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
Embed
REQUEST FOR PROPOSAL (RFP) · forwarding, transportation, transit insurance, local taxes, customs, duties, fees, levies, loading, unloading and other charges as may be applicable
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 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]
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.
a. Project Engineer- 1 No, Degree in Engineering (E & C or Electrical or Electronics)
with 03 years of experience. Or a Diploma Holder with 5 years experience in AV
installations
b.Site Engineer - 1 No, Degree Graduate in Engineering (E & C or Electrical or
Electronics) with 01 year of experience. Diploma Holder with 03 years of
experience.
1.6.24 EXTENSION OF TIME:
If the Contractor shall desire an extension of time for the completion of the work
on the ground of his having being unavoidably hindered in its execution in
consequence of altered, additional or substituted work, or any other ground, he
shall apply in writing to the Engineer in charge within seven days of the
hindrance on account of which he desires such extension as aforesaid and then
Accepting Authority shall, if in his opinion (which shall be final) reasonable
grounds be shown therefore, authorize such extension of time, if any, as may, in
his opinion be necessary or proper.
In case of delay due to contractor mistakes/problems the EOT will be given by
invoking LD clause 1.6.6 mentioned in the terms and conditions of this RFP.
1.6.25 SUB-LETTING BY THE CONTRACTOR :
The Contractor shall not sub-contract the whole of the works. Except where
otherwise provided in the contract, the Contractor shall not subcontract any part
of the works without the prior consent of the Engineer-in-Charge in writing. Any
such consent shall not relieve the contract from any of his liability or obligation
under the contract and he shall be responsible for the acts, defaults and neglects
of any sub-contractor, his representative, servants or workmen as fully as if they
were the acts, defaults or neglects of the contractor. All statutory requirements
such as ESI, EPF, Labour License etc., should be in the name of the contractor
only.
1.6.26 Product quality:
Field proven industry tested equipment and solutions from renowned and reputed
firms from industry with proven track record only will be accepted. Non-standard
make/model of equipment without proven and credible local support will disqualify
the proposal technically.
Page 16 of 62
1.6.27 Compliance to RFP specification.
A compliance statement of the items quoted with respect to the preferred make
suggested or its equivalent offered by the bidder in functionality, quantitative and
qualitative performance are an essential requirement for technical evaluation.
Proposals without adequate compliance statement will be rejected. The bidder will
have to convince BECIL that, the product offered is equivalent or better in
performance and support over the preferred make and model indicated in the RFP.
1.6.28 Compatibility:
System is envisaged to be compatible with the existing setup as well as other
quoted equipment in all respects. Up gradation/ Modular design
System/equipment be future looking and open to technology up gradations
besides capable of adding on facility and features in phased manner.
1.6.29 Assurance of supply and support:
With respect to their technical capability, organizational stability, reliability of
equipment, ability to meet timelines and past experience of BECIL with Bidders.
1.6.30 Quality:
Equipment stability, guaranteed uptime parameters, life of equipment. All the
items which are going to be installed should be of approved make and model with
an ISI certification.
1.6.31 Service:
Work man ship provided by the contractor should be skilled enough to carry out
the particular works for the better and efficient execution of works.
1.6.32 Delivery Schedule:
All the materials and services should be successfully completed within 2 months
from the date of issuing work order.
1.6.33 Tax Deduction at Source (TDS): TDS will be deducted as per rules in force.
1.7 Proposal response format: All bidders are requested to submit technical and
commercial bids on the suggestive Bill of Material as indicated in the format 2 and 3 only.
Page 17 of 62
Pricing information shall appear only in the commercial bid and the technical bid shall
contain all technical details, literature, makes and models of equipment offered for each
item, technical compliance statement with reference to the specifications as included in
the bid document highlighting any deviations. The technical literature of the offered
equipment in CD/DVD format must accompany technical bids.
1.7.1. The proposal shall be submitted under the same cover at the same time, in two
distinct sections: a Technical Bid (Part – I) and a Financial Bid (Part – II).
