request for proposal (rfp) for supply, installation, … · 2018-07-11 · 1 request for proposal...
TRANSCRIPT
_____________________________________________________________________________________
1
REQUEST FOR PROPOSAL (RFP)
FOR SUPPLY, INSTALLATION, TESTING AND
COMMISSIONING OF MOBILE NEWS GATHERING
UNITS FOR LSTV CHANNEL.
Ref No. BECIL/LSTV-MNGU/2018
Dated: 11.07.2018
Broadcast Engineering Consultants India Ltd
(A Government of India Enterprise)
(A Mini Ratna Company)
Head Office:
14-B Ring Road, IP Estate, New Delhi- 110002
Tel: +91 11-23378823 Fax: 91-1123379885
Corporate Office: C-56-A/17, Sec-62, Noida-201 301
Web: www.becil.com/CPPP
_____________________________________________________________________________________
2
TABLE OF CONTENTS
A. Section-I: General
1.1 RFP Schedule and Critical Dates
1.2 Intent of the Request for Proposal
1.3 Procedure Terms and Conditions
1.4 Eligibility Criteria
1.5 Commercial Conditions
1.5.1 Earnest Money Deposit
1.5.2 Prices
1.5.3 Payment Terms
1.5.4 Freight and Insurance
1.5.5 Consignee
1.5.6 Delivery & Commissioning Period
1.5.7 Packing
1.5.8 Guarantee / Warranty
1.5.9 Authorization
1.5.10 Performance Bank Guarantee
1.5.11 Technical Manual
1.5.12 Penalty Clause
1.5.13 Service Tax & GST
1.5.14 Compliance Statement
1.6 Proposal Response Format
1.7 Method of Evaluation and Award
1.7.1 Evaluation Criterion
1.7.2 Product Quality
1.7.3 Compatibility
1.7.4 Up-gradation/ Modular Design
1.7.5 Assurance of Supply
_____________________________________________________________________________________
3
1.7.6 Quality
1.7.7 Service
1.7.8 Cost
1.7.9 Integration Experience
1.7.10 Delivery Schedule
1.7.11 Regulatory
B. Section-II: Technical System Requirement
Proposed Bill of Material (BOM) & Technical Specifications
C. SECTION III- Annexure
Vendor information format
_____________________________________________________________________________________
4
SECTION I-GENERAL 1.1 RFP SCHEDULE AND CRITICAL DATES
The RFP tentative schedule and critical dates are shown below:
BECIL reserves the right to amend the RFP tentative schedule and critical dates. Original tender document against a fee of Rs.1000/- can be purchased from Corporate Office: C-56, A/17, Sector-62, Noida-201301, Uttar Pradesh, till 18.07.2018 up to 1200 hours
The tender document can also be downloaded from our website www.becil.com/CPP Portal and a Demand draft of Rs.1000/- must be submitted alongwith the bid otherwise the bid will be rejected.
No tender document will be issued after the said date.
1.2 INTENT OF THE REQUEST FOR PROPOSAL
General Information
LokSabha Secretariat is desirous to obtain professional services of BECIL for Supply,
Installation, Testing and Commissioning of equipment’s for LokSabha TV Channel at
Parliament Estate New Delhi.
Event Date
1) RFP Issue to Prospective Bidders 11.07.2018
3) Pre Bid Meeting 19.07.2018
4) Submission of Proposals/bids 31.07.2018 up to 1200 hours
5) Technical opening of Bids 31.07.2018 at 1500 hours
6) Technical evaluation of proposal 01.08.2018 to 10.08.2018
7) Opening of Financial Bid To be intimated
8) Commercial Bid evaluation
To be intimated
9) Award of Purchase Order To be intimated
_____________________________________________________________________________________
5
The intent of this RFP is Supply, Installation, Testing, and Commissioning of Mobile News
Gathering units along with accessories, tenderers are requested to quote their best prices
with special discount
1.3 PROCEDURE TERMS AND CONDITIONS
1.3.1 The proposal is to be submitted in two-bid basis with separate Technical and
Financial bid under separated sealed covers.
1.3.2 Bid Responses must be addressed to and submitted at the following address:
The Chairman & Managing Director
Broadcast Engineering Consultants India Ltd,
C-56-A/17, Sec-62, Noida-201 301
Tel: 120 417 7850Fax: +95120-4332979
The envelope should be superscripted at the top
Proposal for “SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF MOBLIE NEWS GATHRNG UNITS Along with Accessories “with due dates
1.3.3 The Bids, both technical and the financial, should reach the office of BECIL, on the above
address, not later than 1200 hours on 31.07.2018 Bids received beyond the specified date
will be rejected. It is the responsibility of the Bidder to confirm that the bids have been
received on time & to the proper place within the specified dates. Facsimile and electronic
replies are not acceptable.
