge [EIC].
ii. In the opinion of the EIC at any time, whether before or after extended date for
completion, the contractor makes a default in proceeding with the work with due
diligence and continues in that state even after a reasonable notice from EIC )
Fails to comply with any of the terms and conditions of the contract before or
after reasonable notice in writing, orders properly issued
iii. There under or, fails to complete the work, work order and items of work with
individual dates for completion, and clear the site on or before the date of
completion or fail to achieve the progress as set out.
iv. The accepting officer may without prejudice to any other right or remedy which
shall have accrued or shall accrue thereafter to BECIL cancel the contract as a
whole or in part thereof or only such work order or items of work in default from
the contract. Whenever the accepting officer exercises his authority to cancel the
contract as a whole or in part under this condition, he may complete the work at
the Contractor’s risk and cost.
Page 15 of 62
1.6.23 Contractor’s Personnel (Minimum requirement)
a. Project Engineer- 1 No, Degree in Engineering (E & C or Electrical or Electronics)
with 03 years of experience. Or a Diploma Holder with 5 years experience in AV
installations
b.Site Engineer - 1 No, Degree Graduate in Engineering (E & C or Electrical or
Electronics) with 01 year of experience. Diploma Holder with 03 years of
experience.
1.6.24 EXTENSION OF TIME:
If the Contractor shall desire an extension of time for the completion of the work
on the ground of his having being unavoidably hindered in its execution in
consequence of altered, additional or substituted work, or any other ground, he
shall apply in writing to the Engineer in charge within seven days of the
hindrance on account of which he desires such extension as aforesaid and then
Accepting Authority shall, if in his opinion (which shall be final) reasonable
grounds be shown therefore, authorize such extension of time, if any, as may, in
his opinion be necessary or proper.
In case of delay due to contractor mistakes/problems the EOT will be given by
invoking LD clause 1.6.6 mentioned in the terms and conditions of this RFP.
1.6.25 SUB-LETTING BY THE CONTRACTOR :
The Contractor shall not sub-contract the whole of the works. Except where
otherwise provided in the contract, the Contractor shall not subcontract any part
of the works without the prior consent of the Engineer-in-Charge in writing. Any
such consent shall not relieve the contract from any of his liability or obligation
under the contract and he shall be responsible for the acts, defaults and neglects
of any sub-contractor, his representative, servants or workmen as fully as if they
were the acts, defaults or neglects of the contractor. All statutory requirements
such as ESI, EPF, Labour License etc., should be in the name of the contractor
only.
1.6.26 Product quality:
Field proven industry tested equipment and solutions from renowned and reputed
firms from industry with proven track record only will be accepted. Non-standard
make/model of equipment without proven and credible local support will disqualify
the proposal technically.
Page 16 of 62
1.6.27 Compliance to RFP specification.
A compliance statement of the items quoted with respect to the preferred make
suggested or its equivalent offered by the bidder in functionality, quantitative and
qualitative performance are an essential requirement for technical evaluation.
Proposals without adequate compliance statement will be rejected. The bidder will
have to convince BECIL that, the product offered is equivalent or better in
performance and support over the preferred make and model indicated in the RFP.
1.6.28 Compatibility:
System is envisaged to be compatible with the existing setup as well as other
quoted equipment in all respects. Up gradation/ Modular design
System/equipment be future looking and open to technology up gradations
besides capable of adding on facility and features in phased manner.
1.6.29 Assurance of supply and support:
With respect to their technical capability, organizational stability, reliability of
equipment, ability to meet timelines and past experience of BECIL with Bidders.
1.6.30 Quality:
Equipment stability, guaranteed uptime parameters, life of equipment. All the
items which are going to be installed should be of approved make and model with
an ISI certification.
1.6.31 Service:
Work man ship provided by the contractor should be skilled enough to carry out
the particular works for the better and efficient execution of works.
1.6.32 Delivery Schedule:
All the materials and services should be successfully completed within 2 months
from the date of issuing work order.
1.6.33 Tax Deduction at Source (TDS): TDS will be deducted as per rules in force.
1.7 Proposal response format: All bidders are requested to submit technical and
commercial bids on the suggestive Bill of Material as indicated in the format 2 and 3 only.
Page 17 of 62
Pricing information shall appear only in the commercial bid and the technical bid shall
contain all technical details, literature, makes and models of equipment offered for each
item, technical compliance statement with reference to the specifications as included in
the bid document highlighting any deviations. The technical literature of the offered
equipment in CD/DVD format must accompany technical bids.
1.7.1. The proposal shall be submitted under the same cover at the same time, in two
distinct sections: a Technical Bid (Part – I) and a Financial Bid (Part – II).
1.7.2. Technical bid proposed by the bidder is to be prepared on standard 8½” x 11”, A4
size paper. Foldouts containing charts, spread sheets, and oversize exhibits are
permissible. The pages should be placed in a binder with tabs separating the
sections of the proposal with proper index in the first page for easy identification
and scrutiny of the offers. All responses, as well as any reference materials
presented must be written in English.
1.7.3. Figures and tables must be numbered and referenced in the text by that number.
1.7.4. Proposals shall be based only on the items contained in this RFP and its standard
required accessories. The RFP includes official response to pre-bid conference
questions, addenda, and any other material published by BECIL pursuant to 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.
1.7.5. The Technical Bid (Part – I) for the RFP should invariably contain following
documents in strictly in the following order only for ease of scrutiny and
evaluation. Bidders should follow the procedures and formats mentioned below.
1.7.5.1. Index [check list] with page numbers to indicate and confirm that all the
following documents are enclosed with the technical bid.
1.7.5.2. EMD and tender application fees for the tender.
1.7.5.3. Detailed solution for the entire project along with drawings, cross sections,
timeline, action plan for smooth timely project execution etc as proposed
by the bidder.
1.7.5.4. Details of the formats in which the bidders are required to furnish the
documents are attached in section 3.0.
Page 18 of 62
1.7.5.5. List out the details of similar works executed in India and abroad and the
approximate value of the projects in chronological order.
1.7.5.6. Particulars of the partners and OEMs or principals with whom bidders have
official/authorised partnership/distribution ship and documents thereof.
1.7.5.7. Any other details/information of relevance in support of qualification,
certification, past experience of the bidder.
1.7.5.8. Data sheets for the items quoted should invariable be attached with the
proposal. User manuals should not be attached. Proposals without data
sheets of the items quoted will not be evaluated technically and are liable
to be rejected.
1.7.5.9. An item wise compliance statement providing summary of the proposal
should also necessarily be submitted as part of the proposal. The
compliance statement will indicate whether the offer meets the compliance
fully or partially. In case if the compliance for a particular
item/equipment is not indicated, it will be assumed that, the offer does
not meet the compliance and BECIL is free to accept or reject the offer on
this basis.
1.7.5.10. Item wise quoted price should be in figures and words. In case of
discrepancy the least among the two quoted values will be considered.
1.7.5.11. Un-priced commercial bid for the tender(To be enclosed in the Technical
bid cover)
1.7.5.12. Commercial documents of the company like company registration, VAT,
Sales tax, service tax, PAN, ISO, balance sheets for last 1-5 years etc.
1.7.5.13. Every page of the technical and commercial bid will be paginated, signed
and stamped by the authorised signatory of the bidder.
1.8 Method of evaluation and award: The proposals will be evaluated with reference to
the technical requirements as specified as well as system completeness and the
commercial bids of only technically qualified bidders shall be opened. Following
points to be kept in mind while quoting for the price bid.
a. The price of the goods/services quoted ex-works including all taxes already
paid.
b. VAT and other taxes like excise duty etc. which will be payable on the goods
if the contract is awarded.
Page 19 of 62
c. Charges for inland transportation, insurance and other local services
required for delivering the goods at the desired destination.
d. Charges towards the installation, commissioning, training and warranty
charges (for the first year) including incidental services, if any.
e. Charges towards the AMC for the 4 years after the first year should be
indicated with all charges and taxes.