1.7.2. Technical bid proposed by the bidder is to be prepared on standard 8½” x 11”, A4
size paper. Foldouts containing charts, spread sheets, and oversize exhibits are
permissible. The pages should be placed in a binder with tabs separating the
sections of the proposal with proper index in the first page for easy identification
and scrutiny of the offers. All responses, as well as any reference materials
presented must be written in English.
1.7.3. Figures and tables must be numbered and referenced in the text by that number.
1.7.4. Proposals shall be based only on the items contained in this RFP and its standard
required accessories. The RFP includes official response to pre-bid conference
questions, addenda, and any other material published by BECIL pursuant to the
RFP. The bidder is to disregard any previous draft materials and any oral
representations it may have received. All responses to the requirements in
Sections (list appropriate section) of this RFP must clearly state whether the
proposal will satisfy the referenced requirements, and the manner in which the
requirement will be satisfied.
1.7.5. The Technical Bid (Part – I) for the RFP should invariably contain following
documents in strictly in the following order only for ease of scrutiny and
evaluation. Bidders should follow the procedures and formats mentioned below.
1.7.5.1. Index [check list] with page numbers to indicate and confirm that all the
following documents are enclosed with the technical bid.
1.7.5.2. EMD and tender application fees for the tender.
1.7.5.3. Detailed solution for the entire project along with drawings, cross sections,
timeline, action plan for smooth timely project execution etc as proposed
by the bidder.
1.7.5.4. Details of the formats in which the bidders are required to furnish the
documents are attached in section 3.0.
Page 18 of 62
1.7.5.5. List out the details of similar works executed in India and abroad and the
approximate value of the projects in chronological order.
1.7.5.6. Particulars of the partners and OEMs or principals with whom bidders have
official/authorised partnership/distribution ship and documents thereof.
1.7.5.7. Any other details/information of relevance in support of qualification,
certification, past experience of the bidder.
1.7.5.8. Data sheets for the items quoted should invariable be attached with the
proposal. User manuals should not be attached. Proposals without data
sheets of the items quoted will not be evaluated technically and are liable
to be rejected.
1.7.5.9. An item wise compliance statement providing summary of the proposal
should also necessarily be submitted as part of the proposal. The
compliance statement will indicate whether the offer meets the compliance
fully or partially. In case if the compliance for a particular
item/equipment is not indicated, it will be assumed that, the offer does
not meet the compliance and BECIL is free to accept or reject the offer on
this basis.
1.7.5.10. Item wise quoted price should be in figures and words. In case of
discrepancy the least among the two quoted values will be considered.
1.7.5.11. Un-priced commercial bid for the tender(To be enclosed in the Technical
bid cover)
1.7.5.12. Commercial documents of the company like company registration, VAT,
Sales tax, service tax, PAN, ISO, balance sheets for last 1-5 years etc.
1.7.5.13. Every page of the technical and commercial bid will be paginated, signed
and stamped by the authorised signatory of the bidder.
1.8 Method of evaluation and award: The proposals will be evaluated with reference to
the technical requirements as specified as well as system completeness and the
commercial bids of only technically qualified bidders shall be opened. Following
points to be kept in mind while quoting for the price bid.
a. The price of the goods/services quoted ex-works including all taxes already
paid.
b. VAT and other taxes like excise duty etc. which will be payable on the goods
if the contract is awarded.
Page 19 of 62
c. Charges for inland transportation, insurance and other local services
required for delivering the goods at the desired destination.
d. Charges towards the installation, commissioning, training and warranty
charges (for the first year) including incidental services, if any.
e. Charges towards the AMC for the 4 years after the first year should be
indicated with all charges and taxes.
