request for proposal (rfp) supply, installatiosupply ... · the proposal is to be submitted in two...
Post on 09-Oct-2020
2 Views
Preview:
TRANSCRIPT
1
REQUEST FOR PROPOSAL (RFP)REQUEST FOR PROPOSAL (RFP)REQUEST FOR PROPOSAL (RFP)REQUEST FOR PROPOSAL (RFP)
SUPPLY, INSTALLATIOSUPPLY, INSTALLATIOSUPPLY, INSTALLATIOSUPPLY, INSTALLATION, TESTING N, TESTING N, TESTING N, TESTING
AND COMMISSIONING OF AND COMMISSIONING OF AND COMMISSIONING OF AND COMMISSIONING OF
FORWARD/RECEIVE EQUIPMENTS FORFORWARD/RECEIVE EQUIPMENTS FORFORWARD/RECEIVE EQUIPMENTS FORFORWARD/RECEIVE EQUIPMENTS FOR OFC OFC OFC OFC
FORFORFORFOR RSTV CHANNELRSTV CHANNELRSTV CHANNELRSTV CHANNEL
Ref No. BECIL/RSTV/Ref No. BECIL/RSTV/Ref No. BECIL/RSTV/Ref No. BECIL/RSTV/FORWARDFORWARDFORWARDFORWARD----RECEIVERECEIVERECEIVERECEIVE----EQPEQPEQPEQP/201/201/201/2014444
Dated:Dated:Dated:Dated: 01010101////09090909/201/201/201/2014444
Broadcast EngineeriBroadcast EngineeriBroadcast EngineeriBroadcast Engineering Consultants India Lng Consultants India Lng Consultants India Lng Consultants India Limiimiimiimitttteeeedddd
(A Government of India Enterprise)(A Government of India Enterprise)(A Government of India Enterprise)(A Government of India Enterprise) (A Mini Ratna Company)(A Mini Ratna Company)(A Mini Ratna Company)(A Mini Ratna Company)
Head OfficeHead OfficeHead OfficeHead Office: 14: 14: 14: 14----B Ring Road, IP Estate, New DelhiB Ring Road, IP Estate, New DelhiB Ring Road, IP Estate, New DelhiB Ring Road, IP Estate, New Delhi---- 110002110002110002110002 Tel: Tel: Tel: Tel: 011011011011 23378823 23378823 23378823 23378823 Fax: Fax: Fax: Fax: 000011111111 23379885233798852337988523379885
CorporateCorporateCorporateCorporate OfficeOfficeOfficeOffice:::: BECIL BHAWAN, BECIL BHAWAN, BECIL BHAWAN, BECIL BHAWAN, CCCC----56565656----A/17A/17A/17A/17, Sec, Sec, Sec, Sectortortortor----62, Noida62, Noida62, Noida62, Noida----201 301201 301201 301201 301 Tel: Tel: Tel: Tel: 0120 4177850 0120 4177850 0120 4177850 0120 4177850 Fax: 0120 Fax: 0120 Fax: 0120 Fax: 0120 4177879417787941778794177879
EEEE----mail: mail: mail: mail: projects@becil.comprojects@becil.comprojects@becil.comprojects@becil.com Web: Web: Web: Web: www.becil.comwww.becil.comwww.becil.comwww.becil.com
2
Invitation to Bid (ITB)Invitation to Bid (ITB)Invitation to Bid (ITB)Invitation to Bid (ITB)
For For For For SITC of SITC of SITC of SITC of Forward/Rec eive Forward/Rec eive Forward/Rec eive Forward/Rec eive Equipments for Equipments for Equipments for Equipments for OFOFOFOFC for C for C for C for Rajya Sabha TV Channel Rajya Sabha TV Channel Rajya Sabha TV Channel Rajya Sabha TV Channel ProjectProjectProjectProject
1) BECIL has been contracted by Rajya Sabha Secretariat to set up Broadcast
Infrastructure Facility for RSTV Channel on their behalf.
2) BECIL now invites bids from eligible and qualified Bidders for the supply of the
goods and services as described above.
3) Bidding will be conducted through the Two Envelope Competitive Bidding
procedures specified in the GFR Procurement Manual, and are open to all eligible
Bidders as defined in this ITB.
4) Interested eligible Bidders may obtain further information from project coordinator
Mr. V. P. Singh (AGM) at vpsingh@becil.com.
5) Qualifications requirements are specified in the ITB.
6) Bids must be delivered as specified in the Instructions to Bidders of this ITB (please
read this part carefully). Late bids will be rejected.
PrePrePrePre----cleared & Approved by:cleared & Approved by:cleared & Approved by:cleared & Approved by: Date: 01/09/2014 V P Singh AGM (TV)
3
ITB for Procurement of GoodsITB for Procurement of GoodsITB for Procurement of GoodsITB for Procurement of Goods
SummarySummarySummarySummary
Section I. General Information & Instructions to BiddersSection I. General Information & Instructions to BiddersSection I. General Information & Instructions to BiddersSection I. General Information & Instructions to Bidders
This Section provides information to help Bidders prepare their bids. Information is also provided on the submission, opening, and evaluation of bids and
on the award of Contracts. Section I contains provisions that are to be used without
modification.
Section II. Section II. Section II. Section II. TecTecTecTechnical Syshnical Syshnical Syshnical System Requirementtem Requirementtem Requirementtem Requirement
This Section includes generic and Technical requirements of the project, List of
Goods and Related Services and Technical Specifications of Goods and Related
Services to be procured.
Section ISection ISection ISection IIIIII. I. I. I. EnclosureEnclosureEnclosureEnclosure
This Section includes format for Vendor Information and their customer’s
references and checklist for the bidders.