Page 20 of 62
2. Technical details of the project:
2.1 Conceptual Plan layout of the hall for the TV and FM monitoring and logging setup.
Page 21 of 62
Indicative Work flow diagram-TV and FM logger setup
Page 22 of 62
2.2 Bill of materials
2.2.1 Un-Priced commercial Bid Format for Logger H/W and S/W part of the tender
A. Detailed technical specification for Logger H/W and S/W
Sl. No
Description Qty. Make/Model
A. Requirements
Objective : The objective of the proposed
system are
Record 16 TV channels
Record local 5 FM channels
Automatically detect all commercial
Ads broadcasted on these 21 channels.
Recording
TV channels are to be recorded at
1Mbps in CIF resolution for 90 days
FM channels are to be recorded at
64Kbps for 90 days
Total net storage will be not less than
12 TB
Disk redundancy shall be provided
under Raid 1, 5, 6 or 10.
Disks shall be not less than Enterprise
quality
Recording Servers
Vendor shall specify the number of servers, the brand, the CPU model, RAM size, form factor, and full specifications
Server brands shall be preferably HP or Dell or IBM
Redundant Power Supplies Rack mounted
Raid controller supporting Raid 1,5,6
and 10.
Not less than 8 slots for LFF hard
drives
Inputs
System shall include not less than 16 analog RCA /HDMI/ IP inputs for TV input from Set Top Boxes.
System shall include FM antenna and
not less than 5 tuners for FM input off
As required for 16 TV channels and 5 FM channels
HP
DELL
IBM
Super Micro
Page 23 of 62
air.
Player
System shall include a player that can
be run from any browser
The player will allow viewing and
listening to near live TV and radio, with
a latency of not more than 12 seconds.
The player will also allow viewing any
stored Media by selecting a channel,
date and time
The TV player will automatically
present a storyboard of pictures when
selecting a video segment
The player will allow the creation of
simple clips, with Mark-in and Mark-
out, exported into any A/V format.
The player shall allow fast forward,
slow motion, frame by frame forward
and backward.
Ads Detection
System shall include a module for
automatically detect commercial Ads
The detection module shall be based on
learning the video and the audio
(fingerprinting technology) and shall
not require any prior marking of the
broadcasts (watermark technology).
There shall be two fingerprint engines,
one for audio and one for video. To
avoid doubt we clarify that a video
segment where the sound has been
modified from its original sample, will
still be detected based on the similarity
of the video, even if the audio is
different.
The system will have the capacity to
search for at least 400 audio or video
samples (markers) which are active
(aired) at any moment.
The number of detections per month
(actual Ads detected) will be unlimited.
The operator shall have the ability to
review all detections, or only those
Page 24 of 62
detections which the system triggered
as doubtful, and to modify their status
from approved (or positive) to rejected
(or negative).
The operator shall have the ability to
create new markers (samples of new
Ads) either by marking a sample within
a recorded aired segment, or by import
of a sample file.
The duration of a sample Ad (marker)
will be between 10 seconds and 3
minutes.
The detection engines (audio and video)
shall have one common user interface
for handling both TV and FM Radio
channels.
Automatic Technical Monitoring
The system will include automatic
detection of disruptions in the
broadcasts and in the recordings
The technical monitoring module shall
detect video and audio anomalies and
will perform continuous quality checks,
detecting loss of audio or video signal,
frozen picture.
The module shall send notification via
e-mail and / or SNMP.
Services :
The proposal shall include testing, installation, programming, commissioning, setup and training the operators.
The proposal shall include 1 year of Warranty
The vendor shall specify the cost of optional annual maintenance for the years 2 to 5. This optional AMC charges will not considered for finalizing the lowest bidder.
Note:
1) Bidder has to quote for the suitable
hardware configuration with a suitable
Page 25 of 62
software application meeting to the
requirements and scope of work.
2) Bidder should ensure that the proposed
system including software should work
without any deviations.
3) BECIL can also ask for the proof of
concept/ to show the similar projects
setup executed by the bidder during
the technical evaluation of the bids.
4) Bidders should consider the
connectivity and compatibility aspect
of the set top boxes with the
server/logger.
5) Bidders should consider the extension
of AV content from the logger /server
to the Secretary room and CEO room.
II Installation, Testing and Commissioning of System
The System Integrator shall be responsible for
the Integration of whole set up. 1 Job
III. Customization of the system
1. One Year Customization as per the
requirement of client shall be given
1 Job
The feedback/Input shall be taken from staff
and System need to be customized according
to the requirement of client setup.
B. LOGGER- SOFTWARE
1. The Software shall contain features as
specified in Technical Specification mentioned
in part 2.3 of this RFP.
1
Digital Nirvana,
Volicon,
Actus,
TVEyes,
Page 26 of 62
Perpetual or One time license for three years
should be provided. Timely update of software
should also be provided.
Media Proxy,
BBN
(The Names of above
software firms are
indicative and does
not restrict any
other software firm
which meets the
system requirement)
2.2.2 Un-Priced commercial Bid Format for other AV equipments apart from Logger H/W and
S/W
A. Detailed technical specification for NAS, Audio and Video Equipments part
SL Specification of item Make/Model Unit Qty
1
Supply of High Definition Digital Set top Box, DTH
dish antenna, remote and accessories with a TV
channels subscription for one year.
Required TV Channel list will be intimated in the
later stage.
Tata Sky/Dish
Tv/Airtel/Videoc
on D2h
Num 16
2
Supply of Networked attached storage(NAS) system
of facilitating to 24 TB(raw) storage capacity with
appropriate RAID configuration and also protection
against disk failure which are bundled with
redundant power supply as a default feature.
Tyrone/Lenova/
Seagate/Netgear Num 1
3 Supply of 75 inch smart TV with suitable MS/SS TV
pedestal stand which can be easily mountable and
movable.
LG/Sony/Sams
ung Num 2
4 Supply of 22-32 inch Full HD TV with inbuilt
speakers with wall mounting brackets and remote
controller.
LG/Sony/Sams
ung Num 16
5
Supply of Standard Desktop workstation for
monitoring with standard 19.5 inch monitor FHD VA
WLED-backlit (1920 x 1080), Intel® Pentium®
J3710 Processor, Windows 10 Home, 4GB DDR3
RAM / 1TB HDD,Intel® HD Graphics 405 with DVD
writer ,one year warranty and support.
HP/Dell/Lenovo Num 5
Page 27 of 62
6 Supply of 16 Port 1 Gigabit smart Ethernet Switch D-Link/
Netgear
Num 1
7 Supply of 1 input to 3 output Composite Video with Stereo Audio Distribution Amplifier.
Kramer/Cable
electronics/Shin
ybow/Comcon
Num 16
8
Supply of 30 U ,19" AV rack with rack shelves and
PDU's (6A x 16 numbers) for mounting and power
up the set top boxes
President/Eurot
ech/Bestnet/eq
uivalent
Num 2
9 Supply of Professional Over-Ear Headphones
AKG/Sennheiser
/Sony/Audio
technica
Num 5
10 Supply of Multifunction laser jet Printer which can
perform print, copy, scan ,fax
HP/Cannon/sa
msung Num 1
11
Installation material like electrical power cables, cat-
6e patch cables and ports, audio video cables, BNC
connectors, BNC patch cables, splitters etc any
other installation materials that are required for
commissioning of the project
Standard
materials Ls 1
12 Testing, Installation, programming, commissioning
and training charges for the entire setup. Custom Ls 1
B. Technical infrastructure facilities part- Interiors
SL Specification of item Make Unit Qty
1
Providing fabric finished wall panelling: Supply
and fixing of 12 mm thick BWR ply over the sal
wood frame work. The sal wood frame work should
be made by using sal wood sections of 25 x 25 mm
thick at 600 mm c/c in one direction. Finishing of
the ply boards shall be done by sticking thick cara
fabric of approved texture and colour. Edge finishing
should be done by using teak/beach wood polished
beadings. The rate includes scaffolding, loading,
unloading, lead etc. and any minor civil works which
are required during the execution and as per the
directions of the Engineer in charge of work.
BWR Ply
Sq mtr 320
Century/Gree
n ply
Cara Fabric
Anutone/equi
valent
2 Providing table for the monitoring
BWR Ply Num 5
Page 28 of 62
purpose(Readily available /custom made):
Providing a tailor made table of size 1200mm length
x 700mm height x 600mm depth with necessary
drawers, key board platform and resting flat for the
equipments/monitors to place by using approved
make ISI approved brand, borer resistant 25 mm
BWR ply, 19mm BWR ply, including 1 mm thick
lamination and standard installation materials. The
rate includes all necessary installation materials,
loading, unloading, lead etc. complete and as per the
design given by the Engineer, specifications, site
condition requirement and as per the direction of
the Engineer in charge of work.