Page 20 of 62
2. Technical details of the project:
2.1 Conceptual Plan layout of the hall for the TV and FM monitoring and logging setup.
Page 21 of 62
Indicative Work flow diagram-TV and FM logger setup
Page 22 of 62
2.2 Bill of materials
2.2.1 Un-Priced commercial Bid Format for Logger H/W and S/W part of the tender
A. Detailed technical specification for Logger H/W and S/W
Sl. No
Description Qty. Make/Model
A. Requirements
Objective : The objective of the proposed
system are
Record 16 TV channels
Record local 5 FM channels
Automatically detect all commercial
Ads broadcasted on these 21 channels.
Recording
TV channels are to be recorded at
1Mbps in CIF resolution for 90 days
FM channels are to be recorded at
64Kbps for 90 days
Total net storage will be not less than
12 TB
Disk redundancy shall be provided
under Raid 1, 5, 6 or 10.
Disks shall be not less than Enterprise
quality
Recording Servers
Vendor shall specify the number of servers, the brand, the CPU model, RAM size, form factor, and full specifications
Server brands shall be preferably HP or Dell or IBM
Redundant Power Supplies Rack mounted
Raid controller supporting Raid 1,5,6
and 10.
Not less than 8 slots for LFF hard
drives
Inputs
System shall include not less than 16 analog RCA /HDMI/ IP inputs for TV input from Set Top Boxes.
System shall include FM antenna and
not less than 5 tuners for FM input off
As required for 16 TV channels and 5 FM channels
HP
DELL
IBM
Super Micro
Page 23 of 62
air.
Player
System shall include a player that can
be run from any browser
The player will allow viewing and
listening to near live TV and radio, with
a latency of not more than 12 seconds.
The player will also allow viewing any
stored Media by selecting a channel,
date and time
The TV player will automatically
present a storyboard of pictures when
selecting a video segment
The player will allow the creation of
simple clips, with Mark-in and Mark-
out, exported into any A/V format.
The player shall allow fast forward,
slow motion, frame by frame forward
and backward.
Ads Detection
System shall include a module for
automatically detect commercial Ads
The detection module shall be based on
learning the video and the audio
(fingerprinting technology) and shall
not require any prior marking of the
broadcasts (watermark technology).
There shall be two fingerprint engines,
one for audio and one for video. To
avoid doubt we clarify that a video
segment where the sound has been
modified from its original sample, will
still be detected based on the similarity
of the video, even if the audio is
different.
The system will have the capacity to
search for at least 400 audio or video
samples (markers) which are active
(aired) at any moment.
The number of detections per month
(actual Ads detected) will be unlimited.
The operator shall have the ability to
review all detections, or only those
Page 24 of 62
detections which the system triggered
as doubtful, and to modify their status
from approved (or positive) to rejected
(or negative).
The operator shall have the ability to
create new markers (samples of new
Ads) either by marking a sample within
a recorded aired segment, or by import
of a sample file.
The duration of a sample Ad (marker)
will be between 10 seconds and 3
minutes.
The detection engines (audio and video)
shall have one common user interface
for handling both TV and FM Radio
channels.
Automatic Technical Monitoring
The system will include automatic
detection of disruptions in the
broadcasts and in the recordings
The technical monitoring module shall
detect video and audio anomalies and
will perform continuous quality checks,
detecting loss of audio or video signal,
frozen picture.
The module shall send notification via
e-mail and / or SNMP.
Services :
The proposal shall include testing, installation, programming, commissioning, setup and training the operators.
The proposal shall include 1 year of Warranty
The vendor shall specify the cost of optional annual maintenance for the years 2 to 5. This optional AMC charges will not considered for finalizing the lowest bidder.
Note:
1) Bidder has to quote for the suitable
hardware configuration with a suitable
Page 25 of 62
software application meeting to the
requirements and scope of work.
2) Bidder should ensure that the proposed
system including software should work
without any deviations.
3) BECIL can also ask for the proof of
concept/ to show the similar projects
setup executed by the bidder during
the technical evaluation of the bids.
4) Bidders should consider the
connectivity and compatibility aspect
of the set top boxes with the
server/logger.
5) Bidders should consider the extension
of AV content from the logger /server
to the Secretary room and CEO room.
