bid document - gujarat informatics document number to gil office with the heading “bid processing...

48
Bid Document RFP.NO. GIL\BISAG\SATCOM-content lib and Group-A\2015-16 DATE: 12.02.2016 Note: Please address all queries and correspondence to DGM (Tech.) Gujarat Informatics Limited, 8 th Floor, Block No.1, Udyog Bhavan, Sector 11, Gandhinagar 382 010 Phone: 079 - 23256022 E-mail: [email protected] Client: Bhaskaracharya Institute for Space Application & Geo-informatics (BISAG), Department of Science & Technology, Gandhinagar Pre Bid Meeting: Date & Time: 24.02.2016 at 1500 hrs, Venue: Bhaskarachaya Institute for Space Application & Geo-informatics (BISAG), Department of Science & Technology, Government of Gujarat Nr. CH-0 Circle, Indulal Yagnik Marg, Gandhinagar - 382 007 Bid Due Date: 11.03.2016 up to 1500 hrs. Un-priced Bid Opening: Date & Time: 11.03.2016 at 1700 hrs. Venue: Gujarat Informatics Limited Block No. 1, 8 th Floor, Udyog Bhavan, Sector-11, Gandhinagar-382 010 Bidding Agency Address: Gujarat Informatics Limited Block No. 1, 8 th Floor, Udyog Bhavan, Sector 11, Gandhinagar-382010 Phone No.: 079 - 23256022, Fax No.: 079 - 23238925 Website: www.gil.gujarat.gov.in Name of Work: Tender for Supply and/or Installation of Equipments for SATCOM Studio & Digital Uplink Earth Station for BISAG, Gandhinagar.

Upload: vuonghanh

Post on 28-Mar-2018

220 views

Category:

Documents


4 download

TRANSCRIPT

Bid Document

RFP.NO. GIL\BISAG\SATCOM-content lib and Group-A\2015-16 DATE: 12.02.2016

Note: Please address all queries and correspondence to

DGM (Tech.) Gujarat Informatics Limited, 8th Floor, Block No.1, Udyog Bhavan, Sector 11, Gandhinagar 382 010 Phone: 079 - 23256022 E-mail: [email protected]

Client: Bhaskaracharya Institute for Space Application & Geo-informatics

(BISAG), Department of Science & Technology, Gandhinagar Pre Bid Meeting: Date & Time: 24.02.2016 at 1500 hrs, Venue: Bhaskarachaya Institute for Space Application & Geo-informatics (BISAG),

Department of Science & Technology, Government of Gujarat Nr. CH-0 Circle, Indulal Yagnik Marg, Gandhinagar - 382 007

Bid Due Date: 11.03.2016 up to 1500 hrs. Un-priced Bid Opening: Date & Time: 11.03.2016 at 1700 hrs. Venue: Gujarat Informatics Limited

Block No. 1, 8th Floor, Udyog Bhavan, Sector-11, Gandhinagar-382 010

Bidding Agency Address: Gujarat Informatics Limited Block No. 1, 8th Floor, Udyog Bhavan,

Sector 11, Gandhinagar-382010 Phone No.: 079 - 23256022, Fax No.: 079 - 23238925 Website: www.gil.gujarat.gov.in

Name of Work: Tender for Supply and/or Installation of Equipments for SATCOM Studio & Digital Uplink Earth Station for BISAG, Gandhinagar.

Page 2 of 48

RFP.NO. GIL\BISAG\SATCOM-content lib and Group-A\2015-16

Introduction

Gujarat Informatics Limited (GIL), on behalf of Bhaskaracharya Institute for Space Application & Geo-informatics (BISAG), Department of Science & Technology, Government of Gujarat invites the bid for Supply and/or Installation of Equipments for SATCOM Studio & Digital Uplink Earth Station of BISAG. Successful bidder will have to supply & perform the acceptance test of the supplied equipment(s) at BISAG as per terms and conditions of the bid document. Unit cost is required to be offered for all the equipments with the warranty as mentioned in Annexure B. Bids are hereby invited from the Bidders having capability, and resources in supplying the Equipments for SATCOM Studio & Digital Uplink Earth Station for BISAG. Proposal in the form of BID are requested for the item(s) in complete accordance with the documents to be uploaded as per following guidelines. 1.0 Bidder shall submit their bids on https://www.gil.nprocure.com.

The Bidder will have to remit Non refundable Bid Processing Fees of Rs. 5,000/- & Earnest Money Deposit (E.M.D.) as mentioned in the Annexure A1 on or before date & hours of submission of bid (i.e. 11.03.2016 up to 1500 hrs) in a sealed cover super scribed with the bid document number to GIL office with the heading “Bid Processing fees & EMD for item no. ______________ in tender for supply and/or installation of Equipments for SATCOM Studio & Digital Uplink Earth Station for BISAG, Gandhinagar”.

Bid processing fees must be in the form of Demand Draft in the name of “Gujarat Informatics Ltd.” payable at Gandhinagar along with the covering letter.

EMD shall be submitted in the form of Demand Draft OR in the form of an unconditional Bank Guarantee (which should be valid up to 9 months from the date of bid submission) of any Nationalized Bank including the public sector bank or Private Sector Banks or Commercial Banks or Co-Operative Banks and Rural Banks (operating in India having branch at Ahmedabad/Gandhinagar) as per the G.R. no. EMD/10/2014/570/DMO dated 01.04.2015 issued by Finance Department or further instruction issued by Finance department time to time in the name of “Gujarat Informatics Ltd.” payable at Gandhinagar (as per prescribed format given at Annexure A ) and must be submitted along with the covering letter for RFP.NO. GIL\BISAG\SATCOM- content lib and Group-A \2015-16 dated 12-02-2016. Please affix the stamp of your company on the overleaf of demand draft.

Note: Failing to submit physical covers of EMD and bid processing fees at GIL on or before 11.03.2016 up to 1500 Hrs may lead to the rejection of the bid

2.0 Out of total 8 items, two items require installation & training. Further the required warranty of

equipments varies for each item. Bidder must ensure for the required Warranty, Installation & Training of the equipments as per the Annexure B, before quoting the bid.

3.0 The bid shall specify time schedule of various activities.

4.0 The Bidder may quote any item or all item in categories mentioned in the bid. 5.0 Bid complete in all respects should be uploaded on or before the Bid due date.

Page 3 of 48

6.0 The Bid Processing Fees & Bid Security Section and Eligibility Section will be opened on the

specified date & time in presence of the committee members and representatives of the bidders who choose to attend. The representative will be held responsible for all commitments made on behalf of the bidder and that will be considered valid for all further dealings related to this tender process.

7.0 Services offered should be strictly as per requirements mentioned in this Bid document.

Please spell out any unavoidable deviations, Clause / Article-wise in your bid under the heading Deviations.

8.0 Once quoted, the bidder shall not make any subsequent price changes, whether resulting or

arising out of any technical/commercial clarifications sought regarding the bid, even if any deviation or exclusion may be specifically stated in the bid. Such price changes shall render the bid liable for rejection.

9.0 In addition to this RFP, the following sections uploaded are part of Bid Documents.

Section Name of Section Page No.

Section - 1 Eligibility Criteria 06

Section - 2 Scope of Work 07

Section - 3 Instructions to Bidders 10

Section - 4 Make & Model List 21

Section - 5 Technical Specifications 22

Section - 6 Financial Bid Format 40

Section - 7 Performa of Compliance letter / Authenticity of Information Provided 41

Section - 8 Performa of Performance Bank Guarantee & Contract Form 44

Section - 9 Annexure 47 Important Dates & Details:

1 Bid Reference Number GIL\BISAG\SATCOM- content lib and Group-A \2014-15 dated 12.02.2016

2 Date of Pre-Bid Meeting 24.02.2016 at 1500 Hrs.

3 Venue of Pre-Bid Meeting

Bhaskarachaya Institute for Space Application & Geo-informatics (BISAG), Nr. CH-0 Circle, Indulal Yagnik Marg, Gandhinagar - 382 007

4 Last Date & Time for Submission of Bids 11.03.2016 up to 1500 Hrs.

5 Date & Time of Opening of Bids (Un-priced Bids) 11.03.2016 at 1700 Hrs.

6 Date & Time of Opening of Commercial Stage

Will be intimated to the qualified bidders at a later date.

Page 4 of 48

7 Venue of Opening of Bids Gujarat Informatics Limited Bloc k No. 1, 8th Floor, Udyog Bhavan, Gandhinagar - 382010

8 Bid Processing Fees (Non-refundable) Rs. 5,000/- (Rupees Five Thousand Only)

9 Earnest Money Deposit (E.M.D.) As per the Annexure A1

10 GIL Contact Person DGM (Tech.), GIL

Note: Please specify RFP Number in all your correspondence.

Page 5 of 48

Details of Earnest Money Deposit (E.M.D.): Annexure A 1

Sr. No. Item Qty. EMD (In Rs.)

1 Content Library 1 800000

2 Playout Server 5 700000

3 Virtual Studio System for studio 1 1 500000

4 Virtual Studio System 4 720000

5 Boom Microphone 40 64000

6 UHF Wireless Handheld Microphone 20 12400

7 Table Top Microphone 20 15200

8 Wireless Microphone with Lapel Transmitter 40 25600

Page 6 of 48

Annexure B Details of required Warranty of Equipments and Installation & Training:

Sr. No. Item

Warranty Required (in Years)

Installation & Training Required (Yes / No)

1 Content Library 2 Yes

2 Playout Server 2 Yes

3 Virtual Studio System for studio 1 1 Yes

4 Virtual Studio System 1 Yes

5 Boom Microphone 1 No

6 UHF Wireless Handheld Microphone 1 No

7 Table Top Microphone 1 No

8 Wireless Microphone with Lapel Transmitter 1 No

Page 7 of 48

Section - 1

Eligibility Criteria

1. The bidder should have a total sum of turnover of Rs. 3 Crore in the last three financial

years. The copies of Audited Annual Accounts / Balance Sheet along with Profit & Loss Accounts for last three financial years shall be attached along with the bid. (Form no. T1)

2. The bidder should have VAT / CST Registration. They should attach the copy of same.

3. The bidder must have experience of supplied studio equipments / broadcast equipments / earth station equipments in any Government or Central Government Organization or any reputed private sector during last three years. Bidder has to submit the supporting documents (like copy of purchase order, completion certificate) for at least one customer references. (Form no. T2)

4. The bidder should be authorized by its OEM or their Authorized Dealer / Distributor, for the item(s) they want to quote in this bid, for which they have to upload the valid Authorization Letter / Certificate issued by OEM or their Authorized Dealer / Distributor to quote in this bid. Without Authorization Letter / Certificate, the bids are liable to rejection. (Form no. T3)

Note: All the details and the supportive documents for the above mentioned items should

be uploaded in eligibility section in the bid.