Century/Gree
nply
Lamination
Century/Gree
nlam
3
Providing MS tubular structure with 25 ply
support for mounting the 32 inch TV's (16
numbers): Supply and installation of suitable
dismountable custom-built MS structure of size 4m
(W) x 2m (D) with 1.2 m height from the FFL by
using MS tubular sections of size 50 x 50 mm x 2.6
mm thick and by using approved make ISI
approved brand, borer resistant 25 mm ply and
fixing of 1 mm thick lamination over ply. The overall
MS tubular frame should be grouted to the floor and
also should make a convenient to fix all the 16
numbers of TV’s over ply wood. The rate includes all
necessary installation materials, wire managers,
loading, unloading, lead etc. complete and as per the
design given by the Engineer, specifications, site
condition requirement and as per the direction of
the Engineer in charge of work.
BWR Ply
Sq mtr 8
Century/Gree
nply
Lamination
Century/Gree
n lam
MS tubular
sections
TATA/SAIL/Ji
ndal
4
Providing ergonomic chairs: Supplying of High
back revolving chairs of on 5 pronged chrome metal
base on black nylon castors with Knee tilt , PU Arms
with Nylon Base, synchro tilt, Gas lift, lumbar
support and fixing arm rest, multi locking facility &
with fire retardant fabric upholstery of approved
shade. The rate includes all transportation, loading,
unloading, lead etc. complete as per the
specification and direction of the Engineer in charge
of work.
Featherlite/
Godrej/
No’s 8
C. Electrical works
SL Specification of item Make/Model Unit Qty
Page 29 of 62
1
Providing 10 KVA UPS: SITC of 3 phase in 1 phase
out 10 KVA online UPS with IGBT technology and
Isolation transformer mainly with 1 hour battery
backup by using suitable quantity of batteries and
battery stand with 25A TPN MCB and sockets and
DP switch for making power incoming facility to the
UPS. The rate includes loading, unloading, lead etc.
complete and as per the specification, site condition
and as per the direction of the Engineer in charge of
work.
Numeric/Powe
r
one/Eaton/AP
C/Equally
reputed
Num 1
2
Providing hi wall split AC: Supply and installation
of 2.5 TR high wall split AC with 5 KVA voltage
stabilizer, outdoor unit ,stand, copper pipes, drain
pipes with all necessary installation materials and
steps to install the AC machine. The rate includes
loading, unloading, lead etc. complete and as per the
specification, site condition and as per the direction
of the Engineer in charge of work.
Daiken/Bluest
ar/Carrier/Vol
tas
Num 1
3
SITC of 12 way MCB distribution board: Supply,
store, erection, testing and commissioning of MCB
distribution boards, wall-mounted (recessed type).
The erection rates shall include fixing of DB on wall
including supply of all fixing accessories, civil works
etc. space provision shall be made for mounting
ELCB in the incomer MCB. (C or D -Type MCB)/
Horizontal type SPN DB.12-Way SPN DB with
25Amps SPN MCB incomer, 12 No’s of 2-Poles 6A to
20A MCB outgoings,25 Amps COS. The rate
includes installation, testing, commissioning,
loading, unloading, lead etc. complete and as per the
specification and direction of the Engineer in charge
of work.
Havells/
Schneider/
Crabtree/
L&T
Num 1
4
Supply & laying of 1 Core x 10 Sq. mm FRLS copper
Cable. The rate includes laying of the cable inside
the conduits, termination, testing, commissioning,
feruling, labelling loading, unloading, lead etc.
complete and as per the specification and direction
of the Engineer in charge of work
Havells/
Finolex/
Polycab/
V-Guard
R Mtr 60
5
Supply & laying of 1 Core x 6 Sq. mm FRLS copper
Cable. The rate includes laying of the cable inside
the conduits, termination, testing, commissioning,
feruling, labelling loading, unloading, lead etc.
complete and as per the specification and direction
Havells/
Finolex/
Polycab/
V-Guard
R Mtr 200
Page 30 of 62
of the Engineer in charge of work
6
Supply & laying of 1 Core x 4 Sq. mm FRLS copper
Cable. The rate includes laying of the cable inside
the conduits, termination, testing, commissioning,
feruling, labelling loading, unloading, lead etc.
complete and as per the specification and direction
of the Engineer in charge of work.
Havells/
Finolex/
Polycab/
V-Guard
R Mtr 150
7
Supply & laying of 1 Core x 2.5 Sq. mm FRLS copper
Cable. The rate includes laying of the cable inside
the conduits, termination, testing, commissioning,
feruling, labelling loading, unloading, lead etc.
complete and as per the specification and direction
of the Engineer in charge of work.
Havells/
Finolex/
Polycab/
V-Guard
R Mtr 150
8
Supply & laying of 1 Core x 1.5 Sq. mm FRLS copper
Cable. The rate includes laying of the cable inside
the conduits, termination, testing, commissioning,
feruling, labelling loading, unloading, lead etc.
complete and as per the specification and direction
of the Engineer in charge of work.
Havells/
Finolex/
Polycab/
V-Guard
R Mtr 50
9
SOCKET OUTLETS: Commercial Type : Supply,
fixing, testing and commissioning of power points by
providing following switches/ sockets mounted flush
on to the partition wall or fixed to surface or
recessed MS boxes with all fixing and wiring
accessories. The rate includes laying of the cable
inside the conduits, termination, testing,
commissioning, feruling, labelling loading,
unloading, lead etc. complete and as per the
specification and direction of the Engineer in charge
of work.
Crabtree/
Legrand/
Havells/
Cona
a.
6/16 Amps, 6-pin (250Volts) single phase universal
socket with 16 Amps single pole switch including
recess mounted GI box. The pin configuration shall
be round type. Plug tops are excluded from the
scope of supply.
Crabtree/
Legrand/
Havells/
Cona
Num 15
b.
6 Amp 5-pin (250Volts) single phase commercial
socket with 5 Amp, SP switch including recess
mounted GI box type. Plug top is excluded from the
scope of supply.
Crabtree/
Legrand/
Havells/
Cona
Num 25
Page 31 of 62
10
Supply and fixing of surface PVC raceways with
latching/sliding covers of size. The rate includes
laying of the cable inside the conduits, termination,
testing, commissioning, feruling, labelling loading,
unloading, lead etc. complete and as per the
specification and direction of the Engineer in charge
of work.
a. 50 (W)x 25(D) mm MK/Havells/
Equivalent R mtr 50
b. 100 (W)x 50(D) mm MK/Havells/
Equivalent R mtr 60
11
Supply and fixing FRLS conduits with all mounting
accessories. The rate includes laying of the cable
inside the conduits, termination, testing,
commissioning, feruling, labelling loading,
unloading, lead etc. complete and as per the
specification and direction of the Engineer in charge
of work.
a. Supply and fixing of 25 mm FRLS conduits with all
mounting accessories.
AKG/ PRECISION/ BEC/POLY/
Modi
R Mtr 200
b. Supply and fixing of 32 mm FRLS conduits with all
mounting accessories
AKG/
PRECISION/
BEC/POLY/
Modi
R Mtr 100
12
Supply and laying of 4-Pair ,Cat6e UTP Cable with
50 mm casing and capping, feruling, labelling,
complete and as per the specification ,site
conditions and direction of the Engineer in charge of
work
Amp/
D- link/
Schneider
R Mtr 150
13
SITC of Single port face plate as per the
manufacturer specifications feruling, labelling, and
complete as per the specification, site conditions
and direction of the Engineer in charge of work.
Amp/
D- link/
Schneider
Num 6
14
SITC of ceiling suspended CFL luminaries of size
600mm x 600mm having intensity of min 4000
lumens which suitably fitting in to the grids of the
false ceiling. The light fittings are to be suspended
from the true ceiling with the help of anchor bolt
fasteners The rate includes wiring, erection,
Phillips/
Wipro/
CG/
Num 16
Page 32 of 62
loading, unloading, lead etc. complete and as per the
specification and direction of the Engineer in charge
of work
15 Providing Power earthing and audio earthing as per
the standard procedure. Custom Num 2
16 Providing copper earthing wires of 10 sq mm with
copper saddle Custom R mtr 100
2.3 Technical System Requirements for Logger hardware and software part
This Section includes Generic and Technical requirements of the logger/server
part of this project, List of Goods and Related Services and Technical Specifications of Goods
and Related Services to be procured.