II Installation, Testing and Commissioning of System
The System Integrator shall be responsible for
the Integration of whole set up. 1 Job
III. Customization of the system
1. One Year Customization as per the
requirement of client shall be given
1 Job
The feedback/Input shall be taken from staff
and System need to be customized according
to the requirement of client setup.
B. LOGGER- SOFTWARE
1. The Software shall contain features as
specified in Technical Specification mentioned
in part 2.3 of this RFP.
1
Digital Nirvana,
Volicon,
Actus,
TVEyes,
Page 26 of 62
Perpetual or One time license for three years
should be provided. Timely update of software
should also be provided.
Media Proxy,
BBN
(The Names of above
software firms are
indicative and does
not restrict any
other software firm
which meets the
system requirement)
2.2.2 Un-Priced commercial Bid Format for other AV equipments apart from Logger H/W and
S/W
A. Detailed technical specification for NAS, Audio and Video Equipments part
SL Specification of item Make/Model Unit Qty
1
Supply of High Definition Digital Set top Box, DTH
dish antenna, remote and accessories with a TV
channels subscription for one year.
Required TV Channel list will be intimated in the
later stage.
Tata Sky/Dish
Tv/Airtel/Videoc
on D2h
Num 16
2
Supply of Networked attached storage(NAS) system
of facilitating to 24 TB(raw) storage capacity with
appropriate RAID configuration and also protection
against disk failure which are bundled with
redundant power supply as a default feature.
Tyrone/Lenova/
Seagate/Netgear Num 1
3 Supply of 75 inch smart TV with suitable MS/SS TV
pedestal stand which can be easily mountable and
movable.
LG/Sony/Sams
ung Num 2
4 Supply of 22-32 inch Full HD TV with inbuilt
speakers with wall mounting brackets and remote
controller.
LG/Sony/Sams
ung Num 16
5
Supply of Standard Desktop workstation for
monitoring with standard 19.5 inch monitor FHD VA
WLED-backlit (1920 x 1080), Intel® Pentium®
J3710 Processor, Windows 10 Home, 4GB DDR3
RAM / 1TB HDD,Intel® HD Graphics 405 with DVD
writer ,one year warranty and support.
HP/Dell/Lenovo Num 5
Page 27 of 62
6 Supply of 16 Port 1 Gigabit smart Ethernet Switch D-Link/
Netgear
Num 1
7 Supply of 1 input to 3 output Composite Video with Stereo Audio Distribution Amplifier.
Kramer/Cable
electronics/Shin
ybow/Comcon
Num 16
8
Supply of 30 U ,19" AV rack with rack shelves and
PDU's (6A x 16 numbers) for mounting and power
up the set top boxes
President/Eurot
ech/Bestnet/eq
uivalent
Num 2
9 Supply of Professional Over-Ear Headphones
AKG/Sennheiser
/Sony/Audio
technica
Num 5
10 Supply of Multifunction laser jet Printer which can
perform print, copy, scan ,fax
HP/Cannon/sa
msung Num 1
11
Installation material like electrical power cables, cat-
6e patch cables and ports, audio video cables, BNC
connectors, BNC patch cables, splitters etc any
other installation materials that are required for
Supports up to 16 hot-swap SATA HDDs & populated with 12 x 2000GB, SATA hot-
Page 34 of 62
swappable HDDs configured as a RAID6 array (RAW 24 TB, Usable 20 TB)
System Hardware 1 x Intel(R) Xeon(R) 2.4GHz quad-core processor (Max 2) 16GB DDR3-1333 memory with ECC (Max 512GB) Linux based NAS OS, Unlimited User license 3U rack-mountable Redundant Power supply
Host Interface 6 x Gigabit Ethernet with teaming (adapter load balancing/failover) 10G Ethernet Card.
RAID Subsystem ATA controller with support for Hardware RAID 0, 1, 10, 5 & 6 with 256MB battery backed cache
Sheets cleaned, degreased, phosphate, electro- Dip coat primed and electro
statically powder coated with textured Polyester paint RAL 7035..