1.3.4 All bids are to remain valid for six months from the date of opening of financial bid.
1.3.5 BECIL reserves the right to solicit additional information from Bidders to evaluate
which bid best meets the needs of the Project. Additional information may include,
but is not limited to, past performance records, lists of available items of work will
be done simultaneously with the project, on-site visit and evaluations by BECIL
personnel, or any other pertinent information. It will be vendor’s responsibility to
check for updated information on BECIL’s web site www.becil.com/CPP Portal.
1.3.6 Additional questions should be submitted in writing to the RFP Coordinator
addressed to
_____________________________________________________________________________________
6
Mr. V.P. Singh, DGM
BECIL BHAWAN
C-56-A/17, Sec-62, Noida-201 301
Mobile No. +91-9818666817
Landline No: 0120 -417 7850
E-Mail: [email protected]
1.3.7 BECIL will make its decision based on the ability of the Bidder(s) to meet our
specific needs, technical expertise of the Bidder(s), delivery capabilities, customer
references, past satisfactory performance experience, system completeness is must
besides cost.
1.3.8 BECIL reserves the right to waive off any deviations; accept the whole, or part
thereof or reject any or all bids; and to select the Bidder(s) which, in the sole
opinion of the Project in charge, best meets the project’s interest. BECIL also
reserves the right to negotiate with potential Bidders so that its best interests to
fulfil the need of project are served.
1.3.9 BECIL reserves the right to reject any and all proposals, to negotiate all terms of any agreement resulting from this request for proposal, and to request additional information from vendors.
1.3.10 All information contained in this RFP, or provided in subsequent discussions or disclosures, is proprietary and confidential. No information may be shared with any other organization, including potential sub-contractors, without prior written consent of the RFP Coordinator.
1.4 ELIGIBILITY CRITERIA
The bidder should have successfully carried out SITC of Mobile News Gathering Units
in last three years and should submit the documentary proof such as work order/completion
certificate etc.
1.4.1 The bidder should be registered. A copy of Company registration (Companies Act 1956,
Proprietary firm) should be submitted.
1.4.2 Letter of Authorization from OEM/Authorized representative to quote in the tender.
1.4.3 The bidder should submit the compliance statement duly signed by OEM.
1.4.4 A separate point by point compliance statement duly signed by bidder in respect to all
points laid down in the specifications for all the equipment/item(s) must be submitted.
_____________________________________________________________________________________
7
1.5 COMMERCIAL CONDITIONS
Terms & Conditions:
Each bidder is required to accept the following terms and conditions:-
1.5.1 Earnest Money : Each bidder is required to submit Earnest Money Deposit of Value Rs. 1 Lakhs. EMD should be in the form of Demand draft or Bankers cheque from scheduled bank in favour of “Broadcast Engineering Consultant India Limited payable at New Delhi”. Bid without EMD will not be accepted.
1.5.2 Prices : FOR Destination basis
1.5.3 Payment Terms for INR : (1) 60% against delivery of material at site.
(2)30% against installation and testing &
Commissioning of equipment at LSTV.
(3)10% against submission of PBG valid for 12
months from the date of commissioning and 18
months from the date of supply.
1.5.4 Freight and Insurance : The Freight and insurance for the consignment
from place of origin to LSTV site will borne by
Supplier/S.I/OEM.
1.5.5 Consignee : The equipment should be consigned to BECIL
Project Manager C/o LSTV.
1.5.6 Delivery schedule and
Commissioning
: Delivery 8-10 weeks from Date of Purchase order.
Installation, testing and Commissioning has to be
completed within 2 week of the delivery of the
equipment subject to readiness of the site.
1.5.7 Packing : The equipment should be securely packed with
proper insurance to with stand transit hazards
during different modes of transportation.
1.5.8 Guarantee/Warranty : The equipment shall be under warranty for period
of 12 months from the date of commissioning or
18 Months from the date of supply whichever is
later.
1.5.9 Authorization : Original copy of Authorization letter from OEM
/OEM Authorized Representative should be
submitted.