This RFP is for first phase, that includes, establishment of a facility capable of
Logging and Monitoring of 16 TV Channels and 5 FM Radio Channels simultaneously on 24 X 7
basis, which may increase in due course of time. Hence, the system should be highly scalable.
The Monitoring system should continuously capture, encode, analyze and store live
video streams in an automatically maintained, dynamic cache containing recorded audio/video.
Users can extract video segments or still photos as MPEG and JPEG files for sharing and
presentation. The Monitoring software should be able to automatically detect repetitive video-
audio clips such as ads, promos, election campaign ads etc. The Monitoring shall be done on
365 X 24 X 7 basis.
The required staff needs to be trained for the usage of system software and feedback
should be taken from the users for customization of software according to the requirement of
DPR,GOC. For this, there should be provision of customization of software for a period of One
Year after the commissioning of the system.
The System Integrator shall be responsible for the integration of entire system setup.
2.3.1 GENERIC CONDITIONS FOR LOGGER/SERVER and NAS PART
This RFP is for a system that will meet the following basic requirements:-
Page 33 of 62
1. A reliable, redundant system providing an overall system up time equal or better than
99.0%, highest order as per industrial practice under precision cooling.
2. POC (Proof of Concept) to check the bidder proposal for TV and FM logger
functionalities and compliances with the requirements. BECIL may also ask the
Bidder to arrange for a site visit to have a look of similar projects to ascertain the
experience and capability of the bidder.
3. Easy and Economic System Upgradable & Scalable in nature.
4. Use of industry standard hardware and interfaces.
5. Local (or within India) Post-sales support services.
6. Interoperate with other equipment and technology in future.
7. All the glues/peripheral equipment should be included in the proposal for each
subsystem.
8. Equipment with model should not be nearing to obsoleteness.
9. The system offered should be modular in design allowing acquisition of part or
complete system.
10. All software applications should be of latest version at the time of Purchase Order and
upgrades to be provided without any financial implication during warranty period.
11. One time license for three years should be provided.
12. Bidder should insure that data (content) should be secured.
13. Hardware and Software to be compatible with IPv4 and IPv6 protocol.
Note: The System Integrator (S.I.) should submit the certificate along with the Technical
proposal from the Hardware and Software O.E.M’s. that the list of Hardware equipments (i.e
Server, NAS etc.) quoted by the System Integrator is adequate as per the requirement of
DPR/BECIL.
2.3.2 DETAILED TECHNICAL SPECIFICATIONS - HARDWARE
1. Network Attached STORAGE
Technical Specifications (except size, i.e. 3U)
Supports up to 16 hot-swap SATA HDDs & populated with 12 x 2000GB, SATA hot-
Page 34 of 62
swappable HDDs configured as a RAID6 array (RAW 24 TB, Usable 20 TB)
System Hardware 1 x Intel(R) Xeon(R) 2.4GHz quad-core processor (Max 2) 16GB DDR3-1333 memory with ECC (Max 512GB) Linux based NAS OS, Unlimited User license 3U rack-mountable Redundant Power supply
Host Interface 6 x Gigabit Ethernet with teaming (adapter load balancing/failover) 10G Ethernet Card.
RAID Subsystem ATA controller with support for Hardware RAID 0, 1, 10, 5 & 6 with 256MB battery backed cache
Both File & Block Storage functionality
Supports NFS, CIFS/SMB & FTP Supports iSCSI target
Management Web based GUI for management Hardware monitoring (IPMI 2.0 compliant)
Other File System with Journaling support Support for ADS & NIS Support for Volume Replication
Additional items 24 port Layer 3 Switch with 10 G Ports, 10 G Cables 2 No's
2. Desktop Computers complete with Monitor, Keyboard, Mouse etc.
1 Processor
Intel® Core™ i3-4130 processor (3.4 GHz, Max
Turbo GHz: -, 3 MB cache, 1600 MHz memory, 2
cores, Hyper-Threading: Yes, Intel® vPro™
Technology: No, Intel® HD Graphics: 4400)
2 Chipset & Mother
board Intel® C226 chipset
3 Memory 4 DIMM slots, up to 32 GB ECC/non-ECC,
DDR3L-1600
4 Network Interface card Integrated Intel I217LM PCIe GbE Controller
Optional Intel Ethernet I210-T1 PCIe as 2nd NIC
5 Hard drive 3.5-inch 7200 rpm SATA drives: 500 GB, 3 TB
6 Power Supply 320W standard or 90% efficient Power supply,
ENERGY STAR 5.0 compliant, Active PFC
7 Display/Monitor
21-23 inch LED support TCO-05 compliance.
Monitor should be Energy Star 5.0 compliant
with Kensington lock slot. EPEAT Gold.
8 Antivirus to be loaded by the partner
Page 35 of 62
9 Keyboard 104 standard keys Keyboard
10 Mouse Optical Scroll with USB interface
11 Operating System Windows 8.1 Pro 64-bit Other editions available
and certificate of Authenticity or Higher
12 DVD R/W DVD Read and write capable
3. Racks
1. The maximum dimension of the rack should be 600W X 30U X 1200D
(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 section tubular frame with punching in DIN pitch pattern, rod-type
3 point lock system and double-bit inserts to DIN 43668 (with single door:
hinge fitting r/h or l/h freely selectable on site). Hinges with captive hinge
pins, door opening angle 130ø to VDI, can be retrofitted for 180ø.
Enclosure fitted with 2 sets of 19” angles, pairs of depth rails (73 X 23mm
rails) 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:
Page 36 of 62
Sheets cleaned, degreased, phosphate, electro- Dip coat primed and electro
statically powder coated with textured Polyester paint RAL 7035..
8. Supply Include:
Floor Standing Rack, 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, , PDU 2 numbers x 6 Points in each PDU, 5A
Universal- 2No., 1 Fix Tray, Keyboard Tray, earthing kit and 5 Nos of 1U
open MS Cable manager with PVC Loops. Swivel handles on front and rear
doors.
9. Approvals:
The product should be approved by the following approved organizations:
- UL, Underwriters Laboratories /USA
- ISO 9001, 14001 and 18001
4. Three phase in Single out UPS System: 10 KVA UPS 1 hour backup
Efficiency 93%
Efficiency on eco mode 99%
Audible Noise <65db
Input voltage range 320-460 VAC
Input power factor 0.98
Input voltage 3 Phase of 415 Vac
Output voltage 1x230 Vac
Output voltage THD at linear
load <1%
Output voltage THD at non-
linear load <2%
Overload capability on
inverter 125% 10 min, 150% 1 min
Page 37 of 62
Additional features
leek and low foot print
Sophisticated DSP based digital
controlled Design
True Sine Wave double
conversion online topology
Input Active Power factor is
near unity.
Wide Input range.
Input Current Harmonic
Suppression
High efficiency design
RS232 communication port and
inbuilt SNMP slot.
Enhanced protection against
lightning surges, sag and swell.
Batteries and Battery stand
SMF VRLA Batteries of required
numbers that can provide one hour
back up with a strong battery stand.
Page 38 of 62
3. Formats for the submitting documents by bidders.
3.1 Format for providing general information of the bidder.
SL Particulars Details of the bidder
1. Name and Address of the bidder:
2. Name and Designation of the concerned officer or authorised person to whom all references shall be made:
3. Fax Nos.:
4. Phone Nos./ Mobile Nos.:
5. e-Mail ID:
6. Chief of the organization and his/her contact details viz E-mail ID and Telephone:
7. Total No. of employees/ Manpower Strength:
8. Type of the Organization (Public Sector/ Limited/Private limited/ Partnership/ Proprietary/Society/Any other):
9. No. of the offices/Centres (enclose the list):
10. Bidder’s Proposal No. and Date:
11. Particulars of past experience of similar works furnished:
12. Any other information that bidder may like to give in order to highlight his bid.
13. Name and address of local representative, if any:
Place: Signature of bidder:
Date: Name in Full:
Designation/Status:
Page 39 of 62
3.2 Format for providing details of works/services of similar nature carried out by the bidder during the last 5 years.
Name of the Bidder:
SL Name of the Customer Description of work Value of
work From To The work done directly Remarks
Note: Photocopy of Performance Certificate/Completion Certificate of customer in Support of the work mentioned above is
required to be enclosed.