8. Supply Include:
Floor Standing Rack, Front and rear perforated doors, screw fixed side
panels, top and bottom covers with cable entry, castor wheels, 4 fan with
fan tray and thermostat, , PDU 2 numbers x 6 Points in each PDU, 5A
Universal- 2No., 1 Fix Tray, Keyboard Tray, earthing kit and 5 Nos of 1U
open MS Cable manager with PVC Loops. Swivel handles on front and rear
doors.
9. Approvals:
The product should be approved by the following approved organizations:
- UL, Underwriters Laboratories /USA
- ISO 9001, 14001 and 18001
4. Three phase in Single out UPS System: 10 KVA UPS 1 hour backup
Efficiency 93%
Efficiency on eco mode 99%
Audible Noise <65db
Input voltage range 320-460 VAC
Input power factor 0.98
Input voltage 3 Phase of 415 Vac
Output voltage 1x230 Vac
Output voltage THD at linear
load <1%
Output voltage THD at non-
linear load <2%
Overload capability on
inverter 125% 10 min, 150% 1 min
Page 37 of 62
Additional features
leek and low foot print
Sophisticated DSP based digital
controlled Design
True Sine Wave double
conversion online topology
Input Active Power factor is
near unity.
Wide Input range.
Input Current Harmonic
Suppression
High efficiency design
RS232 communication port and
inbuilt SNMP slot.
Enhanced protection against
lightning surges, sag and swell.
Batteries and Battery stand
SMF VRLA Batteries of required
numbers that can provide one hour
back up with a strong battery stand.
Page 38 of 62
3. Formats for the submitting documents by bidders.
3.1 Format for providing general information of the bidder.
SL Particulars Details of the bidder
1. Name and Address of the bidder:
2. Name and Designation of the concerned officer or authorised person to whom all references shall be made:
3. Fax Nos.:
4. Phone Nos./ Mobile Nos.:
5. e-Mail ID:
6. Chief of the organization and his/her contact details viz E-mail ID and Telephone:
7. Total No. of employees/ Manpower Strength:
8. Type of the Organization (Public Sector/ Limited/Private limited/ Partnership/ Proprietary/Society/Any other):
9. No. of the offices/Centres (enclose the list):
10. Bidder’s Proposal No. and Date:
11. Particulars of past experience of similar works furnished:
12. Any other information that bidder may like to give in order to highlight his bid.
13. Name and address of local representative, if any:
Place: Signature of bidder:
Date: Name in Full:
Designation/Status:
Page 39 of 62
3.2 Format for providing details of works/services of similar nature carried out by the bidder during the last 5 years.
Name of the Bidder:
SL Name of the Customer Description of work Value of
work From To The work done directly Remarks
Note: Photocopy of Performance Certificate/Completion Certificate of customer in Support of the work mentioned above is
required to be enclosed.
Page 40 of 62
3.3. Format for providing details of the on-going projects.
Name of the Bidder:
SL
Full postal address of client and name of
Officer-in-charge with
Contact details
Descript ion of the work done
Value of contract
Date of commencement
of work
Scheduled / revised
completion period
Percentage of completion as on date
Expected date of
completion Remarks
Page 41 of 62
3.4. Format for providing details on annual turnover statement:
Name of the Bidder:
The bidder shall indicate herein his annual turnover during preceding 5 years based on the
audited balance sheet/profit and loss account statement.
Financial year Annual turnover (Rs.) Net worth (Rs.)
2015-2016
2014-2015
2013-2014
2012-2013
2011-2012
Note: 1. Copies of audited balance sheets with profit and loss account of 5 years shall be
submitted along with the Technical bid in support of above entries.
