Top Banner
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: 30 th 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
62

REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

Apr 05, 2020

Download

Documents

dariahiddleston
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

Page 21 of 62

Indicative Work flow diagram-TV and FM logger setup

Page 22: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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: REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable

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.