Page 40 of 62
3.3. Format for providing details of the on-going projects.
Name of the Bidder:
SL
Full postal address of client and name of
Officer-in-charge with
Contact details
Descript ion of the work done
Value of contract
Date of commencement
of work
Scheduled / revised
completion period
Percentage of completion as on date
Expected date of
completion Remarks
Page 41 of 62
3.4. Format for providing details on annual turnover statement:
Name of the Bidder:
The bidder shall indicate herein his annual turnover during preceding 5 years based on the
audited balance sheet/profit and loss account statement.
Financial year Annual turnover (Rs.) Net worth (Rs.)
2015-2016
2014-2015
2013-2014
2012-2013
2011-2012
Note: 1. Copies of audited balance sheets with profit and loss account of 5 years shall be
submitted along with the Technical bid in support of above entries.
Page 42 of 62
3.5. Format for submission of EMD in the form of Bank gaurantee
Whereas ________________________________________________________ (hereinafter called the tenderer”) has submitted their offer dated ___________________________________________ for the supply of _______________________________________________________(hereinafter called the tender”)against the purchaser’s tender enquiry No._________________________________ KNOW ALL MEN by these presents that WE ____________________________of ________________________________________ having our registered office at___________________are bound unto _____________________(hereinafter called the “Purchaser”) In the sum of ---------------------------------------------------------------------------------------- for which payment will and truly to be made to the said Purchaser, the Bank binds itself, its successors and assigns by these presents. Sealed with the Common Seal of the said Bank this ______________day of ____________20__________.
THE CONDITIONS OF THIS OBLIGATION ARE:
(1) If the tenderer withdraws or amends, impairs or derogates from the Tender in any respect within the period of validity of this tender.
(2) If the tenderer having been notified of the acceptance of his tender by the Purchaser during the period of its validity:-
(3) If the tenderer fails to furnish the Performance Security for the due Performance of the
contract.
(4) Fails or refuses to accept/execute the contract. WE undertake to pay the Purchaser up to the above amount upon receipt of its first written demand, without the Purchaser having to substantiate its demand, provided that in its demand the Purchaser will note that the amount claimed by it is due to it owing to the occurrence of one or both the two conditions, specifying the occurred condition or conditions. This guarantee will remain in force up to and including 45 days after the period of tender validity and any demand in respect thereof should reach the Bank not later than the above date. (Signature of the authorized officer of the Bank)
Name and designation of the officer Seal, name and address of the Bank and address of the Branch
Page 43 of 62
3.6. Format for submission of Performance Bank guarantee (PBG )
To
…………………………..
WHEREAS ………………………………. (Name and address of the supplier) (Hereinafter
called “the supplier”) has undertaken, in pursuance of contract no. ……. dated
………….to supply (description of goods and services) (herein after called “the contract”)
AND WHEREAS it has been stipulated by you in the said contract that the supplier
shall furnish you with a bank guarantee by a scheduled commercial bank recognized
by you for the sum specified therein as security for compliance with its obligations in
accordance with the contract;
AND WHEREAS we have agreed to give the supplier such a bank guarantee; NOW
THEREFORE we hereby affirm that we are guarantors and responsible to you, on
behalf of the supplier, up to a total of …………………………………. (amount of the
guarantee in words and figures), and we undertake to pay you, upon your first written
demand declaring the supplier to be in default under the contract and without cavil or
argument, any sum or sums within the limits of (amount of guarantee) as aforesaid,
without your needing to prove or to show grounds or reasons for your demand or the
sum specified therein.
We hereby waive the necessity of your demanding the said debt from the supplier
before presenting us with the demand. We further agree that no change or addition to
or other modification of the terms of the contract to be performed there under or of any
of the contract documents which may be made between you and the supplier shall in
any way release us from any liability under this guarantee and we hereby waive notice
of any such change, addition or modification.
This guarantee shall be valid until the ….. Day of ………, 2017……………………………….
(Signature of the authorized officer of the Bank)
………………………………………………………….
Name and designation of the officer
………………………………………………………….
Seal, name and address of the Bank and address of the Branch.
Page 44 of 62
3.7 Compliance statement for SITC of TV and FM Channels Content Monitoring,
Logging and Ad watching Setup for DPR, Chattisgarh, GOC.
Logger H/W and S/W part -A
Sl. No
Description Make Complied YES/No
A. HARDWARE
I. Recording
1.
Recording
TV channels are to be recorded at
1Mbps in CIF resolution for 90 days
FM channels are to be recorded at
64Kbps for 90 days
Total net storage will be not less than
12 TB
Disk redundancy shall be provided
under Raid 1, 5, 6 or 10.
Disks shall be not less than Enterprise
quality
Recording Servers
Redundant Power Supplies
Rack mounted
Raid controller supporting Raid 1,5,6
and 10.
Not less than 8 slots for LFF hard
drives
Inputs
System shall include not less than 16
analog RCA inputs for TV input from
Set Top Boxes.
System shall include FM antenna and
not less than 5 tuners for FM input off
air.
Player
System shall include a player that can
be run from any browser
The player will allow viewing and
listening to near live TV and radio, with
HP
DELL
IBM
Super Micro
Page 45 of 62
a latency of not more than 12 seconds.
The player will also allow viewing any
stored Media by selecting a channel,
date and time
The TV player will automatically
present a storyboard of pictures when
selecting a video segment
The player will allow the creation of
simple clips, with Mark-in and Mark-
out, exported into any A/V format.
The player shall allow fast forward,
slow motion, frame by frame forward
and backward.
Ads Detection
System shall include a module for
automatically detect commercial Ads
The detection module shall be based on
learning the video and the audio
(fingerprinting technology) and shall
not require any prior marking of the
broadcasts (watermark technology).
There shall be two fingerprint engines,
one for audio and one for video. To
avoid doubt we clarify that a video
segment where the sound has been
modified from its original sample, will
still be detected based on the similarity
of the video, even if the audio is
different.
The system will have the capacity to
search for at least 400 audio or video
samples (markers) which are active
(aired) at any moment.
The number of detections per month
(actual Ads detected) will be unlimited.
The operator shall have the ability to
review all detections, or only those
detections which the system triggered
as doubtful, and to modify their status
from approved (or positive) to rejected
(or negative).
The operator shall have the ability to
create new markers (samples of new
Ads) either by marking a sample within
a recorded aired segment, or by import
Page 46 of 62
of a sample file.
The duration of a sample Ad (marker)
will be between 10 seconds and 3
minutes.
The detection engines (audio and video)
shall have one common user interface
for handling both TV and Radio
channels.
Automatic Technical Monitoring
The system will include automatic
detection of disruptions in the
broadcasts and in the recordings
The technical monitoring module shall
detect video and audio anomalies and
will perform continuous quality checks,
detecting loss of audio or video signal,
frozen picture.
The module shall send notification via
e-mail and / or SNMP.
II Installation, Testing and Commissioning of System
The System Integrator shall be responsible for
the Integration of whole set up. Custom
III. Customization of the system
1. One Year Customization as per the
requirement of client shall be given
The feedback/Input shall be taken from staff
and System need to be customized according
to the requirement of client setup.
B. LOGGER SOFTWARE
1.
The Software shall contain features as
specified in Technical Specification 2.3 of this
RFP
Digital Nirvana, Volicon, Actus, Media Proxy, BBN
TVEyes
Page 47 of 62
Perpetual or One time license for three years
should be provided. Timely update of software
should also be provided.
AV equipments apart from Logger H/W and S/W -A
SL Specification of item Make/Model
Complied
Yes/No
1 Supply of 22-32 inch Full HD TV with inbuilt
speakers with wall mounting brackets and remote
controller.
LG/Sony/Sams
ung
2
Supply of Standard Desktop workstation for
monitoring with standard 19.5 inch monitor FHD VA
WLED-backlit (1920 x 1080), Intel® Pentium®
J3710 Processor, Windows 10 Home, 4GB DDR3
RAM / 1TB HDD,Intel® HD Graphics 405,DVD
writer all with one year warranty and support.