4
TABLE OF CONTENTSTABLE OF CONTENTSTABLE OF CONTENTSTABLE OF CONTENTS
SECTION I. SECTION I. SECTION I. SECTION I. GENERAL INFORMATION & INSTRUCTIONS TO BIDDERSGENERAL INFORMATION & INSTRUCTIONS TO BIDDERSGENERAL INFORMATION & INSTRUCTIONS TO BIDDERSGENERAL INFORMATION & INSTRUCTIONS TO BIDDERS
A.A.A.A. RFP Schedule and Critical DatesRFP Schedule and Critical DatesRFP Schedule and Critical DatesRFP Schedule and Critical Dates
B.B.B.B. Intent oIntent oIntent oIntent of f f f the the the the Request for Proposal Request for Proposal Request for Proposal Request for Proposal
C.C.C.C. PrPrPrProcedure ocedure ocedure ocedure and and and and Terms and ConditionsTerms and ConditionsTerms and ConditionsTerms and Conditions
D.D.D.D. Eligibility CriteriaEligibility CriteriaEligibility CriteriaEligibility Criteria
E.E.E.E. Commercial ConditionsCommercial ConditionsCommercial ConditionsCommercial Conditions
1. Earnest Money Deposit
2. Prices
3. Payment Terms
4. Freight and Insurance
5. Consignee
6. Delivery & Commissioning Period
7. Packing
8. Guarantee / Warranty
9. Authorization
10. Performance Bank Guarantee
11. Technical Manual
12. Penalty Clause
13. Service Tax
14. Compliance Statement
F.F.F.F. Vendors Requirement Vendors Requirement Vendors Requirement Vendors Requirement
1. Warranty/Guarantee
2. Additional Information
G.G.G.G. Proposal Response FormatProposal Response FormatProposal Response FormatProposal Response Format
H.H.H.H. Method of Evaluation and AwardMethod of Evaluation and AwardMethod of Evaluation and AwardMethod of Evaluation and Award
1. Product Quality
2. Compatibility
5
3. Up-gradation/ Modular Design
4. Assurance of Supply
5. Quality
6. Service
7. Cost
8. Integration Experience
9. Delivery Schedule
10. Regulatory
SECTIONSECTIONSECTIONSECTION----IIIIIIII.... TECHNICAL SYSTEM REQUIREMENTTECHNICAL SYSTEM REQUIREMENTTECHNICAL SYSTEM REQUIREMENTTECHNICAL SYSTEM REQUIREMENT
A.A.A.A. Generic Conditions Generic Conditions Generic Conditions Generic Conditions
B.B.B.B. Technical ConditionsTechnical ConditionsTechnical ConditionsTechnical Conditions
C.C.C.C. Proposed Bill ofProposed Bill ofProposed Bill ofProposed Bill of Material Material Material Material
D.D.D.D. Technical SpecificationsTechnical SpecificationsTechnical SpecificationsTechnical Specifications
SECTION III.SECTION III.SECTION III.SECTION III.
A.A.A.A. VendorVendorVendorVendor information formatinformation formatinformation formatinformation format
B.B.B.B. Customer reference formatCustomer reference formatCustomer reference formatCustomer reference format
C.C.C.C. EnclosuresEnclosuresEnclosuresEnclosures
6
SECTION ISECTION ISECTION ISECTION I
GENERAL INFORMATION & INSTRUCTIONS GENERAL INFORMATION & INSTRUCTIONS GENERAL INFORMATION & INSTRUCTIONS GENERAL INFORMATION & INSTRUCTIONS
TO BIDDERSTO BIDDERSTO BIDDERSTO BIDDERS
CONTENTSCONTENTSCONTENTSCONTENTS
A.A.A.A. RFP SCHEDULE AND CRITICAL DATES RFP SCHEDULE AND CRITICAL DATES RFP SCHEDULE AND CRITICAL DATES RFP SCHEDULE AND CRITICAL DATES
B.B.B.B. INTENT OF THE REQUEST FOR PROPOSALINTENT OF THE REQUEST FOR PROPOSALINTENT OF THE REQUEST FOR PROPOSALINTENT OF THE REQUEST FOR PROPOSAL
C.C.C.C. PROCEDURE TERMS AND CONDITIONSPROCEDURE TERMS AND CONDITIONSPROCEDURE TERMS AND CONDITIONSPROCEDURE TERMS AND CONDITIONS
D.D.D.D. ELIGIBILITY CRITERIAELIGIBILITY CRITERIAELIGIBILITY CRITERIAELIGIBILITY CRITERIA
E.E.E.E. COMMERCIAL TERMS AND CONDITIONSCOMMERCIAL TERMS AND CONDITIONSCOMMERCIAL TERMS AND CONDITIONSCOMMERCIAL TERMS AND CONDITIONS
F.F.F.F. VENDORS REQUIREMENTVENDORS REQUIREMENTVENDORS REQUIREMENTVENDORS REQUIREMENT
G.G.G.G. PROPOSAL RESPONSE FORMAT PROPOSAL RESPONSE FORMAT PROPOSAL RESPONSE FORMAT PROPOSAL RESPONSE FORMAT
H.H.H.H. METHOD OF EVALUATION AND AWARD METHOD OF EVALUATION AND AWARD METHOD OF EVALUATION AND AWARD METHOD OF EVALUATION AND AWARD
7
A.A.A.A. RFP SCHEDULE AND CRITICAL DATES RFP SCHEDULE AND CRITICAL DATES RFP SCHEDULE AND CRITICAL DATES 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. 2000/- can be purchased from the address given below as:
BECIL BHAWAN,BECIL BHAWAN,BECIL BHAWAN,BECIL BHAWAN,
CCCC----56 A/17, Sector 56 A/17, Sector 56 A/17, Sector 56 A/17, Sector ----62,62,62,62,
Noida 201 307Noida 201 307Noida 201 307Noida 201 307
Tel. No.Tel. No.Tel. No.Tel. No. 0120 0120 0120 0120 ---- 4177850417785041778504177850
till till till till 23232323/09/2014/09/2014/09/2014/09/2014 upto 1200 hoursupto 1200 hoursupto 1200 hoursupto 1200 hours
The tender document can also be downloaded from our website www.becil.comwww.becil.comwww.becil.comwww.becil.com and a
demand draft of Rs. 50,000/- must be submitted along with the bid otherwise the bid will be
EVENTEVENTEVENTEVENT DATEDATEDATEDATE
1111.... RFP IsRFP IsRFP IsRFP Issue to Prospective Bidderssue to Prospective Bidderssue to Prospective Bidderssue to Prospective Bidders 01/09/2014
2222.... Pre Bid Meeting Pre Bid Meeting Pre Bid Meeting Pre Bid Meeting 16/09/2014
3333.... Bidder Queries & Response Bidder Queries & Response Bidder Queries & Response Bidder Queries & Response 17/09/2014
4444.... Submission of Proposals/bidsSubmission of Proposals/bidsSubmission of Proposals/bidsSubmission of Proposals/bids 23/09/2014 upto 1200 hours
5555.... Technical opening of Technical opening of Technical opening of Technical opening of BidsBidsBidsBids At 1500 hours
6666.... Technical evaluation of proposalTechnical evaluation of proposalTechnical evaluation of proposalTechnical evaluation of proposal 24/09/2014 to 25/09/2014
7777.... Opening of Financial BidOpening of Financial BidOpening of Financial BidOpening of Financial Bid To be intimated
8888.... Commercial Bid evaluation Commercial Bid evaluation Commercial Bid evaluation Commercial Bid evaluation
To be intimated
9999.... Award of Purchase OrderAward of Purchase OrderAward of Purchase OrderAward of Purchase Order To be intimated
8
rejected.
“Demand Draft should be in favour of BECIL payable at New Delhi”.
No tender document will be issued after the last date as mentioned above.
B.B.B.B. INTENT OF THE REQUEST FOR PROPOSALINTENT OF THE REQUEST FOR PROPOSALINTENT OF THE REQUEST FOR PROPOSALINTENT OF THE REQUEST FOR PROPOSAL
Parliament is the supreme legislative body of our country. It comprises of President and the
two Houses – Lok Sabha (House of the People) and Rajya Sabha (council of States).
Facilities were established with robotic cameras in both the Houses of Parliament for live
telecast of the proceedings. Subsequently in 2006 a dedicated Lok Sabha TV Channel was
set up with 24 x 7 services for keeping the citizens informed on important role and
functions of Lok Sabha.