Page 42 of 62
3.5. Format for submission of EMD in the form of Bank gaurantee
Whereas ________________________________________________________ (hereinafter called the tenderer”) has submitted their offer dated ___________________________________________ for the supply of _______________________________________________________(hereinafter called the tender”)against the purchaser’s tender enquiry No._________________________________ KNOW ALL MEN by these presents that WE ____________________________of ________________________________________ having our registered office at___________________are bound unto _____________________(hereinafter called the “Purchaser”) In the sum of ---------------------------------------------------------------------------------------- for which payment will and truly to be made to the said Purchaser, the Bank binds itself, its successors and assigns by these presents. Sealed with the Common Seal of the said Bank this ______________day of ____________20__________.
THE CONDITIONS OF THIS OBLIGATION ARE:
(1) If the tenderer withdraws or amends, impairs or derogates from the Tender in any respect within the period of validity of this tender.
(2) If the tenderer having been notified of the acceptance of his tender by the Purchaser during the period of its validity:-
(3) If the tenderer fails to furnish the Performance Security for the due Performance of the
contract.
(4) Fails or refuses to accept/execute the contract. WE undertake to pay the Purchaser up to the above amount upon receipt of its first written demand, without the Purchaser having to substantiate its demand, provided that in its demand the Purchaser will note that the amount claimed by it is due to it owing to the occurrence of one or both the two conditions, specifying the occurred condition or conditions. This guarantee will remain in force up to and including 45 days after the period of tender validity and any demand in respect thereof should reach the Bank not later than the above date. (Signature of the authorized officer of the Bank)
Name and designation of the officer Seal, name and address of the Bank and address of the Branch
Page 43 of 62
3.6. Format for submission of Performance Bank guarantee (PBG )
To
…………………………..
WHEREAS ………………………………. (Name and address of the supplier) (Hereinafter
called “the supplier”) has undertaken, in pursuance of contract no. ……. dated
………….to supply (description of goods and services) (herein after called “the contract”)
AND WHEREAS it has been stipulated by you in the said contract that the supplier
shall furnish you with a bank guarantee by a scheduled commercial bank recognized
by you for the sum specified therein as security for compliance with its obligations in
accordance with the contract;
AND WHEREAS we have agreed to give the supplier such a bank guarantee; NOW
THEREFORE we hereby affirm that we are guarantors and responsible to you, on
behalf of the supplier, up to a total of …………………………………. (amount of the
guarantee in words and figures), and we undertake to pay you, upon your first written
demand declaring the supplier to be in default under the contract and without cavil or
argument, any sum or sums within the limits of (amount of guarantee) as aforesaid,
without your needing to prove or to show grounds or reasons for your demand or the
sum specified therein.
We hereby waive the necessity of your demanding the said debt from the supplier
before presenting us with the demand. We further agree that no change or addition to
or other modification of the terms of the contract to be performed there under or of any
of the contract documents which may be made between you and the supplier shall in
any way release us from any liability under this guarantee and we hereby waive notice
of any such change, addition or modification.
This guarantee shall be valid until the ….. Day of ………, 2017……………………………….
(Signature of the authorized officer of the Bank)
………………………………………………………….
Name and designation of the officer
………………………………………………………….
Seal, name and address of the Bank and address of the Branch.
Page 44 of 62
3.7 Compliance statement for SITC of TV and FM Channels Content Monitoring,
Logging and Ad watching Setup for DPR, Chattisgarh, GOC.
Logger H/W and S/W part -A
Sl. No
Description Make Complied YES/No
A. HARDWARE
I. Recording
1.
Recording
TV channels are to be recorded at
1Mbps in CIF resolution for 90 days
FM channels are to be recorded at
64Kbps for 90 days
Total net storage will be not less than
12 TB
Disk redundancy shall be provided
under Raid 1, 5, 6 or 10.
Disks shall be not less than Enterprise
quality
Recording Servers
Redundant Power Supplies
Rack mounted
Raid controller supporting Raid 1,5,6
and 10.
Not less than 8 slots for LFF hard
drives
Inputs
System shall include not less than 16
analog RCA inputs for TV input from
Set Top Boxes.
System shall include FM antenna and
not less than 5 tuners for FM input off
air.