HP/Dell/Lenovo
3 Supply of 16 Port 1 Gigabit smart Ethernet Switch
D-Link/
Netgear
4 Supply of 1 input to 3 output Composite Video with Stereo Audio Distribution Amplifier.
Kramer/Cable
electronics/Shin
ybow/Comcon
5
Supply of 30 U ,19" AV rack with rack shelves and
PDU's (6A x 16 numbers) for mounting and power
up the set top boxes
President/Eurot
ech/Bestnet/eq
uivalent
6 Supply of Professional Over-Ear Headphones
AKG/Sennheiser
/Sony/Audio
technica
7 Supply of Multifunction laser jet Printer which can
perform print, copy, scan ,fax
HP/Cannon/sa
msung
Page 48 of 62
8
Installation material like electrical power cables, cat-
6e patch cables and ports, audio video cables, BNC
connectors, BNC patch cables, splitters etc any
other installation materials that are required for
commissioning of the project
Standard
materials
9 Testing, Installation, programming, commissioning
and training charges for the entire setup. Custom
Technical infrastructure facilities part- Interiors- B
Specification of item Make
Complied
Yes/No
Providing acoustic grid false ceiling:
SITC of 2’x 2’ grid false ceiling for the TV studio by laying world
class fibre glass wool acoustic ceiling tiles- tegular edged having of
0.9 NRC in a true horizontal level of grid false ceiling system by
using glass wool acoustic tile of size 600mm X600mm X 15 mm
thick TEGULAR edge tile having 0.9 NRC with 'Silhouette Type'
frame system using hot dipped galvanized steel section, main T-
bar 24H, Cross T-bar 24H, 20mm wide with black groove with
snap in locking device including wall angle all round the wall
circumference to form a grid of size 600 x 600 mm and firmly
suspending the grid using suitable support system from the true
ceiling slab by fastening 6 mm anchor bolts to the true ceiling
followed by providing the suspension with the help of 2.5 sq.mm
GI wire of TATA make and laying the tiles as per the site
conditions to maintain the uniformity. The rate also includes,
fixing of LED light fittings, AC diffusers, scaffolding, loading,
unloading, lead etc, and as per the directions of the Engineer in
charge of work.
Make
Armstrong/Sai
nt Gobain
Model
Ecophone-
Advantage-
E/Optra-White
Page 49 of 62
Providing fabric finished wall panelling: Supply and fixing of 12
mm thick BWR ply over the sal wood frame work. The sal wood
frame work should be made by using sal wood sections of 25 x 25
mm thick at 600 mm c/c in one direction. Finishing of the ply
boards shall be done by sticking thick cara fabric of approved
texture and colour. Edge finishing should be done by using
teak/beach wood polished beadings. The rate includes scaffolding,
loading, unloading, lead etc. and any minor civil works which are
required during the execution and as per the directions of the
Engineer in charge of work.
BWR Ply
Century/Green
ply
Cara Fabric
Anutone/equival
ent
Providing table for the monitoring purpose (Ready
made/Tailor Made): Providing a tailor made table of size
1200mm length x 700mm height x 600mm depth with necessary
drawers, key board platform and resting flat for the
equipments/monitors to place by using approved make ISI
approved brand, borer resistant 25 mm BWR ply, 19mm BWR ply,
including 1 mm thick lamination and standard installation
materials. The rate includes all necessary installation materials,
loading, unloading, lead etc. complete and as per the design given
by the Engineer, specifications, site condition requirement and as
per the direction of the Engineer in charge of work.
BWR Ply
Century/Greenp
ly
Lamination
Century/Greenl
am
Providing MS tubular structure with 25 ply support for
mounting the 32 inch TV's (16 numbers): Supply and
installation of suitable dismountable custom-built MS structure of
size 4m (W) x 2m (D) with 1.2 m height from the FFL by using MS
tubular sections of size 50 x 50 mm x 2.6 mm thick and by using
approved make ISI approved brand, borer resistant 25 mm ply
and fixing of 1 mm thick lamination over ply. The overall MS
tubular frame should be grouted to the floor and also should
make a convenient to fix all the 16 numbers of TV’s over ply wood.
The rate includes all necessary installation materials, wire
managers, loading, unloading, lead etc. complete and as per the
design given by the Engineer, specifications, site condition
requirement and as per the direction of the Engineer in charge of
work.
BWR Ply
Century/Greenp
ly
Lamination
Century/Green
lam
MS tubular
sections
TATA/SAIL/Jin
dal
Providing ergonomic chairs: Supplying of High back revolving
chairs of on 5 pronged chrome metal base on black nylon castors
with Knee tilt , PU Arms with Nylon Base, synchro tilt, Gas lift,
lumbar support and fixing arm rest, multi locking facility & with
fire retardant fabric upholstery of approved shade. The rate
includes all transportation, loading, unloading, lead etc. complete
as per the specification and direction of the Engineer in charge of
work.
Featherlite/
Godrej/
Page 50 of 62
Technical infrastructure facilities part- Electrical works- C
SL Specification of item Make/Model
Complied
Yes/No
1
Providing 10 KVA UPS: SITC of 3 phase in 1 phase out 10 KVA
online UPS with IGBT technology and Isolation transformer
mainly with 1 hour battery backup by using suitable quantity of
SMF VRLA Batteries and battery stand with 25A TPN MCB and
sockets and DP switch for making power incoming facility to the
UPS. The rate includes loading, unloading, lead etc. complete and
as per the specification, site condition and as per the direction of
the Engineer in charge of work.
Numeric/Power
one/Eaton/APC
/Equally
reputed
2
SITC of split AC’s: SITC of 2 TR split AC’s of five star energy
rated with all installation materials including suitable voltage
stabilizer as per the site conditions. The rate includes loading,
unloading, lead etc. complete and as per the specification, site
condition and as per the direction of the Engineer in charge of
work.
Bluestar/Voltas
/Daikin
3
SITC of 12 way MCB distribution board: Supply, store, erection,
testing and commissioning of MCB distribution boards, wall-
mounted (recessed type). The erection rates shall include fixing of
DB on wall including supply of all fixing accessories, civil works
etc. space provision shall be made for mounting ELCB in the
incomer MCB. (C or D -Type MCB)/ Horizontal type SPN DB.12-
Way SPN DB with 25Amps SPN MCB incomer, 12 No’s of 2-Poles
6A to 20A MCB outgoings,25 Amps COS. The rate includes
installation, testing, commissioning, loading, unloading, lead etc.
complete and as per the specification and direction of the
Engineer in charge of work.
Havells/
Schneider/
Crabtree/
L&T
4
Supply & laying of 1 Core x 10 Sq. mm FRLS copper Cable. The
rate includes laying of the cable inside the conduits, termination,
testing, commissioning, feruling, labelling loading, unloading, lead
etc. complete and as per the specification and direction of the
Engineer in charge of work
Havells/
Finolex/
Polycab/
V-Guard
5
Supply & laying of 1 Core x 6 Sq. mm FRLS copper Cable. The
rate includes laying of the cable inside the conduits, termination,
testing, commissioning, feruling, labelling loading, unloading, lead
etc. complete and as per the specification and direction of the
Engineer in charge of work
Havells/
Finolex/
Polycab/
V-Guard
Page 51 of 62
6
Supply & laying of 1 Core x 4 Sq. mm FRLS copper Cable. The
rate includes laying of the cable inside the conduits, termination,
testing, commissioning, feruling, labelling loading, unloading, lead
etc. complete and as per the specification and direction of the
Engineer in charge of work.
Havells/
Finolex/
Polycab/
V-Guard
7
Supply & laying of 1 Core x 2.5 Sq. mm FRLS copper Cable. The
rate includes laying of the cable inside the conduits, termination,
testing, commissioning, feruling, labelling loading, unloading, lead
etc. complete and as per the specification and direction of the
Engineer in charge of work.
Havells/
Finolex/
Polycab/
V-Guard
8
Supply & laying of 1 Core x 1.5 Sq. mm FRLS copper Cable. The
rate includes laying of the cable inside the conduits, termination,
testing, commissioning, feruling, labelling loading, unloading, lead
etc. complete and as per the specification and direction of the
Engineer in charge of work.