The proceedings of Rajya Sabha are being telecast live whenever the HOUSE is in session
by Doordarshan, however, full fledged dedicated TV service for Rajya Sabha needs has not
been established. It has now decided to set up a 24X7 TV Channel to be known as Rajya
Sabha TV (RSTV) Channel for broadcasting of programs and events dedicated to the
important functions of Rajya Sabha.
The intent of The intent of The intent of The intent of this this this this RFP is to solicit professional solution RFP is to solicit professional solution RFP is to solicit professional solution RFP is to solicit professional solution forforforfor Supply, Installation, Testing Supply, Installation, Testing Supply, Installation, Testing Supply, Installation, Testing
and Commissioning (SITC) of and Commissioning (SITC) of and Commissioning (SITC) of and Commissioning (SITC) of Forward/Receive equipmentsForward/Receive equipmentsForward/Receive equipmentsForward/Receive equipments for for for for OFC for OFC for OFC for OFC for RSTV Broadcast RSTV Broadcast RSTV Broadcast RSTV Broadcast
Facilities at 12Facilities at 12Facilities at 12Facilities at 12----A GRG Road and Talkatora StadiumA GRG Road and Talkatora StadiumA GRG Road and Talkatora StadiumA GRG Road and Talkatora Stadium....
Tenderers are requested to quote their best possible prices with special discount as the
setup is for supreme legislative body of our country. Training is to be imparted to the
technical Staff of Rajya Sabha TV Channel for functioning of these equipments.
C.C.C.C. PROCEDPROCEDPROCEDPROCEDURE TERMS AND CONDITIONSURE TERMS AND CONDITIONSURE TERMS AND CONDITIONSURE TERMS AND CONDITIONS
9
1. The proposal is to be submitted in TWO BID SYSTEMTWO BID SYSTEMTWO BID SYSTEMTWO BID SYSTEM with separate Technical and separate Technical and separate Technical and separate Technical and
Financial bidFinancial bidFinancial bidFinancial bid under separated sealed covers.
2.2.2.2. TWO BID SYSTEMTWO BID SYSTEMTWO BID SYSTEMTWO BID SYSTEM
All bidders are required to submit their offer in two covers as under:-
2.1 First Cover should contain the following :-
(i) Tender documents duly completed and signed BUT WITHOUT INDICATING
THE RATE QUOTED.
(ii) The technical details of the models offered alongwith the supporting original
technical literature, Leaflets, Brochure etc. in duplicate.
2.2 Second Cover should contain the following :-
(i) Details of rate, taxes, duties, discount, if any, quoted by the bidder. These
details should be submitted on their letter head.
(ii) FOR terms, delivery period quoted.
Both the above mentioned cover should be sealed separately and therefore be kept in
a third cover and sealed again.
This cover should also be superscribed with “Tender for SITC of Forward/Receive
Equipments for OFC for Rajya Sabha TV Channel” against tender enquiry no.
BECIL/RSTV/FORWARD-RECEIVE-EQP/2014 Dated: 01/09/2014, so as to reach us
on or before12:00 Hrs on 23/09/2014.
The composite bid i.e. rate indicated in the Technical bid openly in tender is liable to
be ignored. Only the first cover i.e. Technical bid shall be opened on the date of
tender opening.
The words “TECHNICAL BID” should be written clearly and prominently on the
First cover along with tender no. and date of opening. Similarly, the words “PRICE
BID” should be written clearly and prominently on the second cover alongwith
Tender No. and date of opening.
3. Bid Responses must be addressed to and submitted at the following address:
10
The The The The Chairman & Managing DirectorChairman & Managing DirectorChairman & Managing DirectorChairman & Managing Director
Broadcast Engineering Consultants India Ltd,Broadcast Engineering Consultants India Ltd,Broadcast Engineering Consultants India Ltd,Broadcast Engineering Consultants India Ltd,
CCCC----56 A/17, Sector 56 A/17, Sector 56 A/17, Sector 56 A/17, Sector ----62, Noida 201 30762, Noida 201 30762, Noida 201 30762, Noida 201 307
Tel: 0Tel: 0Tel: 0Tel: 0120120120120----4177850417785041778504177850
Fax: 0Fax: 0Fax: 0Fax: 0120120120120----4177879417787941778794177879
4. The Bids, both technical and the financial, should reach the office of BECIL, on the
above address, not later than 12:00 hours on 23/09/2014. 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.
5. All bids are to remain valid for six monthsix monthsix monthsix month from the date of opening of financial bid.
6. BECIL reserves the right to solicit additional information from Bidders to evaluate
which bid best meets the need 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.comwww.becil.comwww.becil.comwww.becil.com....
7. Additional questions should be submitted in writing to the RFP Coordinator
addressed to
Mr. V.P. SinghMr. V.P. SinghMr. V.P. SinghMr. V.P. Singh
Assistant General ManagerAssistant General ManagerAssistant General ManagerAssistant General Manager
Broadcast Engineering Consultants India Ltd,Broadcast Engineering Consultants India Ltd,Broadcast Engineering Consultants India Ltd,Broadcast Engineering Consultants India Ltd,
CCCC----56 A/17, Sector 56 A/17, Sector 56 A/17, Sector 56 A/17, Sector ----62, Noida 201 30762, Noida 201 30762, Noida 201 30762, Noida 201 307
Tel: 0120Tel: 0120Tel: 0120Tel: 0120----4177850417785041778504177850
Fax: 0120Fax: 0120Fax: 0120Fax: 0120----4177879417787941778794177879
MobileMobileMobileMobile No. 9818666817No. 9818666817No. 9818666817No. 9818666817
eeee----mmmmailailailail: vpsingh@becil.comvpsingh@becil.comvpsingh@becil.comvpsingh@becil.com
8. 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
11
references, past satisfactory performance experience, system completeness is must
besides cost.
9. 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 interest to fulfill the need of
project is served.
10. 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.
11. 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.
D.D.D.D. ELIGIBILITY CRITERIAELIGIBILITY CRITERIAELIGIBILITY CRITERIAELIGIBILITY CRITERIA
1. For Purchase of tender document, bidder will have to pay tender fees of Rs. 2000/- in
form of demand draft.
2. EMD amount of Rs. 50,000/- to be paid in form of Demand Draft (No other mode of
payment will be accepted)
3. The bidders should have successfully executed works related to installation and
commissioning of Forward/Receive equipment for OFC and should submit the
documentary proof along with the completion certificate of the project.
12
4. The bidder should be registered under Indian Company Act 1956. A copy of
registration should be submitted.
5. The bidder is required to submit following documents:
a) Copy of PAN No.
b) Copy of TAN No.
c) Copy of Service tax No.
d) Copy of CST/VAT No.
And in case any document is not submitted, bid shall stand rejected.
6. Letter of Authorization from OEM to quote against the tender Reference No.
BECIL/RSTV/FORWARD-RECEIVE-EQP/2014 Dated: 01/09/2014 enlisting after
sales support after project execution is essential. The details have been given in the
technical section separately. Original copy of Authorization letter should be
submitted.