Player
System shall include a player that can
be run from any browser
The player will allow viewing and
listening to near live TV and radio, with
HP
DELL
IBM
Super Micro
Page 45 of 62
a latency of not more than 12 seconds.
The player will also allow viewing any
stored Media by selecting a channel,
date and time
The TV player will automatically
present a storyboard of pictures when
selecting a video segment
The player will allow the creation of
simple clips, with Mark-in and Mark-
out, exported into any A/V format.
The player shall allow fast forward,
slow motion, frame by frame forward
and backward.
Ads Detection
System shall include a module for
automatically detect commercial Ads
The detection module shall be based on
learning the video and the audio
(fingerprinting technology) and shall
not require any prior marking of the
broadcasts (watermark technology).
There shall be two fingerprint engines,
one for audio and one for video. To
avoid doubt we clarify that a video
segment where the sound has been
modified from its original sample, will
still be detected based on the similarity
of the video, even if the audio is
different.
The system will have the capacity to
search for at least 400 audio or video
samples (markers) which are active
(aired) at any moment.
The number of detections per month
(actual Ads detected) will be unlimited.
The operator shall have the ability to
review all detections, or only those
detections which the system triggered
as doubtful, and to modify their status
from approved (or positive) to rejected
(or negative).
The operator shall have the ability to
create new markers (samples of new
Ads) either by marking a sample within
a recorded aired segment, or by import
Page 46 of 62
of a sample file.
The duration of a sample Ad (marker)
will be between 10 seconds and 3
minutes.
The detection engines (audio and video)
shall have one common user interface
for handling both TV and Radio
channels.
Automatic Technical Monitoring
The system will include automatic
detection of disruptions in the
broadcasts and in the recordings
The technical monitoring module shall
detect video and audio anomalies and
will perform continuous quality checks,
detecting loss of audio or video signal,
frozen picture.
The module shall send notification via
e-mail and / or SNMP.
II Installation, Testing and Commissioning of System
The System Integrator shall be responsible for
the Integration of whole set up. Custom
III. Customization of the system
1. One Year Customization as per the
requirement of client shall be given
The feedback/Input shall be taken from staff
and System need to be customized according
to the requirement of client setup.
B. LOGGER SOFTWARE
1.
The Software shall contain features as
specified in Technical Specification 2.3 of this
RFP
Digital Nirvana, Volicon, Actus, Media Proxy, BBN
TVEyes
Page 47 of 62
Perpetual or One time license for three years
should be provided. Timely update of software
should also be provided.
AV equipments apart from Logger H/W and S/W -A
SL Specification of item Make/Model
Complied
Yes/No
1 Supply of 22-32 inch Full HD TV with inbuilt
speakers with wall mounting brackets and remote
controller.
LG/Sony/Sams
ung
2
Supply of Standard Desktop workstation for
monitoring with standard 19.5 inch monitor FHD VA
WLED-backlit (1920 x 1080), Intel® Pentium®
J3710 Processor, Windows 10 Home, 4GB DDR3
RAM / 1TB HDD,Intel® HD Graphics 405,DVD
writer all with one year warranty and support.
HP/Dell/Lenovo
3 Supply of 16 Port 1 Gigabit smart Ethernet Switch
D-Link/
Netgear
4 Supply of 1 input to 3 output Composite Video with Stereo Audio Distribution Amplifier.
Kramer/Cable
electronics/Shin
ybow/Comcon
5
Supply of 30 U ,19" AV rack with rack shelves and
PDU's (6A x 16 numbers) for mounting and power
up the set top boxes
President/Eurot
ech/Bestnet/eq
uivalent
6 Supply of Professional Over-Ear Headphones
AKG/Sennheiser
/Sony/Audio
technica
7 Supply of Multifunction laser jet Printer which can
perform print, copy, scan ,fax
HP/Cannon/sa
msung
Page 48 of 62
8
Installation material like electrical power cables, cat-
6e patch cables and ports, audio video cables, BNC
connectors, BNC patch cables, splitters etc any
other installation materials that are required for