Page 8 of 48

Section - 2

Scope of Work Bidder is required to Supply the Equipments for SATCOM Studio & Digital Uplink Earth Station at BISAG, as per the specifications mentioned in the Bid document. All the equipments are as mentioning in the Make & Model list. The bidder shall be responsible for implementation of the work as defined in the bid document. Bidders also have to install & provide training to BISAG persons for the equipments mentioned in Annexure B. Unit cost is required to be offered for all the items as requested. GIL/GoG does not guarantee any fixed quantity of any item as mentioned in bid, at the time of awarding the order. The quantity of any item may vary depending upon the change in the requirements/grants available with the purchaser(s), which shall be binding to the bidder. The rates should be valid for a period of 180 days from the date of financial bid opening. Bidder is required to carry out following tasks: Supply of the Equipments: The Bidder shall implement the required Equipments for SATCOM Studio & Digital Uplink Earth Station as required by GoG. Warranty: The Bidder shall be responsible for the warranty support for the period of 1/2 year (each item as mentioned in Annexure B) and as required by the BISAG. All goods or materials shall be supplied strictly in accordance with the specifications, drawings, datasheets, other documents and conditions stated in the Bid / Work order. All materials supplied by the Bidder shall be guaranteed to be of the best quality of their respective kinds and shall be free from faulty design, workmanship and materials. Documents: The Bidder shall provide 1 set of documents and manuals along with related software & their updates for the items they supply at the time of delivery (hard copy, soft copy with each item of the unit supplied.) Installation & Training: Onsite training is to be given by the Bidder to BISAG persons for the equipments mentioned in Annexure B, on operation and troubleshooting during the time of supply. Content Library: The Specifications for Supply, Installation, Testing and Commissioning of Storage with Archival and Media Asset Management System. Complete System should be Integrated with existing Studio Setup. The indicative of required Solution architecture is as below.

Page 9 of 48

2. GENERAL: a. The offered system should be from an internationally reputed manufacturer and each quote item should be field proven and in use by leading broadcasters. The bidder should essentially submit the list of the broadcasters to whom the quoted system has been supplied. b. The bidder should be authorization for the respective OEMs. c. It will be the responsibility of the bidder to ensure after-sale service and guarantee for all component/ equipment from respective manufacturers. d. The bidder should submit only one solution (Single BOM) for the offered system. BOM shall not contain any alternate item/ items for the item mentioned in the BOM. e. Any substandard equipment included in the offer may cause rejection of the complete offer with the sole responsibility of bidder. f. Bidder should include any other components like wire, connector etc. in the BOM for integration with existing Storage System. g. Bidder should include any other components like software updates, pertaining to Storage System if needed for integration with existing storage system. Any such software etc. are required to be supplied in original media and should be licensed to Bhaskaracharya Institute for Space Application and Geo-informatics ( BISAG ) with perpetual validity. The

Page 10 of 48

bidder will provide updates / up gradation of all the software free of charges during the validity of support contract. h. The supplied storage component should be Hardware agnostic, and should be equally independent of any proprietary compliance. The bidder need to assure that the supplied storage components can be used separately if need out of the existing storage system. i. The bidder should ensure that the offered system is not an “end of life” product and the necessary spare component is available for next 2 Years after the completion of the guarantee period. j. One set of printed technical manual/ datasheet for all the equipments are to be provided on non-returnable basis along with the tender to facilitate the technical evaluation, otherwise the tender is liable to be ignored. The successful bidder will have to supply set of printed technical, user and installation manual and connectivity schematic with respect to equipment and whole solution. k. If necessary, the bidder may be asked for demonstration of the offered system as part of the technical evaluation. In such case bidder will have to make suitable arrangement for the demonstration of the offered system at BISAG, Gandhinagar or existing customer location or OEM’s Centre of Excellence, on notice of 30 days. Accordingly the bidder should be in readiness for demonstration. l. The complete Storage System equipment and Software supplied by the successful bidder should be guaranteed for two years (24months) of trouble free operation from the date of commissioning. In case of any item or whole equipment failure including hardware and accessories within this period, the same shall be rectified or replaced free of cost to BISAG, Gandhinagar m. All the Software and Hardware component should be with 2 year Annual Support. n. The bidder has to offer trainings as given below:

i) Operation & Maintenance Training: The bidder should offer Operation and Maintenance Training to Engineers or other concern persons (as recommended by BISAG) at the installation site immediately after completion of installation. ii) On-site Support: The bidder should offer on-site support for 7 days immediately after commissioning and as and when required during the warrantee/guarantee period of 2 years.

Page 11 of 48

Section - 3

Instructions to Bidders ARTICLE - 1: COST OF BIDDING 1.1 The Bidder shall bear all costs associated with the preparation and submission of the Bid

and Govt. of Gujarat (GOG) / Gujarat Informatics Ltd (GIL) will in no case be responsible for those costs, regardless of the conduct or outcome of the bidding process.

1.2 Bidder is requested to pay Rs. 5,000/- as a bid processing fee (Non refundable) in the form of demand draft in favor of “Gujarat Informatics Ltd.” payable at Gandhinagar along with the EMD cover. In case of non receipt of bid processing fees & EMD the bid will be rejected by GIL.

ARTICLE - 2: BIDDING DOCUMENTS 2.1 Bidder can download the bid document and further amendment if any freely available on

https://www.gil.gujarat.gov.in and https://www.gil.nprocure.com and upload the same on https://www.gil.nprocure.com on or before due date & time of the tender. Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or submits a Bid not substantially responsive to the bidding documents in every respect may result in the rejection of the Bid. Under no circumstances physical bid will be accepted.

ARTICLE - 3: CLARIFICATION ON BIDDING DOCUMENTS & PRE-BID MEETING: 3.1 Bidders can seek written clarifications 5 days before pre bid meeting to DGM (Tech.),

Gujarat Informatics Ltd., 8th Floor, Block No. 1, Udyog Bhavan Gandhinagar - 382 010 and pre-bid meeting will be held as per the schedule. GIL will clarify & issue amendments if any to all the bidders in the pre-bid meeting. No further clarification what so ever will be entertained after the bid submission date.

ARTICLE - 4: AMENDMENT OF BIDDING DOCUMENTS 4.1 At any time prior to the deadline for submission of bids, GIL/GoG, for any reason, whether at

its own initiative or in response to the clarifications requested by prospective bidders may modify the bidding documents by amendment.

4.2 All prospective bidders will be notified of the amendment and such modification will be

binding on them. Bidders are also requested to browse the website of GIL/GoG i.e. www.gil.gujarat.gov.in & www.gil.nprocure.com for further amendments if any.

4.3 In order to allow prospective bidders a reasonable time to take the amendment into account

in preparing their bids, GIL/GoG, at its discretion, may extend the deadline for the submission of bids.

ARTICLE - 5: LANGUAGE OF BID 5.1 The Bid prepared by the Bidder, as well as all correspondence and documents relating to the

Bid exchanged by the Bidder and GOG / GIL shall be in English. Supporting documents and printed literature furnished by the bidder may be in another language provided they are accompanied by an accurate translation of the relevant pages in English. For purposes of interpretation of the bid, the translation shall govern.

Page 12 of 48

ARTICLE - 6: SECTIONS COMPRISING THE BIDS 6.1 The quotation should be scan-able and distinct without any option stated in.

6.2 The bid submitted shall have the following documents:

EMD & Bid Processing Fees Section: The EMD (refundable) & bid processing fee (non-refundable) to be furnished to GIL office on or before date & hours of submission of bid in a sealed cover super scribed with the bid document number. The details are required to be filled in this section.

Eligibility & Technical Section:

a) Clause by clause Compliance statement for Bid document including annexure to be uploaded.

b) All deviations and / or non compliance clauses shall be listed separately & uploaded. c) Letter of Authority for signing the bid. d) All Annexure / Table, duly filled-in with necessary proofs, as required and stated in

the bid document. e) Make & Model of quoted item in the bid with brochures / website literature. f) All Eligibility Forms, Technical Specification, Authorization Letter / Certificate &

supporting document related Eligibility & Technical Stage. Price Bid Section: a) Priced bid (in the prescribed format only)

ARTICLE - 7: BID FORMS 7.1 Wherever a specific form is prescribed in the Bid document, the Bidder shall use the form to

provide relevant information. If the form does not provide space for any required information, space at the end of the form or additional sheets shall be uploaded to convey the said information. Failing to upload the information in the prescribed format, the bid is liable for rejection.

7.2 For all other cases, the Bidder shall design a form to hold the required information. 7.3 GIL/GoG shall not be bound by any printed conditions or provisions in the Bidder’s Bid

Forms. ARTICLE - 8: FRAUDULENT & CORRUPT PRACTICE 8.1 Fraudulent practice means a misrepresentation of facts in order to influence a procurement

process or the execution of a Contract and includes collusive practice among Bidders (prior to or after Bid submission) designed to establish Bid prices at artificial noncompetitive levels and to deprive the GIL/GoG of the benefits of free and open competition.

8.2 “Corrupt Practice” means the offering, giving, receiving or soliciting of any thing of value,

pressurizing to influence the action of a public official in the process of Contract execution. 8.3 GIL/GoG will reject a proposal for award and may forfeit the E.M.D. and/or Performance

Guarantee if it determines that the bidder recommended for award has engaged in corrupt or fraudulent practices in competing for, or in executing, contract(s).

ARTICLE - 9: LACK OF INFORMATION TO BIDDER 9.1 The Bidder shall be deemed to have carefully examined all contract documents to his entire

satisfaction. Any lack of information shall not in any way relieve the Bidder of his responsibility to fulfill his obligation under the Contract.

Page 13 of 48

ARTICLE - 10: CONTRACT OBLIGATIONS 10.1 If after the award of the contract the Bidder does not sign the Agreement or fails to furnish

the Performance Bank guarantee within fifteen (15) working days from the date of confirmed purchase order, along with the inception report and working schedule as per the tender requirements & if the operation are not started within seven (07) working days after submission of P.B.G. as mentioned, GIL/GoG reserves the right to cancel the contract and apply all remedies available to him under the terms and conditions of this contract.

ARTICLE - 11: BID PRICE 11.1 The priced bid should indicate the prices in the format / price schedule only. 11.2 Offered price should be inclusive of all applicable taxes and levis applicable such as Excise,

Packing / Forwarding, Insurance, FOR destination (any where in the Gujarat state). CST / VAT / Service Tax needs to be shown separately.

11.3 Discount if offered, should not be mentioned separately. It should be included in offered

price. 11.4 Any effort by a bidder or bidder’s agent\consultant or representative howsoever described to

influence the GIL\GoG in any way concerning scrutiny\consideration\evaluation\comparison of the bid or decision concerning award of contract shall entail rejection of the bid.

11.5 Unit rates should be quoted separately for each item. Quantities can be increased or

decreased by purchaser and bidder has to supply deviated quantities at the rates prescribed and approved by the purchaser in the tender document.

ARTICLE - 12: BID CURRENCY 12.1 The prices should be quoted in Indian Rupees. Payment for the supply of equipments as

specified in the agreement shall be made in Indian Rupees only. ARTICLE - 13: EARNEST MONEY DEPOSIT (EMD) 13.1 The Bidder shall furnish, as part of the Bid, EMD as mentioned in the Annexure A1 by

demand draft OR in the form of an unconditional Bank Guarantee (which should be valid up to 9 months from the date of bid submission) of any Nationalized Bank including the public sector bank or Private Sector Banks or Commercial Banks or Co-Operative Banks and Rural Banks (operating in India having branch at Ahmedabad/Gandhinagar) as per the G.R. no. EMD/10/2014/570/DMO dated 01.04.2015 issued by Finance Department or further instruction issued by Finance department time to time in the name of “Gujarat Informatics Ltd.” payable at Gandhinagar (as per prescribed format given at Annexure A) and must be submitted along with the covering letter for RFP.NO. GIL\BISAG\SATCOM- content lib and Group-A \2015-16 dated 12.02.2016. The un-priced bid (Technical-bid) will be opened subject to the confirmation of valid EMD and bid processing fees.