7. The bidder should submit the compliance statement duly signed by OEM.
8. 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.
9. The Bidder should be a profit making company and should provide the balance sheet
of last three year
E.E.E.E. COMMERCIAL COMMERCIAL COMMERCIAL COMMERCIAL TERMS AND TERMS AND TERMS AND TERMS AND CONDITIONSCONDITIONSCONDITIONSCONDITIONS
Each bidder is required to accept the following terms and conditions:-
1111.... Earnest Money Earnest Money Earnest Money Earnest Money :::: Each bidder is required to submit Earnest Money
Deposit of Value Rs Rs Rs Rs 50,000/50,000/50,000/50,000/----.... EMD should be in the
form of Demand draft or Bankers cheque from
13
scheduled bank in favor of “BECIL payable at New
Delhi”. Bid without EMD will not be accepted. No
interest is payable on EMD amount.
2222.... PricesPricesPricesPrices :::: The payment shall be done in INR and prices
should be FOR site or as mentioned by BECIL.
3333.... Payment Terms for INRPayment Terms for INRPayment Terms for INRPayment Terms for INR :::: 70 % payment of the total order value shall be
released after delivery of material at site and
acceptance by ultimate users/consignee.
20% payment of the total order value shall be
released after installation and testing of material
at site.
5% payment of the total order value shall be
released after commissioning of equipment.
Balance 5% of the total amount will be release
after one year from the date of completion project.
4444.... ConsigneeConsigneeConsigneeConsignee :::: The equipment should be consigned to Rajya Sabha
TV Channel c/o Project Manager, BECIL, New
Delhi.
5555.... Invoice Invoice Invoice Invoice :::: All invoices should be raised in the name of Rajya Rajya Rajya Rajya
Sabha TV ChannelSabha TV ChannelSabha TV ChannelSabha TV Channel through Broadcast Engineering Broadcast Engineering Broadcast Engineering Broadcast Engineering
ConsultanConsultanConsultanConsultants India Limited.ts India Limited.ts India Limited.ts India Limited.
6666.... Delivery schedule and Delivery schedule and Delivery schedule and Delivery schedule and
CommissioningCommissioningCommissioningCommissioning
:::: Within 4-6 weeks from Date of Work order.
Installation, Testing and Commissioning has to be
completed within 2 weeks of the delivery of the
equipment.
14
7777.... PackingPackingPackingPacking :::: The equipment should be securely packed to
withstand transit hazards during different modes
of transportation.
8888.... Guarantee/WarrantyGuarantee/WarrantyGuarantee/WarrantyGuarantee/Warranty :::: The equipment shall be under warranty for period
of 18 months from the date of supply of all
equipment or 12 months from date of
commissioning, whichever is later.
9999.... AuthorizationAuthorizationAuthorizationAuthorization :::: Original copy of Authorization letter from OEM should be submitted.
10101010.... Performance Bank Performance Bank Performance Bank Performance Bank GuaranteeGuaranteeGuaranteeGuarantee
:::: The successful bidder shall have to furnish a
Performance bank guarantee (PBG) in favor of
Broadcast Engineering Consultants India Ltd,
14-B, Ring Road IP Estate, New Delhi – 110002 for
an amount equal to 5% of order value and valid for
the period of warrantee.
11111111.... Technical ManualTechnical ManualTechnical ManualTechnical Manual :::: Two print copies of Technical Manual / Operation
Manual and one CD version of the same have 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.
11112222.... Penalty ClausePenalty ClausePenalty ClausePenalty Clause :::: In case of late delivery/commissioning of
equipments, the supplier shall be liable to pay
penalty @ 2 % 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.
15
11113333.... TaxTaxTaxTaxeseseses :::: Taxes will be deducted as applicable.
11114444.... Compliance StatementCompliance StatementCompliance StatementCompliance Statement :::: A point by point full compliance statement in
respect to all parameters related to the concerned
equipments/items from the respective principle
manufacturers should be submitted in the
prescribed format given at Table 1.
16
Table Table Table Table 1111
COMPLIANCE STATEMENT PERFORMACOMPLIANCE STATEMENT PERFORMACOMPLIANCE STATEMENT PERFORMACOMPLIANCE STATEMENT PERFORMA
Sr. Sr. Sr. Sr. No.No.No.No.
Sr. No. of Sr. No. of Sr. No. of Sr. No. of SpecificationSpecificationSpecificationSpecification
Description of Description of Description of Description of SpecificationSpecificationSpecificationSpecification
Page number of Page number of Page number of Page number of SpecSpecSpecSpecificationificationificationifications in RFPs in RFPs in RFPs in RFP
Compliance Compliance Compliance Compliance (Yes/No)(Yes/No)(Yes/No)(Yes/No)
Deviation ,if any, Deviation ,if any, Deviation ,if any, Deviation ,if any, to the to the to the to the
spespespespecificationcificationcificationcification
Optional Items ,if Optional Items ,if Optional Items ,if Optional Items ,if any, required for any, required for any, required for any, required for the completeness the completeness the completeness the completeness
of systemof systemof systemof system
Features in Features in Features in Features in the offered the offered the offered the offered product in product in product in product in addition to addition to addition to addition to
BECIL specsBECIL specsBECIL specsBECIL specs
17
F.F.F.F. VENDORS REQUIREMENTVENDORS REQUIREMENTVENDORS REQUIREMENTVENDORS REQUIREMENT
Bidders are required to complete the vendor Information forms provided at
Appendix 3.
1.1.1.1. Warranty / GuaranteeWarranty / GuaranteeWarranty / GuaranteeWarranty / Guarantee
Apart from the standard product guarantee / warrantee offered for individual pieces or
sets of equipment (e.g. replacements for defective supplies, conformance to
specifications provided in documentation etc.) vendors must provide details of the
nature of guarantee for deliverables of the complete system that they are willing to
commit. Guarantee with respect to the installation defects will also be applicable for
the same period of time.
2.2.2.2. Additional information Additional information Additional information Additional information
Vendors should provide the following additional information.
2.1 A copy of the annual report of the company for last three financial Year and
wherever applicable of the key principals. This is required, amongst other
things, to understand the financial strengths, growth rate etc. of vendors.
2.2 List with details (including name of client / TV channel) of similar work
executed in India and abroad.
2.3 Particulars of the partners or related / inter-linked company in India for
sales, installation / commissioning and support (for principals/OEM) OR,
principals with whom you have a tie-up (in the case of integrators).
2.4 Any other detailed information of relevance (such as market shares etc.) with
supporting documents or references.
18
G.G.G.G. PROPOSAL RESPONSE FORMAT PROPOSAL RESPONSE FORMAT PROPOSAL RESPONSE FORMAT 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.
1. The proposal shall be submitted in the same envelope at the same time, in two
distinct parts: a Technical Proposal and a commercial Proposal. . . .
2. 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.
3. 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.
4. 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.
5. 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
RFP. The bidder is to disregard any previous draft materials and any oral
representations it may have received. All responses to the requirements in Sections
(list appropriate section) of this RFP must clearly state whether the proposal will
satisfy the referenced requirements, and the manner in which the requirement will
be satisfied.