Havells/
Finolex/
Polycab/
V-Guard
9
SOCKET OUTLETS: Commercial Type : Supply, fixing, testing
and commissioning of power points by providing following
switches/ sockets mounted flush on to the partition wall or fixed
to surface or recessed MS boxes with all fixing and wiring
accessories. The rate includes laying of the cable inside the
conduits, termination, testing, commissioning, feruling, labelling
loading, unloading, lead etc. complete and as per the specification
and direction of the Engineer in charge of work.
Crabtree/
Legrand/
Havells/
Cona
a.
6/16 Amps, 6-pin (250Volts) single phase universal socket with
16 Amps single pole switch including recess mounted GI box. The
pin configuration shall be round type. Plug tops are excluded from
the scope of supply.
Crabtree/
Legrand/
Havells/
Cona
b.
6 Amp 5-pin (250Volts) single phase commercial socket with 5
Amp, SP switch including recess mounted GI box type. Plug top is
excluded from the scope of supply.
Crabtree/
Legrand/
Havells/
Cona
10
Supply and fixing of surface PVC raceways with latching/sliding
covers of size. The rate includes laying of the cable inside the
conduits, termination, testing, commissioning, feruling, labelling
loading, unloading, lead etc. complete and as per the specification
and direction of the Engineer in charge of work.
a. 50 (W)x 25(D) mm MK/Havells/E
quivalent
b. 100 (W)x 50(D) mm MK/Havells/E
quivalent
Page 52 of 62
11
Supply and fixing FRLS conduits with all mounting accessories.
The rate includes laying of the cable inside the conduits,
termination, testing, commissioning, feruling, labelling loading,
unloading, lead etc. complete and as per the specification and
direction of the Engineer in charge of work.
a. Supply and fixing of 25 mm FRLS conduits with all mounting
accessories.
AKG/
PRECISION/
BEC/POLY/
Modi
b. Supply and fixing of 32 mm FRLS conduits with all mounting
accessories
AKG/
PRECISION/
BEC/POLY/
Modi
12
Supply and laying of 4-Pair ,Cat6e UTP Cable with 50 mm casing
and capping, feruling, labelling, complete and as per the
specification ,site conditions and direction of the Engineer in
charge of work
Amp/
D- link/
Schneider
13
SITC of Single port face plate as per the manufacturer
specifications feruling, labelling, and complete as per the
specification, site conditions and direction of the Engineer in
charge of work.
Amp/
D- link/
Schneider
14
SITC of ceiling suspended CFL luminaries of size 600mm x
600mm having intensity of min 4000 lumens which suitably
fitting in to the grids of the false ceiling. The light fittings are to be
suspended from the true ceiling with the help of anchor bolt
fasteners The rate includes wiring, erection, loading, unloading,
lead etc. complete and as per the specification and direction of the
Engineer in charge of work
Phillips/
Wipro/
CG/
15 Providing copper plate Power earthing and audio earthing as per
the standard procedure of IS 3043. Custom
16 Providing copper earthing wires of 10 sq mm with copper saddle Custom
Page 53 of 62
3.8 Schedule ‘A’ - Price Bid Format
SITC of TV and FM Channels Content Monitoring, Logging and Ad watching Setup for DPR, Chattisgarh, GOC
Logger, NAS,Audio and Video Part-A
SL Specification of item Make/Model Unit Qty Unit rate
in INR
Amount in
INR(Numbers)
Amount in
words
1
Supply of logger/server system for 16 channel TV logger
and 5 Channel FM logger setup with required hardware
and software as per the detailed specification mentioned
in the section 2.3 of this RFP
Actus HP
DELL IBM
Super Micro
Ls 1
2
Supply of High Definition Digital Set top Box ,DTH dish
antenna, remote and accessories with a TV channels
subscription for one year.
Required TV Channel list will be intimated in the later
stage.
Tata Sky/Dish
Tv/Airtel/Vide
ocon D2h
Num 16
3
Supply of Networked attached storage(NAS) system of
facilitating to 24 TB storage(raw) capacity with
appropriate RAID configuration and also protection
against disk failure which are bundled with redundant
power supply as a default feature.
Tyrone/Lenov
a/Seagate/Net
gear
Num 1
4 Supply of 75 inch smart TV with suitable MS/SS TV
pedestal stand which can be easily mountable and
movable.
LG/Sony/Sam
sung Num 2
5 Supply of 22 inch Full HD TV with inbuilt speakers with
wall mounting brackets and remote controller.
LG/Sony/Sam
sung Num 16
Page 54 of 62
6
Supply of Standard Desktop workstation for monitoring
with standard 19.5 inch monitor FHD VA WLED-backlit
(1920 x 1080), Intel® Pentium® J3710 Processor,
Windows 10 Home, 4GB DDR3 RAM / 1TB HDD,Intel®
HD Graphics 405,DVD writer overall with one year
warranty and support.
HP/Dell/Leno
vo Num 5
7 Supply of 16 Port 1 Gigabit smart Ethernet Switch D-Link/
Netgear
Num 1
8 Supply of 1 input to 4 output Composite Video with Stereo Audio Distribution Amplifier.
Kramer/Cable
electronics/Sh
inybow/Comc
on
Num 16
9
Supply of 30 U ,19" AV rack with rack shelves and
PDU's (6A x 16 numbers) for mounting and power up
the set top boxes
President/Eur
otech/Bestnet
/equivalent
Num 2
10 Supply of Professional Over-Ear Headphones
AKG/Sennhei
ser/Sony/Aud
io technica
Num 5
11 Supply of Multifunction laser jet Printer which can
perform print, copy, scan ,fax
HP/Cannon/s
amsung Num 1
12
Installation material like electrical power cables, cat-6e
patch cables and ports, audio video cables, BNC
connectors, BNC patch cables, splitters etc any other
installation materials that are required for
commissioning of the project
Standard
materials Ls 1
Page 55 of 62
13 Testing, Installation, programming, commissioning and
training charges for the entire setup. Custom Ls 1
Total amount inclusive of all taxes –say [ A] in INR
Amount in Words:
B. Technical infrastructure facilities part- Interiors
SL Specification of item Make Unit Qty Unit rate
in INR
Amount in
INR
Amount in
Words
1
Providing fabric finished wall panelling: Supply and
fixing of 12 mm thick BWR ply over the sal wood frame
work. The sal wood frame work should be made by
using sal wood sections of 25 x 25 mm thick at 600 mm
c/c in one direction. Finishing of the ply boards shall be
done by sticking thick cara fabric of approved texture
and colour. Edge finishing should be done by using
teak/beach wood polished beadings. The rate includes
scaffolding, loading, unloading, lead etc. and any minor
civil works which are required during the execution and
as per the directions of the Engineer in charge of work.
BWR Ply
Sq mtr 320
Century/Gree
n ply
Cara Fabric
Anutone/equi
valent
2
Providing table for the monitoring purpose(Readily
available /custom made): Providing a tailor made table
of size 1200mm length x 700mm height x 600mm depth
with necessary drawers, key board platform and resting
flat for the equipments/monitors to place by using
approved make ISI approved brand, borer resistant 25
BWR Ply
Num 5
Century/Gree
nply
Lamination
Page 56 of 62
mm BWR ply, 19mm BWR ply, including 1 mm thick
lamination and standard installation materials. The rate
includes all necessary installation materials, loading,
unloading, lead etc. complete and as per the design
given by the Engineer, specifications, site condition
requirement and as per the direction of the Engineer in
charge of work.
Century/Gree
nlam
3
Providing MS tubular structure with 25 ply support
for mounting the 32 inch TV's (16 numbers): Supply
and installation of suitable dismountable custom-built
MS structure of size 4m (W) x 2m (D) with 1.2 m height
from the FFL by using MS tubular sections of size 50 x
50 mm x 2.6 mm thick and by using approved make ISI
approved brand, borer resistant 25 mm ply and fixing of
1 mm thick lamination over ply. The overall MS tubular
frame should be grouted to the floor and also should
make a convenient to fix all the 16 numbers of TV’s over
ply wood. The rate includes all necessary installation
materials, wire managers, loading, unloading, lead etc.
complete and as per the design given by the Engineer,
specifications, site condition requirement and as per the
direction of the Engineer in charge of work.