13.2 Unsuccessful bidder’s E.M.D. will be returned as promptly as possible but not later than 15

days after the expiration of the period of bid validity OR upon the successful Bidder signing the Contract, and furnishing the Performance Bank Guarantee @ 5% of the total order value as prescribed by GIL, whichever is earlier.

13.3 The successful Bidder's EMD will be discharged upon the Bidder signing the

Contract/Agreement, and furnishing the Performance Bank Guarantee.

Page 14 of 48

13.4 The EMD may be forfeited at the discretion of GIL/GoG, on account of one or more of the following reasons: a) The Bidder withdraws their Bid during the period of Bid validity specified by them on

the Bid letter form. b) Bidder does not respond to requests for clarification of their Bid. c) Bidder fails to co-operate in the Bid evaluation process, and d) In case of a successful Bidder, the said Bidder fails : (I) To sign the Agreement in time, (ii) To furnish Performance Bank Guarantee

ARTICLE - 14: PERIOD OF VALIDITY OF BIDS 14.1 Bids shall remain valid for 180 days after the date of Financial Opening by GIL. A Bid valid

for a shorter period shall be rejected as non-responsive. 14.2 In exceptional circumstances, GIL/GoG may solicit Bidder's consent to an extension of the

period of validity. The request and the responses thereto shall be made in writing. The EMD shall also be suitably extended. A Bidder granting the request is not required nor permitted to modify the Bid.

ARTICLE - 15: BID DUE DATE 15.1 Bid must be uploaded by vendor not later than the due date specified in the RFP. 15.2 The GIL/GoG may, as its discretion, extend the bid due date, in which case all rights and

obligations of the GIL/GoG and the bidders, previously subject to the bid due date, shall thereafter be subject to the new bid due date as extended.

ARTICLE - 16: LATE BID 16.1 No bidder may be able to upload or submit the bid after the bid due date/time. ARTICLE - 17: MODIFICATION AND WITHDRAWAL OF BID 17.1 The Bidder may modify or withdraw its Bid before the due date of bid submission.

17.2 No Bid may be modified subsequent to the deadline for submission of bids.

17.3 No Bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of Bid validity specified by the Bidder on the bid letter form. Withdrawal of a Bid during this interval may result in the bidder's forfeiture of its EMD.

ARTICLE - 18: OPENING OF BIDS BY GIL 18.1 Bids will be opened in the presence of Bidder’s representatives, who choose to attend. The

Bidder’s representatives who are present shall sign a register evidencing their attendance. 18.2 The Bidder’s names, Bid modifications or withdrawals, discounts and the presence or

absence of relevant EMD and such other details as the GIL officer at his/her discretion, may consider appropriate, will be announced at the opening.

18.3 Immediately after the closing time, the GIL contact person shall open the Un-priced Bids and

list them for further evaluation. ARTICLE - 19: CONTACTING GIL 19.1 Bidder shall not approach GIL officers out side of office hours and/ or out side GIL office

premises, from the time of the Bid opening to the time the Contract is awarded.

Page 15 of 48

19.2 Any effort by a bidder to influence GIL officers in the decisions on Bid evaluation, bid comparison or contract award may result in rejection of the Bidder's offer. If the Bidder wishes to bring additional information to the notice of the GOG, it should do so in writing.

ARTICLE - 20: REJECTION OF BIDS 20.1 GIL's right to reject any or all bids: GIL reserves the right to reject any Bid, and to annul the

bidding process and reject all bids at any time prior to award of Contract, without thereby incurring any liability to the affected Bidder(s) or any obligation to inform the affected Bidder(s) of the grounds for such decision.

ARTICLE - 21: PRELIMINARY EXAMINATION OF BID 21.1 Un-priced Bid documentation shall be evaluated in two steps. 21.2 Firstly, the documentation furnished by the Bidder will be examined based on the following

criteria:

(i) Compliance to bid document. (ii) Evaluation of Eligibility Criteria & Technical Specifications of the Product / Solution

Offered. (The bidder shall provide details in the bid) (iii) Experience in handling such projects (the bidder shall provide information in the BID)

21.3 In the second step, GIL may ask Bidder(s) for additional information, demonstration of the

equipments, field testing of the equipments offered to check compatibility with the existing BISAG- infrastructure, visit to Bidders site and/or arrange discussions with their professional, technical faculties or Users, to verify claims made in Un-priced Bid documentation.

21.4 Bidder will have to demonstrate seamless integration of offered equipments with BISAG

Infrastructures, as mentioned in the Scope of Work, with satisfactory performance of required transmission as requested in Specification Sheet.

21.5 Priced Bid: Priced Bids will be opened only if the bids are technically qualified and fulfill the

Eligibility Criteria. GIL may at its discretion discuss with Bidder(s) available at this stage to clarify contents of Price Bid.

21.6 Choice of Firm: Final Choice of Firm to execute this project shall be made on the

basis of conformity to eligibility & technical bid. The financial bid of the technically qualified bidders will be opened and financially L1 bidder(s) will be decided from unit prices without tax for individual items and then called for further negotiations if required.

ARTICLE - 22: AWARD OF CONTRACT 22.1 Award Criteria: The Criteria for selection will be the lowest effective cost to BISAG for the

technically qualified bids. 22.2 BISAG's right to vary requirements at time of award: GIL/BISAG reserves the right at the

time of award to increase or decrease quantity for the requirements originally specified in the document without any change in Bid rate or other terms and conditions.

22.3 In case, if lowest bidder does not accept the award of contract or found to be involved in corrupt and/or fraudulent practices, the next lowest bidder will be awarded the contract. In such scenario, the lowest bidder has to born the difference between lowest prices and next lowest prices.

Page 16 of 48

ARTICLE - 23: NOTIFICATION OF AWARD & SIGNING OF CONTRACT 23.1 Prior to expiration of the period of Bid validity, GIL will notify the successful Bidder. 23.2 The Successful bidder has to submit Performance Bank Guarantee @ 5% of total order

value within 15 days from the date of issue of Purchase order (for warranty period + extra 3 months) from all Nationalized Bank including the public sector bank or Private Sector Banks or Commercial Banks or Co-Operative Banks (operating in India having branch at Ahmedabad/ Gandhinagar) as per the G.R. no. EMD/10/2013/655/DMO dated 31.03.2014 issued by Finance Department or further instruction issued by Finance department time to time. (The draft of Performance Bank Guarantee is attached herewith).

23.3 Successful Bidder will have to sign the contract upon receiving the confirmed purchase order

with the purchaser(s) within 15 working days from the date of confirmed purchase order. (The draft is attached herewith)

ARTICLE - 24: FORCE MAJEURE 24.1 Force Majeure shall mean any event or circumstances or combination of events or

circumstances that materially and adversely affects, prevents or delays any Party in performance of its obligation in accordance with the terms of the Agreement, but only if and to the extent that such events and circumstances are not within the affected party's reasonable control, directly or indirectly, and effects of which could have prevented through Good Industry Practice or, in the case if construction activities through reasonable skill and care, including through the expenditure of reasonable sums of money. Any events or circumstances meeting the description of the Force Majeure which have same effect upon the performance of any contractor shall constitute Force Majeure with respect to the Vendor. The Parties shall ensure compliance of the terms of the Agreement unless affected by the Force Majeure Events. The Vendor shall not be liable for forfeiture of its implementation / Performance guarantee, levy of Penalties, or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Agreement is the result of Force Majeure.

24.2 Force Majeure Events

The Force Majeure circumstances and events shall include the following events to the extent that such events or their consequences (it being understood that if a causing event is within the reasonable control of the affected party, the direct consequences shall also be deemed to be within such party's reasonable control) satisfy the definition as stated above.

Without limitation to the generality of the foregoing, Force Majeure Event shall include following events and circumstances and their effects to the extent that they, or their effects, satisfy the above requirements:

24.3 Natural events (“Natural Events”) to the extent they satisfy the foregoing requirements

including:

(a) Any material effect on the natural elements, including lightning, fire, earthquake, cyclone, flood, storm, tornado, or typhoon;

(b) Explosion or chemical contamination (other than resulting from an act of war); (c) Epidemic such as plague; (d) Any event or circumstance of a nature analogous to any of the foregoing.

24.4 Other Events (“Political Events”) to the extent that they satisfy the foregoing requirements

including:

Page 17 of 48

Political Events which occur inside or Outside the State of Gujarat or involve directly the State Government and the Central Government (“Direct Political Event”), including:

(i) Act of war (whether declared or undeclared), invasion, armed conflict or act of foreign enemy, blockade, embargo, revolution, riot, insurrection, civil commotion, act of terrorism or sabotage;

(ii) Strikes, work to rules, go-slows which are either widespread, nation-wide, or state-wide

and are of political nature; (iii) Any event or circumstance of a nature analogous to any of the foregoing.

24.5 FORCE MAJEURE EXCLUSIONS

Force Majeure shall not include the following event(s) and/or circumstances, except to the extent that they are consequences of an event of Force Majeure :

(a) Unavailability, late delivery

(b) Delay in the performance of any contractor, sub-contractors or their agents;

24.6 PROCEDURE FOR CALLING FORCE MAJEURE

The Affected Party shall notify to the other Party in writing of the occurrence of the Force Majeure as soon as reasonably practicable, and in any event within 5 (five) days after the Affected Party came to know or ought reasonably to have known, of its occurrence and that the Force Majeure would be likely to have a material impact on the performance of its obligations under the Agreement.

ARTICLE – 25: CONTRACT OBLIGATIONS Once a tender is confirmed and signed, the terms and conditions contained therein shall take precedence over the Bidder’s bid and all previous correspondence.

ARTICLE – 26: AMENDMENT TO THE AGREEMENT

Amendments to the Agreement may be made by mutual agreement by both the Parties. No variation in or modification in the terms of the Agreement shall be made except by written amendment signed by both the parties. All alterations and changes in the Agreement will take into account prevailing rules, regulations and laws.

ARTICLE – 27: USE OF AGREEMENT DOCUMENTS AND INFORMATION

The Vendor shall not without prior written consent from GoG disclose the Agreement or any provision thereof or any specification, plans, drawings, pattern, samples or information furnished by or on behalf of GoG in connection therewith to any person other than the person employed by the Vendor in the performance of the Agreement. Disclosure to any such employee shall be made in confidence and shall extend only as far as may be necessary for such performance. The Vendor shall not without prior written consent of GoG make use of any document or information made available for the project except for purposes of performing the Agreement. All project related documents issued by GoG other than the Agreement itself shall remain the property of GoG and Originals and all copies shall be returned to GoG on completion of the Vendor's performance under the Agreement, if so required by the GoG.

ARTICLE – 28: ASSIGNMENT & SUB CONTRACTS 28.1 Assignment by Vendor

Page 18 of 48

The Vendor shall not assign, in whole or in part, its rights and obligations to perform under the Agreement to a third party, except with the prior written consent from GoG.

28.2 Sub contracts

The Vendor shall notify the GoG in writing of all subcontracts awarded under the Contract Agreement. Such notification shall not relieve the Vendor from any liability or obligation under the Agreement. The Vendor shall fully indemnify GoG for any claims/damages whatsoever arising out of the Sub contracts.

ARTICLE – 29: RESOLUTION OF DISPUTES

29.1 If any dispute arises between the Parties hereto during the subsistence or thereafter, in connection with the validity, interpretation, implementation or alleged material breach of any provision of the Agreement or regarding a question, including the questions as to whether the termination of the Contract Agreement by one Party hereto has been legitimate, both Parties hereto shall endeavor to settle such dispute amicably. The attempt to bring about an amicable settlement is considered to have failed as soon as one of the Parties hereto, after reasonable attempts [which attempt shall continue for not less than 30 (thirty) days], give 15 days notice thereof to the other Party in writing.