_____________________________________________________________________________________
8
1.5.10 Performance Bank Guarantee
: The successful bidder shall have to furnish a
Performance bank guarantee (PBG) within 2
weeks of release of PO in favour of Broadcast
Engineering Consultants India Ltd, 14-B, Ring
Road IP Estate, New Delhi –110002 for an amount
equal to 10% of order value and valid for the
period of warranty (18 Months)
1.5.11 Technical Manual : Two print copies of Technical Manual / Operation
Manual / one CD version of the same has to be
supplied with the equipment. One set of test
certificate of each equipment has to be enclosed
with shipment and one copy sent to BECIL. All
software in original with perpetual license
certificate has to be provided wherever possible.
1.5.12 Penalty Clause : In case of late delivery of equipment, the supplier
shall be liable to pay penalty @ 0.5% of the order
value per week of delay or a part thereof, up to a
maximum amount of 5% of order value, after
which the order is liable to be cancelled.
1.5.13 Invoicing and Tax : Invoicing will be done on BECIL New Delhi
address:-Head office 14 B, Ring Road. I .P
Estate, New Delhi.-110002, along with GST No:-
07AAACB2575L1ZK details mentioned in the
Invoice, Taxes as applicable as the time of
invoicing/delivery.
1.5.14 Compliance Statement : A point by point full compliance statement in
respect to all parameters related to the concerned
equipment’s/items from the respective principle
manufacturers should be submitted in the
prescribed format given below at Table 1.
_____________________________________________________________________________________
9
Table 1
Compliance Statement Performa
Sr. No. of Specification
Description of Specification
Page number of Specs mentioned in RFP
Reference to the page number of enclosed literature
Compliance (Yes/No)
Deviation, if any, to the specification
Optional Items ,if any, required for the completeness of system
Features in the offered product in addition to BECIL specs
1.6 PROPOSAL RESPONSE FORMAT
All the bidders are requested to use the same or similar format as given below while
submitting the commercial bids. The proposal must be submitted strictly in the
following fashion as in Table 2.
a) The proposal shall be submitted in the same envelope at the same time, in two
distinct parts: a Technical Proposal and a commercial Proposal.
b) Proposals are to be prepared on standard 8-1/2” x 11” A4 size paper. Foldouts
containing charts, spreadsheets, and oversize exhibits are permissible. The pages
should be placed in a binder with tabs separating the sections of the proposal.
Manuals and other reference documentation may be bound separately. All
responses, as well as any reference materials presented must be written in English.
c) Proposals must respond to the RFP requirements by restating the number and text
of the requirement in sequence and writing the response immediately after the
requirement statement.
d) Figures and tables must be numbered and referenced in the text by that number.
They should be placed as close to possible to the referencing text. Pages must be
numbered consecutively within each section of the proposal showing proposal
section and page number.
e) Proposals shall be based only on the items contained in this RFP and its standard
required accessories. The RFP includes official response to pre-proposal conference
questions, addenda, and any other material published by the BECIL pursuant the
_____________________________________________________________________________________
10
RFP. The bidder is to disregard any previous draft materials and any oral
representations it may have received.
f) All responses to the requirements in Sections (list appropriate section) of this RFP
must clearly state whether the proposal will satisfy the referenced requirements,
and the manner in which the requirement will be satisfied.
h) A point by point compliance statement duly signed by bidder in respect to all points
laid down in the specifications for all the equipment/item(s) must be submitted.
TABLE-2
1.7 METHOD OF EVALUATION AND AWARD
1.7.1 Evaluation Criterion : The proposals will be evaluated for meeting
technical requirements and system completeness
based on which commercial analysis will be
carried out. Final selection of the proposal/
equipment will be based on the merits of the
techno-commercial proposal submitted and will
be decided by the evaluation committee. Factors
which will be considered as a part of evaluation
amongst others will include the following.
1.7.2 Product Quality : Only reputed industry tested equipment and
solutions with reliability will be accepted, non-
Sl. No Description Qty. Make Model Unit Price GST
Taxation
HSN
Code
Total Price
Grand Total
_____________________________________________________________________________________
11
standard make/model of equipment will
disqualify the proposal technically.
1.7.3 Compatibility : System is envisaged to be compatible with the
other quoted equipment.
1.7.4 Up-gradation/ Modular
design
: System/equipment be future looking and open to
Technology up-gradations besides capable of add
on facility and features in phased manner.
1.7.5 Assurance of supply : Vendor’s technical capability, Organizational
stability, reliability of equipment and ability to
meet timelines.
1.7.6 Quality : Equipment stability, guaranteed uptime
parameters, life of equipment.