BWR Ply
Sq mtr 8
Century/Gree
nply
Lamination
Century/Gree
n lam
MS tubular
sections
TATA/SAIL/Ji
ndal
4
Providing ergonomic chairs: Supplying of High back
revolving chairs of on 5 pronged chrome metal base on
black nylon castors with Knee tilt , PU Arms with Nylon
Base, synchro tilt, Gas lift, lumbar support and fixing
arm rest, multi locking facility & with fire retardant
fabric upholstery of approved shade. The rate includes
all transportation, loading, unloading, lead etc. complete
as per the specification and direction of the Engineer in
charge of work.
Featherlite/
Godrej/
No’s 8
Page 57 of 62
Total amount inclusive of all taxes in say – [B] in INR
Amount in Words:
C. Technical infrastructure -Electrical works
SL Specification of item Make/Model Unit Qty Unit rate
in INR
Amount in
INR
Amount in
Words
1
Providing 10 KVA UPS: SITC of 3 phase in 1 phase out
10 KVA online UPS with IGBT technology and Isolation
transformer mainly with 1 hour battery backup by using
suitable quantity of batteries and battery stand with
25A TPN MCB and sockets and DP switch for making
power incoming facility to the UPS. The rate includes
loading, unloading, lead etc. complete and as per the
specification, site condition and as per the direction of
the Engineer in charge of work.
Numeric/Powe
r
one/Eaton/AP
C/Emerson
No’s 1
2
SITC of split AC’s: SITC of 2.5 TR split AC’s of five star
energy rated with all installation materials including
5KVA voltage stabilizer,stands and installation materials
as per the site conditions. The rate includes loading,
unloading, lead etc. complete and as per the
specification, site condition and as per the direction of
the Engineer in charge of work.
Bluestar/Volt
as/Daiken/eq
uivalent
Num 1
3
SITC of 12 way MCB distribution board: Supply, store,
erection, testing and commissioning of MCB distribution
boards, wall-mounted (recessed type). The erection rates
shall include fixing of DB on wall including supply of all
Havells/
Schneider/ Num 1
Page 58 of 62
fixing accessories, civil works etc. space provision shall
be made for mounting ELCB in the incomer MCB. (C or
D -Type MCB)/ Horizontal type SPN DB.12-Way SPN DB
with 25Amps SPN MCB incomer, 12 No’s of 2-Poles 6A
to 20A MCB outgoings,25 Amps COS. The rate includes
installation, testing, commissioning, loading, unloading,
lead etc. complete and as per the specification and
direction of the Engineer in charge of work.
Crabtree/
L&T
4
Supply & laying of 1 Core x 10 Sq. mm FRLS copper
Cable. The rate includes laying of the cable inside the
conduits, termination, testing, commissioning, feruling,
labelling loading, unloading, lead etc. complete and as
per the specification and direction of the Engineer in
charge of work
Havells/
Finolex/
Polycab/
V-Guard
R Mtr 60
5
Supply & laying of 1 Core x 6 Sq. mm FRLS copper
Cable. The rate includes laying of the cable inside the
conduits, termination, testing, commissioning, feruling,
labelling loading, unloading, lead etc. complete and as
per the specification and direction of the Engineer in
charge of work
Havells/
Finolex/
Polycab/
V-Guard
R Mtr 200
6
Supply & laying of 1 Core x 4 Sq. mm FRLS copper
Cable. The rate includes laying of the cable inside the
conduits, termination, testing, commissioning, feruling,
labelling loading, unloading, lead etc. complete and as
per the specification and direction of the Engineer in
charge of work.
Havells/
Finolex/
Polycab/
V-Guard
R Mtr 150
Page 59 of 62
7
Supply & laying of 1 Core x 2.5 Sq. mm FRLS copper
Cable. The rate includes laying of the cable inside the
conduits, termination, testing, commissioning, feruling,
labelling loading, unloading, lead etc. complete and as
per the specification and direction of the Engineer in
charge of work.
Havells/
Finolex/
Polycab/
V-Guard
R Mtr 150
8
Supply & laying of 1 Core x 1.5 Sq. mm FRLS copper
Cable. The rate includes laying of the cable inside the
conduits, termination, testing, commissioning, feruling,
labelling loading, unloading, lead etc. complete and as
per the specification and direction of the Engineer in
charge of work.
Havells/
Finolex/
Polycab/
V-Guard
R Mtr 50
9
SOCKET OUTLETS: Commercial Type : Supply, fixing,
testing and commissioning of power points by providing
following switches/ sockets mounted flush on to the
partition wall or fixed to surface or recessed MS boxes
with all fixing and wiring accessories. The rate includes
laying of the cable inside the conduits, termination,
testing, commissioning, feruling, labelling loading,
unloading, lead etc. complete and as per the
specification and direction of the Engineer in charge of
work.
Crabtree/
Legrand/
Havells/
Cona
a.
6/16 Amps, 6-pin (250Volts) single phase universal
socket with 16 Amps single pole switch including recess
mounted GI box. The pin configuration shall be round
type. Plug tops are excluded from the scope of supply.
Crabtree/
Legrand/
Havells/
Cona
Num 15
b.
6 Amp 5-pin (250Volts) single phase commercial socket
with 5 Amp, SP switch including recess mounted GI box
type. Plug top is excluded from the scope of supply.
Crabtree/
Legrand/
Havells/
Num 25
Page 60 of 62
Cona
10
Supply and fixing of surface PVC raceways with
latching/sliding covers of size. The rate includes laying
of the cable inside the conduits, termination, testing,
commissioning, feruling, labelling loading, unloading,
lead etc. complete and as per the specification and
direction of the Engineer in charge of work.
a. 50 (W)x 25(D) mm MK/Havells/
Equivalent R mtr 50
b. 100 (W)x 50(D) mm MK/Havells/
Equivalent R mtr 60
11
Supply and fixing FRLS conduits with all mounting
accessories. The rate includes laying of the cable inside
the conduits, termination, testing, commissioning,
feruling, labelling loading, unloading, lead etc. complete
and as per the specification and direction of the
Engineer in charge of work.
a. Supply and fixing of 25 mm FRLS conduits with all
mounting accessories.
AKG/
PRECISION/
BEC/POLY/
Modi
R Mtr 200
b. Supply and fixing of 32 mm FRLS conduits with all
mounting accessories
AKG/
PRECISION/
BEC/POLY/
Modi
R Mtr 100
Page 61 of 62
12
Supply and laying of 4-Pair ,Cat6e UTP Cable with 50
mm casing and capping, feruling, labelling, complete
and as per the specification ,site conditions and
direction of the Engineer in charge of work
Amp/
D- link/
Schneider
R Mtr 150
13
SITC of Single port face plate as per the manufacturer
specifications feruling, labelling, and complete as per
the specification, site conditions and direction of the
Engineer in charge of work.
Amp/
D- link/
Schneider
Num 6
14
SITC of ceiling suspended CFL luminaries of size
600mm x 600mm having intensity of min 4000 lumens
which suitably fitting in to the grids of the false ceiling.
The light fittings are to be suspended from the true
ceiling with the help of anchor bolt fasteners The rate
includes wiring, erection, loading, unloading, lead etc.
complete and as per the specification and direction of
the Engineer in charge of work
Phillips/
Wipro/
CG/
Num 16
15 Providing Power earthing and audio earthing as per the
standard procedure. Custom Num 2
16 Providing copper earthing wires of 10 sq mm with copper
saddle Custom R mtr 100
Total Amount inclusive of all taxes – say [C] in INR
Amount in Words
Page 62 of 62
Total price bid value(D) = [Total of (A) + Total of (B) + Total of
(C)]= Rs
Amount in words:
Notes:*
1. The price quoted should be firm and FOR respective destination and
including all duties, all taxes, VAT, ST, customs, duties, cess, any statutory
taxes, etc.
2. The Total price bid value (D) will be the L1 deciding amount followed
by the technical bid acceptance.
3.9 Annual Maintenance Cost (AMC)
Sl. No AMC charges for # Year Amount in INR
including all taxes
1 AMC charges for the Second Year
2 AMC charges for the Third Year
3 AMC charges for the Fourth Year
4 AMC charges for the Fifth Year
Note: AMC charges indicated above are just optional and are for our
references.AMC charges will not be considered for deciding the criteria
for L1.