29.2 In the case of such failure the dispute shall be referred to a sole arbitrator or in case of disagreement as to the appointment of the sole arbitrator to three arbitrators, two of whom will be appointed by each Party and the third appointed by the two arbitrators.

29.3 The place of the arbitration shall be Gandhinagar, Gujarat.

29.4 The Arbitration proceeding shall be governed by the Arbitration and Conciliation Act of 1996 as amended.

29.5 The proceedings of arbitration shall be in English language.

29.6 The arbitrator’s award shall be substantiated in writing. The arbitration tribunal shall also decide on the costs of the arbitration procedure.

29.7 The Parties hereto shall submit to the arbitrator’s award and the award shall be enforceable in any competent court of law.

ARTICLE – 30: TAXES & DUTIES

Vendor is liable for all taxes and duties etc. as may be applicable from time to time. ARTICLE – 31: BOOKS & RECORDS

Vendor shall maintain adequate books and records in connection with Contract and shall make them available for inspection and audit by GoG during the terms of Contract until expiry of the performance guarantee.

ARTICLE – 32: WARANTY TERMS

Warranty: 1/2 year Comprehensive Warranty for all items The details is mentioned in Annexure B. In the event that the materials supplied do not meet the specifications and/or are not in accordance with the drawings data in terms of this order, and rectification is required at site, GOG shall notify the Vendor giving full details of difference. The Vendor shall attend the site within seven (7) days of receipt of such notice to meet and agree with representatives of GOG, the action required to correct the deficiency. Should the Vendor fail the attend meeting at site within the time specified above, GOG shall be at liberty to rectify the

Page 19 of 48

work/materials and Vendor shall reimburse GOG all costs and expenses incurred in connection with such trouble or defect.

ARTICLE – 33: PERFORMANCE GUARANTEE 33.1 The Vendor shall furnish Performance Guarantee for the duration of warranty period to

BISAG / GoG for an amount equal to 5% of the value of order. 33.2 The performance guarantee will be in the form of bank guarantee for the amount equal of

5% of the value of the Order towards faithful performance of the contract obligation, and performance of the equipments during Warrantee period as the case may be. In case of poor and unsatisfactory field services, GoG shall invoke the PBG.

33.3 The Performance Guarantee shall be discharged by GoG and returned to the Vendor within

30 days from the date of expiry of the Performance Bank Guarantee. ARTICLE- 34 DELIVERIES:

Within 70 days from the date of confirmed purchase order.

In case the quoted Item is not available in the market, the bidder will have to supply Higher Version/replacement of that Item in the quoted cost in the same time duration with prior approval of GIL/BISAG. No “End of Life” product should be quoted to minimize such instances till the bid validity (Make & Model quoted by the bidder should be available till the bid validity, duly supported for spares/OEM support for warranty period). ARTICLE –35: PAYMENTS TERMS

No advance Payment will be made. After delivery, installation & training (if required) and Completion of Acceptance test: 100%

ARTICLE – 36: PENALTY CLAUSE

If the bidder fails to deliver the requisite hardware and software within 70 days of the issue of the purchase order, then a sum equivalent to 0.5% of the total contract value shall be deducted from the payment for each calendar week of delay or part thereof. The amount of penalty for delay in delivery & installation shall be subject to a maximum limit of 10% of the total contract value. Delay in excess of 15 weeks will be sufficient to cause for termination of the contract. In that case the Performance Bank Guarantee of the bidder will be forfeited. In case, the selected bidder does not supply the ordered items for any reason, the bidder will be liable to pay the difference amount to the purchaser, over and above the performance guarantee, which indenter department has to pay to the next or other selected bidder for purpose of the said items.

During the warranty period supplier should attend the complaint within 48 hours from logging of complaint. Supplier has to resolve the problem as soon as possible, maximum up to 30 days from the complaint. Beyond 30 days if the complaint is not resolved, the bidder will be required to arrange for an immediate replacement of equivalent or higher equipment within one week till the complaint is not resolved. Failure to arrange for the immediate repair/replacement within one week will be liable for the penalty of 0.5% per week of the original purchase value for that equipment will be levied. The amount of penalty will be recovered from the Performance bank guarantee during warranty period.

Page 20 of 48

(Note: Working hours will be considered for Resolution/Response time during warranty period/maintenance service) The Bidder/System Integrator will be required to co-ordinate with BISAG and/or do liasioning with other service provider to achieve the end-to-end connectivity.

Successful bidder should submit the Performance Bank Guarantee @ 5% of total order value for the duration of (for warranty period + extra 3 months) as per bid requirements. In any case, bidder is required to maintain 5% PBG at all time during the period of contract. In case of any penalty claimed from the submitted PBG during the contract period, the successful bidder is required to submit the additional PBG of the amount equal to the penalty claimed for the duration up to the validity of original Bank Guarantee. For example, For 1 year warranty “X” amount of penalty will be claimed during the 5th month of contract period ( for, then bidder is required to submit the additional PBG of “X” amount for the period of 10 months i.e. 15 months ‐ 5 months. In case of bidder is found in breach of any condition(s) of bid or supply order/work order, at any stage during the course of supply / installation or warranty period, the legal action as per rules/laws, shall be initiated against the bidder and EMD/PBG shall be forfeited, besides debarring and blacklisting the bidder concerned for the time period as decided by Govt., for further dealings with GoG.

ARTICLE – 37 PROJECT IMPLEMENTATION 37.1 BISAG will be Engineer-In-Charge of the Project and all supply of items will be undertaken

by him. All Invoices, Vouchers, Bills for supplied goods and services by the Supplier under the scope of the work will be verified measured and accepted by the Engineer-In-Charge.

37.2 GIL reserves the right to change any bid condition of any item even after inviting the bids,

with/without prior notification. 37.3 GIL’s Right to accept any Bid and to reject any or all Bids - GIL reserve the right to accept or

reject any bid, and to annul the bidding process and reject all bids at any time prior to awarding the Contracts, without thereby incurring any liability to the affected Bidder or bidders or any obligation to inform the affected Bidder or bidders of the grounds for such decision.

37.4 The Vendor shall provide training to BISAG Personnel at no cost to BISAG. The training

schedule, content and modalities will be defined jointly by both the parties. 37.5 Any damage caused to the property of BISAG while executing the job shall be solely

Vendor's responsibility. In case any damage to the property is caused, the same will be recovered from the Vendors. No any extra cost shall be paid to the Vendor for such reasons.

37.6 In the event of the delay in delivery of contracted services or services is not satisfactory the

GoG may procure goods from else ware as prescribed in bid and Vendor shall be liable with out limitations for the difference between the cost of such substitution and the price set forth in the contract for the goods involved i.e. at the risk and cost of the Vendor.

37.7 The Supplier shall be responsible and take required insurance for all of their representations

working on the site at their own cost. BISAG will not be responsible for any loss or damage to any of the representatives of the Supplier during the said contract.

37.8 All work shall be performed and executed by the Supplier in strict conformity with the

engineer-in-charge / representative from BISAG and any relative instruction issued to the Supplier by the Engineer-in-charge time to time.

Page 21 of 48

ARTICLE – 38: Limitation of Vendor’s Liability Vendor’s cumulative liability for its obligations under the contract shall not exceed the contract value and the vendor shall not be liable for incidental, consequential, or indirect damages including loss of profit or saving ARTICLE – 39: SOFTWARE LICENCES (IF APPLICABLE)

The Vendor shall be responsible for providing Software (System Software, Application Software, Device Drivers, IOS, etc) required, if any, during warranty period to BISAG.

ARTICLE – 40: INSTALLATION OF ADDITIONAL HARDWARE (IF APPLICABLE)

During the currency of the Agreement, for any additional requirement of equipment including interface equipment, the specifications will be provided by the Vendor. GIL/BISAG will verify suitability of the specifications submitted by Vendor and recommend to BISAG for acceptance. The Vendor will be obligated to undertake integration, operation and maintenance for all additional equipments if required.

Page 22 of 48

Section - 4

Make & Model List

Sr. No. Item QTY. Make &

Model

Supporting Document uploaded? (Yes/No)

1 Content Library 1 2 Playout Server 5

3 Virtual Studio System for studio 1 1

4 Virtual Studio System 4

5 Boom Microphone 40

6 UHF Wireless Handheld Microphone 20

7 Table Top Microphone 20

8 Wireless Microphone with Lapel Transmitter 40

Page 23 of 48

Section - 5

Technical Specification

Item No. 1: Content Library

Sr. No. Item (Minimum Specification) Qty. Matched/Not

Matched Deviation/

Remarks, (if any)

1

Specification for Supply, Installation, Testing and Commissioning of Storage with Archival and media asset management System.

1

Parameter Functionality

Client Connectivity Support

The Storage System should support heterogeneous multi-host connectivity. The system should facilitate connectivity to various flavours of Operating Systems (OS), including but not limited to, HP-UX, IBM AIX, Linux, Microsoft Windows, SUN Solaris, etc. The same file system/ namespace should be accessible simultaneously via FC, Infiniband, and Ethernet to cater varied throughput requirements from various Client Machines.

Architecture & File system

Offered Storage System shall be enterprise class in nature and shall support a single file system and single namespace of minimum 1 PB

Must Support File-system or namespace Architecture that shall be parallel in nature which means that client shall be able to do read or write operations through multiple or all deployed Controllers at the same time for each deployed name space. The Architecture must support for DR Replication if required to be integrated at later stage.

The supplied Storage should support Tape Library of reputed Manufacturer, integration with the File system for automated data management and protection. Auto generation of second copy on tape and should protect against any accidental deletion from primary storage. And the restoration time for 50 GB Data should not be more than 30 min.

The proposed solution must support for min. 4 multiple file system under the same storage system.

The supplied file system must fine tuneable up-to 256K FS block size, and must support SSD/SAS/SATA drive architectures under same global namespace.

The File System should have dedicated Hardware resources for file system Metadata service with High Availability and failover with support for expansion up-to 8 Independent File systems.

The Offered Storage System should have in-built Array profiles best suited for striping aligned with the file system configuration for broadcast video.

Capacity &

The Storage Array shall be offered with 220TB Raw capacity on Disk and 250 TB on LTO6 Tape. The Usable capacity should be calculated

Page 24 of 48

Scalability after factoring in for DUAL Disk failure in a protection group and additional 8% - 10% disk drives for global hot spare for all the configured tiers. The controller should be capable of handling 220 Disk without any additional controller upgrade or software license. The Storage must have fast rebuild in case of disk failure and should have least impact on the performance while rebuilding. The supplied storage should accommodate min. 55 Drives in 4U Rack space and 220 Drives in 16U Rack space with Expansion.

Storage shall be scalable to minimum of 2PB by adding additional controllers & disk drives without doing any forklift upgrade to the system and this up-gradation should not be disruptive in nature.

Performance

Offered Storage solution shall be supplied with minimum of 2 numbers of Controllers in active mode with High Availability. Must have at least 6 GB of Cache per controller and write-back and read ahead options.

Offered Storage solution shall support load balancing and High Availability of each and every created file system or namespace across multiple number of Controllers for optimized performance.

Performance of storage should not be less than 1200MB/s or 100K IOPS scalable upto 6.4GB/s with a pair of controller. Read/Write ratio for the workload: 60% write , 40% read.

The Storage System provided should be capable enough to deliver 90MB/s single stream throughput or 1200MB/s aggregated to 25 concurrent editing Stations over 1 gigabit Ethernet.