19
6. 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.
TABLETABLETABLETABLE----2222
H.H.H.H. METHOD OF EVALUATION AND AWARD METHOD OF EVALUATION AND AWARD METHOD OF EVALUATION AND AWARD METHOD OF EVALUATION AND AWARD
Evaluation CriterionEvaluation CriterionEvaluation CriterionEvaluation 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.
1111.... Product QualityProduct QualityProduct QualityProduct Quality :::: Only reputed industry tested equipment and
solutions with reliability will be accepted, non-
standard make/model of equipment will disqualify
the proposal technically.
S.No.S.No.S.No.S.No. Description Description Description Description Qty. Qty. Qty. Qty. Make Make Make Make Model Model Model Model UnitUnitUnitUnit PricePricePricePrice TaxesTaxesTaxesTaxes Total Price Total Price Total Price Total Price
VATVATVATVAT SALESSALESSALESSALES
Grand TotalGrand TotalGrand TotalGrand Total
20
2222.... CompatiCompatiCompatiCompatibilitybilitybilitybility :::: System is envisaged to be compatible with the
other quoted equipment.
3333.... UpUpUpUp----gradation/ Modular gradation/ Modular gradation/ Modular gradation/ Modular
designdesigndesigndesign
:::: System/equipment should be future looking and
open to Technology up-gradations besides capable
of add on facility and features in phased manner.
4444.... Assurance of supplyAssurance of supplyAssurance of supplyAssurance of supply :::: Vendor’s technical capability, Organizational
stability, reliability of equipment and ability to
meet timelines.
5555.... QualityQualityQualityQuality :::: Equipment stability, guaranteed uptime
parameters, life of equipment.
6666.... ServiceServiceServiceService :::: After sales service, availability of spare
parts/technical support, warrantee offered.
7777.... CostCostCostCost :::: Cost of the system as proposed and the apparent
future financial implications, AMC and Total cost
of Ownership.
8888.... Integration Integration Integration Integration
ExperienceExperienceExperienceExperience
:::: Expertise and experience of the bidder in system /
sub system of Integration of similar nature.
9999.... Delivery ScheduleDelivery ScheduleDelivery ScheduleDelivery Schedule :::: Delivery timeline will be critical parameter for
evaluation and final decision.
10101010.... RegulatoryRegulatoryRegulatoryRegulatory :::: Should meet the Regulatory compliance, Safety
requirements, Environmental objectives.
21
SECTION IISECTION IISECTION IISECTION II
TECHNICAL SYSTEM REQUIREMENTTECHNICAL SYSTEM REQUIREMENTTECHNICAL SYSTEM REQUIREMENTTECHNICAL SYSTEM REQUIREMENT
CONTENTSCONTENTSCONTENTSCONTENTS
A.A.A.A. GENERIC CONDITIONS GENERIC CONDITIONS GENERIC CONDITIONS GENERIC CONDITIONS
B.B.B.B. TECHNICAL CONDITIONSTECHNICAL CONDITIONSTECHNICAL CONDITIONSTECHNICAL CONDITIONS
C.C.C.C. PROPOSED BILL OF MATERIAL PROPOSED BILL OF MATERIAL PROPOSED BILL OF MATERIAL PROPOSED BILL OF MATERIAL
D.D.D.D. TECHNICAL SPECIFICATIONSTECHNICAL SPECIFICATIONSTECHNICAL SPECIFICATIONSTECHNICAL SPECIFICATIONS
22
A.A.A.A. GENERIC CONDITIONS GENERIC CONDITIONS GENERIC CONDITIONS GENERIC CONDITIONS
This RFP is for a system that will meet the following basic requirements:-
1. A reliable, redundant system providing a high level of up time (99.99%) with easy
and intuitive, manual systems in case of failure.
2. Easy and Economic System Upgradeable & Scalable in nature.
3. Use of industry standard hardware and interfaces.
4. Local (or within India) post-sales support services.
5. Interoperate with other equipment and technology in future.
6. Equipment with model not nearing obsoleteness.
7. The PCs, if required, for the system should be included alongwith configuration.
8. The system offered should be modular in design allowing acquisition of part or
complete system.
9. All software applications, if any required should be of latest version at the time of
Purchase Order and upgrades to be provided without any financial implication
during warranty period.
B.B.B.B. TECHNICAL CONDITIONSTECHNICAL CONDITIONSTECHNICAL CONDITIONSTECHNICAL CONDITIONS
1. Proposed Bill of Material of the system configuration is listed in the APPENDIX ‘1’.
23
2. Proposal should be for a complete system / sub system. Incomplete or part
component will not be considered. The firm will be responsible for installing the
system offered by them and integrate with other existing system of RSTV setup.
3. Proposal carrying firm solution and optional equipment or features should not be the
part of proposal, unless specified in the RFP.
4. A copy of certificate from OEM authorizing the bidder against the tender Reference
No. BECIL/RSTV/FORWARD-RECEIVE-EQP/2014 dated 01/09/2014 to quote the
product ensuring installation / configuration and after sales support is an essential
requirement. The bid submitted without the certificate is liable to be rejected.
5. APPENDIX ‘2’ contains the technical specification for each listed equipment.
6. Each equipment must be accompanied with operational and technical manual.
7. Evaluation will be done for each equipment and final configuration of the BOM to be
determined subsequently.
8. System Integrator (SI) should submit the detailed system Design, Drawing, Block
Schematic, Lay Out Plan ( LOP) etc. for equipments and power supply system along
with technical bid.
9. System Integrator (SI) should submit the detailed Drawing / Specifications of the
additional equipment for the approval from BECIL/RSTV.
10. System Integrator (SI) should also submit the PERT Chart indicating the schedule
for the commissioning of the project with the terms & conditions as stipulated in the
delivery schedule in the Clause No. 1.5.6.
24
11. Vendor should specify the recommended spare parts for each of the major
equipment. However this will not be a part of commercial evaluation process.
12. Vendor should submit back to back consent from OEM to supply the equipments /
components for five years.
13. Vendor should quote only one product, no alternate product will be considered.
14. Cross reference in reference of supporting documents should be given with proper
page number and volume number.
25
C.C.C.C. BILL OF MATERIALBILL OF MATERIALBILL OF MATERIALBILL OF MATERIAL
26
APPENDIXAPPENDIXAPPENDIXAPPENDIX----1111
C.C.C.C. BILL OF MATERIALBILL OF MATERIALBILL OF MATERIALBILL OF MATERIAL
SL SL SL SL
NO.NO.NO.NO.