1.7.7 Service : After sales service, availability of spare
parts/technical support, warrantee offered.
1.7.8 Cost : Cost of the system as proposed and the apparent
future financial implications, AMC and Total cost
of Ownership.
1.7.9 Integration Experience
: Expertise and experience of the bidder in system /
sub system of Integration of similar nature.
1.7.10 Delivery Schedule : Delivery time line will be critical parameter for
evaluation and final decision.
1.7.11 Regulatory : Should meet the Regulatory compliance, Safety
requirements; Environmental objectives.
_____________________________________________________________________________________
12
SECTION II
TECHNICAL SPECIFICATIONS SPECIFICATONS FOR MOBILE NEWS GATHERING UNIT
1. Scope:
The specifications lay down the performance requirements of mobile news gathering
unit based on 3G/4G/LTE cellular wireless. Wi-Fi and Ethernet networks to broadcast
video content in a live and mobile environment.
2. GENERAL FEATURES:
a) The offered unit and associated equipment should be from and internationally
reputed manufacturer and the quoted model should be field proven and in use by
leading broadcasters.
b) The bidder should essentially submit the list of the broadcasters to whom the
quoted model has been supplied the tenders without the proper user list shall liable
to be rejected.
c) The system should be capable of working both in SDTV (4:3 aspect ratio) and HDTV
(16:9 aspect ratio). The SDTV standard is 625 line (4:3 aspect ratio) conforming to
SMPTE 259M and ITU-R BT 601(amended up to date) (SD-SDI 270. Mbps) and
HDTV standard is 1920X1080/50/I conforming to SMPTE 292M and ITU-R BT. 709
(CIF) (amended up to date) (HD-SDI: 1.485 GB/s).
d) During News gathering, the audio and video feed in the native SDTV or HDTV
standard is required to be captured, steamed by the mobile news Gathering unit
through suitable interface with auto audio & video detection facility and to be made
available live at Receiver Unit in designated LSTV Center.
e) The bidder is required to ensure completeness of the system and offer all essential
accessories such as batteries, adapter, Interface for IFB facility, power supply
adaptor/charger, cables, connectors, display monitors, Keyboard mouse, carrying
case for easy use in the field etc. along with the system. Make and model of all the
offered item should be mentioned in the bill of martial (BOM).
f) The bill of material (BOM) required is given in Appendix-I (A). The Bidder is
required to provide the complete list of items & Accessories etc. offered to meet the
specifications requirement in the following Proforma:
Sr.
No.
Description/Name of
the items
Make Model Part No., if any Qty.
_____________________________________________________________________________________
13
3. ESSENTIAL FEATURES OF SYSTEM:
a) The mobile News Gathering Unit should have low boot time, low latency, Portability
and specialized antennas to provide robust HD/SD News feed from any location in
which cellular connectivity/Wi-Fi/Internet is available.
b) The system should consist of portable field transmitting unit in the form of backpack
and Rack mount type server as receiver unit.
c) The system should use 3G/4G/LTE cellular technology of a single telecom operator
or combination of multiple telecom operators for newsfeed either in Live or near
real time Mode from fixed point or on the move.
d) The system should automatically detect and aggregate all the cellular wireless
connectivity available and utilize bandwidth efficiently.
e) It should support Wi-Fi 802.11 b, g, n & ac standards to wirelessly access the
Internet while in the field.
f) It should have gigabit Ethernet adaptor to access the Internet.
g) Live Transmission from all field units to Receiver Unit should be possible without
any restrictions and the desired feed can be selected from any of the field units
which are simultaneously available in the receiving unit.
h) The system should have Interruptible Feedback (IFB) capability to communicate
directly to cameraman or talent in the field.
i) It should support simultaneous live transmission over IP and recoding for future
retrieval and transmission. Necessary storage feature is also required.
j) The unit should put forward error correction for secure transmission of video
packets, especially in the noisy urban environment.
k) Transmission forms the field units to Receiver Unit should be secured in the form of
encryption and should reach Receiver Unit directly.
l) The system should employ efficient encoding for stable and reliable live
transmission considering bandwidth availability.
m) It should be possible to select the latency and the control should be available at field
unit.
n) The stem should be easy to configure and operate with user friendly GUI. It should
be possible to monitoring all parameters of the field unit by LCD touch screen.
o) Critical Parameters/ Settings of transmitter unit should be tamper proof; system
should not lose critical settings under any circumstances.
p) The system should be so designed that there should not be any loss of data packets
at destination,
q) It should be possible for any person to setup and operate the system easily and
quickly for fast paced news reporting environment.