Policy based Data Management and

Expansion

Storage should have tiering of data through HSM (hierarchical storage management), optional should be capable of maintaining up-to 4 copies of data if required to disk, tape, cloud and object storage.

Capacity shall be expandable on Disk or Tape seamless and independently.

The offered Storage System should have minimum 20 nos. of 1Gig Ethernet port connectivity to Ethernet Network for data sharing, aggregation, load balancing and failover.

Solution shall be sized in such a way that addition of any disk capacity shall not warrant any additional license.

File System Support

Offered Storage shall support a Large file system upto2 PB.

The File system should be capable of integration with LTO tape based archival and File systems, like LTFS or any other, maintaining single namespace.

File system should be expandable and undisruptive in nature while expansion.

File system should be tuneable to handle large sequential reads/ write for video optimized workflow.

Page 25 of 48

Hardware Features and Scalability

Offered Storage system shall have minimum of 8 x 8/16Gbps FC ports for storage connectivity and multipathing and failover. Must Support off line control access via separate LAN Connection.

The supplied Disk enclosure must support for Hot swap of disk and disk controller

The supplied storage should be complete in terms of hardware connectivity required for Storage Enclosures, Interconnecting devices and File system headers and file system metadata server.

High Availability Feature

Dual-active controller with automated I/O path failover

Redundant, hot-swappable storage controllers, disk drives, power supplies, and cooling fans

Automatic drive failover and detection Mirrored data cache with backup and destage to flash

Proactive Drive Health monitoring identifies problem drive before they create issues

Persistent Monitor makes periodic copies of the storage system configuration

Protection Levels The proposed Storage System Enclosure must support min. RAID Levels 0, 1, 3, 5, 6, 10 and 50

Protocol Support Should support TCP/IP, CIFS/SMB, FTP, NFS,DHCP,FTP and SNMP, SSL, SSH, SMTP

Form Factor and Housing

Should be rack mountable and supplied with rack mount accessories

Management Software

The supplied storage must have separate GUI (web based) for File system control and monitoring and Disk enclosure control and Monitoring.

Desktop for Monitoring

Supply 19” Rack-mountable Desktop with minimum Intel Core i5 CPU, 4 GB RAM, Motherboard with Integrated Gigabit LAN, Audio and Graphics. 1 TB HDD, Windows OS, DVD Writer

Specifications for Supply, Installation, Testing and Commissioning Content Archival Tape Library

Drive Technology 4 No. Of LTO 6 required, scalable up-to 18 Drives if required.

Drive Interface 8Gb fibre required (Optional Support:- 4Gb fibre, 6Gb SAS, 3Gb SAS, SCSI-2/SCSI-3 LVD interface)

Library Interface 8Gb fibre required (Optional Support:- 4Gb fibre, 6Gb SAS, 3Gb SAS, SCSI-2/SCSI-3 LVD interface)

Capacity

Offered Library should be with Min. 133 Slots active, excluding I/E slots and scalable up-to 409 slots with expansion module and capacity on demand license if required. The offered system should include native HSM that supports a minimum of 50 slots and should support policy based movement of media in & out the tape library and near line storage. In addition to the HSM the system must support vaulting feature for internal keeping of cartridges beyond the scope of activated & managed slots.

Performance Inventory Speed: 110 seconds for average of 133 slot configuration. Configuration: Auto-discovery and auto-

Page 26 of 48

calibration for installed/added components (modules, tapes, drives, magazines, etc.) Drive Throughput - Native 160MBps/Compressed 400MBps

Connectivity 8 Gbps Fibre Channel

Supported host platforms

Supply 100 nos of LTO-6 RW cartridges with Barcode sticker and 5 nos of Cleaning cartridges.

Architecture Windows 2003/2008 Server, IBM AIX, SUN Solaris and Linux environments.

Management Modular Rack Mount Architecture with Continuous Robotics.

Features

Capacity-on-Demand Growth. Optional Support for Mobile Library Status update.

Optional Support for Drive Encryption. Support for Advanced Reporting – Media, drive and security reports of library utilization and performance. Automated report scheduling and distribution.

Library Partitioning: Supports up to 18 partitions for tape consolidation

Should have optional support for Extended Data Life Management: Media health reports of cartridges stored for long-term archive and DR, information is collected outside of normal operations: – Automated scheduling for scanning tapes – Notifications on test results – Policy-based data migration to new cartridges

Should have optional support for Native Storage Networking: Control Path Failover, Data Path Failover, LUN Mapping, and Drive Firmware Auto levelling.

The Offered Library should be certified with the offered HSM (Hierarchical Storage Management) and should support LTFS.

Reliability

Power: Must have Redundant Power Supply for Offered Library with Optional 2N power for all systems and drives support. Diagnostics: Embedded monitoring of major subsystems, self-diagnostic procedures, and policy-based email and pager alerts to system administrators and Global Services. Module Upgrade: Any storage module may be added in less than 30 minutes; customer-installable components include some drives, fans, power supplies, slot upgrades

Specification for Media Asset Management ( MAM ) Software

General Technical Specification

The provided MAM software should be a globally accepted platform built on recent technology and running on non-proprietary standard IT Hardware.

The MAM Software should have an option of creating separate Divisions inside an organizational structure with options of configuring Unique Features, Access Rights, Categories and Metadata for each division.

The MAM software should permit creating of Custom Metadata Fields/ Groups/Sets with

Page 27 of 48

permission level assignments to categories by users or user groups. The MAM software should have an ability to post the media to external websites directly from within the MAM interface.

The MAM software should be accessible on a Web Interface over Internet Browsers to the users. There should not be a requirement to install any software on client machine for accessing the System. All the interfaces - Configuration & User access should be accessible on a Web GUI.

The system should support a Frame Accurate playback of proxy videos with Time Code Display

The GUI should have an option to select between various audio tracks available in the media.

The MAM system should have strong integration with an NLE platform to enable in Panel search, archive and restore from within the NLE.

The system should provide granular permission levels to control who can access what and what they can do with it. The system should have options to assign user permissions based on categories.

The system should have built-in configuration options for system administrators to change workflow settings for storage, networking, and permissions without the need for customization.

The system should be able to manage all kinds of media files - Audio, Video, Images & Documents.

The system should be format agnostic and should manage different formats of Audio, Video, Image and Documents in same folders with seamless access.

The system should have capability to index and manage the existing media without moving it from its native location if required.

There should be support for LDAP / Active Directory integration.

Users should be able to Preview the Video Files on the Web GUI.

Users should be able to create Projects in the Web GUI and create a timeline under projects

Users should have an option to mark on screen annotations and text on the proxy video as a virtual layer in the GUI for the comments and references

Users should be able to create markers,

Page 28 of 48

subclips, and a timeline for assets. The users should be able to add videos to the timeline. Users should be able to perform Simple and Advanced Searches in the Web GUI.

Users should have an option to search through the embedded metadata in an asset. Smart Search: it should include smart search filters so you can quickly find material based on the criteria you select. The users should be able to save their advanced searches and use them at any time.

Users should be able to update Metadata, add comments and tags of the assets in the web GUI.

Users should be able to send the clips from within GUI to internal or external locations.

Users should have an option to submit the assets for different tasks like - QC, Review, Approval, Playout from within the GUI.

Users should have an option to ingest files from within the GUI using drag and drop or a batch file add mechanism. Users should be able to track the status of their submitted jobs from within the same GUI.

Specification for MAM Server CPU Dual Xeon E5-2630 V3 or latest processors. Motherboard Motherboard with C612 Chipset.

integrated dual Gigabit ports, At least Four USB ports.

RAM 32 GB RAM OS Hard Disk Mirrored ( RAID 0 ) 300 GB 15K RPM SAS

Hard Disk drives.

Proxy Storage 4x 2 TB NL SAS Hard Disk drives configured as RAID 5.

OS MAM Certified Server OS

Cabinet 19” Rack-mountable cabinet with 900W or higher Hot swappable SMPS.

DVD/CD Writer 20x Speed or Higher.

FC Interface FC HBA with Dual 8 Gbps FC ports.

Specifications for Supply, Installation, Testing and Commissioning of Networking.

Specifications for Gigabit Ethernet Switch Qty. – 4Nos.

I/O ports and slots 44 RJ-45 autosensing 10/100/1000 ports (IEEE 802.3 Type 10BASE-T, IEEE 802.3u Type 100BASE-TX, IEEE 802.3ab Type 1000BASE-T); Duplex: 10BASET/ 100BASE-TX: half or full; 1000BASE-T: full only. 4 RJ-45 dual-personality 10/100/1000 ports (IEEE 802.3 Type 10BASE-T, IEEE 802.3u Type 100BASE-TX, IEEE 802.3ab Type 1000BASE-T) 2 module slots

Page 29 of 48

1 stacking module slot 1 dual-personality (RJ-45 or USB micro-B) 1 USB 1.1 1 RJ-45 out-of-band management port.

Performance

100 Mb Latency < 9.0 μs (FIFO 64-byte packets)

1000 Mb Latency < 3.3 μs (FIFO 64-byte packets)

10 Gb/s Latency < 3.2 μs (FIFO 64-byte packets)

Throughput 130.9 million pps

Switching capacity 176 Gb/s

MAC address table size

2048 entries (IPv4), 256 entries (IPv6) 16000 entries

General protocols

IEEE 802.1AX-2008 Link Aggregation, IEEE 802.1D MAC Bridges, IEEE 802.1p Priority, IEEE 802.1Q VLANs, , IEEE 802.1s Multiple Spanning Trees IEEE 802.1v VLAN classification by Protocol and Port, IEEE 802.1w Rapid Reconfiguration of Spanning Tree, IEEE 802.3ab 1000BASE-T, IEEE 802.3ad Link Aggregation Control Protocol (LACP), IEEE 802.3af Power over Ethernet , IEEE 802.3at PoE+, IEEE 802.3az Energy Efficient Ethernet , IEEE 802.3x Flow Control, RFC 768 UDP, RFC 783 TFTP Protocol (revision 2,) RFC 792 ICMP RFC 793 TCP, RFC 826 ARP, RFC 854 TELNET, RFC 868 Time Protocol, RFC 951 BOOTP RFC 1058 RIPv1

Network management

IMC—Intelligent Management Center; command-line interface; Web browser; configuration menu; out-of-band management (RJ-45 Ethernet); SNMP Manager; Telnet; RMON1; FTP; in-line and out-of-band; out-of-band management (serial RS-232C or Micro USB)

Transceivers /Modules

2-Port 10GbE SFP+ Module with 10G SFP+ LC SR Transceiver

Specifications of Fiber Switch. QTY = 2 nos.

Fibre Channel Protocols

Physical Interface (FC-PI-3) Line Services (FC-LS) Framing and Signalling (FC-FS-2) Generic Services (FC-GS/FC-GS-2/FC-GS-3/FCGS-4/ FC-GS-5) except for enhanced zoning Switch Fabric (FC-SW-2/FC-SW-3/FC-SW-4) Arbitrated Loop Rev. 4.6 (FC-AL) Arbitrated Loop-2 Rev. 7.0 (FC-AL-2) Fibre Loop Attachment (FC-FLA) Tape Technical Report (FC-Tape) Virtual Interface Architecture Mapping (FC-VI) Fabric Element MIB Specification (RFC 2837) Fibre Alliance MIB Specification (Version 4.0) Methodologies for Interconnects (FC-MI-2) Device Attach (FC-DA; Security Protocols (FC-

Page 30 of 48

SP)

Scalability Ports Per Chassis Eight to twenty 8Gbps ports (upgradable in four-port increments) Four 10/20Gbps XPAK MSA-compliant ports (10Gbps default; upgradable to 20Gbps). Supply switch with 16 Activated ports and 16 nos of of 8 Gbps SFP+ modules.