DESCRIPTIONDESCRIPTIONDESCRIPTIONDESCRIPTION QTYQTYQTYQTY MAKEMAKEMAKEMAKE
SITE A (Talkatora Annexe building, Admn Block)SITE A (Talkatora Annexe building, Admn Block)SITE A (Talkatora Annexe building, Admn Block)SITE A (Talkatora Annexe building, Admn Block)
1111 FRAME / HOUSING for 10 cards 3 Nevion/Snell/Harris
2222 Dual 3G/HD/SD-SDI electrical to optical
converters
10 Nevion/Snell/Harris
3333 3G/HD/SD-SDI compatible SFPs 10 Nevion/Snell/Harris
4444 Dual 3G/HD/SD-SDI Optical to Electrical SFP
based converter
2 Nevion/Snell/Harris
5555 Dual channel optical receiver SFP supporting
data rates up to 3Gbps including SD, HD and
3G-SDI
2 Nevion/Snell/Harris
6666 GbE media converter with optical transceiver 5 Nevion/Snell/Harris
7777 18 or Above channel low loss CWDM filter,
1270-1610nm
2 Nevion/Snell/Harris
8888 Control Manager for Frame ( Multi-Frame
supported)
1 Nevion/Snell/Harris
9999 Fibre Patch Cords (Required for Connectivity) One
Lot
Nevion/Snell/Harris
10101010 Wideband optical coupler series 2 Nevion/Snell/Harris
SITE B (12A, GRG Road)SITE B (12A, GRG Road)SITE B (12A, GRG Road)SITE B (12A, GRG Road)
11 FRAME / HOUSING for 10 cards 3 Nevion/Snell/Harris
12 Dual 3G/HD/SD-SDI electrical to optical
converters
2 Nevion/Snell/Harris
13 3G/HD/SD-SDI compatible SFPs 2 Nevion/Snell/Harris
14 Dual 3G/HD/SD-SDI Optical to Electrical SFP
based converter
10 Nevion/Snell/Harris
27
15 Dual channel optical receiver SFP supporting
data rates up to 3Gbps including SD, HD and
3G-SDI
10 Nevion/Snell/Harris
16 GbE media converter with optical transceiver 5 Nevion/Snell/Harris
17 18 or Above channel low loss CWDM filter,
1270-1610nm
2 Nevion/Snell/Harris
18 Control Manager for Frame ( Multi-frame
supported)
1 Nevion/Snell/Harris
19 Fibre Patch Cords (Required for Connectivity) One
Lot
Nevion/Snell/Harris
20 2x2 Wideband optical switch 2 Nevion/Snell/Harris
21 2x1 intelligent 3G/HD/SD-SDI change-over
with passive input bypass
12 Nevion/Snell/Harris
22 Connectivity Between Fibre Distribution
Board ( FDB) and End Control Frame
Spares for Both SitesSpares for Both SitesSpares for Both SitesSpares for Both Sites
23232323 3G/HD/SD-SDI compatible SFPs 2 Nevion/Snell/Harris
24242424 Dual channel optical receiver SFP supporting
data rates up to 3Gbps including SD, HD and
3G-SDI
2 Nevion/Snell/Harris
25252525 Dual 3G/HD/SD-SDI electrical to optical
converters
2 Nevion/Snell/Harris
26262626 Dual 3G/HD/SD-SDI Optical to Electrical SFP
based converter
2 Nevion/Snell/Harris
27272727 GbE media converter with optical transceiver 2 Nevion/Snell/Harris
27272727 Standard Length Fibre Patch Cords 10 Nevion/Snell/Harris
28 2x1 intelligent 3G/HD/SD-SDI change-over
with passive input bypass
3 Nevion/Snell/Harris
29 Compatible PSU- FRAME / HOUSING 2 Nevion/Snell/Harris
28
D.D.D.D. TECHNICAL SPECIFICATIONSTECHNICAL SPECIFICATIONSTECHNICAL SPECIFICATIONSTECHNICAL SPECIFICATIONS
29
AAAAppendixppendixppendixppendix----2222
D.D.D.D. TECHNICAL SPECIFICATIONSTECHNICAL SPECIFICATIONSTECHNICAL SPECIFICATIONSTECHNICAL SPECIFICATIONS
A.A.A.A. FRAME / HOUSING :FRAME / HOUSING :FRAME / HOUSING :FRAME / HOUSING :
The offered equipment should be from an internationally renowned manufacturer. The offered product shall be modular in construction and should accommodate 10 or more cards in the same rack frame. It should be offered along with the 19" frame/housing. The offered rack frame/housing should be capable of necessary computer interface to enable the testing, alignment, remote monitoring and control of various parameters of the peripherals installed. The rack frame should be fitted with auto-switchable redundant power supply units. Key Features:
• 10 module slots • Easy configuration • Two power supply slots • Comprehensive control and monitoring
B.B.B.B. DDDDUAL UAL UAL UAL 3G3G3G3G/HD/SD/HD/SD/HD/SD/HD/SD----SDISDISDISDI ELECTRICAL TO OPTICAELECTRICAL TO OPTICAELECTRICAL TO OPTICAELECTRICAL TO OPTICAL CONVERTERS L CONVERTERS L CONVERTERS L CONVERTERS :::: -
The converter should be dual multi bit-rate electrical to optical converter module
providing high performance media conversion for various signal formats from 19.5 mbps up
to 2950mbps or more.
This module should support fiber breakage detection signaling. this is to allow for
distinguishing between a loss of signal at the input of the transmitter and a fiber breakage
towards the receiver.
The electrical input should be equipped with a multi rate cable equalizer providing an
equalization of more than 70m of high quality coax cable at 2950mbps.
Key Features:
• Automatic change-over on inputs • 2x2 input switch • support for CWDM and 13T • Electrical 1x2 DA of both inputs • Signal generator on loss of input for fiber breakage monitoring
C.C.C.C. 3G/HD/SD3G/HD/SD3G/HD/SD3G/HD/SD----SDISDISDISDI COMPATIBLE COMPATIBLE COMPATIBLE COMPATIBLE SFPSFPSFPSFPSSSS
SFPs should be pluggable devices that enable easy exchange and upgrade of optical ports .
30
SFP - dual transmitters and transceivers should support all 18 channels of CWDM as well
as low cost 13T. The dual receivers and transceivers should be available with both long
haul and short haul receiver optics.
The devices should be designed to handle video signals appearing in both 3G/HD/SD-SDI
formats without compromising optical performance.
Key Features:
• Dual transmitters and receivers • Supporting all 18 CWDM channels • 3G/HD/SD-SDI support • -30dBm and -20dBm receivers
DDDD.... DDDDUAL UAL UAL UAL 3G/HD/SD3G/HD/SD3G/HD/SD3G/HD/SD----SDISDISDISDI OPTICAL TO ELECTRICAOPTICAL TO ELECTRICAOPTICAL TO ELECTRICAOPTICAL TO ELECTRICAL CONVERTERL CONVERTERL CONVERTERL CONVERTER
This dual multi bit-rate optical to electrical converter module should provide high
performance media conversion for various signal formats from 19.5Mbps up to 2950Mbps or
more.
This should be capable to transport all HD and SD signal formats in addition to DVB-ASI
and SMPTE 310M.
It should perform optical refreshing and signal re-clocking, which is selectable on
application. The optical input should have a sensitivity typically better than –20dBm
operating in the 1200-1620nm wavelength range.
The module should also available as a long-haul version with typically -30dBm sensitivity.