_____________________________________________________________________________________
14
r) The transmitter unit may be powered with industry standard Internal battery for
uninterrupted operation with efficient power management system.
s) One additional external battery that can be used in addition to the integral battery
to increase continuous operation time, without any interruption in service due to
connecting/disconnecting of battery.
t) Battery charger and adaptor will also be required to supply along with each field
unit.
u) The System should have complete remote management, control of the system and
active monitoring of the unit.
v) Remote system should be able to display current physical location of the field unit
on a map using GPS/or any other reliable tracking system.
w) The bidder should offer the receive unit with complete hardware and software.
x) The system should have variable presets of variable bitrates for transmission TO
optimize according to available bandwidth.
y) The receiver should be able to easily assign and change assignment of incoming
stream to allocated output interface.
z) The receive unit should be able to provide one or more HD/SD-SDI outputs. It
should also be genlockable.
aa) The receive unit should be able to act as distribution point of the live video for
sending live video directly to remote slave terminal at LSTV center.
bb) The offered product should have built in cooling system for continuous operation
and optimal performances in both receive unit & backpack.
cc) The system should be compliant with international electromagnetic compatibility
requirements and Indian regulations & standard for emission requirement.
4. HARDWARE CONFIGURATION OF SYSTEM:
The offered system should meet the following minimum configuration: A-Transmitting Unit
1. Cellular Mobile Network Interface : Six of More internal cellular modems supporting
3G/4G/LTE Mini SIMs (2FF)
2. Encoding Bandwidth :Selectable from 100kbps to 10 Mbps or better
3. Transmission Latency (Trans-receive) at Normal Bandwidth : Note more than 2 Seconds
4. Operating System : Windows/Linux/Mac OS or similar
5. System storage : 64 GB
_____________________________________________________________________________________
15
6. I/O Interface : (i) HD/SD SDI, 0.8 Vp-p., 75 Ohm on BNC, (ii) HDMI 1.4 OR BETTER (iii)10/100/1000 Base-T Ethernet, RJ-45 (iv) Internal WI-FI adaptor. (v) USB ports (iv) IFB Interface (vii) Headphone Jack
7. Battery : Internal Battery Should be capable of at least Two hours of continuous operation with full functionality.
8. Display : LCD Touch Screen 9. Weight : < 2kg with battery.
B-Receive Unit
1. Receive server : 19” rack mounted server with mounting accessories
2. Stream : Should be able to receive all streams from the backpack
Units on the same server simultaneously and output
the selected stream.
3. I/O Interface : (i) One or more HD/SD SDI out, 0.8 Vp-p, 75 Ohm, on BNC.
(ii) Reference (black burst, Tri level sync) on BNC,
(iii) IFB Interface
(iv) 10/100/1000 Base-T Ethernet, RJ-45
(v) Other I/Os, USB for connecting peripheral devices such
as mouse, keyboard, and display monitor etc.
4. Software : Server should be loaded with recommended OS anti-virus and all management & monitoring
Applications required for complete functionality of the system.
5. Hardware : Intel Xeon processor E5-1650 v2 or similar, DDR3 8 GB RAM or more, 500GB Hard disk or better Configuration.
6. COMPLETENESS OF SYSTEM & COMPLEMENT OF EQUIPMENT a) Completeness of the system is the responsibility of the bidder. b) The successful bidder will be solely responsible for operationalization of the system to the
satisfaction of LSTV.
c) In order to ensure the completeness of the system, any additional equipment/accessories
which bidder feels necessary to complete the configuration should also be quoted. However,
in such case they should provide proper justification for the additional equipment required.
These items. If any, must be listed in the offered BOM.
_____________________________________________________________________________________
16
d) If the bidder feels that the system requires additional items for better functionality the
bidder may quote such items as optional items and provide full justification to justify its
utility.
7. SOFTWARE: a) All software required to be supplied in original media and should be licensed to LSTV with
perpetual validity. A certificate to this effect is also required to be submitted by the bidder along with the bid.
b) The bidder will provide software free of charge during the guarantee period. The bidder is required to submit undertaking to this effect along with the bid.
8. Compliance: a) A point by point full compliance statement in respect to all the parameters related to the
concerned equipment/ items(s) laid down in the specifications from the respective principal manufactures is to be enclosed (As per Table 1). Mere signature on the copy of specifications shall not be accepted as compliance statement.