Multi switch Fabric Support

All topologies including stack, cascade, cascaded loop, and mesh Multiple 10/20Gbps or 8Gbps links Adaptive trunking and intelligent path selection

Fabric Port Speeds 2/4/8Gbps, 10/20Gbps full duplex. All ports auto negotiate with slower devices or ports Fabric latency less than 0.2μs Cut-through routing

Fabric Point-to-Point Bandwidth

1,700MBps full duplex on 8Gbps ports 5,100MBps full duplex on 20Gbps ports

Aggregate Bandwidth

544Gbps per chassis; non-blocking architecture

Maximum Frame Sizes

2,148 bytes (2,112 byte payload)

Interoperability Compatible with FC-SW-2 compliant switches including Brocade®, Cisco®, and McDATA ® Interoperable with leading SAN management applications

Fabric Management

Quick tool web applet CLI, API, GS-4 Management server ( Including FDMI), SNMP, RADIUS, FTP, TFTP, and SMI-S.

Access Methods 10 / 100 Ethernet Base T ( RJ45), Serial port.

Dual Hot-Swap Power Supplies/Fans. Rail mount kit. Front-to-back Air Flow. RoHS compliant.

Rack and Other Accessories and Cabling

Supply required Racks for installation of Storage, Box, Tape Library, Server, Switches and all other required equipment. Supply Rack with required Power Sockets, Cable Manger.

Supply 4 Port rack-mountable KVM supporting USB Keyboard/Mouse and VGA monitor. Supply one set of Keyboard , Mouse and 18.5” Monitor.

Supply all other cables and connectors for interconnection of all equipment.

It is responsibility of bidder to do cabling with proper casing capping across all studio as shown in workflow diagram.

Item No. 2: Playout Server

Sr. No. Item (Minimum Specification) Qty. Matched/Not

Matched Deviation/ Remarks,

(if any)

2

Scope

The specifications aim is to procure the supply, Installation, testing and commissioning of a Broadcast Quality Integrated Playout Automation System for the Transmission of 4 (Four)) round the clock channels with media management , interface driven & monitoring capability and DVD ingest .

5

Playout System should be to Broadcast Quality Standards for a 24 by 7 use environment with a guaranteed uptime of 99.999 %.

Page 31 of 48

General

The offered Playout Automation should be reputable brand having at least 10 years industry presence and widespread installations in India and internationally

Supply, Installation, testing and commissioning of the integrated Playout system will be carried out on a turnkey basis.

The bidder should be capable of providing 24 * 7 technical support.

Essential Requirements

The Broadcast Quality Integrated Playout System should be fully configurable (hardware & software) to the required workflow of the existing facility

The offered system should be capable of working in SDTV (4:3 aspect ratio) conforming to SMPTE 259M and ITU-R BT 601. The offered system should be easily upgradable to HDTV without any changes to the hardware. The HDTV standard is 1920x1080/50/I conforming to SMPTE 292M and ITU-R BT 709

The system should support the Playout of multiple file types including MXF files in IMX30/40/50 for SD and should the systems be upgraded to HD support the XDCAM 422 codec in MXF wrapper.

System should be MOS compliant or support full automation in case of future news requirements.

The system should offer complete compatibility with broadcast industry file formats such as MXF, QuickTime etc

Codec Support: STANDARD DEFINITION resolutions of PAL(720*576)YUV 422(uncompressed), DVCAM, DVCAM XDCAM, DVCPRO25,DVCPRO50, MPEG2 IBP MP@ML,MPEG2 IBP 422P@ML,IMX 30/40/50, MPEG, MPEG4 H.264, WINDOWS MEDIA 9 & upgrade support for APPLE PRORES.

Supported wrappers should be at least AVI, MXF, MOV, DV/DIF for at least DVCPRO 25 and DVCPRO 50 and DVCAM

The system should be based on industry standard hardware and open software protocols such as API’s, FTP and XML etc for easy integration with third party equipment and systems.

The system should consist of “all in one” video servers with integrated automation and graphics . Each video server UNIT should be equipped with 8 (eight ) programme output ports with four activated to allow future expansion to 8 channels

The system should be based on industry standard i/o's boards with capability of reconfigurable I/O's

Not more than one I/O board should be used per device for inputs or outputs.

The system should support optional features like ad insertion , time delay with license upgrade and no hardware change

The maximum form factor for the video server SYSTEM is 1RU

Should be able to add channels without affecting the existing operations as and when required

Router control, media movement and third party device controls should be seamless and available in both automatic and manual mode

Must have user friendly manual or automatic metadata entry and editing for incoming media.

Page 32 of 48

Should have upgrade feature capability of validating files for playable condition before they are moved into workflow and this process must be able to take place many times faster than real time

Management of local storage on the playout server, so auto cleansing of material is not required, capability of adjustable time horizons for playlist like warning alarms for the configurable time horizons and not just total length of playlists

It must be possible to create multiple in and out points on the same clip to play as segments with option of thumbnail extraction and proxy creation for the extracted content.

The Playout application must be able to pull the required content and metadata and transfer them as files, over the network to the Playout server and port it is managing. The process of caching files to a playout server should be automatic without use of additional user application /client

The Playout System Should support Batch mode and have capability of ingest feature & Schedule Ingest feature with a license upgrade without any hardware change or alteration or addition in case user wants to add baseband ingest feature.

The Playout system should support file finding process by at least two mechanisms below: • in communication with the media management software • in connection to a designated folder , wherein it automatically copies files deposited by the operator

The Playout system should also be capable to fetch Video Files from outside the Playout Master Control Room and / OR from outside the PLAYOUT facility.

The Playout System should be capable to support future requirements of multiplex and recording of various audio and Video formats

Essential Requirements

The Playout application must be able to pull the required content and metadata and transfer them as files, over the network to the Playout server and port it is managing.

Playout should be trigger and time based

The Playout must support fixed time events and consecutive playing of files.

It must be possible to create multiple in and out points on the same clip to play as segments

Scheduling

The application for scheduling must facilitate the creation of playlist manually and to be able to append these playlists without interrupting the Playout. It must also be able to import playlist information from third party scheduling systems using BXF.

The proposed system will provide full reporting and AS RUN logs capability and be able to export these logs in XML and BXF formats

The system should allow non restrictive editing of the live playlist during transmission and should support Fixed Time Ad Break feature

The playlist should allow files of different formats, resolutions and bit-rates to be played

Page 33 of 48

consecutively.

DVD Ingest

The DVD ingest system should be user friendly to manipulate DVD's.

The DVD ingest System should provide selectable menu of Files on DVD to be ingested.

The DVD ingest system must be capable to support future requirement like NTSC to PAL conversion.

The DVD ingest system software or Tools should allow review of material even when DVD copy process is active.

The DVD ingest System should be capable of creating Transport Stream.

The DVD ingest system must have single user interface for the operator to monitor, actively supervise and manage media from DVD ingest.

The DVD ingest System should maintain and provide ACTIVITY LOGS.

Redundancy

The system should essentially also have flexibility of dynamic and adaptive redundancy options encompassing fully mirrored redundancy (1+1), Shared (N+M) and standby (N+1) or a combination of these redundancy strategies across the broadcast channels.

In case of failure switchover between main and backup ports should be seamless and without any delay.

Any changes in the main playlist must be automatically updated in the backup system.

System must be able to provide a monitor and control interface to manage the servers in workflow for redundancy, this must be capable of automatic mode for standard operations and manual mode for service and maintenance.

Storage

Each server should have storage with sufficient capacity to hold minimum 500hours of content at 50MBps including all ancillary and metadata.

Each server should have a minimum of 8 (Eight) enterprise class SAS HDD in a suitable RAID configuration.

Operator and Administrative workstations

The offered Playout Solution must be capable of providing an operator interface to monitor minimum 16 channels from one operator station under one GUI.

The operator must be able to drill down to a specific channel details and be able to control all aspects of the individual channels from one single operator station.

The system must be able to highlight to the operator the status of each channel and events using colour coded icons

The operator interface must be able to monitor and manage the movement of material around workflow, validation of files, movement to and from central storage and archives

Software

The software of all the equipment including the operating systems, application software etc. are required to be supplied in original media and licensed to client in perpetuity.

The bidder has to provide upgrades to all the offered software free of charge during the warranty period.

Page 34 of 48

Item No. 3: Virtual Studio System for studio 1

Sr. No. Item (Minimum Specification) Qty.

Matched/Not

Matched

Deviation/ Remarks,

(if any)

3

Tracking System

1

Smooth On Air Travelling with Rail System: The system should allow for ultra-smooth horizontal movements (backward or forward), even on not perfectly flat concrete studio floors. The system should be rail-based. Rail will be layed on the studio floor and should work even if the floor is not perfectly smooth /flat for the smooth On Air operation of camera.

Fully IP controlled system: Robotic head with Pan, Tilt and Zoom Capability and pedestal should be controllable remotely with or without software. It should allow increase / decrease of the height even when the pedestal is moving on rail.

The system should by default be able to send tracking information for a Virtual Studio or Augmented Reality over both IP and Serial protocols by using built-in electro-mechanical encoders. The system should be able to send this tracking information directly after start-up without the need of a homing process. The system should be able to always know the exact absolute position of Track without having to go through a “zero”.

The system should be able to save, edit and recall both Presets and Moves. With moves, any physically possible movement of the camera system should be programmed and repeated over & over again accurately. Moves should also be recorded from manual operations of the systems.

Lens zoom/focus support: The zoom/focus drive and zoom/focus position feedback from the encoders should happens over single cable directly connected to the robotic head. No external encoder devices should be mounted on the Zoom or Focus ring to measure the Zoom or Focus lens position for Virtual Tracking.

Open API allowing for Automation compatibility: Open API should allow for compatibility with any Studio Automation system. The moves, presets and all other necessary data should be stored locally on the systems (Robotic heads or pedestals) such that an external Automation system can control the systems independently and totally synchronized with the native Robotics control system. The API should be extensive enough to allow third party Studio Automation systems over Ethernet to create, store, edit, & recall presets and moves on the Robotics Systems as well as send status information to these Studio Automation Systems.

Payload & Speed: The rail system supports a max. NET payload (excluding weight of the system and/or PT head itself) of 12kg or more for supporting : • ENG/EFP/ Block Camera • Digital lens matching to the camera • The system should be able to Pan & Tilt from a min. of 0.001 to a

max. of 90°/sec

Plug and Play software and Hardware One vendor solution is required for everything in an augmented reality studio environment.

Programmable Robotic camera head (with the option of adding column lift and track based dolly for motion - trackable AR).

• Integrated digital lens drive, power supply and tracking output for Virtual Studio and Augmented Reality on the pan, tilt, zoom robotic head. Cumbersome external lens motors will not be accepted.

• Integrated both UDP and serial industry standard protocols for tracking output for Virtual Studio and Augmented Reality.

• IP-Based Control and Administration system to allow multiple head to be controlled over any IP link through a GUI control interface across distances. Configuration, upgrade and maintenance can be administered with any web browser.

• High resolution encoder is required to avoid zeroing or homing at startup.