The open system platform system should allow easy interoperability with third party fiber
optical systems.
Key Features:
• Automatic change-over on inputs • 2x2 input switch • SD/HD/3G reclocker • -20dBm optical sensitivity /-30dBm for long haul option
E.E.E.E. GGGGBBBBEEEE MEDIA CONMEDIA CONMEDIA CONMEDIA CONVERTER WITH OPTICAL VERTER WITH OPTICAL VERTER WITH OPTICAL VERTER WITH OPTICAL TRANSCEIVERTRANSCEIVERTRANSCEIVERTRANSCEIVER
This should be 10/100/1000Base-T to 1000Base-X media converter module.
The module should convert a 10/100/1000Mbps Ethernet signal on copper to 1000Mbps
optical on fiber suitable for medium haul applications.
The module should at least have one electrical Ethernet port, and one optical fiber
transceiver port (receiver fiber connector and transmit fiber connector). The speed on the
electrical connector should be settable through DIP switch setting or control panel. Highest
31
Speed must be automatically set upon link connection. They should be independently
settable at 10Mbps, 100Mbps or 1000Mbps as per application required.
The fiberlink should be used in one / two fiber installations, or be able to occupy two
wavelengths in a WDM, CWDM or DWDM installation.
Key Features:
• 10BaseT/100BaseTx/1000BaseT auto sensing, compliant with IEEE 802.3 & IEEE 802.3u, auto MDI/MDI-X
• CWDM and DWDM transmitter option • Receiver sensitivity better than -25dBm • Card edge LEDs • Low power (3W)
F.F.F.F. 18181818CH LOW LOSS CH LOW LOSS CH LOW LOSS CH LOW LOSS CWDMCWDMCWDMCWDM FILTERFILTERFILTERFILTER,,,, 1270127012701270----1610161016101610NMNMNMNM
This should be an optical multiplexer that can multiplex up to 18 CWDM sources on a
single optical fiber for the range with approximately 5.4dB link insertion loss.
The CWDM filter should have high channel isolation and can therefore be used in a bi-
directional system.
Key Features:
• 18 channels per fiber • 5.4dB link insertion loss • Bi-directional • Can be used as multiplexer or de-multiplexer • Occupies a single shot in a frame
G.G.G.G. CCCCONTROL ONTROL ONTROL ONTROL MMMMANAGER FOR ANAGER FOR ANAGER FOR ANAGER FOR FFFFRAMERAMERAMERAME
An integrated control system should be based on an open and distributed architecture,
providing control panel access to frame parameters.
The system should offer user friendly Web interface& be a flexible integrated control
system . It should be capable of control of frame, third-party equipment control using
software plugins.
It should be able to monitor from a remote location, either via the built-in Web-based
interface or SNMP protocol. It should be able to essentially configurea range of frame
signal processing and distribution cards for such functions as video format conversion and
audio embedding etc.
Key Features:
• Should be able to control a range of frame signal processing cards.
32
• A Web based interface to monitor and configure frame equipment • Should be able to definepresets for frame parameters . • Control system should process virtual routers, salvos and mnemonics etc. • Information updation to be possible from any location • Distributed architecture with redundancy to ensure that there is no single point of
failure • Plug-in support for third-party control protocols and control of third-party
equipment • SNMP support for integration NMS and other third-party NMS solutions
H.H.H.H. WWWWIDEBAND OPTICAL COUPIDEBAND OPTICAL COUPIDEBAND OPTICAL COUPIDEBAND OPTICAL COUPLER SERIESLER SERIESLER SERIESLER SERIES
These should be wideband optical couplers/splitters covering 1260 – 1620nm suitable for
both CWDM and DWDM applications.
The optical couplers should be the building blocks in optical networks to allow splitting
multiple signals transported over CWDM with one module into two redundant paths.
The couplers should bi-directional devices.
Key Features:
• Wide optical band suitable for WDM, CWDM and DWDM • Directivity better than 55dB • low insertion loss
I.I.I.I. 2222XXXX2222 WWWWIDEBAND OPTICAL SWITIDEBAND OPTICAL SWITIDEBAND OPTICAL SWITIDEBAND OPTICAL SWITCHCHCHCH
The 2x2 Wideband Optical Switch fiber optical SPDT (Single Pole Double Throw)
changeover modules should be used in optical networks.
Key Features:
• Optical redundancy switch • Contolled via GPI alarm input, RS-422 or Control System • Tally output
J.J.J.J. 2222XXXX1111 INTELLIGENT INTELLIGENT INTELLIGENT INTELLIGENT 3G/HD/SD3G/HD/SD3G/HD/SD3G/HD/SD----SDISDISDISDI CHANGECHANGECHANGECHANGE----OVER WITH DISTRIBUTIOVER WITH DISTRIBUTIOVER WITH DISTRIBUTIOVER WITH DISTRIBUTION ON ON ON
AMPLIFIERAMPLIFIERAMPLIFIERAMPLIFIER&&&& PASSIVPASSIVPASSIVPASSIVE INPUT BYPASSE INPUT BYPASSE INPUT BYPASSE INPUT BYPASS
These should be multi bit-rate change-over providing intelligent input switching in studio
and broadcast applications.
The unit should provide the ability to change between inputs based on input signal
integrity of both inputs, and include a 1x8 distribution amplifier of its output.
33
A passive relayed bypass of both inputs is required to enable full redundancy in case of
mains or card failure.
Key Features:
• Intelligent change-over based upon signal integrity of both inputs • 2x1 change-over • 2x2 reclocked router • GPI I/O (optional) • Passive loop-through on backplane • On board LED for status • On board DIP for configuration
TECHNICAL REQUIREMENTSTECHNICAL REQUIREMENTSTECHNICAL REQUIREMENTSTECHNICAL REQUIREMENTS
• End Control Equipment Trans/Receive required for both below mentioned locations :
(i) Site A :- Talkatora Stadium Annexe Building, New Delhi
(ii) Site B :- 12A, GurudwaraRakabganj Road, New Delhi
• Both sites are covered by two separate Dark Fibre Links from different routes.
• Two cores are available from two different routes on each above said locations.
• Dark fibre links will be terminated on Fibre distribution Box at both sites (A & B).
• End control equipment has to be inter-connected and commissioned with Fibre
Distribution Box.
34
SECTION IIISECTION IIISECTION IIISECTION III
ENCLOSURESENCLOSURESENCLOSURESENCLOSURES
CONTENTCONTENTCONTENTCONTENT
A.A.A.A. VENDORVENDORVENDORVENDOR INFORMATION FORMATINFORMATION FORMATINFORMATION FORMATINFORMATION FORMAT
B.B.B.B. CUSTOMER REFERENCE FORMATCUSTOMER REFERENCE FORMATCUSTOMER REFERENCE FORMATCUSTOMER REFERENCE FORMAT
C.C.C.C. ENCLOSURES ENCLOSURES ENCLOSURES ENCLOSURES
35
APPENDIXAPPENDIXAPPENDIXAPPENDIX---- 3333
A.A.A.A. VENDOR INFORMATIONVENDOR INFORMATIONVENDOR INFORMATIONVENDOR 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 FORMVENDOR INFORMATION FORMVENDOR INFORMATION FORMVENDOR INFORMATION FORM
GENERALGENERALGENERALGENERAL IIIINFORMATIONNFORMATIONNFORMATIONNFORMATION
Vendor Name
Corporate Office
Address
Web
Telephone
Fax
COMMERCIAL INFORMATIONCOMMERCIAL INFORMATIONCOMMERCIAL INFORMATIONCOMMERCIAL INFORMATION
PAN
TAN
Service Tax
VAT/CST No.