9. DEMONSTRATION: If necessary the bidder may be asked for demonstration of the offered system as part of the technical evaluation. In such case the bidder will have to make suitable arrangement for the demonstration of the offered system at New Delhi, on notice of 15 days. Accordingly the bidder should be in readiness for demonstration.
10. GURANTEE & SERVICE SUPPORT:
(a) Complete system including all items/ equipment should be guaranteed for three years of
trouble free operation form the date of commissioning. In case of any item or equipment
failure including software and hardware within this period the same shall be rectified or
replaced free of cost to LSTV.
(b) The guarantee should cover all hardware, software and modules of the complete system.
(c) The firm will provide up gradation of all the offered software free of charge during the
guarantee period. The service support should also be available for 24X7 basis. The firm
will be required to give undertaking to this effect, along with the bid.
12. TRAINING:
The bidder has to arrange comprehensive Operation & Maintenance trading for the entire
system for two working day at Lok Sabha TV and material in the form of hard copies as well
as soft copies to the trainees during the training session.
_____________________________________________________________________________________
17
Appendix-I (A)
Bill of Material Required
Sr. No.
Description Qty.
1. Mobile News Gathering Unit (MNGU) comprising of :
(a) Portable transmitting unit in the form of backpack with fully loaded software including operating system, modem, backpack case if any, Internal battery (with one spare battery charger), battery charger, power supply adapter with all connecting cables etc.
2 Sets
(b) Receive Unit including fully loaded software, Operating System, Anti-Virus, 19 LCD/TFT display, Keyboard, mouse, headphone, microphone with connecting cables etc.
2 Sets
(C) All software in original media. 2 Sets
(d) Any other Hardware/software, Installation materials, associate cable, connectors etc.
2 Sets
(e) Use Guide/Technical Manual 2 Sets
2. Training as specified in Specifications clause no. 12 1 Job
_____________________________________________________________________________________
18
SECTION III
VENDOR INFORMATION
Vendor Information
Short Responses can be placed within the cells provided in the tables below. Additional Information can be attached as appendices, but should be explicitly referenced from within the appropriate cells.
Vendor Information Form Company Name Name (print) Signature Title Date E-mail Phone Fax
Primary Vendor Contact or Sales Representative Name and Title Address E-mail Telephone Fax
Designated Technical Contact for Response Clarification and Questions Name and Title
_____________________________________________________________________________________
19
Address E-mail Telephone Fax
ENCLOSURES (Check List) Please ensure that following documents have been enclosed along with the bid proposal:
1. Proof of payment for fee of Rs. 1000/- for purchase of tender document in the form of cash receipt or bank draft for tender documents downloaded from site.
2. Bank draft or banker’s cheque for Rs. 1, 00,000/- towards earnest money deposit.
3. The bidder should have successfully carried out similar projects in last three years
and should submit the documentary proof such as work order/completion certificate etc.
4. The bidder should be registered. A copy of Company registration (Companies Act
1956, Proprietary firm) should be submitted
5. Letter of Authorization from OEM/Authorized representative to quote in the tender.
6. A point by point full compliance statement in respect to all parameters related to the concerned equipment’s/items from the respective principle manufacturers (OEM) should be submitted in the prescribed format given at Table 1.
7. A separate point by point compliance statement duly signed by bidder in respect to all points laid down in the specifications for all the equipment/item(s) must be submitted.
8. Detailed bill of material duly filled in giving the offered material / equipment etc strictly as per the bill of material included in the tender document along Full technical literature and details of the offered equipment
9. Duly signed and stamped compliance statement item wise with respect to technical
specifications highlighting deviation if any.
A. No cost details are to be included in the technical bid under any circumstances. The signed
and stamped copies of the technical bid containing requisite documents are to be sealed in separate envelope and marked appropriately.
B. The commercial bid shall contain exactly similar offered bill of material included in the
technical bid but with full details on the rates, total cost. Only one copy of commercial bid duly signed and stamped is to be sealed in a separate envelope and marked accordingly.
_____________________________________________________________________________________
20
C. Both technical & commercial bids in respective sealed envelopes are to be further sealed in an envelope and should be superscripted at the top as: “Supply, Installation, Testing, and Commissioning of Mobile News Gathering units along with accessories”
D. The tender has to be addressed to The Chairman & Managing Director, C-56, A/17, Sector-62, Noida-201301, U.P and the delivery of the same must be ensured at this office before 1200 hours on 31st July 2018.