Page 35 of 48

• Standard Bi-Level and Tri-Level GenLock input for sync. • Integrated 220 VAC power supply. • Stores Presets and Moves within embedded database. Joystick control over robotic head • 6 Axis Joystick Console controls and switch up to 12 cameras in

conjunction with software touch screen user interface. • Single or double high precision 3-axis joystick, controlling 6 axes of

motion including pan, tilt, zoom, focus, track, and lift. • Console can be connected to video router via RS-232 or Ethernet to

automatically change the feed to operator’s monitors and buttons to facilitate the switching of the video source of the correct camera / camera under controlled.

Software for touch screen user interface for Robotic Control should have following:

• Create, store and manage an unlimited number of camera positions and movements, which can be played back reliably, simultaneously, and live-on-air.

• Set joystick control speed, damping and limits. • Add presets and program complex on-air camera moves. • Drag and drop presets into a time line which act as camera position

"key frames". The time (distance) between these key frames can be added. Upon execution, the robotic camera system will perform an interpolated move between presets.

• Verification function to check if your move can physically be executed by the system. This eliminates moves that cannot be executed by the system due to the limitations imposed by Newtonian physics.

• Thumbnail server option can be added to the software to grab camera images from the cameras being controlled to use as thumbnails for the presets.

• System should integrate with Real time Graphics system • Augmented reality Camera tracking system • Calibration system should easily calibrate virtual cameras to real-

world cameras. Controls six different sections: Camera, Garbage Mattes, Offsets, Setup Calibrate, Setup Camera, and Studio Set-up.

• Continuous tracking of robotic camera motions and positions, feeding data back to live graphics system to adjust the relative changing perspective of live graphics elements. (especially for lift and track-based dolly, motion-trackable AR option)

• Touchscreen control system. • Easy to configure project files and network settings. Easy to check

the status of camera, tracking and network connections via color-coded icons.

• Move, rotate, scale, and create tween animations of objects in the scene. Save animations for future playback.

• Create a single event that can trigger object positions, route movies/stills, and robotic camera moves.

• Possible to use Reconfigured AR elements

System solution can serve as a single camera stand - alone system or can be integrated in to any existing environment through current switcher into Broadcast environments.

Complete solution is required from the bidder which includes lighting also. The bidder has to do the lighting and Green Chroma Background for the setup in Studio. The bidder may visit the studio for inspection. The lights and Green Chroma has to be approved with Virtual Tracking OEM. Please submit the drawings along with the tender for easy evaluation.

Item No. 4: Virtual Studio System

Sr. No. Item (Minimum Specification) Qty.

Matched/Not

Matched

Deviation/ Remarks,

(if any)

4 The system should allow minimum two camera operation for a Virtual Trackless TV Studio. 4

Page 36 of 48

High Broadcast Quality Chroma keying effect should be performed internally in software over the corresponding video input.

In addition to real cameras, system should allow the configuration of up to 8 virtual camera presets for storing the coordinates of X, Y, Z positions and PAN and TILT rotation values corresponding to each of these presets.

System should generate the corresponding transition or animation interpolation, creating a smooth and fluid movement between the current position in the virtual camera and the final position defined in the corresponding preset.

The animation interpolation position and rotation of the camera point A (initial) to point B (final) should be performed by using industry standard methods such as Bezier, Linear, Hermite or Spline.

The system should allow setting of the animation speed with easy operation.

At least following effects should be supported in the offered system • Cut • Fade • Over Black • Additive • Saturate • Desaturate • Invert • Push (Right to Left, Left to Right, Top to Bottom, Bottom to Top) • Distort (Diverge, Pixelate, Sine Wave, Shrink)

The system should allow setting of the speed of the transition with easy operation.

Manual movement of the virtual camera should be available in following modes: • Absolute control mode (based on standard direct position x, y, z axes) • Relative control mode (based on the direction of the resultant according to the location and current rotation: forward, backward, left and right)

• System should support Media files for Virtual Displays usage.

• Should have the possibility for the user to take a lower third online on-the-fly and simultaneously change the text on a selected object.

• System should allow defining and storing of user defined sequence, which can be rehearsed and playback live on air by using the preset / macro switches.

• Should have web based GUI Software

Complete solution is required from the bidder which includes lighting also. The bidder has to do the lighting and Green Chroma Background for the setup in Studio. The bidder may visit the studio for inspection. The lights and Green Chroma has to be approved with Virtual Tracking OEM. Please submit the drawings along with the tender for easy evaluation.

Item No. 5: Boom Microphone

Sr. No. Item (Minimum Specification) Qty.

Matched/Not

Matched

Deviation/ Remarks,

(if any)

5

• Short Gun Interface Tube Microphone

40

• Shot gun Microphone with high consonant articulation and feedback rejection

• Excellent directivity due to interference tube principle

• Very low inherent self-noise

• High sensitivity

• Transformerless and fully floating balanced output

Page 37 of 48

• Rugged, suitable for adverse climatic conditions

• Matt black all-metal body Frequency response 40 - 20000 Hz Transducer principle RF condenser microphone Pick-up pattern super-cardioid/lobar Sensitivity in free field, no load (1kHz)

25 mV/Pa +- 1 dB

Nominal impedance 25 Ω

Min. terminating impedance 800 Ω Equivalent noise level 13 dB Equivalent noise level weighted as per CCIR 468-3

24 dB

Maximum sound pressure level (passive)

130 dB

Current consumption 2 mA

Voltage 48 +- 4 V Phantom Supplied with Windshield & clamp

Item No. 6: UHF Wireless Handheld Microphone

Sr. No. Item (Minimum Specification) Qty.

Matched/Not

Matched

Deviation/ Remarks,

(if any)

6

• Bodypack Transmitter (Battery Powered) & Rack-mount Receiver with Omni-directional Handheld microphone, Power Supply, Antenna & acc.

20

• 42 MHz bandwidth: 1680 tunable UHF frequencies for interference-free reception

• Enhanced frequency bank system with up to 12 compatible frequencies

• High-quality true diversity reception • Pilot tone squelch for eliminating RF interference when transmitter is turned off

• Automatic frequency scan feature searches for available frequencies

• Enhanced AF frequency range

• Increased range for audio sensitivity

• Wireless synchronization of transmitters via infrared interface

• User-friendly menu operation with more control options

• Illuminated graphic display (transmitter and receiver)

• Auto-Lock function avoids accidental changing of settings

• HDX compander for crystal-clear sound

• Transmitter feature battery indication, also shown on receiver display

• Programmable Mute function

• Integrated Equalizer and Sound check mode Commander HDX Presets 12

Frequency response 25 - 18.000 Hz THD, total harmonic distortion < 0,9 %

Page 38 of 48

Signal-to-noise ratio > 110 dB(A) RF frequency range 516...865 MHz Transmission/receiving frequencies

1680

Switching bandwidth 42 MHz

Receiver True Diversity Antenna connector 2 BNC, 50 Ω Audio output level unbalanced: Jack : +12 dBu max

balanced: XLR : +18 dBu max

Transmitter Dimensions 82 x 64 x 24 mm Weight ~ 160 g RF output power 30 mW Operating time typ. 8 h Power supply 2 x 1,5 V (AA) Input voltage range 1.8 V line

Microphone dynamic

Sound pressure level (SPL) 154 dB(SPL) max.

AF sensitivity 2.1 mV/Pa

Signal-to-noise ratio > 110 dB(A)

RF frequency range 516...865 MHz

RF output power 30 mW

THD, total harmonic distortion < 0,9 %

Rack Mountable

Item No. 7: Table Top Microphone

Sr. No. Item (Minimum Specification) Qty.

Matched/Not

Matched

Deviation/ Remarks,

(if any)

7

Frequency response (microphone) 40.....20000 Hz +- 2,5 dB

20

Transducer principle (Microphone) True condenser microphone

Pick-up pattern cardioid Sensitivity in free field, no load (1kHz) 30 mV/Pa

Nominal impedance 180 Ohm

Min. terminating impedance >1000 Ohm

Equivalent noise level 16 dB Equivalent noise level weighted as per CCIR 468-3 25 dB

Maximum sound pressure level (passive) 125 dB /1 kHz (K = 1%)

phantom powering 12 - 48 V phantom power

Output Connector balanced 3-pin XLR connector

• Cardioid pick-up pattern

• Excellent directivity across whole frequency range

Page 39 of 48

• Very good feedback rejection

• Effective rejection of incidental rear noise

• High speech clarity

• High maximum sound pressure level

• Wide frequency range

• Integrated pop filter • Can be combined with condenser capsules with various pick-up patterns

• 1.5V DC Battery Supply

• With Stand and Wind Screen

Item No. 8: Wireless Microphone with Lapel Transmitter

Sr. No. Item (Minimum Specification) Qty.

Matched/Not

Matched

Deviation/ Remarks,

(if any)

8

• Bodypack Transmitter & Receiver (battery powered) with Omni-directional lapel mic, cables & camera mounting accessory kit

40

• Sturdy metal housing (transmitter and receiver) • 42 MHz bandwidth: 1680 tunable UHF frequencies for interference-free reception

• Enhanced frequency bank system with up to 12 compatible frequencies

• Adaptive-diversity reception for high reception quality • Pilot tone squelch for eliminating RF interference when transmitter is turned off

• Automatic frequency scan feature searches for available frequencies • Enhanced AF frequency range • Increased range for audio sensitivity • Wireless synchronization of transmitters via infrared interface • User-friendly menu operation with more control options • Illuminated graphic display (transmitter and receiver) • Auto-Lock function avoids accidental changing of settings • HDX compander for crystal-clear sound • Transmitter and receiver feature battery indication • Programmable Mute function Frequency response (microphone) 80 - 18000 Hz Compander HDX Audio-XLR connector 3,5 mm Jack Presets 12 Microphone electret Sound pressure level (SPL) 130 dB(SPL) max. THD, total harmonic distortion < 0,9 % AF sensitivity 20 mV/Pa Signal-to-noise ratio > 110 dB(A) RF output power 30 mW

Page 40 of 48

Transmission/receiving frequencies 1680 Switching bandwidth 42 MHz Peak deviation +/- 48 kHz In compliance with ETS 300422, ETS 300445,

CE, FCC

Operating time typ. 8h Input voltage range 1,8 V ligne Audio output level balanced:+10 dBu ma

Page 41 of 48

Section 6

Price Bid Format: Schedule of Requirement

Sr. No. Item Qty.

Unit rate

Without tax (In Rs.)

Total Rate

Without Tax (In

Rs.)

Please state

billing would be

from Gujarat or other

State/U.T

Rate of C.S.T. in case of Billing from other

State/U.T (%)

Rate of VAT in case of billing from

Gujarat (%)

1 Content Library

(Supply, Installation & Training with 2 Year Warranty)

1

2 Playout Server

(Supply, Installation & Training with 2 Year Warranty)

5

3 Virtual Studio System for

studio 1 (Supply, Installation & Training

with 1 year warranty) 1

4 Virtual Studio System

(Supply, Installation & Training with 1 year warranty)

4

5 Boom Microphone (Supply with 1 year Warranty) 40

6 UHF Wireless Handheld

Microphone (Supply with 1 year Warranty)

20

7 Table Top Microphone (Supply with 1 year Warranty) 20

8 Wireless Microphone with

Lapel Transmitter (Supply with 1 year Warranty)

40

Note:

1. Rate to be filled should be inclusive of Excise, Packing/ Forwarding, Insurance, FOR destination (any where in the Gujarat state) and with applicable warranty.

2. The Bidder may quote any or all categories mentioned in the price bid. 3. Financially L1 bidder(s) will be decided from the unit prices without tax for

individual items.