Certification of
Incorporation
36
PRIMARY VENDOR CONTACT OR SALES REPRESENTATIVEPRIMARY VENDOR CONTACT OR SALES REPRESENTATIVEPRIMARY VENDOR CONTACT OR SALES REPRESENTATIVEPRIMARY VENDOR CONTACT OR SALES REPRESENTATIVE
Name and Title
Address
Telephone
Fax
PERSON(S) AUTHORIZED TO NEGOTIATE AND MAKE COMMITMENT FOR PERSON(S) AUTHORIZED TO NEGOTIATE AND MAKE COMMITMENT FOR PERSON(S) AUTHORIZED TO NEGOTIATE AND MAKE COMMITMENT FOR PERSON(S) AUTHORIZED TO NEGOTIATE AND MAKE COMMITMENT FOR
VENDORVENDORVENDORVENDOR
Name and Title
Address
Telephone
Fax
DESIGNATED TECHNICAL CONTACT FOR RESPONSE CLARIFICATION AND DESIGNATED TECHNICAL CONTACT FOR RESPONSE CLARIFICATION AND DESIGNATED TECHNICAL CONTACT FOR RESPONSE CLARIFICATION AND DESIGNATED TECHNICAL CONTACT FOR RESPONSE CLARIFICATION AND
QUESTIONSQUESTIONSQUESTIONSQUESTIONS
Name and Title
Address
Telephone
Fax
37
INFORMATION ITEM INFORMATION ITEM INFORMATION ITEM INFORMATION ITEM VENDOR RESPONSE VENDOR RESPONSE VENDOR RESPONSE VENDOR RESPONSE
1. Date your company was
incorporated
2. Number of people employed
by your company and how
many are in the following
areas:
-Pre-Sales and Marketing
-Research and Development
-Post-Sales Support
-Technical Support
-Training and Consulting
-Management
-other
3. Company’s sales revenues for
the last three fiscal years.
4. Number of Studio
implementations conducted
for customers in the last three
fiscal years. Group these
implementations by numbers
of end-users, dollar cost of
engagements, and scope of
engagements.
5. Indicate your agreement not
to share the contents of this
RFP with any other
organization, including
potential subcontractors,
without written permission
from the RFP coordinator.
6. Optionally, provide any
additional background
information about your
company that the BECIL
would find useful in its
deliberations.
38
B.B.B.B. CUSTOMERS REFERENCES:CUSTOMERS REFERENCES:CUSTOMERS REFERENCES:CUSTOMERS REFERENCES: Provide at least three references with comparable network size and complexity for whom you
have provided similar implementation and / or integration services . Please use this format for
your response.
ITEM ITEM ITEM ITEM VENDOR RESPONSE VENDOR RESPONSE VENDOR RESPONSE VENDOR RESPONSE
REFERENCE 1REFERENCE 1REFERENCE 1REFERENCE 1
Company / Institution Name
Address
Scope of Project
Dates of Engagement
Contact Name and Title
Telephone
REFERENCE 2REFERENCE 2REFERENCE 2REFERENCE 2
Company / Institution Name
Address
Scope of Project
Dates of Engagement
Contact Name and Title
Telephone
REFERENCE 3REFERENCE 3REFERENCE 3REFERENCE 3
Company / Institution Name
Address
Scope of Project
Dates of Engagement
Contact Name and Title
Telephone
39
C.C.C.C. CHECK LISTCHECK LISTCHECK LISTCHECK LIST
Please ensure that following documenPlease ensure that following documenPlease ensure that following documenPlease ensure that following documents have been enclosed alongwith the ts have been enclosed alongwith the ts have been enclosed alongwith the ts have been enclosed alongwith the bid bid bid bid
proposalproposalproposalproposal....
1. Proof of payment for fee of Rs. 2000/- for purchase of tender document in the form of
cash receipt or bank draft for tender documents downloaded from site.
2. Bank draft or bankers cheque for Rs. 50,000/- towards earnest money.
3. Documentary proof alongwith the completion certificate of the project executed
successfully related to installation & commissioning of Forward/Receive equipment
for OFC.
4. The bidder should be registered under Indian Company Act 1956. A copy of
registration should be submitted.
5. The copy of PAN No., Tan No., Service Tax No. and CST/VAT No. should be
enclosed.
6. Letter of Authorization from OEM authorizing the bidder to quote the product
ensuring installation / configuration and after sales support after project execution.
7. A point by point full compliance statement in respect to all parameters related to the
concerned equipments/items from the respective principle manufacturers (OEM)
should be submitted in the prescribed format given at Table 1.
8. 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.
9. A copy of the annual report of the company for last three financial year.
40
10. List with details (including name of client /channel) of similar work executed in
India and abroad, products / services used and approximate value of the project in
chronological order.
11. Particulars of the partners or related / inter-linked company in India for sales,
installation / commissioning and support (for principals/OEM) OR, principals with
whom you have a tie-up (in the case of integrators).
12. Separate list of item recommended by bidders, which in the opinion of the bidder
have been left out.
13. 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.
14. Full technical details of the offered equipment.
15. Duly signed and stamped compliance statement itemwise with respect to technical
specifications highlighting deviation, if any.
16. 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.
17. 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.
18. Both technical & commercial bids in respective sealed envelopes are to be further
sealed in an envelope and should be superscripted at the top as:
41
19. “Tender for SITC of Forward/Receive equipment for OFC for RSTV Channel” against
tender enquiry no. BECIL/RSTV/FORWARD-RECEIVE-EQP/2014 dated
01/09/2014, so as to reach us on or before1200 Hrs on 23/09/2014.
20. The tender has to be addressed to
The Chairman & Managing DirectorThe Chairman & Managing DirectorThe Chairman & Managing DirectorThe Chairman & Managing Director
Broadcast EngBroadcast EngBroadcast EngBroadcast Engineering Consultants India Ltd,ineering Consultants India Ltd,ineering Consultants India Ltd,ineering Consultants India Ltd,
CCCC----56 A/17, Sector 56 A/17, Sector 56 A/17, Sector 56 A/17, Sector ----62,62,62,62, Noida 201 307Noida 201 307Noida 201 307Noida 201 307
Tel: 0120Tel: 0120Tel: 0120Tel: 0120----4177850417785041778504177850
Fax: 0Fax: 0Fax: 0Fax: 0120120120120----4177879417787941778794177879
and the delivery of the same must be ensured at this office before 12:00 hours on
23/09/2014 .
top related