Page 42 of 48

Section - 7

Performa of Compliance letter/Authenticity of Information Provided

(On Non judicial Stamp paper of Rs 100/- duly attested by the First class Magistrate / Notary Public)

Date: To, DGM (Tech.) Gujarat Informatics Ltd. Block-1, 8th Floor, Udyog Bhavan, Sector 11, Gandhinagar Sub: Compliance with the Tender Terms and Conditions, Specifications and Eligibility Criteria.

Ref: RFP.NO. GIL\BISAG\SATCOM- content lib and Group-A \2015-16 DATE: 12.02.2016 Dear Sir, With reference to above referred tender, I, undersigned <<Name of Signatory>>, in the capacity of <<Designation of Signatory>>, is authorized to give the undertaking on behalf of <<Name of the bidder>>. We wish to inform you that we have read and understood the technical specification and total requirement of the above mentioned bid submitted by us on 11.03.2016. We hereby confirm that all our quoted items meet or exceed the requirement and are absolutely compliant with specifications mentioned in the bid document. We also explicitly understand that all quoted items meet technical specification of the bid & that such technical specification overrides the brochures/standard literature if the same contradicts or is absent in brochures. In case of breach of any tender terms and conditions or deviation from bid specification other than already specified as mentioned above, the decision of GIL Tender Committee for disqualification will be accepted by us. The Information provided in our submitted bid is correct. In case any information provided by us are found to be false or incorrect, you have right to reject our bid at any stage including forfeiture of our EMD/ PBG/cancel the award of contract. In this event, GIL reserves the right to take legal action on us.

Thanking you,

Dated this _________ day of____________2016

Signature: ______________________________

(in the Capacity of) :______________________

Duly authorized to sign bid for and on behalf of

_______________________________________

Note: This form should be signed by authorized signatory of bidder

Page 43 of 48

Annexure A Format of Earnest Money Deposit in the form of Bank Guarantee

Ref: Bank Guarantee No. Date: To, DGM(Technical) Gujarat Informatics Limited 8th Floor, Block -1, Udyog Bhavan, Sector - 11, Gandhinagar - 382017 Gujarat, India

Whereas ------------------------------------------------------------ (here in after called "the Bidder") has submitted its bid dated ---------------- in response to the Ref: RFP.NO. GIL\BISAG\SATCOM- content lib and Group-A \2015-16 DATE: 12.02.2016 for bid for Purchase of SATCOM Equipments on behalf BISAG, Gandhinagar KNOW ALL MEN by these presents that WE --------------------------------------------------------------- -------------------------------------------------- having our registered office at ------------ ----------------------- ---------------------------- (hereinafter called "the Bank") are bound unto the ______________, Gujarat Informatics Limited in the sum of ---------------------- for which payment well and truly to be made to Gujarat Informatics Limited , the Bank binds itself, its successors and assigns by these presents. Sealed with the Common Seal of the said Bank this --------------day of ----------------------- ----2016. THE CONDITIONS of this obligation are: 1. The E.M.D. may be forfeited:

a. if a Bidder withdraws its bid during the period of bid validity b. Does not accept the correction of errors made in the tender document; c. In case of a successful Bidder, if the Bidder fails:

(i) To sign the Contract as mentioned above within the time limit stipulated by purchaser or (ii) To furnish performance bank guarantee as mentioned above or (iii) If the bidder is found to be involved in fraudulent practices. (iv)If the bidder fails to submit the copy of purchase order & acceptance thereof.

We undertake to pay to the GIL/Purchaser up to the above amount upon receipt of its first written demand, without GIL/ Purchaser having to substantiate its demand, provided that in its demand GIL/ Purchaser will specify that the amount claimed by it is due to it owing to the occurrence of any of the abovementioned conditions, specifying the occurred condition or conditions. This guarantee will remain valid up to 9 months from the date of bid submission. The Bank undertakes not to revoke this guarantee during its currency without previous consent of the OWNER/PURCHASER and further agrees that the guarantee herein contained shall continue to be enforceable till the OWNER/PURCHASER discharges this guarantee The Bank shall not be released of its obligations under these presents by any exercise by the OWNER/PURCHAER of its liability with reference to the matters aforesaid or any of them or by reason or any other acts of omission or commission on the part of the OWNER/PURCHASER or any other indulgence shown by the OWNER/PURCHASER or by any other matter or things. The Bank also agree that the OWNER/PUCHASER at its option shall be entitled to enforce this Guarantee against the Bank as a Principal Debtor, in the first instance without proceeding against the SELLER and not withstanding any security or other guarantee that the OWNER/PURCHASER may have in relation to the SELLER’s liabilities.

Page 44 of 48

Dated at _______________ on this _________ day of ___________2016. ____________________ Signed and delivered by _____________________ For & on Behalf of Name of the Bank & Branch & Its official Address Any Nationalized Bank including the public sector bank or Private Sector Banks or Commercial Banks or Co-Operative Banks and Rural Banks (operating in India having branch at Ahmedabad/ Gandhinagar) as per the G.R. no. EMD/10/2014/570/DMO dated 01.04.2015 issued by Finance Department or further instruction issued by Finance department time to time.

Page 45 of 48

Section - 8 Performa of Contract-cum-Equipment

Performance Bank Guarantee (To be stamped in accordance with Stamp Act)

Ref: Bank Guarantee No. Date: To Name and Address of the Purchaser/Indenter ____________________________ ____________________________ Dear Sir, In consideration of <<Name and Address of the Purchaser/Indenter, Government of Gujarat>> (hereinafter referred to

as the OWNER/PURCHASER which expression shall unless repugnant to the context or meaning thereof include

successors, administrators and assigns) having awarded to M/s.

……………………………………………………………………………………………………………… having Principal Office at

…………………………………………………………………… (Hereinafter referred to as the “SELLER” which expression shall unless

repugnant to the context or meaning thereof include their respective successors, administrators, executors and assigns)

the supply of ____________________by issue of Purchase Order No………………. Dated ………… issued by <<Department

Name>> for and on behalf of the OWNER/PURCHASER and the same having been accepted by the SELLER resulting into

CONTRACT for supplies of materials/equipments as mentioned in the said purchase order and the SELLER having

agreed to provide a Contract Performance and Warranty Guarantee for faithful performance of the aforementioned

contract and warranty quality to the OWNER/PURCHASER, __________________________________having Head Office

at (hereinafter referred to as the ‘Bank’ which expressly shall, unless repugnant to the context or meaning thereof

include successors, administrators, executors and assigns) do hereby guarantee to undertake to pay the sum of

Rs._______________(Rupees________________________) to the OWNER/PURCHASER on demand at any time up

to________________ without a reference to the SELLER. Any such demand made by the OWNER/PURCHASER on the

Bank shall be conclusive and binding notwithstanding any difference between Tribunals, Arbitrator or any other

authority.

The Bank undertakes not to revoke this guarantee during its currency without previous consent of the OWNER/PURCHASER and further agrees that the guarantee herein contained shall continue to be enforceable till the OWNER/PURCHASER discharges this guarantee. OWNER/PURCHASER shall have the fullest liberty without affecting in any way the liability of the Bank under this guarantee from time to time to extend the time for performance by the SELLER of the aforementioned CONTRACT. The OWNER/ PURCHASER shall have the fullest liberty, without affecting this guarantee, to postpone from time to time

Page 46 of 48

the exercise of any powers vested in them or of any right which they might have against the SELLER, and to exercise the same at any time in any manner, and either to enforce to forebear to enforce any covenants contained or implied, in the aforementioned CONTRACT between the OWNER/PURCHASER and the SELLER or any other course of or remedy or security available to the OWNER/PURCHASER. The Bank shall not be released of its obligations under these presents by any exercise by the OWNER/PURCHAER of its liability with reference to the matters aforesaid or any of them or by reason or any other acts of omission or commission on the part of the OWNER/PURCHASER or any other indulgence shown by the OWNER/PURCHASER or by any other matter or things. The Bank also agree that the OWNER/PUCHASER at its option shall be entitled to enforce this Guarantee against the Bank as a Principal Debtor, in the first instance without proceeding against the SELLER and not withstanding any security or other guarantee that the OWNER/PURCHASER may have in relation to the SELLER’s liabilities. Notwithstanding anything contained herein above our liability under this Guarantee is restricted to Rs. _________________ (Rupees _________________________) and it shall remain in force up to and including ________________ and shall be extended from time to time for such period as may be desired by the SELLER on whose behalf this guarantee has been given. Dated at _______________ on this _________ day of ___________2016. _____________________ Signed and delivered by _____________________ For and on Behalf of Name of the Bank and Branch and Its official Address List of approved Banks (Any Nationalized Bank including the public sector bank or Private Sector Banks or Commercial Banks or Co-Operative Banks and Rural Banks (operating in India having branch at Ahmedabad/ Gandhinagar) as per the G.R. no. EMD/10/2014/570/DMO dated 01.04.2015 issued by Finance Department or further instruction issued by Finance department time to time.)

Page 47 of 48

CONTRACT FORM

THIS AGREEMENT made on the __________ day of ____________________, 2016 ____ between _______________________ (Name of purchaser) of _________________________________ (Country of Purchaser) hereinafter “the Purchaser” of the one part and ____________________________________ (Name of Supplier) of ___________________________ (City and Country of Supplier) hereinafter called “the Supplier” of the other part:

WHEREAS the Purchaser is desirous that certain Goods and ancillary services viz., __________________________________________________________________________________ (Brief Description of Goods and Services) and has accepted a bid by the Supplier for the supply of those goods and services in the sum of __________________________________________________ (Contract Price in Words and Figures) hereinafter called “the Contract Price in Words and Figures” hereinafter called “the Contract Price.”

NOW THIS AGREEMENT WITHNESSETH AS FOLLOWS:

1 In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to.

2 The following documents shall be deemed to form and be read and construed as part of this Agreement, viz. :

2.1 the Bid Form and the Price Schedule submitted by the Bidder;

2.2 terms and conditions of the bid

2.3 the Purchaser’s Notification of Award

3 In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the Supplier hereby covenants with the Purchaser to provide the goods and services and to remedy defects therein in conformity in all respects with the provisions of the Contract.

4 The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the goods and services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

5 Particulars of the goods and services which shall be supplied / provided by the Supplier are as enlisted in the enclosed annexure :

TOTAL VALUE: DELIVERY SCHEDULE: IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws the day and year first above written.

Signed, Sealed and Delivered by the

Said __________________________________ (For the Purchaser)

in the presence of ________________________

Signed, Sealed and Delivered by the

said __________________________________ (For the Supplier)

in the presence of _______________________

Page 48 of 48

Section - 9 Annexure Formats of Application – Financial Strength Form No. T1 Financial Strength of the Applicant Sr. No. Turnover in Lacs

2012-13 2013-14 2014-15

1

Total

Note: Please upload Audited Annual Accounts / Balance Sheet along with Profit & Loss Accounts for last three financial years. Form No. T2 Experience in supplying of Equipments Name of the Applicant:

Sr. No.

Name of the Customer

Address of the Installation

Start Date of Project

Completion Date of the Project

Scope Of Work

Value of the project (in Rupees)

1

2

3

.

.

Note: Please upload necessary supporting proofs in the eligibility section.

Form no. T3: Authorization Letter/Certificate issued by OEM or their Authorized Dealer / Distributor

Sr. No. Item Make & Model Name of OEM or their

Dealer/ Distributor Authorization Letter / Certificate Attached? (Yes/No)

1

2

3

4

5 Note: Please upload necessary supporting proofs in eligibility section.